HomeMy WebLinkAbout20123050.tiff CHANGE ORDER NO. 1
Date: April II.2014
Project: WCR 49/44 INTERSECTION DESIGN SERVICES
Owner: Weld County,Colorado��
Consultant: __. _.. S.E.H.,Inc.
The following change is hereby made to the Contract Documents: The original scope of services related to the
Agreement for Professional Services dated December 27,2012 needs to be modified. In order to keep the design moving,
S.E.H.was directed to do additional work that was not part of the original scope of work. Additional Survey and Right-
of-Way work associated with the preparation of Right-of-Way plans that are now complete and have been approved by
CDOT and are being used for Right-of-Way acquisitions. PW staff is planning to have the construction bid set ready by
May,2014. 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: $228.475.00_
Current Contract Price adjusted by previous Change Order: $0.00
The Contract Price due to this Change Order will be increased by: _$18.698.00
The new Contract Price,including this Change Order,will be: $247_373.00
CHANGE TO CONTRACT TIME:
The Contract Time will be increased by 3.5 months.
The date for completion of all Work will be: July 31.2014 .
RECOMMENDED: �' ..
�j..— ✓mil/ �1 J
Project Manager: __ � Date ,'__- ;�:--,--
(chard White,P.E.
County Engineer: - /7� 6 — __ Date. , 0//V-
Don Dunker, .E.,
APPROVALS: pi ,
Consultant: Tto Date
S. ..H.,Inc. .pr h C(
Owner: Lam' �►J�1`+ t/� - — ..— Date- -)4-14__. _
S D glas Rademacher(BOCC Chair)
CC: pw / chard
Frail t, ,ry cz h, A601 - 30570
4-14-14 ,eq clouts
BOARD OF COUNTY COMMISSIONERS
PASS-AROUND REVIEW/ WORK SESSION REQUEST
RE: WCR 49/WCR 44 Intersection Project - Design Contract Change Order Request
DEPARTMENT: Public Works DATE: 04/08/14
PERSON REQUESTING: R. White, E. Relford, Public Works
Brief description of the problem/issue:
The WCR 49/WCR 44 Intersection Project involves re-alignment of an offset intersection and designing and constructing
the ultimate four lane roadway. During the design survey work, it was discovered that two section corner monuments
existed. There was a monument at both offset locations of WCR 44 where they intersect with WCR49. The new
alignment will shift the east leg of WCR 44 north to align with the west WCR 44 alignment. It was also discovered that
the existing right-of-way along the west leg needed to be corrected along with the section corner conflict. Additional
work was required by the design consultant, S.E.H., to provide additional survey work for the section corner problem and
additional legal descriptions and right-of-way plans for WCR 44, beyond the original contracted scope of work. During
ROW negotiations, additional legal descriptions were also required as landowners requested changes to the proposed
ROW to avoid potential agricultural conflicts. Per the original contract total of $228,475, the amount of right-of-
way/survey work was $26,500, however the actual total amount will now be $46,854. The current design contract, which
is otherwise under budget, can absorb some of the additional $20,354 cost for the ROW work; however $ 18,698 is needed
to provide for completion of this design project.
A change order to add $ 18,698 to the WCR 49/WCR 44 Project design contract P.O. is needed to allow for the completion
of the final plans, specifications, and bid documents. Final revisions to the right-of-way plans are needed at this time, the
ROW acquisition is on hold due to the need for additional ROW plan revisions. The change order will provide for the
following remaining work by S.E.H:
• Design Clearance:
- Finalize the PS&E package addressing all post FOR comments: to be done by April 11
- County and CDOT final reviews of post FOR comments: to be done by April 14-18
- Final SEH responses to comments: to be done by April21 - 25
- Final ad set constructionpackage approvals by County and CDOT: to be done by April 30
• Answer questions and addendum if required during construction bidding
What options exist for the Board? (Include consequences, impacts, costs, etc. of options)
The Board can authorize a change order to add $ 18,698 to the WCR 49/44 Project design contract P.O. or not authorize
the change order. The change order is needed at this time to keep the project on track for biding in late summer of this
year. With this change order it will put the design cost at 5.2%u of the overall project costs, which follows the standard
compensation amount for ROW & design work.
Recommendation: Authorize staff to negotiate a change order with the design consultant S.E.H.
Approve Schedule
Recommendation Work Session Other/Comments:
Douglas Rademacher, Chair .-{0
Barbara Kirkmeyer, Pro-Tem D(c T "r ttt461&
Sean P. Conway
Mike Freeman m
aaia -3050
William F. Garcia LA] ,
CC : PW R;Onrnlfanoe( i e i
LI _ lel _ l I )
S
SEH
Building a Better World
for All of Us "
April 7, 2014
Mr. Richard White
Weld County Public Works
1111 H Street
Greeley, CO 80631
Dear Richard,
RE: Weld County Roads 49/44 Intersection Improvements Project
Summary of Additional Services Request
The non-ROW related design work can be covered by $ 13,688 being added to the original budget.
Additional ROW work requested by the County to complete right-of-way acquisitions is an additional
$3,010 for a total of $ 16,698 plus $2,000 to remain in OPS. The SEH contract limit and PO limit would
thus be raised by $18,698 from the original $228,475 to a new upper limit of$247,173.
Barring unforeseen design changes being requested by the County at this late date, SEH should be able to
finish all remaining design work, make the requested ROW plan changes and revised legal descriptions,
and provide post-design services through the bid opening process if the contract and PO limit is raised to
$247, 173 .
Please let me know if you have any questions.
Thanks.
Sincerely,
Pit %,Q 77 (je
Philip T. Weisbach, PE
Project Manager
Engineers I Architects I Planners I Scientists
Short Elliott Hendrickson Inc., 2000 South Colorado Boulevard, Suite 6000, Colorado Center Tower One, Denver, CO 80222-7938
SEH is an equal opportunity employer I www.sehinc.com I 720.540.6800 I 800.490.4966 I 888.908.8166 fax
•H,: r86� -��
'►� �u � MEMORANDUM
N r 2- TO: Clerk to the Board DATE: December 27, 2012
FROM: Wayne Howard, P.E., Public Works Department
Richard White, P.E., Public Works Department
SUBJECT: BOCC Agenda
Reference: Bid No. B1200129
Agreement for Professional Services with Short Elliott Hendrickson, Inc. for WCR 49-WCR 44
Intersection Improvements Design in the amount of$228,475.
The Scope of Work and the Agreement does not include construction services.
Attached is one original signed agreement.
Sf\Rancie\AgcndaRichardV ayne dote
C6,-4.) --ra
Z — 2 o I C C : Mare aJ Mona
— A2/r2- 36.50
Richard %/07013 EG 606,40
BOARD OF COUNTY COMMISSIONERS
REVIEW/WORK SESSION REQUEST
RE: Award of Contract for WCR 49-WCR 44 Intersection Improvements Design
DEPARTMENT: PUBLIC WORKS DATE: 12/14/12
PERSON REQUESTING: Wayne Howard, P.E., County Engineer
Brief description of the problem/issue:
PW has completed the consultant selection process and the BOCC approved the selection on 12/10/12 to Short
Elliott and Hendrickson(S.E.H.). The next step in the selection process is to complete a final scope of work
and fee. PW has met with S.E.H. staff to review the scope of work and design tasks that they included in their
proposal. Together we discussed slight modifications to their scope of work and associated tasks necessary to
accomplish the goals established by the County, which include safety improvements &to design the ultimate
section. We have also met with CDOT staff to verify the services comply with CDOT standards.
PW has successfully negotiated a final scope of work and associated fee of$225,260.00 with S.E.H. The
design fee is consistent with costs that we have paid in the past for similar work and PW believes this is the
appropriate effort required to complete this project and is in the best interest of the County. The design costs
make up approx. 10%of the anticipated project costs and the plans will be used for construction bidding
through the low bid process.The final scope of work, fee breakdown, and schedule is attached along with the
signed Agreement for Professional Services. PW has also prepared an option for construction inspection
services. The complexity of this project will require outside resources and S.E.H. has a CDOT certified
inspector located in the Greeley area which will save mobilization costs to the project site. The estimates cost \
for a construction inspector is$69,326 excluding materials testing. Should PW require these services at the
time of construction and the consultant has performed the design services satisfactorily, PW may recommend to
the BOCC that the contract be increased to include these services. This is mentioned under the compensation
portion of the Agreement for Professional Services.
What options exist for the Board:
The Board can choose to sign or not to sign the attached Agreement for Professional Services as presented. If
the Agreement is approved, Public Works will complete the design in 2013 with our goal to begin construction
in 2013. j
Recommendation to the Board:
I recommend signing the Agreement for Professional Services and proceeding with design of the WCR 49- /
WCR 44 Intersection Improvement Project.
