Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC22-356 Ground Engineering ConsultantsAGREEMENT FOR SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND
GROUND ENGINEERING CONSULTANTS, INC.
THIS AGREEMENT (“Agreement”) is effective as of ________________ by and between Ground
Engineering Consultants, Inc. a Colorado corporation (hereinafter “Contractor”), and Eagle County,
Colorado, a body corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, the County desires to hire a geotechnical consultant to perform soil borings and produce a
geotechnical report that provides recommendations, based on those soil borings, for the footing design
requirements for a modular vehicular bridge. The proposed structure will replace the existing bridge over
the Gypsum Creek on Daggett Lane in Eagle County, Colorado (the “Property”); and
WHEREAS, Contractor is authorized to do business in the State of Colorado and has the time, skill,
expertise, and experience necessary to provide the Services as defined below in paragraph 1 hereof; and
WHEREAS, this Agreement shall govern the relationship between Contractor and County in connection
with the Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Contractor and
County agree as follows:
1. Services or Work. Contractor agrees to diligently provide all services, labor, personnel, and
materials necessary to perform and complete the services or work described in Exhibit A (“Services” or
“Work”) which is attached hereto and incorporated herein by reference. The Services shall be performed
in accordance with the provisions and conditions of this Agreement.
a. Contractor agrees to furnish the Services no later than January 31, 2023 and in
accordance with the schedule established in Exhibit A. Contractor agrees to furnish the Services in a
timely and expeditious manner consistent with the applicable standard of care. By signing below
Contractor represents that it has the expertise and personnel necessary to properly and timely perform the
Services.
b. In the event of any conflict or inconsistency between the terms and conditions set forth in
Exhibit A and the terms and conditions set forth in this Agreement, the terms and conditions set forth in
this Agreement shall prevail.
2. County’s Representative. The Engineering Department’s designee shall be Contractor’s contact
with respect to this Agreement and performance of the Services.
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
11/2/2022
2
Eagle County General Services Final
3. Term of the Agreement. This Agreement shall commence upon the date first written above, and
subject to the provisions of paragraph 11 hereof, shall continue in full force and effect through January
31, 2023.
4. Extension or Modification. This Agreement may be extended for up to three additional one-year
terms upon written agreement of the parties. Any amendments or modifications shall be in writing signed
by both parties. No additional services or work performed by Contractor shall be the basis for additional
compensation unless and until Contractor has obtained written authorization and acknowledgement by
County for such additional services in accordance with County’s internal policies. Accordingly, no
course of conduct or dealings between the parties, nor verbal change orders, express or implied
acceptance of alterations or additions to the Services, and no claim that County has been unjustly enriched
by any additional services, whether or not there is in fact any such unjust enrichment, shall be the basis of
any increase in the compensation payable hereunder. In the event that written authorization and
acknowledgment by County for such additional services is not timely executed and issued in strict
accordance with this Agreement, Contractor’s rights with respect to such additional services shall be
deemed waived and such failure shall result in non-payment for such additional services or work
performed.
5. Compensation. County shall compensate Contractor for the performance of the Services in a
lump sum fee of $6,800.00. Contractor shall not be entitled to bill at overtime and/or double time rates
for work done outside of normal business hours unless specifically authorized in writing by County.
a. Payment will be made for Services satisfactorily performed within thirty (30) days of
receipt of a proper and accurate invoice from Contractor.
b. If, at any time during the term or after termination or expiration of this Agreement,
County reasonably determines that any payment made by County to Contractor was improper because the
Services for which payment was made were not performed as set forth in this Agreement, then upon
written notice of such determination and request for reimbursement from County, Contractor shall
forthwith return such payment(s) to County. Upon termination or expiration of this Agreement,
unexpended funds advanced by County, if any, shall forthwith be returned to County.
c. County will not withhold any taxes from monies paid to the Contractor hereunder and
Contractor agrees to be solely responsible for the accurate reporting and payment of any taxes related to
payments made pursuant to the terms of this Agreement.
d. Notwithstanding anything to the contrary contained in this Agreement, County shall have
no obligations under this Agreement after, nor shall any payments be made to Contractor in respect of any
period after December 31 of any year, without an appropriation therefor by County in accordance with a
budget adopted by the Board of County Commissioners in compliance with Article 25, title 30 of the
Colorado Revised Statutes, the Local Government Budget Law (C.R.S. 29-1-101 et. seq.) and the
TABOR Amendment (Colorado Constitution, Article X, Sec. 20).
