Chrisp Company - Pavement Striping, Marks and Maintenance Project No. 16-RFP-PW-389 - Amendment No. 1AMENDMENT TO THE AGREEMENT FOR SERVICES BETWEEN
CITY OF GILROY AND CHRISP COMPANY FOR CONTRACTOR SERVICES DATED
NOVEMBER 18T11, 2016
AMENDMENT NO. 1
This Amendment shall become effective when it has been signed by the City Administrator, Department Head,
Project Engineer, City Engineer, and Contractor. All copies forwarded to Contractor for signature shall be
returned to the City of Gilroy properly filled out. Upon ac ce by th , the Contractor's copy will be
returned to him as his authoritv to proceed with the wor .
This amendment extends the term of Agreement for Servic s between the City of Gilroy and Chrisp
Company dated November 18th , 9 to May 29th, 2020.
This amendment increases the total not -to -exceed contract amount from $170,000 to $270,000.00
This amendment removes Exhibit D in the original Agreement and replaces it in its entirety with
Exhibit D attached to this Amendment.
This amendment revises the contract language to include the following:
The City may direct the contractor by Field Directive to perform work outside of the
payment schedule and rate shown in Exhibit.. These works shall be done based on a
negotiated price. If either the amount of work or payment for these works cannot be
determined or agreed upon beforehand, the City may direct by written Field Directive that
the work be done on a force account basis. Force account payment shall be in accordance
to Exhibit E.
All requirements of the original Agreement Documents shall apply to the above work except as specifically
modified by this Amendment. The contract time shall not extend unless expressly provided for in this
Amendment.
Chrisp Company hereby agrees to make the above changes subject to the terms of this Amendment for
ongoing maintenance services.
Contra Cck���
: pCompany.
By 1�r�'vti
David Morris, Vice President
Date
AMENDMENT TO THE AGREEMENT FOR SERVICES BETWEEN
CITY OF GILROY AND CHRISP COMPANY FOR CONTRACTOR SERVICES DATED
NOVEMBER 18", 2016
AMENDMENT NO.1
This Amendment shall become effective when it has been signed by the City Administrator, Department Head,
Project Engineer, City Engineer, and Contractor. All copies forwarded to Contractor for signature shall be
returned to the City of Gilroy properly filled out. Upon ac ce by th , the Contractor's copy will be
returned to him as his authoritv to proceed with the wor ,
2616
This amendment extends the term of Agreement for Servic s between the City of Gilroy and Chrisp
Company dated November 18th, 9 to May 29th, 2020.
This amendment increases the total not -to -exceed contract amount from $170,000 to $270,000.00
This amendment removes Exhibit D in the original Agreement and replaces it in its entirety with
Exhibit D attached to this Amendment.
This amendment revises the contract language to include the following:
The City may direct the contractor by Field Directive to perform work outside of the
payment schedule and rate shown in Exhibitk. These works shall be done based on a
negotiated price. If either the amount of work or payment for these works cannot be
determined or agreed upon beforehand, the City may direct by written Field Directive that
the work be done on a force account basis. Force account payment shall be in accordance
to Exhibit E.
All requirements of the original Agreement Documents shalt apply to the above work except as specifically
modified by this Amendment. The contract time shall not extend unless expressly provided for in this
Amendment.
Chrisp Company hereby agrees to make the above changes subject to the terms of this Amendment for
ongoing maintenance services.
Contra o • Chrisp Company.
