Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC07-148 LoncoRECEIVED
AGREEMENT FOR PROFESSIONAL SERVICES MAY O? 20
FOR THE ENGINEERING DESIGN
OF THE REPLACEMENT FACILITIES MANAGEMENT
COLORADO RIVER COUNTY ROAD 301 BRIDGE
This Agreement for the preparation of Pe Final Engineering Design of the Replacement
Colorado River County Road 301 dated as of -1 2007 between Eagle County, by and
through its Board of County Commissioners ("Co ty"), and Lonco, Inc. ("Consultant").
WHEREAS, the intent of this contract is to enter into an agreement to complete all tasks and
documents associated with the final engineering design of the replacement of Colorado River
County Road 301 Bridge in Eagle County, Colorado.
For good and valuable consideration, including the conditions set forth herein, the parties
agree to the following:
Article I. Scope of the Work:
Section 1.01 The Work shall be comprised of the following tasks: (1) Preliminary Design;, Data
Collection; (2) Intermediate Design; and (3) Final Design, all as described in the Consultant's
proposal attached as "Exhibit A"
Article IL Consultant's Performance:
Section 2.01 Consultant shall be responsible for the completeness and accuracy of the Work,
supporting data and other documents prepared or compiled in performance of the Work, and shall
correct, at its sole expense, all significant errors and omissions therein. The fact that the County has
accepted or approved Consultant's Work shall not relieve Consultant of .any of its responsibilities.
Consultant shall perform the Work in a skillful, professional, and competent manner and in
accordance with the standards of care, skill, and diligence applicable to engineers, as the case may
be, with respect to similar work. The Consultant shall complete all work in compliance with
Colorado Department of Transportation specifications and design criteria as shown on the
www.cdot.state.co.us CDOT website. Design specifications include, but are not limited to, CDOT
Project Development Manual, CDOT Roadway Design Manual Current Edition, A Policy on
Geometric Design of Highways and Streets, Construction and Materials Testing Manual, the M and
S Standards, and AASHTO guidelines. All bid documents, construction drawings, standards and
specifications will conform to CDOT standards.
Article III. Time and Performance and Termination:
Section 3.01 Consultant shall commence the Work within ten (1 0) business days after the date of
this Agreement. Construction documents shall be completed not later than October 24, 2007, unless
approved by change order to the contract.
Page 1 of 8
Article IV. Compensation and Payment:
Section 4.01 In consideration of its performance of the scope of work, Consultant shall be paid
monthly based on percent of completion by task and direct expenses at cost. The total not to exceed
fee is $150,200.00. Payment shall be made in accordance with the following:
a. Consultant shall submit to County monthly invoices of the time spent and expenses
incurred during the previous calendar month.
b. The professional fees and reimbursable expenses shall be due and payable within
thirty (30) days after submittal by Consultant together with submission of any
required clarification and documentation.
c. For the purposes of this Agreement, the term reimbursable costs shall include only
actual out-of-pocket expenses incurred by Consultant in connection with the Work,
including the reasonable expenses incurred for travel to and from Consultant's
regular place of business. Reimbursable costs will include report printing and map
production but not other photo -reproduction costs.
d. Hourly rates shall be as provided in Consultant's Standard Wage Rates as set forth in
Exhibit A and incorporated herein by this reference. Fractional hours will be billed at
the nearest one-quarter hour.
e. The parties hereto recognize that the scope of the Work may change. When
Consultant believes that the scope of the Work has been changed or that by reason of
a decision of County it will'be required to redo properly completed Work, Consultant
shall immediately advise County of such belief and shall also provide a statement of
the maximum additional charges for such work. Consultant shall not be entitled to be
paid for any such additional work unless and until County agrees in writing that the
scope of the Work has changed and accepts the statement of the maximum additional
charges.
f. Consultant shall maintain comprehensive, complete and accurate records and
accounts of its performance relating to this Agreement for a period of three (3) years
following final payment hereunder, which period shall be extended at County's
reasonable request. County shall have the right within such period to inspect such
books, records and documents upon demand, with reasonable notice and at a
reasonable time, for the purpose of determining, in accordance with acceptable
accounting and auditing standards, compliance with the requirements of this
Agreement and the law.
g. Additional services, if required beyond the scope of work, shall be separately
negotiated and agreed to by both the County and Consultant prior to the Consultant
performing the additional service.
