HomeMy WebLinkAbout940324.tiff RESOLUTION
RE: APPROVE PROFESSIONAL SERVICES AGREEMENT WITH RUST ENVIRONMENT AND
INFRASTRUCTURE FOR PRELIMINARY REALIGNMENT OF WELD COUNTY ROAD 27.5 AND
AUTHORIZE CHAIRMAN TO SIGN
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 Professional Services
Agreement for preliminary realignment of Weld County Road 27.5 between the County
of Weld, State of Colorado, by and through the Board of County Commissioners of
Weld County, on behalf of the Weld County Engineering Department, and RUST
Environment and Infrastructure, with terms and conditions being as stated in said
agreement, and
WHEREAS, after review, the Board deems it advisable to approve said
agreement, 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 Professional Services Agreement for preliminary
realignment of Weld County Road 27.5 between the County of Weld, State of
Colorado, by and through the Board of County Commissioners of Weld County, on
behalf of the Weld County Engineering Department, and RUST Environment and
Infrastructure be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chairman be, and hereby is,
authorized to sign said agreement.
The above and foregoing Resolution was, on motion duly made and seconded,
adopted by^ the following vote on the 4th day of April, A.D. , 1994.
fY / l //� BOARD OF COUNTY COMMISSIONERS
ATTEST:/,{(�/I / jDll l WELD COUNTY, COLORADO
Weld County Clerk to the Boa d � 1)2,k-hi
erirm
BY: cs
4udh Board Dale .,Hal , P;27 em
APPROVED AS TO FORM: j y�r �.
eorge E Baxter
Couy A dy Constance L. Harbert
O
/Barbara J. Kirk Byer
940324
EGCc3 �
RugENVIRONMENT&
INFRASTRUCTURE
PROFESSIONAL SERVICES AGREEMENT 'Abbreviated Version]
PROJECT NAME: Preliminary Realignment of Weld County Road 27' ('Project")
This Agreement is by and between
Client
Weld County Engineering Department ("Client")
9333 North 11th Avenue
Greeley, Colorado 80631
and,
RUST Environment & Infrastructure Inc. ("RUST E&I")
6143 S. Willow Drive, Suite 200
Englewood, Colorado 80111
Who agree as follows:
Client hereby engages RUST E&I to perform the services described in Part I ("Services") and
RUST E&I agrees to perform the Services for the compensation set forth in Part III. RUST
E&I shall be authorized to commence the Services upon execution of this Agreement and
receipt of authorization to proceed from Client. Client and RUST E&I agree that this
signature page, together with Parts I-IV and attachments referred to therein, constitute the
entire agreement between them relating to the Project ("Agreement").
APPROVED FOR CLIENT APPROVED FO UST E&I
/AJ / ip),,,t ,2
By: ' /.fJ By: Ar.d^
CHAIRMAN, WELD COUNTY 04/ 6/94 Michael D. C ro 1
Title: BOARD OF COMMISSIONERS Title: Denver Operations Manager
Date: 04/04/94 Date: March 23. 1994
AGREE\AGREE\WELDCTY.PR0 940324
PART I
RUST E&I'S RESPONSIBILITIES
RUST E&I shall perform or furnish the services described in Exhibit 1 to this agreement.
PART II
CLIENT'S RESPONSIBILITIES
Client, at its expense, shall do the following in a timely manner so as not to delay the
Services.
A. INFORMATION/REPORTS
Furnish RUST E&I with all reports, studies, site characterizations, regulatory orders and
similar information in its possession relating to the Project. Unless otherwise specified
in Part I, RUST E&I may rely upon Client-furnished information without independent
verification in performing the Services.
B. REPRESENTATIVE
Designate a representative for the Project who shall have the authority to transmit
instructions, receive information, interpret and define Client's policies and make decisions
with respect to the Services.
C. DECISIONS
Provide all criteria and full information as to Client requirements for the Project, obtain
(with RUST E&I's assistance, if applicable) necessary approvals and permits, attend
Project-related meetings, provide interim reviews on an agreed-upon schedule, make
decisions on Project alternatives, and generally participate in the Project to the extent
necessary to allow RUST E&I to perform the Services.
