HomeMy WebLinkAbout20012143.tiff RESOLUTION
RE: APPROVE CONTRACT FOR WELD COUNTY ROAD 24.5 INTERSECTION
REALIGNMENT AND AUTHORIZE CHAIR TO SIGN - RANGE ENGINEERING, INC.
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 the Weld County
Road 24.5 Intersection Realignment Project 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 Range Engineering, Inc., 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 the Weld County Road 24.5 Intersection
Realignment Project 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
Range Engineering, Inc. 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 6th day of August, A.D., 2001.
BOARD OF C UNTY COMMISSIONERS
WELD COU , COLORADO
ATTEST: ,� i��: !l eepa
M. J. G ile, Chair
Weld County Clerk to t B ?Jut11861iQ AV EXCUSED DATE OF SIGNING (AYE)
� Glenn Vaad, Pro-Tem
BY: (. �ii� • .,.•
Deputy Clerk to the :. pdi f �• I^ ��
r■� Willi H. Jerke
AP DAST •
av� l, �m
i E. _ong p
my ttorney
tit
obert D. Masden
Date of signature: 8/'y
2001-2143
/a
to • y, frQn3e Eln eer; r j EG0041
tarlIt
MEMORANDUM
CTO: Clerk to the Board DATE: July 30, 2001
•
COLORADO FROM: Frank B. Hempen, Jr.
Director of Public Works/County Engineer
SUBJECT: Agenda Item
Please submit the following item for the Board's next agenda for the Chair's signature.
Contract for Project WCR 24 V2 Intersection Realignment. _
1 ,
The appropriate documentation is enclosed.
•
Enclosures
pc: Drew Scheltinga
County Road file
2001-2143
A
Page 1 of 5
CONTRACT
PROJECT WCR 24 '/,INTERSECTION REALIGNMENT
This contract,made this_day of ,2001 by and between Weld County,Colorado,hereinafter
may be referred to as "County" and Range Engineering, Inc. (REI), 2145 South Clermont Street, Denver,
Colorado 80222,may hereinafter be referred to as "Consultant".
WHEREAS,County anticipates a project consisting ofthe preparation of final design plans,construction
specifications, and construction management for the realignment of Weld County Road 24 1/2 at the I-25
Frontage Road Intersection, Weld County, Colorado. Improvements include: (1) Realignment or
modification of the existing roadway,drainage improvements and(2)Construction inspection services during
construction of the new roadway.
WHEREAS,the work is of prime urgency to County, and
WHEREAS,County deems it to be in the public interest to engage Consultant to perform the work,and
WHEREAS, the selection of Consultant by County was based upon a comparative evaluation of the
professional qualifications necessary for satisfactory performance of the work required,with relation to other
available consultants so qualified and in conformity with the principle of selection of the most highly qualified
consultant, and
WHEREAS,Consultant represents that it is in compliance with the State of Colorado statutes relating
to the registration of professional engineers and has signified its willingness to perform the work for County,
NOW THEREFORE, IT IS HEREBY AGREED:
ARTICLE I - DESCRIPTION OF THE WORK
SECTION 1. WORK LOCATION
The proposed project is located at the intersection of Weld County Road 241/2 and the I-25 Frontage
Road in Weld County.
SECTION 2. SCOPE OF WORK
Consultant shall perform or furnish the work as described in Article II,Section 2 in accordance with the
directions and authorizations by County's representative,pursuant to the provisions of this contract.
ARTICLE II - COMMITMENTS ON THE PART OF THE CONSULTANT
SECTION 1. GENERAL REQUIREMENTS
A. Consultant shall develop,in close cooperation with County the work as described in Section 2. The
work is to be consistent with the current design criteria of the County and the State of Colorado, and in
conformity with standards adopted by the American Association of State Highway and Transportation Officials
(AASHTO), as amended and in effect on the date of this contract.
B. Pursuant to County's written Authorization to Proceed,the Consultant shall undertake and prosecute
the work hereunder in accordance with the schedule and conditions set forth herein.
