HomeMy WebLinkAboutThe Don Chapin Company - Sports Park Site Improvement Project No. 05-CDD-108
"', !
;
i _,
I I
~\TY
SECTION 00500
COfil'
AGREEMENT
Project No. 05-CDD-I08, Sports Park Site Improvements, Phases I & II
TIllS AGREEMENT, made this 1st day of November. 2004. by and
between the City of Gilrov . hereinafter called the "City," and The Don Chapin Company.
hereinafter called the "Contractor."
w ! T N E ~ ~ E T H:
WHEREAS, the City has caused the Contract Documents to be prepared
comprised of bidding and contract requirements and technical specifications and drawings for the
construction of the Project No. 05-CDD-I08, Sports Park Site Improvements, Phases I & II, as
described therein, and
WHEREAS, the Contractor has offered to perform the proposed work in
accordance with the terms of the Contract Documents.
NOW, THEREFORE, in consideration of the mutual covenants and agreements of
the parties herein contained and to be performed, the City and Contractor agree as follows:
Article 1. Work.
Contractor shall complete the Work as specified or indicated in the Contract Documents.
Article 2. Contract Time.
The Work shall be completed by the Contractor in accordance with the Contract Documents
within the time period required by Paragraph 00810-2.0, Time Allowed for Completion, subject
to extension as expressly provided in the Contract Documents.
Article 3. Liquidated Damages.
THE CITY AND THE CONTRACTOR RECOGNIZE THAT THE CITY WILL SUFFER
SUBSTANTIAL DAMAGES AND SIGNIFICANT FINANCIAL LOSS AS A RESULT OF
THE CONTRACTOR'S DELAYS IN PERFORMANCE OF THE WORK DESCRIBED
Project~o.05~I>I>-I08
Sports Park Site Improvements, Phases I & II
SECTION 00500-1
IN THE CONTRACT DOCUMENTS. THE CITY AND THE CONTRACTOR HEREBY
ACKNOWLEDGE AND AGREE THAT THE DAMAGES AND FINANCIAL LOSS
SUSTAINED AS A RESULT OF ANY SUCH DEI.A YS IN PERFORMANCE WILL BE
EXTREMELY DIFFICULT AND IMPRACTICAL TO ASCERTAIN. THEREFORE,
THE CITY AND CONTRACTOR HEREBY AGREE THAT IN THE EVENT OF SUCH
DELAYS IN PERFORMANCE, THE CITY SHALL BE ENTITLED TO
COMPENSATION BY WAY OF LIQUIDATED DAMAGES (AND NOT PENALTY)
FOR THE DETRIMENT RESULTING THEREFROM IN ACCORDANCE WITH
PARAGRAPH 00700-6.5, LIQUIDATED DAMAGES, OF THE CONTRACT
DOCUMENTS. THE CITY AND THE CONTRACTOR FURTHER AGREE THAT THE
AMOUNTS DESIGNATED AS LIQUIDATED DAMAGES ARE A REASONABLE
ESTIMATE OF THE CITY'S DAMAGES AND FINANCIAL LOSS IN THE EVENT OF
ANY SUCH DELAYS IN PERFORMANCE CONSIDERING ALL OF THE
CIRCUMSTANCES EXISTING AS OF THE DATE OF THIS AGREEMENT,
INCLUDING THE RELATIONSIDP OF SUCH AMOUNTS TO THE RANGE OF
HARM TO THE CITY WIDCH REASONABLY COULD BE ANTICIPATED AS OF
THE DATE OF THIS AGREEMENT AND THE EXPECTATION THAT PROOF OF
ACTUAL DAMAGES WOULD BE EXTREMELY DIFFICULT AND IMPRACTICAL.
BY INITIALING THIS PARAGRAPH BELOW, THE PARTIES HERETO SIGNIFY
~:~:~~~,~~~A:rn CONSENT TO THE TERMS OF THIS ARTICLE 3.
~,~~ i{;;::hWW.
L-
Article 4. Contract Price.
In consideration of the Contractors performance of the Work in accordance with the Contract
Documents, the City shall pay the Contract Price set forth in the Contract Documents.
Article 5. Contract Documents.
The Contract Documents which comprise the entire agreement between City and Contractor
concerning the Work consist of this Agreement (Section 00500 of the Contract Documents) and
the following, all of which are hereby incorporated into this Agreement by reference with the
same force and effect as if set forth in full.
Invitation to Bid
Instructions to Bidders
Bid Documents
Designation of Subcontractors
Bid Guaranty Bond
Agreement
Project No. 05~I>I>-108
Sports Park Site Improvements, Phases I & II
SECTION 00500-2
Acknowledgements
Performance Bond
Payment Bond
General Conditions
Supplementary Conditions
General Requirements
Standard Specifications
Technical Specifications
Drawings
Addenda, if any
Executed Change Orders, if any
Notice of Award
Notice to Proceed
Article 6. Miscellaneous.
Capitalized terms used in this Agreement which are defined in Section 01090, References, of the
Contract Documents will have the meetings set forth in Section 01090, References.
Contractor shall not assign any rights, obligations, duties or responsibilities under or interest in
the Contract Documents without the prior written consent of the City, which consent may be
withheld by the City in its sole discretion. No assignment by the Contractor of any rights,
obligations, duties or responsibilities under or interests in the Contract Documents will be
binding on the City without the prior written consent of the City (which consent may be withheld
in City's sole discretion); 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, executed by the City, no assignment will release or
discharge the assignor from any liability, duty, obligation, or responsibility under the Contract
Documents.
Subject to the foregoing, the Contract Documents shall be binding upon and shall inure to the
benefit of the parties hereto and their respective successors and assigns. Nothing contained in
the Contract Documents shall in any way constitute a personal obligation of or impose any
personal liability on any employees, officers, directors, agents or representatives of the City or its
successor and assigns.
In accordance with California Business and Professions Code Section 7030, the Contractor is
required by law to be licensed and regulated by the Contractors' State License Board which has
jurisdiction to investigate complaints against Contractors if a complaint regarding a patent act or
omission is filed within four years of the date of the alleged violation. A complaint regarding a
latent act or omission pertaining to structural defects must be filed within 10 years of the date of
Project No. 05~I>I>-108
Sports Park Site Improvements, Phases I & II
SECTIO~ 00500-3
the alleged violation. Any questions concerning the Contractor may be referred to the Registrar,
Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826.
THE DON CHAPIN CO. INC.
IN WITNESS HREOF, this agreement has been executed on this ~day
of Ml/em~(jJL , toocf." "" " """"" ""-.
. . ~ . -(~ .) "'"
<.,....:.(~'. \"" ~ )
~.. \ ./ ~
A''''--- ; ~ ----- ..-.,
i //' ('''', 's1g~~tu~e:of-Ci
! ~.
i I
I. ,"
'-...............----
c '-Y-'t Adml'n;).jr~/1)y
Title of Signator
CJONALD D. CHAPIN JR.
PRESIDENT
Title of Signator
Signature
A~~ /)
~ .nd.;<- 61 / ~-"- '
Signature
ATTEST:
Title of Signator
,
0df . Clv~
Title 01 Signator
***END OF SECTION***
Project No. 05~I>I>-108
Sports Park Site Improvements, Phases I & II
SECTION 00500-4
CfLJ I
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 01
To contract for :
Sports Park Site Improvements, Phases I & II
Contractor:
Contract Date:
Project No. 05-CI>I>-108
11/5/2004
I>on Chapin Company
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
I>escription of Work
Item 1
Item 2
Item 3
Item 4
Item 5
Item 6
I>elete the mobile home unit, but install slab and utility stubs.
Delete the carport structure, delete footings, but install utility stubs
Delete the park office structure, grade pad flat, delete footing/foundation,
but stub out utilities.
Delete the asphalt surface on the pond access and pond bypass roads.
Delete all lampblack from concrete paving.
Delete bleachers, (8) each
$
$
$
Total deduct $
$
$
$
(79,060)
(46,206)
(96,001)
(17,179)
(35,638)
(33,690)
(307,774)
All requirements of the original Contract I>ocuments shall apply to the above work except as specifically
modified by this Change Order. The contract time shall not extend unless expressly provided for in this
Change Order.
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET I>ECREASE of .$307,774.00
Original Contract Price
Previous Change Orders to I>ate
Total to I>ate
This Change Order
Total Change Orders to Date
Revised Contract Price
~~~/
Contractor I pvn\ectY~\\"Q.if
By: COVbl\Vlt i'hf1~\ V\ I>ate:~
Cost Percentage
$ 10,690,000
$ 0%
$ 10,690,000
$ (307,774)
$ (307,774) -3% *
$ 10,382,226
*Requires emergency authorization if greater than 25%.