PART III
COMPENSATION, BILLING, AND PAYMENT
Client shall pay RUST E&I for Services in accordance with Billing Rate Schedule as
attached.
n,
AGREE\AGREE\WELDCTY.PRO 2 9403
RUSTENVIRONMENT 8c
INFRASTRUCTURE PART IV
STANDARD TERMS AND CONDITIONS
1. STANDARD OF CARE. Services shall be performed in accordance with the relating to claims for injury or death to persons,damages to tangible property,or
standard of professional practice ordinarily exercised by the applicable profession other losses, alleged to be caused by any of the following: (a) any substance,
at the time and within the locality where the Services are performed. Professional condition,element,or material or any combination of the foregoing(i)produced,
services are not subject to, and RUST E&I can not provide, any warranty or emitted or released from the Project(ii)tested by RUST EM under this Agreement,
guarantee,express or implied,including warranties or guarantees contained in any or (iii) used or incorporated by RUST E&I in the Services; or (b) operation or
uniform commercial code. Any such warranties or guarantees contained in any management of the Project. Client also agrees to require its constructioncontractor,
purchase orders,requisitions or notices to proceed issued by Client are specifically if any,to include RUST E&I as an indemnitee under any indemnification obligation
objected to. to Client.
2. CHANGE OF SCOPE. The scope of Services set forth in this Agreement is 11. LIMITATIONS OF LIABILITY. No employee or agent of RUST E&I shall
based on facts known at the time of execution of this Agreement, including,if have individual liability to Client.
applicable,information supplied by Client. For some projects involving conceptual Client agrees that,to the fullest extent permitted by law,RUST E&I's total liability
or process development services, scope may not be fully definable during initial to Client for any and all injuries,claims, losses,expenses or damages whatsoever
phases. As the Project progresses,facts discovered may indicate that scope must arising out of or in any way related to the Project or this Agreement from any
be redefined. RUST E&I will promptly provide Client with an amendment to this causes including,but not limited to, RUST E&I's negligence,errors,omissions,
Agreement to recognize such change, which shall be deemed approved if not strict liability,or breach of contract shall not exceed the total compensation received
objected to within 15 days of receipt by Client. by RUST E&I under this Agreement. If Client desires a limit of liability greater
3. SAFETY. RUST E&I has established and maintains corporate programs and than that provided above, Client and RUST E&I shall include in Part III of this
procedures for the safety of its employees. Unless specifically included as a service Agreement the amount of such limit and the additional compensation to be paid to
to be provided under this Agreement, RUST E&I specifically disclaims any RUST E&I for assumption of such additional risk.
authority or responsibility for general job site safety and safety of persons other than IN NO EVENT AND UNDER NO CIRCUMSTANCES SHALL RUST E&I BE
RUST E&I employees. LIABLE TO CLIENT FOR CONSEQUENTIAL, INCIDENTAL, INDIRECT,
SPECIAL, OR PUNITIVE DAMAGES.
4. DELAYS. If events beyond the control of Client or RUST E&I, including,but
not limited to,fire,flood,explosion,riot,strike,war,process shutdown,act of God 12. ACCESS. Client shall provide RUST E&I safe access to any premises
or the public enemy, and act or regulation of any government agency, result in necessary for RUST E&I to provide the Services.
delay to any schedule established in this Agreement,such schedule shall be amended 13. REUSE OF PROJECT DELIVERABLES. Reuse of any documents or other
to the extent necessary to compensate for such delay. In the event such delay
exceeds 90 days, RUST E&I shall be entitled to an equitable adjustment in deliverables,including electronic media,pertaining to the Project by Client for any
compensation. purpose other than that for which such documents or deliverables without written
verification or adaptation by RUST E&I for the specific purpose intended,shall be
In the event RUST E&I is delayed by Client and such delay exceeds 30 days,RUST at the Client's risk. Client agrees to defend,indemnify,and hold harmless RUST
E&I shall be entitled to an extension of time equal to the delay and an equitable E&I from all claims,damages,and expenses,(including reasonable litigationcosts),
adjustment in compensation. arising out of such reuse or alteration by Client or others acting through Client.
5. TERMINATION/SUSPENSION. Either party may terminate this Agreement 14. AMENDMENT. This Agreement,upon execution by both parties hereto,can
upon 30 days written notice to the other party. Client shall pay RUST E&I for all be amended only by a written instrument signed by both parties.