By �e �-
David Morriss, Vice President
Date 11ICI 'A'
ACCEPTED:
Project Engineer
x(��- z�
a tment Head
City Administrator
Approved as to Form:
VV/11
Date
1 /t16
Date
// b s k
Date
Gilroy City At y's Office
By,
City Attorney \
Date
Exhibit D
n2
� 4"V eo""'Pa'"d' Payment Schedule and Payment Rate
Fremont Office
43650 Osgood Rd
Fremont CA 94539
Phone: (510) 656-2840 Fax: (510) 656-2397
Quotation
TO:
GILROY, CITY OF
7351 ROSANNA STREET
GILROY CA 95020
Phone: (408) 846-0238 Fax:
Contact: Nirorn Than
email: Nirorn.than@cityofgilroy.org
ITEM NO. DESCRIPTION
Contractors License No. 374600
DIR Registration No. 1000000306
A General Engineering
C-13 Fence, Wire, wood
C-32 Highway Improvement
Union Contractor / No minority Status
Current Date: 2/20/2019
BidDate: 2/20/2019
JobName: Striping, Markers and Object
Marker 2019-2020
Location: GILROY Bid#: 31682 0
Contract#: Job#:
Working Days:
Liquidated Damages
QUANTITY UNIT UNIT PRICE
01
Detail 4
LF
0.70
02
Detail 9
LF
1.40
03
Detail 10
LF
1.15
04
Detail 21
LF
2.10
05
Detail 22
LF
3.50
06
Detail 23
LF
3.50
07
Detail 25
LF
1.15
08
Detail 25A
LF
1.40
09
Detail 26
LF
0.60
10
Detail 27B
LF
1.15
11
Detail 27C
LF
1.10
12
Detail 29
LF
6.90
13
Detail 30
LF
4.60
14
Detail 32
LF
3.50
15
Detail 33
LF
3.50
16
Detail 37B
LF
3.25
17
Detail 37C
LF
3.25
18
Detail 38
LF
3.50
19
Detail 38B
LF
3.70
20
Detail 39
LF
1.75
21
Detail 39A
LF
1.70
22
Detail 40
LF
2.30
23
Detail 40A
LF
2.30
24
Detail 41
LF
2.30
25
12" White or Yellow Crosswalk or Limit Line
LF
4.60
26
12" White or Yellow Crosswalk Hatching
LF
4.60
27
8" White or Yellow Thermoplastic
LF
3.50
28
4-inch white lines for parkinq stalls (Paint)
LF
1.15
29
Removing and sealing existing pavement marking
SF
3.50
30
Removal of Markers
LF
2.50
31
Type 110' Arrow
EA
69.00
32
Type 118' Arrow
EA
115.00
33
Type 124' Arrow
EA
145.00
34
Type 11 (L) Arrow
EA
185.00
35
Type II (B) Arrow
EA
255.00
36
Type III (L) Arrow
EA
185.00
37
Type III (B) Arrow
EA
255.00
38
Type IV Arrow
EA
75.00
Page 1 of 4
TOTAL
e1 Ltdl.) p
eo%W an*
Contractors License No. 374600
Fremont Office
DIR Registration No. 1000000306
43650 Osgood
Rd
A General Engineering
Fremont
CA 94539
C-13 Fence, Wire, wood
Phone: (510) 656-2840 Fax: (510) 656-2397
C-32 Highway Improvement
Quotation
Union Contractor/ No minority Status
39
Type V Arrow
EA
155.00
40
Type VI Arrow
EA
185.00
41
Type VI Arrow
EA
140.00
42
Type VIII Arrow
EA
185.00
43
Railroad Crossing Symbol
EA
325.00
44
Disabled Persons Parking Symbol
EA
245.00
45
Two -Way Blue Reflective Fire Hydrant Marker
EA
20.00
46
Bike Lane with Arrow Pavement Marking (per City
SF
6.90
Standard 27A)
47
Install Pavement Marking Words (STOP, SCHOOL
SF
5.25
48
Install Pavement Marking Numbers (35, 35 etc.)
SF
5.25
49
Stop Sign - Standard Size
EA
420.00
50
Pedestrian Crossing Sign - Size 30x30 (W54)
EA
420.00
51
School Children Crossing Sign - Standard Size
EA
455.00
52
Handicap Parking Only Sign - (R99)
EA
370.00
53
Green Thermoplastic Bike Lane
SF
14.00
54
Traffic Control 1 Man - Minor Streets
DAY
1750.00
55
Traffci Control 2 Man - Major Streets
DAY
2850.00
Notes
Work Order Minimum $3500.00
ALL STRIPING/ PAVEMENT MARKING TO BE THERMOPLASTIC
Written Authorization is Required Prior to Proceeding With. Work
ACCEPTED BY: P.O. Number
TITLE: Job
Number
Bond Rate Addendu
1.2%
This quote includes all stipulations found on page 4 QUOTE PREPARED BY David Morris
(510) 719-6453
dmorris@chrispco.com
CHRISP COMPANY
Page 2 of 4
Contractors License No. 374600
Fremont Office
43650 Osgood Rd
Fremont CA
Phone: (510)656-2840
Quotation
94539
Fax: (510) 656-2397
DIR Registration No. 1000000306
A General Engineering
C-13 Fence, Wire, wood
C-32 Highway Improvement
Union Contractor / No minority Status
COMMENTS, EXCLUSIONS, AND STIPULATIONS
The following stipulations are hereby incorporated into and made part of the quotation from Chrisp co.
dated February 20, 2019 for the following project
Striping, Markers and Object Marker 2019-2021
• NO RETENTION TO BE TAKEN ON CONTRACTS LESS THAN $5,000.00
• EXCLUDE: Installation or removal of temporary delineation
• Clean, clear and unobstructed access required for Chrisp Co. work
• Final PAY QTYS presented by owner MUST be agreed by Chrisp Co.