VA07 proposals\B07127 - Eagle County Road 30RCost Proposal\EngineeringDesignLonco04O7LONCORev.doe
Article V. Project Management:
Section 5.01 Steven C. Banks, P.E. shall be designated as Consultant's Principal -in -charge and
Daniel J. Bechtold, P.E. shall be designated as Consultant's Project Manager for the Work. Rick
Ullom, Construction Manager, Eagle County, shall be County's manager responsible for this
Agreement. All correspondence between the parties hereto regarding this project shall be between
and among the project managers. Either party may designate a different project manager by notice
in writing.
Article VI. Independent Consultant:
Section 6.01 It is expressly acknowledged and understood by the parties hereto that nothing
contained in this Agreement shall result in, or be construed as establishing, an employment
relationship. Consultant shall be, and shall perform as, an independent Consultant. No agent,
employee, or servant .of Consultant shall be, or shall be deemed to be, the employee, agent or
servant of County. Consultant shall be solely and entirely responsible for its acts and for the acts of
Consultant's agents, employees, servants and sub -Consultants during the performance of this
Agreement.
Article VII. Personnel:
Section 7.01 Consultant understands and hereby acknowledges that County is relying primarily
upon the expertise and personal abilities of Steven C. Banks, P.E.. This Agreement is conditioned
upon the continuing direct personal involvement of Steven C. Banks, P.E. in the Work. County
understands that other employees of Consultant will be working on portions of the Work; however,
these employees shall be under ,the direct supervision of Steven C. Banks, P.E. at all times. In the
event that Steven C. Banks, P.E. is unable to remain involved in the Work, Consultant shall
immediately notify County and County shall have the option to terminate this Agreement.
Article VIII. Ownership of Documents:
Section 8.01 All documents which are obtained during or prepared in the performance of the
Work are copyrighted and shall remain the property of the County, shall be so designated on the
face of the document, and are to be delivered to County's project manager before final payment is
made to Consultant or upon earlier termination of this Agreement. The County agrees not to reuse
the documents or any portion thereof for construction at other locations without the expressed
written consent of the Consultant. The County further understands that use of similar details for
similar work in the future by the Consultant shall not be deemed a violation of the County's
copyright.
Article IX. Electronic Submittals:
Section 9.01 Project development correspondence shall be produced on Microsoft software
products; base mapping and plan sheets will be made utilizing AutoCAD 2000 or later version; and,
design work will be done in Eagle Point software. All project documentation shall be furnished on a
CD to Eagle County.
Article X. Confidentiality:
VA07 proposals\B07127 - Eagle County Road 301\Cost Proposal\EngineeringDesignLonco0407LONCORev.doe
Section 10.01 Consultant acknowledges that it may receive confidential information from County
for use in connection with its performance of the Work. Consultant further acknowledges that it
may in the performance of the Work develop information, including facts, data, and opinions, which
are, or in County's judgment should be, confidential or limited in terms of dissemination. Consultant
shall take all precautions necessary to maintain and protect the confidentiality of any such
information and to ensure that it shall be used only for the purposes of the Work. All facts, data, and
opinions developed by Consultant in the course of its performance of the Work shall be deemed to
belong to County and no such facts, data, or opinions shall be disseminated to anyone for any
purpose without County's express written consent. Upon completion of the Work, Consultant shall
return to County all material it supplied to Consultant in connection with the performance of the
Work.
Article XI. No Assignment:
Section 11.01 The parties to this Agreement recognize that the services to be provided pursuant to
this Agreement are professional in nature and that in entering into this Agreement County is relying
upon the personal services and reputation of LONCO, Inc. Therefore, Consultant may not assign its
interest in the Agreement, 'including the assignment of any rights or delegation of any obligations
provided therein, without the prior written consent of County, which consent County may withhold
in its sole discretion. Except as so provided, this Agreement shall be binding on and inure to the
benefit of the parties hereto, and their respective successors and assigns, and shall not be deemed to
be for the benefit of or enforceable by any third party. Unless specifically stated to the contrary in
any written consent to an assignment, no assignment will release or discharge the assignor from any
duty or responsibility under the Agreement.
