Loading...
HomeMy WebLinkAboutFarotte Construction Co. - Agreement for Construction of Sunrise Fire Station ProjectrtG RECEIVED JUN 0 6 2003 SECTION 00500 ENGINEERING AGREEMENT SUNRISE FIRE STATION PROJECT NUMBER 03 -CDD -122 THIS AGREEMENT, made this day of J (,(.; o?OL by and between the City of Gilroy, hereinafter called the "City," and Farotte Construction Co., Inc. hereinafter called the "Contractor." WITNESSETH: 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 Fire Station, Project No. 03- CDD -122, 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 Sunrise Fire Station, Project No. 03- CDD -122 SECTION 00500 -1 THE CONTRACTOR'S DELAYS IN PERFORMANCE OF THE WORK DESCRIBED 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 DELAYS 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 RELATIONSHIP OF SUCH AMOUNTS TO THE RANGE OF HARM TO THE CITY WHICH 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 THEIR APP AL D CONSENT TO THE TERMS OF THIS ARTICLE 3. Ci 's Initials Contractors Initials 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 all of the following attachments to this Agreement, 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 Sunrise Fire Station, Project No. 03 -CDD -122 SECTION 00500 -2 Bid Guaranty Bond Agreement 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 Sunrise Fire Station, Project No. 03 -CDD -122 SECTION 00500 -3 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 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. IN WITNESS WHEREOF, this agree FA Ro -rte aojs-rwcyw a Name of Contractor Signature of Contractor A,S / (3 &A JT Title of Signator ATTEST: Signature Title of Signator Approved as to form: `? /V; City Attorney 1 r,�C . of Jay Baksa, City Administrator Title of Signator ATT Signature Title VignLor ** *END OF SECTION * ** Sunrise Fire Station, Project No. 03 -CDD -122 SECTION 00500 -4 OF o,A. c Z uw mnn O C�*1tV 0t 6 *11 x0n COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 Building, Life & Environmental Safety Division (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00001 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: Excavate existing cistern down to native soil, backfill to 4 feet of existing grade with 1' /z sack cement/sand slurry mix, backfill the remaining 4 feet to finish grade with aggregate base material, remove cistern debris from site. All work base upon a 16 foot depth for existing cistern. Agreed to Lump Sum Price for 16 foot depth I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $5,995.00 IC I7 A Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price Originals to: CITY: CONTR: $ 5,995.00 $ 2,983,146.00 $ 0.00 $ 2,983,146.00 $ 5,995.00 $ 2,989,141.00 (2) Originals (1) Original OF (11, 1* t V of ( 5ilron COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00002 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: Install temporary power service pole within 50 feet of the existing PG &E pole at the south end of the Sunrise FS #3 project site. Install temporary power on contractor installed poles to the temporary emergency trailer site. Install additional pole at the north end of project site to accommodate communication service drop. Install 4 sack concrete at the abandoned cistern site per SCVWD requirement. Agreed to Lump Sum Price for complete temporary service I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 4,977.00 By: Date: RECOMMENDE ACCEPTED BY: Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price 5� J 4Dat Project Engineer Originals to: CITY: CONTR: $ 4,977.00 $ 2,983,146.00 $ 5,995.00 $ 2,989,141.00 $ 4,977.00 $ 2,994,118.00 (1) Originals (1) Original OF v 0 z ����� 'do� o 4ED MP To contract for: Sunrise Fire Station #3 (111-tv of Gilrov COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00003 Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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. Furnish all labor, equipment and material to install a IV' X IV' cut -off footing extension at the exterior of the perimeter wall footing, per your quote dated July 10 and as required by the project soils engineer. Agreed to Lump Sum Price for excavation and concrete placement around the entire perimeter wall footing - I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 7,268.73 By: -4 X41 Original Contract Price $ 7,268.73 $ 2,983,146.00 Previous Change Orders $ 10,972.00 TOTAL TO DATE $ 2,994,118.00 This Change Order Revised Contract Price ' 2V V Ddtt - Project Engineer Originals to: CITY: CONTR-. 