HomeMy WebLinkAbout20151715.tiff RECEIVED
JUN 0 4 2015
MEMORANDUM
Lo
MISSIONERIONERS
TO: Esther Gesick, Clerk to the Board DATE: June 3, 2015
�� G DU T Y U� FROM: Clay Kimmi, P.E., CFM, Public Works
SUBJECT: Change Order#1 to Atkins Permanent Flood Repair
Work Order#9 — FIR Design for Roadway and Bridge Repairs to EM-BR53-58A.
Please place the attached agreement on the BOCC Agenda.
The attached agreement is for a change order to Atkins' work order for designing the roadway and bridge
repairs at EMBR53-58A. The Board has previously seen this item as a pass around. The approved pass
around was returned to Public Works on May 27, 2015.
In September 2014, CDOT and FHWA authorized the County to begin the 30% design for the
replacement of CR 53 and bridge BR53-58A. The County contracted with Atkins to do the design work.
In March 2015, Atkins and the County submitted a report to CDOT outlining three possible alternatives to
making CR 53 more resilient to flooding. Option 1 was to do nothing and just leave the roadway and
bridge in their current configuration. Option 2 was to install a 500 ft long viaduct between BR53-58A and
CR 388. Option 3 was to bring CR 53 up to current design standards. As a result of bringing CR 53 up to
current design standards, BR53-58A must be replaced.
On April 7, 2015, CDOT and FHWA approved proceeding to 30% design on Option 3. At the same time,
FHWA required the County to go through a Risk and Resiliency (RnR) Analysis. As of January 2015, the
County had been told by CDOT that an RnR Analysis would not be required. However, between January
and April, CDOT apparently refined the RnR Analysis procedures to a point that FHWA wanted to require
the procedure on all future flood recovery projects involving anything other than restoring the site to pre-
flood conditions.
As a result of FHWA's requirement, Atkins' scope of work for Work Order#9 has changed and they need
to provide CDOT with much more data than what was originally required to be submitted. In order for
Atkins to supply the required data, Change Order No. 1 is being requested. The Change Order is for the
amount of $10,535.00. It includes approximately 71 hours of Atkins staff time to compile the information
and to meet with CDOT for the RnR Analysis. It should be noted that FHWA will be responsible for
82.79% ($8,721.93) of the change order costs, the State will be responsible for 8.605% ($906.54) of the
change order costs, and the County will be responsible for 8.605% ($906.54) of the change order costs.
The original professional services agreement for Atkins has a document number of 2014-0117 and a bid
number of 81300201. The professional services agreement was renewed for 2015. The document
number for the renewal of the professional services agreement is 2014-3764. Work orders for flood
repairs are written under the professional services agreement and approved by the BOCC. Work order
number 9 has a document number of 2014-2745.
I will plan on attending the BOCC hearing to answer any questions that the Board may have regarding
this agreement.
2015-1715
LQ1f0 CC : ?�(C -ire o EGco72
BG 00%5
page loft
MWeld County Hood 2013 lesion 210 de Specific ProjectsHr idle Projects+3-08AAPhasse 2 Work:C onespondence'.Ati<inss CO Memo to Clerk to the Itoned G-3-
15.doc,z
BOARD OF COUNTY COMMISSIONERS
PASS-AROUND REVIEW/WORK SESSION REQUEST
RE: Change Order NI to Atkins Flood Recovery Work Order 09—30% Design for EM-BR53-58A Replacement
DEPARTMENT: Public Works DATE; 5-20-15
PERSON REQUESTING: Clay Kimmi
Brief description of the problem/issue:
1n September 2014,CDOT and FHWA authorized the County to begin the 30%design for the replacement of CR 53 and
bridge BR53-58A. The County contracted with Atkins to do the design work. In March 2015, Atkins and the County
submitted a report to CDOT outlining three possible alternatives to making CR 53 more resilient to flooding. Option 1
was to do nothing and just leave the roadway and bridge in their current configuration. Option 2 was to install a 500 ft
long viaduct between BR53-58A and CR 388. Option 3 was to bring CR 53 up to current design standards. As a result of
bringing CR 53 up to current design standards, BR53-58A must be replaced.
On April 7, 2015, CDOT and FHWA approved proceeding to 30% design on Option 3. At the same time, FHWA
required the County to go through a Risk and Resiliency (RnR) Analysis. As of January 2015, the County had been told
by CDOT that a RnR Analysis would not be required. However, between January and April, COOT refined the RnR
Analysis procedures to a point that FHWA is requiring this process on all future flood recovery projects involving
anything other than restoring the site to pre-flood conditions.