• EXCLUDE: Traffic Control Plan
• EXCLUDE: Fire Lane Striping and Signage
• EXCLUDE: Concrete Coring for Bollards
• EXCLUDE: Seal Coat
• EXCLUDE: Removal of Concrete Curing Material prior to PAINT / THERMOPLASTIC / PAVEMENT MARKER
• EXCLUDE: Furnishing and Installation of Mast Arm Signs
• EXCLUDE: Red -Lined As -Built Drawings
• If Chrisp Co. is required to DIG BY HAND do to issues U.S.A., etc.an additional $20.00 per hole will be charged
• Traffic Control IS NOT included for Chrisp Company Forces
• After receiving contract 10 working days written notice required prior to scheduling of work
• EXCLUDE: Special Insurance Requirements,(i.e. Railroad Insurance,
• All night lights required are to be supplied by general contractor
• EXCLUDE: WHEEL STOPS
• EXCLUDE: Pedestrian Barricades
• EXCLUDE: ALL Solar Powered LED Signs to be Done By Others
• EXCLUDE: Construction Area Signs
• This quotation excludes Primary Liability Insurance greater than $2,000,000.
• This quotation excludes all work associated with the project SWPP and WPCP.
• This quotation excludes installing permanent striping while other operations are in progress on jobsite.
• This quotation excludes performing removal work while other operations are in progress on jobsite.
• This quotation excludes the removal & disposal of hazardous grindings & spoils from jobsite.
• This quotation Excludes furnishing or placing ALL signage for advance posting of ramp closures / detours for our
operations.
Page 3 of 4
Fremont Office
43650 Osgood Po
Fremont CA 94539
Phone: (510) 656-2840 Fax: (510) 656-2397
Quotation
Contractors License No. 374600
DIR Registration No. 1000000306
A General Engineering
C-13 Fence, Wire, wood
C-32 Highway Improvement
Union Contractor / No minority Status
• This quotation Excludes furnishing or placing ALL detour signage for our operations.
• EXCLUDE: Encroachment Permit (If required to be provided at No Cost to Chrisp Company)
• EXCLUDE: ALL Etching, Inscribing on curb,
• EXCLUDE: Engineering and/or staking of survey monuments
• EXCLUDE: Advanced posting of "No Parking" signs
• This quotation EXCLUDES removal of Yellow stripe and markings treated as hazardous.
• EXCLUDE: Maintenance of temporary delineation ie. temporary paint, temporary tape, channelizers, etc...
• EXCLUDE: Lead Compliance Plan
• THIS QUOTATION IS BASED ON A STANDARD MONDAY THROUGH FRIDAY WORK WEEK. ADDITIONAL COSTS WILL
OCCUR FOR WORK PERFORMED ON WEEKENDS
• CHRISP COMPANY WILL USE EXISTING EMPLOYEE POOL TO PERFORM ALL WORK ON THIS PROJECT. IF THERE
ARE ANY HIRING GOALS FOR THIS PROJECT THIS WILL BE EXCLUDED
• Prime contractor to provide disposal area & dispose of all recess cut debris. Disposal area to be on jobsite.
• EXCLUDE: ALL HARD WIRED ELECTRICAL SIGNS
Page 4 of 4
Exhibit E
Force Account Payment
The term "force account" shall be understood to mean that payment for the work will be done on
a time and expense basis, that is, on an accounting of the Contractor's forces, materials,
equipment, and other items of cost as required and used to do the work. For the work performed,
payment will be made for the documented actual cost of the following:
a. Direct labor cost for workers, including foremen, who are directly assigned
to the force account work: Direct labor cost is the actual payroll cost,
including wages, fringe benefits as established by negotiated labor
agreements or state prevailing wages, workers' compensation and labor
insurance, and labor taxes as established by law. No other fixed labor
burdens will be considered, unless approved in writing by the City.
b. Material delivered and used on the designated work, including sales tax, if
paid for by the Contractor or its subcontractor.
G. Equipment rental, including necessary transportation for items having a
value in excess of One Thousand Dollars ($1,000.00).
d. Additional bond.
e. Additional insurance, other than labor insurance.
