HomeMy WebLinkAbout23-32 Bohanna Huston Engineering Design Services Weld County Rd 20 & Coal Ridge Ditch Bridge Replacement 03-22-2023RESOLUTION NO.23-32
A RESOLUTION OF THE BOARD OF TRUSTEES OF THE TOWN OF
FIRESTONE, COLORADO, APPROVING AN AGREEMENT BETWEEN
THE TOWN OF FIRESTONE AND BOHANNAN HUSTON FOR
ENGINEERING DESIGN SERVICES PERTAINING TO THE WELD
COUNTY ROAD 20 AND COAL RIDGE DITCH BRIDGE REPLACEMENT
PROJECT
WHEREAS, the Town of Firestone ("Town") is in need of professional engineering design
services for the Weld County Road 20 and Coal Ridge Ditch Bridge Replacement Project (the
"Project'); and
WHEREAS, the Town published a request for proposals for such services for the Project;
and
WHEREAS, the Town has evaluated the proposals submitted in response to the request
for proposals, and finds that Bohannan Huston ("Bohannan") is the most qualified for the
professional services described in the request for proposals; and
WHEREAS, the Town finds that Bohannan has the expertise, qualifications, and
experience to perform the work and duties required for the Project, and desires to select Bohannan
for the request for proposals and to enter into an agreement with Bohannan to provide the services
as described in the scope of services, attached to the Professional Services Agreement as Exhibit
A.
NOW, THEREFORE, BE IT RESOLVED BY THE BOARD OF TRUSTEES OF
THE TOWN OF FIRESTONE, COLORADO:
The Professional Services Agreement between the Town of Severance and Bohannan
Huston is approved in substantially the same form as the copy attached hereto and made a part of
this Resolution, and the Mayor is authorized to execute the Agreement on behalf of the Town.
PASSED AND ADOPTED this Zday of MOYM 2023.
Frank A. Jimenez or Pro -Tern
ATTEST:
na Gonzalez, Deputy Town Clerk
APP OVE FORM:
William P. HayaKi, Town Attorney
AGREEMENT FOR PROFESSIONAL SERVICES
THIS AGREEMENT FOR PROFESSIONAL SERVICES (the "Agreement') is made and entered into
this � day of W10 2023 (the "Effective Date"), by and between the TOWN OF FIRESTONE,
a Colorado municipal corporation with an address of 9950 Park Avenue, Firestone, Colorado 80504 (the
"Town"), and Bohannan Huston an Independent Consultant with a principal place of business at 9785
Maroon Circle, Englewood, Colorado 80112 ("Consultant') (each a "Party" and collectively the "Parties").
WHEREAS, the Town requires professional services; and
WHEREAS, Consultant has held itself out to the Town as having the requisite expertise and
experience to perform the required professional services.
NOW, THEREFORE, for the consideration hereinafter set forth, the receipt and sufficiency of which
are hereby acknowledged, the Parties agree as follows:
SCOPE OF SERVICES
A. Consultant shall furnish all labor and materials required for the complete and prompt
execution and performance of all duties, obligations, and responsibilities which are described or reasonably
implied from the Scope of Services set forth in Exhibit A, attached hereto and incorporated herein by this
reference and known as: Weld County Road 20 and Coal Ridge Ditch Bridge Replacement S2022.9227.
B. A change in the Scope of Services shall not be effective unless authorized as an amendment
to this Agreement. If Consultant proceeds without such written authorization, Consultant shall be deemed to
have waived any claim for additional compensation, including a claim based on the theory of unjust
enrichment, quantum merit or implied contract. Except as expressly provided herein, no agent, employee, or
representative of the Town is authorized to modify any term of this Agreement, either directly or implied by a
course of action.
IL TERM AND TERMINATION
A. This Agreement shall commence on the Effective Date and shall continue until Consultant
completes the Scope of Services to the satisfaction of the Town or until terminated as provided herein.
B. Either Party may terminate this Agreement upon 30 days advance written notice. The Town
shall pay Consultant for all work previously authorized and completed prior to the date of termination. If,
however, Consultant has substantially or materially breached this Agreement, the Town shall have any
remedy or right of set-off available at law and equity.
