HomeMy WebLinkAbout20161184 RESOLUTION
RE: APPROVE AGREEMENT FOR PROFESSIONAL SERVICES FOR WATTENBERG
WATER SYSTEM IMPROVEMENTS AND AUTHORIZE CHAIR TO SIGN - JVA
ENGINEERING
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 an Agreement for Professional Services
for Wattenberg Water System Improvements 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, and JVA Engineering, commencing upon full execution of signatures and ending, with further
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 Agreement for Professional Services for Wattenberg Water System
Improvements 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 JVA
Engineering, and hereby is, approved .
BE IT FURTHER RESOLVED by the Board that the Chair 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., 2016.
BOARD OF COUNTY COMMISSIONERS
�
WELD COUNTY, COLORADO
ATTEST: ��T�/�tAJ `� ��• V�0 �o e
Mike Freeman, Chair
Weld County Clerk to e BoardC-
Sean P. Conway, Pro-Tem ,�--
BY: '
De ty Cler to the Board �i��'�EL Ate) cam( gf?yeafre
A. Cozad
tik
OV
1861 DA ••",• ED
• ti.�
ra Kirkmeyer
ounty Attorney `!�i u `•
- l .''eve Moreno
y a�/Date of signature: (P
Ce-3'late)Ce2 Do r�J 2016-1184
,5.�� /Z EG0073
BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: JVA—Professional Services Agreement
DEPARTMENT: PUBLIC WORKS DATE: 3/28/2016
PERSON(S)REQUESTING: Elizabeth Relford& Don Dunker
Brief description of the problem/issue:
Staff is requesting to place the attached Professional Services Agreement (PSA) with JVA Engineering on the next
available BOCC agenda. This agreement has been reviewed and approved by the County Attorney's office. The intent of
the PSA is for JVA to design the Wattenberg Water System Improvements in accordance with the guidelines of the
Community Development Block Grant (CDBG) being administered by the county. JVA's PSA is for an amount not to
exceed$88,200 and the scope of work includes the following major tasks:
• Task 1 —Preliminary Design
o Task 1.1 —Project Kickoff
o Task 1.2-Geotechnical Investigation and Survey
o Task 1.3—Progress Meetings
• Task 2—Final Design
o Task 2.1 —New 102,000-Gallon Storage Tank
o Task 2.2—New WTP Building
o Task 2.3—Replacement of Metal Piping
o Task 2.4—New Spare Pump
o Task 2.5—Distribution Looping along Leona Avenue(Secondary to grant)
o Task 2.6—Basis of Design Report to CDPHE
• Task 3—Bidding and Construction Services
o Task 3.1 —Bid document development
o Task 3.2—New Storage Tank
o Task 3.3 -New WTP Building
o Task 3.4—Replacement of Metal Piping
o Task 3.5—Distribution Looping along Leona Avenue(Secondary to grant)
The CDBG funds may not be enough to cover the secondary tasks. It is staff's goal to include the water distribution
system as part of the design, so WIA could secure other grant funds to construct in the future.
Recommendation to the Board:
Staff recommends approval of the attached professional service agreement and request to place it on the next available
BOCC agenda.
Approve Schedule
Recommendation Work Session Comments
Mike Freeman,Chair rnF
Sean P. Conway, Pro-Tem
Julie A. Cozad
Barbara Kirkmeyer
Steve Moreno 2016-1184
Attachments: JVA PSA
WELD COUNTY AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN WELD COUNTY&CONTRACTOR, INCORPORATED- WATTENBERG CDBG
THIS AGREEMENT is made and entered into this 2 9 n4 day of March 2016, by and between the
County of Weld, a body corporate and politic of the State of Colorado, by and through its Board of County
Commissioners, whose address is 1150"O" Street,Greeley, Colorado 80631 hereinafter referred to as"County,"
and CONTRACTOR, Incorporated,a corporation,who whose address is 1319 Spruce Street,Boulder,CO 80302,
hereinafter referred to as"Contractor".
WHEREAS, County desires to retain Contract Professional as an independent Contract Professional to
perform services as more particularly set forth below; and
WHEREAS, Contract Professional has the ability, qualifications, and time available to timely perform
the services,and is willing to perform the services according to the terms of this Agreement.