The RnR Analysis FHWA/CDOT are requiring was never included in Atkins original scope of work for Work Order#9.
The RnR process requires Atkins to provide COOT with much more data; therefore, in order for Atkins to supply the
required CDOT data, Change Order No. 1 is being requested in the amount of$10,535.00. It includes approximately 71
hours of Atkins staff time to compile the information to meet CDOT/FHWA's RnR Analysis requirements. It should be
noted that FHWA will be responsible for 82.79% ($8,721.93)of the change order costs, the State will be responsible for
8.605% ($906.54) of the change order costs, and the County will be responsible for the remaining 8.605% ($906.54)of
the change order costs.
What options exist for the Board? (Include consequences,impacts,costs,etc.of options)
1. Approve the Change Order request. The project will be able to proceed to the 30%design and ultimately the final
design level. Once the final design level is completed, Weld County will be able to go to construction on CR 53
and bridge 53-58A. The new roadway and bridge will be designed to accommodate the 100-year flood event
without overtopping.
2. Request a work session to discuss further.
3. Do not approve the Change Order request. The project will not be able to proceed to the 30% design level and •
ultimately the final design level.
Recommendation: Due to the FHWA reimbursement, staff recommends approval of the Change Order request.
Approve Schedule
Recommendation Work Session Comments
Barbara Kirkmeyer,Chair
Mike Freeman
Sean P.Conway
Steve Moreno
Julie Cozad
CHANGE ORDER NO. 1 TO WORK ORDER#9
Date: June 2,2015
Project: EM-BR53-58A 30% DESIGN FOR BRIDGE REPLACEMENT& ROADWAY IMPROVEMENTS
Owner: Weld County,Colorado
Consultant: Atkins North America,Inc
The following change is hereby made to the Contract Documents: The original scope of services related to the
Agreement for Professional Services dated January 13,2014 needs to be modified. On April 7,2015,CDOT and FHWA
approved proceeding to the FIR design level for the CR 53 roadway improvements and the replacement of BR53-58A.
FHWA required the County to go through a Risk and Resiliency(RnR)Analysis. As of January 2015,the County had
been told by CDOT that an RnR Analysis would not be required. However, between January and April, CDOT
apparently refined the RnR Analysis procedures to a point that FHWA wanted to require the procedure on all future flood
recovery projects involving anything other than restoring the site to pre-flood conditions. As a result of FHWA's
requirement,Atkins' scope of work for Work Order#9 has changed and they need to provide CDOT with much more
data than what was originally required to be submitted. In order for Atkins to supply the required data,Change Order No.
I is being requested. Details of the scope of services are described in the attached documents provided by the
consultant:
• Scope of Work
• Fee Estimate
CHANGE TO CONTRACT PRICE:
Original Contract Price: $189,181.50
Current Contract Price adjusted by previous Change Order: $0.00
The Contract Price due to this Change Order will be increased by: $10,535.00
The new Contract Price, including this Change Order,will be: $199,716.50
CHANGE TO CONTRACT TIME:
The Contract Time will be increased by 0 months.
The date for completion of all Work will be: December 3l.2015 .
RECOMMENDED:
;1
Project Manager: Date: 41/3//.5--
ay Kimmi,P.E.
County Engineer: az L Date: oeyo 4---
Don Dunker, P.E.,
APPROVALS:
_ 6
Consultant: Date: 4/40/ S
tkins North America, Inc.
COUNTY OF WELD, a body corporate and politic of the STATE OF COLORADO, by and through the
BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD
ATT !` SIC �CLLc'� BOARD OF WELD COUNTY, OLORADOTY SSIONERS
Weld C6utyy Clerk to the Boa d •
BY:
,
ara Kir i ti
Deputy Cle to the Bo. : S'+� /'Barbkme er Chair
P #N' 4a� y JUN 1 0 2015
APPROVED AS TO F l D "••• i1/42� APPROVED AS TO ANCE:
it61 ,
Controller/Fina f9e Dir � !� \ E d lc- or Department Head
rte'
APPR :
i
County �, y'
,2O/S /7/S'
EXHIBIT A
SCOPE OF WORK FOR
WCR 53 30%Risk and Resiliency Addendum
Em-Br53/58A
I. GENERAL
Description of the project
The scope of services will include the work items necessary to support Weld County with CDOT's Risk
and Resiliency (RnR)calculations and coordination. This effort is additional support to the WCR53 30%
FIR Bridge Design already in progress and will help secure funding for the proposed roadway project.