III. COMPENSATION
In consideration for the completion of the Scope of Services by Consultant, the Town shall pay
Consultant based upon services rendered and billed in accordance with the rate schedule attached hereto
as Exhibit B, but in no event shall the total compensation exceed $284,269.80. This amount shall include all
fees, costs and expenses incurred by Consultant, and no additional amounts shall be paid by the Town for
Page 1 of 6
FIRESTONE
such fees, costs, and expenses. Consultant may submit periodic invoices, which shall be paid by the Town
within 30 days of receipt.
IV. PROFESSIONAL RESPONSIBILITY
A. Consultant hereby warrants that it is qualified to assume the responsibilities and render the
services described herein and has all requisite corporate authority and professional licenses in good
standing, required by law. The work performed by Consultant shall be in accordance with generally accepted
professional practices and the level of competency presently maintained by other practicing professional
firms in the same or similar type of work in the applicable community. The work and services to be performed
by Consultant hereunder shall be done in compliance with applicable laws, ordinances, rules and regulations.
B. The Town's review, approval or acceptance of, or payment for any services shall not be
construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of
the performance of this Agreement.
C. Because the Town has hired Consultant for its professional expertise, Consultant agrees not
to employ Sub -Consultants to perform any work except as expressly set forth in the Scope of Services.
V. OWNERSHIP
Any materials, items, and work specified in the Scope of Services, and any and all related
documentation and materials provided or developed by Consultant shall be exclusively owned by the Town.
Consultant expressly acknowledges and agrees that all work performed under the Scope of Services
constitutes a "work made for hire." To the extent, if at all, that it does not constitute a "work made for hire,"
Consultant hereby transfers, sells, and assigns to the Town all of its right, title, and interest in such work. The
Town may, with respect to all or any portion of such work, use, publish, display, reproduce, distribute, destroy,
alter, retouch, modify, adapt, translate, or change such work without providing notice to or receiving consent
from Consultant.
If the Town reuses or makes any modification to Consultant's designs, documents or work product
without the prior written authorization of Consultant, the Town agrees, to the fullest extent permitted by law,
to release the Consultant, its officers, directors, employees and sub -consultants from all claims and causes
of action arising from such uses, and shall indemnify and hold them harmless from all costs and expenses,
including the cost of defense, related to claims and causes of action to the extent such costs and expenses
arise from the Town's modification or reuse of the documents.
The Town expressly acknowledges and agrees that the documents and data to be provided by
Consultant under the Agreement may contain certain design details, features and concepts from the
Consultant's own practice detail library, which collectively may form portions of the design for the Project, but
which separately, are, and shall remain, the sole and exclusive property of Consultant. Nothing herein shall
be construed as a limitation on the Consultant's right to re -use such component design details, features and
concepts on other projects, in other contexts or for other clients.
VI. INDEPENDENT CONSULTANT
Page 2 of 6
FIRESTONE
OL
Consultant is an independent Consultant. Notwithstanding any other provision of this Agreement, all
personnel assigned by Consultant to perform work under the terms of this Agreement shall be, and remain
at all times, employees or agents of Consultant for all purposes. Consultant shall make no representation
that it is a Town employee for any purposes.
VII. INSURANCE
A. Consultant agrees to procure and maintain, at its own cost, a policy or policies of insurance
sufficient to insure against all liability, claims, demands, and other obligations assumed by Consultant
pursuant to this Agreement. At a minimum, Consultant shall procure and maintain, and shall cause any Sub -
Consultant to procure and maintain, the insurance coverages listed below, with forms and insurers acceptable
to the Town.
Worker's Compensation insurance as required by law.
2. Commercial General Liability insurance with minimum combined single limits of $1,000,000
each occurrence and $2,000,000 general aggregate. The policy shall be applicable to all premises
and operations and shall include coverage for bodily injury, broad form property damage, personal
injury (including coverage for contractual and employee acts), blanket contractual, products, and
completed operations. The policy shall contain a severability of interests provision, and shall include
the Town and the Town's officers, employees, and Consultants as additional insureds. No additional
insured endorsement shall contain any exclusion for bodily injury or property damage arising from
completed operations.
3. Professional liability insurance with minimum limits of $1,000,000 each claim and
$2,000,000 general aggregate.
B. Such insurance shall be in addition to any other insurance requirements imposed by law.
The coverages afforded under the policies shall not be canceled, terminated or materially changed without
at least 30 days prior written notice to the Town. In the case of any claims -made policy, the necessary
retroactive dates and extended reporting periods shall be procured to maintain such continuous coverage.
