Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutC88-026 change order to Johnson Construction gravel hauling contractr
No. TWO ......
CHANGE ORDER C88 -26 -50
D,,,:l May..5, . �RU.
OWNER's Project No. 88. -01. Eag.RB /.GR.....
Pluje:t .Gravel, and, gravel. hauling...........
. . . . . . . . . . . . . . . . . . . . . .
CONTRACTOR .. ,Johnson. Construction, ..Inc ...... ............................... .
Contract 1=ur .Gravel ....................... Cuntract Datc March, 28,, 1988 .............
To: Johnson Construction, Inc. . , .
CONTRACTOR
you ate directed to lrtake the iwicd bduW in the Subject Contrast:
1
Die . Co.unty..of . Eagle,..Stat.a .of..Colorado
OW EK
Gbnr es, Chairman
Dated !t MaZ ................. 1988..... .
Nature of the C11wi9cs
Increase in materials hauled to job sites as indicated
below:
3.23 Tons at $6.39 /Ton = $20.64
4.01 Tons at $6.28 /Ton = 25.18
Pnc►usures: Total $45.82
Tk" chiuiges result in 111e folluWlnb � 1jlutntetrt Of Contract. Price and Coal[ 'oct Time:
Conttact Price Prior to This Change Order , , 66; 886 ..........
csultht fro this Change Order ......../; ..........
:82
Net (Increase) �Tean.'a#j -Ft 6 m
Curlrnt Contact Price Including T11i_ CL rl Lc Order $ 6Ej .. 931.:82........ .
CHANGE ORDER
Dated . MARCH. 31$.1.988
OWNER's Project _No. .88 -.Q1 .EA:G .RB,/JGR..
Project .. GRAVEL.'AND /10R .GRAVEL. HAULING .......
No. .QU.....
C88 -26 -50
CONTRACTOR . C, O.. ........... ...............................
Contract Fur ... GRAVEL, AND —GRAVEL GRA.VRF .Ij.,�ULZNG Contract Date . MARCH. 2-8, . 1.9.88............
To: .,TOHNSON CONSTRUCTION COMPANY , .j.1 ........................
You are directed to make the chartge.� noted below in the
v t
Contract:
EAGLE COUNTY. BOARD. OF . QQ,U.lJTY. SQlvXlS S IONFRS . .
OWNER
By -- L%,ti-L� -- .�S� _.-_�/ emu'.... .
GEO1IG A. GATE, CHAIRMAN
Dated .19........
Nature of the Changes CONTRACT , COMPLETION DATE CHANGE TO APRIL 26, 1988
(ARTICLE II, PAGE 1)
• Enclosures: _.
Whose changes result in the Wowing adjwunent of Contract Price and Contract Time:
Contract Price Prior to This Change Order $ . ....... .
Net (increase) (Decrease) Resulting from this Change Order .• ............... .
Current Contract Price Including This Cli joi e Order S 6A 88A..00........... .
r
.............
C88 -26 -50
AGREEMENT
(Y "THIS AGREEMENT is entered into this _090k. day of
1. , 1988 , by and between The County of Eagle,
State of Colorado, by and through its Board of County Commis-
sioners (hereinafter referred to as "the County "); and
JOHNSON CONSTRUCTION COMPANY
(hereinafter referred to as "Contractor ").
The County and Contractor, in consideration of the mutual
covenants hereinafter set forth, agree as follows:
ARTICLE I. WORK
Contractor shall complete all work as specified or
indicated in the Agreement Documents. The work is generally
described as follows: PROVIDING 3/4" AND 1 112" ROAD BASE MATERIALS,
LM141iri!i K1AU It.G. 14V) A5 NL-R 11EM5 1 AND 2 OF THE BID FORM AND EXHIBIT
_ "A" OF THIS AGREEMENT
Contractor 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. COMPLETION OF WORK
All work must be. completed by APRIL 12, 1988 at
12 O'CLOCK MIDNIGHT
ARTICLE III. COUNTY'S REPRESENTATIVE
The Eagle County Road and Bridge Supervisor 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 Agreement Documents.
ARTICLE IV. AGREEMENT PRICE
The County shall pay. the Contractor for performance of
the work in accordance with the Agreement Documents, by Eagle
County Warrant, the total price of
_STXTY -STX THOIISANn FICHT Hn nRFn ETGHTY CIY AND NO /ONCE HUNDREDTHS DOLLARS
■i
1
ARTICLE V. MANNER OF PAYMENT
A. The County agrees to make a payment of ninety -five
percent (950) of the total contract price after completion of
the work through the County's regular bill - paying procedure.