ACCEPTEI> BY:
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 02
Contractor:
Don Chapin Company
Contract Date:
Project No. 05-CDD-I08
1115/2004
To contract for:
Sports Park Site Improvements, Phases I & II
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Description of Work
Item 1 Furnish and install temporary traffic loops at Luchessa/Monterey Intersection
Item 2 Use Romac tapping sleeve for concrete cylinder pipe at Recycled Water line
Item 3 Kiosk display case revisions
Item 4 Rotate manhole cone at Luchessa Ave. retaining wall
Item 5 Grading remobilization
Item 6 Add valve at domestic water tie-in
Item 7 Import fill material to entry road
Item 8 Revise communications substructures
Item 9 Replace AC berm with curb and gutter at Luchessa
Item 10 Staking revisions
Item 11 Relocate CalTrans pedestal
$
$
$
$
$
$
$
$
$
$
$
Total Add $
All requirements of the original Contract Documents shall apply to the above work except as specifically
modified by this Change Order. The contract time shall be extended bl\l)(~~ixt~~~calendar day,:'. .. L'
Zlt C~-~Lf1lt.) IQMt
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Change Orders to Date
Revised Contract Price
Original Contract Duration
Days added by this Change Order
570 Cal. Days
29 Cal. Days
599 Cal. Days
Revised Contract Duration
Original Contract Completion Date
IRevised Contract Completion Date
I (We) agree to make the above change
subject to the terms of this Change Order
the N T INC ',of $188,494.00
7/10/2006
8/8/2006
4,665
2,431
3,058
4,671
3,000
1,112
78,100
64,084
13,446
8,039
5888
188,494
$
$
$
$
$
$
Cost
10,690,000
(307,774)
10,382,226
188,494
( 119,280)
10,570,720 I
BY:f'0-,vo\\~.~
*Requires emergency authorization if greater than 25%.
Date:~
ACCEPTED BY:
RECOMMENDED
~-l.).t::l)
qq}
EWR
13
14
23
21
9
22
45-51,32
56
55
35-39,42-44
67
Percentage
.3%
-1% * wW
.
",--D ..
0' ...
en II)
CO 0
uiCJ
@~ ..
>- ~ CI>
U 0 U
E: CI) ;
~~'ii
:S co CO
I:.l: >-
o CJ u
CJ ." I:
_ CI> CI>
.. > Cl
'6, e ~
._ Co C
~ 0. 0
O<l:CJ
.;
Z
ci
U
U
"
..
,
e
"
,...
o;t'''I:t
OMM
cOccO
...co"l"
.... N 0
csicncsi
M... '"
.... ... CO
..~..
'"
,...
'"
o
u
ci
U ..
Ul
C) 0-
Z Ul
i5 0
Z 0
W .
.. 0
'" 0
p C
.. W
~ ~
C [II
W ~
Q ~ 8
We> lE,...
~ z 8 z
It Q ..J ~
8: ffi g :Ii
<l:Q. ,...lL
ai
"
0;
>
'lJ
~
I:
o
U
~
I:
o
-g
II)
- ..
"1".<>
~ CI>
o Cl
CO .fl
"!.I:
~ ~
... CI>
-Q.
.
~
~
en
9
:;to
MO
co
coo
NO
enui'
... ...
... ...
~
in
,...
'"
o
u ..
Il: Ul
W W
C Cl
Il: Z
o <I:
W :I:
C) 0
~ Cl
:I: Z
u 2i
C) z
Z w
i5 lL
Z 0-
W Z
.. W
..J 0
;: It:
o w
,... lL
c:i
o
o
ci
en
...
ci
~
'0
CI>
"
0;
>
...
U
~
I:
o
U
0;
I:
:~
o
I:
o
."
CI>
'"
..
.<>
CI>
Cl
.fl
I:
CI>
l:!
CI>
Q.
.
~
~
c:i
o
o
o
III
...
...
~1~INlgjl~I~I~
Ul
W
Cl
z
<(
:I:
o
C
w
>
o
It:
lL
lL
<(
0-
Z
W
o
It:
w
lL
N _
o .fl
z 0
~ ...
CI> I:
." 0
0'"
CI>
CI> '"
Cl ..
I: .<>
.. CI>
.l: Cl
CJ .fl
.l: I:
Cl CI>
" U
o ~
~ CI>
.l: Q.
I- .
~
N
...
...
0101010101010
0000000
o:;)OOOOON
ex) (It €I) U') ffl €I) m
CO ....
ll)~ ,..:
<I> "I"
~,
0101010101010
0000000
c:OOOOOON
COEflU')ER-EI)-ER-O'>>
CO "I"
U')~ M
<I> ~
~
ai
"
0;
>
...
U
~
I:
o
U
C\lIOIOIOIOIO
00
CO 0
NO
mc
...en
... ...
... .
-~
...
COIOIOIOIOIOIO
OJU')U')ER-fA-ER-OO
CO N
..0 en
<I> ...
~i
~1~1~1~1~1~lg
III
~
--,
"I"
en
"I"
<Ii
CO
...
...
0000000
00 EI} EI} EI} EI} EI}
00
.0
EI}
~INI~IVI~I~I~IOOlml~I~I~I~I~I~I~I~I~
e;;
10
CI>
."
Q)
0.
'"
I:
~
l-
e;;
CJ
CI>
fl
o
Qi
Il:
Q)
.l:
U
:J
~ -J
2 rn
~ Q;
u ;::
._ :J
Ui 0>1
~ U) E ~
rn c 0 '-
a. .~ ;' B
= C <.0 ~
~~,gj",
~u~EO
:~~~.8~
~~~~~
ijl ijl ,Cl fl g>
.~ .~ ~ -[ ~
1l:1l:~~U5
~lon~l~
o
co-
<I>
."
Q)
>
e
c.'
~I
I
CD
." ."
Q) Q)
> >
e e
0. 0.
0. 0.
<(<(
II
CD CD
~~
MOl
~'"
o
<Ii
<I>
."
Q) ." ."
> Q) CI>
o :J >10
0.. U) 0 -
a..~ a. 0
<(_0.>
I 0 <(
CD I: I
CD
010
NIO
Q)
I: '"
1ii ::j 5
~ :u :~
Q) 0 rn >
"" ~:s: i!!
U) ;; Q)
Q) ()." ~
gCl)~~u
m '- >- _ :J
(ij8.~~~
CD Q) Il: >-.<>
o Q,) ... ~ :J
... > ca 1:: en
~~~8~
~ rn ~ .E (U
ctJ ~ c: (J
:!o"go~
t ~ :; 13 t
Oo.Q.Q)al
g-acSc5<3
000
000
N ci ~
CO <I> co
o 0
o:i ~
... (0
<I> <I>
o 0 a a 010
000000
ciocici~ci
o EflO U')C06lt
o 0 0
ci 0 -q:
co ~ (0
<I> <I> <I>
ClI-
I: '"
:g8
Q) 0
11. Z
~INIO
e;;
:S:'~
Cl
I: I:
.~ :~
'" - -
I: ~ Q)
o CI> Il:
"w m ...
'> ~ <(
CI> U CI>
a:: :;::: c:
Q) '" 0
'" CI> ()
8 ~ .J!l
>--o~
-[~ffi
.!!! > ::;:
Om Q)
'" > -
,2 :g ~
~ <( Il:
~I
o
o
o
0101010
0000
N~oci
.,.... "'" a Eft
(0 ~
;;;Ii ~
<I>
."
~I-
o '"
~ 0
~()
<( 0
I Z
CD
'"
0.
o
.Q
u
~
Z .::. (I) (ij m
o -0 c: Q) Q)
~ ~~~~
0:: 5 Q; en g
lil .~ ~ 8- g> 8
W > 0 0> "Q. "0
c~~.ag-ffi
II) ~ to ..... U
g>~(5~~
.~ ~ -g 5 g
U) 0. Q) Il: .-
1ii E g. Q) ~
o Q) :J en "0
()I-U)::l<(
Q)
I:
:::;
<="
.l!l
:S:I'~
1l:U)
0010101010
...J ~~~~~~
COLOO__OCO
z~ (O(OOMOLO
C:::o M~(o~O_'It'~O~O~
~~ ~~~~~~
CJg:e
010
00
o ~
<I> ....
(0
-.i
<I>
S 010101010
w 000000
(/).... oq: ..0 0 ~ 0 cci
ii:< r::~g~g~
a::;! "':-.:iMNariM~
<.... O~~~~~
:I: CIl '"
W e
2-g-g-g-g-g-g-g
CIlI :J > > > > > > >
~ ~KKKKKKK
c( wa.a.a.a.a.a.a.