7,268.73 $ 3,001,386.73 (1) Originals (1) Original OF G 14�O y F F 7� t Z �� criE o SQ ° 3 rED MP (111, itV of (61* 1 r0 u COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00004 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: Price differential on the washer /extractor change from a Milnor 30015T5E to a Milnor 30015T5X Agreed to Lump Sum Price for this change I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 2,144.89 By: Date REC ACC $ 2,144.89 Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order 1 Revised Contract Price Originals to: CITY: CONTR: $ 2,983,146.00 $ 18,240.73 $ 3,001,386.73 $ 2,144.89 $ 3,003,531.62 (1) Originals (1) Original OF Z uw Gf100Q1 *O 4111% rED MA C� @Iitq of (61*1rov COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 Building, Life & Environmental Safety Division (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00005 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: FURNISH LABOR, EQUIPMENT AND MATERIAL TO INSTALL THE FOLLOWING: A- per Engineer's instructions due to a conflict between the structural and architectural drawings: reframe wall at gridline `D' between gridlines `4' and `6' to a 9'0" elevation. cut and re -weld steel columns between gridlines `4' and W. install plaster directly to underside of framing. Agreed to lump sum price for this change: $ 3,106.88 B- per request from the Fire Dept.: change from the specified metal panel roofing material to the 50 year composition roofing material selected by the Architect and Fire Dept.: Presidential Shake TL' roofing material. Agreed to lump sum price for this change: $ - (6,963.00) C- per the Architect's response to RFQ #02: omit the specified light fixture type `H' and replace with a new light fixture as described in RFQ #02 Agreed to lump sum price for this change: D- due to a request from B.L.E.S.: add one set of `Pemco PK55' smoke seals to hardware group 13 for doors 34 and 35 as approved by the Architect. Agreed to lump sum price for this change: E- per request from the Construction Manager: combine the 2" water line and the 6" fire line in one common joint trench as approved by the Architect. $ - (2,995.28) 236.07 Agreed to lump sum price for this change: $ - (1,110.00) F- due to plan omissions: .add a surface mounted fire extinguisher `Type 2 -413' mounted to the west facing trash enclosure wall adjacent to the fuel tank emergency shut off switch as approved by the Architect. Agreed to lump sum price for this change: $ 78.00 G- per requirement of B.L.E.S.: modify the temporary emergency facility trailer's electrical panel. Agreed to lump sum price for this change: $ 527.72 H- due to plan omissions: complete the connection to the solenoid valve for the gas shut off Agreed to lump sum price for this change: $ 483.28 J- due to plan omissions: update the connection for the washer /extractor per response to Collins Electric COR #07 Agreed to lump sum price for this change: $ 1,158.77 K- due to plan omissions: install additional outlets in and Administration office and Captain's quarters Agreed to lump sum price for this change: $ 1,337.64 L- due to plan omissions: install bay door raceway and power circuits per response to Farotte RFI #18 Agreed to lump sum price for this change: $ 3,688.52 M- due to plan omissions: required work for the traffic signals per response to Farotte RFI #06 Agreed to lump sum price for this change: $ 1,755.38 I (We) hereby agree to make the above Original Contract Price $ 2,983,146.00 changes subject to the terms of this Change Order for a NET INCREASE OF: Previous Change Orders $ 20,385.62 TOTAL TO DATE $ 3,003,531.62 $ 1,303.98 Date: (/ 2 This Change Order $ 1,303.98 By: � /� ®, Revised Contract Price $ 3,004,835.60 RECOMMENDED (Z / an 11/18/03 Date Originals to: CoiAOr n a CITY: (1) Originals ACCEPTED BY;.� CONTR: (1) Original Date / Date Project Engineer 2 cnnnm` o se TED MP Q-Titv of (6ilrov COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 Building, Life & Environmental Safety Division (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00006 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: All labor, equipment and material to perform the installation of PG &E's permit requirements as shown on PG & E drawing: OH to UG conversion — rule 20C and per response to RFQ #08. Agreed to Lump Sum Price for this change I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 48,196.80 By: Date: ACCEPTED Fair 11/20/03 Date $ 48,196.80 Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price ect Engineer 1 Originals to: CITY: CONTR: $ 2,983,146.00 $ 21,689.60 $ 3,004,835.60 $ 48,196.80 $ 3,053,032.40 (1) Originals (1) Original OF nnm C 4a (11.1, itu of (611 r0 n COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 Building, Life & Environmental Safety Division (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00007 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: Per statement by the Fire Dept. — need for visual through front bay doors due to safety issues with equipment exiting the apparatus bay during emergency response situations - All labor, equipment and material to perform the installation of: All glass, except bottom panels, in the two north apparatus bay doors per field memo #00006, option 2 of response to RFI #10 Agreed to Lump Sum Price for this