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
3
Eagle County General Services Final
6. Subcontractors. Contractor acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Contractor. Contractor shall not enter into any
subcontractor agreements for the performance of any of the Services or additional services without
County’s prior written consent, which may be withheld in County’s sole discretion. County shall have
the right in its reasonable discretion to approve all personnel assigned to the subject Project during the
performance of this Agreement and no personnel to whom County has an objection, in its reasonable
discretion, shall be assigned to the Project. Contractor shall require each subcontractor, as approved by
County and to the extent of the Services to be performed by the subcontractor, to be bound to Contractor
by the terms of this Agreement, and to assume toward Contractor all the obligations and responsibilities
which Contractor, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any subcontractor hired by Contractor and
Contractor shall cooperate in such process. The Contractor shall be responsible for the acts and omissions
of its agents, employees, and subcontractors.
7. Insurance. Contractor agrees to provide and maintain at Contractor’s sole cost and expense, the
following insurance coverage with limits of liability not less than those stated below:
a. Types of Insurance.
i. Workers’ Compensation insurance as required by law.
ii. Auto coverage with limits of liability not less than $1,000,000 each accident
combined bodily injury and property damage liability insurance, including coverage for owned, hired, and
non-owned vehicles.
iii. Commercial General Liability coverage to include premises and operations,
personal/advertising injury, products/completed operations, broad form property damage with limits of
liability not less than $1,000,000 per occurrence and $1,000,000 aggregate limits.
b. Other Requirements.
i. The automobile and commercial general liability coverage shall be endorsed to
include Eagle County, its associated or affiliated entities, its successors and assigns, elected officials,
employees, agents and volunteers as additional insureds. A certificate of insurance consistent with the
foregoing requirements is attached hereto as Exhibit B.
ii. Contractor’s certificates of insurance shall include subcontractors, if any as
additional insureds under its policies or Contractor shall furnish to County separate certificates and
endorsements for each subcontractor.
iii. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
iv. The parties hereto understand and agree that the County is relying on, and does
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
4
Eagle County General Services Final
not waive or intend to waive by any provision of this Agreement, the monetary limitations or rights,
immunities and protections provided by the Colorado Governmental Immunity Act, as from time to time
amended, or otherwise available to County, its affiliated entities, successors or assigns, its elected
officials, employees, agents and volunteers.
v. Contractor is not entitled to workers’ compensation benefits except as
provided by the Contractor, nor to unemployment insurance benefits unless unemployment compensation
coverage is provided by Contractor or some other entity. The Contractor is obligated to pay all federal
and state income tax on any monies paid pursuant to this Agreement.
8. Indemnification. The Contractor shall indemnify and hold harmless County, and any of its
officers, agents, and employees against any losses, claims, damages, or liabilities for which County may
become subject to insofar as any such losses, claims, damages, or liabilities arise out of, directly or
indirectly, this Agreement, or are based upon any negligent performance or nonperformance by
Contractor or any of its subcontractors hereunder; and Contractor shall reimburse County for reasonable
attorney fees and costs, legal, and other expenses incurred by County in connection with investigating or
defending any such loss, claim, damage, liability, or action. This indemnification shall not apply to
claims by third parties against the County to the extent that County is liable to such third party for such
claims without regard to the involvement of the Contractor. This paragraph shall survive expiration or
termination hereof.
9. Ownership of Documents. All documents (including electronic files) and materials obtained
during, purchased, or prepared in the performance of the Services shall remain the property of the County
and are to be delivered to County before final payment is made to Contractor or upon earlier termination
of this Agreement.
10. Notice. Any notice required by this Agreement shall be deemed properly delivered when (i)
personally delivered, or (ii) when mailed in the United States mail, first class postage prepaid, or (iii)
when delivered by FedEx or other comparable courier service, charges prepaid, to the parties at their
respective addresses listed below, or (iv) when transmitted via e-mail with confirmation of receipt. Either
party may change its address for purposes of this paragraph by giving five (5) days prior written notice of
such change to the other party.
