HomeMy WebLinkAbout20140349.tiff RESOLUTION
RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR15/2A) PURSUANT TO
AGREEMENT FOR DESIGN SERVICES AND AUTHORIZE CHAIR TO SIGN -
BOHANNAN HUSTON, 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-BR15/2A) Pursuant to Agreement for Design Services 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 Bohannan Huston, Inc., commencing January 13, 2014, 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-BR15/2A) Pursuant to
Agreement for Design Services 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 Bohannan Huston, 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 3rd day of February, A.D., 2014, nunc pro tunc January 13, 2014.
BOARD OF COUNTY COMMISSIONERS
WELD COUNTY, COLORADO
ATTEST: o
0' .gl. s Rademacher Chair
Weld County Clerk to the Boat.t4
BY:
/ , r ir �'.ara Kirkmey- , Pro-Tem
De') ty Clerk to the Board
Sean P. Conway
APPRO FORM: Mike Fr
my Attorney
illiam F. Garcia
Date of signature 01'5144
CC : /W, am 2014-0349
EG0070
BC0045
WORK ORDER FORM(FLOOD REPAIRS)
PURSUANT TO AN AGREEMENT BETWEEN
WELD COUNTY
AND
BOHANNAN HUSTON,INC.
DATED: January 30,2014
Work Order Number: BHT- 10
Project Title: EM-BR15/2A Design Services(Return Site to Pre-Flood Conditions)
Commencement Date: January 13.2014
Completion Date:April-30-21111 S� E1I�N\oVV Q
Limitations on compensation: Not to exceed$15.763.44
Professional agrees to perform the services The attached forms are hereby accepted and
identified above and on the attached forms in incorporated herein: Exhibit A — Scope of
accordance with the terms and conditions Work, Exhibit B — Cost/Fee Breakdown,
contained herein and in the Professional Exhibit C—Proposed Schedule.
Services Agreement between the parties, dated
January 13, 2014. In the event of a conflict
between or ambiguity in the terms of the Weld County Public Works Department
Professional Services Agreement and this work
order (including the attached forms) the By: W1.+.1 _Yw T•E•
Professional Services Agreement shall control. Project Manager
Date: -LeA
By:
Bohannan Huston,Inc. Director of Public Works
Date: FEB0 3 2014
By: ()_/-777,1_
/
Title: ..:CE/viz) -n �� [
Date: r'- 3a fie ' BY: 4 S
Douglas RadVffnacher,BO C Chair
,�� �` ATTEST:
f ���"�•, . .gi1 Weld County Clerk to the Board
A j By• L.J�'t0./1
;
� , Deputy erk to the Board
N*1 r A �
2014-0349
oo� C�
3c days
Bohannan a Huston Meridian One
9785 Maroon Circle
Suite 140
Englewood, CO
80112-5928
January 30, 2014
www.bhinc.com
voice. 303.799.5103
Mr. Michael Bedell facsimile. 303.799.5104
Weld County Public Works Department toll free. 877.799.5103
1111 H Street; PO Box 758
Greeley, CO 80632-0758
Re: RFP#1300201 Engineering Services for 2013 Flood Recovery
Design Services Work Orders
Dear Mike -
Based on meetings with Weld County in association with the project noted above,
Bohannan Huston, Inc. (BHI) appreciates the opportunity to submit this response to the
Design Services Work Orders request from the County.
Upon a thorough review of the scope and our subsequent scoping meeting and site walk to
discuss our understanding of the major project elements; we have developed the attached,
full scope of services, fees, and schedule. The following Exhibits are included with this
letter:
A. Detailed Scope of Services
BHI has prepared a detailed Engineer's Scope of Services (Exhibit A). These items are
based on our current understanding of the project, and we welcome the opportunity
to discuss the scope herein if it does not meet your expectations.
B. Fee Breakdown
BHI has prepared a detailed Hourly Breakdown and Cost Estimate (Exhibit B)
detailing hours for each team member including reimbursable expenses (Direct
Costs).
C. Schedule
It is our intent to adhere to the Weld County schedule to the best of our ability, with
the design tasks herein to be completed by the end of March 2014. If the Notice to
Proceed, review times, availability of design data, or other factors outside of our
control are required to complete BHI assigned scope items; milestone dates may be
shifted to accommodate these factors.
Engineering A
Spatial Data A
Advanced Technologies A
BHI plans to use the following partners for assistance with specialized project elements:
Environmental Clearances Pinyon Environmental, Inc.
Easement Acquisition H.C. Peck and Associates, Inc.