I- 0<(<(<(<(<(<(<(
CIl ()IIIIIII
() CD CD CD CD CD CD CD
NINININININININI~IO
(0
'"
M
NI~
J,
~INI"'I...I"'I(OI""lcolml~I~I~I~I~I~I~
r:llgj
~IOlI~
O'COINI~lg,O'O'O
tf)LO__r---__~~~
0__(0 -
~ ~ ~co
C") -- .q- r---
tf)~tf)~
"'I"'IOI~
r--- (0 0 M
r--- (0 0 'It'
"':-.:iMN
o tf) tf) tf)
'"
e
01010101010101010101010101010101010
~~~~0~~~~~0~~~~~tf)~
o 0
ari 0
<I> ~
<I>
~O~OOON~OOOOvooo~m
~O~EI}~~~OEl}EI}EI}OOEI}EI}EI}v~
~Ov o~~~ 0 vO
~MN M~~OO ~ MOO
EI}EI}EI} El}EI}EI}~ ~ ~EI}
EI} EI} EI}
o .
8 ~II~
Q 0
LL Z
~ 0
W Z
o .
~ ~ I"""
u: 0
a:z
o
z
E
2
Cl
o
...J
It
W
o
lil: It
It 0
<( W
c.. Cl
C/) Z
I- <(
It J:
o 0
c.. I-
C/) 0
~ ~
It I-
...J Z
_ 0
Cl 0
--I
-g ~
2 ~
c...
o..l:
<l:CJ
Cl'"
I: CI>
.- Cl
." I:
I: ..
C1>.l:
n.CJ
N
'"'
Qj
'0
o
Q)
en
c:
<1l
.r:
o
---,
ai'"
~I~ XI~
",...
~IOl
...'"
- 0
'" -
~co
<1><1>
~I~I~I~
...-
(0
<I>
>-
o
It
...J
Cl
LL.
o
~
()
Cl
-",0
'-...J
~It
UlW
to
olt
~o
>-w
oCl
~z
Cl<(
J:
()
~::2;
gc..
N~
-N
~ ..
NN
00
Cfy,
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 03
Contractor:
Don Chapin Company
Contract Date:
Project No. 05-CDD-108
11/5/2004
To contract for:
Sports Park Site Improvements, Phases I & II
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Descriotion of Work
Item 1 Add to stub out 4" electrical conduits for future phases per RFI No. 81
Item 2 Add for darker concrete color at precaste concrete fence requested by City staff
Item 3 Add for domestic water piping changes at pump station per response to RFI No. 88
Item 4 Add to repair storm line damaged by fence installer
Item 5 Add to offset 12" recycled water line at pipe conflict at Luchessa intersection
Item 6 Revise electrical vault size per RFI No. 37
$
$
$
$
$
$
Total Add $
All requirements of the original Contract Documents shall apply to the above work except as specifically
modified by this Change Order. The contract time shall be extended by 29 (twenty-nine) calendar days.
Original Contract Duration
Days added by previous Change Orde
Days added by this Change Order
Revised Contract Duration
Original Contract Completion Date
Revised Contract Com letion Date
570 Cal. Days
29 Cal. Days
o Cal. Days
599 Cal. Days
7/10/2006
81812006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Chan e Orders to Date
Revised Contract Price
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET INCREASE of $42,582.21
~
6,296
7,797
20,068
1,343
2,218
4861
42,582
EWR
80
87
91
65
68
93
$
$
$
$
$
$
Cost Percentage
10,690,000
(119,280) -1%
10,570,720
42,582 ,.. ,I
(76,698) -1% * ~
10,613,302
By:
Date:
*Requires emergency authorization if greater than 25%.
Contractor
ACCEPTED BY:
/J~ ;I.,
~J~~(J~p-
, .
~,' . ,
,'~)'"
f~x~ l-L.
~*
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 04
To contract for:
Sports Park Site Improvements, Phases I & II
Project No. 05-CDD-108
Contractor:
Don Chapin Company
Contract Date:
1115/2004
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work. Construct keystone wall in lieu of
Descriotion of Work concrete retaining wall at Class I bike trail. EWR
12.6.1 Excavate for wall & footing (deleted) -$10,748
12.6.2 Excavate keyway (deleted) -$1,661
12.6.3 Form footing with water stop (deleted) -$18,634
12.6.4 Pour footing and keyway (deleted) -$40,212
12.6.5 Strip footing (deleted) -$1,103
12.6.6 Form battered walls (deleted) -$96,895
12.6.7 Form construction water stop and weakened plane joints (deleted) -$7,50 I
12.6.8 Pour walls (deleted) -$34,017
12.6.9 Strip walls (deleted) -$7,435
12.6.10 Sack and patch walls (deleted) -$12,292
12.6.11 Furnish and install rebar (deleted) -$60,000
12.6.12 Waterproofing (deleted) -$14,000
12.6.13 Backfill behind wall (deleted) -$16,594
12.14 Concrete Gutter behind wall (deleted) -$15,596
12.16 Install fencing @ wall (deleted) -$14,463
1 Anti-graffiti coating (deleted) -$4,485
2 Concrete pipe encasement (deleted) -$1,818
3 2 Area drains at retaining wall (deleted) -$1,797
4 Partial payment of labor and materials claimed by Chapin for worked performed under Field Directive
No. 19 to delete the Type 4 retaining wall and construct a keystone block wall per revised Sheets as
listed in Field Directive No. 19. The final amounts of both credits and debits are still subject to
negotiation. Final negotiated costs will be adjusted by another Contract Change Order to follow once
all cost are collected and agreed to by all parties. $125,000.00
Total Change -$234,249.93
All requirements of the original Contract Documents shall apply to the above work except as specifically
modified by this Change Order. The contract time shall be extended by 9 (nine) calendar days.
Original Contract Duration
Days added by previous Change Order
Days added by this Change Order
Revised Contract Duration
Original Contract Completion Date
Revised Contract Com letion Date
570 Cal. Days
29 Cal. Days
9 Cal. Days
608 Cal. Days
7/10/2006
8/1712006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Chan e Orders to Date
Revised Contract Price
Cost Percentage
$10,690,000.00
-$119,280.00 -1%
$10,570,720.00
-$234,249.93
-$353,529.93 -3%
$10,336,470.07
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET CHANGE of -$234,249.93
e~^&\wJjr,l~
Contractor
By: -C (\ rol i t'U \) I Lh.llp I V\
Date: \ f Ity 0 l h
Gilroy Sports Park
Change Order No. 04
Page 2
RECOMMENDED BY: ~ ~~
Constructi Manager
1 /10/0&
Date I /
ACCEPTED BY:
I -.;2.3 . CJ~
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408)846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 04 (Rev. 1)
To contract for:
Sports Park Site Improvements, Phases I & II
1 i
Contractor:
Contract Date:
Project No. 05-CDD- 108
1115/2004
Don Chapin Company
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Descriotion of Work: Construct kevstone wall in lieu of concrete wall at Class I Bike Trail
12.6.1 Excavate for wall & footing (deleted)
12.6.2 Excavate keyway (deleted)
12.6.3 Form footing with water stop (deleted)
12.6.4 Pour footing and keyway (deleted)
12.6.5 Strip footing (deleted)
12.6.6 Form battered walls (deleted)
12.6.7 Form construction water stop and weakened plane joints (deleted)
12.6.8 Pour walls (deleted)
12.6.9 Strip walls (deleted)
12.6.10 Sack and patch walls (deleted)
12.6.11 Furnish and install rebar (deleted)
12.6.12 Waterproofing (deleted)
12.6.13 Backfill behind wall (deleted)
12.14 Concrete Gutter behind wall (deleted)
12.16 Install fencing @ wall (deleted)
1 Anti-graffiti coating (deleted)
2 Concrete pipe encasement (deleted)
3 2 Area drains at retaining wall (deleted)
4 Partial payment of labor and materials claimed by Chapin for worked performed under Field Directive
No. 19 to delete the Type 4 retaining wall and construct a keystone block wall per revised Sheets as
listed in Field Directive No. 19. The final amounts of both credits and debits are still subject to
negotiation. Final negotiated costs will be adjusted by another Contract Change Order to follow once
all cost are collected and a reed to b all arties.
Total Change
All requirements of the original Contract Documents shall apply to the above work except as specifically
modified by this Change Order. The contract time shall be extended by 9 (nine) calendar days.