Approve Schedule
Recommendation Work Session Comments
24)Sean P. Conway, Chair 719'L
Douglas Rademacher
as
Barbara Kirkmeyer 1(,iu 1 St(e Sc-u.,cc- . t
( ,44 s c< a.t<(, c ("�
William F. Garcia 14A. e a t1: n� k f
David E. Long
Attachments:Agreement for Professional Services, Scope of Work, Schedule,and Cost break down
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT is made and entered into thiso?h.d day of tint- try- , 2O03, by and between
the County of Weld, State of Colorado, by and on behalf of Public Works Departmefr'., whose address is 1111 H St.,
P.O. Box 758, Greeley, Colorado 80632, hereinafter referred to as "County Department," and Short Elliott
Hendrickson Inc., whose address is 4840 Pearl East Circle, Suite 200, Boulder, CO 80301, hereinafter referred to
as "Contract Professional."
WITNESSETH:
WHEREAS, County Department is in need of hiring an independent Contract Professional to perform the
following "Professional Services:" The design of WCR 49 & WCR 44 Intersection, as detailed in the Scope of Work
attached hereto as ordered by County Department and
WHEREAS, Contract Professional has the time available and is willing to perform the Professional
Services, according to the terms of this Agreement.
NOW, THEREFORE, in consideration of the mutual promises and covenants contained herein, the parties
hereto agree as follows:
1. TERM: The term of this Agreement shall be from date of execution shown above, through and until
completion of the Professional Services as defined in the attached Project Schedule. The term
may be extended by change order to this contract as agreed to by both parties, in writing.
2. SERVICES PROVIDED BY CONTRACT PROFESSIONAL: Contract Professional agrees to
perform the Professional Services for the compensation provided below and as attached in the Fee
Estimate.
COMPENSATION: County Department agrees to pay Contract Professional for all services
performed hereunder as follows: The Professional Services shall be provided at the rates set forth
in the Scope of Work and shall not exceed the maximum compensation of $ 228,475. This fee is
compensation for design services only as described in the attached Scope of Work and Fee
Summary. All compensation amounts payable after the current fiscal year are contingent upon
funds for that purpose being appropriated, budgeted, and otherwise made available. Any
additional services completed beyond those described in the Scope of Work shall be authorized by
the County Department at a fee negotiated between the County Department and Contract
Professional using the established hourly rates attached to this Agreement. Invoices will be paid
within 60 days of being received and accepted by the County Department.
3. INDEPENDENT CONTRACTOR: Contract Professional agrees that he or she is an independent
contractor and will not become an employee of County Department, nor is he or she entitled to any
employee benefits from County Department as a result of the execution of this Agreement.
4. INDEMNIFICATION, DESIGN AND INSURANCE: Contract Professional shall indemnify and hold
harmless County Department, its officers and employees, against liability for injury or damage and
losses, damages and expenses to the extent caused by any negligent act or omission by Contract
Professional or any person or organization for whom Contract Professional is legally liable in the
performance of services under this Agreement. Contract Professional shall be responsible for the
professional quality, technical accuracy, timely completion and the coordination of all services
rendered by Contract Professional and shall, without additional compensation, promptly remedy
and correct any negligent errors, omissions, or deficiencies. Contract Professional shall maintain
commercial general liability insurance in the amount of$1,000,000 per occurrence and errors and
omissions insurance in the amount of$1,000,000.
5. NON-ASSIGNMENT: Contract Professional may not assign or transfer this Agreement, any interest
therein or claim there under, without the prior written approval of County Department.
02O/1-3O5O
WCR 49/44 Intersection
Page 1 of 3
6. ACCESS TO RECORDS: County Department shall have access to Contract Professional's
financial records for the purposes of audit. Such records shall be complete and available for audit
90 days after final payment hereunder and shall be retained and available for audit purposes for at
least five years after final payment hereunder.
7. TERMINATION: Either party may terminate this Agreement at any time by providing the other party
with a 10-day written notice thereof. Furthermore, this Agreement may be terminated at any time
without notice upon a material breach of the terms of the Agreement. In the event of termination,
the Contract Professional shall supply the County Department with copies all work products
completed to date, including but not limited to electronic files, reports, computations, etc. All work
products completed on this project shall be owned by the County Department.
8. TIME OF THE ESSENCE: Time is of the essence in each and all of the provisions of this
Agreement.
9. ENTIRE AGREEMENT/MODIFICATIONS: This Agreement constitutes the entire understanding
between the parties with respect to the promises and covenants made therein. No modification of
the terms of this Agreement shall be valid unless made in writing and agreed to by both parties.
10. NON-APPROPRIATION: No portion of this Agreement shall be deemed to create an obligation on
the part of County Department to expend funds not otherwise appropriated in each succeeding
year.
11. WAIVER OF IMMUNITIES/THIRD PARTY LIABILITY: No portion of this Agreement shall be
deemed to constitute a waiver of any immunities of County Department or its officers or employees
may possess, nor shall any portion of this Agreement be deemed to have created a duty of care
with respect to any persons other than County Department and not a party to this Agreement.
12. COUNTY REPRESENTATIVE: County Department will designate, prior to commencement of
work, its project representative ("County Representative") who shall make, within the scope of his
or her authority all necessary and proper decisions with reference to the project.
13. MONTHLY REPORT: Commencing thirty (30) days after the date of execution of this Agreement
and every thirty (30) days thereafter, Contract Professional is required to provide County
Representative with a written report of the status of the work with respect to the Scope of Services,
Work Schedule, and other material information. Failure to provide any required monthly report
may, at the option of the County, suspend the processing of any partial payment request.
14. ACCEPTANCE NOT WAIVER: County Department's approval of drawings, designs, plans,
specifications, reports, and incidental work or materials furnished hereunder shall not in any way
relieve Contract Professional of responsibility for the quality or technical accuracy of the work.
County Department's approval or acceptance of, or payment for, any of the services shall not be
construed to operate as a waiver of any rights or benefits provided to County Department under
this Agreement.
WCR 49/44 Intersection
Page 2 of 3
IN 20'WITNESS WHEREOF, the parties hereto have signed this Agreement this day of joauu -c_
COUNTY DEPARTMENT:
ATTEST:\--trti1A Sw�. Q4- q.0 COUNTY OF WELD, STATE OF COLORADO,
by and through the Board of County Commissioners
/ of Weld Count
By: ? By. L ' lC/
(Deputy) Cltfk to the Board William F. Garcia, Chair
1/41
ab I G JAN 0 2 2013
Q.6
CONTRACT PROFESSIONAL:
By: I)l -r
( : ��l ,„J?.„( < Date December 24,2012
Name: Philip T. Weisbach
Title: Principal
SUBSCRIBED AND SWORN to before me this 24 day of December, 2012.
WITNESS my hand and official seal. _,..„...NN
PpKAM/NS"`�
0 ZAR y9 II
Notary Public c t :I. O
My commission expires: IC) I(-Cl Zoi s /IIII r);;;.../'UB.w...
t `. OFCO__—
......... :
Attachments: Short Elliott Hendrickson Inc.: Scope of Work Description (19 pages)
Short Elliott Hendrickson Inc.: Design Schedule(1 page)
Short Elliott Hendrickson Inc.: Fee Proposal Breakdown (2 pages)
Roi,2-3056
WCR 49/44 Intersection
Page 3 of 3
SEH
December 24, 2012 RE: Scope of Work for Engineering Services
WCR 49/44 Intersection Improvements
SEH No. 122846 Denver
Mr. Richard White,P.E.
Weld County Public Works Department
1111 H Street
Greeley, CO 80631
Dear Mr. White:
SEH is pleased to submit this Scope of Work for the Weld County Road (WCR)49 and WCR 44
Intersection Project. Our understanding of this project and the assumptions we are including are based on
our proposal and our recent conversations with you.
Scope of Work for the WCR 49 and WCR 44 Intersection Project
This work is divided into the primary subtasks listed below. The descriptions below include further
discussion regarding the subtasks,where appropriate. The associated fees for the SEH tasks are listed in
the attached Workhour Estimate spreadsheet. Further descriptions of our subconsultant tasks are included
in the attached Scopes of Work.
I—Project Management, Coordination, and On-going Requirements
A. Project Management (Design)—The SEH Project Manager will develop a project schedule and
update it as necessary throughout the project. Monthly project status reports will be prepared and
submitted with invoices.
B. Attend Meetings—The appropriate SEH project team members will attend the meetings listed
below. SEH will prepare meeting minutes unless directed otherwise.
o Design Scoping Review Meeting/Kickoff Meeting
o Conceptual Design Review Meeting
o General Coordination Meeting(assume 8)
o FIR Review Meeting
o ROWPR Meeting(if necessary)
o FOR Review Meeting
Short Elliott Hendrickson Inc.,2000 South Colorado Boulevard,Denver,CO 80222-7923
SEH is an equal opportunity employer I www.sehinc.com I 720.540.6800 I 720.540.6801 fax
Scope and Fee—WCR 49/44
December 24, 2012
Page 2
C. Coordination—This includes both internal and external coordination between team members and
stakeholders. Critical decisions made between parties will be documented and included in the
monthly project status reports.
