Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC11-148 Alpine Engineering AgreementC 0
AGREEMENT
FOR ENGINEERING AND SURVEYING SERVICES FOR THE
AVON TO EAGLE-VAIL TRAIL PROJECT BETWEEN
EAGLE COUNTY, COLORADO
AND
ALPINE ENGINEERING, INC.
This Agreement ("Agreement") is or en Bering and design services for the Avon to Eagle -
Vail Trail Project, and is effective as of , 2011 between Eagle County, Colorado
a body corporate and politic ("County") d Alpine Engineering, Inc. a Colorado corporation
("Consultant").
AGREEMENT
In consideration of the following promises County and Consultant agree as follows:
Article I Scope of the Work:
Section 1.01 The Work to be performed under this Agreement consists of engineering and design
services for the Avon to Eagle -Vail Trail Project and is more fully described in the attached Exhibit A
(hereinafter referred to as "Work", "Scope of Work" or "Services").
Article H 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 the specifications noted
in Exhibit A. Consultant shall ensure that all of its employees and sub -consultants working on the
Avon to Eagle -Vail Trail Project are properly licensed during the performance of the Work.
Article III Time and Performance and Termination:
Section 3.01 Consultant shall commence the Work within ten (10) business days after the date of this
Agreement. The Scope of Work shall be shall be completed by December 31, 2011, unless modified
by change order to the Scope of Work and Agreement.
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.
�,I1447
Section 4.02 The total fee and expenses for the Work shall not exceed $198,810.00 as provided in
Consultant's proposal, which is attached hereto and incorporated herein as Exhibit B by this reference.
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, and described by task satisfactorily performed.
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 no other photo -
reproduction costs. Out-of-pocket expenses shall not include any salary, bonuses or
compensation to Consultant's personnel.
d. Hourly rates shall be as provided in Consultant's Client Rate Schedule as set forth in Exhibit B.
Fractional hours will be billed at the nearest one-quarter hour.
e. The parties hereto recognize that the Scope of Work may change. When Consultant believes
that the Scope of 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 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.
Article V Proiect Manaeement:
5.01 Kent Kriehn, P.E. shall be designated as Consultant's Project Manager. Ellie Caryl, ECO Trails
Program Manager, Eagle County Government, shall be County's Project Manager and responsible for
administration of this Agreement and the County's interests in the trail project. Town of Avon's
Project Manager responsible for the Town's interests in the trail project will be Justin Hildreth, P.E.
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.
2
0 0
Section 5.02 Consultant acknowledges that the development and processing of the Work may require
close coordination between various consultants. Consultant shall coordinate the Work required
hereunder with other consultants that are identified by County to Consultant from time to time, and
Consultant shall immediately notify such other consultants, in writing, of any changes or revisions to
Consultant's work product that might affect the work of the other consultants providing services to
County and concurrently provide County with a copy of such notification. Consultant shall not
knowingly cause other consultants extra work without obtaining prior written approval from County. If
such prior approval is not obtained, Consultant shall be subject to any offset for the cost of such extra
work.
Article VI Independent Contractor:
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 contractor. 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 -contractors 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 Kent Kriehn, P.E. This Agreement is conditioned upon the
continuing direct personal involvement of Kent Kriehn, P.E. 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 Kent Kriehn, P.E. and in the event he is unable to remain involved in the Work,
Consultant shall immediately notify County and County shall have the option to terminate this
Agreement.
Section 7.02 Consultant shall not enter into any sub -consultant agreements for the performance of the
Work without County's prior written consent, which consent may be withheld in County's sole
discretion. County shall have the right in its reasonable discretion to approve all personnel assigned to
the Avon to Eagle -Vail Project. Consultant shall require each sub -consultant, as approved by County
and to the extent of Work performed by the sub -consultant, to be bound to Consultant by the terms of
the Agreement and to assume toward Consultant all of the obligations and responsibilities which
Consultant, by this Agreement assumes toward County.
County hereby consents to Eagle Valley Surveying, Inc., LSC Transportation Consultants, Inc.,
Monroe & Newell Engineers, Inc., and Michael W. West & Associates, Inc. performing a portion of
the Work as sub -consultants to Consultant. Consultant shall be responsible for the performance of and
completeness and accuracy of the Work performed by sub -consultants and shall correct, at its sole
expense, all significant errors and omissions therein. Consultant shall be responsible for compensating
sub -consultants for any Work performed by sub -consultants. County shall only be responsible for
compensation to Consultant as set forth herein.
Article VIII Ownership of Documents:
Section 8.01 All documents, electronic or otherwise, 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 in a
3
v
format usable by the County or the Town of Avon 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 express 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 Insurance and Indemnification:
Section 9.01 To assure to County that the Consultant is always capable of fulfilling potential liability
obligations, the Consultant is required to purchase and maintain insurance of the kind, and in the
minimum amount specified below. However, the insurance requirements below shall not be deemed to
limit or define the obligations of the Consultant. Consultant is responsible for payment of any
deductibles. County reserves the right to request a certified copy of the policy(ies) for review in
addition to the standard Certification of Insurance. The Consultant shall, prior to commencing Work
under this Agreement, obtain the following minimum insurance.
a. Workers' Compensation and Employer's Liability Insurance: If services are
performed within the State of Colorado, the Consultant shall carry Workers'
Compensation and employer's liability insurance to cover liability under the laws of
the State of Colorado in connection with work performed pursuant to this
Agreement.
b. Automobile Insurance: If motor vehicles are required in the performance of services
by the Consultant under this Agreement, the Consultant shall carry automobile liability
to include owned, non -owned and hired vehicles, and limits of liability no less than
$1,000,000.00 per occurrence. County, its elected officials, administrators and
employees as well as the Town of Avon shall be added to the policy as additional
insureds with a waiver of subrogation on their behalf.
C. Commercial General Liability Insurance: The Consultant shall carry commercial
general liability insurance which shall include blanket contractual liability, with
coverage no less than $1,000,000.00 per occurrence and $2,000,000.00 in the
aggregate. Defense costs coverage for additional insured must be included and
outside the limits of insurance. County, its elected officials, administrators and
employees and the Town of Avon shall be additional insureds as respects this
Agreement, with a waiver of subrogation in favor of such additional insureds.
d. Professional Liability Insurance: Professional liability insurance at limits of no less
than $1,000,000. The Consultant shall provide errors and omissions coverage of no
less than $1,000,000 per claim and annual aggregate.
e. Sub -consultants: The Consultant shall furnish separate certificates for each
Sub -consultant in the amounts and types set forth herein.
f. Certificates of Insurance: Certificates of insurance or equivalent evidencing the
above and identified on their face as to the contract name and date of execution, shall
be submitted to County within fifteen (15) days after signing the Agreement.
g. Consultant shall maintain the foregoing coverage in effect until the Work is
completed. In addition, to the extent commercially available at reasonable rates, all such
policies shall be kept in force by Consultant until the applicable statute of limitations
have expired.
h. All policies must contain an endorsement affording an unqualified thirty (30) days'
notice of cancellation to County.
n
0
i. All policies must be written by insurance companies whose rating in the most recent
Best's rating guide is not less than A -(VU).
Section 9.02 The Consultant shall, to the fullest extent permitted by law, indemnify and hold harmless
County and any of its officials, boards, officers, agents and employees and the Town of Avon against
any losses, claims, damages or liabilities (including reasonable attorney fees in connection with
investigating or defending any such loss, claim, damage, liability or action) for which County or any of
its officers, agents, or employees or the Town of Avon may incur, but only to the extent caused by the
negligent acts, errors or omissions of Consultant or anyone for whom Consultant is legally liable
which shall include any subcontractor or anyone directly or indirectly employed by any of them in the
performance of the Services hereunder.
Article X Confidentiality:
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
r)
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 -contractors 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:
Alpine Engineering, Inc.
Kent Kriehn, P.E. President
P.O. Box 97
Edwards, CO 81632
County:
Ellie Caryl, Project Manager
ECO Trails Department, Eagle County
P.O. Box 1070
Gypsum, CO 81637
Town of Avon:
Justin Hildreth, Town Engineer
P.O. Box 975
Avon, CO 81620
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
6
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 Unless otherwise set forth herein, 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).
Section 14.06 Notwithstanding anything to the contrary herein County does not waive the monetary
limitations or any other rights, immunities or protections provided by the Colorado Governmental
Immunity Act, C.R.S. 24-10-101 et.sea•
Section 14.07 In the event of any conflict between this Agreement and any exhibits or attachments hereto,
this Agreement shall control.
Section 14.08 The words sub -contractor and sub -consultant are used interchangeably in this Agreement.
Section 14.09 Consultant shall pay all taxes imposed by any federal, state or local taxing authority on all
payrolls and compensation of its employees and subcontractors and any other taxes, fees and charges
levied against Consultant on account of this Agreement.
Section 14.10 Provision Mandated by House Bill 1343: Prohibitions on Public Contract for Services
If Consultant has any employees or subcontractors, Consultant shall comply with C.R.S. § 8-17.5-101,
et seq., regarding Illegal Aliens — Public Contracts for Services, and this Contract. By execution of
this Contract, Consultant certifies that it does not knowingly employ or contract with an illegal alien
who will perform under this Contract and that Consultant will participate in the E -verify Program or
other Department of Labor and Employment program ("Department Program") in order to confirm the
eligibility of all employees who are newly hired for employment to perform work under this Contract.
A. Consultant shall not:
(i) Knowingly employ or contract with an illegal alien to perform work under this
contract for services; or
(ii) Enter into a contract with a subcontractor that fails to certify to the Consultant
that the subcontractor shall not knowingly employ or contract with an illegal
alien to perform work under the public contract for services.
B. Consultant has confirmed the employment eligibility of all employees who are newly
hired for employment to perform work under this Contract through participation in the
E -verify Program or Department Program, as administered by the United States
7
Department of Homeland Security. Information on applying for the E -verify program
can be found at:
ht!R://www.dhs.aov/xprevpTpt-pro-rams gc_1185221678150.shtm
C. Consultant shall not use either the E -verify program or other Department Program
procedures to undertake pre-employment screening of job applicants while the public
contract for services is being performed.
D. If Consultant obtains actual knowledge that a subcontractor performing work under the
public contract for services knowingly employs or contracts with an illegal alien, the
Consultant shall be required to:
(i) Notify the subcontractor and the County within three days that the Consultant
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
(ii) Terminate the subcontract with the subcontractor if within three days of
receiving the notice required pursuant to subparagraph (i) of the paragraph (D)
the subcontractor does not stop employing or contracting with the illegal alien;
except that the Consultant shall not terminate the contract with the subcontractor
if during such three days the subcontractor provides information to establish that
the subcontractor has not knowingly employed or contracted with an illegal
alien.
E. The Consultant shall comply with any reasonable request by the Department of Labor
and Employment made in the course of an investigation that the department is
undertaking pursuant to its authority established in C.R.S. § 8-17.5-102(5).
F. If Consultant violates these prohibitions, the County may terminate the contract for a
breach of the contract. If the contract is so terminated specifically for a breach of this
provision of this Contract, the Consultant shall be liable for actual and consequential
damages to the County as required by law.
