Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC24-123 Schmueser Gordon Meyer dba SGM
AGREEMENT FOR PROFESSIONAL SERVICES
BETWEEN EAGLE COUNTY, COLORADO
AND SGM, INC.
THIS AGREEMENT (“Agreement”) is effective as of _________________ by and between SGM, Inc. a
Colorado Corporation (hereinafter “Contractor” or “Consultant”) and Eagle County, Colorado, a body
corporate and politic (hereinafter “County”).
RECITALS
WHEREAS, Eagle County requires engineering services for the design of safety improvements related to
the ECO Trails Wetlands Boardwalk located within the Eagle County Horn Ranch Open Space located at
23901 U.S. Highway 6, Wolcott, CO 81655 (the “Property” or “Properties”); and
WHEREAS, Consultant 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 Consultant and County in connection
with the Services.
AGREEMENT
NOW, THEREFORE, in consideration of the foregoing and the following promises Consultant and
County agree as follows:
1. Services. Consultant agrees to diligently provide all services, labor, personnel, and materials
necessary to perform and complete the services described in Exhibit A (“Services”) 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. Consultant agrees to furnish the Services no later than May 31, 2024 and in accordance
with the schedule established in Exhibit A. If no completion date is specified in Exhibit A, then
Consultant agrees to furnish the Services in a timely and expeditious manner consistent with the
applicable standard of care. By signing below Consultant 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.
c. Consultant agrees that it will not enter into any consulting or other arrangements with
third parties that will conflict in any manner with the Services.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
3/8/2024
2
2. County’s Representative. The ECO Trails Department’s designee shall be Contractor’s contact
with respect to this Agreement and performance of the Services.
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 the 31st
day of May, 2024.
4. Extension or Modification. This Agreement may not be amended or supplemented, nor may any
obligations hereunder be waived, except by agreement signed by both parties. No additional services or
work performed by Consultant shall be the basis for additional compensation unless and until Consultant
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, Consultant’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 Consultant for the performance of the Services in a sum
computed and payable as set forth in Exhibit A. The performance of the Services under this Agreement
shall not exceed $34,418.00. Consultant 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 Consultant. All invoices shall include detail regarding the
hours spent, tasks performed, who performed each task, and such other detail as County may request.
b. Any out-of-pocket expenses to be incurred by Consultant and reimbursed by County shall
be identified on Exhibit A. Out-of-pocket expenses will be reimbursed without any additional mark-up
thereon and are included in the not to exceed contract amount set forth above. Out-of-pocket expenses
shall not include any payment of salaries, bonuses, or other compensation to personnel of Consultant.
Consultant shall not be reimbursed for expenses that are not set forth on Exhibit A unless specifically
approved in writing by County.
c. 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 Consultant 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, Consultant 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.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
3
d. County will not withhold any taxes from monies paid to the Consultant hereunder and
Consultant 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.
e. 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 Consultant 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).
6. Sub-consultants. Consultant acknowledges that County has entered into this Agreement in
reliance upon the particular reputation and expertise of Consultant. Consultant shall not enter into any
sub-consultant 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. Consultant shall require each sub-consultant, as approved by
County and to the extent of the Services to be performed by the sub-consultant, to be bound to Consultant
by the terms of this Agreement, and to assume toward Consultant all the obligations and responsibilities
which Consultant, by this Agreement, assumes toward County. County shall have the right (but not the
obligation) to enforce the provisions of this Agreement against any sub-consultant hired by Consultant
and Consultant shall cooperate in such process. The Consultant shall be responsible for the acts and
omissions of its agents, employees, and sub-consultants or sub-contractors.
7. Insurance. Consultant agrees to provide and maintain at Consultant’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 $2,000,000 aggregate limits.
iv. Professional liability insurance with prior acts coverage for all Services required
hereunder, in a form and with an insurer or insurers satisfactory to County, with limits of liability of not
less than $1,000,000 per claim and $2,000,000 in the aggregate. In the event the professional liability
insurance is on a claims-made basis, Consultant warrants that any retroactive date under the policy shall
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
4
precede the effective date of this Agreement. Continuous coverage will be maintained during any
applicable statute of limitations for the Services and Project.