Assi2nments of responsibilities of the parties involved
Weld County Project Manager:
Clay Kimmi, PE, CFM
Weld County Public Works
1111 H Street
Greeley, CO 80632
Names of Key Personnel Responsible for Work:
Atkins Project Manager:
Pedro Fernandez, PE
4601 DTC Boulevard, Suite 700
Denver, CO 80237
303.221.7275 phone
720.475.7049 direct
720-320-9673 cell
303.221.7276 fax
pedro.fernandez@atkinsglobal.com
Dan Liddle, PE, Principal in Charge
II. SCOPE OF SERVICES AND COST ESTIMATE
The scope of services for the project includes project management, revised hydraulic analysis,
development of project alternative quantities and updating CDOT's RNR Data Sheets.
A. RnR MEETINGS AND COORDINATION
Atkins shall attend meetings at the request of Weld County to support the RnR process for
WCR 53.A total of 2 on-site meetings is assumed.Atkins shall also communicate with Weld
County staff, CDOT and CDOT contractors to complete the RnR data worksheets and support
the completion of the RnR process to gain project funding
B. HYDRAULIC DESIGN
Atkins hydraulic staff will revise previous hydraulic models of the South Platte River to incorporate
newly developed CDOT peak discharges. The revised analysis will be used to complete portions of the
RnR data sheet and show impacts of proposed project alternatives.
Scope of Services
WCR 53 RNR Addendum
Em-BR53/58A
C. RnR Data Sheet
Atkins will compile project alternatives and input estimated project quantities into CDOT's Data
Sheet. Quantity information is expected to include (but not limited to): pavement, base material, fill,
culverts, bridge, wingwalls, turf reinforcement mat, and rock rip rap. Project alternative information
will be provided for the Replace In Kind (RIK) and Replace TO Standards (RTS) alternatives. Per
direction from CDOT,this RnR activity will not include Betterments analysis.
III.DELIVERABLES-The following is an estimate of the deliverables required for this project.
• Draft RnR Sheet for RIK and RTS tabs
IV. LIST OF ASSUMPTIONS
1. Revised peak discharges will be provided by CDOT.
2. RnR sheet will be completed for RIK and RTS tabs but not for the Betterments tab.
3. No more than two on-site meetings.
2 of 2
Si
!it A
RI
E to
g4 h
6c* wt
. & ga` ( ! - !
U -Pic \
U /\ / /!
mc
cc : 0z
no a
gig
! . rd,§! L °
L
) / go Z '0 }
! _ « P
_
! ! i {; O
44, CDOT COLORADO
CO A. Department of Transportation
Region 4
Flood Recovery Office
1901 55th Ave, Suite 110
Greeley, CO 80634
Date: April 7, 2015
To: File
From: Gina Fox - Local Agency Coordinator
Subject: Weld County Site 5, Sub Account Number: 20480, Project Number: ER C030-067
The purpose of this memorandum is to document concurrence to move forward to FIR with
the preferred Alternative #3 from Weld County's design alternatives.
Design Alternatives for Permanent Repairs:
1. Repair in Kind—Completed as ER work/ No Permanent Repair
2. Provide additional conveyance to prevent overtopping of the roadway during the 100-yr event
3. Raise roadway to meet current roadway design standards and prevent overtopping of the
roadway during the 100-yr event
Design Alternative #3 is preferred because of the reasons listed below:
• Lower cost
• Meets current design standards
• Maintains South Platte River in its defined banks for the 500-year event
• Maintains access for emergency vehicles from the Kersey fire department located south of the
Bridge—Detour Length is 10 miles
Alternative #2 Alternative #3
Roadway meets Current Design Standards No Yes
Estimated Construction Costs $4,585,634 $5,171,341
Estimated Property Acquisition Costs $2,576,650 $13,250
Estimated Total Costs $7,162,284 $5,184,591
Note: Upon completion of the FIR, the Preliminary Design Estimate of Probable Construction
Cost will be provided.
1901 56th Ave., STE 110, Greeley, CO 80634 P 970.350.2328 F 970.330.0114 www.coloradodot.lnfo N��\f 9
S
RESOLUTION
RE: APPROVE WORK ORDER FORM(FLOOD REPAIRS -EM-BR53/58A) PURSUANT TO
AGREEMENT FOR 30% DESIGN FOR REPLACEMENT OF BRIDGE AND
AUTHORIZE CHAIR TO SIGN -ATKINS NORTH AMERICA, 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 Work Order Form (Flood Repairs -
EM-BR53/58A) Pursuant to Agreement for 30% Design for Replacement of Bridge 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 Atkins North America, Inc.,
commencing January 13, 2014, with a completion date of March 31, 2015, and with further terms
and conditions being as stated in said work order form, and
WHEREAS, after review, the Board deems it advisable to approve said work order form, 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 Work Order Form (Flood Repairs - EM-BR53/58A) Pursuant to
Agreement for 30% Design for Replacement of Bridge 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 Atkins North America, Inc., be, and hereby is, approved.