C. Before undertaking the work hereunder the Consultant shall visit the work site and satisfy itself as
to the conditions to be met.
Page 2 of 5
SECTION 2. PROJECT PHASES
The Consultant shall perform the following:
A. PRELIMINARY ENGINEERING AND DESIGN PHASE:
1. Layout the proposed roadway alignment;obtain necessary field topographical surveys
for the proposed site; retain geotechnical subconsultant to provide pavement design
recommendations; perform side drainage design;
2. Coordinate with utility companies, public agencies, other organizations and
engineering specialists as required(including state and federal agencies, geotechnical
engineers, hydraulic engineers, etc.);
3. Prepare detailed realignment roadway design;
4. Prepare contract drawings specifications and estimates including roadway drawings
and quantities;
5. Provide assistance during the bidding phase including answering questions regarding
the bidding;
6. Attend the Bid Opening,assist in preparing and awarding construction contracts;
7. Attend conferences during design.
B. CONSTRUCTION PHASE
1. Provide bench mark and reference line for use by the Contractor;
2. Coordinate with the County representative during construction;
3. Provide periodic field observations and materials testing as required by CDOT's 250
Form;
4. Prepare and submit proposed contract change orders as needed;
5. Prepare "as-built" drawings after completion of the project;
6. Review and approve Contractor's submission of monthly pay requests samples and
shop drawings;
7. Perform a prefinal inspection of the completed construction and as a result prepare a
punch list of items to be corrected;
8. Perform a final acceptance inspection and advise the County whether or not to accept
the work as performed by the Contractor:
9. Attend conferences during construction.
C. R.O.W. PHASE
1. Identify right-of-way and easement requirements based upon the proposed roadway
alignment;
2. Identify land owners adjacent to the project;
3. Provide legal descriptions for the parcels of land to be acquired;
Page 3 of 5
4. Assist with right-of-way negotiations.
"Providing periodic field observations"means REI shall make visits to the site to familiarize themselves
generally with the progress and quality of the work and to determine in general if such work is proceeding in
accordance with the contract documents. On the basis of their on-site observations as engineers, they shall
endeavor to guard the County against defects and deficiencies in the work of the Contractor. REI has anticipated
that exhaustive on-site observation is not required. The fees submitted for on-site observations assume an
average 8 hour day for the total construction contract time. The estimated construction contract time was given
by the County,at the time of the pre-proposal,at 40 calender days. If the construction contract time goes beyond
the 40 calendar days and additional on-site observation is required, the additional observation work shall be
treated as a major change as described on page 4 of the contract and paid for as such. REI shall not be
responsible for the contractors work,construction means,methods,techniques,sequences or procedures,or for
the safety precautions and programs in connection with the work of the contractor.
SECTION 3. COMMENCEMENT AND COMPLETION OF THE WORK
A. The Consultant agrees to begin work on the date set for commencement of the work in the County's
written "Authorization to Proceed",as provided in Article III herein,and said day shall be the date upon which
all contract time-count for completion of the work shall be based.
B. Except as may be changed by supplemental contract, Consultant shall complete the design work
within 90 calendar days from the date set for commencement of the work in the written Authorization to
Proceed,exclusive of all days lost for review and approvals by County,or other official agencies whose approval
must be obtained.
ARTICLE III- COMMITMENTS ON THE PART OF THE COUNTY
SECTION 1. COUNTY OBLIGATIONS
A. County shall designate a representative to direct the work and to coordinate with the Consultant
during the course of the work.
B. Pursuant to approval of this contract by all concerned, the County shall Notify Consultant in
writing to commence work by an "Authorization to Proceed".
C. Upon written notice from Consultant of the existence of causes over which Consultant has no
control and which may delay the work,County may,if it finds said causes sufficient,extend the
time specified for completion of the work by a written supplemental contract.
D. In the event County shall require changes in the scope,character,or complexity of the work to
be performed,which changes cause an increase or decrease in the costs to Consultant,or time
for performance, an equitable adjustment in fees and completion time shall be negotiated
between the parties and this contract shall be modified accordingly by a supplemental contract.