A copy of the scope and fee estimates for these subconsultants is included with this package
for your review.
Mark A. West, P.E., will be the professional engineer project manager with project oversight
and can be reached at (303) 799-5103 or mwest@bhinc.com.
We look forward to working with you on this project and ask that if you have any questions
on scope, level of effort, or schedule to please call us to discuss. We want to ensure that
your expectations are met in the most efficient and effective way possible.
Thank you again for the opportunity to submit these materials. Should you have any
questions, please do not hesitate to contact us.
Loretta L. Davis Mark A. West, P.E., LEEDAP
Senior Vice President Senior Project Manager
MW/LD
Enclosures
Bohannan_Huston
EXHIBIT A
Engineer's Scope of Services
Weld County Flood Recovery— Big and Little Dry Creek Corridors
BASIC SERVICES
The Engineer's (Bohannan Huston, Inc. or BHI) and sub-consultants Basic Services shall consist of the items
described below. We understand that it is Weld County's intent to prepare construction plans for the bridge
sites to meet the original, pre-flood conditions. The following scope of services is anticipated for each
bridge site as detailed in Exhibit B.
1. Assessments
1.1 On Site Meeting:
BHI will visit the sites along with the County PM at the existing bridge crossings and
surrounding areas in order to make an assessment as to the overall condition of the
structure, roadway, and surrounding drainage features; and determine the general
scope of work and survey limits required for each structure location. We will identify
the bridge and drainage components that were damaged due to the September 2013
flooding and make recommendations for repair to pre-flood conditions. This task
includes preparation of Weld County Infrastructure Assessment Report for each site.
1.2 Structural Inspection:
BHI will perform a physical examination and structural inspection of the existing bridge
crossing structures in order to make an assessment as to the overall condition, and to
determine if damage has occurred as a result of the flood event. We will identify the
condition of the structure with regard to structural defects, structural distresses or
deformations, and signs of material deterioration. The intent of the conditions
assessment will be to determine if the existing structure sustained any damage.
2. Land Surveying Services
2.1 Topography and Utility Survey(including locates):
a. BHI will research County and land survey monument records in order to identify
the apparent record roadway rights-of-way, platted easements, property lines
and current ownership within the project limits.
b. Obtain any County and State permits that are required to complete the
necessary field work within the existing roadway rights-of-way and within
adjacent private property.
c. Conduct a field survey to recover and identify survey control monuments,
property corner monuments and other physical evidence to establish the
apparent record location of all rights-of-way and property lines within the
project limits.
Exhibit 3: Page 1 of 4
d. Field survey will obtain planimetric and topographic data including wing walls,
bank and channel topography, and additional elements as required for design
purposes.
e. Contract with an independent subcontractor to perform a surface locate of
existing utility lines where necessary and conduct a field survey to locate the
marked locations.
f. The location of identifiable visible surface evidence of the various utility
systems, such as utility poles, manholes, and culverts will also be shown.
Information shown on utility records that are available at the time of the survey
shall be incorporated into the survey. The following will be located and obtained
for specific visible utilities where access is possible:
• Water systems: surface location of all valves and hydrants.
• Dry Utilities: location of poles,valves, pedestals and transformers.
• Other visible utility surface features.
• The alignment of non-visible underground utilities will be based upon
the location of surface markings made by an underground locating
service or the utility companies.
g. Establish and set two (2) local survey control monument to be used for future
survey control when the project is constructed.The monuments established and
set will be to local survey standard of care and not to CDOT specifications.
2.2 Right of Way Survey:
a. Obtain informational title binders from a title research sub-consultant on all
adjoining parcels within the project limits in order to plot recorded easements
within unplatted lands or that do not appear on any recorded subdivision plat.
This proposal assumes that there are two (2) adjoining land parcels.
b. Prepare a base map showing the apparent record location of existing rights-of-
way, easements, property lines of adjoining parcels, planimetric features,
identifiable utilities and 1-foot contours.
2.3 Temporary Easement Exhibits
a. Based on the limits of work required outside of the right of way, BHI will
prepare an exhibit for the acquisition of any required temporary construction
easement. This proposal assumes that two (2) exhibits will be required at each
bridge site.
b. BHI will stake each temporary easement prior to construction.
2.4 Easement Acquisition
a. Subconsultant H.C. Peck and Associates, Inc. will coordinate with the County to
discuss temporary easements, and to determine easement value, prepare and
required documentation, meet with property owner to present offer package
and to secure owners signature, provide informal closing with the property
owner, and transmit documents to Weld County.