G. The County will notify the office of the Colorado Secretary of State if Consultant
violates this provision of this Contract and the County terminates the Contract for such
breach.
Article XV General Conditions:
Section 15.01 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.
Section 15.02 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
8
officers, employees or agents prior to the execution of this Agreement, unless such understanding or
representations are expressly stated in the Agreement.
Section 15.03 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.
Section 15.04 Consultant shall supervise and direct the Service, using Consultant's professional 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.
Section 15.05 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 within the control of County. In any event, County may grant an
extension an extension of time for the completion of the services to be performed, provided it is
satisfied that delays or hindrances were due to causes outside of Consultant's control, e.g. weather, or
to acts of omission by County, provided that such extensions of time shall in no instance exceed the
time actually lost to Consultant by reason of such causes, and provided further that Consultant shall
have given County immediate notice in writing of the cause of the detention or delay.
Section 15.06 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;
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.
0
In the event of such termination, Consultant shall be compensated for the work satisfactorily
performed up through the termination date.
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 its BOARD OF
COUNTY COMMISSIONERS
ATTEST:
� By
Teak J. Simonton * '�
Clerk to the Board of County Co
STATE OF COLORADO }
} ss:
County of }
CONSULTANT: Al ine Engineering, Inc
By:
Title:
The foregoing was acknowledged before me this 3 day of g-kL- 92011
by e7lc- N of Alpine Engineering, Inc.
T.
NOTARY L. WIBLE
PUBLIC
My commission expires: Notary Public Seal STATE OF COLORADO
My Commission Expiros 01/10/2015
A�-Q
10
0
"EXHIBIT All
REQUEST FOR PROPOSALS
ENGEERING AND SURVEYING SERVICES
FOR THE AVON TO EAGLE-VAIL TRAIL PROJECT
PHASES I THROUGH III
Released March 3, 2011
PROTECT DESCRIPTION
ECO Trails (County) and the Town of Avon (Town) are accepting Proposals for Engineering and Surveying
Services (RFP) for design of a trail system segment connecting the Town of Avon and the unincorporated
community of Eagle -Vail in Eagle County, Colorado. The project is known as the "Avon to Eagle -Vail Trail'
and is approximately 2.2 miles in length. The project boundaries are Avon Road on the west and the Interstate
70 Eagle -Vail exit ramp on the east. It is generally located north of and adjacent to Highway 6 for its entire
length. The project will complete a segment of the regional Eagle Valley Trail system.
The project generally consists of a 10 foot wide paved trail and a 12 to 16 foot wide by 130 foot long bridge
for pedestrian, bicycle and other non -motorized uses. The project will be designed to comply with the Eagle
Valley Regional Trail Plan standards as adopted by the Town and County and all pertinent state and federal
design standards. Modified design may be considered in areas of opportunity or constraint along the project
length. The project alignment should be direct, safe and enjoyable for pedestrian, bicycle and other non -
motorized users. The bridge and trail will meet ADA standards and the trail separated from the adjacent
highway asphalt to the greatest extent possible.
Due to the varied sources of funding, the project is divided into three phases. The three project phases are
generally depicted on attached map (Exhibit A) and described in detail in the following text.
SUBMITTALS:
All proposals shall be received by WEDNESDAY, MARCH 23, 2011 AT 11:00 A.M.
Proposals will be accepted by e-mail in pdf format, on compact disc, by mail or delivery.
Email: To ellie.caryl@ea leg coup , .us. County can accept email attachments up to 9MB in size. Files
sent via FTP websites will also be accepted.
Mail: ECO Trails, PO Box 1070, Gypsum, CO, 81637. Provide one unbound reproducible copy.
Delivery: ECO Trails, 3289 Cooley Mesa Road, Gypsum, CO, 81637 between the hours of 8:00 a.m. and
5:00 p.m. Monday through Friday. Provide one unbound reproducible copy.
Please limit the written response to 10 pages or less. Relevant backup material can be attached but
concise proposals are encouraged. The total submittal is limited to 25 pages. Covers and divider
sheets will be counted as part of the total 25 sheets.
The response must include name of consulting firm, address, e-mail address, phone number and fax
number of the consulting firm, and prime contact person on the first page. The response must
address each of the evaluation criteria listed on page 13 and 14 of this RFP.
Submittals received after the specified date and time will be deemed non-responsive and will not be
considered for this project. If the submittal package does not meet all requirements, it may be
deemed non-responsive and may not be eligible for consideration of this work. All submittals
become the property of County and Town and will not be returned.
PROPOSAL INQUIRIES
Questions regarding this Request for Proposals must be submitted in writing and received no later than 5:00
p.m., Tuesday, March 15, 2011. Questions must be directed to Ellie Caryl of ECO Trails at
ellie.caryl @eap-lecounty.u._ or by fax to 970-328-3539, or to the mailing or delivery addresses listed above.
An addendum to this document may be issued, as needed, to answer submitted questions. Addenda will be
considered part of this RFP. Addenda will be posted to www.ea,-,l.ecounty.us/trails by 5:00 p.m. Thursday,
March 17. Questions answered verbally will be followed up by written addenda as deemed necessary; oral
interpretations shall have no effect.
Consultants interested in this RFP should contact ECO Trails at ellie.caryl @eaglecounty.us and request
placement on the RFP addenda and e-mail notification list. It is the responsibility of the interested Consultant
to notify ECO Trails of interest in receiving addenda or other pertinent information.
PRE -PROPOSAL MEETING:
There will be a Pre -Proposal Conference on Monday, March 14 at 2:00 p.m. at Avon Town Hall,
Council Chambers, One Lake Street, Avon, CO 81620 to discuss the project. All interested parties
are encouraged to attend the meeting and independently tour the project route prior to submitting a
proposal.
SCOPE OF WORK BACKGROUND:
The purpose of this RFP is to procure services to design the 2.2 mile project in 2011 with intent to begin
construction on one or more phases in 2011 and complete construction in 2012.
The project is divided into three phases primarily for the purposes of adhering to stipulations associated with
state and local funding grants. The Town and County cooperatively sought and received the state grant
funding. The state funds will be allocated solely to construction.
Project design costs will be paid with local funding and the cost to design each phase will be separately
estimated (per the attached Exhibit B) by interested Consultants to facilitate accurate tracking of funds
budgeted for each Phase. Selected Consultant will enter into a contract for design of all three phases with
County, as County is managing the budget for the design process. County and Town will jointly manage the
design process.
N
Phase I: Avon Road to Post Boulevard
Product: Approximately 5,268 feet of 10 foot wide trail
Phase Location: Begin at existing bench rest area on northeast corner of
Highway 6 and Avon Road, end at east side Post Boulevard
including the crossing of Post Boulevard. Trail will be
constructed on north side of U.S. Highway 6, utilizing Town of
Avon property and unimproved highway right-of-way.
Jurisdiction: Town of Avon from Avon Road to Stonebridge Road
Eagle County unincorporated from Stonebridge Road to Post
Boulevard
Phase II: Post Boulevard to Interstate 70 Eagle -Vail Exit
Product: Approximately 3,537 feet of 10 foot wide trail and upgrade of
2,731 feet of existing trail section
Phase Location: Begin Phase II at east side Post Boulevard and end at Interstate
I-70 Eagle -Vail Exit, locating trail on north side of U.S.
Highway 6 in the unimproved highway right-of-way.
Jurisdiction: Unincorporated Eagle -County and within Eagle -Vail
Metropolitan District boundaries
Phase HE Avon Trail Bridge
Product: Approximately 130 foot trail bridge spanning the Eagle River
Phase Location: Upstream of Avon Road Bridge ("Bob the Bridge"), utilizing
Town of Avon property. South limit of Phase III is at
connection point to Phase I described above; north limit is at
connection to existing trail on north side of Eagle River.
Estimated project distance beyond length of bridge structure is
50 feet in both directions.
Jurisdiction:
Town of Avon
APPLICABLE STANDARDS AND SPECIFICATIONS:
Applicable design standards include but may not be limited to the following.
a. Eagle Valley Regional Trails Plan (Chapter 4, Trail Design Standards) available from
ECO Trails and on line at eaglecounty.us/trails/regionaltrailsplan), as adopted by Eagle
County and Town of Avon
b. AASHTO Guide for the Development of Bicycle Facilities, latest edition
c. CDOT Standards Specifications for Road and Bridge Construction, latest edition
d. CDOT Standard Plans (M&S Standards)
e. CDOT Construction Manual
f. CDOT Design Guide
g. CDOT Field Materials Manual
h. CDOT Bridge Manual
i. CDOT Utility Manual
j. Manual of Uniform Traffic Control Devices (MUTCD)
k. State Highway Access Code 2 CCR 601-1
1. Americans with Disabilities Act Accessibility Guidelines (ADAAG)
m. Eagle County Land Use Regulations
n. Town of Avon Land Use Regulations
AVAILABLE INFORMATION:
County and Town will assist Consultant in procurement of all above information in the interest of
budget cost effectiveness. County and Town will also make available to the Consultant at no cost all
known and available information in the possession of County and Town that is pertinent to this
project and location, including Geographic Information System (GIS) data specific to the project such
as aerial photography, street centerlines, property lines, general topography in 2 foot contours,
floodplain data as well as subdivision plats, highway improvement plans and other information
resources.
POTENTIAL EXTRA WORK
If Extra Work other than that described above and following is required from the Consultant, the
additional work would be requested in writing by the County or Town Project Managers. The Scope
of Work and Fees would be amended to the mutual satisfaction of the Project Manager and
Consultant.
The following tasks are specifically not included in this RFP, but may be requested at a later date.
a. Environmental reviews and reports*
b. Distribution of Plan Sets to CDOT personnel and other review agencies
c. Scheduling and Facilitating meetings with CDOT meetings. Attendance may be requested per above.
d. Scheduling and Facilitating meetings with adjacent property owners. Attendance may be
requested per above.
e. Easement legal descriptions and maps
f. Construction surveying
g. Construction management
h. Civil or structural engineering necessary during construction
i. Response to RFI's, as needed
j. Project close-outs as needed i.e. as-builts.
k. Design of future phases or extensions of the trail towards the east. For example, connection to the Eagle -
Vail car wash frontage may be pursued at later stage in this design process.
* A preliminary wetland delineation study is available at www.eaylecountk.ushrails, as Exhibit C and general
information available.
