HomeMy WebLinkAboutBruch & Bruch Construction, Inc., Change Order No. 2 - 030821C�7
JEFFERSON COUNTY
Sheet: 1 of 2
DEPARTMENT OF PUBLIC WORKS
Change
Date: 2/19/2021
CHANGE ORDER
Order No. 2
Ordered by County Engineer under terms of
oSection 1 - 04.4 of the Standard Specifications
Contract No. 180 20390
Change proposed by Contractor
To:
Bruch and Bruch Construction, Inc.
Endors by: Bruch & Bruch Construction Inc
Attn: Sean Coleman
Contractor Firm Name
L-VAIL.-,r�'....__ -
02,25,2021
P.O. Box 250
Port Angeles, WA 98362
Project Title:
Supply of Aggregate for Bituminous Surface
Signature Date
Pr .miect Manager
Title
Consent given by Surety: (when required)
Treatment in Jefferson County in Calendar
By:
Years 2020 and 2021
Attorney -in -fact Date
You are ordered to perform the following described work upon receipt of an approved copy of this change order:
This change order will make the following change to the contract:
In accordance with the Contract Special Provision Additions and Substitutions, the original contract quantity of 112" to
U.S. No. 4 aggregate delivered to East Jefferson County sites is increased by 4,550-tons; from 1,500-tons to 6,050-tons, at
the original contract unit price of $40.22 per ton. The contract amount for this item is increased by $183,001.00.
In addition, the original contract quantity of 114" to U.S. No. 8 aggregate delivered to East Jefferson County is
increased by 200-tons; from 2,400-tons to 2,600-tons, at the original contract unit price of $40.22 per ton. The contract
amount for this item is increased by $8,044.00.
The total increase in the contract amount for this Change Order is $183,001.00+ $$8,044.00 = $191,045.00.
All work materials and measurement to be in accordance with the provisions of the standard specifications and
special provisions for the type of construction involved.
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$202,917.00
$206,128.60
$191,045.00
$397,173.60
ORIGINAL
CURRENT
CONTRACT TIME
NEW CONTRACT
CONTRACT TIME
CONTRACT TIME
CHANGE (Add/Del)
TIME
N/A
N/A
N/A
APPROVAL RECOMMENDEa APPR AL RECOMMEND
a
•2•2/
Project Mana er 'ffDate County E er Date
APPROVA RE MMENDED APPROVED
rzrl
j i
ei
WT
Engineering ervices Manager Date Chair, Jeflerson County Commissioners Date
------ ---- -
JEFFERSON COUNTY
'
Contract No,
180 20390
Sheet 2 of 2
OF PUBLIC I WORKS - -
DEPARTMENT
Date -- :_ 2/19/2021
- ---- -- - -
CHANGE
Change
, -
---- - -----
ORDER ESTIMATE
Order No.
--- --------
ITEM
GROUP
UNIT
UNIT
ESTIMATED
ESTIMATED
NO.
NO.
DESCRIPTION
MEASURE
PRICE
QUANTITY
AMOUNT
---
CHANGE
CHANGE
NEW ITEMS
- - --- -
-
t
N/A
--- -------- -
- -----
-- -------- -
"--$0.00
EXISTING
ITEMS,
ADDED QUANTITIES or REVISED AMOUNTS
N/A
N/A
Increase the quantity of 112" to U. S. No. 4 chip,
delivered to the County Shop located in Port
Hadlock, by a total of 2,150-tons, for the current
- - --- --- -----
unit price of $40.22 per ton.
Ton per
- ---- -
Loaded
$40.22 per ton 2,150-tons = $86,473.00
Mile Trip
$40.22
2,150
$86,473.00
N/A
N/A
-- -------- -
Increase the quantity of 112" to U.S. No. 4 chip,
- - ----- -
delivered to the Cape George County Pit, by a
total of 2,150-tons, for the current unit price of
-------- ----
. .......
$40.22 per ton.
Ton per
- -
....... . ..... . ... ... ..... ... .. ..
-------- -- ------- -- -
- - ------
Loaded
$40.22 per ton 2,150-tons = $86,473.00
Mile Trip
$40.22
2,150 .