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.
ii. Consultant’s certificates of insurance shall include sub-consultants as additional
insureds under its policies or Consultant shall furnish to County separate certificates and endorsements for
each sub-consultant. All coverage(s) for sub-consultants shall be subject to the same minimum
requirements identified above. Consultant and sub-consultants, if any, shall maintain the foregoing
coverage in effect until the Services are completed. In addition, all such policies shall be kept in force by
Consultant and its sub-consultants until the applicable statute of limitations for the Project and the
Services has expired.
iii. Insurance shall be placed with insurers duly licensed or authorized to do business
in the State of Colorado and with an “A.M. Best” rating of not less than A-VII.
iv. Consultant’s insurance coverage shall be primary and non-contributory with
respect to all other available sources. Consultant’s policy shall contain a waiver of subrogation against
Eagle County.
v. All policies must contain an endorsement affording an unqualified thirty (30)
days notice of cancellation to County in the event of cancellation of coverage.
vi. All insurers must be licensed or approved to do business within the State of
Colorado and all policies must be written on a per occurrence basis unless otherwise provided herein.
vii. Consultant’s certificate of insurance evidencing all required coverage(s) is
attached hereto as Exhibit B. Upon request, Consultant shall provide a copy of the actual insurance
policy and/or required endorsements required under this Agreement within five (5) business days of a
written request from County, and hereby authorizes Consultant’s broker, without further notice or
authorization by Consultant, to immediately comply with any written request of County for a complete
copy of the policy.
viii. Consultant shall advise County in the event the general aggregate or other
aggregate limits are reduced below the required per occurrence limit. Consultant, at its own expense, will
reinstate the aggregate limits to comply with the minimum limits and shall furnish County a new
certificate of insurance showing such coverage.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
5
ix. If Consultant fails to secure and maintain the insurance required by this
Agreement and provide satisfactory evidence thereof to County, County shall be entitled to immediately
terminate this Agreement.
x. The insurance provisions of this Agreement shall survive expiration or
termination hereof.
xi. The parties hereto understand and agree that the County is relying on, and does
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.
xii. Consultant is not entitled to workers’ compensation benefits except as
provided by the Consultant, nor to unemployment insurance benefits unless unemployment compensation
coverage is provided by Consultant or some other entity. The Consultant is obligated to pay all federal
and state income tax on any monies paid pursuant to this Agreement.
8. Indemnification. The Consultant 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 performance or nonperformance by Consultant or any
of its sub-consultants hereunder; and Consultant 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 Consultant. This paragraph shall survive expiration or termination
hereof.
9. Ownership of Documents. All documents prepared by Consultant in connection with the Services
shall become property of County. Consultant shall execute written assignments to County of all rights
(including common law, statutory, and other rights, including copyrights) to the same as County shall
from time to time request. For purposes of this paragraph, the term “documents” shall mean and include
all reports, plans, studies, tape or other electronic recordings, drawings, sketches, estimates, data sheets,
maps, and work sheets produced, or prepared by or for Consultant (including any employee or
subconsultant in connection with the performance of the Services and additional services under 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.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
6
COUNTY:
Eagle County, Colorado
Attention: ECO Trails
500 Broadway
Post Office Box 850
Eagle, CO 81631
Telephone: 970-328-3523
E-Mail: kevin.sharkey@eaglecounty.us
With a copy to:
Eagle County Attorney
500 Broadway
Post Office Box 850
Eagle, Co 81631
Telephone: 970-328-8685
E-Mail: atty@eaglecounty.us
CONSULTANT:
SGM, Inc.