SCOPE OF WORK
Task Summary for All Phases:
The following Scope of Work represents the current understanding by County and Town of the work
necessary to complete the design phase of the Project. Generally, tasks required for each Phase of the project
are similar and categorized as follows:
1. Prepare Survey Maps
2. Analysis of Issues
3. Meetings
4. Geotechnical Services
5. Pre -Fabricated Bridge Analysis and Design Selection
6. Prepare Preliminary Plan Set for Owner and Agency Review
7. Prepare Final Construction Plans and Manual
Phase I - Avon Road to Post Boulevard East Side
1. Prepare Survey Maps
Prepare survey maps for project length of trail corridor, from centerline of US Highway 6 right of
way to the high water mark of the Eagle River from Avon Road to Stonebridge Road, and from
Highway 6 centerline to 60 feet north of the U.S. Highway 6 right of way boundary from Stonebridge
Road to and through Post Boulevard. Survey maps shall include the following information and be the
basis for subsequent preliminary and final plan sets.
a. Topographical survey with a 2 foot contour interval, based on 1988 NAVD.
b. U.S. Highway 6 right of way boundary location
c. Eagle River and all tributaries within Phase limits.
d. Town of Avon property boundaries
e. Adjacent private property boundaries and ownership
f. Location of above ground and underground utilities
g. Other structures e.g. drainage pipe, walls, guardrails, barriers, signs, vaults, etc.
h. Existing easements for access, utility, other encumbrances
i. Location of buildings within the 50 foot corridor (non -surveyed and based on field or air photo data is
acceptable)
j. Trees and shrub clusters located within the 50 foot corridor.
k. Eagle River channel and floodplain limits (100 yr and 500 yr) if within 50 feet of proposed
trail centerline.
1. Approximate Town and County required stream setbacks
m. Wetland boundaries as flagged by others.
n. Bore holes drilled by geotechnical consultants
o. Eagle River Mean Annual High Water Level (AHWL)
Survey maps will be 11" x 17" per CDOT standard plan set formatting. Horizontal scale will be 1:50
with exception of Index Map sheets which will be drawn at scale necessary to depict entire route on
one to two pages and overlaid on top of an aerial photo layer.
Additionally, one overview map will be provided showing the full length of the phase on one 22"x 34" plan
sheet for presentation and discussion purposes only.
2. Analysis of Issues
The following issues have been identified in regards to Phase I. This is not a complete list but Consultant
must consider these items. Other issues may be identified during this stage of the process.
a.
b.
C.
d.
e.
f.
9.
h.
Interface with all driveways; sight distance and vehicle ingress and egress
Impact of powerline on design and potential cost of burial under or near trail
Beaver Creek crossing
Stonebridge Road trail crossing, including review of pavement/markings/barriers/rumble
strip/signage options
Proximity of existing highway asphalt and achieving greatest trail separation possible
Necessity or preference for barriers or buffers to separate Highway 6 and trail new or existing
Impact of barriers on sight distance for vehicles and trail users
Pnvate property sins and landscaninQ in highwav richt-of-wav . __
0 O
a. Town and ECO Trails staff. 4 meetings at 2 hours each, field and office at kick-off, review of issues,
preliminary plan development, final plan development
b. Adjacent property owners, with Town and ECO trails staff. 3 meetings at 1 hour each
c. Affected utility companies: 3 meetings at 1 hour each
d. CDOT representatives (e.g. Resident Engineer staff, Maintenance, Region 3 Traffic): 2 meetings at 2
hours each
e. FIR (Field Inspection Review) meeting with CDOT and project team: 1 meeting at 3 hours
4. Procure and Provide Geotechnical Services
Prepare Scope of Work, lead consultant selection and manage geotechnical testing services and
reports required for Phase I plan set development. The geotechnical services shall be subcontracted
by the selected Consultant. Geotechnical services to be provided by one sub -consultant for all three
project phases.
It is anticipated that Phase I will comprise approximately 15% of the necessary Geotechnical services
required of the full project and therefore, 15% of the effort involved with this RFP task.
5. Prepare Preliminary Plan Set for Owner and Agency Review
a. Field stake proposed trail centerline and wall outside face for field review.
b. Approval of conceptual alignment by Town and County staff is necessary prior to
commencing Preliminary Plan set
c. Prepare Plan set in accordance with Town of Avon and Eagle County trail and trail bridge construction
standards and the previously cited state and national provisions:
d. Prepare Plan set in accordance with the CDOT Project Development Manual process for Preliminary
Plans (CDOT FIR set) including plan set required content and formatting
e. Preliminary Plans must include title sheet, general notes, typical sections
f. Evaluate hydrologic and drainage conditions and any potential impacts on trail or river;
provide report or design information as needed.
g. Submit Preliminary Plans to Project Owners prior to submittal by CDOT, edit as needed after review
comments received
h. Project Owner and FIR meetings included in Task 3 above.
i. Prepare draft Engineer's Opinion of Probable Cost including plan quantities, unit cost and totals, using
CDOT reference categories and numbers.
j. Assist Project Owners with submittal to CDOT to commence FIR review process, as needed
6. Prepare Final Construction Plans and Manual for Construction Bidding
a. Prepare Final Construction Plans for submittal to CDOT and other affected agencies or entities
b. Final Plan set must include Standard Plans List, Summary of Approximate Quantities, Staging Plan,
Trail Cross Sections at 25' intervals through wall sections, and 100' intervals through non -wall
sections, Detail Sheets, Stormwater Management Plan, utility notes and details, retaining wall design
sheets, traffic control plan and schedule of traffic control devices.
C4
c. Amend as directed by Town and ECO Trails for submittal to CDOT per the Final Office Review
(FOR) process
d. Amend plans as directed through the FOR process.
e. Prepare Construction Plan Set for Construction Bidding
f. Prepare CDOT Construction Specifications and Provisions Manual for information not
otherwise included on the Construction Plan Set Sheets
g. Prepare storm water management permit materials and exhibits for a Colorado Department of
Health and Environment storm water permit for submittal by County or Town
h. Prepare materials and exhibits for other permits, as required
i. Assist in the development of the construction sequencing schedule
j. Assist in the development of any necessary bidding Addenda
k. Assist in the bid review.
1. Prepare Final Plan Set for Construction following the selection of a Project Contractor.
Phase II — East Side Post Boulevard to I-70 Eagle -Vail Exit
1. Prepare Survey Maps
Same scope as Phase I, with exception of items related to Town of Avon, as Phase H is outside of
Town boundaries. However, Town staff will participate in Phase lI discussions and reviews for
expertise and overall project consistency.
Trail corridor for Phase lI is defined as centerline of US Highway 6 right of way to 50 feet north of
the U.S. Highway 6 right of way boundary.
2. Analysis of Issues
The following issues have been identified in regards to Phase H. This is not a complete list but consultant
must consider these items. Other issues may be identified during this stage of the process.
a. Cost effective upgrades to existing trail
b. Narrow existing trail connection to Post Boulevard; can it be widened towards highway
c. Existing and new trail interface with all driveways; sight distance an issue due to vegetation
and fencing
d. Potential for cost effective improvements to existing trail to widen, straighten, improve sight
distance
e. Proximity of existing highway asphalt and achieving greatest trail separation possible
f. Necessity or preference for barriers to separate Highway 6 and new or existing trail
g. Impact of barriers on sight distance for vehicles and trail users
h. Trail interface with golf course — owner indicates landscape buffer or some type of barrier
desired through zone of potential trail hazard from adjacent golfing
i. Trail interface with golf tunnel - trail allowed at grade on edge of course, no overhead
structure required, but must not interfere with safe tunnel use. Adjacent golf tee to be
removed, not a conflict.
j. Access to existing bus stop and shelter (to be placed Spring 2011)
k. Trail interface with existing retaining walls on north edge of Highway 6 and Interstate 70
overpass structure
1. Vegetation and steep slopes from golf course west end to east end Phase H.
m. Access through existing barrier at east end of planned trail at signal light
n. Prevention of two way trail traffic continuing as two-way on WB highway shoulder through
Eagle -Vail
o. Retaining walls are anticipated as part of construction of Phase H. Due to expected corridor
constraints, MSE walls are recommended at this time.
3. Meetings
The following type and quantity of meetings are estimated as necessary for development and review of a
Phase II Preliminary Plan Set, separate from meetings hours already described in Phase I.
17 hours of meetings anticipated
a. County staff (with Town of Avon involvement as needed): 3 meetings at 2 hours each, field and office at
kick-off, review of issues, preliminary plan development, final plan development
b. Adjacent property owners, including golf course consultant, with ECO trails staff -
3 meetings at 1 hour each
c. Affected utility companies: 2 meetings at 1 hour each
d. CDOT representatives (e.g. Resident Engineer staff, Maintenance, Region 3 Traffic): 2 meetings at 2
hour each
e. FIR (Field Inspection Review) meeting with CDOT and project team: 1 meeting at 2 hours
4. Procure and Provide Geotechnical Services
Same as defined in Phase I but it is anticipated that Phase II will comprise approximately 35% of the
necessary Geotechnical services required of the full project and therefore, 35% of the effort involved
with this RFP task.
5. Prepare Preliminary Plan Set for Owner and Agency Review
Same as defined in Phase I, with deletion of approval of conceptual alignment by Town.
6. Prepare Final Construction Plans and Manual for Construction Bidding
Same as defined in Phase I, with exception of Town items.
Phase III— Avon Trail Bridge
1. Prepare Survey Maps
Bridge corridor for Phase III is defined as centerline of Avon Road to 100 feet upstream on the Eagle
River and 150 feet north and south from the centerline of the river.
0 -
Survey
Survey maps shall include the following information and be the basis for subsequent preliminary and
final plan sets.
a. Topographical survey with a 2 foot contour interval
b. U.S. Highway 6 right of way boundary location
c. Town of Avon property boundaries
d. Adjacent private property boundaries and ownership
e. Location of above ground and underground utilities
f. Other structures e.g. drainage pipe, walls, guardrails, barriers, signs, vaults, etc.
g. Existing easements for access, utility, other encumbrances
h. Location of buildings within the 50 foot corridor (non -surveyed and based on field or air photo data is
acceptable)
i. Trees and shrub clusters located within the 50 foot corridor.
j. Eagle River channel and floodplain limits (100 yr and 500 yr)
k. All river tributaries within Phase limits.
1. Approximate Town of Avon and Eagle County required stream setbacks.
in. Wetland boundaries as flagged by others.
n. Bore holes drilled by geotechnical consultants
Survey map formatting will be 11" x17". Horizontal scale will be 1:50 with exception of Index Map
sheets which will be drawn at scale necessary to depict entire Phase on one to two pages and overlaid
on top of an aerial photo layer.
Additionally, one overview map will be provided showing the full length of the phase, scaled as necessary to
depict on one 22"x 34" plan sheet, for presentation and discussion purposes.
2. Analysis of Issues
The following issues have been identified in regards to Phase III. This is not a complete list but consultant
must consider these items. Other issues may be identified during this stage of the process.
a. Constrained Town property boundaries for bridge placement and trail connection to south
bank
b. Considerable grade difference either side of river and at tie-in to existing trail
c. Constrained area for construction staging and bridge install
d. Interface with whitewater park i.e. access and viewing
e. Bridge decking material to be determined
f. Connection of south bridge landing to Phase I terminus.
g. Structural interface with existing retaining walls, bridge, and abutments
3. Pre -Fabricated Bridge Analysis and Design Selection
It is the Town's intent that the bridge be procured from a pre -fabricated bridge design and construction
company experienced in production and delivery of trail system bridges.
Dimensions of bridge are currently estimated as 12 to 16 foot wide by 130 foot long bridge
of steel construction with deck type to be determined. Vehicle load limit will be 10,000 pounds.