Article XII. Conflicts of Interest:
Section 12.01 Neither Consultant nor its sub -Consultants, nor any of their respective principals,
officers, employees, or agents shall, at any time during the term of this Agreement and continuing
through three (3) months following completion of the Work, perform consulting work which would
constitute a conflict of interest, including but not limited to work on behalf of persons owning
property within the area which is the subject of the .Work. By acceptance of this Agreement,
Consultant represents and warrants that any and all of its professional representations and
associations, and those of its sub -Consultants and of their respective principals, officers, employees
and agents, direct or indirect, which would conflict in any manner or degree with the professional
and impartial performance of services required under this Agreement, have been terminated.
Article XIII. Notices:
Section 13.01 Any notice and all written communications required under this Agreement shall be
given by personal delivery, courier delivery, facsimile transmission together with a "hard copy" by
United States mail, or first class mail, to the appropriate party at the following addresses:
Consultant:
Lonco, Inc.
1700 Broadway, Ste. 1512
Denver, CO 80290
County:
VA07 proposals\B07127 - Eagle County Road 301\Cost Proposal\EngineeringDesignLonco0407LONCORev.doe
Rick Ullom, Construction Manager
Eagle County
P.O. Box 850 Eagle, CO 81631
Notice shall be deemed given on the first to occur of delivery, transmission by facsimile (if
transmitted during customary business hours, or the following business day if not), or three calendar
days after deposit in the mails, as applicable.
Article XIV. Miscellaneous:
Section 14.01 Consultant shall not discriminate against any employee or applicant for employment
to be employed in the performance of this Agreement on the basis of race, color, religion, national
origin, sex, ancestry, physical handicap, sexual orientation, age, political affiliation, or family
responsibility. Consultant shall require all sub -Consultants to agree to the provisions of this
subparagraph.
Section 14.02 The making, execution and delivery of this Agreement by the parties hereto has not
been induced by any prior or contemporaneous representation, statement, warranty or agreement as
to any matter other than those herein expressed. This agreement embodies the entire understanding
and agreement of the parties, and there are no further or other agreements or understandings, written.
or oral, in effect between them relating to the subject matter hereof. This Agreement may not be
amended, including by any modification of, deletion from or addition to the scope of the Work
except by a written document of equal formality executed by both parties hereto.
Section 14.03 This Agreement shall be governed by and construed in accordance with the internal
laws of the State of Colorado, without reference to choice of law rules. The parties agree that venue
in any action to enforce or interpret this Agreement shall be in the District Court in the 5th District
for the State of Colorado.
Section 14.04 This Agreement does not and shall not be deemed to confer upon or grant to any
third party any right enforceable at law or equity arising out of any term, covenant, or condition
herein or the breach thereof.
Section 14.05 Budget / Appropriation: Notwithstanding anything to the contrary contained in this
Agreement, County shall have no obligations under this Agreement, nor shall any payment be made
to Consultant in respect of any period after any December 31 of each calendar year during the term
of this Agreement, without an appropriation therefore by the County in accordance with a budget
adopted by the Board of County Commissioners in compliance with the provisions of Article 25 of
Title 30 of the Colorado Revised Statutes, the Local Government Budget Law (C.R.S. $29-1-101 et
seq.), and the TABOR Amendment (Constitution, Article X, Sec. 20).
VA07 proposah\B07127 - Eagle County Road 301\Cost Proposal\EngineerinaDesignLonco04O7LONCORev.doc
IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and
year first above written.
COUNTY OF EAGLE, STATE OF COLORADO, ,
By and Through It's BOARD OF COUNTY COMMISSIONERS
ATTEST:
Clerk to the Bo d of cya Am M. Menconi, Chairman
County Commissioners
VENDO NSULTANT: Lo In .
By: Title: P ` "
STATE OF COLORADO }
} ss:
County of
The foregoing was acknowledged before me this �_ day of ak4 2007
by
My commission expires: - Z-- Notary Public Seal
OOTA/?Y
--0►.Ift
NBLIC ,
Mr C"Wkwu ,00!
VA07 proposals\B07127 - Eagle County Road 301\Cost Proposal\EngineeringDesignLonco0407LONCORev.doc
GENERAL CONDITIONS
1. Consultant shall provide and pay for labor, materials, consumables, equipment, tools, utilities,
permits, licenses, transportation, and other facilities and services necessary for proper execution and
completion of the service.