COUNTY:
Eagle County, Colorado
Attention: Rickie Davies
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3567
E-Mail: richard.davies@eaglecounty.us
With a copy to:
Eagle County Attorney
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
5
Eagle County General Services Final
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-Mail: atty@eaglecounty.us
CONTRACTOR:
Ground Engineering Consultants, Inc.
Attention: Ben Fellbaum
101 Airpark Dr A
Gypsum, CO 81637
Telephone: 970-524-0720
E-Mail: ben.fellbaum@groundeng.com
11. Termination. County may terminate this Agreement, in whole or in part, at any time and for any
reason, with or without cause, and without penalty therefor with seven (7) calendar days’ prior written
notice to the Contractor. Upon termination of this Agreement, Contractor shall immediately provide
County with all documents as defined in paragraph 9 hereof, in such format as County shall direct and
shall return all County owned materials and documents. County shall pay Contractor for Services
satisfactorily performed to the date of termination.
12. Venue, Jurisdiction, and Applicable Law. Any and all claims, disputes or controversies related to
this Agreement, or breach thereof, shall be litigated in the District Court for Eagle County, Colorado,
which shall be the sole and exclusive forum for such litigation. This Agreement shall be construed and
interpreted under and shall be governed by the laws of the State of Colorado.
13. Execution by Counterparts; Electronic Signatures. This Agreement may be executed in two or
more counterparts, each of which shall be deemed an original, but all of which shall constitute one and the
same instrument. The parties approve the use of electronic signatures for execution of this Agreement.
Only the following two forms of electronic signatures shall be permitted to bind the parties to this
Agreement: (i) Electronic or facsimile delivery of a fully executed copy of the signature page; (ii) the
image of the signature of an authorized signer inserted onto PDF format documents. All documents must
be properly notarized, if applicable. All use of electronic signatures shall be governed by the Uniform
Electronic Transactions Act, C.R.S. 24-71.3-101 to 121.
14. Other Contract Requirements and Contractor Representations.
a. Contractor has familiarized itself with the nature and extent of the Services to be
provided hereunder and the Property, and with all local conditions, federal, state and local laws,
ordinances, rules, and regulations that in any manner affect cost, progress, or performance of the Services.
b. Contractor will make, or cause to be made, examinations, investigations, and tests as it
deems necessary for the performance of the Services.
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
6
Eagle County General Services Final
c. To the extent possible, Contractor has correlated the results of such observations,
examinations, investigations, tests, reports, and data with the terms and conditions of this Agreement.
d. To the extent possible, Contractor has given County written notice of all conflicts, errors,
or discrepancies.
e. Contractor shall be responsible for the completeness and accuracy of the Services and
shall correct, at its sole expense, all significant errors and omissions in performance of the Services. The
fact that the County has accepted or approved the Services shall not relieve Contractor of any of its
responsibilities. Contractor shall perform the Services in a skillful, professional, and competent manner
and in accordance with the standard of care, skill, and diligence applicable to contractors performing
similar services. Contractor represents and warrants that it has the expertise and personnel necessary to
properly perform the Services and shall comply with the highest standards of customer service to the
public. Contractor shall provide appropriate supervision to its employees to ensure the Services are
performed in accordance with this Agreement. This paragraph shall survive termination of this
Agreement.
f. Contractor agrees to work in an expeditious manner, within the sound exercise of its
judgment and professional standards, in the performance of this Agreement. Time is of the essence with
respect to this Agreement.
g. This Agreement constitutes an agreement for performance of the Services by Contractor
as an independent contractor and not as an employee of County. Nothing contained in this Agreement
shall be deemed to create a relationship of employer-employee, master-servant, partnership, joint venture,
or any other relationship between County and Contractor except that of independent contractor.