Deliverables included in this phase arc:
— Project schedule, updated as necessary;
— Meeting minutes; and
— Monthly progress reports submitted with invoices.
II—Conceptual Design
A. Evaluate Alternatives—We understand that the project will include the full build-out of the future
WCR 49 roadway section at the intersection, along with the horizontal realignment of WCR 44.
However, several items will need to be evaluated further at the beginning of the project in order
to advance to the preliminary design:
1. Pavement Marking Layout Options on WCR 49—It is understood that the north/south
concrete construction will extend to the future acceleration lanes along WCR 49.
However, in the interim,before the full widening of WCR 49,the entire width of the
pavement will not be used for vehicular traffic. During the conceptual design, SEH will
evaluate options for pavement markings that allow the pavement to be used in a
constructive manner.
2. WCR 44 Layout(Interim vs. Future)—The full extent of the WCR 44 construction has
not been determined at this time. During this phase, SEH will generate rough(per square
foot)costs for the two extremes of WCR 44 construction(full buildout with
acceleration/deceleration lanes vs. maintain 2 through lanes). SEH will coordinate with
the County to determine desirable WCR 44 construction limits for this project. At the
conclusion of this phase, Weld County will indicate the extent of WCR 44 construction
desired at this time.
3. Traffic Control Options—SEH understands that the County would like to avoid using a
shoo-fly detour during construction. SEH will evaluate staged construction options.
4. Hill Lowering—The hill in the south approach of WCR 49 will be lowered to improve
the sight distance in the area. The preliminary alignment will be evaluated. Advanced
design cannot take place until the survey is complete(during preliminary design).
B. Develop Schematic Plans—The results of the analysis will be depicted in schematic-level plans,
utilizing aerials, intended to show the differences between the available options for the issues
discussed above.
C. Develop Conceptual Design Summary Memo—The Conceptual Design Summary Memo will be
used to present the findings from the conceptual analysis. This memo will outline the
assumptions, and pros and cons for this information.
Deliverables included in this phase are:
— Schematic plans showing the different alternatives/issues considered,
— Conceptual Design Summary Memo.
Scope and Fee—WCR 49/44
December 24,2012
Page 3
III—Preliminary Design
A. Survey—Topographic survey of the area will be completed at the beginning of this phase. This
will also include the identification of existing right-of-way and.easements. After utility locating,
potholing and geotechnical borings are completed(see below), pick-up survey will be completed.
The survey scope is attached this document. In general, the topographic survey limits extend to
the full parcel length to the north and south along WCR 49 (approximately ''A mile), and 1500'
and 1800' from the intersection to the west and east, respectively, along WCR 44.
B. Utility Coordination and Potholing—SEH will contact the Utility Notification Center of
Colorado to identify private and public utility providers in the area. The SEH team member,
Sitewise, will perform utility locating and potholing to determine the horizontal and vertical
location of the utilities in the area. Concurrently, SEH will contact the utility providers and begin
relocation coordination. This task includes a site visit by SEH during the potholing.
C. Geotechnical Investigation—Geotechnical borings will be taken to determine appropriate
pavement design options for this project. Geocal, Inc. will provide these pavement
recommendations in a draft Geotechnical Report. A detailed geotechnical scope is attached to
this document.
D. Environmental Review—During the preliminary design phase, the top half of the CatEx form will
be completed. This work will be done by Tiglas Environmental. The specific environmental
work items arc attached to this document.
We have included an assumed fee for the cultural environmental analysis (historic,paleontology,
and archeology)required as part of the Categorical Exclusion Form 128. Tiglas Environmental
does not provide this service, and we have not yet had the opportunity to secure a team member
that does.
E. Preliminary Design—Using the results of the conceptual design, topographic survey, initial
utility findings, and geotechnical report, the project team will advance the preliminary design of
the project. The preliminary design(not plan development) will include the full buildout of WCR
49 and WCR 44, establishing the construction limits. In addition, SEH will design the selected
initial/interim construction for WCR 44, as defined during the conceptual phase.
F. Preliminary Drainage Report—A preliminary drainage report will be prepared to document the
considerations, findings, and accommodations for drainage within the limits of this project.
G. Preliminary Plan Preparation—FIR-level plans, consistent with the requirements of CDOT,will
be prepared depicting the results of the preliminary design. These plans will include the full
buildout of WCR 49 and the selected extent of construction for WCR 44. This submittal will also
include preliminary SWMP plans.
H. Preliminary Cost Estimate
I. QA/QC
Scope and Fee—WCR 49/44
December 24, 2012
Page 4
J. Develop Right-of-Way Plans—Based on direction from Weld County, the SEH project team will
develop the right-of-way plans. The right-of-way limits have been defined by Weld County as
140' along the north, south, and west approaches. The east approach will acquire ROW to meet
the requirements of an arterial roadway section in Weld County. SEH will provide a draft right-
of-way plans set for CDOT to review as soon as possible. A ROWPR meeting will be scheduled,
if required. CDOT comments will be documented, and revisions made to the right-of-way plan
set. Final right-of-way plans will be submitted to CDOT for approval. It is the intent that these
ROW plans are completed during the FIR plan development phase.
The four parcel takes will be staked out for appraisal staking purposes—but only once. No ROW
monuments will be set to identify the new ROW corners.
Deliverables included in this phase are:
— FIR-level plans (15 hard copies and an electronic version),
— Preliminary cost estimate,
— Draft Geotechnical Report,
— Draft Drainage Report,
— Draft and final right-of-way plans.
IV—Final Design
A. Final Utility Coordination—Based on potholing results, initial utility coordination, and final
design, SEH will coordinate with providers to determine impacts and resolutions to conflicts.
B. Final Environmental Review—Tiglas Environmental will complete the tasks associated with the
bottom half of the CatEx form.
C. Final Design
D. FOR Plan Preparation—The project team will incorporate the results of the final design into an
FOR plan set.
E. FOR Cost Estimate
F. FOR Project Specifications—The project team will prepare project specifications, including
project special provisions in accordance with CDOT requirements.
G. QA/QC
H. Incorporate FOR Review Comments
L Assemble Construction Package—This subtask includes receiving the required clearances from
CDOT.
Scope and Fee—WCR 49/44
December 24, 2012
Page 5
Deliverables included in this phase are:
— FOR-level plans(15 hard copies and an electronic version);
— FOR project specifications;
— FOR cost estimate;
— Final Geotechnical Report;
— Final Drainage Report;
— Final plans, specifications, and estimate;
— Design clearance (provided by CDOT after final review);
— Utility clearance(provided by CDOT after final review);
— Right-of-way clearance (provided by CDOT after final review);
— Environmental clearance (provided by CDOT after final review); and
— Clearance to go to ad(provided by CDOT after final review).
V—Services After Design
A. RFI's, Proposed Design Changes, etc. —SEH will support the County, responding to RFI's or
proposed design revisions as necessary. We assumed four such requests, of modest(4 hour)
effort.
Deliverables included in this phase are:
— Responses to RFI's, as necessary
We have attached an engineering fee based on this scope of work. We propose to complete this work for a
total,not-to-exceed fee of$228,475. This is based on providing the design services only at this time. Sec
the attached fee for a breakout of the design, as well as the construction management services (provided
for information only).
The following tasks are not included in our scope and fee:
• Public involvement,
• Permit applications,
• Utility relocation design,
• Right-of-way acquisition, and
• Cost of securing title commitments
Other assumptions/exclusions are as follows.
• For potholing: Ten potholes, five in pavement, five in dirt assumed. If more are needed, additional
costs will be required, as shown in the attached proposal from SiteWise.
• Right-of-way plans: CDOT right-of-way plans and up to four legal descriptions developed. If more
legal descriptions are needed, additional costs of$600 per legal will be required. This will include the
additional appraisal staking and the required revisions to the ROW plans.
Scope and Fee—WCR 49/44
December 24, 2012
Page 6
• Only one trip to the project site to field stake the four parcel take areas for appraisal staking purposes is
assumed. Additional trips to the site to revise parcel take areas either for appraisal staking or to address
property owner requests will be done as an additional service.
• Environmental: Assumes ISA checklist only for Part B of CatEx Form 128. Other major studies such as
wetland delineation findings, mitigation, hazmat, T&E, etc. are not included. Additional costs will be
required if a MESA/Phase I or other studies are required. Pinyon Environmental will provide the
cultural environmental analysis (historic, paleontology, and archeology). See discussion above.
• Geotechnical: See attached geotechnical scope for number of borings. Pavement design is included, but
not a CDOT life cycle cost analysis.
• Once the preferred interim alternative is identified during conceptual design, the design geometry is set.