2. Consultant shall be responsible for having taken steps reasonably necessary to ascertain the
nature and location of the Service, and the general and local conditions which can affect the Service
or the cost thereof. Any failure by Consultant to do so will not relieve him from responsibility for
successfully performing the Service without additional expense to the County. County assumes no
responsibility for any understanding or representations concerning conditions made by any of its
officers, employees or agents prior to the execution of this Agreement, unless such understanding or
representations are expressly stated in the Agreement.
3. Before commencing activities, Consultant shall: (1) verify field conditions; (2) carefully
compare this and other information known to Consultant with that of the Agreement; and (3)
promptly report errors, inconsistencies or omissions discovered to County.
4. Consultant shall supervise and direct the Service, using Consultant's best skill and attention.
Consultant shall be solely responsible for and have control over means, methods, techniques,
sequences and procedures, and for coordinating all portions of the Service.
5. No charge shall be made by Consultant for hindrances or delays from any cause whatever during
the progress of any portion of the Service, unless such hindrance or delay is caused in whole or in
part by acts or omissions with the control of County.
7. The performance of the Service may be terminated at any time in whole, or from time to time in
part, by County for its convenience. Any such termination shall be effected by delivery to the
Consultant of a written notice ("Notice of Termination") specifying the extent to which
performance of the Service is terminated and the date upon which termination becomes effective.
After receipt of a Notice of Termination, and except as otherwise directed by County, Consultant
shall, in good faith, and to the best of its ability, do all things necessary, in the light of such notice
and of such requests in implementation thereof as County may make, to assure the efficient, proper
closeout of the terminated Service (including the protection of County's property). Among other
things, Consultant shall, except as otherwise directed or approved by County:
a) stop the Service on the date and to the extent specified in the Notice of Termination;
b) place no further orders or subcontracts for services, equipment or materials except as may
be necessary for completion of such portion of the Service as is not terminated;
c) terminate all orders and subcontracts to the extent that they relate to the performance of
Service terminated by the Notice of Termination;
d) assign to County, in the manner and to the extent directed by it, all of the right, title and
interest of Consultant under the orders or subcontracts so terminated, in which case
County shall have the right to settle or pay any or all claims arising out of the termination
of such orders and subcontracts;
VA07 proposals\1307127 - Eagle County Road 3011Cost Proposal\EngineeringDesignLonco0407LONCORev.doc
e) with the approval of County, settle all outstanding liabilities and all claims arising out of
such termination or orders and subcontracts; and
f) deliver to County, when and as directed, all documents and all property which, if the Service
had been completed, Consultant would be required to account for or deliver to County, and
transfer title to such property to County to the extent not already transferred.
In the event of such termination, Consultant shall be compensated for the work satisfactorily
performed up through the termination date.
VA07 proposals\B07127 - Eagle County Road 301\Cost Proposal\EngineeringDesignLonco0407LONCORev.doc
Eagle County
County Road 301 over Colorado River Bridge Replacement
Exhibit A: SCOPE OF -WORK
A. Preliminary Design/Data Collection Phase:
The preliminary design phase will be initiated when the County issues notice -to -proceed.
We will coordinate with the County and our subconsultants to schedule a project kick-off
meeting. This meeting will be held in Eagle County and will include a site visit. The
purpose of this meeting is to discuss the overall project goals and any known issues
related to achieving these goals. Based on the request for proposal and discussion at
the interview, we understand that the County wants a full replacement of the existing
bridge. We also understand that the preferred approach to the project includes a new
roadway alignment that achieves a higher design speed.
It is believed that this new alignment will allow the new bridge to be constructed without
taking the existing bridge out of service. This will allow local traffic to be maintained
without the need for phased construction. This assumption will be verified during the
preliminary roadway alignment study. It is further assumed that the bridge cross section
will be based on two lanes with shoulders and a sidewalk on at least one side. The
foregoing assumptions are subject to verification and coordination with the County,
however, they form the basis for the scope of work and fee estimate.
After the project kick-off meeting, we will coordinate with our subconsultants to initiate
the field survey, geotechnical investigation, environmental site investigation and
hydraulic cross section survey. These tasks will be coordinated by LONCO. Permission
to access private property will be coordinated through the County for these tasks.
Pinyon, our environmental subconsultant, will make a site visit to assess wetland,
threatened and endangered species, weeds, hazardous materials and other issues that
require a site visit. Wetlands delineation will be -coordinated with Gamba, our survey
subconsultant, for inclusion in the site map.