...... , $86, - 473.00
N/A
N/A
... ..... ..
Increase the quantity of 1/2" to U.S. No. 4 chip,
- - — - --------
- - - --------- - - -
-----
------
delivered to the Jefferson County Roads Shop in
Quilcene, by a total of 250-tons, for the current
unit price of $40.22 per ton.
Ton per
-- ------- ---
- - --- ------ - --- --
Loaded
$40.22 per ton *.250-tons = $10,055.00
Mile Trip
$40. 1 22
2 1 50 11-11-111
$ 1 - 0,055.00
N/A
N/A
- - - -- ------ - - ------ - - -
Increase the quantity of 114" to U.S. No. 8 chip,
-- ---- - - ----
-- ------ ---
delivered to the Jefferson County Roads Shop in
- -----
- - - ----------
Quilcene, by a total of 200-tons, for the current
- -----
unit price of $40.22 per ton.
Ton per
-- - ------- --
L_...
Loaded
Mile Trip 1
$40.22
200
$40.22 per ton * 200-tons = $8,044.00
P
I
f$8,044.00
t
ESTIMATED
NET CHANGE
TOTAL'
$191.045-00
JEFFERSON COUNTY
Shee 1 of 2
DEPARTMENT OF PUBLIC WORKS
Change 1
Date 3/10/2020
CHANGE ORDER
Order
Ordered by County Engineer under isnns of
QR Section t - 04.4 of the Standard Specifications
Contract No. 180 20390
Change proposed by Contractor
To:
Brach and Bruch Construction, Inc.
Attn: Jesse Brunt
Endorsed by: Fv,,,f d&�i '5�sa>r►+
%Ccnrracnrcro *Ner
P.O. Box 250
I TAMP
Port Angeles, WA 98362
Project Title.
Supply of Aggregate for Bituminous Surface
taro Date
TNO
Consent given by Surety (when required)
Treatment in Jefferson County in Calendar
By.
Years 2020 and 2021
Adorn"" -rota Date
You are ordered to perform the following described work upon receipt of an approved copy of this change order.
This change order will make the following change to the contract:
In accordance with the Contract Special Provision, Modification of Delivery Site, the location of the West Jefferson County
(WJC) product delivery site is revised, and a corresponding contract cost adjustment is made per the modification rate of
$0.20 per ton per loaded road mile, as described in that special provision,
For the purposes of Engineering cost estimates and the Supplier's bidding calculations, the County's Hoh River Roads Shop
was identified as the primary site for deliveries to WJC. However, portions of the contract quintity of 112" to U.S. No. 4
aggregate to be delivered to WJC will now be delivered to two (2) new and separate delivery sites; Clearwater Roads Shop
and Allen's Mill, The Clearwater Roads Shop is 28.7-miles farther from the material source than the Hoh River Roads Shop
is, which requires a cost increase. Aden's Mill is 3.5-miles closer to the material source than the Hoh River Roads Shop is,
which requires a cost reduction.
The contract cost adjustment is based on the following:
For delivery of 640-tons of 112" to U.S. No. 4 aggregate to the Clearwater Roads Shop, at the modification rate
described (28.7-mi. x $0.20 per ton per loaded mile = $5.74 per ton), add $5.74 per ten to the initial cost of the product
delivered to West Jefferson County: $5.74 per ton x 640-tons = $3,673,60.
For delivery of 660-tons of 112" to U.S. No. 4 aggregate to Allen's Mill at the modification rate described (-3.5-mi. x
$0.20 per ton per loaded mile = ($0.70) per ton)), deduct $0.70 per ton from the initial cost of the product delivered to
West Jefferson County: ($0.70) per ton x 660-tons = ($462.00).
The total increase in the contract amount for this Change Order is $3,673.60 - $462.00 = $3,211.60.
All work materials and measurement to be in accordance with the provisions of the standard specifications and
special provisions for the type of construction involved.