Consultant tasks in this step include:
10
N
a. meet with Town to develop base parameters for bridge
b. research and evaluate pre -fabricated bridge company design options
c. work with Town to select bridge design
d. develop a concise request for bids for circulation to at least three bridge manufacturers
e. provide structural engineering specifications to bridge manufacturer per their standard process
(but not full design — full design will be by bridge company as shop drawings)
f. review structural shop drawings for any modifications required prior to fabrication due to
actual field conditions.
Town will coordinate delivery and installation through the subsequent construction contract with
others.
4. Meetings
11 hours of meetings anticipated:
a. Town of Avon staff (with County involvement as requested): 4 meetings at 2 hours each, field and
office at kick-off, review of issues, preliminary plan development, final plan development
b. Affected utility companies: 1 meetings at 1 hour
c. CDOT representatives (e.g. Resident Engineer staff, Maintenance, Region 3 Traffic): 1 meetings at 2
hours
5. Procure and Provide Geotechnical Services
Same as defined in Phase I but it is anticipated that Phase III will comprise approximately 50% of the
necessary Geotechnical services required of the full project and therefore, 50% of the effort involved
with this RFP task.
6. Prepare Preliminary Plan Set for Owner and Agency Review
a.
b.
C.
d.
e.
Field stake proposed bridge abutment and trail connection location for field review.
Approval of conceptual bridge alignment by Town is necessary prior to commencing
Preliminary Plan set
Evaluate impacts to the floodplain and floodplain regulations compliance. Town will process
floodplain permit if necessary and advise of any necessary design modifications.
Evaluate hydrologic and drainage conditions and any potential impacts on bridge or river;
provide report or design information as needed.
Evaluate Army_Corps of Engineer permitting applicability for projec
0
County staff may be requested by Town to contribute review comments, for purposes of overall project
consistency and information.
7. Prepare Final Construction Plans and Manual for Construction Bidding
a. Prepare Final Plan set for bidding. Final Plan set must include Standard Plans List, Summary of
Approximate Quantities, Staging Plan for Construction and Installation, Traffic Control Plan,
Stormwater Management Plan, Detail Sheets, Utility Notes and Details, retaining wall design sheets,
traffic control plan and schedule of traffic control devices.
b. Prepare Construction Specifications and Provisions Manual with information not otherwise
included on the Construction Plan Set Sheets
c. Prepare storm water management permit materials for a Colorado Department of Health and
Environment storm water permit for submittal by Town.
d. Prepare materials and exhibits for other permits, as required
e. Assist in the development of the construction sequencing schedule
f. Assist in the development of any necessary bidding Addenda
g. Assist in the bid review.
h. Prepare Final Plan Set for Construction following the selection of a Project Contractor.
SELECTION CRITERIA
Respondents must address each of the evaluation criteria listed below. Responses to criteria will be
scored per the point system noted below and ranked according to evaluation panel averages. The
evaluation panel will consist of four Professional Engineers and one Project Management
professional.
In addition to criteria listed below, County and Town may seek additional information or perform
further investigations as it deems necessary.
1. Qualifications of Staff that will be involved with the Project (30 Points):
Provide name and qualifications of the following personnel. Resumes may be attached but must also be
concisely summarized in the section of the written proposal, referencing experience relevant to the project
Scope of Work described in this RFP.
a. Project Engineer that will perform and stamp the work and be directly involved throughout the life of
the project, and act as main point of contact for the Town and ECO Trails. The Engineer performing,
reviewing and stamping the work must be a registered professional licensed to practice in the State of
Colorado.
b. Lead Surveyor on the project.
c. Traffic Engineer that will be involved to evaluate road and driveway intersections and make
recommendations.
d. Structural Engineer that will be involved to design retaining walls, bridge and bridge
abutments.
e. Hydrologic Engineer that will be involved in bridge design and drainage studies.
f. Other Design Personnel that will work on the project e.g. Cad Technicians, ELT's, etc.
12
g. Sub -Consultants that may be utilized for any portion of the Scope of Work.
2. Experience on Similar Projects (30 points)
Provide a specific list of similar projects that the Consultant and Sub -Consultants have designed
and implemented including name of project, location and year completed:
a. Paved multi -use trails, particularly trail with major road intersections and interface
b. Bridges and abutments
c. State Highway construction and use of CDOT specifications
d. Retaining walls and railings
e. Construction in sensitive landscapes (i.e. adjacent to wetlands)
f. Surveying for similar projects
g. Private property owner/stakeholder relations
h. Relevant experiences with preparing budgets, estimates, project schedules and value
engineering may also be included.
i. Work with Eagle County, ECO Trails or Town of Avon on similar projects.
3. Presence in Eagle County (15 points)
It is preferred that the firm selected to do the majority of the cost of the work be based in Eagle County. As
part of this response, provide a brief narrative that indicates Consultants office location, accessibility of the
full project team including sub -consultants, familiarity with Town of Avon, Eagle -Vail and Eagle County
community and government codes and practices, and project area.
4. Responsiveness to Project Overall (25 points)
Summarize why your firm or team should be selected to perform the work on this project.
COST TO PROVIDE REQUESTED SERVICES
Provide contact names, phone numbers and email addresses as well as project name, description and
year completed, for four (4) projects that have included the following specific features:
a. Trail projects
b. Bridge projects
c. Work within a State Highway right of way
d. Retaining walls
GENERAL TERMS AND CONDITIONS:
Incorporation of RFP or Proposal in Contract Agreement.
This RFP and the firm or individual's response, including all promises, warranties, commitment
and representations made in the successful proposal shall be binding and shall become contractual
in conjunction with the execution of the consulting contract, unless otherwise amended through
final negotiation of and prior to execution of a consulting contract.
Right to Reject Proposals.
County and Town reserve the right to reject any or all proposals, to waive any irregularities or informality in
any proposals, and to accept or reject any item or combination of items. County and Town may, at their sole
discretion, modify or amend any and all provisions herein. County and Town reserve the right to award this
Contract to the firm that demonstrates the best ability to fulfill the requirements of the project. The successful
firm will be chosen based on the Proposal, selection criteria evaluation, possible interview, and any other
review deemed prudent by County and Town.
Following evaluation of submittals, the proposal review team may select a consulting firm or firms to
provide the described services or opt to interview one or more firms to determine final selection.
In the event that the firm or individual to whom the contract is awarded does not execute a contract,
County and Town may give notice to such firm of intent to award the contract to the next most
qualified firm, or to call for new proposals, and may proceed to act accordingly.
Cost of Preparing Proposals.
County and Town assume no obligation of any kind for expenses incurred by any respondent to
this RFP solicitation and will not reimburse any firm submitting a proposal the costs to clarify its
proposal or to supply additional material deemed necessary to assist in the selection, and to
modify or alter any or all of the requirements herein.
Insurance.
The consultant shall secure and maintain, prior to commencing any activities related to this RFP,
insurance coverage as required under Colorado statutes, including workers compensation
insurance, general public liability, and professional liability insurance coverage.
14
Nondiscrimination.
Respondents to this RFP must agree that they will not engage in any discrimination on the basis of
sex, race, color, creed, national origin, age (except minimum age provisions), marital status, or
disability in dealings with County or Town or their employees. Any violations of these provisions
shall be considered a violation of a material provision of the consulting contract and shall be
grounds for cancellation, termination, or suspension in whole or in part of the contract with
County. The firm shall at all times in the proposal and contracting process comply with all
applicable county, state, and federal anti -discrimination laws, rules, regulations and requirements.
15
EXHIBIT B
PROPOSED FEES
Fill Out and Return as Attachment to Proposal.
Proposing Consultant Information:
Business Name:
Contact Name/Title:
Address:
Phone/Fax:
Email Address:
Proposed Fee
PHASE I
Survey Maps
Analysis of Issues
Meetings
Geotechnical Services
Preliminary Plan Set
Final Construction Plans and Manual
Sub -Total
PHASE H
Survey Maps
Analysis of Issues
Meetings
Geotechnical Services
Preliminary Plan Set
Final Construction Plans and Manual
Sub -Total
PHASE III
Survey Maps
Analysis of Issues
Bridge Analysis and Selection
Meetings
Geotechnical Services
Preliminary Plan Set
Final Construction Plans and Manual
Sub -Total
TOTAL PROPOSED FEES, ALL PHASES
17
VONIl1ii
AVON TO EAGLE-VAIL TRAIL PROJECT
REQUEST FOR PROPOSALS
ADDENDUM #1
ISSUED MARCH 17, 2011
trails
The following questions were received in regards to the Avon to Eagle Vail Request for Proposals.
1. Is CDOT right of way mapping required as part of the survey? Yes, CDOT ROW mapping is required for
Phases I and II, north ROW boundary only.
2. What type of protective barrier will be required at the Golf Course? Probably landscaping (e.g. trees),
but a final decision has not been made.
3. Is a landscape plan required to mitigate impacts at the golf course or the pedestrian bridge over the
M
11. Will the bridge require pedestrian lighting? It may be necessary to install minimal lighting on the
bridge to complement the existing Avon Road bridge lighting. Revised Phase III Scope of Work to
include one plan sheet relative to electrical service connections, lighting type and installation details.
12. Does the Town or Eagle County have detailed information/plans of the existing tie-in points? We will
provide the information that we have for existing construction at the tie-in points and along the new
trail. However, the survey will need to cover a sufficient portion of the tie-in locations to verify existing
conditions.
13. How many linear feet of new retaining walls are expected? A total of 2,550 linear feet of MSE wall is
estimated with 1,000 I.f. in Phase 1, 1,500 Lf. in Phase II and 50 Lf. in Phase III.
14. Where is the trail anticipated to be located from edge of Highway 6 to the Eagle River in Phase I? We
anticipate that the trail will transition from Highway 6 to an existing bench above the Eagle River on the
east side of the Eaglebend Apartments and back up to Highway 6 just west of Stonebridge Road.
15. Is there a possibility that the Beaver Creek crossing in Phase I could be a short bridge span instead of
a box culvert? Yes. All options should be considered at this time.
16. Can survey work be bid separately or does it need to be incorporated in an engineering/surveying
package for the subject project? Surveying needs to be incorporated into an engineering/surveying
package for the project.
17. Are we to assume that the trail location from east end of golf course to the east end of path is north
of the existing jersey barrier, retaining walls and 170 bridge piers? Yes. For example, in photo below,
trail will be on north side of bridge piers and jersey barrier and south side of dirt access road to river.
Highway sign is within route of proposed trail.
AL
18. There is a pull-out/parking area under the west bound 1-70 bridge at the half -diamond interchange.
Do these parking spots/pull-off need to be maintained with the trail staying to the north side of the
parking, or can the trail cross a portion of the parking area with signage and striping to keep cars off
the trail? Keeping the trail out of the parking area may result in the need for more walls. See #17
response above. The current concept is that vehicles using dirt access road to river will cross the trail,
at general location where truck is parked in photo. CDOT and FHWA will have final determination of
how and if that access road remains available to public motor vehicles.