WHEREAS,Contract Professional is authorized to do business in the State of Colorado and has the time,
skill, expertise,and experience necessary to provide the services as set forth below;
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the
parties hereto agree as follows:
1. Introduction. The terms of this Agreement are contained in the terms recited in this document and in Exhibit
A which forms an integral part of this Agreement. Exhibit A is specifically incorporated herein by this reference.
2. Service or Work. Contractor agrees to procure the materials, equipment and/or products necessary for the
Project and agrees to diligently provide all services, labor, personnel and materials necessary to perform and
complete the Project described in Exhibit A.
3. Term. The term of this Agreement begins upon the date of the execution of this Agreement by County, and
shall continue through and until Contractor's completion of the responsibilities described in Exhibit A. This
contract may be extended annually upon written agreement of both parties.
4. Termination. County has the right to terminate this Agreement, with or without cause on thirty (30) days
written notice. Furthermore,this Agreement may be terminated at any time without notice upon a material breach
of the terms of the Agreement.
5. Extension or Modification. Any amendments or modifications to this agreement shall be in writing signed
by both parties. No additional services or work performed by Contractor shall be the basis for additional
compensation unless and until Contractor has obtained written authorization and acknowledgement by County
for such additional services.
6. Compensation/Contract Amount. Upon Contractor's successful completion of the Project, and County's
acceptance of the same, County agrees to pay an amount no greater than $88,200, which is the amount set forth
in Exhibit B. County will not withhold any taxes from monies paid to the Contractor hereunder and Contractor
agrees to be solely responsible for the accurate reporting and payment of any taxes related to payments made
pursuant to the terms of this Agreement.
7. Independent Contractor. Contractor agrees that it is an independent Contractor and that Contractor's
officers, agents or employees will not become employees of County, nor entitled to any employee benefits from
020 ' //a
County as a result of the execution of this Agreement. Contractor shall perform its duties hereunder as an
independent Contractor. Contractor shall be solely responsible for its acts and those of its agents and employees
for all acts performed pursuant to this Agreement. Contractor, its employees and agents are not entitled to
unemployment insurance or workers' compensation benefits through County and County shall not pay for or
otherwise provide such coverage for Contractor or any of its agents or employees.
8. Subcontractors. Contractor acknowledges that County has entered into this Agreement in reliance upon the
particular reputation and expertise of Contractor. Contractor shall not enter into any subcontractor agreements
for the completion of this Project without County's prior written consent, which may be withheld in County's
sole discretion.
9. Ownership. All work and information obtained by Contractor under this Agreement or individual work order
shall become or remain (as applicable),the property of County.
10. Confidentiality. Contractor agrees to keep confidential all of County's confidential information. Contractor
agrees not to sell, assign, distribute, or disclose any such confidential information to any other person or entity
without seeking written permission from the County. Contractor agrees to advise its employees, agents, and
consultants, of the confidential and proprietary nature of this confidential information and of the restrictions
imposed by this agreement.
11. Warranty_ Contractor warrants that the services performed under this Agreement will be performed in a
manner consistent with the standards governing such services and the provisions of this Agreement. Contractor
further represents and warrants that all services shall be performed by qualified personnel in a professional and
workmanlike manner, consistent with industry standards, and that all services will conform to applicable
specifications.
12. Acceptance of Services Not a Waiver. In no event shall any action by County hereunder constitute or be
construed to be a waiver by County of any breach of this Agreement or default which may then exist on the part
of Contractor. Acceptance by the County of, or payment for, the services completed under this Agreement shall
not be construed as a waiver of any of the County's rights under this Agreement or under the law generally.
13. Insurance and Indemnification. Contractor shall procure at least the minimum amount of automobile
liability insurance required by the State of Colorado for the use of any personal vehicle. Proof of said automobile
liability insurance shall be provided to County prior to the performance of any services under this Agreement.
