Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Browse
Search
Address Info: 1150 O Street, P.O. Box 758, Greeley, CO 80632 | Phone:
(970) 400-4225
| Fax: (970) 336-7233 | Email:
egesick@weld.gov
| Official: Esther Gesick -
Clerk to the Board
Privacy Statement and Disclaimer
|
Accessibility and ADA Information
|
Social Media Commenting Policy
Home
My WebLink
About
20142746.tiff
RESOLUTION RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR3/42A) PURSUANT TO AGREEMENT FOR DESIGN AND CONSTRUCTION ADMINISTRATION SERVICES FOR PERMANENT REPAIRS 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-BR3/42A) Pursuant to Agreement for Design and Construction Administration Services for Permanent Repairs 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 August 29, 2014, with a completion date of October 24, 2014, 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-BR3/42A) Pursuant to Agreement for Design and Construction Administration Services for Permanent Repairs 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 8th day of September, A.D., 2014, nunc pro tunc August 29, 2014. BOARD OF COUNTY COMMISSIONERS LD CO�UNT OLORADO ATTEST:( Cd ,. / '� ,acher, Chin C1 ri- �CL4o ouglas Rademacher, Chair Weld County Clerk to the Board _ ���me e M-6(-1 r� • ��\i EL arbara Kirkmeye , Pro-Tem T BY: i ... D- .(1 ty Clerk to he 1 l3 •ean P. Conway flD Ar : / .� � I / Mike Fr ounty Attorney g q�I� Wi lia . arcia Date of signature CG:Pu1(ac,et,&On') ti 2014-2746 Acts OEM GS EG0070 9/I BC0045 Ate MEMORANDUM G TO: Clerk to the Board DATE: September 5, 2014 FROM: Richard White/Clay Kimmi, Public Works Department SUBJECT: BOCC Agenda Item, Work Order BHI 3/42A Work Order for Flood Repairs with Bohannan Huston, Inc. Thompson River Corridor Flood Recovery Project, design consultant contract modifications of permanent flood recovery repairs for EM-BR3/42A in the amount of$13,420. Enclosures M:AFrancie.AAGENDA memos\richard White RHI. docx 2014-2746 MEMORANDUM "` X861 v' Date: September 4, 2014 1 .1 b U N?t To: Trevor Jiricek, Director of General Services From: Richard White,P.E., Engineer III RE: Thompson River Corridor Flood Recovery Project, Design Services Work Orders Weld County, Public Works is proposing using Bohannan Huston Inc. (BHI) for design and construction inspection services associated with the Thompson River Flood Recovery project. BHI is already under contract with Weld County for Dry Creek, flood recovery design work and construction inspection. The construction phase is scheduled to take place later this year or early in 2015, and will return 6 sites to pre-flood conditions. Weld County will be eligible for reimbursement from FEMA for the cost of using Bohannan Huston Consultants for design and construction inspection of this project. The BOCC approved the pass-around dated 8/25/14 and authorized staff to place the work orders on the next agenda for the Board Chairman's signature. Recommendation: Authorize execution of the Work Orders with BHI in the amount of$87,688.20. The Bohannan Huston Inc. Proposal and work orders for each site are attached. 5/i1A BOARD OF COUNTY COMMISSIONERS PASS-AROUND REVIEW/WORK SESSION REQUEST RE: Thompson River Corridor Flood Recovery Project, Design Consultant Contract Modification DEPARTMENT: Public Works DATE: 08/25/14 PERSON REQUESTING: R. White, C. Kimmi, Public Works Brief description of the problem/issue: The Public Works Department entered into a contract with Bohannalt Huston Inc (BHI) for design of permanent flood recovery repairs in February of 2014. BHI has satisfactorily completed design work for the Big Dry Creek Flood Recovery Project and now the County would like to have BHI do design work for flood recovery repairs for six of the Thompson River Corridor sites. Public Works terminated the Ayres contract for these repairs and is now requesting to work with BHI. Bridge locations 3/42A, 5/42A, 19/46.5A, 13/54A, 54/13A were all significantly damaged by the September 2013 floods. Additionally, the site at 15/52.5 sustained damage to the gravel road and right of way when the river bank was washed away. Stabilization (emergency repair) work was performed at some of these sites to protect them for spring runoff; however, permanent work to return the sites to pre-flood condition is still needed, Public Works has negotiated with BHI who has submitted their proposals for permanent repairs (attached). Staff has reviewed the proposal and believes the cost estimates to be reasonable for the permanent work. Public Works recommends that the work orders be signed so the design work can begin. It anticipated that design work would be complete by the end of October and the repair work could begin in late 2014 or the first quarter of 2015. What options exist for the Board? (include consequences, impacts, costs, etc. of options) 1) Authorize the Chair's signature on the attached work orders. 