HomeMy WebLinkAboutC84-001 Nottingham Sand & Gravel%Vmvj `OW?
AGREEMENT
of 0T IS AGREEMENT is dated as of the �"`� day
4, 1984, by and between the COUNTY OF EAGLE,
actin y and through its BOARD OF COUNTY COMMISSIONERS
(hercrinafner referred to as the "County"), and NOTTINGHAM SAND &
GRAVEL, INC. (hereinafter called the "Contractor"). The County
and the Contractor, in consideration of the mutual covenants
herein set forth, agree as follows:
ARTICLE I. WORK
The Contractor will* complete all as specified or
indicated in the Contract Documents. The work is- generally
-described as follows:- the repair and asphalt paving of -the
McDonald Building and County Library parking lots.
ARTICLE II. COUNTY'S REPRESENTATIVE
The Eagle County Public Works Director or," in his
absence, the Building and Grounds Supervisor, is designated -as
the County's representative for purposes required in the
Contract Documents. -
ARTICLE III. CONTRACT TIME- 1 -(/
All work must be completed on
The County and the Contractor recognize
essence in this Agreement.
or before gatayouft,
that time is of the
ARTICLE IV. CONTRACT PRICE
The County shall pay the Contractor for performance of
the work in accordance with the Contract Documents in current
funds the total price of Twelve Thousand Four Hundred Ninety.
Dollars and No Cents ($12,490.00), lump sum, based on a six-inch
depth of rock. Should the County and the Contractor agree that
twelve inches of rock are necessary, the lump sum price shall be
Thirteen Thousand Three Hundred and Eighty Dollars and No
Cents. It is specifically agreed by the County and the
Contractor that this Agreement is a lump sum contract and not to
be based on field measurements and quantities, except for the
variation in price based on the depth of rock described
hereinabove.
ARTICLE VI. MANNER OF PAYMENT
A. The County agrees to make a payment of 90% of the
total contract price after completion of the work by the
Contractor and inspection by the County representative through
the County's regular bill paying procedure. The inspection by
the County representative shall be made promptly upon
notification of the 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 the 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 re -inspected by the County's
representative.
�rww
B. Ten percent (10%) of the total price shall be retained
by the County and shall not be made until after final settlement of
this contract 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 the Board of County Commissioners has held a
public hearing, thereupon and complied with Section 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 amount owed to
the Contractor by the -County- unless- a_uthor ized in writing by
written- change order, d _, signed by the Count y's representative. --
Written change order shall --also be'required to increase the depth
of the rock from the six-inch depth to the twelve -inch depth
described in Article IV h-reinabove.
ARTICLE VI. CONTRACTOR'S REPRESENTATIONS - -
In order to induce the County to- enter into this
Agreement, Contractor makes the following representations; .
6.1 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.
6.2 Contractor has conducted an on -site inspection of the
work and studied carefully the existing conditions at the work site
or otherwise affecting the cost.
6.3 Contractor has made or caused to be made
examinations, investigations and tests as he 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.
6.4 Contractor has correlated the results of all such
observations, examinations, investigations, tests, reports and data
with the terms and conditions of the Contract Documents.
6.5 Contractor has given the County written notice of all
conflicts, errors or discrepancies that he has discovered in the
Contract Documents and the written resolution thereof by the County
is acceptable to the Contractor.
6.5 Contractor warrants and guarantees all work and
material supplied to County for a period of one year. Contractor
warrants the work will be done is such a manner as to provide
proper drainage to the pavement.
ARTICLE VII. CONTRACT DOCUMENTS
The Contract Documents which comprise the entire agreement
between the County and Contractor are attached to this agreement,
made a part hereof and consist of the following:
7.1 This Agreement
7.2 Invitation to Bid
-2-
7.3 Bid Specifications with drawings
7.4 Contractor's Bid.
There are no Contract Documents other than those listed above in
this Article 7. The Contract Documents may only be altered,
amended or repealed by a Modification in writing signed by the
Contractor and the Board of County Commissioners. In case of any
conflict between the documents, the Agreement shall take precedence
over all other documents and the Bid Specifications shall take
precedence over all other documents except this Agreement.
ARTICLE 8. MISCELLANEOUS
8.1 No assignment by a party hereto of any rights under
or interests in the Contract Documents will be binding on the other
party hereto without the written consent of th-e party sought to be
bound; and specifically but without limitation, monies -that may
become due and monies 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
responsibiity under the Contract Documents.
8.2 County and Contractor each binds himself, hi.s
partners, successors, assigns and legal representatives in respect
to all covenants, agreements and obligat-ions contained in the
Contract Documents.
8.3 Prior to commencing work, Contractor shall furnish to
proof of good and sufficient insurance in a form acceptable to the
County Attorney, including liability insurance and workmen's
compensation insurance.
IN WITNESS WHEREOF, the parties hereto have signed this
Agreement in triplicate. One counterpart each .has been delivered
to Owner and Contractor. All portions of the Contract Documents
have been signed or identified*by Owner and Contractor.