Professional Liability(Errors and Omissions Liability)The policy shall cover professional misconduct or lack
of ordinary skill for those positions defined in the Scope of Services of this contract. Contract Professional shall
maintain limits for all claims covering wrongful acts, errors and/or omissions, including design errors, if
applicable, for damage sustained by reason of or in the course of operations under this Contract resulting from
professional services. In the event that the professional liability insurance required by this Contract is written on
a claims-made basis, Contract Professional warrants that any retroactive date under the policy shall precede the
effective date of this Contract; and that either continuous coverage will be maintained or an extended discovery
period will be exercised for a period of two(2)years beginning at the time work under this Contract is completed.
Minimum Limits:
Per Loss $ 1,000,000
Aggregate $ 2,000,000
14. Indemnity. The Contractor shall, indemnify and hold harmless County, its officers, agents, and employees,
from and against injury, loss damage, liability, suits, actions,or claims of any type or character arising out of the
work done in fulfillment of the terms of this Contract or on account of any act, claim or amount arising or
recovered under workers' compensation law or arising out of the failure of the Contractor to conform to any
statutes, ordinances, regulation, law or court decree.
15. Non-Assignment. Contractor may not assign or transfer this Agreement or any interest therein or claim
thereunder, without the prior written approval of County.
16. Interruptions.Neither party to this Agreement shall be liable to the other for delays in delivery or failure to
deliver or otherwise to perform any obligation under this Agreement, where such failure is due to any cause
beyond its reasonable control, including but not limited to Acts of God, fires, strikes, war, flood, earthquakes or
Governmental actions.
17. Compliance with Law. Contractor shall strictly comply with all applicable federal and State laws, rules and
regulations in effect or hereafter established, including without limitation, laws applicable to discrimination and
unfair employment practices.
18. Non-Exclusive Agreement. This Agreement is nonexclusive and County may engage or use other
Contractors or persons to perform services of the same or similar nature.
19. Entire Agreement/Modifications. This Agreement including the Exhibit attached hereto and incorporated
herein, contains the entire agreement between the parties with respect to the subject matter contained in this
Agreement. This instrument supersedes all prior negotiations,representations,and understandings or agreements
with respect to the subject matter contained in this Agreement. This Agreement may be changed or supplemented
only by a written instrument signed by both parties.
20. Fund Availability. Financial obligations of the County payable after the current fiscal year are contingent
upon funds for that purpose being appropriated, budgeted and otherwise made available. Execution of this
Agreement by County does not create an obligation on the part of County to expend funds not otherwise
appropriated in each succeeding year.
21. Employee Financial Interest/Conflict of Interest — C.R.S. §§24-18-201 et seq. and §24-50-507. The
signatories to this Agreement state that to their knowledge, no employee of Weld County has any personal or
beneficial interest whatsoever in the service or property which is the subject matter of this Agreement.
22. Severability. If any term or condition of this Agreement shall be held to be invalid, illegal,or unenforceable
by a court of competent jurisdiction, this Agreement shall be construed and enforced without such provision, to
the extent that this Agreement is then capable of execution within the original intent of the parties.
23. Governmental Immunity. No term or condition of this contract shall be construed or interpreted as a
waiver, express or implied, of any of the immunities, rights, benefits, protections or other provisions, of the
Colorado Governmental Immunity Act §§24-10-101 et seq., as applicable now or hereafter amended.
24. No Third Party Beneficiary. It is expressly understood and agreed that the enforcement of the terms and
conditions of this Agreement, and all rights of action relating to such enforcement, shall be strictly reserved to
the undersigned parties and nothing in this Agreement shall give or allow any claim or right of action whatsoever
by any other person not included in this Agreement. It is the express intention of the undersigned parties that any
entity other than the undersigned parties receiving services or benefits under this Agreement shall be an incidental
beneficiary only.
25. Board of County Commissioners of Weld County Approval. This Agreement shall not be valid until it
has been approved by the Board of County Commissioners of Weld County, Colorado or its designee.
26. Choice of Law/Jurisdiction. Colorado law, and rules and regulations established pursuant thereto, shall be
applied in the interpretation, execution, and enforcement of this Agreement. Any provision included or
incorporated herein by reference which conflicts with said laws, rules and/or regulations shall be null and void.
In the event of a legal dispute between the parties, Contractor agrees that the Weld County District Court shall
have exclusive jurisdiction to resolve said dispute.