ORIGINAL
CURRENT
ESTIMATED
ESTIMATED
CONTRACT
CONTRACT
NET CHANGE
CONTRACT TOTAL
AMOUNT
AMOUNT
THIS ORDER
AFTER CHANGE
$202.91T00
$202,917.00
$3,211.60
$206.128.60
ORIGINAL
CURRENT
CONTRACT TIME
NEW CONTRACT
CONTRACT TIME
CONTRACT TIME
CHANGE (AddtOel)
TIME
NIA
N/A
N/A__NIX'
APPROVAL RECOMMENDED AP RECOMMENDED
Pro/eat q0na&r Date Cou Date
PROVAtI2ECOMMENDED APP
Eng/n";v (� Z� 2�Zo
e:
art+Kj ac7as Manager Date Cheir NeyowoSrity Cammfssioners Date
JEFFERSON COUNTY
Contract No. 180 20390
Sheet 2 of 2
DEPARTMENT OF PUBLIC WORKS
Date: ;3/10/20
CHANGE ORDER ESTIMATE
Change I
Order No, I
ITEM
NO.
GROUP
NO,
DESCRIPTION
UNIT
MEASURE
UNIT
PRICE
ESTIMATED
QUANTITY
CHANGE
ESTIMATED
AMOUNT
CHANGE
NEW ITEMS
N/A
$0.00
N/A
$0.00
EXISTING
ITEMS,
ADDED QUANTITIES or REVISED AMOUNTS
N/A
N/A
Increase product cost of $35,43 per ton by $0,20 per
ton per loaded mile on 640-tons of product delivered
to a site located 28.7-mi, farther from the product
source than the original site:
Ton per
Loaded
$0.20/ton/loaded mile " 28.7-mi. = $5.74 per ton
$5.74 per ton' 640-tons = $3,673.60
Mile Trip
$5.74
6401
$3,673.60
N/A
N/A
Decrease product cost of $35.43 per ton by $0.20
per ton per loaded mile on 660-tons of product
delivered to a site located 3.5-mi, closer to the
product source than the original site:
Ton per
Loaded
$0.20/ton/loaded mile *-3.5-mi. _ $0.70 r ton
$0.70 er ton " 660-tons = $462.00)
Mile Trip
$0.70)
660
$462,00
ESTIMATED
NET CHANGE
TOTAL:' $3,211.60
PURCHASE AND SALE AGREEMENT' 5 �"
r
THIS AGREEMENT, made and entered into this day of / 2020,
between the COUNTY OF JEFFERSON, acting through the Jefferson Con Commissioners and the
Director of Public Works under and by virtue of RCW Title 36 as amended, hereinafter referred to as
BUYER, and Bruch and Bruch Construction, Inc. of Port Angeles, WA, hereinafter called the SELLER.
WITNESSETH:
For good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, the
parties hereto do agree as follows:
GENERAL PROVISION: This Agreement contains the entire Agreement and understanding
concerning the subject matter hereof between the parties and supersedes and replaces all prior negotiations,
proposed agreements and agreements, written or oral. Each of the parties hereto acknowledges that no
other party hereto or any agent or attorney of such party has made any promise, expressed or implied, not
contained in this Agreement to induce it to execute this Agreement. Each of the parties further
acknowledges that it is not executing this Agreement in reliance on any promise, representation or warranty
not contained in this Agreement. This Agreement is to be construed as if it were prepared and reviewed by
both parties.
1. SALE OF GOODS
Seller shall manufacture, sell, transfer/deliver or make available for transfer/delivery to Buyer on
or before May 1 of each contract year (2020 and 2021), the following described products:
Aggregate for use by the Jefferson County Department of Public Works Road Operations Division in their
bituminous surface treatment (BST) program in quantities and by dates indicated in the Bid Proposal
documents. This Agreement is for supply of specified aggregate(s) in calendar years 2020 and 2021.
2. CONSIDERATION
Buyer shall accept the goods and pay unit prices in accordance with the Contract Provisions and
the Seller's Proposal dated January 27, 2020.
3. IDENTIFICATION OF GOODS
Identification of the goods to this agreement shall not be deemed to have been made until both
buyer and seller have specified that the goods in question are as prescribed in the performance of this
agreement.
