Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC87-097 Mountain Engineering and Land Change Order Tree FarmNOV 30 1387
CHANGE ORDER
EAGLE COUNTY
Dated November 6, 1987
CONTRACTOR Mountain Engineering and Land Surveying
Contract For Surveying Contract Date
ell , /.
t
No. Two
May 27, 1987
To: Mountain Engineering and Land Surveying
Contractor
You are directed to make the changes noted below in the subject Contract
Nature of the Changes:
Eagle County Government
Additional Surveying required for fence
locations, right-of-way corners and intersection
profiles.
These changes result in the following adjustment
of Contract Price and Contract Time:
Contract Price Prior to This Change Order
Net (Increase)(' Resulting from this Change Order
Current Contract Price Including This Change Order
c 16.6q, -on
$ 2,519.90
$ 19,214.90
7FL-17 '77 a
., ms's
I
J
CHANGE ORDER :
Dated .. June 29, 1987
OWNER's Project No. Eagle County 86-2
Project .. El Jebel Hill Road
No. .. 1......
C87-97-54'
SURVEYOR
bo(rdi{tS.ef6kI... Mountain,Engineering................................. .............
Construction Staking Contract Date , , June/Jul 1987
Contract For ... ............ Y
To: .............Mountain Engineering - Don Lahman
CONTRACTOR•
You are directed to make the changes noted below in the subject Contract:
Eagle County Government
OWNER
By. eQe tom.......
GeorgeGate
Dated ........ X9 ..... 19. e,! ... .
Nature of the Changes
Survey for Fence Location
Survey for Tree Farm Road Design & R.O.W.
Enclosures: TOTAL =
These changes result in the following adjustment of Contract Price and Contract Time:
Contract Price Prior to This Change Order
Net (Increase) f?c/qb$e/) Resulting from this Change Order
Current Contract Price Including This Change Order
$1030.00
$2125.00
$3155.00
$ 13,540.00
$ 3,155.00
$ 16,695:00
F
June 8, 1987
EL JEBEL HILL ROAD
RECONSTRUCTION PROJECT
ACTUAL BUDGET $68,036.00
Additional Survey $ 9,500.00
Additional Survey $ 2,220.00
Construction Survey $13,540.00
REMAINING BUDGET $42,776.00
Construction Testing $ 7,848.00
TOTAL REMAINING $34,928.00
C87-97--'-"
AGREEMENT
RIMS
THIS AGREEMENT is entered into this day of ,
1987, by and between The County of Eagle, State of Colorad , by
and through it's Board of County Commissioners (hereinafter
referred to as "the County"); and `
(hereinafter referred to as "Surveyor". r
The County and Surveyor, in consideration of the mutual
covenants hereinafter set forth, agree as follows:
ARTICLE I. WORK
Surveyor shall complete all work as specified or indicated in
the Contract Documents. The Work is generally described as
follows:
Construction staking for El Jebel Hill Road reconstruction
project from M.P. 1.6 to M.P. 3.2, including 6501foot Paseo
Drive & 11501feet of Fender Lane and also construction staking
for the Tree Farm Road. Surveyor shall provide for, at his sole
cost, all needs related to performance of said work, including
but not limited to equipment, labor, fuel, vehicle maintenance
and repair, and required insurance. No services shall be
performed until the County has received a Certificate of
Insurance as required herein.
ARTICLE II. CONTRACT TIME
Work shall commence on slope staking immediately following
issuance of Notice To Proceed (Approximately May 28, 1987) with
slope staking to be complete for approximately 2,100' feet of
El Jebel Hill Road by June 1, 1987, unless otherwise directed by
the County Representative. All work shall be completed as
directed by the County representative.
ARTICLE III. COUNTY'S REPRESENTATIVE
The Eagle County Engineer or his designee, or in their absence,
the Eagle County Public Works Director, is, designated as the
County's representative for purposes required in the Contract
Documents.