Any insurance carried by the Town, its officers, its employees or its Consultants shall be excess and not
contributory insurance to that provided by Consultant. Consultant shall be solely responsible for any
deductible losses under any policy.
C. Consultant shall provide to the Town a certificate of insurance as evidence that the required
policies are in full force and effect. The certificate shall identify this Agreement.
Vill. INDEMNIFICATION
A. Consultant agrees to indemnify and hold harmless the Town and its officers, insurers,
volunteers, representative, agents, employees, heirs and assigns from and against all claims, liability, damages,
losses, expenses and demands, including attorney fees, on account of injury, loss, or damage, including
without limitation claims arising from bodily injury, personal injury, sickness, disease, death, property loss or
damage, or any other loss of any kind whatsoever, which arise out of or are in any manner connected with
this Agreement if such injury, loss, or damage is caused in whole or in part by, the act, omission, error,
professional error, mistake, negligence, or other fault of Consultant, any Sub -Consultant of Consultant, or
Page 3 of 6
i ._
FIRESTONE
L
any officer, employee, representative, or agent of Consultant, or which arise out of a worker's compensation
claim of any employee of Consultant or of any employee of any Sub -Consultant of Consultant. Consultant's
liability under this indemnification provision shall be to the fullest extent of, but shall not exceed, that amount
represented by the degree or percentage of negligence orfault attributable to Consultant, any Sub -Consultant of
Consultant, or any officer, employee, representative, or agent of Consultant or of any Sub -Consultant of
Consultant.
B. If Consultant is providing architectural, engineering, surveying or other design services under
this Agreement, the extent of Consultant's obligation to indemnify and hold harmless the Town may be
determined only after Consultant's liability or fault has been determined by adjudication, alternative dispute
resolution or otherwise resolved by mutual Agreement between the Parties, as provided by C.R.S. § 13-50.5-
102(8)(c).
IX. WORKER WITHOUT AUTHORIZATION
A. Certification. By entering into this Agreement, Consultant hereby certifies that, at the time of
this certification, it does not knowingly employ or contract with a worker without authorization, as that term is
defined in C.R.S. § 8-17.5-101(9), as amended, who will perform work under this Agreement and that
Consultant will participate in either the E-Verify Program administered by the United States Department of
Homeland Security and Social Security Administration or the Department Program administered by the
Colorado Department of Labor and Employment to confirm the employment eligibility of all employees who
are newly hired to perform work under this Agreement.
B. Prohibited Acts. Consultant shall not knowingly employ or contract with a worker without
authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended, to perform work under this
Agreement, or enter into a contract with a Sub -Consultant that fails to certify to Consultant that the Sub -
Consultant shall not knowingly employ or contract with a worker without authorization, as that term is defined
in C.R.S. § 8-17.5-101(9), as amended, to perform work under this Agreement.
C. Verification
1. If Consultant has employees, Consultant has confirmed the employment eligibility of all
employees who are newly hired to perform work under this Agreement through participation in either
the E-Verify Program or the Department Program.
2. Consultant shall not use the E-Verify Program or Department Program procedures to
undertake pre -employment screening of job applicants while this Agreement is being performed.
3. If Consultant obtains actual knowledge that a Sub -Consultant performing work under this
Agreement knowingly employs or contracts with a worker without authorization, as that term is
defined in C.R.S. § 8-17.5-101(9), as amended, who is performing work under this Agreement,
Consultant shall: notify the Sub -Consultant and the Town within 3 days that Consultant has actual
knowledge that the Sub -Consultant is employing or contracting with a worker without authorization,
as that term is defined in C.R.S. § 8-17.5-101(9), as amended, who is performing work under this
Agreement; and terminate the subcontract with the Sub -Consultant if within 3 days of receiving the
notice required pursuant to subsection 3 hereof, the Sub -Consultant does not stop employing or
contracting with the worker without authorization who is performing work under this Agreement;
Page 4 of 6
FIRESTONE
except that Consultant shall not terminate the subcontract if during such 3 days the Sub -Consultant
provides information to establish that the Sub -Consultant has not knowingly employed or contracted
With a worker without authorization, as that term is defined in C.R.S. § 8-17.5-101(9), as amended,
who is performing work under this Agreement.