No changes in design concept are directed by the County later.
• Thirteen project meetings in Greeley or at job site assumed. If more are needed, additional costs will be
required.
Attached:
Scope and Fee—Geocal Inc., - Geotechnical services
Scope and Fee—Tiglas Environmental—Environmental services
Scope and Fee— Sitewise Inc., - Potholing and utility locating services
Scope— Survey services (SEH)
Scope and Fee—Pinyon: Cultural Assessment and Coordination(archaeology, paleontology and historic)
•
Weld County Road 49 and Weld County Road 44
Intersection Project
SEH Project Team
December 24, 2012
Subconsultant/Team Member Scope of Work / Fee
a. Geocal, Inc. Scope of Services
b. Tiglas Environmental Scope of Services
c. SiteWise Scope of Services
d. Survey Scope of Services
e. Pinyon Scope of Services
GEOCAL, Inc.
6eosciences C Engineering
November 30,2012
Mr. Phil Weisbach, P.E.
Short Elliott Hendrickson Inc.
Colorado Center, Tower I
2000 South Colorado Blvd., Suite 6000
Denver, Colorado 80222
RE: Revised Proposal for Geotechnical Engineering Services
Improvements to WCR 49/WCR 44 Intersection
Weld County RFP#B1200129
Weld County, Colorado
Dear Phil:
Geocal, Inc.is pleased to submit this scope of work and cost proposal to conduct a geotechnical investigation and
pavement design for the WCR 49 and WCR 44 Intersection Improvements project in Weld County,Colorado. We
understand that the proposed improvements will consist of the following items:
o Realignment of WCR 44 east of the intersection to straighten the overall alignment
o Reconstruction of the intersection to include capacity for 4 lanes of WCR 49 as a future arterial
o New signalization of the intersection
o Pavement design for the new pavements include various asphalt and alternatives
Proposed Scope of Work
The geotechnical scope of work will include the following:
• 2 pavement/structure borings at the proposed signal pole foundation locations. Borings will be drilled to a
depth of 20-feet;
• 10 pavement borings with 6 borings conducted through the existing pavement section. Borings will be
drilled to a depth of 5-feet to 10-feet;
The borings will provide information on the subsurface conditions including soil type,depth to bedrock(if encountered)
and depth to groundwater(if encountered). The Utility Notification Center of Colorado(UNCC)will be notified for locates
prior to drilling. Soil and bedrock will be sampled using procedures similar to ASTM penetration test procedures.We will
provide measurements of the existing asphalt and base course(if encountered)at the locations drilled through existing
pavement. A Geocal field engineer or geologist will log the borings, record ground water levels and the results of
penetration tests, and obtain representative soil and bedrock samples. The borings drilled through existing pavement will
be backfilled with soil immediately after drilling and patched with Trans-patch grout to a minimum depth of 9-inches or the
existing pavement section thickness(whichever is greater). Soil and bedrock samples collected during drilling will be
7290 South Fraser Street •Centennial,Colorado 80112-4286 • PH: 303-337-0338 • FAX:303-337-0247 • website: geocal.us
Phil Weisbach,Short Elliott Hendrickson Inc.
Revised Proposal for Geotechnical Engineering Services, Proposed Improvements to WCR 49/WCR 44 Intersection
November 30,2012
Page 2 of 2
returned to our laboratory. Selected samples will be programmed for testing. Typical lab tests will include liquid and
plastic limits,swell-compression characteristics,gradation,and water soluble sulfate content.
Based on the location, it is assumed that portions of WCR 49 and WCR 44 will need to be closed for access to drilling for
the roadways. We will subcontract traffic control operations for this project, but we have anticipated requiring temporary
closure of lanes along the project and requiring the use of fiaggers during our operations.
The results of the field and laboratory investigations will be evaluated to provide geotechnical design criteria for the
proposed structures and pavement. An engineering report will be prepared to summarize at least the following.
o site geology and physical description
o brief review of field and laboratory procedures
o subsurface conditions encountered(soils, bedrock,and groundwater)
o results of field investigations and laboratory testing
o engineering recommendations for signal pole foundations
o pavement design recommendations including PCCP and Asphalt including subgrade stabilization methods
o other geotechnical design and construction criteria
Proposed Fee and Schedule
Our proposed fee to conduct the field work,laboratory testing,engineering analyses,and report preparation is estimated
at$12,867.25 and the cost is summarized on the attached Table 1. This amount will not be exceeded without prior
approval. We can start on the field work within two weeks of notice to proceed and anticipate that a draft report will be
available for review within about 6 weeks of notice to proceed. Specific times may vary depending upon weather.
However we will keep you informed of our progress and any information available.
We appreciate the opportunity to assist with this project. If you have any questions or need additional information,
please feel free to give me a call.
Sincerely,
GEoCA .,INC.
Ronald J.Vasquez, P.E.
Principal Engineer
Attachment: Table 1 -Cost Estimate for Geotechnical Investigation
GAB/P12.1249.000
Table 1 -Cost Estimate for Geotechnical Engineering & Pavement Design
WCR 49 and WCR 44 Intersection Improvements -
Weld County,Colorado
Includes 12 borings,2 potential pole/structure borings(20 feet), 10 pavemnet borings(5 to 10 feet)
Item Unit Quantity Unit Price Amount
Pre-Drill Field Engineering
Stake borings&call in utilities(RT travel 3hrs+site 2hr+
UNCC-related 1 hr=6). One follow-up site utility meet:4hrs
Hour 10 - $ 75.00 $ 750.00
Pre-drill coordination(notifications to Weld County&traffic
control and similar) Hour 3 i $ 75.00 $ 225.00_
Mileage(2-RTs of 125mi). Mile 250 $ 0.550 $ 137.50
Drill Supervision&Field Engineering (augering&coring by Geocal staff).
Prior day: Load field equipment Hour 1 $ 75.00 $ 75.00
Drill day 1: RT travel 3hrs+site operations 6hrs Hour 9 $ 75.00 $ 675.00
Drill day 2: RT travel 3hrs+site operations 6hrs Hour 9 $ 75.00 $ 675.00
Mileage(2-RT) Mile 250 $ 0.555 $ 138.75
Sub-Contracted Costs,Drilling(billed at cost).
RT Travel Day 1 Hour 1.5 $ 135.00 $ _ 202.50
RT Travel Day 2 Hour 1.5 $ 135.00 $ _ 202.50
Drilling Day 1 ! Hour 7 $ 135.00 $ 945.00
Drilling Day 2 Hour 7 $ 135.00 $ 945.00
Sub-Contracted Costs,Traffic Control(billed at cost).
Site-specific lane closure traffic plan 1 hr+speed reduction
form processing 1 hr Each 1 $ 75.00 $ 75.00
Crew(TCS w/truck& 1-Laboror/Flagger):based on 3hrs
RT travel+2hr site pre-set/speed reduction posting/take-
down+4hrs site work.
Hour 9 $ 95.00 $ 855.00
Arrow board rental. Day 1 $ 65.00 $ 65.00
Signs/cones rental(extra for 2-presets). Day -.- 1 $ 60.00 $ 60.00
Other Costs
TransPatch(CDOT-approved,very fast-set non-shrink
grout). Sack 6 $ 21.000 $ 126.00
Laboratory Testing(at Geocal,January 2012 rates
Swell/Consolidation(ASTM D 4546) Each 6 $ 65.00 $ 390.00
Gradation Analysis(200 sieve,ASTM D 422) Each 10 $ 60.00 $ 600.00
Liquid& Plastic Limits(ASTM D 4318) Each _ 10 $ 65.00 $ 650.00
R-Value Each 4 $ 300.00 $ 1,200.00
Water Soluble Sulfate Each 6 $ 35.00 $ 210.00
Report Preparation
Graphics/AutoCAD-site plan,logs, lab data. _ Hour 10 $ 50.00 $ 500.00
Field Engineer/Geologist _ - Hour 1 $ 75.00 $ 75.00
Staff Engineer-pavement designs&report Hour - 20 $ 85.00 $ 1,700.00
PM/Senior Engineer-report preparation and project
management Hour 8 $ 130.00 $ 1,040.00
Principal Review Hour 2 $ 175.00 $ 350.00
Estimated Geotechnical Total: $ 12,867.25
ASSUMPTIONS: (1)Weld County is only permitting agency. (2)No private property agreements required. (3)Six borings
through existing pavement require lane closure, remaining borings off roadway do not require closure
GEOCAL,INC.:P12.1249.000(SEH, Inc.). Server:BD/SEH/2012/WCR 47 and WCR 49 Intersection.
Tiglas Environmental
PROJECT APPROACH
CDOT Checklist
I understand that the scope of work for the completion of the CDOT Categorical Exclusion
Checklist(Form#128a)would include:
• ground reconnaissance of the project area;
• meeting with CDOT personnel to determine any specific areas of concern they might have;
and
• complete Cat X checklist.