118 West 6th Street, Suite 200
Glenwood Springs, CO 81601
Telephone: (970) 945-1004
E-Mail: marijeanf@sgm-inc.com
11. Coordination. Consultant acknowledges that the development and processing of the Services for
the Project may require close coordination between various consultants and contractors. Consultant shall
coordinate the Services required hereunder with the other consultants and contractors that are identified
by County to Consultant from time to time, and Consultant shall immediately notify such other
consultants or contractors, in writing, of any changes or revisions to Consultant’s work product that might
affect the work of others providing services for the Project and concurrently provide County with a copy
of such notification. Consultant shall not knowingly cause other consultants or contractors 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 costs of such extra work.
12. 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 Consultant. Upon termination of this Agreement, Consultant 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 Consultant for Services
satisfactorily performed to the date of termination.
13. 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.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
7
14. 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.
15. Other Contract Requirements.
a. Consultant shall be responsible for the completeness and accuracy of the Services,
including all supporting data or other documents prepared or compiled in performance of the Services,
and shall correct, at its sole expense, all significant errors and omissions therein. The fact that the County
has accepted or approved the Services shall not relieve Consultant of any of its responsibilities.
Consultant shall perform the Services in a skillful, professional, and competent manner and in accordance
with the standard of care, skill, and diligence applicable to Consultants performing similar services.
Consultant represents and warrants that it has the expertise and personnel necessary to properly perform
the Services and covenants that its professional personnel are duly licensed to perform the Services within
Colorado. This paragraph shall survive termination of this Agreement.
b. Consultant 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.
c. This Agreement constitutes an agreement for performance of the Services by Consultant
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 Consultant except that of independent contractor.
Consultant shall have no authority to bind County.
d. Consultant represents and warrants that at all times in the performance of the Services,
Consultant shall comply with any and all applicable laws, codes, rules, and regulations.
e. 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.
f. Consultant 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.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
8
g. 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.
h. 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.
i. The invalidity, illegality, or unenforceability of any provision of this Agreement shall not
affect the validity or enforceability of any other provision hereof.
j. Consultant shall maintain for a minimum of three years, adequate financial and other
records for reporting to County. Consultant shall be subject to financial audit by federal, state or county
auditors or their designees. Consultant authorizes such audits and inspections of records during normal
business hours, upon 48 hours’ notice to Consultant. Consultant shall fully cooperate during such audit or
inspections.
k. 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 Consultant has no beneficial interest, direct or indirect, that would conflict in any manner
or degree with the performance of the Services and Consultant shall not employ any person having such
known interests.
16. 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.
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
9
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;
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: 28F27713-C640-4B64-B771-6003B60E7EC4
10
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
SGM, Inc.
By: _____________________________________
Print Name: ______________________________
Title: ___________________________________
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
Senior Engineer
Marijean Frymoyer
11
EXHIBIT A
SCOPE OF SERVICES, SCHEDULE, FEES
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
1
October 2, 2023
Kevin Sharkey
Trails Program Manager
ECO Trails
Eagle County
www.eaglevalleytrail.org
970-328-3523
RE: Letter Proposal for Consulting Engineering Services Related to the ECO Trails Wetlands
Boardwalk
Dear Kevin:
SGM is pleased to present this letter proposal for engineering services to complete the retrofit work of the
ECO Trail Wetlands Boardwalk.
Our letter proposal is presented in the following sections:
Project Understanding discusses our understanding of the County’s Goals
Project Scope defines the anticipated scope of work and identifies anticipated project
deliverables
Project Fees presents a summary table highlighting proposed fees to accomplish the scope of
work
Project Understanding
SGM submitted a retrofit alternatives memo to the County dated August 24, 2023. Per a conference call
with the County on September 29, 2023 the County has decided to move forward with timber plank riding
surface alternative.