D. Duty to Comply with Investigations. Consultant shall comply with any reasonable request by
the Colorado Department of Labor and Employment made in the course of an investigation conducted
pursuant to C.R.S. § 8-17.5-102(5)(a) to ensure that Consultant is complying with the terms of this Agreement.
X. CHANGE ORDERS
A. A Change Order is a written instrument issued after execution of the Agreement signed by
Town and Contractor, stating their Agreement, as applicable, upon all of the following:
a. The scope of the change in the Work;
b. The amount of the adjustment to the Contract Price; and
c. The extent of the adjustment to the Contract Times(s).
B. All changes in the Work authorized by applicable Change Order shall be performed under
the applicable conditions of the Contract Documents. Town and Contractor shall negotiate
in good faith and as expeditiously as possible the appropriate adjustment such changes.
XI. MISCELLANEOUS
A. Governing Law and Venue. This Agreement shall be governed by the laws of the State of
Colorado, and any legal action concerning the provisions hereof shall be brought in Weld County, Colorado.
B. No Waiver. Delays in enforcement or the waiver of any one or more defaults or breaches of
this Agreement by the Town shall not constitute a waiver of any of the other terms or obligation of this
Agreement.
C. Integration. This Agreement constitutes the entire Agreement between the Parties,
superseding all prior oral or written communications.
D. Third Parties. There are no intended third -party beneficiaries to this Agreement.
E. Notice. Any notice under this Agreement shall be in writing, and shall be deemed sufficient
when directly presented or sent pre -paid, first class United States Mail to the Party at the address set forth
on the first page of this Agreement.
F. Severability. If any provision of this Agreement is found by a court of competent jurisdiction
to be unlawful or unenforceable for any reason, the remaining provisions hereof shall remain in full force and
effect.
G. Modification. This Agreement may only be modified upon written Agreement of the Parties.
Page 5 of 6
FIRESTONE
f 0 L 0 X e D 0
H. Assignment. Neither this Agreement nor any of the rights or obligations of the Parties shall
be assigned by either Party without the written consent of the other.
I. Governmental Immunity. The Town and its officers, attorneys and employees, are relying
on, and do not waive or intend to waive by any provision of this Agreement, the monetary limitations or any
other rights, immunities or protections provided by the Colorado Governmental Immunity Act, C.R.S. § 24-
10-101, et seq., as amended, or otherwise available to the Town and its officers, attorneys or employees.
J. Rights and Remedies. The rights and remedies of the Town under this Agreement are in
addition to any other rights and remedies provided by law. The expiration of this Agreement shall in no way
limit the Town's legal or equitable remedies, or the period in which such remedies may be asserted, for work
negligently or defectively performed.
K. Sublect to Annual Appropriation. Consistent with Article X, § 20 of the Colorado Constitution,
any financial obligation of the Town not performed during the current fiscal year is subject to annual
appropriation, shall extend only to monies currently appropriated, and shall not constitute a mandatory
charge, requirement, debt or liability beyond the current fiscal year.
L. Representative Authority. Each person signing this Agreement represents and warrants that
he or she is duly authorized and has the legal capacity to execute the Agreement.
IN WITNESS WHEREOF, the Parties have executed this Agreement as of the Effective Date.
ATTEST:
Miri una Gonzalez, Deputy Town Clerk
COLORADO
Frank A. Jimenez, MayDWro-Tem
CONSULTANT: BOHANNAN HUSTON
M
Page 6 of 6
FIRESTONE
Exhibit A
WCR 20 Bridge Replacement
Detailed Scope of Work
The following duties shall be performed by the S during the term of their agreement with the Town of
Firestone:
The design of the replacement of the Weld County Road 20 Bridge over the Coal Ridge Ditch structure
and all associated elements of the bridge. The scope of work for this project includes the steps to
achieve the complete design of the structure.
1. General
1.1. Project Management
The project management team shall consist of the Town of Firestone Project Manager, also
referred to by CDOT as the Resident Engineer and the Consultant Project Manager.
1.2. Project Communication and Billing
1.2.1. The regular working contact will be between the Town of Firestone Project Manager
and the consultant Project Manager. Consultant Project Manager and the Town Project
Manager shall provide each other with copies of pertinent written communications.