ATTEST: -
By:
er -o t t oar
County Commissioners
COUNTY OF EAGLE, STATE OF COLORADO
By and Through its
BOARD OF COUNTY COMMISSIONERS
By • f 1
W. Keith Troxel, Chbirman
Address for giving notices:
P.O. Box 850
Eagle, Colorado 81631
NOTTINGHAM SAND & GRAVEL COMPANY
Address for giving not es:
P.O. Box B
Avon, Colorado 81620
-3-
y
cv
TELEPHONE
303/328-7311
Board of County
Commissioners
Ext 241
Assessor
Ext 202
Clerk and
Recorder
Ext 217
Sheriff
Eagle: Ext 211
Basalt: 927-3244
Gilman: 827-5751
Treasurer
Ext 201
Administration
Ext 241
Animal Shelter
949.4292
Building
Inspection
Ext 226 or 229
Community
Development
Ext 226 or 229
County Attorney
Ext 263
Engineer
Ext 236
Environmental
Health
Ext 238
Extension Agent
Ext 247
Library
Ext 255
Public Health
Eagle: Ext 252
Vail: 476-5844
Personnel
Ext 241
Purchasing
Ext 245
Road and Bridge
Ext 257
Social Services
328-6328
]EAGLE COUNTY'v
Eagle, Colorado 81631
INVITATION TO BID
Eagle County will receive sealed bids; for the
repair and paving of the McDonald Building and
County Library parking lots; until 2:00 P.M., June 15,
1984 in the office of the Eagle County Director of
Public Works. At such time the bids will be opened
and read aloud. The decision for award will be made
by the Board of County Commissioners Tuesday,
.June 18, at 11:00 A.M., in the Eagle County Commis-
sioners Hearing Room, all at 550 Broadway, Eagle,
Colorado 81631. Bidding documents may be ob-
tained at the office of the Eagle County Director of
Public Works.
_ c
1 - '
BID
Eagle County- will be accepting bids on the fallowing:
Repair and paving McDonald Building parking ' lot ,- ,and
Library parking areas.
BID SPECIFICATYONS
1. Construction Methods and Mat eri al-s : The - horizont al -
limits of each repair area will be marked.by the -County. The
contractor shall remove the failed pavement, base coarse, and
subgrade soil to the depth required. The pavement- and ex-
cavation shall be cut vertically with square edges. The con-
tractor shall saw cut the asphalt mat which will allow -the
waste material to be excavated without disturbance or damage
to the adjoining mat. Any overbreak, separating, or other
damage to the existing mat outside of the marked limits shall
be replaced at the contractor's expense.
Soft, spongy, saturated, and/or yielding subgrade soils
shall be removed to the depth of G to 12 inches and backfilled
with clean, compacted, base course Class 5.
2. Materials: Asphalt cement for the paving mixture
shall be AC-1-0—grade asphalt. Asphalt emulsion for the tack
coat shall be SS-lH or CSS-1H diluted with an equal amount of
water. These materials shall conform to the requirements for
the type_ and grade in the applicable table in the latest re-
vision of Specifications for Asphalt Cement and Liquid Asphalts.
The asphalt for the parking lot shall be Colorado Division of
Highways specifications Grading D, 2" mix.
3. Asphalt Temperature Control: Plant mix asphaltic
concrete shall be placed only on properly constructed and
accepted subgrades that are free from water, snow, or ice.
The bituminous mixture shall have a minimum ambient tempera-
ture of 280OF in the truck at point of delivery and shall be
placed within the following air temperature limitations when
• weather conditions otherwise permit the pavement to be pro-
perly placed and finished.
Compacted Thickness Minimum Placement Air Temperature
lit - 22 500
04�
BID -
PAGE 2 - - - -
4. Placing 'the- Mik: The mix shall be placed at a tem- _
perature exceeding 23-5F, with an asphalt paver to provide the
depth in the proposal. - Placing the mix shall be -a continuous
operation. The paver shall -place the mix to a smooth surface
that is uniform in density and textur.e. If any irregularities
occur, they shall be corrected immediately before final.com- _
paction of the mix. Casting of -loose hot mix upon tears or
other blemishes in the screeded-Surface will not be permitted
unless the coarse rock (rr4 plus) is -'raked off the surface or
otherwise disposed of. Number 4 plus material shall not'be
rolled or compacted into a previously screeded surface. At
the interface between the existing asphalt and the new asphalt,
the new pavement -edge shall be raked and tapered so that -the
asphalt has a smooth joint formed.
5. Compactin g.the Mix: The mix shall be compacted
immediately after placing initial rolling with a steel wheel
tandem roller (8 tons minimum roller weight).shall follow the
paver as closely as possible. Rolling shall be continued un-
til 95 0 of standard proctor density has been obtained. The
final rolling shall be to eliminate the marks from previous
rolling. All rolling will be done at speeds of less than
3 mph.
6. Joints: That may be necessitated. by weather or .com-
pleting a days run shall have a tack coat and/or be heated. The
new mix placed against a cold joint shall have a temperature
of at least 270OF and shall be rolled (compacted) a minimum
of four (4) passes with steel wheeled breakdown roller.