Services,including profit relating thereto,rendered prior to termination,plus any 15. ASSIGNMENT. Except for assignments(a)to entities which control,or are
expenses of termination. controlled by,the parties hereto or(b) resulting from operation of law, the rights
and obligations of this Agreement cannot be assigned by either party without written
In the event either party defaults in its obligations under this Agreement(including permission of the other party. This Agreement shall be binding upon and inure to
Client's obligation to make the payments required hereunder),the non-defaulting the benefit of any permitted assigns.
party may, after 7 days written notice stating its intention to suspend performance
under the Agreement if cure of such default is not commenced and diligently 16. STATUTES OF LIMITATION. To the fullest extent permitted by law,
continued,and failure of the defaulting party to commence cure within such time parties agree that, except for claims for indemnification, the time period for
limit and diligently continue,suspend performance under this Agreement. bringing claims under this Agreement shall expire one year after Project completion.
6. OPINIONS OF CONSTRUCTION COST. Any opinion of construction costs 17. PREVAILING PARTY LITIGATION COSTS. In the event any actions are
prepared by RUST EM is supplied for the general guidance of the Client only. brought to enforce this Agreement,the prevailing party shall be entitled to collect
Since RUST E&I has no control over competitive bidding or market conditions, its litigation costs from the other party.
RUST E&I cannot guarantee the accuracy of such opinions as compared to contract 18. NO WAIVER. No waiver by either party of any default by the other party
bids or actual costs to Client. in the performance of any particular section of this Agreement shall invalidate any
other section of this Agreement or operate as a waiver of any future default,
7. RELATIONSHIP WITH CONTRACTORS. RUST E&I shall serve as
whether like or different in character.
Client's professional representative for the Services, and may make
recommendations to Client concerning actions relating to Client's contractors,but 19. NO THIRD-PARTY BENEFICIARY. Nothing contained in this Agreement,
RUST E&I specifically disclaims any authority to direct or supervise the means, nor the performance of the parties hereunder,is intended to benefit,nor shall inure
methods,techniques,sequences or procedures of construction selected by Client's to the benefit of,any third party,including Client's contractors,if any.
contractors.
20. SEVERABILITY. The various terms, provisions and covenants herein
8. CONSTRUCTION REVIEW. For projects involving construction, Client contained shall be deemed to be separate and severable, and the invalidity or
acknowledges that under generally accepted professional practice,interpretations of unenforceability of any of them shall not affect or impair the validity or
construction documents in the field are normally required,and that performance of enforceability of the remainder.
construction-relatedservices by the design professional for the projectpermits errors 21. AUTHORITY. The persons signing this Agreement warrant that they have
or omissions to be identified and corrected at comparatively low cost. Client agrees the authority to sign as, or on behalf of, the party for whom they are signing.
to hold RUST E&I harmless from any claims resulting from performance of
construction-related services by persons other than RUST E&I.
9. INSURANCE. RUST E&I will maintain insurance coverage for Professional,
Comprehensive General, Automobile, Worker's Compensation, and Employer's
Liability in amounts in accordance with legal, and RUST E&I's business,
requirements. Certificates evidencing such coverage will be provided to Client upon
request. For projects involving construction, Client agrees to require its
construction contractor,if any, to include RUST EM as an additional insured on
its policies relating to the Project. RUST E&I's coverages referenced above shall,
in such case,be excess over contractor's primary coverage.
10. INDEMNITIES. To the fullest extent permitted by law, RUST E&I shall
indemnify and save harmless Client from and against loss, liability,and damages
sustained by Client, its agents, employees,and representatives by reason of injury
or death to persons or damage to tangible property to the extent caused directly by
the willful misconduct or failure to adhere to the standard of care described in
Paragraph l above of RUST EM, its agents or employees.