To the preceding costs, there shall be added the following fees for the
Contractor, subcontractor, or sub -subcontractor actually performing the work:
A fixed fee not to exceed fifteen (15) percent of the costs of Items a, b,
and c above.
To the total of the actual costs and fees allowed hereunder, not more than
two (2) percent shall be added for additional bond and insurance as the
cost of Items d and a above.
For work performed by an approved subcontractor, the Contractor may add to
the total of the actual costs and fixed fees allowed under the preceding
paragraph an additional fixed fee of five (5) percent of said total. No further
compensation will be allowed for the Contractor's administration of the work
performed by the subcontractor.
For work performed by a subtier-subcontractor, the subcontractor may add to the
total of the actual costs and fixed fees allowed under the preceding paragraph an
additional fixed fee of five (5) percent of said total. No further compensation will
be allowed for the subcontractor's administration of the work performed by the
subtier-subcontractor. The Contractor may add to the total of the actual costs
and fixed fees allowed under this paragraph an additional fixed fee of five (5)
percent of said total. No further compensation will be allowed for the Contractor's
administration of the work performed by the subcontractor.
The added fixed fees shall be considered to be full compensation, covering the
cost of general supervision, overhead, profit, and any other general expense.
The above fixed fees represent the maximum limits which will be allowed, and
they include the Contractor's and all subcontractors' indirect home office
expenses and all costs for cost proposal preparation and record keeping.
The City reserves the right to furnish such materials and equipment as it deems
expedient, and the Contractor shall have no claim for profit or added fees on the
cost of such materials and equipment.
For equipment under Item c above, rental or equivalent rental cost will be allowed
for only those days or hours during which the equipment is in actual use.
Payment shall be based on actual rental and transportation invoices but shall not
exceed the rental rates for such equipment listed in the California Department of
Transportation publication, "Labor Surcharge and Equipment Rental Rate," which
is in effect on the date upon which the work is performed. Owner -operated
equipment shall not exceed the rates in the Previously Mentioned Rental Rate
publication plus the labor costs as provided in Section 01035-4.1, Direct Labor.
The rental cost allowed for equipment will be understood, in all cases, to cover all
fuel, lubricants, supplies, consumables, repairs, ownership and incidental costs.
No further allowances will be made for these items, unless a specific written
agreement to that effect is made.
Prior to the commencement of force account work, the Contractor shall notify the
Construction Manager of its intent to begin work. Labor, equipment and
materials furnished on force account work shall be recorded daily by the
Contractor upon report sheets furnished by the Construction Manager to the
Contractor. The reports, if found to be correct, shall be signed by both the
Contractor and Construction Manager, or inspector, and a copy of which shall be
furnished to the Construction Manager no later than the working day following the
performance of said work. The daily report sheet shall thereafter be considered
the true record of force account work provided. If the Construction Manager, or
inspector, do not agree with the labor, equipment and/or materials listed on the
Contractor's daily force account report, the Contractor and Construction
Manager, or inspector, shall sign -off on the items on which they are in
agreement. The Construction Manager shall then review the items of
disagreement and will advise the Contractor, in writing, of its determination. If
the Contractor disagrees with this determination, it shall have the right to file a
claim notice
The Contractor shall maintain its records in such a manner as to provide a clear
distinction between the direct costs of work paid for on a force account basis and
the costs of other operations.
To receive partial payments and final payment for force account work, the
Contractor shall submit, in a manner approved by the Construction Manager,
detailed and complete documented verification of the Contractor's and any of its
subcontractor's actual costs involved in the force account pursuant to the
pertinent Field Order. Such costs shall be submitted within
thirty (30) days after said work has been performed. No payments will be made
for work billed and submitted to the Construction Manager after the thirty (30) day
period has expired.
The force account invoice shall itemize the materials used and shall cover the
direct costs of labor and the charges for equipment rental, whether furnished by
the Contractor, subcontractor, or other forces. The invoice shall be in a form
acceptable to the Construction' Manager and shall provide names or
identifications and classifications of workers, the hourly rate of pay and hours
worked, and also the size, type, and identification number of equipment and
hours operated. Material charges shall be substantiated by valid copies of
vendor's invoices.
When both additions and credits are involved in any one change, the combined
overhead and profit shall be figured on the basis of the net increase, if any. The
amount of credit to be allowed by the Contractor to the City for any such change
which results in a net decrease in cost will be the amount of the actual net
decrease and a credit in accordance with the markups allowed under the use of
the method described in this Section. The Contractor shall not claim for
anticipated profits on work that may be omitted.