SGM understands the goals for this project include:
· Improve the riding surface of the deck to eliminate the hazard created by the longitudinal joint
between the metal grating and the precast concrete girders
· Determine if the existing deck width can be widened to the 12’-0” (i.e. can the timber deck planks
cantilever past the edge of the existing concrete girders)
· Provide construction deliverables for the project to be publicly bid
Exhibit A
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
2
Project Scope
The following summarizes our proposed scope of services for design and preparation of plans, cost
estimate and specifications. Anticipated construction oversight services are excluded from this
scope, but can be provided upon request.
Task 1
Project Management
· Facilitate contract execution with the County; setup project internally.
· Review invoices and provide monthly progress reports with schedule and budget updates.
· Communication with the County, including 90% design review meeting.
· Internal team coordination.
· Assume 4 month design and bid phase.
Task 2
Structural Review
· Evaluate feasibility of cantilevering timber deck planks
· Evaluate timber railing revised detail for extended deck, including calculation of existing girder
anchor capacity
· Design timber deck
· Deck will be designed per LRFD Bridge Specifications (vehicle and pedestrian loads)
· Site visit to determine girder camber and review retrofit details with existing structure
Task 3
Design and Bid Document Preparation
· Anticipated drawings include:
o Cover sheet
o General notes
o Bridge layout
o Deck details
o Railing details
o Approach paving details
· Technical specifications will be included in the general notes
· Bid list and engineer’s cost estimate
· Perform internal QA/QC of design packages
· 90% and Ad ready submittal
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
3
Task 4
Environmental Support
· Update the wetland delineation for the immediate vicinity of the bridge and project area.
· Produce and submit an Aquatic Resources Delineation report to the U.S. Army Corps of
Engineers.
· Prepare and submit a Nationwide Permit 14 application and Preconstruction Notification to the
U.S. Army Corps of Engineers, accounting for the presumed permanent loss of wetlands
under the bridge as a result of the timber plank installation and the resultant permanent
shading, as well as temporary construction impacts (if any).
· We assume that all permanent wetland losses would not cumulatively exceed 0.1acre, and
therefore that no formal compensatory wetland mitigation would be required by the Army
Corps. This proposal does not include wetland mitigation design or permitting.
· All expenses would be billed on a time-and-materials basis. If the Army Corps determines that
the project can be accommodated under an amendment of the existing permit and no formal
application or new permit is needed, the estimated fees for those unnecessary tasks would not
be billed, and the savings would accrue to ECO Trails.
· Please note; based on a desktop review of conditions, we expect that all wetlands within the
project area remain under the jurisdiction of the Army Corps under the Sackett vs. EPA
decision, that all impacts would be permitted under federal review and authority, and therefore
that no CDPHE “wetland fill” authorization would be required.
Task 5
Bid Support
· Attend and participate in the pre-bid meeting and site walk through
· Respond to contractor’s requests for clarifications in appropriate addenda
Project Assumptions and Exclusions
The following items are either assumptions or exclusions that are not included in this scope of
work but can be added to the project scope of work if requested by the County:
· Construction will be based on the CDOT 2023 Standard Specifications
· Existing structural elements (concrete girders, bents, piles) have sufficient capacity to support
additional dead load of timber deck
· No detour plans/traffic control plans will be included
· No general special provisions will be included (to be provided by the County)
· Project will be advertised by the County
· No survey or SUE is included. Construction and record drawings from 2018 Horn Ranch
project will be used.
· No construction services are included
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
4
Project Fee
We have estimated our fees based on our prior experience, interpretation of the County’s goals and
scope of work for this project. The table below is a summary of fees our team has identified. A detailed
fee estimate for the scope can be provided upon request.
Task Description Labor Reimbursables Total Fees
Task 1 – Project Management $ 3,210.00 $ 0.00 $ 3,210.00
Task 2 – Structural Review $ 7,440.00 $ 0.00 $ 7,440.00
Task 3 – Design and Bid Documents Prep $ 14,880.00 $ 0.00 $ 14,880.00
Task 4 – Environmental Support $ 6,258.00 $ 170.00 $ 6,428.00
Task 5 – Bidding Support $ 2,460.00 $ 0.00 $ 2,460.00
Total Fee $ 34,248 $ 170.00 $ 34,418
We are enthusiastic about the opportunity to continue working with you. Please feel free to contact me
with any questions or to discuss further.