Upon review of the soil survey and the USGS topographic map for this location, it does not appear
that any of the items listed on the checklist are of concern for this project. However, to be prudent,
this determination will be officially made after consultation with CDOT personnel. At the time of
the consultation, CDOT personnel will check off those items on the checklist that apply to the
project in their opinion. Items identified on the checklist include air quality,noise,hazardous
materials,threatened and endangered species,wetlands, and cultural resources. Due to the coal
mines in the adjacent areas, an ISA checklist would be recommended unless CDOT knows of a
reason to conduct a Phase I. After this step in the process, any items of concern identified by CDOT
may require additional work and scoping.
Cost for items listed above as a fixed price fee: $1,200.00
Tiglas Environmental
Additional Scope for Environmental Services for WCRs 44 and 49 Project
After discussing the Cat X checklist with Mr. Patrick Hickey with CDOT on November
28, 2012, additional scope items for the project include a Birds-of-prey clearance and
burrowing owl clearance. Mr. Hickey had not driven the site yet so we could not
completely agree on the checklist items of concern but we both agree that we are close.
Mr. Hickey will call me after his site visit and we will concur on the final checklist items
of concern. CDOT will handle the Paleo, Archeo, and historical clearances and that may
take up to eight weeks. In relation to additional fees, I added $750.00 for the burrowing
owl clearance and $250.00 for the birds-of-prey clearance.
SiteWise Corporation
Site wise
7000 N. Broadway
Bldg. 3, Suite 305
SMART SOLUTIONS FULL-SERVICE COMMITMENT 7000
Colorado 80221
Phone: 303-650-8680
Fax: 303-430-0150
Estimator: Lexy Jones Direct Contact U: 303-459-6640
Project Name: Pothole @ Weld County Rd 49 Date: 10/19/2012
&44 Intersection Design
Location: La Salle, CO Project tt
Customer: Short Elliott Hendrickson,lnc Contact: Phil Weisbach
Item Description Quantity Total
Potholing
Per Hole(Pvt) 949.20 5.00 $4,746.00
Per Hole (Soil) 862.80 5.00 $4,314.00
Traffic Control 408.33 3 days $1,225.00
Proposal Total: $10,285.00
Project Scope • We will pothole 10 locations(5 soft surface and 5 hard surface)at the rates listed above.
• Potholes done will include core drilling, backfill,and final restoration on the holes done in
pavement.
• Traffic control setup and equipment. Excludes flagging.
Deliverables • We will call UNCC to get the area located prior to us arriving onsite.
• Customer will pre-mark the area(s) needing to be potholed and they will provide a map of the area
to us so we can call in the UNCC Dig Tickets to comply with Colorado Dig Laws.
• Customer will provide an area onsite for us to dump at the completion of the job.
• Core drilling standard depth is 6" in asphalt or concrete.Coring beyond 6" will be considered "Out
of Scope" and will be billed at$140.00 for each additional 2."depth.
• Pothole depths are 4'for dry utilities(phone,gas, electric, catv,fiber optic). Potholes deeper than
4'will be considered "Out of Scope"and we will bill at the hourly rate of$255.00.
• Pothole depths are 6'for wet utilities(sanitary,storm sewer,water). Potholes deeper than 6'will
be considered "Out of Scope"and we will bill at the hourly rate of$255.00.
• We will mark each pothole location in the field and we will provide a field sketch of what is located
at each pothole location.
• Customer will be responsible for any required permits or traffic control associated with this
project.
• Stand-by time(while truck is idle due to scope change or project re-engineering)will be billed at
the hourly rate of$200.00.
Project Info • Customer will provide our trucks with access to the location. Hazardous materials encountered will
change the scope of the project and discussion will be addressed between customer and SiteWise
to a solution.Working day is defined as Monday through Friday,7:00am to 5:00pm at standard
rates. Overtime rates will be invoiced for work outside of normal working hours. If excessive
ground water, rock,tree roots,concrete or other materials that alter the project,they will be billed
for at the appropriate rates for the time involved to complete.
Special Notes • Above pricing includes all services associated with this project except permits. If we are contracted
for this project and we are going to be responsible for permits,we will invoice at cost plus 15%.
Terms& Client shall save and hold harmless SiteWise,its officers,agents and employees against all liabilities,including damages,fines,
Conditions penalties,damage to property or injury or death of any person or persons arising out of,or in any way connected with or
resulting from the work to be performed hereunder,including but not limited to such liability arising out of,or in any way
connected with,or resulting from the acts,non-acts or omissions,negligence or alleged negligence of the Client,its officers,
agents and employees in performance of the work set forth in this contract.Said agreement to save and hold harmless shall
include defense and indemnification for any claim or litigation pursued against SiteWise,which is covered under the terms of this
paragraph.SiteWise recognizes that any liability arising out of the sole and exclusive acts of negligence of SiteWise,its officers,
agents and employees,shall be the responsibility of SiteWise.
In the event that a damage or loss occurs for which the Client may make or present a claim upon SiteWise,the Client will provide
immediate notice to SiteWise so that SiteWise may perform its own accident investigation.SiteWise will respond to proper
notification within 4 hours and will complete its accident investigation in a timely manner.The purpose of this notification is to
provide the seller with the opportunity to protect itself from unjustifiable claims.In no event will SiteWise be held responsible for
any delays to construction,costs to investigate,costs to repair,attorney's fees,down time or any other direct,incidental or
consequential damage if immediate notice is not made by Client to SiteWise and/or SiteWise is not given an adequate
opportunity to investigate the damage claims.
Proposal This proposal and pricing may be withdrawn if not accepted prior to 90 days from the document date
Terms above.
Client Acceptance
Signature Printed Name
Date Title
Signature of this proposal authorizes SiteWise to begin work and is acceptance of the terms and conditions outlined
above.
December 24, 2012
Weld County Road 49 and Weld County Road 44 Intersection
Survey Scope of Work by SEH Survey Staff
Scope of Work
I. Design and Property Surveys
A. Survey Control
SEH will field verify the horizontal and vertical control set by the County. Once control is verified, any
additional monuments will be positioned near the project site and coordinates and elevations will be
associated with each monument. These site monuments and the control set by the County will be used for
the design survey and on the CDOT control plans.
B. Topographic Survey
A topographic survey will be performed using a Trimble S6 total station and Trimble 5800 GPS receivers
in RTK mode. The survey will include all roadway features, drainage features, large trees,toes of slopes,
tops of cuts, signage, surface utility features, fences and pavement striping. This scope includes
anticipating two additional trips to the project after the initial topographic survey has been completed to
provide supplemental topographic surveying as needed. The survey area will include the following:
1. WCR 44—West of Intersection
A 200 foot wide strip centered on the section line, from the intersection 1,500 feet west.
2. WCR 44—East of Intersection
A 200 foot wide strip centered on the section line, from the intersection 1,800 feet east.
3. WCR 49—North of Intersection
A 200 foot wide strip centered on the section line, from the intersection 2,600 feet north.
4. WCR 49—South of Intersection
A 200 foot wide strip centered on the section line, from the intersection 2,600 feet south.
C. Utility& Pothole Locates
1. Once utility locates have been marked SEH will map the utility markings.
2. Once utilities have been potholed, SEH will determine their location in the field. The depth of the
utilities will either be measured by SEH or documented by SEH based on the pothole contractor's pothole
log.
D.Property Surveys and Mapping
A survey of the of the properties adjacent to the project area will be performed to the extent needed to
determine existing road right-of-way and the location of land parcel lines in locations where these lines
intersect the existing right-of-way. The existing right-of-way, parcel lines, and existing easements within
100 feet of the existing right-of-way will be mapped. This survey and mapping will be based on the title
reports provided by the County. This mapping will be used for the design of the roadways and for the
final ROW plans.
Assumptions
1. Right of entry to survey on private property will be provided by the County.
2.Utility locates,potholing and any associated traffic control will be provided by others.
3. Utility locates and potholing by others will be coordinated, so that no more than three field
visits will be required for mapping.
4.Title and easement documents for needed for property surveys and mapping will be provided by the
County.
II. ROW Plans and Legal Descriptions
A. Right of Way Plans
SEH will provide right of way plans prepared in compliance with CDOT requirements.
B. Legal Descriptions
SEH will provide up to four legal descriptions for land acquisition on private property. Appraisal staking
will be provided for these four parcels.
Assumptions
ROW plans, legal descriptions, and setting corners for land that has been acquired is based on four
individual right-of-way parcel takes.
Pinyon
WCR 49 and WCR 44 Intersection Project
Weld County, Colorado
Cultural Analysis Approach
Pinyon Environmental Engineering Resources, Inc.
