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
20140315.tiff
BOARD OF COUNTY COMMISSIONERS REVIEW/WORK SESSION REQUEST RE: WCR 49 Extension-Atkins Design Services Change Order No.2 DEPARTMENT: PUBLIC WORKS DATE: 1/21/2014 PERSON(S)REQUESTING: Michael Bedell (Senior Engineer), Wayne Howard(County Engineer) Brief description of the problem/issue: The original scope of design services and the subsequent Change Order No. 1 needs to be modified. Recently the County has received a RAMP Grant from CDOT for the construction of improvements to the WCR 49/511 34 Intersection (see attached aerial photo with project limits). This new stand-alone project will require Atkins to complete a set of associated bid documents which meet CDOT requirements. That will enable the County to bid out the intersection separately from the rest of the WCR 49 Extension Project. Public Works is anticipating this intersection project will be constructed in the summer of 2014. The additional design services to be provided by Atkins were accounted for in the RAMP Grant application. In the application these additional design services were estimated to be $80,000. The recent fee proposal received from Atkins is in the amount of$45,185. Costs related to design, ROW acquisition, and utilities relocation are to be paid for by the County as part of our cost-share matching funds required by the grant. The total cost of this intersection is estimated to be $2,200,000. The County cost-share funding portion is estimated to be $700,000. What options exist for the Board: The Board can choose to approve the attached Change Order No.2 with Atkins, or choose to delay or cancel the proposed additional design services. Recommendation to the Board: Public Works recommends approval of the Change Order No.2 with Atkins. If approved, the consultant plans to have completed bid documents for this project by April, 2014 so construction can proceed in June. Approve Schedule Recommendation Work Session Comments Douglas Rademacher, Chair 157 Barbara Kirkmeyer '-F- Sean P. Conway lN� Mike Freeman r1/4f William F. Garcia L4,(, PIA) 14 2014-0315 Eel O0 CO • CHANGE ORDER NO.2 Date: January 16,2014 Project: WCR 49 EXTENSION DESIGN SERVICES Owner: Weld County,Colorado Consultant: Atkins North America,Inc. The following change is hereby made to the Contract Documents: The original scope of services related to the Agreement for Professional Services dated May 21,2012 and the subsequent Change Order No.1 needs to be modified. The County has received a RAMP Grant from CDOT for the construction of improvements to the WCR 49/SH 34 Intersection. This new stand-alone project will require Atkins to complete a set of associated bid documents which meet CDOT requirements, and can be bid as a stand-alone project separate from the remainder of the WCR 49 Extension Project. PW staff is currently planning to bid the construction work associated with the RAMP Grant in April,2014. Details of the scope of services are described in the attached documents provided by the consultant: • Map of Project Limits • Scope of Work for Change Order No.2 • Fee Estimate and Hours Breakdown CHANGE TO CONTRACT PRICE: Original Contract Price: $774,252.00 Current Contract Price adjusted by previous Change Order: $1,276,269.00 The Contract Price due to this Change Order will be increased by. $45,185.00 The new Contract Price,including this Change Order,will be: $1,321,454.00 CHANGE TO CONTRACT TIME: The Contract Time will be increased by 12 months. The date for completion of all Work will be: August 27,2014 . RECOMMENDED: Project Manager: Date: %17—it) ,y Michael Bedell,P.E. County Engineer: .. /". /7/-1—.7 Date: ayne Howard. P.E., APPROVALS: Consultant: --. Date: VZO1-- tkins North America, Inc. � FEB 052014 Owner: (od` ' ,12,V'-1 a Date: Douglas Rademacher(BOCC Chair) ,)011-1-o3/5 •r 11 I - - a , . , , ,. r`'"3T' 1 '`t} b,, } . in w .Y `a : E LA a� "h„4i ` q s " " V44.k i � 5 .Yrys ^ }s xx- N�" :' ,n 'A Tty yPY , y 4 'yr Y 5 l' r}}??c+pr iii•.. t , Yi .Z �Tff P>< .0 ' E,�f !2 "}' ....... tc,i tt i, 3 Jtl1 y 1 $lf1 S• n ♦ 4Y S '�H` s3..4 IV 1 5 # '',1.:&;71,-,:s 5 �.: : f.. ~✓.:e r�,.., .. M . rafr xr.ra Y. ,6szz.. _ xdx I a, w a- 1. II kw . ..a.,,,, - . . r Li' - ... ill . f t' SCOPE OF WORK FOR WELD