ARTICLE IV. CONTRACT PRICE
The County shall pay the Surveyor for performance of the work in
accordance with the Contract Documents, by Eagle County Warrant,
the total_ price
of
�1
C ci
ARTICLE V. MANNER OF PAYMENT
A. During the term of this contract, monthly partial
payments based on the billings of the Surveyor are permissible.
The amounts of all such partial payments shall be based upon the
Surveyor's certified progress reports and billings covering the
status of the Work and the percentages of the whole that have
been accomplished. From each partial payment the County shall
retain ten percent, except that when a total of five percent of
the total fee has been retained and the Surveyor's work and
services are progressing satisfactorily to the County, further
retention may be waived. Should the County fail to make any
payment due the Surveyor for services and expenses, less the
retention, within thirty (30) days after the invoice date, the
amount due the Surveyor shall be increased to include a charge
of interest at the rate of 1.5 percent per month from the
invoice date. The total of"all such retainments shall be
released at the time of final payment.
B. Final Payment, including the percentage retained, shall
be made within thirty (30) calendar days after receipt and upon
approval by the County of the certification of the Surveyor that
services have been fully completed in accord with this contract.
C. No work shall be done which changes the amount owed to
Surveyor by the County unless authorized in writing by Change
Order, signed by the Chairman of the Board of County
Commissioners. Surveyor shall include with his bid, a current
fee schedule for miscellaneous work which may be required beyond
the items outlined in this contract.
D. Prior to and before any of the above payments by the
County to Surveyor, Surveyor shall furnish a sworn affidavit
containing the names of any employees and/or subcontractors and
a statement that they have been paid in full to date. Any
subcontractor shall be required to also furnish a sworn
statement with regard to the payment of his employees.
ARTICLE VI. SURVEYOR'S REPRESENTATIONS.
In order to induce the County to enter into this Agreement,
Surveyor makes the following representations:
A. Surveyor has familiarized himself with the nature and
extent of the contract documents, work, locality, and with all
local conditions and federal, state and local laws, ordinances,
rules and regulations that in any manner may affect cost,
progress or performance of the work.
2
B. Surveyor has conducted an on-site inspection of the
work and has studied the existing conditions at the work site or
otherwise affecting the cost.
C. Surveyor has made or caused to be made examinations,
investigations and tests as Surveyor deems necessary for the
performance of the work at the contract price, within the
contract time and in accordance with the other terms and
conditions of the Contract Documents.
D. Surveyor has correlated the results of all such
observations, examinations, investigations, tests, reports and
data with the terms and conditions of the Contract Documents.
ARTICLE VII. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement
between the County and Surveyor are attached to this Agreement,
made a part thereof and consist of the following:
A. This Agreement
B. Bid Form
C. Construction Layout Staking Specifications
There are no Contract Documents other than those listed above in
this Article VII. The Contract Documents may be altered,
amended or repealed only by a modification in writing signed by
Surveyor and the Board of County Commissioners.
ARTICLE VIII. INSURANCE
The Surveyor shall purchase and maintain during the term of this
Agreement insurance in the following types and coverages
protecting him from claims which may arise out of or result from
the Surveyor's operations under this Agreement, whether such
operations be by himself or by any subcontractor or by anyone
directly or indirectly employed by any of them, or by anyone for
whose acts any of them may be liable.
A. Workmen's Compensation shall be carried, including
coverage for disability, for all persons performing services
under this Agreement.
B. General Liability Coverage shall be carried in the
minimum amount of $400,000 for coverage of claims for damages
arising from the performance of services under this Agreement,
including but not limited to personal injury or death, property
damage,and other damages imposed by law upon the Surveyor with
respect to all work performed by them.
rK
I C. Comprehensive Motor Vehicle Lnsurance: Before
permitting any of his subcontractors to perform any work under
this Agreement, Surveyor shall either (1) require each of his
subcontractors to procure and maintain, during the life of his
subcontract, insurance which meets the requirements of the
Subcontractor in Surveyor's own policy in the amounts required
hereinabove.