19. Can you provide a copy of the sample agreement that you will be using with the selected consultant?
Draft Agreement attached. The Agreement is subject to final revisions.
20. The 500 yr floodplain is not shown on the existing Eagle County Floodplain Maps for the Eagle River.
Are we to use the existing 100 yr floodplain mapping for the Eagle River and are we going to be
required to prepare a 500 year floodplain determination as stated in the Scope of work Phase 1.1.k.?
The floodplain maps on the Eagle County website in the AUTOCAD format depict both flood levels. In
this entrenched stretch of the Eagle River, the 100 year and 500 year flood levels have similar
boundaries.
21. No 100yr or 500 yr mapping has been prepared for Beaver Creek are we going to be required to
prepare 100yr & 500yr floodplain determination mapping for Beaver Creek? Beaver Creek floodplain
mapping is available in the AUTOCAD format on the Eagle County website.
22. Will the Town/County have the underground utilities located or is this to be included in our proposal?
As stated in Scope of work Phase 1.1.f. Consultant to prepare the locate request details. Town and
County can assist in making the actual locate request for the public project as needed, in order to
expedite the request or avoid potential fees.
23. If wetlands mitigation is required will it be done onsite or offsite and will it be considered extra
work? The wetlands delineation report attached to the RFP is preliminary, so need for mitigation and
location of mitigation is not yet known. If engineering or surveying is required related to the wetland
issues and not currently described in the Scope of Work, it will be considered extra work.
24. After reviewing the Preliminary Wetland Evaluation, some areas within Phases 1 -III do not include site
specific wetland evaluations. Will additional wetlands evaluation, surveying, and mitigation be
provided by the Owner (County and Town)? Yes, County and Town will handle, or amend the
Consultant's Scope of Work as needed and agreed to.
25. Potential extra work indicates that project close-outs such as as-builts may be needed. Is there a
minimum amount of as-builts that should be assumed in the Scope of Work? Not at this time.
26. Due to the physical and boundary constraints at the Beaver Creek crossing, is the owner considering
various alignments and/or structures to make the crossing? All options should be considered at this
time.
27. For the analysis of all driveway interfaces, will CDOT's form 138 process be necessary for all affected
driveways and accesses? Does the scope include the necessary design and property owner
coordination for each driveway/access? The project Scope of Work does include design as needed to
ensure that safety and function are optimum for both driveways and trail. County and Town will
coordinate meetings and discussions with property owners regarding private driveways that cross the
Highway 6 right-of-way and the proposed trail. Engineer will likely be asked to attend, per the
"Meetings" descriptions in each phase. CDOT does not require a State Highway Access Permit (Form
137) for the Eagle Valley Regional Trail to cross private driveways. The CDOT Special Use Process will
require Town and County to demonstrate that adjacent owners with driveways have been consulted. A
CDOT Form 138 was not found on the CDOT website.
28. Will the Owner be the lead for jurisdictional environmental clearances? Yes.
29. Are there any specific spurs from the proposed trail that should be considered for access to the Eagle
River? No spur trails are anticipated at this time.
30. In the pre -proposal meeting, the Owner indicated that utility locates will likely be provided. Is the
Consultant responsible for surveying the utility locates? Yes.
31. Geotechnical scope: Please confirm that you are not asking for geotech bids to be included with the
proposal. We understand that you are only asking for cost to select and manage the geotech
consultant. Per page 7, Item 4: "The geotechnical services shall be subcontracted by the Consultant."
We are asking that geotechnical bids be included in the overall proposal.
32. Is the Phase 111 bridge abutment design to be in the Bridge Manufacturer's scope or the consultant's
scope? Bridge abutment design is to be included in the Consultant's scope.
33. Should price and scope include final engineering for MSE walls or simply plan and profile drawings
with performance specifications? Wall plan sheets with plan, profile and performance standards will
be acceptable for this Scope of Work. Consultant will still be expected to determine solutions to
interface with existing walls or other wall design challenges. Assuming CDOT approval the
plan/profile/performance standards method, final engineered wall design will be required from the
construction contractor. If CDOT requires an expanded wall design scope during construction plan
preparation, the engineering Scope of Work will be amended.
34. Is research of existing easements required in the Consultant's Scope: A goal is to construct the
project on public property i.e. Town, CDOT and Eagle Vail Metro District property at golf course.
Easement information is available from these public property agencies and is expected to be shown on
the plans.
4
35. Is structural engineering included in the design scope? Yes, structural engineering for retaining
walls and for the bridge project are anticipated in the scope.
AGREEMENT DRAFT DOCUMENT ATTACHED PER ITEM #19
END OF ADDENDUM #1
"EXHIBIT B"
Avon to Eagle -Vail ECO Trail Proposal
Alpine Engineering, Inc.
Edwards M ainess Canter, Unit AA P.O. Boat 97
Edwards, Colorado 81632
Mm (970) 926-3373 Fm (970) 926-3390
0
AEI
Alpine Engineering, Inc.
RFP
ENGINEERING AND SURVEYING SERVICES
FOR THE AVON TO EAGLE-VAIL TRAIL PROJECT
PHASES I THROUGH III
M1 Y Q 41 � 16
Alpine Engineering, Inc.
Kent A Kriehn
34510 US Highway 6, Unit A-9
Edwards Business Center
P.O. Box 97
Edwards, CO 81632
KriehnO.alainecivil.com
(970) 926-3373 (office)
(970) 390-9947 (mobile)
(970) 926-3390 (fax)
SELECTION CRITIERA
Project Engineer that will perform and stamp the work and be directly involved throughout the
life of the project and act as main point of contact for the Town and ECO TYails. The Engineer
performing, reviewing and stamping the work must be a registered professional licensed to
practice in the State of Colorado.
Kent A. Kriehn (Colorado PE&PLS #16836) with Alpine Engineering, Inc. will perform and
stamp the work and be directly involved throughout the life of the project and act as main point of
contact.
b. Lead Scaveyor on the project.
The Lead Surveyor will be Stan Hogfeldt (Colorado PLS) with Eagle Valley Surveying.
c. T rafflc Engineer that will be involved to evaluate road and driveway intersections and make
recommendations.
. The Traffic Engineer will be Alex Arimello (Colorado PE) with LSC Transportation
Consultants, Inc.
d Structural Engineer that will be involved to design retaining walls, bridge and bridge abutments.
The Structural Engineer to design bridge and bridge abutments will be Peter Monroe
(Colorado PE) with Monroe & Newell Engineers, Inc.
The geotechnical and retaining wall engineer to design retaining walls will be Frank Harrison
(Colorado PE) with Michael W. West & Associates, Inc.
e. Hydrologic Engineer that will be involved in bridge design and drainage studies.
_ The Hydrologic Engineer will be Heiko Mues, (Colorado PE) with Alpine Engineering, Inc.
Other Design Personnel that will work on the project e.g. Cad Technicians, EIT's, etc.
Assisting with the design of the civil component of the work will be Rob Lee (Colorado
PLS), Jen Babcock (Colorado PE) and Timm Leininger all with Alpine Engineering, Inc.
0
N
g. Sub -Consultants that my be utilized for any portion of the Scope of Work
The sub -consultants are:
Surveying — Eagle Valley Surveying, Inc.
Traffic — LSC Transportation Consultants, Inc.
Structural — Monroe & Newell Engineers, Inc.
Retaining Wall — Michael W. West & Associates, Inc.
Geotechnical — Michael West & Associates, Inc.
W4 W DI I I s - � err ' X11. s z
a. Paved multi -use trails, particularly trail with major road intersections and interface
Alpine Engineering, Inc. (AEI) has worked on numerous trail projects that have included
major road intersections and interface such as the Arrowhead/Avon Bike Path Interconnect,
Dowd Junction to Kayak Crossing Eco Regional Trail (Phase 1), Eagle Ranch Roundabout,
EcoTrad in Minturn, Swan Mountain Ree Path in Summit County, Swift Gulch Road trail, the
Avon (Riverfront) Railroad Crossings, Eagle Springs, EcoTrails Violet Lane, Kaibab Recreation
Path, and Eagle Ranch.
b. Bridges and abutments
Alpine Engineering, Inc. (AEI) has worked on numerous projects that have included path and
trail bridges including multi -use trail bridges at Eagle Ranch, Swan Mountain, skier bridges
throughout Bachelor Gulch and Strawberry Park and LionsheW snowcat bridge in the Town of
Vail.
Monroe and Newell's bridge projects include East Edwards Trail Bridge, Eagle County, CO;
Bachelor Gulch Bridges and Tunnels, Eagle County, CO; Warm Springs Golf Course Bridge
over the Eagle River, Wolcott, CO; Strawberry Park Bridge and Tunnels Eagle County, CO;
Highlands Skier Bridges, Beaver Creek, CO; and Cresta Bridges, Arrowhead, CO.
c. State Highway construction and use of CDOT specifications
Alpine Engineering, Inc. (AEI) has prepared CDOT formatted plans and used CDOT
specifications on several projects such as EverVail (relocation of the South Frontage Road),
Lionsheads Transit Center for the Town of Vail, Eagle Ranch Roundabout, EcoTrail in Minturn,
Lionshead Redevelopment and the Swan Mountain Rec Path.
d. Retaining walls and railings
Alpine Enginewing, Inc. has worked on several projects which included trail retaining walls
and rails including Dowd Junction to Kayak Crossing Eco Regional Trail (Phase 1), Minturn
ECO Trail, Swift Gulch, Eagle Ranch and the Swan Mountain Roo Path
Mr. Harrison with Michael W. West & Associates, Inc. has participated in or led retaining
wall design on a number of projects in Eagle County in the last 20 years. He also has substantial
DOT experience, including CDOT projects.
Examples include: Arrowhead — Avon Trail Interconnect Geotechnical investigation,
design of MSE and soil nail walls, and construction services for a trail along Eagle River in steep
terrain. Riverfront Retaining wall design and construction services. Cresta Road Retaining
Walls Shop drawing review and Construction observation of MSE and soil nail walls. Vail
Snowcat Road Geotechnical investigation, Design of MSE walls, soil nail walls, micrnpiles,
MSE Bridge Abutment, and bridge foundations; resident engineer services for construction.
Lionshead Skier Bridge Geotechnical investigation, foundations for abutments and bridge piers,
each with a different type of foundation, caused by varying ground conditions. Swift Gulch Road
Retaining walls Shop drawing review and Construction observation of MSE and soil nail walls.
Eagle Ranch MSE wall design and construction consultation. Vail Intermountain Tank
Geotechnical investigation, slope stability analysis, retaining wall design, construction services.
McCoy Springs Retaining Walls Geotechnical investigation, design of MSE and soil nail walls,
construction inspection. McCoy Creek Cabins Geotechnical investigation, design of MSE
was, global stability analyses, analysis of tieback walls, bridge foundations.
e. Construction in sensitive landscapes (i.a adjacent to wetlands)
Alpine Engineering, Inc (AEI) has provided design services for several projects that included
construction in sensitive landscapes that were adjacent to wetlands. At Eagle Ranch, AEI created
drainage corridors to protect and create wetlands throughout the project and also designed roads
and bridge crossings to minimize impacts to wetlands and riparian areas along Brush Creek. At
Bachelor Gulch, AEI minimized wetland impacts during the design process and also worked with
a wetlands biologist to create wetlands mitigation for the impacts.