Original Contract Duration
Days added by previous Change Order
Days added by this Change Order
Revised Contract Duration
Original Contract Completion Date
Revised Contract Com letion Date
570 Cal. Days
29 Cal. Days
9 Cal. Days
608 Cal. Days
7/l 0/2006
8/1712006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Chan e Orders to Date
Revised Contract Price
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET CHANGE of -$234,249.93
EWR
-$10,748
-$1,661
-$18,634
-$40,212
-$1,103
-$96,895
-$7,501
-$34,017
-$7,435
-$12,292
-$60,000
-$14,000
-$16,594
-$15,596
-$14,463
-$4,485
-$1,818
-$1,797
~~
\SC~~~
- 254,251. 00 i.\. (0
Cost Percentage
- 0
$10,690,000.00 ....-11..9 tin. 0
-$76,698.00- ) - ~
$10,613,302.00 - \~U\31~? DO
Cfn4)4if9J""\ _ - z..~ } 2-51.
-3% uJ~
$10 79,052.07
\0, ?ltl, 05'1. 00
Date: ~/ 17! f)LQ
I
By:
RECOMMENDED BY: <~& 'l.
Constructio anager
Gilroy Sports Park
Change Order No. 04
Page 2
;~l~
c' .,.......
<...-
Date
z/, Iou
I ,
ACCEPTED BY:
.' ,"',;: (".; ",
~~...\,,,"" ':>!Ii'
Ci .. 0
~~'.
~~
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408)846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 05
To contract for:
Sports Park Site Improvements, Phases I & II
Project No. 05-CDD-108
Contractor:
Don Chapin Company
Contract Date:
11/5/2004
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Descriotion of Work:
Item NO.1 Provide Option 'A' Type Sod blend in lieu of seeded turf per the attached Supplemental
Sod Specifications, dated 11/9/05. Maintenance shall conform to Specifications Section
02970 and the maintenance period is reduced from 120 to 90 days.
$109,703
Item NO.2 Provide Office Trailer per Specifications and Mobile Mini Inc. design parameters as
approved by RFI No. 316, copy attached. Installation includes, but is not limited to,
electrical and plumbing hookup, tie downs, footingslfoundations and pad.
$104,360.47
Total Change
$214,063.47
All requirements of the original Contract Documents shall apply to the above work except as specifically
modified by this Change Order. The contract time shall be extended by 0 (zero) calendar days.
CjL) .l
EWR
Original Contract Duration
Days added by previous Change Orde
Days added by this Change Order
Revised Contract Duration
Original Contract Completion Date
Revised Contract Com letion Date
570 Cal. Days
38 CaI. Days
o CaI. Days
608 CaI. Days
7/1012006
8/1712006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Chan e Orders to Date
Revised Contract Price
Cost Percentage
$10,690,000.00
-$310,947.93 -3%
$10,379,052.07
$214,063.47 . A II
-$96,884.46 -1% lu~
$10,593,115.54
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET CHANGE of $214,063.47
ACCEPTED BY:
Date:~
ACCEPTED B .
c~ QfIClM. wo.V
refQ · 12.
Gilroy Sports Park
Supplemental Sod Specification
Section 02900
November 9, 2005
Sod Product Specification
A. All seed from which sod was grown shall be, or shall have been:
1. From current or latest seasons crop
2. Free of all weed seed and have producers "Statement of
Analysis Guarantee"
3. 95% pure by weight with a 90% germination rate
4. Labeled in conformance to State and U.S.DA laws and
regulations
5. Sod must have certification that verifies it is grown on a
min. 93% sand rootzone.
B.
Mix: Sod blend, subject to acceptance by the City Representative,
shall be one of the following:
1. ~i~n 1 A: Sod shall be "big roll cut" and nursery grown by West
s urf certified Bayside Blend (80% Bluegrass and 20%
Ryegrass) as classified in the ASPA GSS. Sod will be delivered
to site by grower. West Coast Turf: ph: (888) 893-8873. Contact
name is Greg Dunn.
2. Option B: Sod shall be "big roll cut" and nursery grown by West
Coast Turf certified Tifway II Hybrid Bermuda (overseeded with
ryegrass). Sod will be delivered to site by grower. West Coast
Turf: ph: (888) 893-8873. Contact name is Greg Dunn.
~
C.
All sod shall be nursery grown and machine cut at a uniform thickness of
1/2 inch, excluding top growth and thatch. Sod shall be strong enough to
support a 24 inch square by its own weight when lifted by the ends. All
sod shall be delivered and installed at the site within 24 hours of being
harvested. The field shall be watered regularly, and no rolling shall be
done on the field during or after a watering.
Sod Installation Specification
A. Soil preparation and fine grading shall be as previously specified. Prior
to sod installation, roll turf bed until a smooth, firm surface with uniform
grade has been produced. The turf bed shall be reviewed and accepted
by the District Representative prior to sod installation.
B. When placing sod, Contractor shall use great care so as not to disturb
the finished grades of the field. Contractor will make provisions to avoid
rutting of the rootzone mix. Equipment used to lay sod shall have large
floatation tires. Equipment is not allowed to drive over laid sod.
C. Moisten prepared areas before sod installation to a depth of 4 inch. The
first row of sod should, if possible, be laid in a straight line with
subsequent rows placed parallel and tightly against one another. Do not
stretch or overlap sod pieces. All joints are butted tight in order to
prevent voids. Lap ends of sod rolls 6 inches and cut new tight joint.
Sod shall be unrolled into place with careful attention to tight joints with
no overlapping or stretching. Stagger the joints in each new row like
jl~,
~\"'tbf '-dl'T' ~ .
~t:AWA. oaoM
rows of bricks (18" minimum stagger). Use a sharp knife for shaping
around edges. Immediately after placement, soak sod areas with water.
Roll sod after watering (once it has had a short drying period) to smooth
out bumps and air pockets, and roll again if sod is not even. Water
frequently for the first 10 - 14 days, enough water to saturate soil to a
depth of 4". DO NOT LET SOD DRY OUT.
~-'"2.
~.(
D. Provide and install temporary fencing around all completed sod areas.
Use Tensar or Mirafi webbed plastic rolled snow fencing 4' in height with
metal stakes at 8' o.c. or acceptable equal.
E. Refer to Section 02970 for mowing and maintenance procedures. As
applicable, the contractor shall remove sod, re-grade any areas that
have been rutted from mowers (or otherwise damaged) and replace sod
to the satisfaction of the District Representative.
F. Until project Final Acceptance, should it become evident that certain sod
areas have not grown, re-sod the areas immediately with sod of the
same type as originally used and maintain as specified.
..
. CC~ tACK 4* &U
, ,City of Gilroy C - . Harris a Associates
Sports Park. Improv. Phase I & 2 Project
REQUEST FOR INFORMATION NO. 0136
Date: Feb.....,. 03, 2006 ~ , ~
Required Date: February 10, 2006 r ,
Statu.. NEW fr> @ wY ~
Reference< RA 0136 FROM: HARRIS ~HARRlS
TO:
Caroline Chapin
Don Chapin Company
560 Crazy Horse Canyon Road
Salinas, CA 93907-8402
Subject: Office Trailer Design Spec
I
: Request:
The quotation from "Mobile Mini Inc." takes exception to the design specifications listed in Section 13122-1, Item 1.06.
Quotation states: "Buyer's Design Guide criteria are extreme and unnecessary for final location of Mobile Office. Building
quoted is to Industry Standards and meets or exceeds the requirements of the State of California Department of Housing
and Community Affairs. 80 mph Wind load, 30 psf Roof load (No snow load quoted), SO psf Floor load. Exposure C,
non fire rated, Occupancy B-2. Soil Bearing is responsibility of Buyer."
Requested By: Steve Kelly
Date: 2/3/2006
Response:
I
The design provided by Mobile Mini Inc.. as listed above, meets the City of Gilroy design criter:'a and is acceptable.
SI'..
Responded By:
Date:
File No.: 9810312.02-064 RFI No. 0136
Issue File:
p... I of I
'_a..rfI_OS
178-C Second Street Gilroy, CA 95020 Phone (<408) 842-Sm FAX (<t08) 842-5758 wIltde@harrb-assoc.com
014, ....., ........." ....... U... -:1"'>J"~' ,,;J;.JO ~.I.~ HI'tV ~
~~~;~:::'7 ~~E ~.oTB
SpOrts PO" ImproV.PIt.N 1.-----rProJecc
REQUEST FOR INFORMATION NO. 0136
r"MUC. UIl./fJ:J
.
TO. Rust Ebwwaln
HvrlJ .. AIaociaes
J 20 Muon Circle
Concord. CA '..52()..'1f.4
aDI 'anuaty 27. 20G6
....1..... Dacet February 03, 100'
le.tu.: NEW
S.'eee Offi~ Trall.r Deal.,. SPK
R.r.r.ftce:
! Request:
.._--,
The qUOQuon from "Mobile Mlr,llnc.1t takes excepdon to the dulp sptdfications hted In SectIon 13122.'. Item 1.06.