BE IT FURTHER RESOLVED by the Board that the Chair be, and hereby is, authorized to
sign said work order form.
The above and foregoing Resolution was, on motion duly made and seconded, adopted
by the following vote on the 8th day of September, A.D., 2014, nunc pro tuns January 13, 2014.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: dia - / C ( .. O;K t
5� �C1L4Vv�oJ�,
C16�++� b Rademach Chair
Weld County Clerk to the Board
(� n • t `ara Kirkmeyer Pro-Tem I
•
•
Bv' :f/1 . Y �f1A�11c7A CM_
dLty Clerk to the Boar r
r ' r`ri P. Conway
APP DAST • '
<e i,
1 Mike Free n
Coun tto ney 7� ---t/
pr William F. Garcia
Date of signature _
G C.:Y+Ja`fC.,F.2,e ti3M)CA,f Awf- 2014-2745
Cr56T5' rem LFa) EG0070
9118 BC0045
MEMORANDUM
86 r
11 , 5r t y TO: Esther Gesick, Clerk to the Board DATE: September 5,
.—j 2014
C p N?z FROM: Clay Kimmi, P.E., CFM, Public Works
SUBJECT: 30% Design for EM-BR53-58A Bridge Replacement
Please place the attached agreement on the BOCC Agenda. Please return a copy of the agreement to
me for my records.
Bridge BR53-58A(Kersey Bridge)was damaged during the 2013 flood. After the flood, the bridge and
road damage was repaired and the road was reopened to traffic. The bridge was constructed in 1957
and an evaluation of the bridge showed that it is undersized and does not meet current codes and
standards for bridges. The current roadway and bridge just barely passes the 10-year flood. Current
codes and standards for bridges require the passage of the 100-year flood.
Because the bridge does not meet current codes and standards, FHWA and CDOT are willing to evaluate
the possible replacement of the bridge. In order to do their evaluation,Weld County must provide a 30%
bridge and roadway design. After the 30% design is completed. FHWA and CDOT will perform a risk and
resiliency analysis to determine if the bridge replacement is cost beneficial. If they determine that it is
cost beneficial to replace the bridge, Weld County will be authorized to proceed with the final design and
construction of the bridge.
Atkins has provided a 30%design work order totaling$189,181 50. The 30% design is reimbursable at
82.79% (FHWA), 8.605% (State), and 8.605% (Weld County). Weld County's share of the design would
be 516,279.07, the State share would be$16.279.07, and the FHWA share would be$156,623.36.
It is anticipated that the total design fee(30% design and final design) for the bridge will be $631,197.
The construction of a new bridge is expected to be approximately$5.4 million. The total project is
expected to cost approximately$6 million with Weld County's share being approximately $516,500. Weld
County is in the process of applying for CDBG-DR grants that will be used to cover Weld County's share
of the project.
This work order was included in a BOCC pass-around that was approved by the Board on Friday,
September 5.
I will plan on attending the BOCC hearino to answer any questions that the Board may have regarding
this agreement.
2014-2745
e ye .of
M.A Id Couto,. ood')I5 A_rsh,n I ile Spec ill:f aleas=Rrdge Pt3jett5'_ _4P',Prase' . ik Wor:Grdcrc, Ai BR S.4.\Arians Wa§Order A:eem w
4r1t c.1oc.
ADDENDUM TO AGREEMENT FOR PROFESSIONAL SERVICES BETWEEN WELD
COUNTY AND ATKINS NORTH AMERICA, INC FOR (SEPTEMBER 2013 FLOOD
RECOVERY PROJECTS)—(WORK ORDER TYPE)
GGig+
This Addendum to the Agreement is made and entered into this ) day of reWn
ber
, 2014 by and between the County of Weld, a body corporate and politic of the State of
Colorado, by and through the Board of County Commissioners of Weld County, Colorado,
hereinafter referred to as "County," with offices located at 1150 'O' Street, Greeley, Colorado
80632, and Atkins North America, a corporation whose address is 4601 DTC Blvd., Suite 700,
Denver, Colorado 80237, hereinafter referred to as "Contract Professional".
