Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC15-217 Schmueser Gordon Meyer, Inc. First AmendmentFIRST AMENDMENT TO AGREEMENT BETWEEN
EAGLE COUNTY, COLORADO
AND
SCHMUESER GORDON MEYER, INC. FOR
PROFESSIONAL DESIGN SERVICES FOR
CEDAR DRIVE ROAD IMPROVEMENT
T S FIRST AMENDMENT ("First Amendment") is effective as of the �� day of
2015 by and between Schmueser Gordon Meyer, Inc. a Colorado corporation
(herei fter "SGM", "Consultant" or "Contractor") and Eagle County, Colorado, a body
corporate and politic (hereinafter "County").
RECITALS
WHEREAS, County and Consultant entered into an agreement dated the 30th day of April, 2013,
for certain Services (the "Original Agreement"); and
WHEREAS, the Original Agreement contemplated that the Consultant would perform certain
duties with compensation in an amount not to exceed $124,705; and
WHEREAS, County and Consultant desire by this First Amendment to expand the scope of
Services and compensation as set forth in the Original Agreement.
FIRST AMENDMENT
NOW THEREFORE, in consideration of the foregoing and the mutual rights and obligations as
set forth below, the parties agree as follows:
1. The Original Agreement shall be amended to include Additional Services as
described in Exhibit 1, which is attached hereto and incorporated herein by reference.
2. The compensation for the additional Services set forth in Exhibit 1 shall not exceed
$105,582 or a total maximum compensation under the Original Agreement and this
First Amendment of $230,287. Consultant shall bill for its time on an hourly basis as
set forth in Exhibit 2 subject to the not to exceed amount set forth herein.
Capitalized terms in this First Amendment will have the same meaning as in the
Original Agreement. To the extent that the terms and provisions of the First
Amendment conflict with, modify or supplement portions of the Original Agreement,
the terms and provisions contained in this First Amendment shall govern and control
the rights and obligations of the parties.
4. Except as expressly altered, modified and changed in this First Amendment, all terms
and provisions of the Original Agreement shall remain in full force and effect, and are
hereby ratified and confirmed in all respects as of the date hereof.
5. This First Amendment shall be binding on the parties hereto, their heirs, executors,
successors, and assigns.
IN WITNESS WHEREOF, the parties hereto have executed this First Amendment to the Original
Agreement the day and year first above written.
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its BOARD OF
COUNTY.COMMISSIONERS r
,fi l B
* Kathy andler-Henry, Chair
Attest:
By:
Teak J. Simonton, Clerk to the Board
SCHMUESER GORDON MEYER, INC.
By: 1
Print Name:
Title:
State of )
County o )
The forego' instru ent was acknowledged before me this da of Z , 20 b
g g g Y L y
its `'V J of
Schmueser Gordo6 Meyer, Inc.
a
My commission expires: - 2C
r
IM Ao
r
T Notary Public
STATE OF COUWAM
N C?T
2
Eagle County Am Scope and Comp Final 5/14
EXHIBIT I
Cedar Drive (CDOT 18265)
Construction Management Services
Scope of Work- Additional Services
The scope of work for this proposal is to provide technical and engineering support, construction
management, and QA/QC testing, in support the Eagle County staff for the Cedar Drive
construction project (hereinafter the "Work", "Additional Services" or "Services"). A Man-hour
estimate has been compiled for budgetary purposes, but work shall not exceed this budget
without prior written approval of Eagle County.
Work could consist of any of the following activities for the project: construction management
and inspection, QA/QC, construction staking, public involvement, structural analysis,
coordination of utility relocations, geotechnical engineering, environmental studies and
assessments, construction phasing plans as well as any coordination with Eagle County, CDOT
and affected communities. SGM is providing the Monumentation of the Right -of -Way through
the current Design Contract with Eagle County.
The work products may consist of daily diaries and documentation that meet the CDOT standard
for Local Agency projects.
Task 1.0 Project Management and Coordination
1.1 Construction Meetings. SGM, Eagle County and the Contractor will meet at least
once per week to coordinate the work effort, resolve problems, update the
schedule, and determine information or items required from other agencies.
1.3 Progress Reports and Billings. Progress reports and billings will be submitted on
a monthly basis to the County Project Manager and will include a billing
summary with total percent billed for each task.
Task 2.0 Construction Management Support
Provide the County with the following support.
2.1 - Construction Coordination: Regularly scheduled weekly or as -needed meetings
will be conducted with the Contractor and other involved parties to review,
update, and coordinate construction activities. Weekly meetings will include a
review of issues which are impacting progress, the cost to complete the work, and
significant situations encountered related to the construction of the Project.
Communicate with project partners; Eagle County and CDOT.
2.2 Review of Contractor's Traffic Control Plan: During construction, monitor the
Contractor's approved traffic control plan for implementation of traffic signing,
barriers, and other traffic control measures. Relocations and adjustments to
detours will be coordinated with the Contractor, County, and other impacted
agencies.
2.3 Review of Construction for Conformance with Plans and Specifications: Monitor
the Contractor's construction activities with respect to the contract documents and
relevant schedule submittals governing the performance of the work. Resolve
construction problems and/or recommend action for their resolution, as they relate
to changed field conditions or conflicts in the contract documents. Coordinate
with the County Engineer and designer during construction for implementation of
revisions to the plans as may be required.
