HomeMy WebLinkAbout20032996.tiff RESOLUTION
RE: APPROVE CONTRACT FOR ENGINEERING SERVICES FOR WELD COUNTY
ROAD 49 CORRIDOR STUDY AND AUTHORIZE CHAIR TO SIGN - FELSBURG,
HOLT, AND ULLEVIG
WHEREAS, the Board of County Commissioners of Weld County, Colorado, pursuant to
Colorado statute and the Weld County Home Rule Charter, is vested with the authority of
administering the affairs of Weld County, Colorado, and
WHEREAS,the Board has been presented with a Contract for Engineering Services for the
Weld County Road 49 Corridor Study between the County of Weld, State of Colorado, by and
through the Board of County Commissioners of Weld County,on behalf of the Department of Public
Works, and Felsburg, Holt and Ullevig,with terms and conditions being as stated in said contract,
and
WHEREAS,after review,the Board deems it advisable to approve said contract, a copy of
which is attached hereto and incorporated herein by reference.
NOW, THEREFORE, BE IT RESOLVED by the Board of County Commissioners of Weld
County,Colorado,that the Contract for Engineering Services for the Weld County Road 49 Corridor
Study between the County of Weld, State of Colorado, by and through the Board of County
Commissioners of Weld County,on behalf of the Department of Public Works, and Felsburg, Holt
and Ullevig be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said contract.
The above and foregoing Resolution was,on motion duly made and seconded,adopted by
the following vote on the 27th day of October, A.D., 2003.
BOARD OF COUNTY COMMISSIONERS
�
WEL OUNTY, COLOR D
ATTEST: _ �10
e)�` D vid E. Lon , Chair
Weld County Clerk t._` e
sci O gap
Robert D. M n, Pro-Tem
BY:
Deputy Clerk to th1��!
. J. G ile
AP D AS T RM: �`✓i/
William . Jerke
ounty A ney 49-4-etel
Glenn Vaad
Date of signature: 7/.2
2003-2996
EG0047
CONTRACT FOR ENGINEERING SERVICES
FOR
WELD COUNTY ROAD 49 CORRIDOR STUDY
THIS AGREEMENT, made and entered into this 02 7il, day
of Octobtr) , 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 Felsburg Holt &Ullevig with an
office at Greenwood Corporate Plaza, 7951 E. Maplewood Ave., Suite 200, Greenwood Village,
CO 80111,herein after referred to as "Engineer".
WITNESSETH:
THAT WHEREAS, the County has established a project for professional engineering
services to select the alignment for an arterial roadway through the west central portion of Weld
County; 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 engineering services to select an alignment for an
arterial roadway through the west central portion of Weld County. The study corridor
boundaries consist of an area 1.5 miles east and 1.5 miles west of Weld County Road
(WCR) 49, and shall extend from State Highway 34 to State Highway 14, taking into
consideration connections south of State Highway 34. Development pressures now
necessitate the need for selection of definitive alignments for those roadways.
A. Project Goals
Weld County has established the following design goals for the project:
To develop a preferred arterial alignment for the WCR 49 Study Corridor. Study
limits shall extend from SH 34 to SH 14.
1
,2633- 294
Incorporate input from local communities and municipalities located within the
corridor boundaries.
Establish design and access objectives to offer guidance for future development
proposals along the selected alignment.
B. 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.
C. Project Coordination
The Engineer will be required to coordinate his design activities with the
following:
Municipalities: Kersey
Others Agencies: CDOT and DOW
Local Landowners, Communities, and Developers
Irrigation and Utility Companies
D. 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.
E. Design Criteria
All work shall be in compliance with the following:
Roadway Design Manual,CDOT, latest edition;
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.
2
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 lump sum compensation. 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 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.
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
lump sum compensation as follows:
TOTAL CONTRACT $ *38,940.00
*Total work hours and cost breakdown is attached and is incorporated as part of
the contract documents.
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.
3
V. TIME OF PERFORMANCE
Engineer agrees to begin Work on the date agreed upon during the initial General
Review 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
180 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 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.
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
4
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.
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 plans, 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 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.
5
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
I I
By: By: OrtvesekFa-al
David E. Long, Cha 1 1 1
J
OCT 2 7 2003 Name: Chres�?hex J - Fq sc ntnq
Date p
Title: Pr i n c;p a
(Seal)
ATTEST: +
'> r' Address: 115 l g-fclnlewdaa Ave, , Si. 20O
'( !l4 eon (
By —� I, Greenwood V` ,ei Co e o
Clerk to the ` ff
.4.
(SEAL)
ATTEST:
Title: NP_AN4c.,PAt_
6
X603 99ea
Exhibit A
Aoieeteoack
9/o3k Wan
Based on the scope of services outlined in the RFP,Felsburg Holt&Ullevig has developed a six-task work
plan which is illustrated by the graphic on the following page and which is described in more detail in the
following outline.This work plan will serve as a framework for the necessary work efforts to successfully
complete this assignment for Weld County.