To the fullest extent permitted by law, Client shall defend, indemnify,and save
harmless RUST E&I, its agents, employees,and representatives from and against
loss, liability,and damages(including reasonable litigation costs) arising from or
AGREE AGREE 1WELDCTY.PRO 3 AQ�"�((��
9''10?2c1
RUST ENVIRONMENT & INFRASTRUCTURE
1994 COMPENSATION FOR SERVICES
STANDARD AGREEMENT
RUST Environment & Infrastructure will be compensated for professional services in accordance with the following
hourly billing rates:
General Description Hourly Billing Rates
Senior Consultant $125.00
Senior EAS II $120.00
Senior EAS I $110.00
Project EAS III $103.00
Project EAS II $ 95.00
Project EAS I/Senior Technician II $ 85.00
Staff EAS II/Senior Technician I $ 75.00
Staff EAS I/Project Technician II $ 70.00
EAS II/Project Technician I $ 65.00
EAS I/Staff Technician II $ 60.00
Staff Technician I $ 55.00
Technician II $ 45.00
Technician I/Word Processor $ 37.00
Project Support $ 30.00
EAS =Engineer, Architect, Scientist
RUST E&I will bill the CLIENT not less than monthly, with net payment due in 30 days. Past due invoices will be
subject to a service charge at the rate of I'2% per month. The monthly bill shall consist of a summary of direct labor
hours by RUST E&I's standard classifications, plus a listing of reimbursable costs incurred. A copy of the billing
format has been provided to CLIENT and CLIENT agrees that this format provides the level of detail acceptable for
its payment procedures. Unless CLIENT provides RUST E&I with a written statement of any objections to the bill
within 15 days of receipt, CLIENT shall be deemed to accept the bill as submitted.
The above rates includes all employees' wages, payroll burdens, overhead, and profit.
CLIENT is charged for time actually spent on the project. All timesheets are available for inspection at any reasonable
time.
Non-project stenographic, general clerical and accounting work,general office expense, and general administrative costs
are included in overhead. These costs are not billed separately.
Normal and reasonable time for contract negotiations are also covered in overhead; however, extended contract
negotiations or time spent resolving differences in terms and conditions, scopes of work, or change notices will be
billed at our project rates.
The hourly billing rates indicated above are for calendar year 1994 and are subject to revision and adjustments as of
January 1 of each calendar year.
AGREE\AGREE\WELDCTY.PRO 4
9LI 3As'
RUST ENVIRONMENT & INFRASTRUCTURE
1994 COMPENSATION FOR SERVICES
STANDARD AGREEMENT
In addition to regular hourly billing rates listed above the CLIENT will also pay for:
A. Overtime at straight time rates to the extent an employee works more than 40 hours per week for the CLIENT.
B. Cost of a record set of microfilm to be retained by RUST Environment & Infrastructure's files in cases where
the CLIENT wants the original tracings and for the cost of postage and insurance for mailing such original
tracings.
C. Cost of any office space an accompanying services used by CLIENT's representatives.
D. Use of computer services in design, project control reporting, cost control reporting, an other services. RUST
Environment & Infrastructure's Computer Price Schedule is available upon request.
E. Use of RUST Environment & Infrastructure's computer aided design equipment in the preparation of drawings
and engineering reports (material lists, line lists, and instrument indexes, etc.). Billing rates for computer aided
design applications are contained in the Computer Price schedule. These charges include the cost of equipment
and supplies.
F. All reproductions on behalf of the assignment at our standard rates.
G. All field office expenses.
H. Cost for the use of field equipment, safety equipment, and field sampling equipment in accordance with the
project Equipment Fee Schedule.
I. Telex, TWX, postage, and courier service.
J. Travel and subsistence of RUST Environment & Infrastructure personnel incurred on behalf of the project.
(Current rate for the use of personal cars is 28 cents per mile and is subject to semiannual revision.)
K. Cost plus 15 percent of outside consulting and/or professional services - such as, analytical, drilling, legal,
accounting, engineering, and other specialized services. RUST Environment & Infrastructure will obtain
CLIENT's approval before authorizing such services.
L. Cost plus 50 percent of individuals performing services under the direction, supervision, and control of RUST
Environment &Infrastructure, but who are actually employees of a third party with whom RUST Environment &
Infrastructure has an agreement for such services. RUST Environment & Infrastructure will obtain CLIENT's
approval before authorizing such services.
M. Pay for expert witness testimony equal to 11/2 their hourly billing rate.
AGREE\AGREE\WELDCTY.PRO 5
940..14/11
RUST E&I
1994 CLIENT COMPUTER BILLING RATES
General Description Billing Rates
CAD Design Workstation $25.00 per hour
CAD Drafting Workstation $20.00 per hour
Personal Computer $16.00 per hour
Word Processing Workstation $10.00 per hour*
VAX Computer Connect Time $10.00 per hour**
Plotting System (Black & White) $6.00 per plot
Plotting System (Color/Mylar) $12.00 per plot
* Certain contracts include the recovery of word processing workstations in the billing', rate
schedule for full time word processing operators. In these situations, word processing
workstations are not billed separately.