B0 ' 1�' taHu ton
Page 2 of 4
3. Improvements to Pre-Flood Conditions
3.1 Grading and Seeding:
BHI will prepare design documentation to facilitate earthwork construction for areas
affected by the flooding. Generally this work includes the return of roadway
embankments to pre-flood conditions, grading and dressing areas around the channel,
silt removal, and areas of bank protection armoring. This information will be prepared
to direct the contractor where to complete the grading activities, as well as to provide
earthwork volume quantities. Areas disturbed by grading activities and/or areas
disturbed by previous emergency construction will be indicated to be seeded. Grading
plans will be prepared depicting contours to reestablish channel banks and roadway
embankments to pre-flood conditions.
3.2 Erosion Control Plans:
Erosion control plans will be prepared showing erosion control blanket locations. In
seeded areas, erosion control blankets will be indicated to establish and protect
seeding. An erosion control plan will be prepared to address the erosion and sediment
control of each site during construction. Plans will also show areas of debris removal.
3.3 Placement of Bank Protection:
Channel reconstructions including riprap bank protection placement details will be
prepared. Bank treatment designed to minimize future scour and erosion around bridge
and roadway embankments, and return the channel to the pre-flood condition.
3.4 Plans,Specifications, and Estimate:
a. BHI will prepare construction plans for the work at each bridge crossing
location. An abbreviated set of plans will be prepared incorporating the
surveyed topography, existing contours, and ROW information. Plans will
include the following if required for each site:
• Cover/ Location Sheet
• Typical Sections
• General Notes
• Survey Control Diagram
• Plan Sheets
• Grading and Drainage Sheets
• Detail Sheets (including wingwall plans as needed for Em-Br19/4B)
• Erosion Control Plan
b. BHI will calculate and summarize estimated quantities and construction cost
estimates using the CDOT"Item Description and Abbreviations Book" for proper
descriptions and code numbers.
c. Preparing special conditions, special provisions, and specifications; to assist the
County Project Manager in assembling the Project Manual.
3.5 Design Review Meeting:
This task includes a meeting with the County Project Manager upon completion of
the Plans, Specifications, and Estimate to review and make corrections prior to
bidding. This task also includes attendance at the two general project meetings for
the project held on 01/14/14 and 01/28/14.
Bahanmll n Huston
Page 3of4
3.6 Environmental (Pinyon Environmental):
Pinyon will complete a visual evaluation of waters of the U.S., including wetlands,
for each bridge site.This evaluation will not include a delineation of wetlands in
accordance with Corps requirements. After evaluation, Pinyon will prepare a
Memorandum to File regarding Environmental Compliance. The memo will detail
the project's compliance with Section 404 of the Clean Water Act,and Executive
Order 11990: Protection of Wetlands. Pinyon will also detail other regulations, and
the assumed responsibilities for compliance. Deliverable: Memorandum to File:
Environmental Compliance Documentation.
4. Bidding
4.1 Pre-Bid Meeting
Attendance at the pre-bid meeting. BHI will attend the pre-bid conference and prepare
presentation materials as requested by the County.
Bahamian JkSo 1
Page 4 of 4
C s.
C
A
ea
L -
m
0.
3. 2 _
LE
m.
38
o
- 3
w . n cocc _ ^
i 3
F 3_
zw _
6¢p
O> i [
hi., ' ..:(2
¢ _ '
ayW EneY> “ m=7 2 ,3c nyp - N ¢
_ _
C .
O
(l) _ , _
I _ . . . .
4 . . _ . . . ,
C Q
ca _ r ..... .. -
C rz-
C
La
w "
a
ca .
3 $
c
. , - . , I
to
cn
> �
a — —
ry
in
co
O
J
Fe
I.
— . :
a '-
•
v
n
r
S
U
b a
u
f o
a.
R ^
g' `°
y, ...r
u _ c e
„ to o ry
3 a 3 $ o cc
Q
g N O m U 7
I II
w o
er
LL
iu . 11IIitHII ' L
r
ry
a 2
Z
a n
o
.0
it
di
V
X 8
Q Y
4. W 2
Ce W U
O U
3
O > S
O re
LL
W
J
J
W j ~
J 6
FD'I— Do0 i
¢1 � 0Q 0
X U W U' - .2
W cn 3m ;
I
aE+ co
v m �a co�vv V 4 a
m g v� ry 0
a °' FO to
ry IN a3 N 9, ry r . G
i Y
z E E E E E E E E E E 3
w w_ w w w w w w w w
8
1
a
a
:,
El.?
3
0
U
I
N
4
0
9
3
i
Hello