Sincerely,
SGM
Marijean Frymoyer, PE
Senior Engineer I
970-880-9502
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
SGM, INC. - ENGINEERING FEE ESTIMATE Date: 10/05/23
Client: Eagle County
Project: Devereux over CO River Bridge Repair
SGM # 2015-503.005
Project Manager: Marijean Frymoyer, PE Civil
Task TASK DESCRIPTION PM/QC Lead Struct Struct Design Civil Design Lead Biologist GIS/Biologist LABOR LABOR REIMBUR- TOTAL
# Sr Eng I Sr Eng I Eng IV Eng IV Sr Con I Con I HOURS FEES SABLES FEES
MJ Frymoyer MJ Frymoyer J McNutt A Cline A Nees M Evans
$180 $180 $165 $165 $158 $104
1 Project Management
Facilitate contract execution & internal project setup 2 2 $360 $0 $360
90% design review meeting 2 2 4 $690 $0 $690
Project kick-off, coordination, communications 8 8 $1,440 $0 $1,440
Monthly invoicing and status updates to client 4 4 $720 $0 $720
Task Subtotals 16 0 2 0 0 0 18 $3,210 $0 $3,210
2 Structurual Review
Confirm capacity of girders, bents, piles 2 8 10 $1,680 -$1 $1,679
Timber deck plank cantilever eval 2 8 10 $1,680 $0 $1,680
Railing eval 2 8 10 $1,680 $0 $1,680
Design timber deck 2 8 10 $1,680 $0 $1,680
Site visit to review camber, details 4 4 $720 $1 $721
Task Subtotals 0 12 32 0 0 0 44 $7,440 $0 $7,440
3 Design and Bid Documents Preparation
Cover sheet 1 4 5 $840 $0 $840
General notes 1 4 5 $840 $0 $840
Bridge layout (include demo) 2 8 10 $1,680 $0 $1,680
Deck details 2 8 10 $1,680 $0 $1,680
Railing details 2 8 10 $1,680 $0 $1,680
Approach paving details 1 2 2 5 $840 $0 $840
Tech Specs 1 4 5 $840 $0 $840
Bid list and quantities 2 8 10 $1,680 $0 $1,680
Cost Estimate 2 8 10 $1,680 $0 $1,680
90% Submittal & QC 2 4 4 10 $1,740 $0 $1,740
Update and Bid Submittal 2 2 4 8 $1,380 $0 $1,380
Task Subtotals 4 20 62 2 0 0 88 $14,880 $0 $14,880
4 Environmental Support
Updated Delineation 10 1 11 $1,684 $170 $1,854
Aquatic Resources Delineation Report & Agency
Coordination 8 5 13 $1,784 $0 $1,784
NW Permit, Preconstruction Notification, & Design
Team Coord. 2 2 10 5 19 $2,790 $0 $2,790
Task Subtotals 2 0 2 0 28 11 43 $6,258 $170 $6,428
STRUCTURAL Environmental
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
SGM, INC. - ENGINEERING FEE ESTIMATE Date: 10/05/23
Client: Eagle County
Project: Devereux over CO River Bridge Repair
SGM # 2015-503.005
Project Manager: Marijean Frymoyer, PE Civil
Task TASK DESCRIPTION PM/QC Lead Struct Struct Design Civil Design Lead Biologist GIS/Biologist LABOR LABOR REIMBUR- TOTAL
# Sr Eng I Sr Eng I Eng IV Eng IV Sr Con I Con I HOURS FEES SABLES FEES
MJ Frymoyer MJ Frymoyer J McNutt A Cline A Nees M Evans
$180 $180 $165 $165 $158 $104
STRUCTURAL Environmental
5 Bidding Support
Attendance and participation at pre-bid meeting 4 4 $720 $0 $720
Respond to questions and RFI's, issue addenda 2 4 4 10 $1,740 $0 $1,740
0 $0 $0 $0
Task Subtotals 6 4 4 0 0 0 14 $2,460 $0 $2,460
TOTAL SGM LABOR HOURS 28 36 102 2 28 11 207
TOTAL ESTIMATED FEE (TASKS 1 - 5)$5,040 $6,480 $16,830 $330 $4,424 $1,144 $34,248 $0 $34,248
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
12
EXHIBIT B
INSURANCE CERTIFICATE
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4
ANY PROPRIETOR/PARTNER/EXECUTIVE
OFFICER/MEMBER EXCLUDED?