** Billing rates for applications requiring substantial VAX processor resources will be quoted
on an as needed basis.
Unique software application development and computer processing rates will be quoted on a per
request basis.
These rates are effective for any computer utilization after!January 1, 1994.
AGREE\AGREE\WELDCTY.PRO 6
RUST E&I
1994 REPRODUCTION PRICE SCHEDULE
Application Cost per Unit
Prints $.11 per sq. ft.
Sepias $.45 per sq. ft.
Plain Bond Copies: 8' x 11 $.11 per sheet
Color Printed Originals $2.00 per page
11 x 17 Black and White Originals $2.00 per page
Reproductions which we are not equipped to Invoice cost to
do in-house RUST Environment & Infrastructure
AGREE\AGREE\WELDCTY.PRO 7 9103744
ENVIRONMENT& EXHIBIT I
INFRASTRUCTURE
RUST Environment & Infrastructure (RUST E&I) is pleased to submit this proposal for
preliminary realignment of Weld County Road 27 1/2 running past the Central Weld Sanitary
Landfill. Based on our recent telephone discussions and the copy of the approximate horizontal
realignment you faxed us, we understand that the road will be realigned to the east of the
existing alignment from approximately 1,400 feet north of the landfill to approximately 400 feet
south of the landfill. The total length of the proposed realignment is approximately 3,100 feet.
Since we have been involved in recent work in this area, we have three-dimensional digital files
of the topography developed from aerial photographs through the areas of the proposed
realignment. These files are routinely used in combination with Intergraph Inroads software
to efficiently execute the engineering design, determine earthwork volumes and prepare
drawings including plans, profiles, and cross-sections. By using the Intergraph Inroads
software, we can easily make adjustments to the design subsequent to review and comment on
the drafts and readily recalculate the resulting earthwork volumes and efficiently portray the
revised alignment.
Based on our discussions, we understand the desired scope of work is as follows:
• Locate the horizontal alignment prepared by you on the existing topography;
• Obtain a vertical profile of the natural ground surface along the proposed
horizontal alignment and design a vertical alignment for the center line of the
proposed road realignment;
• Utilize a template cross-section to determine the required cuts and fills along the
proposed alignment (The template will consist of 24-foot wide paved road with
eight-foot shoulders and 4:1 slopes in both cut and fill. In the cut sections the
4:1 slope from the edge of the shoulder will extend 12 feet from the edge of the
shoulder to provide a V-shaped ditch three-feet deep.);
• Determine the cut and fill earthwork volumes along the proposed alignment; and
• Prepare cross-sections showing typical and/or maximum cut and fill sections at
two to four locations along the proposed realignment.
The above information will be presented as a set of drawings showing the proposed alignment
in plan and profile (along with the existing ground) and cross-sections to show typical and/or
maximum cut-fill sections. We understand the desire on this preliminary design is to obtain
a pleasing vertical alignment that will serve well if the county road is upgraded to an arterial.
A balanced cut-fill is not a goal at this time.
We propose to perform the services needed to execute the above scope of work on a time-and-
material basis in accordance with our standard fees and terms and conditions which are
attached. We estimate our fees for this work will be $2,500 which included one iteration on
the vertical alignment of the revised County Road 27 1/2. Should additional iterations be
requested by you, we will be able to perform the iterations at $200 each. You also indicated
a three-dimensional drawing showing the proposed realignment would be useful for presentation
to County Commissioners and other interested parties. We can provide a three-dimensional
wire frame or mesh drawing showing the proposed realignment as it fits in the existing
topography for an additional $500. All of the above work can be done within two to three
weeks of an authorization to proceed on the project. 0Quality through teamwork
RugENVIRONMENT&
INFRASTRUCTURE
Formerly Applied Environmental-SEC Donohue RUST Environment&Infrastructure Inc.
6143 South Willow Drive,Suite 200
Englewood,CO 80111-5123
Tel.(303)694-6660•FAX(303)694-4410
March 23, 1994
Mr. Drew Scheltinga, P.E.
