No preview available
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.