QUOtation States: "Buyer's Desian Guide criteria are IXtreme and unnecessary for flnallocatlon of Mobile Offic... Bulldlnl
quoted Is to 'ndustry Standards and ITleeU or ecc..d. the requlrtmena of the State of CalifornIa Department of Houling
and Community Afrai.... 80 mph Wind Lead. 30 plf ,,"001 Load (No snow load quoted), SO pat Floor Load, Exposure C.
non fir. rated, Otc:upancy It-2, Soil 8earlnll. responsibility 0' Buyer."
Reque.ted By; Steve K.fll Date: 1127120ct
I
Answer:
..'. .... --~
-'------."}
-rf.:.- t:Ls r f ,. ",~ J i
akai/~ ~. ~ ~ of
~~r
.
-
If
Ac/,,(~ Pl/~' ~
)
G/~{f &u~
qj /rrN
c.nf..n:" ~
~~
'2-/ z../o P
.... No.: "I0311.02~6<4 ~ No. 0136
I..u. FOe:
..... leI"
'1I-C Ieootl4 Sn.t GIIIr.,. CA tI020 .... (~NW7" MX (401) 14~575' ...............ot.com
. '-..JiLos.
City of Gilroy ~~E c:QClM. tQ. ~ ~.I Harris" Assocfates
. ~ s"orts Park. 'mpro;:-";ase TilTPr8jea
· TRANSMITTAL NO. 00622
TO:
Caroline Chapin
Don Chapin Company
560 Crazy Horse Canyon Road
Salinas. CA 93907-8402
DATE: 21312006
REF: Gilroy Sports Park
Request for Information
Office Trailer
Phone: 1-831-444-4132 Fax: 1-831-449-0700
WE ARE SENDING: SUBMlmD FOR:
o "L o &___1 0 0 o - A
Oletter I!ZI Your Usellnformation o ADoroved as Noted o Submit 0 Cooies for Distribution
o Prints o AJ Reauested o Returned AftM Loan o Returned 0 Cooies Corr. Print
o Chan.e Order 0 R~- ~nd C:"mment o Returnll!d f<>r C:olT@Ctions .
o Plans SENT VIA: .
o SamDles ~ Hand Delivered
o Specifications o U.S. Mail
[iif Other. Request for Information o Overnight: o Faxed: Other. Hand Carried
liTEM NO. COPIES DATE
I 213/2006
ITEM
RFI
NUMBER' PESCRIPTION
0136 Office Trailer Design Spec
STATUS
NEW
Remarks:
Signed:
~
Dated:
zlilcfl
Steve Kelly
Copies To: Transmittal and Attachments:
HA Project Files: RR No. 136
File: 9810312.02-064.TransmlaaI #OO6n
Issue File:
'aplofl
Ca_tr_OI
I78-C Second Street Gilroy, CA 95020 Phone (408) 842-5m FAX (..08) 842-5758 wIIaIe@harris-assoc.com
1006 11;32PM don 'bt.~ ~.
(6 "n~E
Jan, 20.
No. 2231
""~.,'
p, 7 . . ..
1-,. 'J
" ,
'.
.\~
~'
)
.5~....
- at q
" .~~
.., g' '. · ~ 1.lI.
.. .. -Q. 0
)L ,.
~o ~ .~ ~
-~lI1o'
SQ ~.
'2O~~
.~~-
,-
-
~~
: ...",
~ era
~ '-
j 3
~u
I
!
~
G)
-
~
g
"
....,. l" I ~'S'OO8
..,... - CJOC(rtGV.~
uu~t.V!iV"ClCJIC' ,
........_..~1kkIf$
WCIQ.llI!IUalI...-....
'!U!WOllqow-
UJO:).. '<lQ.I1I4~'
~~'81~~1
Of.u:lNJ
31"6_ iI''''''
.
'. ....0. ~
~~ .,....
I
.... J&...1t
"VII "II.", /I I.U.
~ \ No. 2231
~ GICM-' Na.
P. 4
FRAIE
otITRGGeR
MLE
HrrCH
MISe
f'LOOK
JOIST
INSULATION
DECIONG
COVIfVNQ
CXNERING
cove 8ASE
COVE 8A$f
ACCESS~IES
WALL ~ EXT&RIOR
STIJOO
STUDS
lSTUDS
'N8tJlAl1OH
INSUlA no",
SHEAlHNG
SIDING
SfOING
- COVI!RJNQ
COVEAII\IC
WALL. .INTSRIOR
STlJDs
:NSuLATION
COVERING
ROOF
.lOIn
DECKING
COVERWC
'NSulA TION
CEILING
BEAM
BAllOON _l.L
~"TUOS
I' 'S f --J '"
UCIIlI
12QD--10" 8I!AM. OIR .. Ole, CM r Ole
5NU8 (R!c0N0lJ1Ct6)) "* AWl
D51'ACH.\aE tlTo.
cw.s SEC'OON
1.aooo IrA
~,.~
12 WlOE JOISt au 1t" Ole
R-l9 UNfACED
"'" Tac PlV'M)OD
210 OZ CMPET
111r' STANDMD V.C.T.
NoMe PRovIDeD ... AESTftOON.
-r WoM. oqc
~ PAOVIDeo IN REtWN~.
.. VIWlMse
NoNI: ~ IN RESTROON.
. ReINFORCED PlASTrc 8OTTOW ~o
eNO 'IMLL rM"X8' .18' Die
$IDE WALL 2"X4"X1' -1t;' Ole
RE'CISSSED ENTRY
END 'WlIiU. ft.-"l1NFlI\CEI)
SlOE Wi'LL A-11 UNFACEO
END Ylw.l 'tZ' COX PI. VWOOO
END~5IrT1-11
SIDE WALl W T1-t 1
DID WALl IITVCC
SIDE WALL 112" VCll
t.oooo EA
2)(4Xa UlITI!RIOR V'MLL
,.ONlE-PAOvtOED
112" x .. \fCC
12 WlDa oIOIST' 2X8 WOOD 16" Ole
112' SHEATlMG
38 OA. STANOING SEA"
NatM: twIIt~tll)
R-18 UNFACED
2X4 T~ID c:EIIMG
NOMI!-PROYIDED
NoMs: NONE AEOUlKED ON SINGLE.WtDE UNIT.
720.0000 Sf:
2X4 Bl\LL.OON WAl.l x 2'
s.._ "'ppse.,
.....,.;u:
.. ",:.:
'MS, S. ~~ I
LIIIwap, CA lIfa3D
......~
~~
2l11I.l/lAl.WCIlI
209.8ll8.9lIOO
eor).$Jt.~
. -.:;.-" .... ,<,w~"C<<c::Ic.NC)'9 ...2231 P. 5
.~;lJ ~ ~,\' .
~~ 8&Ib-C_IDfY D8IOtfaIan ..,..~ ~ a.o...IJ.~~
8HEA'DIMJ 1IZ" P1.~ BAl-paN ~x 2'_~~, r7'"
MaI_ f'ROVINo ON eNO-.a"oNt. '(.
INSulATION "-" lNwAceDlMU.ooN*U.X2'
SIDlt$ T1-t11WJ.OOH WlW. JI 2'
DOOR EXr.
StTERtOR DOOR
E)CTERIOR Dooft
. l..OCfCSET
LOClC8&T
lOCJCSeT
JCCE8SORtES
ACoI!8SORQ
INTERIoR DOOR
DOOR
COOR
DOOR
. JlWe
LOCftSET
LOCQIT
HARDWARe
W\IIHDOW
HORIl. SlJl)Q
M'NUUNOS
EXTEJnOR TRIM
TAIM
mlM
INTERIOR TRIM
TJt(1M
TRIM
ELECTRICAl..
PANEL
'MItE
RECEPTAClE
REcePTAClE
RECEPTAClE
Ra:~rACL.E
. SWITCH
SWITCH
LIGHT 'NT(;RIOR
PLUMBING
UGHT EXTERIOR
ACCE"ORJeS
FIXTURES
I' ~ .'l. IIf 'I
3OCII1. ~ STEEL DOOR
--STEEL FRENCI( DOOR WI tl-UTE Krr
TElL PA8SAG€ lEVER
'lEU. S111GlE Cl'UNDER DEAD8OI.T
lEVIiMATCHGuMo
~ DRIP CIt.P
NORTON 1io1 BFAL DOOR Q.O$ER
'.??oo 1:.\
'.??oo iA
1.??oo EA
".DOCIo e"
1.ocoo EA
Z.oOOO EI\
2.??oo EA
.. ~ IM>OOaRAtll_ HOUOWCORli
3DIB PMPIN \IIlOODGRAw - SOLID CORE
12XU DOOR t..Ou\1ER
T111"LY 4P .IAU8
TELL PASSAGE LEVC-R
TELL PRIVACV l.DCKSO
NORTON 16G1 BFAL DOOR CLOSER
3.??oo e.\
1.??oo EA
'.??oo ~
4.??oo EA
3.aooo EA
1.??oo E4
...??oo EA
4CMO H8 0IBI8
,P HORIlOMrAL AlUM'NUM MIN-BUr<<)
8.??oo ~
4' LP fNNERSE"Al TRIM
r LP INNIMEAl TRM
VINYl TRIM ..oe COANf:.R
~IWVL TAl" OUTsDE CORNEA
. ~
1~ AMP IPH WI tAAlN BREAKER. ExT:
NaIes: (edIIfar autfect mounfedJ
ROIot~ RACEW.\Y
DalICATEO 20A DUPl.EX RECEPT"~ - ROMEJ(
DUPt.t:x RECePTACU! . AOMex
GFCI RECEPTACLE FOR ROM!x
WPATHER PROOF OFCI AEcePT
3 WAY WAU. S\'IO'CH .
SINGlE PQ.E SWITCH FOR ROMe)(
.. JI~ TUBE LA"" TROFFER T..