2) Do not approve the and the work orders 3) Direct staff find another solution for accomplishing this work. Recommendation: Public Works recommends the Commissioners place the work orders on the next available BOCC agenda (attached). Approve Schedule Recommendation Work Session Other/Comments: Douglas Rademacher, Chair Barbara Kirkmeyer, Pro-Tem • - Sean P. Conway Mike Freeman ,l'nC William F. Garcia v — - — i WORK ORDER FORM(FLOOD REPAIRS) I PURSUANT TO AN AGREEMENT BETWEEN WELD COUNTY AND BOHANNAN HUSTON,INC. DATED: August 20,2014 Work Order Number: BHI—3/42A Project Title: EM-BR3/42A Design&Const.Admin. Services(Permanent Repairs) Commencement Date: August 29,2014 Completion Date:Octobber 24,2014 Limitations on compensation: Not to exceed$13,420.00 Professional agrees to perform the services Work, Exhibit B — Cost/Fee Breakdown, identified above and on the attached forms in Exhibit C—Proposed Schedule. accordance with the terms and conditions contained herein and in the Professional Services Agreement between the parties, dated Weld Count Pu IOW '' a aitm , January 13, 2014. In the event of a conflict , between or ambiguity in the terms of the By: �' t Professional Services Agreement and this work Project an er v order (including the attached forms) the Date: yr V. Professional Services Agreement shall control. �; By: County Engineer i Date: ma ;•/ i �+♦ Boharinan Huston.Inc. i By: By. . .i_. � _ Director of Public Works � � t�7 Date: _ 42 01_14 /4 Title: P.res,ew...ze. ��cE 463il�E�T Date: 6 T___=4/R 4/A / The attached forms are hereby accepted and By: . ,ci cc4L..i.NeAkki./— incorporated herein: Exhibit A — Scope of Douglas Railemache r,, BOCC Chair -(;- -- - SEP 0 8 2014 a ATTEST: ti86t ` eld County Clerk to the Board r 412 \ ____CtitejLkitd .O (14 �. ♦ '''.-77'..':'.4, : ,�tU� 0Deputy lerk to the Board ao/y— c 7 , Bohannan _ Huston Meridian onn One 9785 Maroon Circle Suite 140 Englewood, CO 80112-5928 August 19, 2014 www.bhinc.com voice'. 303.799.5103 Mr. Clayton Kimmi & Mr. Richard White 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 Sirs - Based on a review of redline comments provided on an August 5, 2014 version of this scope and fee document, meetings, and on-site visits 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 for bridge and roadway related repairs on the Big and Little Thompson drainageways. Based on our previous work for the County on the Dry Creek drainages, and a review of the sites and scope anticipated by the County; we have developed the attached, scope of services, fees, and schedule. The following Exhibits are included with this letter: A. 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. Specific scope items for each site are listed on the Fee Estimate described below. B. Fee Breakdown BHI has prepared a detailed Hourly Breakdown and Cost Estimate (Exhibit B) detailing hours for each team member including Direct Costs from subconsultants and reimbursable expenses. C. Schedule It is our intent to adhere to the Weld County schedule to the best of our ability, with the tasks herein to be completed by the end of 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 • Spatial Data Advanced Technologies BohamianaHuslon EXHIBIT A Engineer's Scope of Services Weld County Flood Recovery—Big and Little Thompson 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 each site to meet the original, pre-flood conditions. The following scope of services is anticipated for each bridge site as detailed in Exhibit B. Plan bid sets will divided into two sets—one for the FEMA Sites and one for the FHWA Site. Kickoff and 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. Land Surveying Services Topography and Utility Survey(including utility 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. 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: Exhibit B: Page 1 of 5 • 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. 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. 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. 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. Easement Acquisition a. Subconsultant H.C. Peck and Associates, Inc. will coordinate with the County 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. Improvements Back to Pre-Flood Conditions 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, minor silt removal, and areas of bank protection armoring. 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. 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. Page 2 of 5 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. 