27. Public Employment Retirement Program. Contractor is responsible for notifying Weld County of any
previous participation in the Colorado Public Employee Retirement Program. Contractor must notify Weld
county of the most recent employment for a PERA contributing employer.
28. Public Contracts for Services C.R.S. §8-17.5-101. Contractor certifies, warrants, and agrees that it does
not knowingly employ or contract with an illegal alien who will perform work under this contract. Contractor
will confirm the employment eligibility of all employees who are newly hired for employment in the United States
to perform work under this Agreement, through participation in the E-Verify program or the State of Colorado
program established pursuant to C.R.S. §8-17.5-102(5)(c). Contractor shall not knowingly employ or contract
with an illegal alien to perform work under this Agreement or enter into a contract with a subcontractor that fails
to certify with Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement. Contractor shall not use E-Verify Program or State of Colorado program
procedures to undertake pre-employment screening or job applicants while this Agreement is being performed. If
Contractor obtains actual knowledge that a subcontractor performing work under the public contract for services
knowingly employs or contracts with an illegal alien Contractor shall notify the subcontractor and County within
three (3) days that Contractor has actual knowledge that a subcontractor is employing or contracting with an
illegal alien and shall terminate the subcontract if a subcontractor does not stop employing or contracting with
the illegal alien within three (3) days of receiving notice. Contractor shall not terminate the contract if within
three days the subcontractor provides information to establish that the subcontractor has not knowingly employed
or contracted with an illegal alien. Contractor shall comply with reasonable requests made in the course of an
investigation, undertaken pursuant to C.R.S. §8-17.5-102(5), by the Colorado Department of Labor and
Employment. If Contractor participates in the State of Colorado program, Contractor shall, within twenty days
after hiring an new employee to perform work under the contract, affirm that Contractor has examined the legal
work status of such employee, retained file copies of the documents,and not altered or falsified the identification
documents for such employees. Contractor shall deliver to County, a written notarized affirmation that it has
examined the legal work status of such employee,and shall comply with all of the other requirements of the State
of Colorado program. If Contractor fails to comply with any requirement of this provision or of C.R.S. §8-17.5-
101 et seq.,County, may terminate this Agreement for breach, and if so terminated,Contractor shall be liable for
actual and consequential damages.
Except where exempted by federal law and except as provided in C.R.S. §24-76.5-103(3), if Contractor receives
federal or state funds under the contract,Contractor must confirm that any individual natural person eighteen(18)
years of age or older is lawfully present in the United States pursuant to C.R.S.§24-76.5-103(4),if such individual
applies for public benefits provided under the contract. If Contractor operates as a sole proprietor, it hereby
swears or affirms under penalty of perjury that it: (a) is a citizen of the United States or is otherwise lawfully
present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required
by C.R.S. § 24-76.5-101,et seq.,and(c)shall produce one of the forms of identification required by C.R.S. § 24-
76.5-103 prior to the effective date of the contract.
29. Acknowledgment. County and Contractor acknowledge that each has read this Agreement,
understands it and agrees to be bound by its terms.Both parties further agree that this Agreement,with the attached
Exhibit A, is the complete and exclusive statement of agreement between the parties and supersedes all proposals
or prior agreements, oral or written, and any other communications between the parties relating to the subject
matter of this Agreement.
IN WITNESS WHEREOF, the parties hereto have signed this Agreement this ' day of February.
2016. Mi 1 (Mk-:>
CONTRACTOR:
By: Date ►r1 RKx-ili j ni 2491 (p
Name: MtcA►ik t, Kkr4 Lin/lcif
Title: SR. p2o3 c.T MPthiPtliErt
WELD COUNTY:
ATTEST: dads& Xigeoseic BOARD OF COUNTY COMMISSIONERS
Weld • n Clerk to the Bo rd WELD COUNTY, COLORADO
De ut Cl lc to he . �*
P Y ������ } �-a Mike Freeman, Chair APR 0 4 2016
APPROVED AS TO F I PPROVED AS TO CE:
Controller 1 �Ele a 1 or Depart nt I-lead
APP VED A TO FO N/A
v
i� Director of General Services
County Attorney
02,0/4, --//1*
•
EXHIBIT A
SCOPE OF WORK
The following proposed scope of work is based on eligibility with the Wattenberg Community Development
Block Grant(CDBG). The scope of work includes, but is not limited to design, Basis of Design report for
State review and approval of the water storage tank,and development of bid documents and some construction
services.