For the Eagle Valley Regional Trail at the north end of Minturn and the Dowd Junction to
Kayak Crossing trail, AEI designed the geometry for walls adjacent to the trails and the Eagle
River to eliminate or reduce impacts to wetlands and riparian areas. Coordination with wetlands
consultants and preparation of exhibits for USACE 404 wetlands permitting applications was a
part of AEI's contribution to these projects.
f. Surveying for similar projects
Besides meeting the everyday surveying needs of individual owners, architects and
contractors in Eagle County, Eagle Valley Surveying, Inc. has been involved providing
professional services for many of the major development projects in the County. The following is
a partial list of some of those projects: Eagle Ranch -which included significant amount of
recreational trails; Red Sky Ranch- which included significant amount of recreational trails;
Diamond Star Ranch; Bachelor Gulch Village; Mountain Star Subdivision; Spraddle Creek
Subdivision; Arrowhead at Vail and Red Mountain Ranch Boundary.
g. Private property owner/stakeholder relations
Burlingame Phase H (2010 to present): City of Aspen Affordable Housing Project. The
Burlingame Phase H Affordable Housing Project is a City of Aspen project to design and build
186 single and multi -family units for sale to qualified buyers. AEI was involved in multiple
stakeholder review meetings along with several open house style meetings with the homeowners
from the first phase of the project. During these meetings, AEI was responsible form ming a
public information station detailing the layout of the project site, site parking, circulation and
transit, proposed water quality improvements and pedestrian pathway connections to the existing
trail system. Public input was used by the design team to modify and refine the design and to set
the stage for the PUD submittal.
Cordillera Valley Club Water Storage Tank (2009 to present): The CVC Water Tank is
regional storage tank being constructed by the Upper Eagle Regional Water Authority and
managed by the Eagle River Water and Sanitation District. The proposed 2.5 million gallon tank
is on US Forest Service property adjacent to and contiguous with the Cordillera Valley Club
land. During the design phase of the tank, AEI was directly involved with attending multiple
public meetings with the members of the Property Owners Association and the CVC
Metropolitan District to describe potential construction impacts to the community during the 2 -
year construction period Based on input from the community, AEI helped develop a
comprehensive plan to mitigate construction impacts including defining dust control measures,
stormwater management, construction traffic mitigation plan and developing a plan to restore the
construction site to a condition acceptable to homeowners and the Forest Service.
EverVail (2008 to present): The Ever Vail project is an 11.5 acre I.EED certified
neighborhood development which consists of the re -development of an existing commercial area
into a new base area for the west end of Vail ski area. The project includes a new gondola,
existing Frontage Road relocation, underground parking, residential housing units,
revisions/improvements to the Red Sandstone Creek area, a four star hotel, a transit center and
numerous retail and commercial areas throughout the site. AE1 has participated in several
meetings with the Town of Vail, Vail Resorts Development Company, the general public and the
adjacent property owners. For the community open houses AEI prepared large presentation
boards for viewing and presented a comprehensive overview of the Frontage Road relocation
portion of the project. AEI was also available at the station to answer any questions regarding the
road, vehicular and pedestrian circulation systems, stormwater management, utilities and other
impacts that the road relocation generated. AEI also participated in meetings with CDOT and
adjacent land owners to discuss subdividing and reconfiguring the property lines affecting the
development site.
h. Relevant experiences with preparing budgets, estimates, project schedules and value engineering
may also be included.
Alpine Engineering, Inc. (AEI) is integral in preparing budgets, estimates, project schedules
and value engineering on many of the projects we design. This information is vital to
Owners/Developers to understand project costs, financing, schedules, entitlements, design,
construction and delivery of project.
i. Work with Eagle County, ECO ?trails or Town of Avon on similarprojects.
Alpine Engineering, Inc. (AEI) has worked on numerous projects in Eagle County and in the
Town of Avon throughout the entitlement, design, subdivision and PUD processes.
A partial list of projects in Eagle County includes:
Red Sky Ranch; retaining walls and cart paths (2005-2006)
Bachelor Gulch; retaining walls and alder trails with bridges and tunnels (19941999)
Strawberry Park; retaining walls and skier trails with bridges and tunnels (19941996)
Arrowhead Mountain; retaining walls and skier trails with bridges and tunnels (1996-2005)
Projects completed with ECO Trails includes:
Mintutn ECO Regional Trail (August 2008 — November 2009)
Dowd Junction to Kayak Crossing ECO Regional Trail (Phase 1) (2002)
Violet Lane ECO Regional Trail (2007)
A partial list of projects in the Town of Avon includes:
Avon (Riverf ont) Railroad Crossings (2006-2008)
Swift Gulch Road with separated trail (2003-2008)
Arrowhead to Avon Interconnect Trail along Highway 6 and the Eagle River (2000)
The Red House PUD at the intersection of Avon Road and Highway 6 (2007-2010)
Riverfront Subdivision with trail improvements along the Eagle River (2005-2008)
3. PRESENCE IN EAGLE COUNTY
Alpine Engineering, Ines (AEI's) office is located in Edwards, Colorado and was founded in
1989. Kent Kriehn has worked as a Professional Engineer and Land Surveyor in Eagle County since
the mid 1970's. AEI has completed numerous projects within the Town of Avon, Eagle -Vail and
Eagle County in the past twenty years and is familiar with the government codes and practices and the
project area. AE1 provided civil services for the Red House PUD at the west end of the proposed trail
and is currently working for the Eagle -Vail Property Owner's Association and Holy Cross Energy to
bury the existing overhead electric lines along Highway 6. AEI has worked with each of our
subconsultants on multiple projects within Eagle County.
Michael W. West & Associates, Inc. (MW W&An has offices in the Denver metro area.
However, much of Frank Harrison's experience in the last 20 years has been in Eagle County. His
clients include Vail Resorts, East West Partners, Eagle River Water and Sanitation District, and
others. He firequently provides services in Eagle County on a local basis, and MW W&AI will do so
on this project.
Eagle Valley Surveying's office is located in Eagle -Vail and was founded in 1979 to meet the
need of Eagle County's construction and development industry for professional land surveying. Stan
Hogfeldt has been surveying since 1977 and with Eagle Valley Surveying since 1981, becoming
President of the company in 2003. EVS's clients include Vail Resorts, East West Partners, and
Wright and Company, to name a few.
Monroe & Newell Engineers, Inc. has continuously maintained an office in Avon, Colorado
since its founding there in 1987. Throughout the last 24 years it has provided structural engineering
services on the bulk of construction in Eagle County having completed more than 2500 projects
locally. Structural engineering consulting services have been provided for Eagle County, the Town of
Avon, and numerous local public entities.
LSC has extensive experience in Eagle County, working for both public and private clients.
Eagle County projects include: Town of Eagle Traffic Engineering, Eagle Ranch Traffic Impact
Analysis, Eagle River Station Traffic Impact Analysis and Interchange Access Request, Crown
Mountain Park Master Plan Traffic Study, Miller Ranch Traffic Impact Analysis and Miller Ranch
Road/Battle Mountain High School Roundabout Design.
N
Based on our experience in path design, wall design and our familiarity with the CDOT plan
and review process, the Alpine Team is the clear choice as the preferred design team. The Alpine
Team is an Edwards based team with a high percentage of local consultants that has worked on
similar pmj ects to gain approvals through the regulatory agencies that would be involved m the Eagle
Vail path project. AEI has successfully designed and completed over eighteen (18) miles of public
and private recreation path in Eagle and Summit Counties.
Alpine Engineering has worked with Frank Harrison of MW W&AI on similar projects over
the past 20 years. Together, they understand both the technical and administrative requirements
related to retaining wall design. in challenging areas through the CDOT approval process.
Alpine has worked with Monroe & Newell Engineers, Inc. on numerous bridge projects in
Eagle County including the Bachelor Gulch skier bridges and the Strawberry Park skier bridges.
Alpme's relationship with LSC Traffic Consultants began when we worked together with
Alex Ariniello on the initial design of Eagle Ranch roads and pathways, that most recently included
the Sylvan Lake Road Roundabout on US Highway 6 at the entrance to Eagle Ranch. We also teamed
up on the Town of Vail's Lionshead Transit Center project. LSC has extensive experience in
resolving vehicle/trail user conflicts. For the Town of Superior, LSC inventoried all trail/street
crossings and prioritized pedestrian protection projects. For the City of Golden, LSC assisted in
developing enhanced pedestrian environments along South Golden Road, Washington Street and
Jackson Street. For the University of Colorado, LSC assisted in the development of a bicycle and
pedestrian Plan including improvements to pedestrian/bicycle roadway crossings. Recently, LSC
assisted the Town of Dillon with a trail crossing plan for a trail extension project.
Besides meeting the everyday surveying needs of individual owners, architects and
contractors m Eagle County, Eagle Valley Surveying, Inc. has been involved providing professional
services for many of the major development projects in the County. The following is a partial list of
some of those projects: Eagle Ranch -which included significant amount of recreational trails; Red
Sky Ranch which included significant amount of recreational trails; Diamond Star Ranch; Bachelor
Gulch Village; Mountain Star Subdivision; Spraddle Creek Subdivision; Arrowhead at Vail and Red
Mountain Ranch Boundary.
Typically, Alpme's approach to path design projects will be to analyze potential issues early
in the design process in order to minimize impacts to project construction costs and scheduling. AEI
has demonstrated very quick response and resolution practices to complex design, field and
construction challenges plus our years of experience in recreation path design in challenging areas
makes us the unique choice as the preferred team.
EXHIBIT B
PROPOSED FEES
Fill Out and Return as Attachment to Proposal:
Proposing Consultant Wornwtion:
Business Name: Alpine Engineering, Inc.
Contact Nameffitle: Kent A. Kriehn, President
Address: P.O. Box 97, Edwards, CO 81632
Phone/Fax: (970) 926-3373 ph (970) 926-3390 fax
Email Address: Kriehn4alpht jvil.com
Proposed Fee
_
PHASE I
Survey Maps
$
-
—16,300.00
Analysis of Issues
$
8,820.00
eetings$
3,745.00
.Cal Sez-vices*
$
7,500.00
eliminary Plan Set
$
24,530.00
incl Construction Plans and Manual
$
21,540.00
ntld
$
8,455100
ASE II
Survey Maps
$
81900.00
Analysis of Issues
$
6,325.00
MECal
$
2,575.00
Services*
$
14,000.00
P?rdhWnary Plan Set
$
15,845.00
Construction Plans and Manual
$
14,010.00
ffT7
1 $
61,655.00
A crr rrr
AEI
Alpine Engineering, Inc.
HOURLY RATES FOR CONSULTANT
AND SUBCONSULTANTS
ALPINE ENGINEERING, INC.