4. PAYMENT ON RECEIPT
Buyer shall make payment for received goods after inspection and approval by the buyer. Buyer
shall make payment within approximately 30 days after receiving invoice and approval of goods as per the
referenced Minimum Specifications and Special Provisions.
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 1 of 8
5. BUYER'S RIGHT TO OFFSET
Buyer may offset against any invoice from Seller any costs incurred by the Buyer as a result of
event of default by Seller under this Contract or otherwise resulting from Seller's performance or non-
performance under this Contract, including but not limited to any credits due as a result of over -billing by
Seller or overpayments made by the Buyer. If the amount offset is insufficient to cover those costs, Seller
is liable for and must promptly remit to the Buyer the balance upon written demand for it. This right to
offset is in addition to and not a limitation of any other remedies available to the Buyer.
6. RECEIPT CONSTRUED AS DELIVERY
Goods shall be deemed received by Buyer when delivered and installed to the Buyer per the
referenced Minimum Specifications and Special Provisions at locations identified in the Contract
Specifications. Receipt does not equal acceptance for the purpose of this Agreement.
7. RISK OF LOSS
The risk of loss from any casualty to the goods, regardless of cause, shall be on the Seller until the
goods have been delivered and accepted by the Buyer.
8. WARRANTY OF NO ENCUMBRANCES
Seller warrants that the goods are now free, and that at the time of delivery shall be free from any
security interest or other lien or encumbrance.
9. WARRANTY OF TITLE
Furthermore, Seller warrants that at the time of signing this Agreement, Seller neither knows, nor
has reason to know, of the existence of any outstanding title or claim of title hostile to the rights of Seller
in the goods.
10. WARRANTY OF MERCHANTABILITY
Further, Seller warrants that the goods, which are the subject of this Agreement, are merchantable
and are fit and suited for their intended purpose. This warranty shall survive past the Date of Acceptance
by the Buyer and shall survive for one (1) year past the Date of Acceptance or for a time co -extensive with
the manufacturer's warranty, whichever is shorter.
11. RIGHT OF INSPECTION/REJECTION
Buyer shall have the right to inspect the goods on arrival, and within 30 calendar days after delivery,
Buyer must give notice to Seller of its intent to reject the goods, or any claim for damages on account of
the condition, quality or grade of the goods, and Buyer must specify the basis of the claim of Buyer in
detail. The failure of buyer to comply with these conditions shall constitute irrevocable acceptance of the
goods by buyer.
12. ACCEPTANCE
Unless Buyer notifies Seller of either Acceptance of the goods or Rejection of the goods in
accordance with Section 11 above before 30 calendar days have passed since the delivery date of the goods,
the Date of Acceptance for purposes of this Agreement shall automatically be the 3Is' calendar day after
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 2 of 8
the date of delivery of the goods.
13. RIGHT OF CANCELLATION
Buyer shall have the right to cancel this Agreement on giving 30 days prior written notice of the
intent to do so.
14. CURE OR DEFAULT NOTICE AND REMEDIES
The occurrence of any event of default permits the Buyer, at the Buyer's sole option, to declare
Seller in default.
The Buyer will give Seller written notice of the default, either in the form of a cure notice ("Cure
Notice"), or, if no opportunity to cure will be granted, a default notice ("Default Notice").
If the Buyer issues a Default Notice, the Buyer will also indicate any present intent the Buyer may
have to terminate this Contract. The decision to terminate is final and effective upon giving the notice. If
the Buyer decides not to terminate, this decision will not preclude the Buyer from later deciding to terminate
the Contract in a later notice, which will be final and effective upon the giving of the notice or on such later
date set forth in the Default Notice. When a Default Notice with intent to terminate is given, Seller must
discontinue any performance, unless otherwise directed in the notice.