7. What is to be paved:
A) McDonald Building parking lot, and driveways.
Except for areas paved in 1983 (per drawings)
B) County Library parking areas, both north and
west sides. On the west side, the section of
alley is to be paved also, from the start to
our property line.
G�
1 8.
Asphalt Thickness: Asphalt mat shall -be no less
than 2
9.
Drainage: It is the responsibility of the
Contractor to insure the drainage of all paved
areas.
The MacDonald Building drawing indicates three
existing parking lot drains. The Library on the
west side must drain to the middle of the alley -
and take the water to the south. On the north
side it should drain into the existing ditch.
10.
Insurance and Bondin : Also included in your bid
the cost for general public liability insurance,
workmen's comp. insurance, payment bond and
performance bond.
11.
Completion Date: All work must be done by July
0, 1-984.
All
bids must be returned to the Eagle County Public
Works Office, by June /,.r-~ 1984, by 2:00 P.M.
�Px
IN I
A"
it
4 U3
T 71, IM.
7�•
•
I
I:; V:.,
4L. 7 '4%E" 4 its k elll ET 4A n4
-Vt
76 8.9
E:Q
ro zor
Ylr4tjplc4 0 $14011 A YlO Agya"VA'"r
4
It Pa. .
.4,3
- rp
# 6r.
7! A
VA
/5' 9t7
NOTTINGHAR SAND & GRAk< �O. CONTRACTOR'S BID - ge No. _ of Pages
t P. 0. Box B _
AVON, COLORADO 81620 *ubtontrart 2gretment
_ JOB PHONE DATE _
(303) 949-5568 I .6-15-84
JOB NAME%LOCATION-
TO _.._.........__E agle County ilicDonald Building & Pax —king Lots
550 Broadway v i Eagle Colorado
Eagle, Colorado
JOB NUMBER ARCHITECT
• ti
JOB SPECIFICATIONS:
—_ ____ 22 t205 Sgo Et o_ .As}ahalt Paving, Removal Re air, Bond &Clean-uP_________ - -- --_.g, - -- - --?---- P _ -. Clean --up
1-,-.Foot depth of Rock
___._._...__. 6 ,Inches_ depth of Rock _ _ 1.2..:.40_�
Final payment based on field measurement & c i a itie s.
Pa��rnent in _full upon_ completion of job.
All accounts due loth of month following date of purchase on all past due
accounts. Finance charge of Mla per month or 18% annual rate (504 minimum) -
will be added. -
For the sum of $ dollars ($ 1. I
The above specified project is to be completed in strict conformance with all specifications and conditions relating to this agreement. In
addition, the project is to be performed in compliance with OSHA regulations and local, state and national building codes. Although the
contractor has control over the quality of all work relating to this project, the subcontractor is an independent contractor in all respects; the
subcontractor is responsible for his employees, his subcontractors, materials, equipment and all applicable taxes, benefits and insurances.
The subcontractor is responsible for coordinating his activity with other trades and promptly cleaning up any surplus or refuse which was
created by his work. I
Payment will be made as follows: Payment in full upon completion of job.
Contractor Subcontractor Nottin ham Sand & Griel 1119.
Authorized Authorized
Signature Signature
Date Date
FORM 219-3 Available from LInc., Townsend. Mass. 01470
No. .........
CHANGE ORDER
- - Dated .. % .. f ..... .
OWNER's Project No ........................ ENGINEER's Project No. .......................
Project % r'C: 4./.✓.i.9. ��7. ':./fJ�'K//t�. .Z-0.: . .
CONTRACTOR /.. ��/� .�...�......0.� . � ./91/� . ....................
Contract For zd ?"� . Contract Date ...-. ". 8 .............
To: ! YO?�l nl9►./7An? .. S!9�!� . U'�'� .Y.�` . �/�.c•................................ .
CONTRACTOR
You are directed to make the changes noted below in the subject Contract:
......�............................
OWNER
By.....�..... .. ............
Dated........................19........
Nature of the Changes
ovOrlAy A A�or�,o�,� 7feXi3�
Enclosures:
These changes result in the following adjustment of Contract Price and Contract Time:
Contract Price Prior to This Change Order $ ��. .lj.�,9�., ¢8....... .
Net (Increase) (Decrease) Resulting from this Change Order $ ...... 0 .........
Current Contract Price Including This Change Order $ 132 %0• 00
f..............
n}
c
Contract Time Prior to This Change Order ............................. . .
(Days or Date)
Net (Increase) (Decrease) Resulting from This Change Order .................... !�!!�' .............. .
(Days)
Current Contract Time Including This Change Order ........................ $ .- �.-.S .. .. ..... .
(Days or Date) -
The Above Changes Are Approved: , , . , . , , .. .
By.....................................
Date......... •................... . 19.... .
The Above Changes Are Accepted: 1 �'P.t!�!91��!'.? �!�!✓�.rA.�!4�:��� -
CONTRACTOR
By Joe
.. ...............
Date. Ao ......................... . 19. .