change I (We) hereby agree to make the above changes subject to the terms of this • Change Order for NET INCREASE OF $ 5,608.33 Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order ised Contract Price Originals to: CITY: CONTR: $ 5,608.33 $ 2,983,146.00 $ 69,886.40 $ 3,053,032.40 $ 5,608.33 $ 3,058,640.73 (1) Originals (1) Original OF wn -� 0 SAO � `tom TED MP December 5, 2003 GILROY FIRE DEPARTMENT 7070 CHESTNUT STREET GILROY, CALIFORNIA 95020 -6610 Bill Headley Parks and Facilities Development Manager Community Development Department RECEIVED DEC 0 9 2003 Telephone: (408) 846.0370 FAX: (408) 848.0379 ENGINEERING JEFFREY L. CLET FIRE CHIEF This letter is a follow -up to our discussion today about a construction change order that the department has initiated related to the Sunrise Station front roll -up apparatus doors. The original station design committee had specified doors that only had two sections of glass panels in the front doors. This design is inconsistent with the current standard in use at the two other stations. I first became aware of this a few weeks ago when meeting with the architect to select exterior paint colors for the new station. I immediately requested that the door design be change to the full glass design. The following list provides an overview of why I feel that a construction change order is necessary to accommodate the front roll -up apparatus doors at the Sunrise Station. • The full glass panel doors present a more customer friendly design making the station appear open and inviting rather than closed and distant. • The full glass panel doors provide for a clear view for the public when approaching the fire station during an emergency to see if the station is occupied or vacant. • The full glass panel doors provide better visibility for the responding fire company while the doors are being raised since all panels can be seen through. • The full glass panel doors are consistent with the existing station design making the use, operation and function consistent with our current operations. • The full glass panel doors will reduce the potential for apparatus door accidents related to the use and operation of different door visibility patterns at each station. If you have any questions please don't hesitate to contact me. Thanks for your support, Jeffrey L. Clet Fire Chief "First in Service to the Community" OF Mon * F r i TED MP 01.1itv of (614rov COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 Building, Life & Environmental Safety Division (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00008 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: Provide 120 volt power to each of the dampers indicated on sheet M3.2, detail 2 per Mechanical Engineer. The 24 volt system will not work as shown on plans. Agreed to Lump Sum Price for this change I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 4,949.50 By: Date: RECOM ACCEPT Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order R Ato,103 • Da e 03 Project Engineer 6K , vised Contract Price I Originals to: CITY: CONTR: $ 4,949.50 $ 2,983,146.00 $ 75,494.73 $ 3,058,640.73 $ 4,949.50 $ 3,063,590.23 (1) Originals (1) Original OF i Z um G(100m TED MP Ofitn of (61-frov COMMUNITY DEVELOPMENT DEPARTMENT Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 Building, Life & Environmental Safety Division (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00009 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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: Due to existing site condition as follows: Remove, haul away, backfill and compact the existing septic tank system under the proposed building and site concrete footprint as directed by the city. Agreed to Lump Sum Price for this change I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 6,369.46 $ 6,369.46 Original Contract Price $ 2,983,146.00 Previous Change Orders $ 80,444.23 TOTAL TO DATE $ 3,063,590.23 This Change Order $ 6,369.46 By: / Revised Contract Price $ 3,069,959.69 Date: RECOMMENDED 13Y• 3 r,,�5 �--an Fair 12 /03 Date Originals to: s ag CITY: (1) Originals ACCEPTED BY• / CONTR: (1) Original • Dat ect Engineer / 1 VT- 11111 COPY 4 0*tv of (61 coon` MMUNITY DEVELOPMENT DEPARTMENT o -!- Norman S. Allen, P.E., Director =� Planning Division (408) 848 -0440 FAX (408) 842 -2409 Engineering Divison (408) 848 -0450 FAX (408) 842 -2409 rE� M Building, Life & Environmental Safety Division . (408) 848 -0430 FAX (408) 848 -0429 Housing & Community Development (408) 848 -0290 FAX (408) 848 -0429 CHANGE ORDER NO. 00010 To ,contract for: Sunrise Fire Station #3 Cactor: Farotte Construction Company Inc. Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Balance of credit to omit the cable tray system and add for `J' hook system Agreed to lump sum price for this item - B. Credit for dedication plaque only Agreed to lump sum price for this item - C. Provide 2 ea. attic access hatches not shown on the plans Agreed to lump sum price for this item - D. Provide 8" and 12" cast aluminum letters as directed by the Architect Agreed to lump sum price for this item - E. Provide mortar set tile in rooms #102 and #104 due to error in the plan finish schedule Agreed to lump sum price for this item - F. Provide credit to omit dry block CMU walls Agreed to lump sum price for this item - G. Provide gypboard wrap of glulam beam as directed by the Architect Agreed to lump sum price for this item - H. Lower ceiling in the exercise room, add a header in the kitchen, lower the ceiling in the TV room, And modify the soffit/ceiling in the main entry area Agreed to lump sum price for this item- 1 $ -( 2,107.00) $ -( 956.00) $ 506.00 $ 2,265.33 $ 811.00 $ -( 1,727.85) $ 108.44 $ 3,155.24 J. Credit to omit the electrical work associated with the central vacuum system shown on sheet E2.1 Agreed to lump sum credit for this item- $ -( 2,307.00) I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ - (251.84) By: Date RECOMMENDED ACCEPTED BY: Project Engineer TOTAL FOR THIS CHANGE 2 Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price Originals to: CITY: CONTR: $ -( 251.84) $ 2,983,146.00 $ 86,813.69 $ 3,069,959.69 $ -( 251.84) $ 3,069,707.85 (1) Originals (1) Original OF G14 TED MP QLTARV of (61*lroV COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00010 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Balance of credit to omit the cable tray system and add for `J' hook system Agreed to lump sum price for this item - B. Credit for dedication plaque only Agreed to lump sum price for this item - C. Provide 2 ea. attic access hatches not shown on the plans Agreed to lump sum price for this item - D. Provide 8" and 12" cast aluminum letters as directed by the Architect Agreed to lump sum price for this item - E. Provide mortar set tile in rooms #102 and #104 due to error in the plan finish schedule Agreed to lump sum price for this item - F. Provide credit to omit dry block CMU walls Agreed to lump sum price for this item - G. Provide gypboard wrap of glulam beam as directed by the Architect Agreed to lump sum price for this item - H. Lower ceiling in the exercise room, add a header in the kitchen, lower the ceiling in the TV room, And modify the soffit/ceiling in the main entry area Agreed to lump sum price for this item- 1 $ -( 2,107.00) $ -( 956.00) $ 506.00 $ 2,265.33 $ 811.00 $ -( 1,727.85) $ 108.44 $ 3,155.24 J. Credit to omit the electrical work associated with the central vacuum system shown on sheet E2.1 Agreed to lump sum credit for this item- $ -( 2,307.00) I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ - (251.84) By: 4, Date: �� ) RECOMMI ACCEPTEI TOTAL FOR THIS CHANGE Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price &1A /D t�� Project Engineer 2 Originals to: CITY: CONTR: $ -( 251.84) $ 2,983,146.00 $ 86,813.69 $ 3,069,959.69 $ -( 251.84) $ 3,069,707.85 (1) Originals (1) Original ti O.� OF Z wn snnnm` o C-1 SQ ED M Q-Titv of (61*lrov COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00011 To contract for: Sunrise Fire Station #3 Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Install bay door push buttons per revisions by the Electrical Engineer in response to RFI #18 — incomplete information on plans Agreed to lump sum price for this item - B. Additional landscaping per RFQ #03, doubled planter area on east and west sides due to conflict with perimeter wall footing and area light footings on plans Agreed to lump sum price for this item - C. Credit for cabinet and grommets per RFQ #21 & 22 Agreed to lump sum price for this item - D. Installation of updated light control due to insufficient information in documents Agreed to lump sum price for this item - E. Installation of underground raceway at the refueling tank per instruction by the Electrical Engineer due to insufficient information in documents Agreed to lump sum price for this item - F. Install CAB in selected areas for on site parking per FD #22 Agreed to lump sum price for this item - G. City portion of Parking /traffic control installation costs to Friday, 01/09/04, per meeting item #01, 01/08/04 Project coordination meeting Agreed to lump sum price for this item- 1 $ 2,241.99 $ 10,430.07 $ - (174.00) $ 213.31 $ 296.63 $ 1,500.00 $ 2,777.00 H. Install heat lamps in four rest rooms per City request Agreed to lump sum price for this item- $ 3,800.00 J. Credit for downsizing generator and switchgear due to elimination of the proposed well site at this project location Agreed to lump sum price for this item- $ - (38,696.00) K. Refer to Attachment to Change Order #0001213 GC superintendent from February 27, 2004, through April 30, 2004 due to project delays outlined in the Attachment Agreed to lump sum price for this item- $ 35,946.00 L. Griffin lime application to soil per Soils Engineer's report and reference to Change