The inspection by the County representative shall be made
promptly upon notification by Contractor that the work is
complete. If during the course of the inspection the County
representative notes any deficiencies or defects in the work,
he shall provide the Contractor with a written list of such
defects or deficiencies in the work and Contractor shall
promptly correct all defects or deficiencies. The above -
described payment shall not be made until the defects or
deficiencies are corrected and have been reinspected.by the
County's representative.
B. Ten percent (100) of payment for the first one -half
of the work completed shall be retained by the County, and
shall not be paid until after final settlement of this con-
tract has been duly advertised at least ten (10) days prior to
such final payment, by publication of notice thereof at least
twice in a public newspaper of general circulation published
in Eagle County; and after the Board of County Commissioners
has held a public hearing and has thereupon complied with
§ 38 -26 -107 of the Colorado Revised Statutes. Final payment
shall be made in accordance with the aforesaid statute.
C. No work shall be done which changes the
to Contractor by the County unless authorized in
change order, signed by the Chairman of the Boar
Commissioners.
amount owed
writing by
Board
of County
D. Prior to and before any of the above payments by the
County to Contractor, Contractor shall furnish a sworn affi-
davit containing the names of any employees and /or subcontrac-
tors 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.
Before the final payment is made, proof of payment for all
materials by sworn affidavit of Contractor or other form
acceptable to the County shall be presented to the County.
ARTICLE VI. LIQUIDATED DAMAGES
County and Contractor recognize that time is of the
essence of this Agreement and that County will suffer finan-
cial loss if the work is not substantially complete within the
time specified herein, plus any extensions thereof allowed in
writing, signed by both parties, in accordance with Article
VIII of this Agreement. They also recognize the delays,
expense and difficulties involved in proving in a legal or
arbitration proceeding the actual loss suffered by County if`
IWZ
the Work is not substantially complete on time. Accordingly,
instead of requiring such proof, County and Contractor agree
that as liquidated damages for delay (but not as penalty),
Contractor shall y
ONE HUNDRED FORTY AND N /ONE- HUNDREDTH County
S DOLLARS
($• 140.00 ) for each day that expires after the time
specified hereinabove for substantial completion until the
work is substantially complete.
ARTICLE VII. CONTRACTOR'S REPRESENTATIONS
In order to induce the County to enter into this
Agreement, Contractor makes the following representations:
A. Contractor 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.
B. Contractor 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. Contractor has made or caused to be made examina-
tions, investigations and tests as Contractor 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 Agreement Documents.
D. Contractor has correlated the results of all such
observations, examinations, investigations, tests, reports and
data with the terms and conditions of the Agreement Documents.
E. Contractor warrants and guarantees all work and
material supplied to the County for a period of one year.
Such warranty shall be independent of and in addition to the
warranty of any manufacturer of any materials used in the
work.
ARTICLE VIII. AGREEMENT DOCUMENTS
The Agreement Documents which comprise the entire agree-
ment between the County and Contractor are attached to this
Agreement, made a part hereof and consist of the following:
A. This Agreement.
B. Contractor's Bid.
There are no Agreement Documents other than those listed above
in this Article VII. The Agreement Documents may be altered, --
-3_
amended or repealed only by a modification in writing signed
by Contractor and the Board of County Commissioners.
ARTICLE IX. INSURANCE
The Contractor 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 Contractor'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 Liabilitv 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
Contractor and each subcontractor with respect to all work
performed by them.
C. Comprehensive Motor Vehicle Insurance shall be
carried in the minimum amounts of X150,000/$500,000 for bodily
injury, and $500,000 for property damage, each occurrence.
All liability and property damage insurance required hereunder
shall be Comprehensive General and Automobile Bodily Injury
and Property Damage form of policy.
D. Subcontractor's Insurance: Before permitting any of
his subcontractors to perform any work under this Agreement,
Contractor 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 Contractor
herein, or (2) provide for insurance of the Subcontractor in
Contractor'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
--a Y- Contractor 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 Contractor and the County Attorney.
-4-
Failure of the Contractor 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 Agreement 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 Agreement
Documents.
