HomeMy WebLinkAbout20142751.tiff RESOLUTION
RE: APPROVE WORK ORDER FORM (FLOOD REPAIRS - EM-BR54/13A) 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-BR54/13A) 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-BR54/13A) 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
WELD COUNTY, COLORADO
r
ATTEST: d / (s2t PaorlUr-, t-�
!'c oufis Rademac er, Chair ,
Weld County Clerk to the Board '
c)zi ,l _Ait_ , t1U/6 7--
I\ I) 'Barbara Kirkmey r, Pro-Teal
BY:i'1.�GI oPn , Y-(l.�h-HH 1 ,I��� 1 zei
ty Clerk t the B•� • �•; � '�.� t �,�s can P. Conwayy
APP, a ED ' . O F_� '
• Mike Fr
oG �or���
q / William . Garcia
Date of signature
C .M,f s, 2014-2751
-V;ACS, � EG0070
BC0045
9/ X
y 1861.6
MEMORANDUM
O-u.N --Y TO: Clerk to the Board DATE: September 5, 2014
FROM: Richard White/Clay Kimmi, Public Works Department
SUBJECT: BOCC Agenda Item, Work Order BHI 54/13A
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-BR54/13A in the amount of$17,007.50.
Enclosures
M:\Francie\AGENDA memos\richard White BHT. do cx
2014-2751
MEMORANDUM
Date: September 4, 2014
I GO 0-
0 N T Y 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 BHT in the amount of$87,688.20.
The Bohannan Huston Inc. Proposal and work orders for each site are attached.
5' 1-13
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 Bohanna4 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 BH1 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)
I) 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-Tern _
Sean P. Conway L,�"(/
Mike Freeman
William F. Garcia
WORK ORDER FORM(FLOOD REPAIRS)
PURSUANT TO AN AGREEMENT BETWEEN
WELD COUNTY
AND
BOHANNAN HUSTON,INC.
DATED: August 20,2014
Work Order Number: BHI—54/13A
Project Title: EM-BR54/13A Design&Const.Admin.Services(Permanent Repairs)
Commencement Date: August 29,2014
Completion Date: Octobber 24,2014
Limitations on compensation: Not to exceed$17.007.50
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 •Public-1;V° cs a ant- —/
January 13, 2014. In the event of a conflict
between or ambiguity in the terms of the By:
Professional Services Agreement and this work Project Mager,
order (including the attached forms) the Date:
Li/Professional Services Agreement shall control.
By:
County Engineer
Date: 0y.2' �"�. �1
Bohannan Huston.Inc. ��a,r `
/ /
By: c.�.i , .wr _ " �
By: (-442514=-. Director of Pu ilic forks —.. .._
// Date: ....__. N
'' �(✓� �� -
Title: Precident.SENiot_ 4d. 1i es,DEAL T'
Date: 68 7.16 /z. ,
The attached forms are hereby accepted and By:. Co In i _34.Sf
incorporated herein: Exhibit A — Scope of Dou as Ra macher, CC Ctgrp 08 2014
ATTEST: a � CS �
6�`MJ %G
4+ eld County Clerk to the Board
16\ 48Aillt ra-1-11-4 46-rtd
ru:y Clerk to the Board
.4•!
6 /V- X51
Bohannan Huston Meridian 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 877799.5103
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
Bohannon. ,Huskin
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, Bill 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.
Bohaznana.Htmton
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 S (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.
Bahannan Hutn
Page 3 of 3
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.
Bahamians 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.
BSau t .Huston
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.
Loretta L. Davis Mark A. West, P.E., LEEDAP
Senior Vice President Senior Project Manager
MW/L0
Enclosures
CD CD N co o o cm
c V M V o Lo N
O O 4 O Lsi N- 0
N c7 V T N- O co
co o N- co o CO
/� - CD - CD O -- ti
L T T co
ez
ton ``
M r
X x
o
X
I ,
(I) EA V) fo (t3 U) to I
O
O
LL
gzr
sC = C O
2 Ls Ts N
OF' S. rri
m =� (n <
cts
7
. I U)
c
0
N
Q.)
re < Z 7, in
< W a w
0 O
N O O Y 4cL
W o r CV el Tr to
O •dry' O O N N N N N N O
W S
LL
LL W Z
J A , O
H J .r';. W
WZ , ,, a.
M reCI =O W co O
O
_ —J Q
O W C7 cmz
w m Q $ Q
O
i, < < a.
#: < < co fD M C
;"'. y d N N N I 14)
L0 01 c'7 4 E
_in in
D
OL re Lei CC
mZ CO CO CO m m z)
N
Co
W W W W W W
_ C
N_
a
222 2232282 2 2 S
a
of 4 4 .,
ye - 4244 r
17 723 cgs
55732 ' T (al
72 g
t2 “2Eg 3' n
22 g3 = 13
Lti p _ F.
N F
W
z
00
ow
u Q y 72 -
omwd 6mp� 2 L�
zoos 8 v -oe th 72 22 n i o w 6- 2 0 E n E
m m p r 4 9 3 `p e 82
Juzm x A `p s aE
mao4 �> ey mYh _
i�wv�'I s z90 - 4
w z 3 m LL a H E p _ o o d
- ry H
i
N A
cr
W m
f
C °w
O W N rymY
.110
7 in 65.
T i m
N S
c �
Cu v ,*r a,
}C w ✓s, F g .,�,S
C O , ,,. •
C
z ✓"r x c , t •
o ii
W w oEr 79 e ;v 7 pf
`. ry x
a
y N
rt
03
• r
V `
O
N
O
O CMs"
a x
a) p n x
co T 2
0 m 0 • , _ 2
O Z O co 0
M U N
o
O• d 0 t O .L Cr trL•O N O m o 2 f*W• ' 'Y, ,�M
W
a c d ry
f _
O 7 C N W O %w ` ' eN
O CO W 0 65 U �,#,g N - N
y' co
Co
A 9 E
N
, N CO
$ Y
NI
Cl, GO
C co
_ N ¢
a Y �.,•„ a
a w d
W• ¢ a
❑ U o
O >
O C o z
LL ❑ ry o
• al 4 in
W = J O r N M < N O
F j V ❑ N r F r i- F H
❑ Z u, w 0) N N N y
cTo
a 4 4 4 4
m w ❑ a17; 4 al
al
X U W O a w w w w w r o
W (n LO Q LL LL LL LL LL LL a
. E
3
o
D N 01 N
4 4
en
O E N N O 4
N N 3- p
Y Y 9 en el v
, V)▪ Z in
a N K K K cv
O
,f`a m m , m m m a
W w w W W w
Hello