Weld County Engineering Department
9333 North 11th Avenue
Greeley, Colorado 80631
Re: Proposal for Preliminary Realignment of Weld County Road 27 1/2
Dear Mr. Scheltinga:
RUST Environment & Infrastructure (RUST E&I) is pleased to submit this proposal for
preliminary realignment of Weld County Road 27 1/2 running past the Central Weld Sanitary
Landfill. Based on our recent telephone discussions and the copy of the approximate horizontal
realignment you faxed us, we understand that the road will be realigned to the east of the
existing alignment from approximately 1,400 feet north of the landfill to approximately 400 feet
south of the landfill. The total length of the proposed realignment is approximately 3,100 feet.
Since we have been involved in recent work in this area, we have three-dimensional digital files
of the topography developed from aerial photographs through the areas of the proposed
realignment. These files are routinely used in combination with Intergraph Inroads software
to efficiently execute the engineering design, determine earthwork volumes and prepare
drawings including plans, profiles, and cross-sections. By using the Intergraph Inroads
software, we can easily make adjustments to the design subsequent to review and comment on
the drafts and readily recalculate the resulting earthwork volumes and efficiently portray the
revised alignment.
Based on our discussions, we understand the desired scope of work is as follows:
• Locate the horizontal alignment prepared by you on the existing topography;
• Obtain a vertical profile of the natural ground surface along the proposed
horizontal alignment and design a vertical alignment for the center line of the
proposed road realignment;
• Utilize a template cross-section to determine the required cuts and fills along the
proposed alignment (The template will consist of 24-foot wide paved road with
eight-foot shoulders and 4:1 slopes in both cut and fill. In the cut sections the
4:1 slope from the edge of the shoulder will extend 12 feet from the edge of the
shoulder to provide a V-shaped ditch three-feet deep.);
• Determine the cut and fill earthwork volumes along the proposed alignment; and
• Prepare cross-sections showing typical and/or maximum cut and fill sections at
two to four locations along the proposed realignment.
Quality through teamwork GJ
9410224
Mr. Drew Scheltinga, P.E.
Weld County Engineering Department
March 23, 1994
Page 2
The above information will be presented as a set of drawings showing the proposed alignment
in plan and profile (along with the existing ground) and cross-sections to show typical and/or
maximum cut-fill sections. We understand the desire on this preliminary design is to obtain
a pleasing vertical alignment that will serve well if the county road is upgraded to an arterial.
A balanced cut-fill is not a goal at this time.
Per our discussion on March 21, 1994, we propose to perform the services needed to execute
the above scope of work on a time-and-material basis in accordance with our standard fees and
terms and conditions which are attached. We estimate our fees for this work to be $2,500
which includes one iteration on the vertical alignment of the revised County Road 27 1/2.
Should additional iterations be requested by you, we will be able to perform the iterations at
$200 each. You also indicated a three-dimensional drawing showing the proposed realignment
would be useful for presentation to County Commissioners and other interested parties. We
can provide a three-dimensional wire frame or mesh drawing showing the proposed realignment
as it fits in the existing topography for an additional $500. All of the above work can be done
within two to three weeks of an authorization to proceed on the project.
We have enclosed a copy of our standard fee schedule and terms and conditions for your
review. We have also enclosed a copy of a services agreement. If our proposal meets your
approval and you wish to proceed with the project, please sign and return one of the original
services agreements to us.
If you have any questions or need clarification on this proposal, please give us a call at your
earliest convenience. We look forward to working with on this interesting project and will
provide you with a cost-effective timely quality product.
Sincerely,
RUST ENVIRONMENT & I RASTRUCTURE
Michael R. Heinstein
Lead Engineer, Solid Waste Group
Randall ompson
Section Manager, Engineering Group
Enclosures
cc: N. Scheaffer
M. Carroll
L. Floyd
File
AGREE\AGREE\WELDCTY.Pro
940r7.21.1
mEmoRAnDum
1111c, To Clerk to the Board Data March
COLORADO From Drew Scheltinga County Engineer. Public Works \ g tea]!
Subject: Agenda Item
Please add the following to the Board's agenda:
"Approval of the agreement with RUST Environmental & Infrastructure
for the alignment of WCR 27.5. "
This agreement is consulting engineering services for the proposed alignment
of WCR 27.5 around the Waste Services Landfill. It is to determine the
feasibility and extent of the earthwork for the proposed alignment. The basic
work will cost $2,500 with any additional iterations at $200 each.
Appropriate documentation is attached.
DS/pds:ctbl2
Attachment
cc: Commissioner Kirkmeyer
File
lt` 724
Hello