B. Owner and Contractor each binds himself, his part-
ners, successors, assigns and legal representatives in respect
to all covenants, agreements and obligations contained in the
Agreement Documents.
IN WITNESS WHEREOF, the parties hereto have signed this
Agreement in duplicate. One counterpart each has been
delivered to County and Contractor.
A
THE COUNTY:
COUNTY OF EAGLE, STATE OF
COLORADO, By and Through Its
BOARD OF COUNTY COMMISSIONERS
By.:
Cl rk of t e "rd of 'GEORGE RTES, Chairman
County Commissioners
Address for giving notices:
Eagle County Attorney's Office
P.O. Box 850
Eagle, Colorado 81631
(303) 328 -7311
-5-
rnone : -Am_h? s -? g 91
STATE OF COLORADO )
)
County ofG W S5: )
T e rego "ng was acknowledged for m this
day of� 198'x, by #' ,
My commission expires:
,
Notary Publ'
WE
ROAD ROAD
NO. NAME
35 Bellyache Ridge
Road (From I -70
South to
3.9 Mile)
49 Landfill Road
(S.H. 131 to
1.9 Mile)
y
13 Upper Cattle Creel. Rd. 3/4" Contractor 2800T On or before
(6.3 1M. }1. to Co. Line) delivered; 4 /20/88
3/4" gravel;
State specs
301 Co. River Rd. 3/4" Material from 2100 T On or before
(14 M.P. to 15.4) Eagle County 4/12/88
Pit at 29 M.M.
on Co. River
Rd.; loading
& hauling with
contractor's
equipment
301 Co. River Rd.
3/4"
Material from. 500T
COMPLETION
1AVEL SOURCE QUANTITY
DATE
3/4" Contractor 8600T
On or before
Delivered;
4/12/88
3/4" gravel;
State specs
ly.
_
Contractor 1900T
On or before
Delivered;
4/12/88
13 Upper Cattle Creel. Rd. 3/4" Contractor 2800T On or before
(6.3 1M. }1. to Co. Line) delivered; 4 /20/88
3/4" gravel;
State specs
301 Co. River Rd. 3/4" Material from 2100 T On or before
(14 M.P. to 15.4) Eagle County 4/12/88
Pit at 29 M.M.
on Co. River
Rd.; loading
& hauling with
contractor's
equipment
301 Co. River Rd.
3/4"
Material from. 500T
On or before
(22 +/- M.P.)
Eagle Co. Pit
4/12/88
i
at 29 M.M. on
Co. River
Rd.; contractor
to provide
equipment for
loading
hauling
41 Catamount
3/4"
Material from 2400T
On or before
Creek Rd.
6
Eagle Co. Pit 4500T
4/12/88
(E.C. 301
at 29 M.M. on
-2.5 M.P.)
Co. River Rd;
contractor to
i
provide
equipment
for loading &
hauling
31 Copper Spur Rd
3/4"
Material from 3000T
On or before
(S.H. 131 N.
Eagle County
4 /12/88
2.0 M.P.)
Pit at 29 M.M.
on Co. River
Rd.;
contractor to
provide
equipment
for loading
& hauling
EXHIBIT B'
Special Provisions Regarding Items 4, 5, 6, and 7
The Contractor will load and haul, and will provide all
equipment to load and haul, crushed gravel from Eagle County's
stockpile at the 29.0 mile marker on the Colorado River Road
(Eagle County Route 301).
Measurement will be made by loader bucket load. The
struck capacity of the loader bucket will be used, but the
loader bucket will be filled to heaped capacity or that
particular loader bucket will be discounted. The size of the
loader bucket will be determined and approved by Eagle County
prior to commencement of work. The conversion factor for cubic
yards to tons shall be one (1) cubic yard shall equal two
thousand eight hundred (2,800) pounds.
Gul4 CrPt F I • A I '1 O N // c.,_. I__ -_ -_ ��o` -`,
yhlyd Gulch �.._ i w tir -�.. — } �Z A" I } o I �` �`• __1 I
"Seto °Gulch u�
_ sayer Gulch a `
rj-
it v .9; M,�
O :�.1 g- I L m I v y I M
n o x
.z
' +tt f �T \� i -f— s m a; a pi• 1 i
, I
)I / O r m ', 'I�
It
it,
It
1 \\ sue. •�- � a =Q a � o /') �� � \t% \ o � - r, I
U�� l\ �., ':yeCneli ',� O J :o of n ► _ -
._."r7- fn tD--I' -•I - - - f
• —ry 1L— Ri0',. .. s 1 / 4�i. O .•{
c N 4 —
m °s Iiliro 1 Iq m i CrPrF �t
• TO U 1� _ • *� tt
.\ II
ulW�a?o ° - Stag rR�p_ p \, i— �Ifr c
'✓� c `I n A I \I
+Dry G, �n�m w'1\ �'t) U'y. �°� °.. Urr U % 4 �'�.