1.2.2. Consultant Project Manager shall provide the Town Project Manager with periodic
project updates and reports, monthly billings, and minutes of all meetings on a routine
basis
1.3. Project Coordination
1.3.1. Responsibilities of Consultant
1.3.1.1. Consultant shall be responsible for planning and holding meetings, identifying
potential problems, assisting with, but not entirely responsible for, keeping the
Town up to date with all Local agency deliverables needed to acquire CDOT
approval and federal funding (keep up with forms and requirements).
1.3.1.2. Consultant shall coordinate with Coal Ridge Ditch company and call all their
meetings together, submitting and filing all required paperwork.
1.3.1.3. Consultant shall be responsible for planning and holding meetings with CDOT,
filling out all required paperwork, and required communication with the CDOT
1.4.Schedule Preparation, Tracking, and Coordination
1.4.1. Consultant shall prepare a schedule and see to it that is followed. Consultant shall give
the Town of Firestone sufficient prior notice of any situation that would change the
project schedule.
1.4.2. Deliverables
Project Schedule
1.5. Project, Stakeholder, and Public Meetings
Bi-weekly progress meetings shall be arranged and conducted by the consultant to review the
following:
• Latest Project developments
• Activities required to be completed since the last meeting
• Coordination and tracking of work effort
• Problems encountered/anticipated and resolution/potential solutions
• Project schedule update
• Action Items
• Coordination required with other agencies
• Revised Construction Cost Estimate
These meetings shall coincide with important project milestones; However, the type and
number of meetings, documents, etc shall depend on the category and characteristics of the project
work. It is anticipated that the following meetings will be required:
• Structure Selection Report
• Design Scope Review/Kickoff Meeting
• FIR Meeting
• FOR Meeting
• Meetings with Coal Ridge Ditch Company
• Utility Coordination meetings
Project meeting minutes shall be completed and provided to the Project Manager within five (S) working
days of the actual meeting. When a definable task is discussed during a meeting, the minutes shall
identify the "Action Item", the party responsible for accomplishing it, and the proposed completion
date.
2. Project Start -Up
2.1. Design Scope Review/Kickoff Meeting
Before the meeting, the consultant shall provide the following:
• Kickoff meeting agenda
• Develop questions for the Town
• Develop a list of documents or data to be requested from the Town and from CDOT
2.1.1. Deliverables
• Kick-off Meeting minutes with Action items
2.2. Development of Project Standards and Design Criteria
2.2.1. Design Criteria: The consultant shall develop project standards and guidance documents
based on their review of the project site and in coordination with the CDOT standards
2.2.2. According to a Town -developed masterplan, the proposed structure width shall
accommodate a future widened 4-lane roadway. However, construction plans shall
maintain the existing 2 lane roadway as part of this project.
2.2.3. Deliverables: Design Criteria Memo
2.3. Municipality, Utility, Stakeholder, and Public Notification List
2.3.1. Deliverables: Property Owner/Stakeholder List (Excel Format)
2.4. Right of Entry (ROE)
2.4.1. CDOT Right -of -Entry Forms shall be used to notify landowners
2.4.2. Need to Verify Coal Ridge Ditch Company
2.5. Utility Coordination
2.5.1. The consultant shall be responsible for coordinating with the utility companies for
conflict resolutions and utility relocations.
3. Data Collection
3.1. Site Visit (Included with kickoff meeting)
3.1.1. Field visit to verify the scope of work. The scope may change at this stage.
3.2. Geotechnical Data
3.2.1. Consultant shall acquire all geotechnical information required for a complete design
3.2.2. Geotechnical investigation shall include pavement design recommendations
3.3.Subsurface Utility Engineering (SUE) in accordance with state regulations
3.4.CDOT Clearances
The consultant shall initiate this process with CDOT to obtain all clearances needed for
construction:
• Environmental
• Right of Way (ROW)
• Utility
• All others required
3.4.1. The consultant shall initiate this process with Coal Ridge Ditch Company to obtain all
clearances needed for construction.
3.5.Initial Survey
3.5.1. The consultant shall prepare plans for submittal and the survey shall be performed
under the direct supervision of and sealed by a Licensed Professional Land Surveyor
(PLF) in the State of Colorado
3.5.2. Deliverables: Land Survey Control Diagram and Topographic Exhibit
4. Field Inspection Review (FIR) Plans
4.1. WCR 20 traffic counts shall be provided by the Town of Firestone
4.2. FIR Preliminary Plan Set
4.2.1. A CDOT-format Structure Selection Report (SSR) shall be developed by the consultant
through design discussions with the Town.