D. Subcontractors's Insurance: Before permitting any of
his subcontractors to perform any work under this Agreement,
Surveyor shall either (1) require each of his subcontractors to
procure and maintain, during the life of his subcontract,
insurance which meets the requirements for the Surveyor herein,
or (2) provide for insurance of the subcontractor in Surveyor's
own policy in the amounts required hereinabove.
E. Certificates of Insurance: Certificates of Insurance
acceptable to the County Attorney shall be filed with the County
Attorney's Office prior to commencement of the work. These
Certificates shall contain a provision that coverages afforded
under the policies will not be cancelled until at least fifteen
days' prior written notice has been given the County. Surveyor
shall not permit any of his subcontractors to start work until
all required insurances have been obtained and the certificates
with the proper endorsements have been filed with the Surveyor
and the County Attorney.
Failure of the Surveyor to comply with the foregoing insurance
requirements shall in no way waive the County's rights
hereunder.
ARTICLE X. MISCELLANEOUS
A. No assignment by a party hereto of any rights under or
interest in the Contract. Documents will be binding on another
party hereto without the written consent of the party sought to
be bound; and specifically but without limitation, moneys that
may become due and moneys that are due may not be assigned
without such consent (except to the extent that the effect of
this restriction may be limited by law), and unless specifically
stated to the contrary in any written consent to an assignment,
no assignment will release or discharge the assignor from any
duty or responsibility under the Contract Documents.
B. Owner and Surveyor each binds himself, his partners,
successors, assigns and legal representatives in respect to all
covenants, agreements and obligations contained in the Contract
Documents.
A
4
-IN WITNESS WHEREOF, the parties hereto have signed this
Agreement in duplicate. One counterpart each has been delivered
to County and Surveyor.
STATE OF COLORADO
THE COUNTY:
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its
BOARD O��Y COMMISSIONERS
By:
RichArd L.ustAfson airman
Address for '--w,i�ng t� es:
Eagle County Atto.
's Office
P.O. Box 850
Eagle, CO 81631
(303) 328-7311
THE SURVEYOR:
Name: James Burk 7c
T i t l e: President
Address for giving notices:
118 West 6th Street, Ste. C-lA
Glenwood Springs, Co. 81601
Phone: (303) 945-2045
ss:
County of Eagle )
The foregoing was ack owledged before me this day ofi%_,,
1987., bye/L is
My Commission Expires: �?- �-
f
/; i Allic
5
BID FORM
MOUNTAIN ENGINEERING AND LAND SURVEYING CO.
A. E1 Jebel Hill Road
ITEM NO. DESCRIPTION QUANTITY
101 Cut & Fill Slope Staking 220
102 Subgrade Centerline Lath 220
103 Subgrade Bluetop Staking 220
104 Aggregate Base Bluetop Staking 435
105 Paving Centerline Staking 435
106 Culvert Staking 25
B. Tree Farm Road
ITEM NO. DESCRIPTION
QUANTITY
101
Cut & Fill Slope Staking
25
102
Subgrade Centerline Lath
25
103
Subgrade Bluetop Staking
25
104
Aggregate Base Bluetop Staking
25
105
Paving Centerline Staking
25
106
Culvert Staking
9
C. CURRENT FEE SCHEDULE
See attachment 'A'
0
May 22, 1987
UNIT
50' Station
50' Station
50' Station
25' Station
25' Station
Culvert
TOTAL Bid A.
UNIT
50' Station
50' Station
50' Station
50' Station
50' Station
Culvert
TOTAL Bid B.
TOTAL Bid A. & B.