$JUJU' ` r m /14
+ _ z
t fo$ [�4r ° 1y ' \ ° Crrr + 1 4 •• }n J \ i '• ,, 1)� rr✓
Re
Wee
..Sproolw C)
`� �1 - -y'L• tF -- `��.I rrr Da ho i I
11� GWCh t Crerp
17 , ,// ° \a • ° ,! , \ dr,O + I 4 ` •f 4 r y 4 V \^ \1 _.
'I ° ; " 4 11 • p av q - � ° y'►r-
CrJ
• _ Y` O _
G —_ -- Y 1 ✓1 ° I.rPYk' �/ I J �' "� N .� 0 `"
T
i O 4� •( I/i 4 �t ...� .• �,r
_I I w i ° II \I •a ! rr ���� ° r
—June • } _ _
�I
Ir
Oj Bachelor I Crr ' _ x 1 it a '/ r- 9 C+
I ar4y GUI -• .�' ss °r.} rl'%74c- /O� �' 4'� Cr,
red 4
f KI •Ueauer _ Gre�Tc _ $•� \ / E �- V y 'All w oS - 1 zoo
C. Crrr b''
^fit + tl} I� ° s
x °° r' 11 t' `' ( (1 -' r o �m ,at (Tr /:...\ • C`IF ,. 'rr c. •
I
Cox, o +0 I � � `tiv `�s /' •'J \s4
-; y,') ° �i'�Q QO /� c °j y l� ,!'•1 •• ri' ` \y ` tl i� ?-Q�••
f —tU /'/ i m e I • q i� °�j`{ �.%i ") /�'h'4 '1w ! 0 1j.lJv�{ - I r' Is
0 __ — •*-�' ---, _c.._ • '".. ---" �t__...� I T[ I _�..) ne.,A„r rt. • '
mn
Poo
m a UEA—If�-
f
p
c.
to
C,
70 n cl '00,
11 a
CL
IN
r
i^tea i• *' :r l .•- n •� c_ �:�_— I r d p.
+
7. q'i
sARFI.L:JD CO 30
RAGLE, JGU
%----- ---- -- M;a m I
-0. , 1 1) \\ C�r-). 1 I'.t/7.
M m C-)
:X)
T-T " .1 1 8 . . I
9.
> 1
r.
ci CD 7 JT
0
I >
to)
5- C2
0
CL
+
cni
• 1�. tv
. � rl4 ,
xlr
CIO
4
I t-T
I
f4i nit
I- cr
c"
+
4m IS'eivn Cailk.v z K
CA e
Dr.
Too,,
;, c v�C, m u g j� `L] \ 1�1 Y-1 ii l ` - ' O,i? - - - -- '�'� ,ir I ,`. I • / y '
A y Cul + o N '1 + c It, ''S N to ; / `T' /r " // v " I dry- °•
lip
-._i'' ' ..�s� \1 p 0 �1 i.. •I -_�1 a7Di-
ti t` ';' �lo�_ �r V 1� t! .. 11 n Q �• ',,�tZ
a ^� w I I` / �' CT�V :. r // i i •il ► PI It "
It S
" ', o »
4i1 �d `: II �� m� it •!'�' �r - `~
t7t3o=Ik
• +. tl q �? 7 �n � •� - �' r is pD. °' /f
';t'''1 i +, n y n - •. /ins _� � ^ R M �`\ � ^L�� L cc��� u/ "
-0 0 � o ca
CD
Nip Q-
ol
v " i� • ()
y i � 0
cl
•— f 2 i' ! r n I M I —� 1 " / \C' a ;7 D
rn
. � �'' ^ . �' - max»• p ;J � n � %'`
-� t, col
it
11 1
J001
AN4414
OD
� = J
` CD
q ,•` -�• tt h J 11 '� ` I �! F ly1— O m wl\• d i. _
"
/ z
n I • ' �b � b � \ry .. b • u 1 t• � o � �
+r