WHEREAS,the parties entered into an Agreement for Professional Services on January
13, 2014, (referenced by Weld County Clerk to the Board document number 2014-0117),
hereinafter called the"Agreement"; and
WHEREAS, Section 3 of the Agreement allows for the extension of the term of the
Agreement upon specific written consent of the parties; and
WHEREAS, the County and the Contract Professional desire to extend the Agreement
pursuant to Section 3 of the Agreement, upon all terms as stated in the Agreement, except as
specifically described in this Addendum,below.
NOW, THEREFORE, it is agreed by the Parties that the following changes are made to
the aforementioned AGREEMENT as follows:
1. Add the following(capitalized) language to Section 3 of the Agreement:
"The term of this Agreement begins upon the date of the execution of this ADDENDUM
TO THE Agreement by County..."
2. Update Exhibit C to the Agreement to delete the Contract Professional's rate schedule
and replace it with Contract Professional's updated rate schedule,which is attached
hereto and fully incorporate herein.
All other terms and conditions set forth in the Agreement shall remain the same.
CONTRACT PROFESSIONAL
Signature Date
)cin ,CI L Lune ,/1 Vas IL^c. M
Name Title
Page 1 of 2
£OI+ 714
•
ATTEST: • iiJ C BOARD OF COUNTY COMMISSIONERS
Weld CountyClerk to 'o- d WELD COUNTY, COLORADO
_.� I n g �
BY: / a �4t ld -/ Qi yl c"i -4,c aii'i-.-Ult-/
i eputy rk to the A / Douglabf Rademac er, Chair DEC 0 8 2014
APPROVED AS TO FUNDING: APPROVED A STANCE:
/ -i o-ee-c
Controller El ficial or Department Head
APPROVED AS TO FORM: N/A
Director of General Services
C, C“...1,-c
County Attorney
Page 2of2
AC/'-3714
ATKINS
2015 HOURLY RATE SCHEDULE
Weld County Post Flood Engineering Services
Office Hourly Office Hourly
Engineering Rates Engineering Rates
Engineer III $93.00
Project Director $211.00 Engineer II $88.00
Engineer I $77.00
Sr.Designer II $149.00
Sr.Designer I $113.00
Sr.Project Manager $190.00 CAD Designer $108.00
Sr.CAD Technician II $93.00
Project Manager I $160.00 CAD Design Technician $82.00
Sr.Engineer 1V $185.00
Sr. Engineer III $165.00
Sr.Engineer II $124.00
Sr. Engineer I $113.00
Office Hourly Office Hourly
Engineering Rates Engineering Rates
Technical Coordinator 11 $91.00
Sr.Scientist I $108.00
Scientist II $85.00
Operations Coordinator II $93.00
Sr.GIS Analyst I $93.00
GIS Analyst II $77.00 Sr. Program Assistant I $58.00
Program Assistant 11 $52.00
Administrative Clerk $47.00
Sr. Landscape Architect $175.00 Sr.ROW Appraiser $170.00
Landscape Architect II $96.00 ROW Surveyor $125.00
Project Surveyor $133.00
Construction Hourly Construction Hourly
Services Rates Services Rates
Sr. Resident Engineer $146.00 Construction Mngt. Rep. II $76.00
Sr.Project Engineer II $124.00 Construction Mngt. Rep. I $67.00
Sr.Project Engineer I $103.00 Sr. Field Representative II $82.00
Sr.Construction Manager $124.00 Sr. Field Representative I $62.00
Construction Manager $108.00 Jr.Field Representative $41.00
Associate Construction Manager $93.00 Engineer 1 $77.00
Sub Services Hourly Sub Services Hourly
Tiglas Rates Shannon & Wilson,Inc. Rates
Officer $232.00
Principal Scientist $100.00 Sr. Associate $165.00
Associate $144.00
Sr.Principal $134.00
Principal $118.00
Senior $108.00
Category IV $98.00
Category III $91.00
Category III $82.00
Category I $74.00
Staff Consultant $150.00
Sr.Technician/Drafter $95.00
Technician/Drafter IV $81.00
Technician/Drafter III $71.00
Technician/Drafter II $66.00
Technician/Drafter I $56.00
Administrative $77.00
Sub Services Hourly
Woolpert Rates
Group Manager $196.00
Project Manager $154.00
Project Surveyor $134.00
Survey Technician $108.00
CADD Technician $93.00
2-man Crew $170.00
3-man Crew $267.00
1-man Crew $113.00
Clerical $67.00
Direct Expenses Rate
mileage(rate per mile) $0.56 or current IRS Standard Mileage Rate
Hello