-44/4 ./:eiiir-41e r/in/
This initial meeting with Weld County staff will establish the final scope of work, study parameters and
schedule for the project. Of particular interest will be the finalization of the plans for coordination meetings
with the local entities and for the public open houses.This scope review meeting will be conducted prior to
the execution of the contract with Weld County.
(////
The information gathered and compiled in this task will serve as the basis for creating and evaluating
alternative alignments.The intent is to utilize available information to the maximum extent possible and to
conduct new data collection only as necessary.
This task entails collecting pertinent data and information in order to have a thorough understanding of
current and projected conditions throughout the study corridor.The primary sources of this information will
be Weld County,the local municipality,and CDOT.All available land use plans,transportation plans,and
specific development plans will be compiled and reviewed.Other collected data will include aerial
photography,right-of-way and parcel ownership information,access and intersecting roads inventory,
environmental considerations,roadway geometrics,any bridge sufficiency ratings,utility information,
drainage and flood studies and USGS topographic information.All of this information will be summarized
in both graphic and tabular forms to produce a comprehensive representation of the physical characteristics
of the study area.
.6/617„/422
In this task,all of the information compiled in Subtask 2.1 will be reviewed and interpreted in order to
identify opportunities and constraints related to potential alternative alignments.
/.r ,//„//jj .enyiewe
The purpose of this task is to identify the entire range of possible alternative alignments.This work will
draw to a large degree on the data and the opportunities and constraints compiled through Task 2. Because
of the length of the study corridor(13 miles),it is proposed to begin this process by identifying appropriate
segments of the corridors and then developing alternative alignments within each segment.
In this first step,key crossing/intersecting features will be identified.These will include such features as
state highways and other major crossing routes,and major drainageways.Based on criteria such as
topographic conditions,physical characteristics, intersection spacing,geometric conditions,and
drainageway widths,possible points at which these features could be reasonably crossed or intersected will
be established.
4;44/a/4.P 2
These crossing/intersecting features and points will then be reviewed in order to define rational segments to
be used in developing alternative alignments.
Once the segments have been identified,unless constraints dictate otherwise, several alternatives will be
developed for each segment.
=?iu/. ///o...i/;r:.
The purpose of this task is to establish evaluation measures and to apply those measures to each segment
alternative to identify the preferred alignment within each segment.These preferred segment alternatives
will then be combined into corridor alternatives which will also be evaluated,with the final result being a
preferred alignment for the corridor.
Yn(/7.0o 4 I
Using a standard roadway cross-section,the various alternatives for each segment will be assessed(and
quantified to the extent possible)through an evaluation process to determine the advantages and
disadvantages of the developed alternatives.It is envisioned that the evaluation parameters will encompass
at least the following:
• South Platte River Crossing issues
• Horizontal and Vertical Geometry
• Community Impacts
• Land Use Consequences
• Environmental Impacts
• Right-of-Way Impacts
• Safety
• Constructability
• Cost and Economic Feasibility
By compiling the information on each alternative into an evaluation matrix,a comparative review of the
data will be conducted to identify a preferred alternative alignment for each segment.
e_Ww1/4./Gas
The preferred alternatives for each segment will then be combined to form one alignment for the corridor.
It is possible that at this stage several alternatives will remain.
The full alternative for the corridor will then be assessed to determine if it achieves the goals that are
established for the arterial concept. If more than one alternative remains,a comparative assessment will be
made to determine which alternative best meets the stated objectives. If the alternative alignment does not
fulfill the objectives,it will be evaluated to determine which elements of the alignment are the possible
cause of the shortcomings.These segments will then be reviewed and reevaluated to determine how the
alignment should be modified to enhance the overall effectiveness of the corridor alignment.
Tr./.f /villa//.r/i n y,%i ft f/Mi1//r/A rl'/4.7,,, re
�i�cuc
In this task,the consultant will refine the recommended alignment for the corridor.This information will be
documented in a final report to the County.
SikeAra%L5.1
The selected alignment for the corridor will be refined to reflect any review comments received through the
public input review process. Such refinements are not expected to be significant,but they should reflect the
best knowledge about the alignment.
J/NFtPo-4 J.I
The findings of the study will be documented in a draft report(5 copies)which will be distributed to the
County for review.The report will include data collected,analyses conducted,findings of the analyses,and
the recommendations of the study process.After review of the draft report,the consultant will prepare a
final report.Once again, 5 copies of the report and an electronic version will be provided to the County.
/n,/G- .4,7e r/Fc.-v/iim/,,,,
. i0fue
In order to reach a corridor consensus regarding the arterial alignment,it will be critical that the work be
closely coordinated between the project team,Weld County Board of County Commissioners and staff,
local agency elected officials and staff and affected property owners/developers.This task will include a
series of meetings with the appropriate personnel to achieve close and continuous coordination.