Contractor shall have no authority to bind County.
h. Contractor represents and warrants that at all times in the performance of the Services,
Contractor shall comply with any and all applicable laws, codes, rules, and regulations.
i. This Agreement contains the entire agreement between the parties with respect to the
subject matter hereof and supersedes all other agreements or understanding between the parties with
respect thereto.
j. Contractor shall not assign any portion of this Agreement without the prior written
consent of the County. Any attempt to assign this Agreement without such consent shall be void.
k. This Agreement shall be binding upon and shall inure to the benefit of the parties hereto
and their respective permitted assigns and successors in interest. Enforcement of this Agreement and all
rights and obligations hereunder are reserved solely for the parties, and not to any third party.
l. No failure or delay by either party in the exercise of any right hereunder shall constitute a
waiver thereof. No waiver of any breach shall be deemed a waiver of any preceding or succeeding
breach.
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
7
Eagle County General Services Final
m. The invalidity, illegality, or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
n. The signatories to this Agreement aver to their knowledge no employee of the County has
any personal or beneficial interest whatsoever in the Services or Property described in this Agreement.
The Contractor has no beneficial interest, direct or indirect, that would conflict in any manner or degree
with the performance of the Services and Contractor shall not employ any person having such known
interests.
15. Data Security.
a. Definitions:
i. “County Data” means all data created by or in any way originating with County
and End Users, and all information that is the output of any computer processing, or other electronic
manipulation, of any information that was created by or in any way originating with County and End
Users, in the course of using and configuring the Services provided under this Agreement, and includes
all records relating to County’s use of Contractor Services and Protected Information.
ii. “End User” means the individuals (including, but not limited to employees,
authorized agents, students, and volunteers of County; Third Party consultants, auditors and other
independent contractors performing services for County; any governmental, accrediting, or regulatory
bodies lawfully requesting or requiring access to any Services; customers of County provided services;
and any external users collaborating with County) authorized by County to access and use the Services
provided by Contractor under this Agreement.
iii. “Protected Information” includes, but is not limited to, personally-identifiable
information, student records, protected health information, criminal justice information, or individual
financial information and other data defined under C.R.S. §§ 24-72-101 et seq., and personal information
that is subject to local, state or federal statute, regulatory oversight or industry standard restricting the use
and disclosure of such information. The loss of such Protected Information would constitute a direct
damage to the County.
iv. “Security Incident” means the potentially unauthorized access by non-authorized
persons to personal data or non-public data the Contractor believes could reasonably result in the use,
disclosure or theft of County Data within the possession or control of the vendor. A Security Incident
may or may not turn into a data breach.
b. During the course of Contractor's performance of the Work, the Contractor may be
required to maintain, store, process or control County Data. The Contractor represents and warrants that:
i. Contractor will take all reasonable precautions to maintain all County Data in a
secure environment to prevent unauthorized access, use, or disclosure, including industry-accepted
firewalls, up-to-date anti-virus software, and controlled access to the physical location of the hardware
containing County Data;
ii. Contractor’s collection, access, use, storage, disposal and disclosure of County
Data shall comply with all applicable data protection laws, as well as all other applicable regulations and
directives;
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
8
Eagle County General Services Final
iii. Contractor will notify County of any Security Incident as soon as practicable, but
no later than 24 hours after Contractor becomes aware of it;
iv. Contractor will provide information sufficient to satisfy County’s legal and
regulatory notice obligations. Upon notice of a Security Incident, County shall have the authority to
direct Contractor to provide notice to any potentially impacted individual or entity, at Contractor’s
expense, and Contractor shall be liable for any resulting damages to County.
v. Where Contractor has been contracted to maintain, store or process personal
information on behalf of the County, it shall be deemed a “Third-Party Service Provider as defined in
C.R.S. § 24-73-103(1)(i), and Contractor shall maintain security procedures and practices consistent with
C.R.S §§ 24-73-101 et seq.; and
vi. Contractor will promptly return or destroy any County Data upon request from
the County Representative.
c. Contractor’s indemnification obligations identified elsewhere in this Contract shall apply
to any breach of the provisions of this Paragraph.
[REST OF PAGE INTENTIONALLY LEFT BLANK]
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
9
Eagle County General Services Final
IN WITNESS WHEREOF, the parties have executed this Agreement the day and year first set forth above.