After giving a Default Notice, the Buyer may invoke any or all of the following remedies:
A ........ The right to take over and complete the contract's performance, or any part of them, at
Seller's expense and as agent for Seller, either directly or through others, and bill Seller for
the cost of the performance, and Seller must pay the difference between the total amount of
this bill and the amount the Buyer would have paid Seller under the terms and conditions of this
Contract for the performance that was completed by the Buyer as agent for Seller;
B........ The right to terminate this Contract as to any or all of the performance yet to be completed
effective at a time specified by the Buyer;
C........ The right to seek specific performance, an injunction or any other appropriate equitable
remedy;
D........ The right to seek money damages;
E........ The right to withhold all or any part of Seller's compensation under this Contract; and
F........ The right to deem Seller non -responsible in future contracts to be awarded by the Buyer.
15. APPLICABLE LAW
All questions with respect to the construction of this Agreement and the rights and liabilities of the
parties hereto, shall be brought only in the State of Washington and the parties hereto consent to jurisdiction
and venue in such State.
16. ATTORNEYS FEES
In the event of any dispute under this Agreement, the prevailing party shall be entitled to recover
its reasonable attorney's fee and costs, in addition to all other relief to which it may be entitled.
17. AMENDMENTS
This Agreement shall not be deemed or construed to be modified, amended, rescinded, canceled,
or waived in whole or in part except by written amendment signed by the parties hereto.
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 3 of 8
18. SEVERABILITY
If any provisions of this Agreement shall be held to be invalid, illegal or unenforceable, the validity,
legality and enforceability of the remaining provisions shall not in any way be affected or impaired thereby.
19. INSURANCE
Prior to commencing work, the Seller shall obtain at its own cost and expense the following
insurance from companies licensed in the State with a Best's rating of no less than A:VII. The Seller shall
provide to the County Risk Manager certificates of insurance with original endorsements affecting
insurance required by this clause prior to the commencement of work to be performed.
The insurance policies required shall provide that thirty (30) days prior to cancellation, suspension,
reduction or material change in the policy, notice of same shall be given to the County Risk Manager by
registered mail, return receipt requested, for all of the following stated insurance policies.
If any of the insurance requirements are not complied with at the renewal date of the insurance
policy, payments to the Seller shall be withheld until all such requirements have been met, or at the option
of the County, the County may pay the renewal premium and withhold such payments from the moneys
due the Seller.
All notices shall name the Seller and identify the agreement by contract number or some other form
of identification necessary to inform the County of the particular contract affected.
A. Workers Compensation and Employers Liability Insurance. The Seller shall procure and
maintain for the life of the contract, Workers Compensation Insurance, including Employers
Liability Coverage, in accordance with the laws of the State of Washington.
B. General Liability (1) - with a minimum limit per occurrence of one million dollars
($1,000,000) and an aggregate of not less than two million dollars ($2,000,000) for bodily injury,
death and property damage unless otherwise specified in the contract specifications. This insurance
coverage shall contain no limitations on the scope of the protection provided and indicate on the
certificate of insurance the following coverage:
1. Broad Form Property Damage with no employee exclusion;
2. Personal Injury Liability, including extended bodily injury;
3. Broad Form Contractual/Commercial Liability including completed operations
(contractors only);
4. Premises - Operations Liability (M&C);
5. Independent Contractors and Subcontractors; and
6. Blanket Contractual Liability.
C. Automobile (2) - with a minimum limit per occurrence of $1,000,000 for bodily injury,
death and property damage unless otherwise specified in the contract specifications. This insurance
shall indicate on the certificate of insurance the following coverage:
1. Owned automobiles;
2. Hired automobiles; and,
3. Non -owned automobiles.
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 4 of 8
Any deductibles or self -insured retention shall be declared to and approved by the County prior to
the approval of the contract by the County. At the option of the County, the insurer shall reduce or eliminate
deductibles or self -insured retention or the Seller shall procure a bond guaranteeing payment of losses and
related investigations, claim administration and defense expenses.
The Seller shall include all subcontractors as insured under its insurance policies or shall furnish
separate certificates and endorsements for each subcontractor. All insurance provisions for subcontractors
shall be subject to all of the requirements stated herein.
Failure of the Seller to take out and/or maintain any required insurance shall not relieve the Seller
from any liability under the Agreement, nor shall the insurance requirements be construed to conflict with
or otherwise limit the obligations concerning indemnification.