The scope of work includes the following major tasks:
• Task 1 —Preliminary Design
o Task 1.1 —Project Kickoff
o Task 1.2-Geotechnical Investigation and Survey
o Task 1.3—Progress Meetings
• Task 2—Final Design
o Task 2.1 —New 102,000-Gallon Storage Tank
o Task 2.2—New WTP Building
o Task 2.3—Replacement of Metal Piping
o Task 2.4—New Spare Pump
o Task 2.5—Distribution Looping along Leona Avenue
o Task 2.6—Basis of Design Report to CDPHE
• Task 3—Bidding and Construction Services
o Task 3.1 —Bid document development
o Task 3.2—New Storage Tank
o Task 3.3 -New WTP Building
o Task 3.4—Replacement of Metal Piping
o Task 3.5—Distribution Looping along Leona Avenue
Task 1—Meetings and Initial Investigations
Task I includes the project kickoff meeting,progress meetings,topographic survey,best available floodplain data,and
the geotechnical investigation report. Geotechnical investigation and potholing takes top priority for
completion following contract execution.
• Task 1.1 —Project Kickoff Meeting with Weld County, Wattenberg Improvement Association(WIA),
and Contractor.
• Task 1.2-Geotechnical Investigation,Potholing,and Survey
A geotechnical investigation will be required to inform the design. The geotechnical investigation will be used
to understand excavation and foundation requirements. The geotechnical work will include the following
scope:
• Drill one(1)test holes at least 25 feet deep at location to be determined by the soils engineer
(within the proposed storage tank footprint limits if possible).The test hole will be drilled to
evaluate the subsurface soil profile and to obtain samples for laboratory testing.
• Evaluate for groundwater levels in the test holes
• Conduct a laboratory testing program to evaluate the engineering characteristics of the
materials at the site (classification, moisture content, dry density, expansion/consolidation
potential,Atterberg limits,grain size analysis,water soluble sulfate content)
• Analyze the results of the field and laboratory investigations to develop geotechnical parameters
including:
o Subsurface exploration procedures and soil conditions
o Groundwater level observations and dewatering requirements(if needed)
o Boring location plan and bore logs
o proposed structure foundation types,bearing capacities,lateral earth pressures,predicted
performance
o General floor slab design and construction recommendations o
Exterior flatwork design and construction recommendations o
site grading/earthwork operations,excavation conditions
o utility installation recommendations
o water soluble sulfate content
o soil corrosivity
o lateral earth pressures.
• Prepare a report summarizing the data obtained,and present our conclusions and geotechnical
parameters.An electronic copy(PDF format)of the report will be provided along with three
(3) hard/paper copies. Field work, data analysis and report preparation will be conducted under
the supervision of a registered professional engineer.
Additionally, potholing will be undertaken to identify a minimum of four locations of the distribution water
line to confirm depth and material of construction.
Also, a topographic survey will be undertaken to inform the design. This effort will include a survey of the
parcel of land in order to gather topographic elevations and utility locations within the fenced portion of the
property. All elevations to be tied to a known benchmark and all utility locations will be shown based upon
field markings provided by a service locator as well as the WIA. Invert elevations will also be gathered on
specific structures. The field survey will be compiled in a drawing and CAD file in .dwg format.
Finally, in accordance with the grant, CONTRACTOR will provide an exhibit using the latest available
floodplain data to show the building and tank is out of the 100 year floodplain, or is mitigated by raising the
base flood elevation a minimum of 2' above.
• Task 1.3—Progress Meetings
This task includes time for two progress meetings to discuss the design with Weld County. The first
progress meeting is anticipated around 60% design completion. This meeting will update design
progress,cost estimates,and confirm that the design is progressing as agreed during kickoff.The second meeting
will be to discuss the complete design and next steps for bidding the project in preparation for construction.