COUNTY OF EAGLE, STATE OF COLORADO,
By and Through Its COUNTY MANAGER
By: ______________________________
Jeff Shroll, County Manager
CONSULTANT
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
Senior Project Manager
Brian Reck
10
Eagle County General Services Final
EXHIBIT A
SCOPE OF SERVICES, SCHEDULE, FEES
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
October 3, 2022
Subject: Scope of Professional Services,
Geotechnical Evaluation, Daggett Lane Bridge
over Gypsum Creek, Gypsum, Colorado
Proposal Number 2209-1869
Richard Davies, P.E., PTOE
Eagle County
P.O. Box 850
Eagle, Colorado 81631
Dear Mr. Davies:
GROUND Engineering Consultants, Inc. (GROUND) is pleased to submit a proposal to conduct
a geotechnical evaluation in support of design and construction of a new bridge near Gypsum,
Colorado. Based on provided documents,1 we understand that a prefabricated TrueNorth Steel
Modular Vehicular Bridge Structure planned to carry Daggett Lane over Gypsum Creek. The
dimensions are anticipated to be 40 feet in length by 24 or 36 feet in width and abutment and
wing walls are also planned. It is our understanding that there are no other improvements (such
as significant reaches of new pavements) will be included as part of this project, or will be
addressed by other geotechnical evaluations, as appropriate.
Based on provided information and our experience with similar projects, we propose the following:
Geotechnical Evaluation Components
Drill 2 test holes using a conventional truck-mounted drilling rig within/near the anticipated
abutment footprints to evaluate the subsurface soil profile and to obtain earth material
samples for laboratory testing at locations to be determined by GROUND in conjunction
with the client. We anticipate that the test hole depths to be approximately 30 to 40 feet
below existing grades or until practical auger refusal, whichever occurs first. Final depth
of the test holes, however, will be determined in the field as exploration progresses and
as the subsurface profile becomes evident.
Conduct a laboratory testing program to evaluate relevant engineering characteristics of
the materials at the site.
Analyze the results of the field and laboratory studies to develop geotechnical parameters
regarding structure foundation systems, abutment walls, site grading/earthwork
1 E-mail correspondence between GROUND Engineering and Richard Davies, September 29, 2022.
EXHIBIT ADocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
Daggett Lane Bridge over Gypsum Creek
Gypsum, Colorado
10/3/2022 Proposal No. 2209-1869 Page 2 of 8
operations, excavation conditions, lateral earth pressures, and water-soluble sulfate
content.
Municipal (Public Right-of-Way) pavements will not be addressed. If public pavement
sections are needed, then GROUND should be contacted to revise our scope and fee.
Prepare a report summarizing the data obtained, and present our conclusions and
parameters. An electronic copy (PDF format) of the report will be provided. Hard/paper
copies are available upon request. Field services, data analysis and report preparation
will be conducted under the supervision of a Colorado-licensed professional engineer.
Fees
We can complete the proposed scope of services outlined above for a lump sum fee of $6,800.
This fee assumes normal workday (Monday to Friday – 7 am to 6 pm) operations. Additional fees
may apply for night, weekend, and/or holiday work.
Optional Additional Services
GROUND will not proceed with the following optional additional services without your prior
approval and authorization. However, these services may be required to complete the subsurface
exploration program.
Traffic Control Services Traffic control services will be needed to competed our
geotechnical evaluation. If the county is unable to provide these services, GROUND can
retain a traffic control services contractor to provide these services for our geotechnical
evaluation. This service is estimated to be $1,500 in addition to the fees above.
(initial if approved)
If additional services are required beyond the scope of services outlined above, we propose that
our fees for the additional services be in accordance with the hourly and unit costs presented in
the Fee Schedule on page 6 of this scope of services. As times required for post-report consulting
and development of additional parameters are difficult to forecast, we propose to provide these
services on an hourly and unit cost basis in accordance with the Fee Schedule. Specifically, a
rate of $150 per hour will apply for a project engineer or geologist, $190 per hour for a professional
engineer or geologist, and $225 per hour for a GROUND principal. GROUND will not proceed
with additional services, however, without your prior approval and authorization.
EXHIBIT ADocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
Daggett Lane Bridge over Gypsum Creek
Gypsum, Colorado
10/3/2022 Proposal No. 2209-1869 Page 3 of 8
Considerations/Exclusions
We assume that the site will be accessible to a conventional, truck-mounted drilling rig. Our
scope does not include snow removal, construction of access routes or drilling pads, fence
removal, or any other measures necessary to obtain physical access to the test hole locations.