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. Environmental: FEMA Site 2 (WCB 5/42A): Birds-of-prey survey;404-wetland permit to include T&E clearances. FEMA Site 3 (WCRs 15.5/52 intersection): Birds-of-prey survey;404-wetland permit to include T&E clearances. FEMA Site 4(WCR 19/46.5): Birds-of-prey survey;404-wetland permit to include T&E clearances. FEMA Site 5 (WCB 13/54A): Birds-of-prey survey;404-wetland permit to include T&E clearances. FHWA Site 1 (WCB 54/13A): CDOT Form Completion (CAT X/Environmental 881 Form), includes meeting with CDOT to confirm issue clearances; burrowing owl survey. Bahamian 1a1—Huston Page 3 of 5 Bidding and Construction 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. The scope of work will be for a full time construction inspector who will be responsible for the day to day activities assigned by the County Project Manager; this includes inspecting and documenting all construction activities, and preparation of daily diaries documenting construction activities and relevant observations in accordance with CDOT and Weld County standards. Construction Phase Services 1. Attend one pre-construction conference for all 7 bridges in coordination with the key personnel. 2. In order to provide a consistent documentation platform,we will use County supplied forms for all material submittals/shop drawings, Requests for Information (RFI), Design Revisions (DR), daily field reports,field and materials test reports,weekly meeting minutes, change orders and pay applications, cost proposals, and other related documentation. 3. Review shop drawings and submittals and attend weekly construction progress meetings. 4. Provide one full time Construction Inspector to inspect the work of the contractor and assist the contractor during the time the construction is in progress to reasonably confirm if the project is being constructed in general conformance with the plans and specifications. 5. Review field and materials test reports for compliance with the contract documents. BHI will monitor the field test reports and notify the construction contractor of any failed tests as soon as they are discovered. 6. Provide weekly construction inspection reports documenting daily weather conditions, work in progress and location, equipment in use (types and quantity), size of work force, discussions of problems encountered and resolutions, hours worked per day, materials delivered and installed, instruction given to contractors, principal visitors,etc. 7. Process Requests for Information (RFI) and Design Revisions (DR). The BHI design engineer will review and respond to all RFIs and DRs. 8. Review Contractor prepared monthly pay applications. Our PM and Construction Inspector will meet with the construction contractor monthly to review quantities and schedule of values(on lump sum items) and verify quantities to the Owner for Pay Application processing. 9. BHI will review cost proposals, provide recommendations to Owner, and certify field change orders. Our PM and Construction Inspector will meet with the construction contractor to verify change order quantities. 10. Conduct a final inspection of the public work with the County, contractor, and other entities/agencies and provide a recommendation regarding acceptance. Bohannan Huston Page 4 of 5 Exclusions/Assumptions 1. Excludes Field and Materials Testing. 2. Excludes preparation of Record Drawings. 3. Excludes negotiations/coordination associated Pay Reductions for Non-Complying In-Place Materials and Engineer's Recommendation Letter. Bohannan...Hu8 1 Page 5 of 5 BHI plans to use the following partners for assistance with specialized project elements: Environmental Clearances Darcy Tiglas Easement Acquisition H.C. Peck and Associates, Inc. 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. C5:44tettcilY. Loretta L. Davis Mark A. West, P.E., LEEDAP Senior Vice President Senior Project Manager MW/LD Enclosures V V M V O LO N O o v o ui N c.d. v CO 0 r m 0 CD CO• i (D CO CD O r co mire, o H N X ui ICI, 2 CO 69 021 f9 69 CF. .9 0 N 5 r o O O U U z+'° N 03 0 CO EIP.co o 0 cO I °c a > I- o w e le CO t E n cit N v 0 N CO M W_ m W Q Z • N e y o 7 p 2 o W O F ;" j O N N N in Cr N CC W LL W O J F- J u) W Z F a o c M M O J o O H O V p N2 Y Z U M Cr p de y m X O W U' N W CO Q a O in Q Q a Q Q N N q vi a el cu y c N u) en.O a a u? m of v Pc E Ca 2 m• m r m CO m N W W W W W W CO 0 N a »K« @km;; ■ 8 ■ 3 ) --- m §F|Ez ! . ! § k k ] 4 5 -. . - Ai . :2.. , } 8 t E� : | ! § . . . , \7, ■ } } ) - : c- !!§ §. 2 } \ \ \- -IR 2 \ ) j ! . , - 000. „ kij ( \ =i _ / ! ) i§/}}} - ri } \ C a5 3 . 0 ,,, . • 3O \ : / 63O . _ § ; § ; $ {§ { _ ! ) }k \ /\}k\ ; : :_:: _ _ 3 . , . , . ,_. 71 , '2 s- ! Le / k B E 0 L 2© h11H e/ ]\Ek 1 � Lut- U .f .4 . � ' | § . � !| ■ |, .� �� § § /, |� , .}I �2 \j\) } _ ■ |�, inn;. Bk E -- - � .. . 0 2 ,=\ .�� -� : : , N K w m C O w � 411 113W N Y Y1F • c W i r.. C � � 4 /�� , Y 9 �I W T n �(fi O ` = t I M W W L - r / IN N K Ill y r I o c `tic :r o ''// µ@ V_ a n . x E T X ti O m a D e 2 r ❑ N 0 o s o o d «� C 1 W T LL Y ti) N d g CO r U N O` Ol> D C �'a N < 0Li O a W r O O CO W ❑ W U -H . r :. ozi N 44.9 o� 'If', m a N O O en y o IX en ce Q y o W ce it W O w re Y O U Y O } ct 0 O W o z LL D N O J tn >- a 2 H I O W 7 J a N el a y_ D U O N Ill E. Ill H IL H Ill F. Ill H Ill F I] G Z in w N N y 0 N m W0 Q Iii Q m in X U �W a O, w 2 2 2 2 = o W en > E . LL LL LL LL LL LL II il in in in re CC 22 ce re N W W W W W w
Hello