Any claims by the Consultant for adjustment hereunder must be made in writing prior to
performance of any work covered in the supplemental contract.
E. County shall participate in the negotiations with land owners. The County shall pay for all
appraisals and acquire right-of-way required for the project.
F. County shall reimburse the Consultant all costs for the reproduction of drawings and
specifications used for the bidding and construction phases,all costs necessary to mai I bidding
documents to prospective bidders and all advertising costs.
Page 4 of 5
ARTICLE IV-COMPENSATION FOR THE WORK
SECTION 1. FEE
The County of Weld Colorado agrees to pay Range Engineering,Inc. in accordance with the following
schedule:
A. Preliminary Engineering&Design Phase
The Lump Sum Fee for the above stated services shall be $28,454.00
The entire Lump Sum Fee shall be due and payable upon completion of the contract drawings
and specifications. Payment shall be made within 30 days after the delivery of the documents
to County.
B. Construction Phase
The fee for the above stated services shall be in accordance with the rates shown in Exhibit"A".
Payment shall be due monthly as billed. The total fee for the Construction Phase shall not
exceed $11,752.00
In the event of major changes caused by factors beyond the control of REI, County shall compensate
REI in accordance with the rates shown in Exhibit "A". This compensation is in addition to the basic fee
described above and will be due and payable monthly as billed. The term "major change" means a change(in
any drawing, plan, specification, document or work hereunder) which necessitates expenditures by REI for
salaries, expenses, or a combination of salaries and expenses exceeding the sum of Three Hundred Dollars
($300.00) in the case of any one change or exceeding in the aggregate the sum of Eight Hundred Dollars
($800.00) in the case of more than one change.
In the event that the project is terminated prior to completion for any reason,County agrees to pay REI
in accordance with the rates shown in Exhibit"A"for the time expended on the project prior to receipt of written
notice from County instructing REI to stop work on the project. Said compensation to be due and payable ten
(10)days after REI receives notification to stop work on the project.
GENERAL PROVISIONS
SECTION 1. NOTICES
A. All communications relating to the day-to-day activities for the work shall be exchanged
between County's representative and the Consultant's Project Manager.
B. All other notices and communications in writing required or permitted hereunder shall be
deemed to have been given when delivered personally to respective representatives of County
and Consultant,or when deposited in the United States Mail,properly addressed and with first
class postage fully prepaid.
SECTION 2. TERMINATION
A. The obligation to provide further services under this Contract maybe terminated by either party
upon ten(10)days written notice in the event of substantial failure by the other party to perform
in accordance with the terms hereof through no fault of the terminating party. In the event of
any termination,the Consultant will be paid for all services rendered to the date of termination,
all reimbursable expenses and termination expenses.
Page 5 of 5
SECTION 3. TERM OF CONTRACT
A. The term of this contract shall be for six months from the date of the execution of this contract
unless earlier terminated for cause by County or extended by a written supplemental contract.
THIS CONTRACT shall be binding upon the successors and assigns of the parties hereto.
IN WITNESS WHEREOF,the parties hereto have executed this contract the day and year first above
written.
ATTEST: WELD COUNTY
COLORADO
CHAIRMAN
TITLE: COUNTY COMMISSIONERS
ATTEST: RANGE ENGINEERING, INC.
Sandra S. Colby Dean Peterson
TITLE: President
Range Engineering, Inc.
Hourly Rate Schedule
For Year 2001
Billing
Personnel Classification Rate Per Hour
Principal $110.00
Project Manager/Lead Project Engineer $86.00
Senior Project Engineer $70.00
Junior Engineer $54.00
Senior CADD Drafter $62.00
Junior CADD Drafter $54.00
CADD Drafter $37.00
Administrative Support $69.00
Word Processing Specialist $36.00
Secretary/Clerk $36.00
OTHER DIRECT COSTS
Per Diem At Cost
Mileage 0.38 Per Mile
Outside Sub-Consultants At Cost
Exhibit "A"
Hello