4.2.2. The consultant shall develop FIR -level plans (60 % level) using CDOT Drawing Standards
to complete an on -site review of preliminary construction plans. The replacement plans
shall be based on established project design criteria. The plans shall include preliminary
structure replacement plans, preliminary roadway improvement plans inclusive of
stormwater management for the mainline and connecting roadway (if applicable), and
construction phasing plans inclusive of traffic control. Necessary variances and design
decisions shall be identified with justification and concurrence by the Town of Firestone.
4.2.3. Deliverables
• Structure Selection Report
• FIR Preliminary Plans
• Index of anticipated CDOT Standards Specifications and Special Project Provision
and Specifications
• Quality Assurance Review Certification Memo
4.3. FIR Meeting
4.3.1. The FIR plan package shall be submitted to the Town for review prior to the meeting. A
meeting agenda shall be prepared and submitted to the Town prior to the meeting.
Consultant shall conduct a project review meeting with the Town Resident Engineer,
CDOT presentative, and consultant team.
4.3.2. Deliverables
• FIR Meeting Minutes
4.4. Quality Control Review and Audit
4.4.1. Consultant shall perform a quality review and audit on the deliverables package before
submission to the Town, CDOT, and related project stakeholders.
4.5. Local Agency (LA) Requirements
4.5.1. The consultant shall work with Town regarding all local agency clearances and other
requirements to submit prior to the following Final Office Review (Phase 5). All
clearances shall be completed and sighed by a CDOT representative during this phase.
5. Final Office Review (FOR) Construction Documents
5.1. FOR Deliverable Package
5.1.1. The consultant shall develop FOR -level Construction Documents (90% level) to complete
an office review of the plan, details, specifications, cost estimates, and other elements
pertinent to the final design. Design decisions and variances shall be finalized at this
phase and submitted for final review prior to 100% construction documents.
5.1.2. Deliverables
• FOR Final Construction Plans
• Final Project Special Provisions and Specifications
• Final Opinion of Engineer's Estimate
• Local Agency Clearance letters and other required forms
• Utility Plans
• ROW Plans
• Stormwater Management Plans
5.2. FOR Meeting
5.2.1. The FOR submittal package shall be submitted to the Town for review prior to the
meeting. The meeting agenda shall be prepared and submitted to the Town prior to the
meeting. The consultant shall conduct the final project review meeting with the Town
representative, CDOT representative, and consultant team.
5.2.2. Deliverables:
• FOR Meeting Minutes
5.3. Quality Control Review and Audit
5.3.1. The consultant shall perform a quality review and audit of the deliverable package
before submission to the Town, CDOT, and related project stakeholders.
6. Design Phase Completion (100% CD)
6.1. Revise Construction Documents from FOR Meeting
6.1.1. The original plan sheets and specifications shall be revised per the 90% design review
meeting comments and submitted to the Town
6.2. Revise and Amend Final Reports
6.2.1. The consultant shall finalize and procure copies of the final reports and submit to the
Town.
6.3. Revise and Finalize Rehabilitation Exceptions and Variances
6.3.1. Finalize and procure copes of variances, design decisions, and variance approvals
6.4. Coal Ridge Ditch Company Exhibits and Potential Agreements
6.5. Quality Assurance/Quality Control (O.A/QC) Review and Audit
6.6. Review Design Phase Completion (100% CDs)
6.7. Review Audit and Certification Memo
6.8. Deliverables
6.8.1. Construction Plan Package
• Revised Final Plans
• Project Standards and special provisions
• Final Opinion of probable cost
• Final bid schedule
6.8.2. Final Engineering Package (In accordance with CDOT Structure submittal requirements)
• Project Calculations or worksheets
• Copies of variances, design decisions, and variance approvals
7. Bidding Assistance
7.1.The consultant shall work with Firestone Staff to assemble front-end bid documents. These
documents shall be included with the project specifications and construction drawings
prepared during the design phase.
7.2.The consultant shall attend one pre -bid meeting. It is anticipated this meeting will be held in
the field for prospective contractors.
7.3. The consultant will work with the Town to prepare answers to questions during the bidding
phase
8. Engineering services during construction
Scope and fee for these services including RFI review/response, construction submittal review, shop
drawing review, construction observation site visits, precast structure fabrication inspection, etc.
shall be included in this scope.