Our surveying scope of services will provide a base map of visible improvements and
topography in an area approximately 200 -feet wide by 1,500 -feet long in the vicinity of
the existing bridge and roadway. The survey will identify the existing bridge and roadway
as well as any surface evidence of utilities and utility locates. Our survey will also pick up
irrigation ditches, culverts, diversion structures and wetland delineation markers placed
by Pinyon. Any visible boundary evidence including fences, boundary monuments, etc.
within the survey area will also be identified.
Gamba will also research parcels 193503300003, 193503100008 and 193503401001,
which are adjacent to the bridge.
Utilities will be investigated in a two-pronged approach. A firm will be contacted to field
locate utilities prior to drilling the geotechnical borings. These locates will be included in
the base map. LONCO will also contact utility companies to request maps and
information related to utility locations. Information provided by the utility companies will
be added to the base map.
It is believed that the total data collection effort will take approximately three weeks
cK eCrvz m] a Yvarmperreticn EnglnmOng:Since 1902.
Eagle County
County Road 301 over Colorado River Bridge Replacement
Once the field surrey is obtained, preliminary roadway design will begin. The goal of the
preliminary roadway design will be to establish the roadway typical section and
preliminary horizontal alignment. A preliminary vertical profile will also be developed but
it will be subject to change as the bridge and hydraulic designs advance.
Preliminary bridge design will lag roadway design since the horizontal alignment of the
roadway will have a significant impact on potential bridge span arrangements. The goal
of the preliminary bridge design will be the development of the structure type selection
study. This report will document the key constraints that lead to our recommendation of
the preferred structure type. This report typically considers at least three structure types.
For this project, we anticipate evaluating precast concrete box girders and bulb -tee
girders. We also anticipate considering either steel plate girders or rolled steel girders.
We anticipate considering both two span and three span configurations. This will lead to
approximately six configurations that will be evaluated. Our report will summarize the
relative advantages of each configuration and make a recommendation. A preliminary
general layout will be developed based on the preferred alternate.
Establishing the hydraulic existing condition model will be initiated during preliminary
design. The water surface elevation will be reported based on existing conditions. This
information will be included in the preliminary report.
Due to the critical nature of obtaining the necessary permits, a preliminary construction
impacts drawing will be developed based on the preferred alternate structure
configuration. The purpose of developing this sheet during preliminary design is to
initiate discussions about potential impacts to Waters of the U.S. and wetlands early in
the process.
The preliminary design report will include, as a minimum, meeting minutes for the kick-
off meeting, a summary of utility contacts initiated, a survey base map, a structure type
selection report and preliminary level design drawings. The preliminary design drawings
will include a roadway typical section sheet, a plan and profile sheet, a bridge general
layout and a construction impacts sheet. A preliminary opinion of probable construction
cost will be included but will include only major items of work and a large contingency
due to the preliminary nature of the design.
Preliminary Design Schedule:
It is anticipated that the work described above will require approximately eight weeks to
complete. If notice -to -proceed were issued in time to allow the project kick-off meeting to
be held on April 30, the preliminary design submittal would be available to the County by
approximately June 11. Assuming a two-week review period by the County, the
preliminary design review meeting would be held during the week of June 25. It is
assumed that the preliminary design review meeting would be held in Eagle between the
County and LONCO.
B. Intermediate Design Phase:
The direction of intermediate design will be based on comments received from the
County at the preliminary design review meeting. The proposed hydraulic conditions
model will be developed during the intermediate design phase. It is anticipated that
changes between the proposed and existing water surface elevations will be relatively
LORDIN -.1
co,
Eagle County
County Road 301 over Colorado River Bridge Replacement
minor, so the refined vertical roadway profile will be based on the depth of the selected
structure type and freeboard above the existing water surface, elevation. Once the
roadway alignment and profile have been established, a right-of-way (ROW) and
construction easement drawing will be developed.
It is assumed that pavement to the end of the guardrails, at a minimum will be included.
A pavement design will be included in the work for our geotechnical engineer.
Intermediate bridge design will develop the superstructure configuration to a level that
will allow the substructure design to be initiated. The soils report will also be developed
during this phase in support of the substructure design. The goal will be to have all major
items of work identified so that the intermediate opinion of probable construction cost will
include a significantly reduced contingency.