Eagle County will furnish right-of-entry for GROUND and our subconsultants and / or
subcontractors to make borings, surveys and/or conduct other surface or subsurface
explorations. GROUND and its subconsultants and / or subcontractors will take reasonable
precautions to reduce damage to property. Some damage to landscaping, pavements, etc.,
is inherent to geotechnical drilling and should be expected by Eagle County. GROUND will
backfill the test holes with auger returns, patch paved areas with ‘cold patch’ asphalt or grout
and generally leave the site reasonably restored. Additional site repairs including, but not
limited to, more extensive site clean-up, restoring ruts/damage in landscaped areas, repairing
broken irrigation systems, replacing cracked curbs or flatwork, more elaborate pavement
repairs, etc., are outside of our scope of services. Upon request, we can provide these as
additional services as discussed above.
Evaluation/identification of hazardous/contaminated materials that may be present, is not
included in our scope of services unless otherwise indicated. Eagle County must inform
GROUND to the presence of hazardous/contaminated materials, known to him prior to
performance of any subsurface exploration.
Our scope does not include fees associated with obtaining permits to complete our field
services or to respond to municipal or other agency review of our report.
We have assumed that the test hole locations and elevations will be surveyed by others on
the project team, if necessary.
GROUND will notify public utilities through the Utility Notification Center of Colorado (UNCC /
Colorado 811). GROUND will not be liable for damage to any private utilities as a result of
exploration; the utility owner must identify or otherwise locate these utilities. By entering into
an agreement with GROUND, Eagle County accepts this limitation and will either coordinate
this utility identification and/or provide information to GROUND regarding the location(s) of
on-site utilities.
Groundwater level observations will be performed during drilling operations; test holes will be
backfilled upon drilling completion per Code of Colorado Regulations (2 CCR 402-2). In the
EXHIBIT ADocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
Daggett Lane Bridge over Gypsum Creek
Gypsum, Colorado
10/3/2022 Proposal No. 2209-1869 Page 4 of 8
event Eagle County desires additional/repeated groundwater level observations, GROUND
must be notified prior to proposal/agreement execution so that necessary revisions to the
scope and fee can be made.
A contractor who relies upon GROUND’s reporting for development of his scope of work or
cost estimates may find the geotechnical information to be inadequate for his purposes or find
the geotechnical conditions described to be at variance with his experience in the greater
project area. The contractor is responsible for obtaining the additional geotechnical
information that is necessary to develop his work scope and cost estimates with appropriate
precision.
Schedule
We propose to initiate the evaluation within 3 days of being given notice to proceed (i.e., receiving
a signed copy of this proposal). We anticipate that preliminary subsurface information will be
available within 4 to 6 weeks after notice to proceed, and the final report should be completed
approximately 6 to 8 weeks after notice to proceed. GROUND will attempt to adhere to this
schedule; this remains dependent, however, upon favorable weather conditions, site access and
buried utility locations. In any event, we will notify you of our progress and pertinent information,
as it becomes available.
Authorization
If you have any questions, concerns, or comments regarding this proposal, please contact
this office. If this proposal meets with your approval, please return a signed copy to this office
at which time we will sign and return an executed copy to you. This proposal is valid for 60
days.
EXHIBIT ADocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
Daggett Lane Bridge over Gypsum Creek
Gypsum, Colorado
10/3/2022 Proposal No. 2209-1869 Page 5 of 8
We appreciate this opportunity to work with you on this project.
Sincerely,
GROUND Engineering Consultants, Inc.
Ben Fellbaum, P.G., E.I.
Agreed to this ______ day of _________________________________________ , 2022
Eagle County by: ________________________________
________________________________
Please print name
GROUND Engineering Consultants, Inc. by: ________________________________
________________________________
Please print name
EXHIBIT A
6 October
Richard Davies
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
10/3/2022 Proposal No. 2209-1869 Page 6 of 8
FEE SCHEDULE – ENGINEERING SERVICES
All engineering services require a project-specific proposal.