6J
Monthly(and more frequently if necessary)coordination meetings with Weld County staff will be utilized
to review and coordinate the work efforts and to resolve problems as they arise. It is anticipated that there
will be seven monthly coordination meetings conducted for this project.
.�ir4/tra/6.Z
The study process will be divided into an initial phase and final phase. Local agency meetings and public
open houses will be conducted for each phase, as shown in the project schedule. The purpose of these
meetings will be as follows:
First Local Agency Meeting and Public Open House—The purpose of this meeting is to introduce the
study along with the study process and the purpose of the study.This meeting will also be used to
request any available information and gain any input that may be pertinent to the study corridor.
It is anticipated that the following local agencies will be included in the study process:
• Town of Kersey
• CDOT
• Division of Wildlife
• City of Greeley
• Greeley-Weld County Airport Authority
Notifying the approximately 700 parcel owners within the study corridor will be a major element of the
first public open house.Being able to notify as many parcel owners within the study corridor as
possible will set the stage for the rest of the public process for the study.We anticipate conducting this
notification by sending public notices to all of the parcel owners as defined
from the County Assessor's maps,and by advertising the open house in the Greeley Tribune and The
Voice(Kersey Paper).
Second Local Agency Meeting—Present the different alignments within the study corridor and receive
input on the alignments before they are presented to the public.There will be the opportunity at this
meeting to add or delete alignments as necessary.
Second Public Open House—Present all of the different alignments within the study corridor in order
to get the public's input. If the public requests additional alignments to be evaluated as part of the
study process,those additional alignments may be added to the study.
Third Local Agency Meeting and Final Open House—Present initial screening of alignments and
receive input on the"initial preferred alignment".
Fourth and Final Local Agency Meeting—This meeting will be conducted to present the final arterial
corridor as it will be defined in a report.
Although not included in the scope of work outlined in the RFP,we have found on similar studies that one-
on-one discussions with interested parties and meetings with small groups have been the key to resolving
issues and to developing consensus toward the best possible alternative.The project team will,therefore,
maintain an"open door"policy for all elected officials, local entity staffs,property owners,and developers
to be able to contact the consultant at any time during the process.
Uf fiana.G eyewice4,
In addition to the basic scope of services as outlined in this proposal,there are a few areas of potential
scope modifications in which we are prepared to assist the County:
• In order to assist with the public involvement and local agencies,the County may elect to have a
landscape architect,such as Frank Miltenberger Landscape Architect(FMLA),create artist
renditions of the future roadway. FHU has worked closely with FMLA on numerous similar
projects in the past.We feel FMLA would be an invaluable asset to the study process.
• If an abundance of environmental concerns are discovered with the project,FHU has the staff to
assist with noise concerns,historical societies,endangered species,wetlands,and many other
environment related issues.This proposal already includes a cursory involvement of our
Environmental Manager,but we also have environmental expertise to conduct in-depth analyses if
needed.
A
FEE ESTIMATE FOR PROFESSIONAL ENGINEERING SERVICES
FOR THE WELD COUNTY ROAD 49 ARTERIAL CORRIDOR STUDY
(FROM US HIGHWAY 34 TO STATE HIGHWAY 14)
LOCATION: Weld County, Colorado
FIRM NAME: Felsburg Holt& Ullevig
CONTACT NAME: Chris Fasching and/or Jeff Dankenbring
TELEPHONE NUMBER: (303)721-1440
PROPOSAL DATE: September 16, 2003
1. LABOR COST
Billing
Employee Name Classification Rate x Work Hours = Total
B. Felsburg Principal II $150.00 4 $600.00
C. Fasching Principal I $135.00 68 $9,180.00
A. Hirsch Associate $120.00 8 $960.00
J. Dankenbring Engineer IV $90.00 158 $14,220.00
S. Twiss Designer II $65.00 100 $6,500.00
C Ollila Administrative $60.00 38 $2,280.00
Total Labor 376 = $33,740.00
*See attached summary of anticipated work hours.
3. OTHER DIRECT COSTS (DIRECT NON-LABOR EXPENSES)
Total Direct Non-Labor Expenses** = $5,200.00
** See attached summary of anticipated direct non-labor expenses.
4. TOTAL CONTRACT AMOUNT (NOT TO EXCEED)(SUM OF 1, 2,AND 3): $38,940.00
pmFELSBURG
(41
HOLT &
ULLEVIG Page 1
aKitMEMORANDUM
oweTO: Clerk to the Board DATE : October 20, 2003
COLORADO FROM: Wayne Howard, Project Manager
SUBJECT: Item for Chair's Signature
Please submit the enclosed item for the Chair's signature.
Contract for Engineering Services for WCR 49 Corridor Study
with Felsburg Holt & Ullevig.
Enclosed are two duplicate original contracts. Please send one original to Public Works
as soon as the Agreement is executed.
The appropriate documentation is enclosed.
Enclosures
M:\F RAN C I E\C I I A I R-S I G N A T U R E.D O C
2003-2996
Hello