2.4 Processingof f Shop/Working Drawings Submitted by the Contractor:
Submittals, design drawings, shop drawings, materials, and test procedures
received from the Contractor will be forwarded to appropriate design personnel
and/or the Consultant designer of record for review and approval. Approved
drawings will be returned to the Contractor, as well as a copy retained for use
during the remainder of the project.
2.5 Periodic Quality Control Inspection: Perform periodic quality control
observations of construction activities to document construction activities
performed and assessment of conformance with the contract documents.
Inspection items will include excavation, backfill, and compaction operations;
concrete placement; micropiles; paving; drainage; utilities; guardrail replacement;
structures; signing and striping; landscaping; and traffic control installations.
2.6 Quantity Control: Provide the Contractor and the County monthly quantities prior
to the preparation of the pay estimate.
2.7 Pay Request Documentation: Track billings in accordance with the requirements
from project funding sources. Provide report on D -B Act wage compliance, work
force, materials and equipment on-site and any other workplace or billing
compliance issues in a accurate and timely manner.
2.8 Project Documentation: Maintain daily diaries, prepare inspectors progress
reports, and complete appropriate paperwork and forms with inspection and
testing.
2.9 Change Orders: Prepare project change orders and minor contract revisions at the
direction of the County Engineer. In no event will Consultant modify the
Construction Contract Time or Price without advance written approval of County
and CDOT, if required.
2.10 Materials Testing: Materials testing will be directed and scheduled to assess the
contractor's compliance with the requirements of the contract documents. Testing
reports will be submitted to CDOT as part of a Form 250 at the conclusion of the
project.
The Consultant Tester shall follow the guidelines stated on the current CDOT
Field Materials Manual. The Consultant Tester shall be permanently assigned to
the project and have obtained the requirements set forth in the current CDOT
Field Materials Manual CP -10. All certifications will be made available to the
County Engineer.
The Consultant Tester shall provide and have available the following equipment
in sufficient quantity and in good working order to ensure accurate performance
of all work required in a timely manner:
1. Nuclear Asphalt Content Gauge and/or extraction equipment and solvents
2. Nuclear Moisture -Density Gauge
3. Concrete air meter, slump cone, and other concrete testing equipment
4. 12 inch sieves for aggregate and soil gradations
5. Electronic scales
6. Sample containers and small tools
7. Proctor equipment for soil curves and one point tests
8. Atterberg, Rice value, and Sand Equivalent equipment
9. Concrete cylinder molds meeting AASHTO requirements, except that paper
molds shall not be used and plastic molds shall not be reused.
10. All equipment necessary for properly performing the required soils, asphalt
and concrete tests
2.11 Construction Survey: Provide construction staking as per the Survey
Tabulation Sheet and as directed by the County.
3.0 Post Construction Support
3.1 Completion Inspection and Punch List: Conduct a final inspection with the
Contractor upon substantial completion. The result of this inspection is the
development of a punch list of remaining and/or outstanding work to be
performed by the Contractor prior to final project acceptance. Completion
Inspection and Punch -List shall be performed in accordance with the requiremetns
of the Contract Documents between County and its contractor.
3.2 As -Construction Drawings: Review for completeness full sized as -constructed
drawings submitted by Contractor.
3.3 Completion Inspection and Close -Out: Following the completion of all punch list
items by the Contractor, conduct a final inspection with representatives from the
Contractor, to confirm the completion of all work. The result of this inspection
will constitute final project acceptance and initiation of the Contractor's warranty
period for the work, if any. Completion Inspection and Close -Out shall be
performed in accordance with the requirements of the Contract Documents
between County and its contractor.
Deliverables generated during the project will include the following and will be submitted
throughout the duration of the project, or at specific dates commensurate with the deliverable:
• Project correspondence generated and received during the project.
• Test reports and certifications.
• Monthly consultant progress pay estimates.
• Check survey results.
• Construction management records placed in three ring binder (plus electronic copies)
including minutes of meetings, project diary, inspection reports, contract modification
orders, and other compliance documentation as prepared during the course of
construction in accordance with CDOT form 1243 requirements for the project partners.
• Review comments on "as -constructed" plans.
In no event will Consultant modify the Construction Contract Time or Price without advance
written approval of County and CDOT, if required.
2013 Task Order 01 Page 4 of 4 5/5/2015^^ 21QO15
Exhibit 2
SGM ESTIMATED BY: Dan Cokley
PROJECT: Cedar Drive - 18265 DATE: 5/6/2015
CLIENT: Eagle County REVISION: 0
TOTAL COST $105 582.00
t Date: 5/6/2015 Page 1 of 3 SGM Confidential
1 PM *Project Manager
Dan Cokle
$145.00
112
$16,240.00
2 CT **Construction Technician
Blaine Wright
$105.00
720
$75,600.00
*Assumes 16 week construction time
period
**Assumes 45 hr work weeks
Subtotal
832
$91,840.00
«_
mg�.®-
1 GRD QC - Material Testin
Ground En ineerin
M$3242.00
SubtotalCM
as a percent of construction cost estimate
10.2%
Other Direct Costs
TOTAL COST $105 582.00
t Date: 5/6/2015 Page 1 of 3 SGM Confidential