FIELD INVESTIGATION ENGINEERING
Truck Mounted Drill Rig with 2-Man Crew Principal Engineer (hourly) $225
• Solid Stem Auger (hourly) $155 Senior Project Manager, Engineer, Geologist (hourly) $190
• Hollow Stem Auger (hourly) $175 Project Engineer, Geologist (hourly) $150
• Wireline Coring $230 Project Manager $130
• ODEX, Rotary Drilling $230 Field / Staff Engineer (hourly) $110
Track Mounted, All-Terrain, Limited Access Drill Rigs, Quote CAD Technician (hourly) $90
and Drill Rig Support Equipment Special Consultation/Expert Testimony, and Court Quote Water Truck, Support Truck, Hydro-Vac Truck (daily) $300 - $700 Appearance
Excavator / Backhoe Quote Mobilization Quote
Standby Time Hourly Rate Per Diem / M & IE GSA Rates
MISCELLANEOUS
Equipment Rental Cost + 20% Environmental Drilling, Sampling, Analysis Quote
Outside Laboratory Services Quote Personal Protective Equipment (PPE) Quote
Out-of-Town Living Expenses, Commercial Travel Quote Geotechnical Instrumentation, Vibration Monitoring,
Quote Costs, Equipment Rental, etc. Thermal Conductivity, and Resistivity
Pile Dynamic Analysis, Ground Penetrating Radar,
Quote
Retaining Wall Design, Shoring Design, Seepage
Quote Cross Hole Sonic Logging, Sonic Echo, Falling Weight Analysis, Slope Stability Analysis, and Crane Pad Analysis
Deflectometer
LABORATORY TESTING
Natural Density and Moisture Content $16.00 Permeability
Atterberg Limit $75.00 • Falling or Constant Head, 2-4" Diameter $300.00
Specific Gravity $105.00 • Triaxial Permeability $425.00
Relative Density $250.00 California Bearing Ratio, 1-Point $200.00
Gradation Analysis California Bearing Ratio, 3-Point $500.00
• All Standard Sieve to #200 Sieve $70.00 "R" Value $400.00
• Percent Less Than #200 Sieve $45.00 Resilient Modulus (per point) $1,000.00
• Gradation with Hydrometer $175.00 Los Angeles Abrasion Test $175.00
Swell-Consolidation $80.00 Soil Stabilization Mixture Analysis $3,500.00
Soil Suction $100.00 Soundness (Sodium) $350.00
Compaction – Standard or Modified Proctor $120.00 Fractured Faces Test $65.00
Unconfined Compressive Strength Flat or Elongated Particles $65.00
• Soil $65.00 Corrosivity Testing
• Rock $200.00 • Water-Soluble Sulfates $55.00
Direct Shear Strength (3-Point) • pH Test $55.00
• Quick Test $525.00 • Reduction/Oxidation Potential (Redox) $45.00
• Consolidated-Undrained $1,000.00 • Sulfide Content $60.00
• Consolidated-Drained Quote • Soil Resistivity (Direct Measurement Method) $50.00
Triaxial Shear • Soil Resistivity (Soil Box Method) $110.00
• Unconsolidated-Undrained (Quick Test) $1,000.00 • CDOT Suite (pH, Resistivity, Chlorides, and Sulfates) $245.00
• Consolidated-Undrained (R-Test) Quote • Eng. Suite (pH, Resistivity, Redox, and Sulfides) $230.00
• Consolidated-Drained (S-Test) Quote Organic Content $90.00
Time Consolidation $500.00
4E1
EXHIBIT ADocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
11
Eagle County General Services Final
EXHIBIT B
INSURANCE CERTIFICATE
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
INSR ADDL SUBR
LTR INSR WVD
DATE (MM/DD/YYYY)
PRODUCER CONTACT
NAME:
FAXPHONE
(A/C, No):(A/C, No, Ext):
E-MAIL
ADDRESS:
INSURER A :
INSURED INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
POLICY NUMBER
POLICY EFF POLICY EXPTYPE OF INSURANCE LIMITS(MM/DD/YYYY)(MM/DD/YYYY)
COMMERCIAL GENERAL LIABILITY
AUTOMOBILE LIABILITY
UMBRELLA LIAB
EXCESS LIAB
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
AUTHORIZED REPRESENTATIVE
INSURER(S) AFFORDING COVERAGE NAIC #
Y / N
N / A
(Mandatory in NH)
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
EACH OCCURRENCE $
DAMAGE TO RENTED $PREMISES (Ea occurrence)CLAIMS-MADE OCCUR
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $GEN'L AGGREGATE LIMIT APPLIES PER:
PRODUCTS - COMP/OP AGG $
$
PRO-
OTHER:
LOCJECT
COMBINED SINGLE LIMIT
$(Ea accident)
BODILY INJURY (Per person)$ANY AUTO
OWNED SCHEDULED BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
AUTOS ONLY
HIRED PROPERTY DAMAGE $AUTOS ONLY (Per accident)
$
OCCUR EACH OCCURRENCE $
CLAIMS-MADE AGGREGATE $
DED RETENTION $$
PER OTH-
STATUTE ER
E.L. EACH ACCIDENT $
E.L. DISEASE - EA EMPLOYEE $
If yes, describe under
E.L. DISEASE - POLICY LIMIT $DESCRIPTION OF OPERATIONS below
POLICY
NON-OWNED
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer any rights to the certificate holder in lieu of such endorsement(s).
