Loading...
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