Task 2—Detailed Design
Contractor will undertake detailed design of the recommended improvements and prepare a Basis of Design
report for State approval by the Colorado Department of Public Health and Environment(CDPHE) of the new
storage tank. The design will conform to the State's Design Criteria, and will be complete to obtain approval.
It is Contractor's understanding that the new storage tank is the only component requiring CDPHE review
and approval.
Contractor will prepare an intermediate submittal of design drawings (approximately 60% complete) for
review for Weld County. This submittal will include a preliminary list of proposed specifications as well as an
updated opinion of probable cost (OPC). Following discussion and review of this package with Weld County
and input from the WIA, Contractor will continue developing drawings and specifications to a level to support
the competitive bidding of the improvements. The OPC will be used to review the feasibility of each of the
proposed improvements and the total anticipated project cost as it relates to the proposed finance package.
The final design will include the drawings and technical specifications for the planned improvements along
with an update to the construction opinion of probable cost.
• Task 2.1 —New 102,000 Gallon Water Storage Tank includes the following:
• 24-inch thick, 35'diameter concrete base slab
• 102,000 gallon tank (assumed 23' diameter tank, with a 35' height including 24" of
freeboard)
• 4-inch overflow pipe to grade
• 2-inch feed pipe and isolation valve from WTP
• 6-inch drain pipe into distribution system and isolation valve
• Level indicator inside tank
• Demolition of existing tank
• Relocation of existing,buried waste/washdown storage tank
The new tank would be constructed on a concrete slab on grade, with interconnecting piping with the existing
tank and plant. Following construction of the new tank, the existing tank would be decommissioned and
demolished. The new tank would be coated steel, and would include an inlet, outlet, overflow, level
indicator, and internal access from top of tank via ladder. The new tank is proposed to be located in the
northwest corner of the existing site.
• Task 2.2—New WTP Building
This task includes design to address the two major issues with the WTP building:
1. Limited space for membrane module maintenance;
2. Severe corrosion in the chlorine shed.
Contractor will design a new wood or metal frame building with metal cladding to give better access to remove
the membrane modules. Contractor will also design a new outbuilding suitable for the corrosive chlorine
environment for disinfection (masonry or FRP)to replace the severely corroded existing chlorine shed and
relocate chlorination equipment into a more suitable building for the severely corrosive nature of the
disinfection equipment. Bid documents should address scheduling, since the new building construction must
take place in the footprint of the existing water storage tank following construction completion of the new
storage tank and demolition of the existing storage tank. Plant shut-downs will be required for tie-ins and
relocation of the treatment equipment. Coordination of plant shut-downs with residents will be important.
• Task 2.3—Replacement of Buried Metal Piping and Above Ground Copper Piping
This task involves the design for replacement of the known buried ferrous (galvanized, steel, or iron pipe)
and exposed piping copper piping in need of replacement.This task includes the following:
• Replacement of all buried 4-inch metal process pipe(appears to be combination of cast iron and ductile
iron pipe, plus buried 2-inch and larger galvanized pipe) and valves in WTP building with the
following:
o 20-feet of 4-inch PVC pipe from well head to WTP building
o 75-feet of 4-inch PVC pipe from the WTP building to the existing storage tank.
o 25 feet of 4-inch PVC Pipe from WTP building to distribution system
• Replacement of the 4-inch cast iron fittings with 4-inch steel(interior)or PVC(exterior):
o Seven(7)4-inch full bore tees
o Eight(8)4-inch 90 degree fittings
o Four(4)4-inch resilient wedge gate valves
o Two(2)4-inch 45 degree fittings
• Replacement of 2-inch copper piping with PVC
o 55 linear feet of piping
o Various tees and bend fittings, with couplings
• Temporary piping and valves to enable continued plant operation during work.
• Task 2.4—New Spare Groundwater Well Submersible Pumps. This task includes the detailed design for
a spare groundwater pump.