Order Attachment #13A Agreed to lump sum price for this item- $ 23,512.00 M. Work required for the Lintern light installation as described in the response to RFI #18 from the Electrical Engineer — complete information not included in the contract documents - Agreed to lump sum price for this item- $ 2,250.88 N. Additional cost to change the apparatus bay doors from `high lift', as called out in the contract documents, to `standard doors' due to a conflict with the ceiling gas heaters — Agreed to lump sum price for this item- $ 4,044.04 O. Install rings and trim (insulation) to `J' boxes per Deficiency Notice #000001 from The City Building Inspector per Energy Code regulations not indicated in the contract documents — Agreed to lump sum price for this item- $ 927.69 P. Install a fixture `K' in the pop -out below the flag pole soffit per Architect's instructions due to insufficient information regarding the fixture as shown in the bid documents. Agreed to lump sum price for this item- $ 671.04 Q. Net credit to omit the furring as listed and described in RFQ #14, and Attachment to Change Order 014E, and add metal angle closure Agreed to lump sum credit for this item- $ - (867.15) R. Omit the expansion joints in the apparatus room CMU walls as noted on detail 6, sheet S1.2 per the Architect's instructions Agreed to lump sum credit for this item- $ - (482.00) 2 TOTAL FOR THIS CHANGE I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 48,391.50 I: /Af1'i RECOMMENDED B/-. /� Ryan Fair 02/18/04 ACCEPTED B zction Manager i Y:� / Date K, ity En ineer Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price V-1 /ate VT3roject Engineer - '- - 61"' 1 3 Originals to: CITY: CONTR: $ 48,391.50 $ 2,983,146.00 $ 86,561.85 $ 3,069,707.85 $ 48,391.50 $ 3,118,099.35 (1) Originals (1) Original OF V. 37 _o ,00�gTED Mp� 1011 y, of (611 ru� COMMUNITY DEVELOPMENT DEP Norman S Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00012 To contract for: Sunrise Fire Station Project Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Install conduit between HP unit 1 and the heating unit Due to incomplete information on plans Agreed to lump sum price for this item - B. Credit back to the City to delete 8 ea. concrete footings, waterproofing, and CMU planter boxes at the building perimeter per Architect's instructions Agreed to lump sum credit for this item - C. Installation of 'Cat 5' cable as required by the County of Santa Clara, and per Electrical Engineer's response to RFI #67 Agreed to lump sum price for this item - D. Install additional thresholds at terrazzo floor doorways Agreed to lump sum price for this item - E. Raise cabinets in the training room to accommodate the refrigerator - The refrigerator called for in the project documents did not match the cabinet height shown on the drawings. Agreed to lump sum price for this item- 1 $ 515.50 $ - (7,560.00) $ 443.00 $ 1,478.34 $ 354.99 F. Lower the Captain's desk as discussed at the March I I' site meeting per instructions from the City's ergonomic consultant Agreed to lump sum price for this item- $ 1,467.63 G. Install receivers on all 4 bay doors with 4 ea. - 4 button transmitters Furnish and install red/green signal light system at the 2 front bay doors Furnish and wire in photo cells with flex Agreed to lump sum price for this item- $ 3,555.20 H. Cost of 'T & M' directive #FD 00035 for installation of the street lighting on Sunrise Dr. The street light conduit was unmarked by USA prior to start of work, and location of the conduit was in the proposed PG &E CCO #006 contract work. Agreed to lump sum price for this item- $ 6,053.94 J. The PG &E connection point on the west end of the frontage work in CCO #006 was not where PG &E located it. This cost is for additional time searching for this location. Agreed to lump sum price for this item- $ 2,069.79 K. Additional 6" conduit run and riser at the new PG &E pole location on the west end of the project frontage Agreed to lump sum price for this item- $ 1,418.75 L. Install one 2" conduit from the PG &E vault at the east property line of the project, to the existing point of connection at the adjacent residence on the west side of the site. Agreed to lump sum price for this item- $ 2,398.65 M. Credit for deleted site concrete at the east and west planter areas per attachment to CCO # 12M, and as negotiated on site with the General Contractor Agreed to lump sum price for this item- $ - (8,000.00) N. Install additional terrazzo due to Fire Station floor maintenance factors per response to RFQ #00024 Agreed to lump sum price for this item- $ 36,759.15 P Credit back to the City for VCT floors originally called for in the bid documents Agreed to credit for this item- $ (435.00) TOTAL FOR THIS CHANGE: $ 40,519.94 2 I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 40,519.94 By: Date: 4106V RECOMMI ACCEPTEI Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price