Principal $135.00
Project Engineer $115.00
Senior Design Engineer $105.00
Design Engineer $100.00
Office Technician $ 65.00
MONROE & NEWELL ENGINEERS,
INC.
Principal
$170.00
Associate Principal
$130.00
Project Engineer
$110.00
Engineer
$ 90.00
Engineer H
$ 75.00
Technician
$ 70.00
Clerical
$ 50.00
LSC TRANSPORTATION CONSULTANTS,
INC.
Principals
$165.00
Associates
$135.00
Senior Engineers
$110.00
Senior Planners
$115.00
Project Engineers
$ 85.00
Project Planners
$ 90.00
Engineers
$ 75.00
Planners
$ 75.00
Senior CAD Operators
$ 65.00
Administrative Assistants
$ 50.00
Traffic Count Manager
$ 55.00
Traffic Count Technician
$ 40.00
EAGLE VALLY SURVEYING, INC.
Licensed Surveyor $100.00
Office CalculationsMnL ing $75.00
2 person Survey Field Crew $136.00
1 person Field Crew with GPS or Robotic $136.00
2 person Field Crew with GPS or Robotic $160.00
MICHAEL W. WEST` & ASSOCIATES, INC.
2010 SCHEDULE OF COSTS
CONSULTATION SERVICES
Clerical Assistant
$35.00/hour
Technical Secretary/Office Manager
$45.00/hour-
A,UTOCA.D Draftsman (Including hardware/software)
$65.00/hour
Field Technician
$65.00/hour
Staff Engineer or Geologist
$80.00/hour
Project Engineer or Geologist
$100.00/hour
Senior Project Engineer of Geologist
$135.00/hour
Senior Engineer or Geologist
$155.00/hour
Principal Engineer or Geologist
$165.00/hour
MISCELLANEOUS EXPENSES
Auto or 4WD Vehicle $50.00/day
+ $0.75/mile
Out -of -Town Living Expenses Room at cost
+ meals @ Federal
per diem rate
Communications fee (telephone; Iong distance;
cell phone; e-mail; internet access; fax; postage,
in-house photocopies) 2.5% of personnel
costs during billing
period
Subcontract drilling equipment, equipment
rental/purchase, airfare, and other
expenses incurred on the job Cost + 15%
0
Project: Minturn ECO Regional Trail (2009)
Client: Town of Mintm
AEI
Alpine Engineering, Inc.
FIRM QUALIFICATIONS
Alpine Engineering, Inc., is a Civil Engineering firm with offices located in Edwards and Breckenridge,
Colorado. We have completed numerous site, land development and trail projects throughout Eagle and Summit
Counties. Our most recent projects include EverVail, Eagle -Vail Electric Improvements project, Swan Mountain
Recreation Path, Mintarn ECO Regional Trail, Dowd Junction to Kayak Crossing (Phase 1) ECO Regional Trail,
Red House PUD, Separated Railroad Crossing in Avon, and numerous CDOT highway lane improvements
projects. AEI has also completed numerous site development and re-developmentpmjects including Eagle Ranch,
Riveafront Subdivision, Red Sky Ranch, Bachelor Gulch Development, the Ritz-Carlton and Horizon Pass in
Bachelor Gulch, Vail's Front Door, Gore Creek Residences, Ritz Carlton Residences and the Lionshead re-
development in Vail and the Westin Hotel and Spa in Avon. Our clients include ECO Trails, Summit School
Open Space and Trails Department, ERWSD, EagleVail Property Owner's Association, and the Bachelor Gulch
Metropolitan District, as well as various Eagle and Summit County private developers including Vail Resorts
Development Company, East-West Partners, Wright and Company and A -Basin Sid Area.
Some of the services that Alpine Engineering, Inc. can provide include storm drainage study and design,
sewer and water system analysis and design, shallow utility layout, road and trail layout and design specializing in
mountainous terrain, full service construction administration/management (from preparing contract
documentation through issuing notice of final payment), surveying and platting, project team coordination and
preparing various federal, state and local permit applications.
The principals of AEI, Kent Kriehn, PE -LS; Rob Lee, PIS; Jim McNeil, PE and Glenn Palmer, PE, have
90 years of combined engineering and survey experience within Colorado. Their staff of 13 is rounded out with a
variety of engineers, technicians, surveyors and computer technologists with specific expertise in land and site
development and utility ir&astrudures. Alpine Engineering, Inc. has been located in Edwards, Colorado for 22
years and the principals have worked in the area since 1979. In this time, Alpine has become familiar with local
agency requirements and specifications. We have also had the opportunity to perform design services for various
world-class developments that have become internationally recognized for their quality and unification with the
stunning surroundings that we live in. Through the design of some of the projects that we have completed over
the years, AEI has become proficient at overcoming the unique challenges that mountain development poses.
CD 0
AEI
Alpine Engineering, Inc.
PERSONAL PROFILE
KENT A. KRIEHN, PE -LS
University of Colorado
B.S. Civil Engineering, 1976
PERSONAL QUALIFICATIONS:
o Over Thirty Years experience in Civil Engineering and Land Surveying in Eagle County.
Project Engineer for the relocation of the I-70 South Frontage Road in conjunction with the EverVail
Project. This project is currently under design, and has been developed through CDOT's FIR and
FOR level. Project includes relocation and improvement of approximately 3600 LF of South Frontage
Road, including additional lanes, a roundabout, several access locations with acceleration and tum
lanes, a bike lane, and sidewalk. This involved significant coordination with the TOV, CDOT, the
developer and a multitude of consultants including traffic engineers, roundabout designers,
environmental consultants, planners, utility companies, architects, structural engineers and landscape
consultants.
o Project Engineer responsible for project administration, design, construction review and contract
administration for Bachelor Gulch. This included roads, significant retaining walls and multiple ski
trails/bridge road crossings.
o Project Engineer responsible for project administration, design, construction review and contract
administration for Arrowhead Mountain. This included multiple retaining walls both mechanically
stabilized earthwalls and soil nail walls and slier crossings.
o Project Engineer responsible for project administration, design, construction review and contract
administration for a portion of Eagle Ranch. This included the design of over 52,000 lineal feet (9.8
miles) of paved recreation paths, including 2 pedestrian bridges, 1 box culvert separated grade
crossing, l major trailhead and 3 roadway bridges with attached path. Final path design incorporated
storm drainage appurtenances along with all permitting for wetlands impacts, fugitive dust, sediment
control and stormwater management.
o Project Engineer responsible for the design and construction of the Beaver Creek Recreation Path.
The Pedestrian/biking path is 2.5 miles long and connects the east parking lot with the Beaver Creek
Village.
o Project Engineer responsible for project administration, design, construction review, contract
administration and permitting for Red Sky Ranch. This included the design ofmiles of golf cart paths
and significant retaining walls.
o Project Engineerresponsible forthe project administration, design, construction review and contract
administration ofthe Regional ECO Trail Dowd Junction Recreation Path. This included 5300 lineal
feet of paved trail with significant retaining walls.
EMPLOYMENT HISTORY:
ALPINE ENGWEERING, INC. Principal owner. Functions as office Engineer and project Engineer
for civil engineering and surveying projects.
COLORADO REGISTRATIONS:
o Registered Engineer and Land Surveyor, State of Colorado
. 0
QUALIFICATIONS
Geotechnical Enghi i= Retaining Wall Designer.
Frank Harrison, P.E.
Michael W. West & Associates, Inc.
2 Inverness Drive East, Suite 106
Englewood, CO 80112
EDUCATION
Bachelor of Science in Civil Engineering, The Citadel, Charleston, SC 1980
Master of Science in Civil Engineering, University of Colorado, Boulder, CO 1983
REGISTRATION
Professional Engineer, State of Colorado, No. 24771
Mr. Harrison has substantial personal experience in geotechnical investigation, analysis, and design of
retaining walls, including MSE walls, soil nail walls, tiebacks, and micropiles, in steep mountainous
terrain. He has worked on many projects in Eagle County as listed below, as well as projects throughout
Colorado, the western US, and internationally. He holds BSCE and MSCE degrees, and has over 25
years of experience, much of which has focused on retaining walls and related earth or slope stability
issues. Along with Kent Kriehn of Alpine Engineering and others, he pioneered the use of modular block
faced MSE retaining walls in Eagle County in the early 1990's, including those with decorative stone
veneers as in Arrowhead and Bachelor Gulch. He has authored a retaining wall design manual for
FHWA, and is frequently retained for forensic evaluation of retaining wall performance. His resume is
attached.
EXPERIENCE ON SIMELAR PROJECTS
Mr. Harrison has participated in or led retaining wall design on a number of projects in Eagle County in
the last 20 years. Recent examples include:
• Arrowhead — Avon Trail Interconnect (Geotechnical investigation, design of MSE and soil nail
walls, and construction observation for a trail along Eagle River in steep terrain)
• Cresta Road Retaining Walls (Shop drawing review and Construction observation of MSE and
soil nail walls)
• Vail Snowcat Road (Geotechnical investigation, Design of MSE walls, soil nail walls,
micropiles, MSE Bridge Abutment, and bridge foundations; resident engineer services for
construction).
• Swift Gulch Road Retaining walls (Shop drawing review and Construction observation of MSE
and soil nail walls)
• Eagle Ranch (MSE wall design and construction consultation)
• Bachelor Gulch Lot 20 Stabilization (Design of tieback anchors for landslide stabilization)
• McCoy Springs Retaining Walls (Design of MSE and soil nail walls, construction inspection)
• McCoy Creek Cabins (Geotechnical investigation, design of MSE walls, global stability
analyses and consultation for tieback walls)
to
Monroe &Newell
s
,V"A..�
Monroe & Newell Engineers, Inc. is a full service structural engineering
consulting firm with offices in Avon and Denver, Colorado. The firm
was founded in 1991 by Mr. William Newell, P.E. and Mr. Peter Monroe,
P.E. with the consolidation of Design Structures, Inc. and Monroe
Engineering Consultants, Inc. Since that time Monroe & Newell
Engineers, Inc. has become one of Colorado's largest structural
engineering films.
Prior to establishing their own firms, Mr. Newell and Mr. Monroe were
each principals in one of Colorado's leading structural engineering firms.
Along with the firm's other Principals, Mr. Craig Carroll, P.E., Mr.
Hanes Spaeh, P.E. and Mr. James Ness, P.E. they have more than 18o
years combined experience providing services to architects, contractors,
developers, and owners.
The firm provides structural engineering services on projects ranging
from single family residences to mixed-use mega -projects. Project types
include mountain resort lodges, hotels, bridges✓tunels, religious
facilities, medical facilities, multi -family residences, office buildings,
municipal facilities, golf course clubhouses, residential communities,
MONROE & NEWELL ENGINEERS, INC.
BRIDGE PROJECTS
East Edwards Trail Bridge, Edwards, CO A 12 foot wide Monroe u4 e=t
by 150 foot prefabricated, steel truss and wood deck S=tlnz
pedestrian bridge over the Eagle River.
Boulder Creek Pedestrian Bridge, Boulder, CO. Tube steel pony trusses span
1201 on this 16 feet wide pedestrian and maintenance traffic bridge. Design
requirement dictated bridge would collapse in severe flooding.