The intermediate design submittal will include a cover letter, intermediate design
drawings, a soils report, a copy of permit applications completed to date and project
special provision (modifications to the CDOT standard specification), The intermediate
drawings will include, as a minimum, a cover sheet, a standard plans list, a roadway
typical section and general notes, a summary of approximate quantities sheet, a plan
and profile sheet, a bridge general information sheet, a general layout sheet, a
construction and foundation layout sheet, an engineering geology sheet, a construction
impacts sheet, a girder details sheet, a superstructure details sheet, a bridge rail sheet
and a ROW and ownership sheet. The ownership sheet will also identify ROW takes,
both permanent and temporary easements that will be necessary to construct the
project.
Intermediate Design Schedule:
It is anticipated that the intermediate design will take approximately eight weeks to
complete. If the preliminary design review meeting is held on June 26, the intermediate
design could be submitted by August 7. Assuming a two-week review period by the
County, the intermediate design review meeting would be held during the week of
August 22. It is assumed that the intermediate design review meeting will be held in
Eagle between the County and LONCO.
C. Final Design Phase:
The first task of final design will be to incorporate any changes to the ROW exhibit.
When the County is satisfied that the ROW issues have been resolved, legal
descriptions will be written and submitted to the County. Assuming the rest of the
scheduled milestones have been met, legal descriptions would be available the first
week in September. This would allow about five weeks prior to completion of the bid
documents for the County to negotiate ROW acquisition.
The objective of the balance of the final design phase is to produce documents to a near
bid ready condition. The necessary permit applications will have been submitted before
the end of this phase. The hydraulics report, scour and riprap design will be complete.
Required project special provisions, an engineer's opinion of probable construction cost
and a bid form to match final quantities will be substantially complete.
3 �.
GWEt :5tm.tMl �G Trarieparinatlan EnglneertAg.$lace 7952.
Eagle County
County Road 301 over Colorado River Bridge Replacement
It is assumed that the final County review will be primarily to confirm completeness of the
documents and that substantial changes will not be necessary. Changes requested at
the final design meeting will be incorporated into the documents and the bid issue will
then be submitted to the County.
Pinyon will develop and submit a Section 404 permit to the Army Corps of Engineers
(ACOE). While a Nationwide Permit 14 is likely to be adequate for this project, the Grand
Junction ACOE requires that an individual permit application form be completed for all
projects. It is assumed that any wetlands mitigation requirements will be met by the
County through purchase of credits from a wetland mitigation bank. A wetland mitigation
plan has not, therefore been included in this scope.
A brief report to the United States Fish and Wildlife Service (USFWS) will be submitted
to obtain clearance for the project. It is assumed that no habitat for endangered species
will be directly impacted; therefore cost for developing a species-specific mitigation plan
has not been included.
A clearance letter from the State Historical Society will be acquired prior to construction.
A paleontological and archeological survey may be required. Pinyon will conduct a
records search and write a letter report. A Phase I Environmental Site Assessment
(ESA) must be completed prior to any property transactions and to assess potential
health and safety issues associated with proposed construction activities. A report
outlining the data obtained will be developed. As a part of this study, paint from the
existing bridge will be sampled and sent to a lab for analysis of lead content.
A Colorado Discharge Permit System (CDSP) Stormwater Permit application will be
completed and sent to the Colorado Department of Health and Environment (CDPHE). A
Stormwater Management Plan will be prepared. A CDPHE Air Pollution Emission Notice
will also be prepared.
Final Design Schedule:
It is anticipated that the final design will take approximately eight weeks to complete. If
the intermediate design review meeting is held on August 22, the final design could be
submitted by September 18. Assuming a two-week review period by the County, the final
design review meeting would be held during the week of October 3. It is assumed that
the final design review meeting will be held in Eagle between LONCO and the County.
We anticipate that it will take approximately one-week to incorporate changes and to
finalize the bid issue. Bid documents would, based on the assumption that all previously
mentioned milestones are met, be available by October 10.
D. Bid and Construction Phase:
During the bid phase LONCO will provide clarification to requests for information of a
technical nature. It is assumed that correspondence with potential bidders will be
coordinate through the County so that information is not given out without the County's
knowledge. LONCO will direct contractors to submit their questions in writing to the
County. LONCO will assist the County in answering questions and developing any
addendums that become necessary during the bid phase. LONCO will attend a pre-bid
meeting to be held in Eagle County. LONCO will review all qualified bids and advise the
4 .NS,
CMM; iM=fi f:&TranepertetfaaEnalneerl- anw1882.