COUNTY ROAD 49 EXTENSION PROJECT FROM SH 34 TO WELD COUNTY ROAD 60.5 CHANGE ORDER#2 -CDOT RAMP PROJECT US 34 & CR 49 INTERSECTION SAFETY IMPROVEMENTS January 10,2014 I_ GENERAL Description of the project Weld County received a CDOT RAMP Grant for the US 34 & CR 49 Intersection Safety Improvement Project. The previously completed plans, specifications, and estimate will be separated for a stand-alone bid package that includes the intersection improvements as a stand-alone bid package that will meet CDOT local agency requirements. The resulting additional scope of work items include the following: • Preparation of a stand-alone bid package • Preparation of bid specifications meeting CDOT requirements • CDOT scoping, combined FIR/FOR, pre-bid meetings II. SCOPE OF SERVICES The following work tasks will be completed under this modification for the construction plan, specification, and estimate package. A. FINAL DESIGN The final design including construction bid plans, specifications, cost estimates, and contract documents for the construction of the intersection improvements will be completed based on the previously completed work for the overall WCR 49 Extension Project. 1. CDOT Scoping Meeting—Preparation for meeting, attendance and meeting minutes. 2. Final Design Plans and combined FIR/FOR Meeting — Prepare a construction plan set separating the work from the overall project plan package that was completed previously. The plans will be submitted to CDOT and a review meeting will be conducted. Major items requiring additional work to meet CDOT requirements include the traffic control plans and the Erosion Control & SWMP. Also, the alignment south of US 34 will be revised to remain westerly of the section line. 3. Preparation of Contract Documents and Specifications and Construction Cost Estimate — Prepare project contract documents and specifications using the CDOT standards and specifications. A construction cost estimate for the intersection work will be prepared. 4. Project Advertisement Package Preparation — Make corrections to plans and contract documents after the FIR/FOR meetings and prepare the project advertisement packages, working closely with Weld County for the project bidding. 5. Assistance with Project Bidding - Attend pre-bid meetings and answer questions during bidding. Issue revised documents for addendums as needed. 6. Preparation of revised "For Construction" Plan Set — Prepare final plan set and contract document packages that incorporate any revisions required during the bid process. Plans shall be marked "FOR CONSTRUCTION, (DATE)" with each sheet stamped by the consultants Professional Engineer of Record for the project. • .t Scope of Services Weld County Road 49 Extension (SH 34 to WCR 60.5) Modification#2 —CDOT RAMP Project- design and coordination III.DELIVERABLES - The following is an estimate of the deliverables required for this project. Final Design • Combined FIR/FOR Plan Package (plans, specifications, and cost estimate) (15 half-size copies) • Project bid Plan Package (plans, specifications, and cost estimate) (1 original pdf, County will make necessary copies) (15 half-size copies for CDOT & utilities) • Two additional "For Construction" Plan Packages (plans, specifications, and cost estimate) (1 11"xl7" and 1 specification book stamped/signed for each) IV. LIST OF ASSUMPTIONS 1 . All environmental studies, permitting, and mitigation design will be completed by others. Coordination and design impacts will be completed to assist with this effort. These environmental work items are to be complete by FHU under a separate contract with Weld County. 2. The previously completed submittal for the entire project improvements will be the basis of the improvements and no major design changes will be required. 2 of 2 ) _ 1 = , , = ; ) l � � , = l , , ; \ ! }§ e ){} . : / Si. \kc ^ � k � CO X ` \ S. C 72 cp . 0 )! ° . o Ni E . , CO . ■ E : _ t• \ /} \�� _ . / , , } � / as © EL Ai! _ _ 0 ! \ ; 9 , , ( ! ) 7 ) to wa• . , : en ! ti! 0en ! ; § ■ !E& ; : , . el - - 0 0 ][\| ) }| § \ ` i !/ ; { � � , , , \ � / # 7 ! f {si Fla giC COco y2 FeUJ is }( | cc _ at ICt cn a.| 7) § § . s{} . ! .- 15 k {!/ 8co ) | ! ! ! ! _ , (\/ - la ! , |! . !cv ' \ }}/} / } \ \ / \ \ \{\/ \ \ \ \ j \\ / — (I ! 0 ! —
Hello