Pinyon Environmental, Inc. (Pinyon), is pleased to submit this scope of work for cultural analysis
services to the Weld County project for safety improvements to the intersection of WCR 44 and
WCR 49 roads. Pinyon understands that Weld County has received HES Funding for this
project. Therefore, the project is being managed by CDOT and SHE Inc. has been awarded the
contract. It is expected that a Categorical Exclusion (Cat Ex) Determination will be completed
to satisfy National Environmental Policy Act (NEPA) documentation requirements. Pinyon has
completed over 55 Cat Ex projects on CDOT and Local Agency transportation projects
requiring CDOT oversight. This project experience gives us a thorough understanding of the
documentation required as well as an established professional relationship with CDOT
Environmental Staff, making us ideally suited for this project.
Pinyon will work with the County and CDOT to meet the cultural analysis portion of
environmental documentation requirements as presented on CDOT Cat Ex Determination
Form #128. This will include historic, archeology and paleontology. Since not bridge is present
on this project, historic bridge will not be required. The Pinyon project team will gather data
that has been previously collected within the project area. This will save both time and money.
Pinyon has completed an initial review of the project area, and the documentation requirements
for this project are not anticipated to be complicated. Based on our initial review of the
project area, the Historic Resources and Paleontology/Archaeology will not likely require
extensive documentation, due to an unlikelihood of impacts.
Historic would involve:
• An online file search of SHPO records
• A Limited-Results Cultural Resource Survey report form (3 pages plus map and photo
attachments). If there are a couple of"isolated finds," a one-page isolated find forms will
be added to the survey report.
• A letter for CDOT submittal to the SHPO would be prepared that summarizes the
potential effect of the proposed project to historic properties (i.e., for Section 106
consultation). The letter would be submitted with the survey report and any other
appropriate attachments.
Archeology would involve:
• An archaeological field survey(Class III survey) of the project limits includes round-trip
transportation.
Paleontology would involve:
• Paleontological field survey of the project limits includes round-trip transportation.
Pinyon
F:ndvnmrcnud.Int
This scope/estimate assumes that no archaeological sites (as opposed to isolated finds comprising
a few artifacts)will be discovered in the course of the survey, or that historic structures would
need to be inventoried to address potential impacts to their visual setting). If either or both
occurs, the scope/estimate would have to be revised. For all deliverables, Pinyon assumes that
one Draft version will be completed, and one Final version will be completed. All deliverables
will be submitted in PDF format.
WCR 44 - WCR 49 Intersection
Description Quantity Unit Rate Extension
Labor Rates
Evans, Lauren 1.0 hour $145.73 $145.73
Bamberg, Ingrid PhD 5.0 hours $111.53 $557.65
Jeserich, Katherine 1.0 hour $40.80 $40.80
Hoffecker, John 14.0 hours $128.88 $1,804.32
Fee 10% $240.28
Equipment/Material Unit Rates
TruckNan Mileage 120.0 I I $0.56 $66.60
Task Subtotal $2,855.38
Task 2 -Archeology
Description Quantity Unit Rate Extension
Labor Rates
Bamberg, Ingrid PhD 3.0 hours $111.53 $334.59
Hoffecker,John 9.0 hours $128.88 $1,159.92
Fee 10% $149.45
Task Subtotal $1,643.96
Task 3 - Paleontology
Description Quantity Unit Rate Extension
Labor Rates
Bamberg, Ingrid PhD 2.0 hours $111.53 $223.06
Fee 10% $22.31
Thomas Bown, PhD (Vendor) I $0.00 $1,470.00
Task Subtotal $1,715.37
Project Total $6,214.70
Pinyon Environmental Engineering Resources, Inc.
12/21/2012
_ ,_
2
a
m'
LL:
0
0
O.
E
ac 0
O to I 0'
O: '
mI
O C'
O
V'
I
> N
O N'
Z.
C
O
E. tei
in
C
a j
y
c
m $
q: o S U
h o N �I
m p
a c
w
¢I d m w m O
c m 0 U
m a U o 'p
m - O r d 1;;
£ o
U a a
'I o 3 wo m o 7 52
❑ V
V Z C0 a m Q @ CO w
a w LL. Z — n o c
m 0 4Ta
d O .13
a a 2 N — w
o , m o 1/40
,— y a ` Q ❑ wee 3
G m a2 N
`G,, w U q LL Ia.
M a W3 Jn N
C U w a L
LL. C m m a ¢ u. m U
v n c o `m f 33 CO
p ¢, i CO z a a K 5
0404 (O)3 �, Q m M M N Z.
co
F I
E ` ..n CD E
m O
`m N m N
Q. u_ ao R H
Y
d
C �, u U
el
CD" � S a 0
W
01 0 ' w m
N % m \H
To
aCD
5 d' o' CO
co 0
(C m• N d
Er o
CM
U B W
O I fl
.-X0
N M M N N M M M M M M M M M N N N M M M M M M M M M M M M M M M M M MM M M M M M M M M M M M M M M M M M M M' U
m m m t m m m N N m ` m N N N m r t0 N Q C! r ,- N m a- m N N N N O 0 N Cai N N O f0 n N M N e Q a t0 N N J
L IN A n ^ ^ = .7 n M N r Q A LV N r r d' Q •- N 0 C O A w O r r n A LV ` O
M Ir G G C r r m M y C ' ' t0 N N N N c c m r — f+l Cl r f7 t0 O , Q Q Q Q , J O N i0 N h m , , ..- _ ,- .-a0 p a
S J O O J — d 0 0 0 d J m J O 03 0 ? J J 'J C O o J '- tl 'C 0 C r t l J L c d m D L L J J '- - J L L _ s _ _
LL IL 2 2 L LL J J 2 J J r J r 2 = 'C L L J L L L O 2 2 .c LL LL J O w LL L L r O J d d r r L L LL 1L Il L r r — lL
r r rr rr r LLLLLL rrFrrr2 r rg rr gr33 rr r is li LL` � O
E Q)
N N N N N NNN N MMM M N 040404 04 = = = = = = = 0, 040401404001 = = c0 = M M M M M M M M M M Cf 03 = = M 00340 = w 0
0) .403
N N N N N O O N N . Q C N z O N N . N N N a aJ a Q M N t- -. C LV C r r r n t7 a w N r N � w -. f.. A n t e Q) OJ
m NN ^ N r r M r fl C1 � "A5040404 - 000750401 .- 5 = = = = = = M M Q Q Q Q , ._ .C 0 0 10 aJ O J C c O r Z =
y O J " J '- 9 'O 'O — d V — O LL C 0 0 r C 0 0 0 t '- t J 0 d 0 0 0 m L LL LL t c C J "C L 00 0 r tO d
L L at L LL C C - - 10 .006: C C '- c 3 0 LL L O J 2 G C O 2 J J LL LL tt L J J d O J r LL O O L lL r 2 2 O t C N
rr r � � ILIY 333 g � LL f 3 r gr � � 2 rr r rr3sssr 22r MLL .9) U
Ma
O• >. T >. 0 T 00
a a > >. T T >. >. > > T > T. CAI `mi. T . T >. > a> > >. U)
it) C > T » T T > J. a > > T . J. �. > T C 40 03 in T. O p
C V W w W O W W 0 m CO w CO CO CO w W W m m 0 W CO W CO CO CO W CO W m CO W CO w 0 CO 0 CO 0 0 w W CO m 0 W W W w W W W m O W: Q)
O - 0404 =
0 0 0 r . . . . .. . . . . . . . . . . . . . . . . . . . . . . . E .0 b 0 0 0 0 0 'O 0 0 0 0 0 0 0 E O v . v . . . . . 0 0 9 9 0 0 0 9 O E 0:
Q N N O 0- 0- C400000004 0 0 0 000100000000000000m0 N ¢f 0 0 0 O 0 a O O O O O 0 0 ly 0 (0000300300000 = 000 02 „„ 0,' 00
J w O N N a N - - M r b ' M 04034- r A M r ` M
N d)
n o
N O
a d
3 0
O
I
m x
b N V 52
x 0 o r
_ w W m[C a w J 3 'p
CO p S c 0 m 0 L J
E a S V g m m a C.) 0
m ix m a o. r m o c a C/) co
N _ore m -0 .� s - o c
''..o m o2 m - O w m c 00 aa d W _® c c
:m AN � c O HI!
O fi
JJ
il
Ifi
E co ca c° o m aQ oOI m L W C mp 0.m J m = 8 U J <00 cS , y LL O W Ima G a i 0 M g 0 ° 15° 00 C a m
° 01r CO
E• cp WoomE- c o 'p c O Wa_ on 0, 2 = E0., 08, oc c .pcmca w c > m a oc m
e O o x m f m c `w m E 'E m a c N 3 y a o 3 a _ a 03m .52 W .-10 c 52 E c $ o ¢ E 2 o o s 9 E
,-... 0c Y 0, 00 -6 "2 m .8 g e m s c E w l j m '0 m o w K m W m O c a o a ❑ ca c t0 O l= 0 030 2 0 0 m m s o a U.
y c m c L a 4, = .. a._ (0 , m01/41/41 ,, 3 [C w O 0 d O N C OI m J c
O• G „ xn >`aauc = o U — eo - -tae 52IlUjUIHI
0c 3aoa J . o LLUymWd m lIP !