9. Additional Services
9.1. Design Additional Services
These services shall cover any additional work items that arise during the design phase of the
project. The services shall be requested in writing by the Town of Firestone that fall within the
budge amount shown in the Proposal fee and Manhour estimate for approximately $20,000.
Exhibit B
Bohannan . Huston
Engineering
Spatial Data
Advanced Technolpgles WCR20ICoal Ridge Ditch Bridge Replacement
Firestone, CO
Proposal Fee and Manhour Estimate
REV February 22, 2023
Concrete Box Culvert Option
Task
Total BHI Labor
Hm
Direct Costs
including
SubConsultants
Total Project Cost
1
General/Pro%act Control
135.0
$ 200.00
S 29,315.00
Project Management (incid. Communication and Billings)
35.0
$ 8.625.00
Project Meetings
100.0
$ 200.00
$ 20,690.00
2
Project Start-up
65.0
$ 150.00
$ 11,670.00
Kick -Off
28.0
$ 5000
$ 4,790.00
Prcjed Standards and Design Criteria Memo
14.0
$ -
$ 2,675.00
Pmject Nottfications/ROE/Initial Utility Coordination
25.0
$ 100.00
$ 4,205.00
3
Data Collectlon
205.0
$ 50.019.80
$ 78,574.80
Initial Site VistWngineenng Research
18.0
$ 50.00
$ 3,030.00
Geotechnical Investigation and Report
8.0
$ 19,178.80
$ 21,218.80
Pavement Design
1 5.0
$ 4,000.00
$ 4,855.00
Design Survey and Mapping(including utility locates)
166.0
$ 2,360.00
$ 23,420.00
Environmental Investigation and Permitting
8.0
$ 24,431.00
$ 26,051.00
4
Field Inspection Review (FIR) Plans
320.0
$
$ 51,975.00
Structural Selection Report and Review Meeting
60.0
-
12,705.00
FIR Preliminary Plan Set and Review Meeting
240.0
39, 270.00
5
FInal Once Review (FOR) Construction Documents
310.0
$ -
$ 50,790.00
6
Design Phase Completion (100•/ COI
40.0
$ -
$ 6.390.00
7
Bidding Assistance
42.0
$ 50.00
$ 7,415.00
8
Construction Administration Support
120.0
$ 500.00
$ 20,840.00
Subtotal
1,2371
$ 50,919.80
1$ 256,969.80
9
Additional Services:
9.1
Title Research
3.0
$ 4,310.001
$ 5,000.00
9.2
Legal Exhibits/Pmperty Descriptions (one)
16.0
$ -
I $ 2,300.00
9.3
Additional Design Be
1
1
$ 20.000.00
TOTAL
$ 284,269.80
Bohannan _ Huston
Engineenng
Spatial Data
Advanced TaOnolcgies WCR20ICoal Ridge Ditch Bridge Replacement
Firestone, CO
Proposal Fee and Manhour Estimate
REV February 22, 2023
ASSUMPTIONS:
1 Includes 25 Bi-Weekly Project Meetings
2 Includes 4 Stakeholder Meetings
3 Geotechnical Investigation includes 2 bores
4 Include CDOT M-E Pavement Design
5 Structural Selection report includes 2 options - Bridge and CBC
6 Above fee is based on CBC - bridge design fee can be negotiated if determined to be the preferred option
7 Aesthetic design components are not Included
8 COOT Standard CBC Design will not be applicable - Design will be required
9 Road Closure and Detour will be allowed
10 Hydraulic design flow will be provided by Ditch Company
11 Floodplain modeling is not included
12 1-D HEC-RAS model will be sufficient
13 Preliminary and Final Design include scour protection design.
The following environmental items will not be required or CDOT will be responsible for clearances: Air Quality, Noise, Non-
14 historic Section 4(f) Resources, Section 6(f), Archaeology, and Paleontology.
EXCLUSIONS:
1 Vesting Documents & Property Acquisition Services
2 Utility Potholes
3 Sidewalk or Trail design
4 Embankment or retaining wall design beyond structure
5 CLOMR/LOMR
6 Public or Board Meetings Presentation or Attendance
7 Permitting fees
8 Full time Construction Management
9 Construction Inspection
10 Material Testing