It is agreed by the parties that insurers shall have no right of recovery or subrogation against the
County (including its employees and other agents and agencies), it being the intention of the parties that the
insurance policies so affected shall protect both parties and be primary coverage for any and all losses
covered by the above described insurance. It is further agreed by the parties that insurance companies
issuing the policy or policies shall have no recourse against the County (including its employees and other
agents and agencies) for payment of any premiums or for assessments under any form of policy. It is further
agreed by the parties that any and all deductibles in the above -described insurance policies shall be assumed
by and be at the sole risk of the Seller.
It is agreed by the parties that judgments for which the County may be liable, in excess of insured
amounts provided herein, or any portion thereof, may be withheld from payment due, or to become due, to
the Seller until such time as the Seller shall furnish additional security covering such judgment as may be
determined by the County.
The County reserves the right to request additional insurance on an individual basis for extra
hazardous contracts and specific service agreements.
Any coverage for third party liability claims provided to the County by a "Risk Pool" created pursuant to
Ch. 48.62 RCW shall be non-contributory with respect to any policy of insurance the Seller must provide
in order to comply with this Agreement.
If the proof of insurance or certificate indicating the County is an "additional insured" to a policy
obtained by the Seller refers to an endorsement (by number or name) but does not provide the full text of
that endorsement, then it shall be the obligation of the Seller to obtain the full text of that endorsement
and forward that full text to the County.
The County may, upon the Seller's failure to comply with all provisions of this contract relating to
insurance, withhold payment or compensation that would otherwise be due to the Seller.
20. CONTRACT DOCUMENTS
The Contract Documents consist of this Agreement, all conditions of the Jefferson County bid
documents (general, special and supplementary and other conditions, drawings, specifications, and
addenda) and other documents listed below issued prior to the execution of this Agreement and all
modifications and change orders issued subsequent thereto. These form a contract and all are as fully a part
of the contract as if attached to this agreement or repeated herein. An enumeration of the contract
documents is set forth below:
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 5 of 8
1. This Agreement; and
2. The General and Contract Provisions of the Jefferson County bid documents
3. The Bid Proposal of the Seller herein dated (January 27, 2020).
21. CONFLICT BETWEEN DOCUMENTS
In the event of a conflict or discrepancy between the Provisions of the Jefferson County bid
documents and the Provisions of this Agreement, the Provisions of the Jefferson County bid documents
shall be controlling.
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 6 of 8
IN WITNESS WHEREOF, the parties here -to have executed this Agreement to be effective on
the date of its signing by the BUYER.
ame of Vendor
rv-
dor Represen ative (Please print)
rr s
::::)igna re)
Title
4
("e //61 d
Date
JEFFERSON COUNTY
BOARD OF COMMISSIONERS
Approved as to form only;
Philip C. f4unsucker Date
Chief Civil Deputy Prosecutor
� 2-7 z.�
Mont einders, P.E. Date
Public Works Director/County Engineer
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 7 of 8
CERTIFICATION REGARDING
DEBARMENT, SUSPENSION, INELIGIBILITY, AND VOLUNTARY EXCLUSION
The Seller certifies to the best of its knowledge and belief, that it and its principals:
(1) Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily
excluded from covered transactions by any Federal, State, or local department or agency;
(2) Have not within a 3-year period preceding this proposal been convicted of or had a civil judgment
rendered against them for commission of fraud or a criminal offense in connection with obtaining,
attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under
a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement,
theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving
stolen property;
(3) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity
(Federal, State, or local) with commission of any of the offenses enumerated in paragraph (2) of
this certification; and
(4) Have not within a 3-year period preceding this contract had one or more public transactions
(Federal, State, or local) terminated for cause or default.
Where the Seller is unable to certify to any of the statements in this certification, such Seller shall attach an
explanation.
of Seller
ame and Title of
Representative
of Autlrar[ e Representative
❑ I am unable to certify to the above statement. An explanation is attached.