NcJIar. ~ IiL5CTRONlc 1.4\l1.AST
HARRIS M1IlD EXTERIOR LIGHT
II X' X llNU:T OOX
1.??oo EA
1,000c EA
11.0000 l:A
,.??OO EA
1.00a0 EA
2.??oo EA
8.??oo EA
10,??oo ~
2.??oo EA
1.oDOO EA
HANDK:AP W\T.ER CLOSET
,.??oo ~
Slevo .leppsen
......;u;
lft.1S1 So McIClnIIIy AINn_j
LaIIwep. CA ~
_mfllIII......._
lIluIIu.."",,-.~ L'~..:ixl.cam
2OUGU300
lIIlV.MacIo
MIII\~ ?~_
.J~n.20. ~." ~ tf$"\~" 2231 _~,~
CIl8aoIY ~CatiIgory
FIXTURES
FIXTURES
. FIX'rUAEs
HWIt
ACCESSORIES
ACCESSORIES
ACCESSORIES
ACCESSORICiS
ACCESSORIeS
'.. ACCESSORIES
ACCUSORIES
ACCESSORlA
ACCUSORlr:$
we.C~'
HIP \NlW. NT
DUCT'
DUCT
PLENUM
I\oISC
ACCESSORIES
ACC&SSORIES
OTHER
STArEAPP
P 3 ~.#f'l
~ .... f
SGL 10M. STAN.ESS STEI!L IOTC",. 'INK
HANOICAP lAVATORY
38 X 17 HDCIt SHOWER
20 GAL aacTR1C HN4
110 CF'M lEXMMJ8T~AN
2QU PLUMBINca VIW.L
C8IlIIitG HEIGHT W4m; FlU' ~RO
NoMt: (...... CIlIIng heIQhI' '*'*'al)
GRAB BAR, SET
HNlDICAP rUlSIGH
1'''X38'" MIMM
PLUMItNQ DROP
SOAP DlSPENIM (lIQUID.
T'p. HOLDeR StHGLE ROlL
auen-., UOM
1.??oo ~
1.??oo EA .
'.oaao I!A
U10DO EA
1.??oo EA
'-0000 I!A
1.GOClD EA
1.??oo EA
1.00Il0 EA
1.00lI0 EA
:a TON HIP ., KIN HEAT STRIP
FIlERGlASS A.IX RillJRN AIR DUCT
FIBE~ FLEX SUPPlY All DUCT
RtTURN AIR PlENUM WAll
1.0a00 EA
LAMlNATEO COUNTIRTot> F~ CAeINET
LAMlNATICR lO~R CABINET
..??oo LF
",0000 LF
STATE OF CAUFORN"APPROVALS
Steve JepPSI"
'-,11I _"i;,1;
.,'
1GZ1 9. McICinIetA..onuc I
~. CASlI330
~oCO/lI
........,,~~.......
'-OO.~.$"JOO
~.t:"oOO
Al.lO.!.:H :~.
.-... &.v. &.vvv IL.Jllln
UUII <<;nap I n co.
1ft&-\\
"
Quotation
.... ....
'.t S.1IcIOnIIr Ave.
LIIIIInIp, CA_
No. 2231 P. I
~,~
:(2IJt)4INt21 Fo:(2Ot)IH 8500
w.e. ..:www...............
QuNcI For:
DanClllpln ~
,. a., .....c:...,.1taId
...... CA"'-IOI USA
MII:.. ...
. _.11I To:
Mn:
,
aua..a By QIGt8 DdI CluaeI For Page . Quote .
SJEPPSEN 112W2OO6 12.Q8.05: 12d) ~ Designer 1 7889
Quantily Deseription Unit PIice Ext.n"'Prlce
1.00 12" X 60' SIIes 0fIIce pet llIICIoMd tIoor __lpeclfiClllianl. 167.850.43 S87,aso.43./
1.00 IncbIet DellMryro SIte end BIocII_ Level to CerIfied dr.... S2,98O.oo ~aeo.OO ./
WIUJ ,. 1I1dlor$.
./. TaabIe hm
QiIOIIlIlan '- 2 n itwns
NclnTIDIIt1le SWTolII:
TIllIbIe SllbTClIlII:
e~ s.les Tax:
-
S70.13D..Q
15,843.51
"1,'7194
QlIC!fe incUIu ptOvilior1s for ~ to 6 leis fo shelp ... 8 nt. d flnaI drawings. Quale inelIdn prowi$fons fill' c:anaidon wiItlll1ird Jl8Ily vender .
me.y tie needed. Quote it \/lid tar 30 days IIld ~ liD ~ Ileraft8r unIns alaIded iI ~ by Mobile MiIi. Quote Is UIJed to the
......11III speclftcallont PIvvidtclIl1 MobiIt Mini and twms 11III condifIonI of !he cn.ct.~ CIlIngn by Buyw to \tIC dJIign .v'or
spedfations quofIld by Mabile MiA ... inYeIdIte Ilit quole, .. iRued, IIld res~ in ClW1ges 10 lIle pllCIIlg lIlIIWn.
~ WId Ela:IlIIionI to Buyers Quote Request;
&JdIon 13':Q.1: IIIem 1.04: Insignia of DOH ~.Is"""to IUldil1gInlJ IInIIpIiM n ~ cerlified. II oCher penriIs. rancea IlId
fees nile ,..spolIslblly of~. IkiIlIng Is ADA compIn (1. ANSI). Access k11l1i1dqj (If reQlbd) Is I'etplII\IIbIIt of Buyer (Unform
F", AcctaIliIy SImfIrdI (UFAS) LIIl" Edlion)
~ - nm.t. ...,. ~ItW.ll ~ IlL ....""..nd UIl_cm IrY b fNllacIIIian of MaIJIe 0IIca. .......... II liD InIbIIty
....... 811d...... or.............. of.. .... of CIIfaria .... ........",.......... c-....., MIn. ....... Wind ~
30ptf Roof LIMd (110 snuw kMd cplted), 50psf FIoar Laluf. ~ C. fIOII tIrw '*d. ~ 8-2. SaIlIIeIrqj IIIWpClMib11y of ~.
PlJ)ment tenns: - DowI (Prior to prOlU:tion) 5e* 011 deIiveIy to site. Jtny IJIq)awmcnts INde by ~ 10 be ~ ftvm fIIlIIlIIlOlft eM.
PnlcM:Iiorl ~ EIlinIted 6 to e WIe/t9 "om IWOeIpt Of'" s1!11td ~ II1cI color seIecIiolll by BU)"llr.
steve Jeppsen
~....JI."..i.1lOI'Il
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 06
To contract for:
Sports Park Site Improvements, Phases I & II
Project No.
Contractor:
Don Chapin Company
Contract Date:
1 I/5/2004
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Description of Work:
Item No. 1 Provide additional mop sink, garbage disposal, plumbing and electrical changes and
revised plans per City of Gilroy Staff comments and as detailed in Field Directive No. 43,
and per DCCI proposal dated March 7, 2006. No added days.
Item NO.2 Provide labor and materials to install additional lights at gatehouse and concession
buildings per Don Chapin Company proposals dated March 14, 2006 and Harris
Transmittal No. 695 dated 3/27/06.
Item NO.3 Replace City of Gilroy Well Motor per Harris Field Directive No. 46 and Chapin EWR No.
120
Item NO.4 Add for critical path delays due to rain and mud...... 30 (thirty) Calendar Days
Item NO.5 Add to revise the elevation of the gatehouse slab from 191.00 to 190.34. Add five (5) days
to the critical path.
Total Change
All requirements of the original Contract Documents shall apply to the above work except as specifically
modified by this Change Order. The contract time shall be extended by thirty-five (35) calendar days.