E.
F.
Eagle County
County Road 301 over Colorado River Bridge Replacement
County concerning awarding the contract. After the contract is awarded, LONCO will
attend a pre -construction meeting. It is assumed that the County will reproduce the
documents and provide the contractor with the required number of sets. LONCO and our
subconsultants will review contractor submittals and shop drawings. We will return
submittals to the County within two working weeks from the day they are received at our
office. All contractor correspondence will be routed through the County. LONCO will
provide verbal and/or written response to County questions. LONCO will provide written
response to all contractor requests for information. LONCO will assist the County in
developing project change orders, if required.
LONCO and our subconsultants will make visits to the site to observe the construction at
key points in the project. It will be the responsibility of the County to notify LONCO when
site visits are required. The following shows a list of the necessary site visits:
• Foundation installation (4 trips)
• Substructure reinforcing installation (8 trips)
• Girder erection (1 trip)
• Deck reinforcing installation (1 trip)
• Deck concrete placement (1 trip)
• Riprap installation (1 trip)
• Miscellaneous (2 trips)
• Final walk-through (1 trip)
LONCO will submit a letter stating our opinion of the contractor's conformance to the
plans and specification after the final walk-through. LONCO will prepare record
documents based on redlines developed by the contractor and County field personnel.
A review period of two weeks is assumed after submittal of the record documents.
Terms of the contract will be complete following acceptance of the record documents by
the County or at the end of the review period if no comments are received.
Estimated Design Costs
LONCO will perform fulfill the previously stated scope of work for a top -set fee shown
below:
$124,250 for services through final design
$25,950 for bid and construction phase services
$150,200 Total top -set fee.
Invoices will be submitted on a monthly basis.
Key Personnel Contact Information
1. LONCO, Inc. Steven C. Banks, P.E. — Project Principal
(303) 620-0098 Daniel J. Bechtold, P.E., S.E. — Project Manager
2. Ayres Associates Jeremy Franz, P.E. — Hydraulics
(970) 223-5556
3. Pinyon Environmental Resources Julia Auckland — Environmental/Permitting
(303) 980-5200
5 "�DI'JN
C
aA„ 5sracCm z, -rmmeporwwan Ervawms since T9a
Eagle County
County Road 301 over Colorado River Bridge Replacement
------ ------- --------
4. Gamba & Associates Michael Gamba, P.E., PLS — Surveying/ROW
(970) 945-2550
5 HP Geotech Steve Pawlak, P.E. — Geotechnical
(970) 945-7988
6 INC,
CMI, ftctumf A Tramprmlan Snonn?im Since 1962
County Road 301 over Colorado River Bridge Replacement
Eagle County .
L INS..
CK &trVVWML idneportg5ian 6 Eervironmerit►t: Coneulur�{ 5�nce t962:
PRELIMINARY DESIGN
Project Kick -Off Meeting
0
8
0
0
0
0
$10.00
$1,066.00
Coordinate with Geotechnical Enginee
0
0
4
0
0
0
$0.00
$444.00
Coordinate with Hydraulics
0
0
4
0
0
0
$0.00
$444.00
Utility Research
0
0
0
0
16
0
$0.00
$1,072.00
Preliminary Roadway Design
0
2
0
24
0
0
$0.00
$2,736.00
Structure Type Selection
0
2
16
0
0
0
$0.00
$2,040.00
General Layout of Preferred Alternate
0
0
4
0
8