AMOUNT
$3850
$924
$2200
$3261
$1305
$690
$12,230
AMOUNT
$440
$105
$250
$190
$75
$250
$1,310
$13,540
ASTRQCTION LAYOUT STARING '
SPECIFICATION
DESCRIPTION
This Work shall consist of providing all staking from the
information provided on road plans & profiles, centerline
coordinates, centerline subgrade elevations, cross-sections
and control point information for E1 Jebel Hill Road and
road plan and profiles for Tree Farm Road.
REQUIREMENTS
The following staking will be included.
Item 101 - Cut and fill slope staking to be done on
50 foot Stations.
Item 102 - Subgrade Centerline laths to be done on 50
foot Stations to allow rough grading of subgrade. This
work to be done after slopes have been constructed.
Item 103 - Subgrade bluetop staking to be done on 50
foot Stations at both edges of Subgrade break points,
break point of shoulder on superelevated sections, and
at centerline. See attached typical cross-section.
Item 104 - Aggregate Base Course bluetops to be done
on 25'Stations for El Jebel Hill Road project & 50'
Stations for Tree Farm Road, at both edges of gravel
break points, shoulder break points on superelevated
sections and at centerline. See attached typical
cross-section.
Item 105 - Paving centerline staking to be done at
25' Stations for guidance of asphalt paver.
Item 106 - Culvert staking to include culvert
location and elevation for each end of culvert.
Surveyor is to expect that the staking for Item 102 through Item
105 of E1 Jebel Hill Road will be done in several segments and
by partial widths. At time of Award, Surveyor will be notified
of construction schedule. A 48 hour notice will be given to
surveyor by County prior to staking needs.
All above staking shall be performed by or under the direction
of a registered land surveyor, registered in the State of
Colorado.
7
s f
BASIS OF PAYMENT: T`f
Payment shall be made under;
Pay Item Pay Unit
101 Cut & Fill Slope Staking 50' Station
102 Subgrade Centerline Lath 50' Station
103 Subgrade Bluetop Staking 50' Station
104 Aggregate Base Bluetop Staking 25' Station/50'Station
105 Paving Centerline Staking 25' Station/50'Station
106 Culvert Staking Culvert
8
mountain engineering & land iurveyong c®.
406 s. hyland square, suite a-1 +' I
gienwood springs, colorado 81601
945-2045 !
p.o. box 14 gypsum, colorado 81637 524-9414'
ATTACHMENT 'A'"
RATES EFFECTIVE SEPTEMBER 1, 1985
1
FIELD
Two-man crew ..............................................$ 55.00/hr
Three-man crew ............................................$ 65.00/hr
(Note: Monuments, markers, stakes and other materials are not
included in the above rates)
OFFICE
General Office Work (Typing, Copying, etc.) ...............$ 20.00/hr
" Engineering ...............................................$ 45.00/hr
Drafting .......................:................:.........$ 25.00/hr
Calculations, Research, Project Consultation ..............$ 28.00/hr
Engineering Consultation/Field Reviews (One Man) .......... $ 45.00/hr
Surveying Consultation/Field Reviews (One Man) ............ $ 32.50/hr
Computer Time ....................... ....................$ 30.00/hr
MISCELLANEOUS
Mylar...............................................I.....$ 1.75/sq.ft.
Blueprints ................................................$ 0.25/sq.ft.
Xerox Copies ....................... .....................$ 0.10/sheet
Mileage .......................................... .......$ 0.30/mile
Mileage (4 -Wheel Drive) ...................................$ 0.45/mile
Honda Fourtrax 250 ATV ....................................$ 40.00/day
BILLING POLICY
Overtime will be charged at one and one half times the regular rate.
Special equipment and/or contracted technical services will be
charged as an additional item.
Statements for projects in progress will be issued on a monthly basis
payable within 30 days of statement date. Overdue accounts will be
charged interest at a rate of 1.57 per month.
Mountain Engineering and Land Surveying Company reserves the right to
request a signed Agreement and Work Order before commencing work on
any project.