Original Contract Duration
Days added by previous Change Ord,
Days added by this Change Order
Revised Contract Duration
Original Contract Completion Date
Revised Contract Completion Date
570 Cal. Days
38 Cal. Days
35 Cal. Days
643 Cal. Days
7/10/2006
9/21/2006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Change Orders to Date
Revised Contract Price
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET CHANGE of $25,313.96
ACCEPTED BY:
RECOMMENDED
ACCEPTED BY:
05-CDD-108
EWR
$9,662.75
$2,611.40
$5,208.50 #120
$0.00
$7,831.31
$25,313.96
Cost Percentage
$10,690,000.00
-$96,884.46 -1%
$10,593,115.54
$25,313.96 . IUL
-$71,570.50 -1% ~
$10,618,429.50
Date
- CO&"~N'T1A,-"
-
CITY OF GILROY Gilroy Sports Park
CHANGE ORDER LOG
3/31/2006
834 AM
GILROY SPORTS PARK
CONTRACT CHANGE ORDER LOG I
Item No CHAPIN HARRIS CCO FO EWR RFQ RFI Approved Chang.. Pending Contingency
DESCRIPTION PROPOSAL ES TlMA TE STATUS NO. No. No. No. No. Changes Hit
1 Cost Savings Review $289,388,00 ($307,774.00 ceo Executed 1 1,2 $307,774 $0
2 Re lace advanced 1000 not shown on lans $4,665.00 $4.665.00 ceo Executed 2 1A 13 $4.665 $0
3 SusDend Gradina Ooerations $3,000,00 $3.000.00 ceo Executed 2 2 9 $3.000 $0
4 Use Ramee TaoDina Sleeve at RW $2,431,00 $2.431.00 ceo Executed 2 3 14 $2,431 $0
5 Additional AC and Concrete at Sanitary Line $5,000.00 $5,000.00 not paid yat 0 4 $0 $5,000
6 Kiosk Display Case Revisions $3,058,00 $3,058,00 ceo Executed 2 5 23 3 $3,058 $0
7 Reinstate bleachers to orc'ect SCODe (VOID $0.00 $0,00 VOID 4 $0 $0
8 Relocate Cal Trans oedestal $5,888.00 $5,888.00 ceo Executed 2 67 5 $5,888 $0
9 Revised bus SIOD olans oar VT A $0,00 $0,00 Pending 6 $0 $500
10 Add valve at domestic water tie-in $1,112.00 $0,00 ceo Executed 2 6 22 $1.112 $0
11 Rotate Manhole Cone At Retalnina Wall $4,671.00 $4,671,00 ceo Executed 2 7 21 $4,871 $0
12 Import Material to Balance Site lEst. 1 a,cooe $78,100.00 $80,000,00 ceo Executed 2 8 145-51, J $78.100 $0
13 Stoo work at levee oer SCVWO $0.00 $0.00 No Cost n. 9 $0 $0
14 Disputed work at Recvcled Water Line $39,000.00 {$20,OOO,OO Pending 0 10 7 $0 $0
15 Direction to certify fields $0,00 $0.00 No Cost no 11 $0 $0
16 Charter Cable substructure revisions $64,084,00 $64.084.00 eco Executed 2 12 56 $64,084 $0
17 Revised retainina wall lansJaradina revisions $0.00 $0.00 not issued 0 13 $0 $0
18 Revised infield dimensions 0 o BH Approved 14 $0 $0
19 Add 6" aate valve to 6" domestic water 0 0 VOID 15 $0 $0
20 Replace ac benn with curb & gutter at Luchess 13446 13446 CCO Executed 2 16 55 $13,448 $0
Staking extra work $8,039.00 $8,039,00 BH Approved 2 35-39, $8,039 $0
21 42-44
22 PG&E gas line (PG&E) engineering cost $0.00 $0.00 BH Aooroved 0 $0 $0 $19,100
23 Relocate PG&E Poles $0"00 $0,00 BH Approved 0 17 $0 $0 $15.000
24 Ribbon Cuttino $0.00 $0,00 BH Approved 0 18 $0 $0 $2,000
25 Retainina wall cost difference per redesi n $0.00 $0,00 CCO Executed 4 19 ($234,250 $0
26 Stub out conduits for future power $0.00 $0.00 CCO Executed 3 20 8 $6,296 $0
27 Revise grade at bike trail $0"00 $0.00 Closed 21 $0 $0
28 Concrete fence color cost increase $0,00 $0,00 CCO Executed 3 22 $7.797 $0
29 Domestic water Dioe chances at pump station $0.00 $0,00 eco Executed 3 23 $20.068 $0
30 Revise vault size per RFI #37 $0,00 $0,00 ceo Executed 3 26 93 $4.861 $0
31 ReDair storm drain at duaout fence $0.00 $0.00 CCO Executed 3 65 $1,343 $0
32 Offset recvcled water at Luchessa lice conflict $0,00 $0,00 CCO Executed 3 68 $2,218 $0
33 Provide 24" box trees In lieu of ell supplied tr $0.00 $0,00 No Cost 27 $0 $0
34 Delete filter fabric at 4" drain line $0.00 $0,00 BH Approved 28 9 $0 .$340
35 Soil DreD chanaes Der fertilitv test $5,000,00 $0,00 Pendina 10 $0 $5,000
36 Reinstate Part Office to oro.ect scooe $0.00 $0,00 cco executed 5 37 11 $104,360 $0
37 Provide sod in lieu of seeded turf $0.00 $0,00 CCO Executed 5 12 $109,703 $0
38 Harris Oesi n/ESOC Costs $0.00 $0.00 Pendina $0 $0 $150,000
39 Miscellaneous Costs IMr Heedlevl $0.00 $0.00 AI_net 0 $0 $50 000
40 Electrical Outlets at Concession Bide. $0.00 $0.00 in CCO 16 $0 $0
41 Veterans dav work memo $0.00 $0.00 Closed 29 $0 $0
42 Coordinate Concession Bldo. Owes. $0.00 $0.00 Closed 30 $0 $0
43 Install new fire hydrant at concession bldg $0.00 $7.000.00 BH Approved 31 $0 $7,000
44 Remove drain, caD nlDe at median $0,00 $1,000.00 Pendlna 32 $0 $1,000
45 PPG&E 4wlre Y uocharne Der Diane $0.00 $0,00 Committed $0 $0 $24,778
46 BackstoD fence osts marred $0.00 $0,00 Pendlna 33.44 $0 $0
47 Additional ToPO at Median Strip $0.00 $0,00 Allowance 34 $0 $2,000
48 Pre-En ineered Buildinas $0.00 $0,00 Closed 35 $0 $0
49 Trafftc Rated SDlice Boxes $0,00 $0,00 Ooen 38 $0 $2,000
50 Burala", bars at skyliahts $0.00 $2,000.00 Allowance 38 $0 $2.000
51 Provide Countertops $0,00 $0.00 In scaoe 39 $0 $0
52 As-Built Orawinas $0.00 $0.00 Worldno 40 $0 $0
53 Gatehouse and Concession Blda. Revisions $0.00 $0,00 CCO Executed 6 41 43 $9,683 $0
54 AcldilJonat r hie al Gatehouse and Conceulon BtdQs. $0.00 $0.00 CCO Executed 6 42 $2,611 $0
55 Add latch guards at scorina booths $0.00 $0.00 void 45
56 Re lace well motor $0,00 $0,00 CCO Executed 8 46 $5,209 $0
57 Redirect 410 Fund to PO Pro ect $0,00 $0,00 BH Approved $0 $0 $400,000
58 Revise Gatehouse Slab Elevation $0,00 $0,00 CCO Executed 6 47 $7,831
59 Monterev Median/slotted drain revisions $0,00 $0.00 Allowance $0 $10,000
60 Potential remoblllzalion costs at Las Animas $0.00 $0.00 Allowance $0 $10.000
61
62
63 $0,00 $0.00 $0 $0
$51,874.00 1$123492.00 $71 570 $94,160 $610,878
PERCENT APPROVED CHANGES
Through Change Order NO.2
-0.&1% . percenta . based on total contract value.
($71,570)
$10,690,000
TOTAL PENDING CHANGE ORDER COSTS:
PERCENT PENDING CHANGES:
$94,160
0.88% . Percentage based on original contract value of $10,690,000.
APPROVED
PENDING
CONTINGENCY HITS
TOTAL COMBINED APP'O. PENDING" CONT. HITS C.O. COSTS
PERCENT COMBINED C.O. COSTS:
($71,569.84)
$94,160.00
5.71% $610,377.98
$633,461.14
5.93% . Percentage based on total contract value.