• Task 2.5—Distribution Line Looping Along Leona Avenue
This task includes designing the addition of a new 6-inch diameter pipe loop along Leona Avenue which
would connect to the existing 6-inch pipe along Leone Avenue between Henry Street and Edward Street then
extend south to the intersection of Leona Avenue and Frederick Street. The loop will then turn east along
Frederick Street and replace the existing 2-inch pipe. The new 6-inch pipe will also connect to the 6-inch
water main along Caroline Avenue. The total length of pipe to be installed is approximately 770 feet which
includes 340 feet of 6-inch pipe along Leone Avenue and 430 feet of pipe along Frederick Street. In accordance
with the grant, the looping water system is a secondary priority of the project. Therefore, if other issues are
discovered in the design, this task could be removed. It is Weld County's hope this design can be completed by
Contractor within the current budget limits and be included as a bid option with the construction documents.
• Task 2.6—Basis of Design Report to CDPHE
This Task includes the preparation of a report for the new storage tank following the Colorado
Department of Public Health and Environment's(CDPHE)State of Colorado Design Criteria for Potable Water
Systems and the Design Review Matrix Table A.1. Contractor will submit the report to CDPHE and follow
up with any additional clarification needed to obtain approval from the State for the recommended
improvements. The majority of the report is expected to address requirements for the new water storage tank.
This report will be submitted to CDPHE following the 60% review with Weld County and WIA.
Task 3—Bidding and Construction Services
• Task 3.1 -Bidding Assistance
Contractor's bid phase services include attendance at the mandatory pre-bid meeting and addendum
preparation. Contractor will also address Request For Information(RFIs) and questions, evaluate bids, and
make a contractor recommendation.
• Tasks 3.2—3.7—Construction Administration of Recommended Design Improvements
Contractor Tasks 3.2 — 3.7 involve construction administration of the recommended improvements. For the
improvements undertaken, services include but are not limited to review of product submittals and response to
contractor information requests. Construction record drawings will be produced from contractor submitted
records and shall be stamped by Contractor.
Weld County will provide the lead on the following construction phase activities:
• Processing pay applications
• Conducting employee wage interviews (as required)
• Daily inspections of construction progress, including photographs
• Maintenance of prime contractor file documentation as required by CDBG standards
• Approval of any minor contract revisions.
EXHIBIT B
BASIS OF PAYMENT
Exhibit B includes a detailed work breakdown structure(WBS)outlining the proposed tasks,personnel,and level
of effort for each recommended improvement.
These fees will be monthly billings based on percentage of the task completed to date and further detailed in the
following engineering services spreadsheet. This contract shall not exceed$88,200. Project amounts by task are
estimated as follows:
• Task 1 —Meetings and Investigations: $ 10,840
• Task 2—Detailed Design $ 61,180
• Task 3—Bidding and Construction Services $ 16.180
TOTAL ESTIMATED FEE S 88,200
!!§
Bl
f th
. |{k
2} l
, alas } * / a / }■ \aaSa-a a § §
, , ~ s kK 2. \ ] g) } ) \ f .
. . .
. 3 � f \ , |
j -- ii
/ ! %}
-
] „ $§/( § ! ! ! _ !2 NiE5g! ! # §
$ -- }, , , , .T... , , -;p #;,;_ a ,
) f 3e, ! , - - , .:1'..47.- .a a §
!!
-1-
!— _ . .
$ ,.
4 # ; ! f!!!
\ ; �� ; _ ®� }
t4 : s ; ! e-.. .
15
| ! 7 / } ` f i]
$} {� , . . .
/ ^! - - , , , . A ]k
\
T.
�) ! ! f ) 2 § / ! ;m m. 7 |
. \} A--
} _ - .. 7. , . . § V.0.^,:,,.2 , ,
g .
7 ;2 « ! ! R la ;|!@/a2 a 2) !§ »a & , ; _ . - : ,
k V.
_ - -, , n . . ; ;§ ^0.-.9,.. .
|z .
i) 1 !!!§ § ..1 3 , 5, 3! !§a!(!a ! |
!.i
!/| /_ . .
}}
!j
` ! { \ } 2
§ ) _ )|% )
\ ! 14ieldlill
! ) i| _ _\r r / a \ � fliki |2 { : \ \! | , Jr7 | !_�1 }If,f k\i� .1. }�,2 ;-222 -2 2 . . . n Jh!!! ;'!'!
4
Hello