L 3 - 3 33 3 u_ a CO fJ NS D w > w Oa OOUCO m a 0 0 0 OO O aON O c `-
O 'aU r ^_4 O u Z._ JE 2MLL Ca' LL' a' Lw• " cEOOa0 jcpC nmo Smmaa0o ,m, mK pmcm caoo
Z y m O. V V r{C 7 E 5 v) LL LL J y O N E O O a a Z LL LL a K _ O LL O O CL LL I'L IL LL S tl< LL a , ¢ 00
a O C m 'O
O O
H Z a U a LL Ed
O rNMIQ 1W:{D n N W;O:r N ^ ^ ' f0 n fOIO)ir',r N M'Q'h<O IA 6) a'O N Mrn:10 (OIn Ol:ta+I,Q Q <,Q'Q Q':Q Q QQ 10 10 .0 ,0 ,0 4) 10 .0 vWti Yaf.
r lr N N N'N 01 N IN N N M M M IM IM IM M M M I
so
22 2'��w in o m N '� n m m N 8 ry ry m m
w w w S w
r
t " I
90
4 a e ry A8 m RAs, -
p » n w I
YE " - - 4 v ry m ry s a -
e R
S
C »
us
in w
S
V 8 y Q
r Po
W ,212 m nn »
CO
A
qT
O »
W
o
3 °w w »
0
0 0
N S
a a a N a » a a m ry Pk
» w a a
x S es a
of w w w m ry ry a N ry » _ f »
a m N m
"E i » 2,. w w
il'l''I
a
z —
IV a ce
O E s' 3
I
N v
G X E co
y < 3 co K
O ° rc
G u t 8 n p E ;_ 2 W
I o q a 3 c E z g
a Z n t .2
5 y c 4O z c E m U' n +
W Q v ! Z ° LL a z § o _ v • U n N p
i2 E h' 'e a - a • _ c d W U
4 0 o u S w Q a 2 a o o w A A s m LL •D o f a q rc rc FEE. e i
a a 3 C g m s _`s 8 - 2 o m a a n w <T32 a=- Y �` 2 • 1w. a
✓• C 2 „ u J x - 0 E ) i.1 c m a m m n m " d E a E ci g -68 LL d
3 a a c rc _ 9 O O O a u e a = u 8 E _ - a z
z f z 9 i a a E = g y L u° i o z c c A A q a ` m . ? ` „ o m s ` w $ 3
a▪ s w Y g i = w - E 4 a t c a tl 3 r 81 = 222222 . a . %g E E E E E E y OJ n U a U° 8 E - u or: y i
u O s u z Q 4 P u° w z" n g - ° 4 0 " a g o 0 0 3 rc -
3 3 z a b O F z o" o" a EA w n n u a u n 8 o" I 1 LL = 2 ^ y rc
'6 N F U F a. N N F , 1�
d a m o - = a g a ¢ N o,= a a m u w w u o = - -, n 2 a N o o w u o = - a > a > F
0
o. 5 -
3 44 r,AAM
: :1 M \ . . n MI . . . 1:7
.OE
, -1 ; t ; E ! § ; ; ; !
) ` ` ) § § � ` ) , ; — - - |
- \ \ } , j
\ , > ! , ` ( ) )
8a o
\ EA
• , ` \
`
/ ; ; \
T N7
la
El \ ; 3 ; � ( \
14 0-
| \ . . :
) „ ! , : ` \ }
22
cc
\ tg } } \ \
o
o 2 \ \ { } } \ . -
) : 8c ! i ! | I ! [ ;
; f ] ; ! ! . gg . / E { ! f « / )
no , ! ! f ! | i ! ! t ( ! § ` }
| ! 0 ! ] ! ! ! ! | rinO5 / \
r MEMORANDUM
,t$6 _�
•
t •i 4 r ' -- h Date: December 11, 2012
;• + . 4Iriir
To: Monica Mika, Director of Finance &Administration
4 ';:
From: Wayne Howard, P.E., County Engineer
RE: Request For Proposal No. B1200129
The Public Works Department advertised a Request for Proposals for the professional design services for
WCR 49/WCR 44 Intersection Improvements. Eight(8) proposals were received on October 25, 2012.
A selection committee made up of Public Works staff(Richard White, Mike Bedell, and myself) reviewed
and scored the proposals following the scoring procedures outlined in the County Code, Section 5-4-110
Qualification Based Selection (QBS) process for professional services. The results of the RFP scoring
process are shown on the attachments. The committee scored three of the consultants (F.H.U., S.E.H.,
and B.H.I) the highest and they were selected to move forward to the interview process. The selection
committee interviewed the three consultants on November 16, 2012. The results of the interview process
are also attached.
Based upon the interview process, the selection committee's results scored Short Elliot Hendrickson
(S.E.H.) as the preferred consultant to perform the design services for this project. Besides scoring very
high in the RFP selection criteria and the interview criteria, they also demonstrated a better understanding
of the project goals. They outlined several key issues and solutions for these potential problems. For
example, they identified that the schedule which shows design, ROW, and construction all in 2013, is
very optimistic since this a CDOT Local Agency project and that one solution to help meet this schedule
would be to begin the ROW process months ahead of the normal process. This will take approval by
CDOT but so far they have indicated willingness to allow this since we are looking for corridor ROW
clearance. Another example is the potential traffic issue that building the ultimate four lanes could create
as cross traffic and merging traffic will have additional lanes to navigate. They have proposed an interim
acceleration lane for traffic turning left onto CR 49 that will help resolve some of these safety issues (See
attached Figure 2).
The PW Department has worked with this consultant in the past with good results and they have also
completed similar Local Agency and CDOT intersection projects. PW is recommending that the BOCC
award the design contract to S.E.H. for the WCR 49/WCR 44 Intersection. Should S.E.H. be awarded the
contract, PW would also recommend the contract include construction inspection services. S.E.H. has a
CDOT qualified inspector local to Greeley that has also worked with PW on past projects. Having a local
inspector will save project funding on mobilizing field staff to the project sight.
M//,2/?oi,� a�^7�—3e 5c
m
0
a
0
c• m
ea co Y in in co h
C a
N m
K 9
0
O r r r 0 0
F o
m 4
G 2 v
« S J = 2 u, m u K
• Uj = S O > K 7 m o a'
c m Co LL. U 2 -, 0 _
o 0
✓ c a
O LL
co
K
E
E
in N N Lin q in N N E
Na a < e • m a C d I N < 4 f
no
2 a 2 S in in
S N
91 m e e n - e u1 0. f d ,_ LLI e e d o e a ^a ui - ^ m
N 1n
n
a e m d d 4 N d m LO N N N a
a — 0
m
0) m
N N d N H p o* n e d n n m e p N
al
co f — —
u�i
2 J N ry x a a N in Senn N
.t' d m e 4 .j' N tll > e CI n N N Cl 2 N °
U LL N e aN Y to: 2 d _ N
m
o y� c.
p
o '�'• N d in rd en d e d d N N n co a≥ o U
o m en en N d lw —N n en en m en d n C
To N `_ a
n e n n m g m n o K N a N in m e m• or n ' 0
ce
O « r -) a a s a " a
a c x 5. n x_
co
O d m e d d N e d 4 m m d d o N d d a m e
Y 2
4 411
C0
c a a N a N N N m
\ = Oa d a a e m * d n d n 2
a in
O
t U '
`' m e a m d N S n m CO n d m in
n n m 1.0
co U
3 LL c d m_ -1 n n i_ d
et C
N m
aN a in N d e w N N d N N d • 1p d N
m Y O
21 Cr « 2
C Ti 13o.
ex 2 pa 0 0 2 0 a n E ~ N H x E F
I C C f c N a N C f
— 8 8 : U 8 :
E 2
E E
U 0
A A
m o 0
= m C C
Y
c w, c 0 m R C = K C 2 Kce
m• a a 3 c 3 m u o. z, a B.a _ q
.12
W o m a a
a o c a .2 q c U
$ o1 >≥ V n M !° ≥ C
o m o le; € o Np m O o C_
N 4 4 2 CO Q 4 2 U
c co
Ol
IX
ra
0
! $ ) . � . Id
cc
k \ }
k e CO
§ \ ) ) ) 2 ir
1-
OJa }
E
a
r
to to co co
co et c
2
t
2 ; § , \ •o- -4 \
| . , : „ ; , | ,o /
co to co LO LO 0 M
] � § ; § ; ) , � 2 � � )
t ii k . „ tomin in
, . r !