$610,878
Original Contingency @ 6.89%
Approved Change Order Cost:
Contingency Subtotal
Contingency Hits
Contingency Subtotal
Pending Change Orders
Projected Contingency Total
$736,768.00
($71,569.84)
$801,337.84 Through C.C.O. No.'
$610,877.91
$197,459.9
$94,160.00
$103,299.36
0.97%
. Percentage based on total contract value.
Sll1,i90,Doa
-
C~\aE~T\A\.. -
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 07 (revised 1/24/07)
To contract for:
Sports Park Site Improvements, Phases I & II
Project No.
05-CDD-I08
Contractor:
Don Chapin Company
Contract Date:
111512004
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor. All copies forwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Description of Work:
Item NO.1 Add to revise HVAC specifications at Gatehouse
Item NO.2 Survey issues
Item NO.3 Irrigation well meter
Item NO.4 Power to spikes
Item NO.5 Delete countertops
Item NO.6 Delete permanent field lines
Item No. 7 Additional striping at left turn lanes
Item NO.8 Provide electrical receptacles at batting cages per Beals
Item NO.9 Add eight rain delay days to the contract duration
Item No. 10 Repair damaged asphalt at V-ditch on Monterey Road
Item No. 11 Add backing at downspouts
Item No. 12 Add tamosil at concession building
Item No. 13 Survey alignment issues
Item No. 14 Settlement of Non-Compliance Report No. 3 (Fence post coating)
Item No. 15 Inspection and reports by D.B. Gaya for Non Compliance Notice No. 3
Item No. 16 Restake Monterey Road per FD No. 51
Item No. 17 Add for weather delay days previously documented (19 days)
Item No. 18 Delete sports lighting computer
Item No, 19 Black out crosswalks at Monterey Road
Item No. 20 Shade structure price increase
Item No. 21 Add slotted drain at Monterey Road
Item No. 22 Add site drainage at Las Animas Park
Item No. 23 Add run-on mitigation at farm field
Item No. 24 Expedite Banner Order
Item No. 25 Add for soil ammendment adjustment per soils test
Item No. 26 Lower existing manhole at valley gutter
Item No. 27 Provide traffic control at splice box relocation
Item No. 28 Dig out, replace unsuitable subgrade at Monterey Road median
Item No. 29 Remove and reinstall revised striping at Monterey Road
Item No. 30 Relocate water line and fire hydrant near concession bldg.
Item No. 31 Add f!r gate valve
Item No. 32 Additional traffic control
Item No. 33 Install Tamosil at gatehouse building
Item No. 34 Adjust Keystone block wall allowance
EWR
$3,105.00 123
$7,750.00
$1,395.95
$4,300.29 137
-$4,051.87 169
-$3,574.11 172
$951.79 C.O.R. #5
$839.35
$0.00
$1,999.96 145
$266.73
$1,487.73
$24,221.56 127
-$20,898.80 167
-$5,252.00
$1,488.35 124
$0.00
-$700.00
$284.03 152
$757.15 175
$6,735.80 131,173
$5,511.54 164, 165
$4,956.23 183,216,219
$750.00 182
$4,898.08
$316.84 146
$613.12 143
$1,476.62 125
$19,768.21
$3,192.78 118, 151
$869.43 53
$221.48 149
$433.50 150
-$1,567.00 FD # 19
$62,547.74
Total Change
All requirements of the original Contract Documents shall apply to the above work except as specifically modified by this Change Order.
The contract time shall not extend unless expressly provided for in this Change Order. By signing this Change Order, Contractor
acknowledges and agrees that the adjustments to cost and time contained herein are in full satisfaction and accord, and are accepted as
payment in full, for any and all costs and expenses associated with this Change Order, (the "Extra Work"), including but not limited to
labor, materials, overhead and profit, delay, disruption, loss of efficiency and any and all other direct andfor indirect costs or expenses
associated with the Extra Work and hereby waives any right to claim any further cost and time impacts at any time during and after
completion of the Contract associated with the Extra Work.
The contract time shall be extended by twenty seven (27) calendar days.
Gilroy Sports Park
Contract Change Order No. 7
"
Original Conlracl Duration
Days added by previous Oumge Orders
Days added by this Oumge Order
Revised Conlracl Duration
Original Contract Completion Date
Revised Contract Com letion Date
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET CHANGE of $
ACCEPTED BY:
570 Cal. Days
73 Cat Days
27 Cat Days
670 Cat Days
7/10/2006
11/612006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Change Ordet'S to Date
Revised Contract Price
Cost
$10,690,000.00
-$71,570.50
$10,618,429.50
$62,547.74
-$9,022.76
$10,680,977.24
P~e
f>if -1%
~O%
RECOMMENDED BY:
Date
ACCEPTED BY:
Date
Gilroy Sports Park
Contract Change Order No. 7
2
City of Gilroy
Engineering Division
7351 Rosanna St., Gilroy. CA 95020
Phone (408) 846.0450; Fax (408) 846.0429
To contract for:
Contractor:
CHANGE ORDER NO. 08
Sports Park Site Improvements, Phases I & II
Project No.
05-CDD.I08
Don Chapin Company
Contract Date:
11/5/2004
This order shall become effective when it has been signed by the City Administrator, City Engineer,
Project Engineer, and Contractor, All copies fOlwarded to Contractor for signature shall be returned to
The City of Gilroy properly filled out. Upon acceptance by the City, the Contractor's copy will be returned
to him as his authority to proceed with the work.
Descriotion of Work:
Item NO.1 Re-stake Las Animas Park
Item No, 2 Provide flagpole and flag
Item NO.3
Item NO.4
Item NO.5
Item NO.6
Item NO.7
Item No 8
Item No, 9
Item No. 10
Item No. 11
Item No. 12
Item No. 13
Item No. 14
Item No, 15
Item No, 16
Item No. 17
Item No, 18
Item No. 19
Item No. 20
Item No. 21
Item No. 22
Relocate two water meters per Dan Aldridge
Fog Seal Monterey Frontage Road per Chris Orr
EWR
$3,437.56 227
$6,268,19 203,223. 238.
253,272
$5,744.04 209, 217. 224
$2,867.48 249.251,254.
255,260
$1,184,62 258
$4,370.24 220,228, 271
$1,342,52 108, 109
$224.39 69
$962,89 222,276
$8,231.75 282,283, 284
$2,641.86
$4,106.59
$7.969,26 FD #63
$6,178.35 10
$5,379.94 170,177
$731.21 10
$6,095.00
$2,125.00 117
$13,812.02
$2,702.00 287,288,290
$2,903.68 279
Total Change $89,278.59
Provide additional sidewalk at Luchessa Ave & Princevalle
Clear and haul brush and debris at Luchessa former Gormly Property
Staking at Bike Path Grade Adjustments
Add backboard at Park Office Building Communications closet
Provide vertical dowels at CMU Foundation Wall at Park Office
Provide Trees and Keystone Block Wall at Pump Station
Add Burglar Bars at Scoring Booths
Add Backflow Preventer Covers
Add for scoreboard switches
Compaction effort in field
Harris site office power and land rental costs
Prep for dirt haul
Remobilize for Las Animas Park
Additional Topo at Monterey Median strip
Additional Pavement Thickness at Monterey Road
Additional Vehicular Gate
Keystone Blocking return adjustment
All requirements of the original Contract Documents shall apply to the above work except as specifically modified by this Change
Order. The contract time shall not extend unless expressly provided for in this Change Order. By signing this Change Order,
Contractor acknowledges and agrees that the adjustments to cost and time contained herein are in full satisfaction and accord, and are
accepted as payment in full, for any and all costs and expenses associated with this Change Order, (the "Extra Work"), including but
not limited to labor, materials, overhead and profit, delay, disruption, loss of efficiency and any and all other direct and/or indirect
costs or expenses associated with the Extra Wark and hereby waives any right to claim any further cost and time impacts at any time
during and after completion of the Contract associated with the Extra Work.
The contract time shall be extended by zero(O) calendar days.
Original Contract Duration
Days addcd by prcvious Change Orders
Days added by this Change Order
Revised Contract Duration
Original Contract Completion Date
Revised Contract Completion Date
570 Ca!. Days
100 Ca!. Days
o Ca!. Days
670 Ca!. Days
7/l 0/2006
11/612006
Original Contract Price
Previous Change Orders to Date
Total to Date
This Change Order
Total Change Orders to Date
Revised Contract Price
Cost
$10,690,000.00
-$9,022.76
$10,680,977.24
$89,278.59
$80,255.83
$10,770,255.83
Percentage "I A'1/ /
0% 1l!!l!t
1%.MH
ACCEPTED BY:
RECOMMENDED
ACCEPTED BY:
Gilroy Sports Park
Contract Change Order No, 7