COVERAGES CERTIFICATE NUMBER:REVISION NUMBER:
CERTIFICATE HOLDER CANCELLATION
© 1988-2015 ACORD CORPORATION. All rights reserved.
The ACORD name and logo are registered marks of ACORDACORD 25 (2016/03)
ACORDTM CERTIFICATE OF LIABILITY INSURANCE
Continental Casualty Company
Continental Insurance Company
Berkley Insurance Company
10/25/2022
USI Insurance Services, LLC
P.O. Box 7050
Englewood, CO 80155
800 873-8500
800 873-8500
den.certificate@usi.com
GROUND Engineering Consultants, Inc.
41 Inverness Drive East
Englewood, CO 80112
20443
35289
32603
37854462
A X
X
X
X X 6049524270 06/06/2022 06/06/2023 1,000,000
1,000,000
15,000
1,000,000
2,000,000
2,000,000
A
X
X X
X X 6049524284 06/06/2022 06/06/2023 1,000,000
B X X
X 10000
X X 6049524317 06/06/2022 06/06/2023 9,000,000
9,000,000
A
N
X 6049524298 06/06/2022 06/06/2023 X
1,000,000
1,000,000
1,000,000
C Professional and
Pollution Liab.
Claims Made
X AEC905520406 06/06/2022 06/06/2023 $2,000,000 per claim
$2,000,000 annl aggr.
As required by written contract or written agreement, the following provisions apply subject to the policy
terms, conditions, limitations and exclusions: The Certificate Holder and owner are included as Automatic
Additional Insured's for ongoing and completed operations under General Liability; Designated Insured under
Automobile Liability; and Additional Insureds under Umbrella / Excess Liability but only with respect to
liability arising out of the Named Insured work performed on behalf of the certificate holder and owner.
(See Attached Descriptions)
Eagle County
P.O. Box 850 500 Broadway
Eagle, CO 81631
1 of 2
#S37854462/M36089263
GROUNENG1Client#: 1083122
SACT
1 of 2
#S37854462/M36089263
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D
SAGITTA 25.3 (2016/03)
DESCRIPTIONS (Continued from Page 1)
The General Liability, Automobile Liability, Umbrella/Excess insurance applies on a primary and non
contributory basis. A Blanket Waiver of Subrogation applies for General Liability, Automobile Liability,
Umbrella/Excess Liability and Workers Compensation. The Umbrella / Excess Liability policy provides excess
coverage over the General Liability, Automobile Liability and Employers Liability.
Please note that Additional Insured status does not apply to Professional Liability or Workers'
Compensation.
Description of Operations: RE Project: Daggett Lane Bridge over Gypsum Creek, GROUND Project No. 22-6008
Additional Insured: Eagle County and its associated or affiliated entities, its successors and assigns,
elected officials, employees, agents and volunteers
2 of 2
#S37854462/M36089263
DocuSign Envelope ID: 258A661E-A218-4004-847A-25161274B80D