INSR ADDL SUBR
LTR INSD WVD
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)
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
EACH OCCURRENCE $
DAMAGE TO RENTEDCLAIMS-MADE OCCUR $PREMISES (Ea occurrence)
MED EXP (Any one person)$
PERSONAL & ADV INJURY $
GEN'L AGGREGATE LIMIT APPLIES PER:GENERAL AGGREGATE $
PRO-POLICY LOC PRODUCTS - COMP/OP AGGJECT
OTHER:$
COMBINED SINGLE LIMIT
$(Ea accident)
ANY AUTO BODILY INJURY (Per person)$
OWNED SCHEDULED
BODILY INJURY (Per accident)$AUTOS ONLY AUTOS
HIRED NON-OWNED PROPERTY DAMAGE
$AUTOS ONLY 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 LIMITDESCRIPTION OF OPERATIONS below
INSURER(S) AFFORDING COVERAGE NAIC #
COMMERCIAL GENERAL LIABILITY
Y / N
N / A
(Mandatory in NH)
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 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.ACORD 25 (2016/03)
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
$
$
$
$
$
The ACORD name and logo are registered marks of ACORD
10/31/2023
(303) 590-9585 (303) 762-1733
25674
Schmueser Gordon Meyer, Inc. dba SGM Inc.
118 West 6th Street, Suite 200
Glenwood Springs, CO 81601
41190
A 2,000,000
X X 6809H736866 5/1/2023 5/1/2024 1,000,000
$14M Per Proj Agg Ca 10,000
2,000,000
4,000,000
4,000,000
1,000,000A
X X BA7R216206 5/1/2023 5/1/2024
5,000,000A
CUP7525X138 5/1/2023 5/1/2024 5,000,000
10,000
B
4182378 5/1/2023 5/1/2024 1,000,000
N 1,000,000
1,000,000
A Prof Liability 107197700 12/31/2022 Per Claim/Aggregate 2,000,000
C Aviation SIHL1-L109 5/1/2023 5/1/2024 Per Occurrence 2,000,000
Project: Horn Ranch Retrofit
Eagle County, its associated or affiliated entities, its successors and assigns, elected officials, employees, agents and volunteers are named as additional
insureds with respect to general liability for ongoing operations as required by written contract, and auto liability as required by written contract. General
Liability coverage is primary & non-contributory as required by written contract. Waiver of Subrogation applies on General & Auto Liability as required by
written contract. 30 Days' Notice of Cancellation for other than non-payment of premium applies to General Liability as required by written contract.
Eagle County
ECO Trails Department
PO Box 1070
Gypsum, CO 81637
SGMINC0-01 SARAHT
Mountain West Insurance - Glenwood
201 Centennial St 4th Floor
Glenwood Springs, CO 81601
Sarah Forsberg Tripp
sarahf@mtnwst.com
Travelers Property Casualty Company of America
Pinnacol Assurance
USAIG
XX
12/31/2023
X
X
X
X
X
X
X
X
Exhibit B
DocuSign Envelope ID: 28F27713-C640-4B64-B771-6003B60E7EC4