Purchase and Sale Agreement, Contract J, Version 1, Risk Legal Review Date xx/xx/xxxx(TBD) Page 8 of 8
Supply of Aggregate for Bituminous Surface Treatment in Jefferson County
in Calendar Years 2020 and 2021. County Project No. 180 20390
Complete all paples and return this entire original Than to the address below. To be accepted, bids
must be (1) signed and submitted on these original document forms using ink or typed and
supplying all of the information requested, and (2) accompanied by a proposal guarantee payable
to the Treasurer of Jefferson County in the sum of five percent (5%) of the bid amount, to be
forfeited to Jefferson County by the successful bidder if he/she fails to enter into a contract within
ten (10) calendar days of the bid award.
Deliver Bids to: County Commissioners, Jefferson County Courthouse;
Basement Level, 1820 Jefferson Street,
P.O. Box 1220, Port Townsend, WA 98368
Deadline: 9.30 A.M. MONDAY, JANUARY 27, 2020
We, the undersigned, are offering to supply the following items in full accordance with bid
specifications:
Vendor: BRUCH & BRUCH CONSTRUCTION, INC.
Plant Location (street address):
Snider Rock Quarry
WSDOT ASA Pit/Quarry Designation(s): Q240
GROUP A: PRICES BELOW ARE FOR DELIVERY TO WEST JEFFERSON COUNTY
BASE CONTRACT
PRICE PER U.S. TON
ITEM
CRUSHED
QUANTITY
DELIVERED
SCREENINGS TYPE
(U.S. Tons)
(U.S. Dollars)
1
1 /2" to U.S. No. 4
1300 Tons
$ 35.43 er ton
GROUP B: PRICES BELOW ARE FOR DELIVERY TO EAST JEFFERSON COUNTY
BASE CONTRACT
PRICE PER U.S. TON
ITEM
CRUSHED
QUANTITY
DELIVERED
SCREENINGS TYPE
U.S. Tons) )
(U.S. Dollars)
2
1/2" to U.S. No. 4
1500 Tons
$ 40.22 perton
3
1/4" to U.S. No. 8
2400 Tons
$ 40.22 perton
• Prices must be quoted in U.S. Dollars.
• Prices per ton must be quoted per U.S. Ton (2,000 Ibs.).
• Prices must not include Washington State sales tax or "use tax," but must include all other
applicable taxes, permit fees, environmental fees, and other fees.
1. Contract quantity will be ready for pickup or delivery by dates specified in
the General Contract Provisions for each contract year. Y I (Y/N)
Project No. 18020390 4 of 8
Supply of Aggregate for Bituminous Surface Treatment in
Jefferson County in Calendar Years 2020 and 2021 PROPOSAL
BRUCH & BRUCH CONSTRUCTION, INC.
Department of Public Works
O Consent Agenda
Page 1 of 1
Jefferson County
Board of Commissioners
Agenda Request
To: Board of Commissioners
Philip Morley, County Administrator
From: Monte Reinders, P.E., Public Works Director/County Engineer
Agenda Date: March 8, 2021
Subject: Change Order No.2 with Bruch and Bruch Construction, Inc.
for Supply of Aggregate for Bituminous Surface Treatment (BST)
Co. Project No. 18020390
Statement of Issue: Authorization of Contract Change Order No.2 with Bruch and
Bruch Construction, Inc. of Port Angeles, WA for an increase in the contract amount
for the above referenced project.
Analysis/Strategic Goals/Pro's Et Con's: This Change Order will provide for the
purchase of additional aggregate for the County's 2021 and 2022 BST programs.
The additional aggregate will be purchased at the original unit cost.
Fiscal Impact/Cost Benefit Analysis: This change order will increase the original
contract amount by $191,045.00, from $206,128.60 to $397,173.60. Funding for this
project is accounted for in the Roads Maintenance Budgets for years 2021 and 2022.
Recommendation: Public Works recommends that the Board execute all three (3)
originals of Change Order No.2 with Bruch and Bruch Construction, Inc. and return
two (2) originals to Public Works for further processing.
Department Contact: Dale Seward, Project Manager 360-385-9160.
Reviewed By:
i
Philip Morley, C u a or Date