A. — • \
$ � 2 . Ln in in
, to , , , , co. �
of te
O
4 § ■ § ; \ ; { � � N /
% - LO Lel :
2 | , , , , � » | , 0
2t ! E a )
IS
! ; : 2222 - TJa ti
o
oi-
o
ti
r.o E r k \ ®
— , ; ! & ■
To
| ( Z '
| f c a k / C
ui / } \ ) kJ
4
t S -+--• a cI L tS . i
! v t 4
l c !R
le �41 -� ill
�l �:f 'I I t :i o
® +- II I !i�s , °f3 ii I g -
64 u - a gE-
(HJIwW6frn J (wu(suou;)e (iurnv era '" {eKi Hos)ae vin a
I
0 1 Iii t i II• _ 1 3 1 t -
9 I1 I p E €1 I We 4g
n ! s$; i
I' llTS ! z •• Lfti1i
• Y, tR
flui ! ' E II
---- o i e:`I sS s e; x-. 1 ' if €
L .I .I 1 S i it -_£ .7 l it 3 .;�`..:.f ill tau
e+
NO
®_� L , •, e 2 n! ,r ;.. 1I i d
Eye ccr ` _
ma�yy,, °i i .+Y„ _
(HA YIX1$ Arft
iii jjI• I tS ( ill
If
�t L �
i �I i s J iii I!. o
— ! 1 i, 'l ;l , a
r 'i ,as jj ��tf
II I .
MEMORANDUM
1861 - 2011
Date: December 3, 2012
• To: Monica Mika, Director of Finance & Administration
WELe,EOUNTY
I From: Richard White, P.E., Civil Engineer
u RE: RFP Request No. B1200129
BOCC Approval Date December 5, 2012
The Public Works Department sent out a Request for Proposals for design services for WCR 49/WCR 44
Intersection Improvements. Eight (8) proposals were received on October 25, 2012.
Three individuals from Weld County staff reviewed and scored the proposals following the typical
procedures of a qualifications-based selection process. Three consultants scored the highest and were
selected for interviews which were conducted on November 16, 2012.
After the interview process, the selection committee agreed to enter into contract negotiations with S.E.H.
Engineering. The Public Works Department and S.E.H. Engineering have arrived at a final scope of work
and fee agreement, and the consultant has signed an Agreement for Professional Services.
It is our recommendation to award the design contract to Short Elliott Hendrickson Inc. (S.E.H.) for a
total amount of $225,260.00. The Department has successfully worked with this consultant in the past,
and they have also completed similar work for several years in this area, including work on CDOT
transportation projects. The total design budget for this project was anticipated to be 10% of the
estimated cost for construction. The design costs estimated by S.E.H. represent 9% of the cost of
construction.
/2/57,26/c).. — j)
WELD COUNTY PURCHASING
1150 O Street Room 107, Greeley CO 80631
:'` ��° E-Mail: mwalters(a�co.weld.co.us
E-mail: reverettCa,co.weld.co.us
$ Phone: (970) 356-4000, Ext 4222 or 4223
Fax: (970) 336-7226
DATE OF PROPOSAL: OCTOBER 251", 2012
REQUEST FOR: WCR 49/WCR 44 INTERSECTION DESIGN
DEPARTMENT: PUBLIC WORKS DEPARTMENT
PROPOSAL/BID NO: #B1200129
PRESENT DATE: OCTOBER 29TH, 2012
APPROVAL DATE: THIS BID WAS A QBS PROPOSAL SO THE DEPT WILL LET CTB KNOW WHEN
READY TO APPROVE. IT MAY TAKE 1 - 2 MONTHS.
VENDORS
NV5, INC
8000 S CHESTER ST STE 200
CENTENNIAL CO 80112
BOHANNAN HUSTON
MERIDIAN ONE
9785 MAROON CIRCLE STE 140
ENGLEWOOD CO 80112-5928
ICON ENGINEERING INC
8100 S AKRON ST STE 300
CENTENNIAL CO 80112
JUB ENGEINEERS INC
3538 JFK PARKWAY STE 1
FT COLLINS CO 80525
FELSBURG HOLT & ULLEVIG
6300 SOUTH SYRACUSE WAY STE 600
CENTENNIAL CO 80111
SHORT ELLIOTT HENDRICKSON INC
4840 PEARL EAST CIRCLE STE 200W
BOULDER CO 80301-2486
DREXEL BARRELL & CO
1800 381H STREET
BOULDER CO 80301
J-R ENGINEERING
7200 SOUTH ALTON WAY STE C100
CENTENNIAL CO 80112
*PROPOSALS ARE BEING REVIEWED BY THE PUBLIC WORKS DEPT AT THIS TIME
/c7AD/
WELD COUNTY PURCHASING
1150 O Street Room 107, Greeley CO 80631
s i86�
E-Mail: mwaltersco.weld.co.us
E-mail: reverettCc�co.weld.co.us
Phone: (970) 356-4000, Ext 4222 or 4223
it J'- IJil. rJ Fax: (970) 336-7226
C0UNTY�
DATE OF PROPOSAL: OCTOBER 25TH, 2012
REQUEST FOR: WCR 49/WCR 44 INTERSECTION DESIGN
DEPARTMENT: PUBLIC WORKS DEPARTMENT
PROPOSAL/BID NO: #61200129
PRESENT DATE: OCTOBER 291H, 2012
APPROVAL DATE: NOVEMBER 14TH, 2012
VENDORS
NV5, INC
8000 S CHESTER ST STE 200
CENTENNIAL CO 80112
BOHANNAN HUSTON
MERIDIAN ONE
9785 MAROON CIRCLE STE 140
ENGLEWOOD CO 80112-5928
ICON ENGINEERING INC
8100 S AKRON ST STE 300
CENTENNIAL CO 80112
JUB ENGEINEERS INC
3538 JFK PARKWAY STE 1
FT COLLINS CO 80525
FELSBURG HOLT & ULLEVIG
6300 SOUTH SYRACUSE WAY STE 600
CENTENNIAL CO 80111
SHORT ELLIOTT HENDRICKSON INC
4840 PEARL EAST CIRCLE STE 200W
BOULDER CO 80301-2486
DREXEL BARRELL & CO
1800 38TH STREET
BOULDER CO 80301 2012-3050
J-R ENGINEERING Lra CL%e6
7200 SOUTH ALTON WAY STE C100
CENTENNIAL CO 80112
*PROPOSALS ARE BEING REVIEWED BY THE PUBLIC WORKS DEPT AT THIS TIME
ID
4.1 bp
12 r h 0 a
v Q E 0 0
O J L C a, Y'ala a m p 3
L v a ° a d
v o «
a v E L. w 8. a`
a o n > v a
o a ° p ea a, C
a, m o E
o .�v. Ea '0I
'a wY v°°m c° T 5 a
E t ? a`
v
a a .
I' ≥ a m u « C « m
V 'E W E C
4) s w a m Y
-10 ° « «v 3 a °
t w c w "0
a"iS :%''
m Y v A
st m m o
a, al a, y p N a,
« o E _O a c
p n v p ao
c « 1O °1
w a
`' 0 y m A :n '" v
V N oo c a ,.
3 a - W a! ,e -
z 4,-
-a « E
« F O C ° « t 8 N
C, x 3 c _ 3 1.'
°n 3 w
vi co m 41 y p m n o ..
O g 2 v o N
id X 3 0 ; C) a o ° 0 Y 1-64 v
(I C 4 N ° a E vl a - o,
m .2 a — a, L •O O v
To m c a a « w ° 2
0 F a a o c y Y > .C n Y y o
Ca V s 0 0 .,s,_., O > 2 - E O O ° W
> w O 0 M o c ' a ;a N a
rr w O a V a, a a, - a,C .'. ° E n 3 0 0
{0 LLvi. re Z a, •• •* ..0„,4.. C 0 « c R- A�« a« 2 c v C
n m O W > a, U N 0 « .
a O .O ,n O 0 Ory ° O > T N O 0« O E 0 n O p p v
.� < O m -i a u a m ri f ry ii ❑ N tj O a
61 2
V J
c
U
m
Q
CrO1
c c
C C M a0 N ID I- In r C PI N
Q to al
.O C CC
'V
3 _
fo Vi
c c
O '° N O O O O
d a m o O 0 O
C 4'1 In In N N IA N ea C T O Oi fp b
Y Vi tD h r C N V n m ;Y OI <O M O N. N
N N d' C.' '7 V V el V N A N O PS h
OD• Q: m C O O.1 0O NOO) N
• _N> C Z 10 O.
d' 0 c 0
I- 0 F-
a C
W -O V
O m
d
O
d 0 O in U
O V O `
O LO o o
a
r
C
In▪• 0 on Z Cl In S C '',:j 7 = .y _
in ° Ec0 O m O u. O 2 y 7 v Q m LL (A W I W LL
o a m
O O a
U G c
c
d c
w
Hello