0
$0.00
$980.00
Geotechnical Study (HP Geotech)
0
0
0
0
0
0
$10,000
$10,000.00
Survey and ROW Research (Gamba)
0
0
0
0
0
0
$10,300
$10,300.00
Preliminary Submittal
0
4
0
0
0
4
$0.00
$756.00
Preliminary Design Meeting
0
2
0
0
0
0
$8.00
$272.00
Preliminary Design Hours
0
18
28
24
24
4
Preliminary
Design Fee
$30,110.00
INTERMEDIATE DESIGN
Utility Conflict Resolution
0
2
2
8
0
0
$0.00
$1,310.00
Intermediate Road Design & Plans
Cover Sheet
0
0
4
0
4
0
$0.00
$712.00
Standard Plan List
0
0
2
0
2
0
$0.00
$356.00
Summary of Approximate Quantities
0
2
4
4
4
0
$0.00
$1,388.00
Typical Section & Gen. Notes
0
2
0
4
4
0
$0.00
$944.00
Plan and Profile Sheet
0
2
0
16
4
0
$0.00
$2,180.00
Engineering Geology
0
0
2
0
4
0
$0.00
$490.00
Intermediate Bridge Design & Plans
General Notes/Bid Quantities
0
0
4
0
0
0
$0.00
$444.00
General Layout
0
2
4
0
0
0
$0.00
$708.00
Construction and Foundation Plan
0
2
4
0
0
0
$0.00
$708.00
Quality Assurance Review
0
4
0
0
0
0
$0.00
$528.00
EagleCo301.xls Page 1
County Road 301 over Colorado River Bridge Replacement
Eagle County
INTERMEDIATE DESIGN (CONTINUED)
LONID� 1NC,
CA Str ff-mLTranppor-atf m6.Eml.m ental: C--6ukd»o 51--61962
Hydraulics Design (Ayres)
0
0
0
0
0
0
$33,550
Environmental Permitting (Pinyon)
0
0
0
0
0
0
$21,652
Opinion of Probable Cost
0
2
4
4
0
0
$0.00
Intermediate Design Meeting
0
2
0
0
0
0
$6.00
Intermediate Design Hours
0
20
30
36
22
0
$680.00
FINAL DESIGN
Review Scour Requirements
Final Road Design & Plans
Cover Sheet
Standard Plan List
Summary of Approximate Quantities
Typical Section & Gen. Notes
Tabulations
Plan and Profile Sheet
Engineering Geology
Final Bridge Design & Plans
General Notes/Bid Quantities
General Layout
Construction and Foundation Plan
Abutment Plan and Details
Wingwall and Mise. Details
Pier Plan and Details
Girder Details
Superstructure Details
Railing Details
Specifications
Final Cost Estimate
Quality Assurance Review
Final Design Submittal
Final Design Meeting and Revisions
Final Design Hours
Intermediate Design Fee
$33,550.00
$21,652.00
$1,120.00
$270.00
$66,360.00
0
4
4
0
0
0
$0.00
$972.00
0
0
0
2
4
0
$0.00
$474.00
0
0
0
2
2
0
$0.00
$340.00
0
2
4
4
4
0
$0.00
$1,388.00
0
0
0
4
4
0
$0.00
$680.00
0
2
0
8
4
0
$0.00
$1,356.00
0
0
0
4
4
0
$0.00
$680.00
0
2
0
0
4
0
$0.00
$532.00
0
0
2
0
4
0
$0.00
$490.00
0
0
4
0,
8
0
$0.00
$980.00
0
2
4
0
8
0
$0.00
$1,244.00
0
2
16
0
8
0
$0.00
$2,576.00
0
2
8
0
8
0
$0.00
$1,688.00
0
2
16
0
12
0
$0.00
$2,844.00
0
2
24
0
8
0
$0.00
$3,464.00
0
2
8
0
8
0
$0.00
$1,688.00
0
2
4
0
8
0
$0.00
$1,244.00
0
2
8
0
0
2
$0.00
$1,266.00
0
4
4
0
0
0
$0.00
$972.00
2
8
0
0
0
0
$0.00
$1,380.00
0
0
2
0
0
4
$0.00
$450.00
0
8
0
0
0
0
$16.00
$1,072.00
2
46
108
24
98
6
EagleCoWl .xls
Final Design Fee $27,780.00
Total Design Fee $124,250
Page 2
County Road 301 over Colorado River Bridge Replacement
Eagle County
BID AND CONSTRUCTION PHASE
Answer Technical Bid Questions
Prepare Addenda
Pre-bid Meeting and Pre -Con. Mtg
Construction Observation Site Visits(19)
Review Submittals
Provide Construction Design Support
LON,� - INC
0 2
4
2
0
0
$0.00
$914.00
0 2
2
0
4
0
$0.00
$754.00
0 16
0
0
0
0
$11.00
$2,123.00
0 40
56
56
0
0
$295.00
$17,559.00
0 2
4
16
0
0
$0.00
$2,356.00
0 2
8
8
4
0
$0.00
$2,244.00
Bid and Construction Fee $25,950.00
Total Design, Bid and Construction Fee $150,200
EagleCo301.xis
Page 3