Warm Springs Golf Club Bridge, Wolcott, CO. Upgrade of existing steel
superstructure and piling of bridge for additional loading capacity. Second
project included addition of wood structured bridge cover reminiscent of New
England covered bridges.
Bachelor Gulch Bridges and Tunnels, Eagle County, CO. Twelve precast and
cast -in-place concrete structures for skier access to mountain village. Design
loads include AASFI TO loading for tunnels and skier, snow and snowcat
loading for bridges. Rustic log finishes enhance the structure's appearance.
Strawberry Park Bridges and Tunnels, Beaver Creek, CO. Four bridges and
tunnels for subdivision access and skierhraffic separation. Structural systems
include cast -in-place footings, abutments and wingwalls with precast
superstruchi e.
Roaring Fork Railroad Pedestrian Bridge, Aspen, CO. Design Concepts for
1000 foot long pedestrian bridge incorporating moving walkways.
ACME Warehouse Railroad Bridge, Aurora, CO precast bridge supporting
rail traffic to 1,000,000 R warehouse.
Buck Creek Bridges, Avon, CO. Two three span composite steel bridges
providing road access to Mountain Star subdivision. Monroe & Newell
Engineers, Inc. provided design review for Town of Avon.
Eagle Springs Bridge, Eagle County, CO; Upgrading and widening of existing
bridge over Eagle River including the upgrade of loading, addition of timber
pedestrian sidewalks and railing replacement.
Cresta Bridges, Arrowhead, Eagle County, CO. Two 80 feet by 24 feet precast
concrete bridges for now residential community access.
East Edwards Trail Bridge
PETER D. MONI .', P.E.
PRINCIPAL
Monroe & Newell Engineers, Inc. (Monroe Engineering Consultants, Inc.)
Avon, Colorado 1987 to present
Principal of consulting structural engineering firm providing services to
architects, contractors, and owners. Projects include Golden Peak Base Facility,
Vail, CO; Villa Montane, Beaver Creek, CO; ArraBelle at Vail Square, Vail,
CO; Grand Aspen Byatt, Aspen, CO; St. James Place, Beaver Creek, CO;
Cordillera Mountain Club, Eagle County, CO, Byatt Vacation Club, Beaver
Creek, CO; Snowmass Village Operations Facility, Snowmass Village, CO;
Wells Fargo Center, Avon, CO; Silvermill Lodge, Keystone, CO; and Vail's
Front Door, Vail, CO.
Bridge projects include East Edwards Trail Bridge, Eagle County, CO; Bachelor
Gulch Bridges and Tunnels, Eagle County, CO; Warm Springs Golf Course
Bridge over the Eagle River, Wolcott, CO; Strawberry Park Bridge and Tunnels
Eagle County, CO; Highlands Skier Bridges, Beaver Creek, CO; and Cresta
Bridges, Arrowhead, CO.
Richard Weingardt Consultants, Inc., Denver, Colorado
1976 to 1987
As vice president and chief engineer, responsible for all aspects ofproduction
for a major structural and civil engineering firm. Technical staff levels were as
great as fifty people. Responsible, as principal -in -charge, for direct project
management of structural engineering projects. Bridge projects included
Chamber Road over I70 and 966'Avenue over Highway 36.
Technical Service Company, Division of Chas. T. Main, Inc.,
Denver, Colorado 1972 to 1976
As structural engineer responsible for the design and working drawing
preparation of newspaper facilities and other buildings. Projects include Tulsa
World publishing plant and publishing plants in Ft. Collins, CO and Fort Smith,
AR.
Minnesota Highway Department, St. Paul, Minnesota
1969 to 1972
Responsibilities as civil engineer included design and detailing of highway
bridges and review of consultant bridge plans, development of roadway
inventory system, coordination of inspection and repair of existing bridges.
EDUCATION
B.S. Civil Engineering, 1969 University of North Dakota
REGISTRATION
Professional Engineer in Arkansas, Arizona, Colorado, Idaho, Indiana,
Minnesota, Montana, New Mexico, New York, North Carolina, North
Dakota, Oregon, South Dakota, Utah, Nevada and Wyoming
Certified Consulting Engineer
Past Chairman- Colorado State Board of Licensure for Architects,
Professional Engineers and Professional Land Surveyors
C
��. LSC Transportation Consultants, Inc.
DENVER OFFICE
1889 York Street
LSC provides consulting services in all phases of
transportation planning and traffic engineering
throughout the western United States. With three
offices in Colorado and California, the goal of the
firm is to perform highly competent planning and
engineering services within the transportation
field. The firm is the successor to Leigh, Scott and
Cleary, Inc. and has provided consulting services
continuously since 1975.
LSC's clients include government agencies,
institutions, private organizations and individuals.
We specialize in:
• traffic engineering
• traffic systems management
• traffic signal design
• multimodal transportation planning
• transit planning and operations
• parking analysis
• parking facility design
• traffic impact studies
• access planning and design
• roundabout analysis and design
• bicycle/pedestrian circulation
The firm's strength lies in the stafrs broad range
of professional experience. Transportation
planning and traffic engineering studies requiring
a timely, personal response by experienced
professionals are the company's specialties. We
take pride in offering the sensitivity, flexibility, and
Innovative ability that small firms
characteristically best provide.
Visit our website at www.Isctrans.com to learn
more about our firm, our employees, and our
services.
TAHOE OFFICE COLORADO SPRINGS OFFICE
P. 0. Box 5875 516 North Tejon Street
Alex J. Ariniello, P.E., PTOE
Page 1
Experience
► Over 33 years experience in public works and trans-
portation engineering
► LSC Transportation Consultants, Inc. (1995 - present)
► Director of the Colorado Transportation Information
Center at Colorado State University (1993 to 1995)
► Public Works Director, Boulder County, Colorado (1981
to 1993)
• • County Engineer, Boulder County (1978 to 1981)
• • Transportation Engineer, Boulder County (1975 to
1978)
Mr. Ariniello brings unique, senior -level experience in the
fields of transportation planning, transportation demand
management and transportation project implementation. He is currently manager of LSC's
Denver office and has been associated with the firm since 1993. He has been project
manager on many major traffic impact studies and on major transportation planning efforts
In Delta, Park, and Gilpin counties and the municipalities of Superior, Golden Eagle and
Fort Morgan. He has been a leader in applying innovative concepts such as roundabouts
and continuous flow intersections.
From April, 1993 to December, 1995, Mr. Ariniello was Director of the Colorado
Transportation Information Center at Colorado State University. He was responsible for
developing and conducting training programs to meet the needs of transportation agencies
throughout Colorado and for tribal governments in the four comer states. He conducted
Alex J. Ariniello, P.E., PTOE
Paae 2
Mr. Ariniello has served on numerous regional and state technical committees dealing with
transportation issues. These include Colorado Counties, Inc. committees on bridge
programs, highway users tax funding, federal and state legislation. He also served on a
National Association of County Engineers (MACE) committee which authored the NACE
Transportation Planning Manual, published in 1996. Mr. Ariniello is active in the Colorado -
Wyoming Section of the Institute of Transportation Engineers, serving as Vice President in
2001 and President in 2002.
In addition to his professional services, Alex Ariniello has served three elected terms as
Councilman for the City of Lafayette (1980 to 1989) and was Lafayette's representative for
the Board of Directors for the Denver Regional Council of Governments from May, 1980 to
May, 1988. He was a founding member of the Board of Directors for Boulder County's
Special Transit System, which serves the elderly and disabled population of the county. He
served on the Colorado University Parents Association Board of Directors from 1995-99,
serving as President during 1997-98. He currently serves on the Archdiocese of Denver's
Education Commission and the Holy Family High School Board of Trustees.
Education
• • Master of Science in Civil Engineering (Transportation Planning), Princeton University
• • Bachelor of Science in Basic Engineering, Princeton University
Professional Education/Memberships
• • Registered Professional Engineer in Colorado, Arizona, Hawaii and Utah
• • Professional Traffic Operations Engineer (ITE)
• • Institute of Transportation Engineers
Colorado -Wyoming Section President, 2002
Lifetime Achievement Award, 2007
Publications and Presentations
Colorado Roundabouts, July, 2009, ITE Western District Conference, Denver, CO
► Roundabouts and Access Management, July, 2009, ITE Western District
Conference, Denver, CO
► Roundabouts Near At -Grade Railroad Crossings, May 2008, National Roundabout
Conference in Kansas City, MO, sponsored by the Transportation Research Board.
► Are Roundabouts Good for Business?, May 2005, National Roundabout Conference
in Vail, CO, sponsored by the Transportation Research Board
► Roundabout Development Opportunities, April 2006, Minnesota Roundabout
Conference
► RidgeGats - An Example of Smart Growth, August 2003, International Meeting of the
Institute of Transportation Engineers
ou
0
PROFILE
We Valley Engineering and Surveying, Inc, was founded in 1979 to meet the need of Eagle County's
construction and development industry for professional land surveying and engineering services. In 1982
the name of the company was shortened to Eagle Valley Surveying, Inc. to reflect the fact that
engineering services were no longer being offered, concentrating instead on providing complete
professional land surveying services.
Eagle Valley Surveying, Inc. utilizes state of the art equipment, including current computer cad programs,
total stations, data collectors, and GPS equipment and technology. The company currently employs three
Colorado Licensed Professional Land Surveyors, two Land Surveyor Interns, and experienced field and
office personnel to support two to four field crews.
PERSONNEL
Stan Hogfeldt, P.L.S.
The President of Eagle Valley Surveying, Inc. and a Licensed Professional Land Surveyor since 1989, has
been surveying since 1977, with Eagle Valley Surveying, Inc. in Eagle County since 1981.
Mike Post, P.L.S.
Chief of Surveys, Mike has been employed by Eagle Valley Surveying, Inc. since 1986 in all aspects of
surveying and supervisory positions. He has been licensed as a Professional Land Surveyor since 1994.
MAJOR PROJECTS
Besides meeting the everyday surveying needs of individual owners, architects and contractors in Eagle
County, Eagle Valley Surveying, Inc. has been involved providing professional services for many of the
major development projects in the County. The following is a partial list of some of those projects: Eagle
Ranch -which included significant amount of recreational trails; Red Sky Ranch- which included
significant amount of recreational trails, Diamond Star Ranch, Bachelor Gulch Village; Mountain Star
Subdivision; Spraddle Creek Subdivision; Arrowhead at Vail and Red Mountain Ranch Boundary
CLIENTS
A partial list of current clients includes:
EastlWest Resorts / Eagle Ranch Metropolitan District
Vail Resorts Development Company
Wright and Company
RA Nelson and Associates
George Shaeffer Construction
Beck Building Company
Hermes Resort Properties
OFFICE:
41199 Hwy. 6 & 24
Eagle -Vail, CO. 81620
MAILING:
P.O. Box 1230
Edwards, CO. 81632
PHONE:
970-949-1406
FAX:
970-845-9504
email:
Lumhoefeld [a�e�s►vveX com