w )ds Rv/y . �� • 3 Originals to: CITY: CONTR: $ 2,983,146.00 $ 134,953.35 $ 3,118,099.35 $ 40,519.94 $ 3,158,619.29 (1) Originals (1) Original OF MOM *o TED MP` 011, itu of 61* 1 r0 n COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00013 (close out) To contract for: Sunrise Fire Station Pro Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Omit the casework base cabinet on the west wall of the training room #105 per Architects direction - see sheet A7.1 - framing conflict Agreed to lump sum credit for this item- $ - (130.00) B. Pothole for existing S.S. stub out - miss marked by USA, and miss staked by the Civil Engineer Connect S.S. and domestic water to the temporary trailer facility as directed Agreed to lump sum price for this item- $ 4,304.83 C. Modify the covered canopy at the north entry of the building due to truss and soffit re- design Agreed to lump sum price for this item- $ 4,772.48 D. Relocate four gas lines in the apparatus bay ceiling corners for suspended heaters per Architect's direction - originally installed per plan - changed due to plan conflict with overhead doors Agreed to lump sum price for this item- $ 977.68 E. 'Q' bollards and installation of traffic bearing street light boxes at the east and west driveway areas Agreed to lump sum price for this item- $ 2,335.36 1 F. Install a 2" backflow device as required by the City Water Dept. per City Standards - not shown on plans Agreed to lump sum price for this item- $ 2,827.50 G. Ice makers required - not shown on plans Connect washer /dryer hose per manufacturers requirements - not shown on plans Install a pre -dump tank on the extractor in de -con room per code requirement Agreed to lump sum price for this item- $ 2,132.60 H. Install a dedicated electrical circuit to the fire alarm bell per FD #40 - not shown on plans Agreed to lump sum price for this item- $ 1,993.13 J. Install electrical hard wiring to the compressor unit and install one 110 -volt circuit for the pressure switch - not shown on plans Agreed to lump sum price for this item- $ 1,007.68 K. Furnish and install on the north wall of the de -con room one disconnect for the hose dryer including electrical run and termination per code and as required by BLES Relocate the specified disconnect for the washer /extractor to the north wall of the de -con room as required by BLES due to code clearance requirements Agreed to lump sum price for this item- $ 3,587.51 L. Install a 4" conduit from the Verizon termination point shown on the plans to the actual termination point at the Verizon vault on the west side of the site Agreed to lump sum price for this item- $ 3,824.06 M. Extend the required fire insurance for one month due to time extension on the original contract Agreed to lump sum price for this item- $ 2,711.95 N. Remove existing approach - replace with concrete curb and gutter - not indicated on the project drawings Install material to raise the elevation of site concrete at the west end of the building - due to miss information on the contract drawings and per direction of the Civil Engineer Agreed to lump sum price for this item - P Install additional landscaping and irrigation system necessary to cover a new 18" planter added along the east side of the apparatus bay driveway - condition created by changed concrete elevations due to plan conflict Agreed to lump sum price for this item- Q. Install additional sheet metal column caps on the two rear south exterior building columns - not shown on the contract drawings Agreed to lump sum price for this item- 2 $ 5,432.79 $ 1,657.03 $ 1,782.62 R. Add bollards at the fuel tank/generator area per Fire Marshall requirements Bollard spacing on the drawings at this area shown too far apart. Agreed to lump sum price for this item - S. Wire the double head light standard at the refueling station to work with LCP and by -pass switch per Fire Dept. direction Install an owner provided audio cable in the day room per Fire Dept. direction Agreed to lump sum price for this item T. Extend one GFI circuit from the patio to the irrigation controller as required by BLES Code requirement - not shown on contract drawings Agreed to lump sum price for this item- U. Add one course of CMU at the perimeter masonry wall - due to elevation/drainage conflict per Deputy Inspector's instruction Agreed to lump sum price for this item- V. Additional supervision due to delays caused by the downsizing of the original generator and switch gear in December Agreed to lump sum price for this item- W. Add one additional vehicle exhaust vent to accommodate one additional fire truck Agreed to lump sum price for this item- TOTAL FOR THIS CHANGE I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 83,665.82 �&Q By: tro Date: � 10 04- 3 Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price $ 3,714.17 $ 3,156.35 $ 1,088.78 $ 5,279.47 $ 24,043.88 $ 7,165.95 $ 83,665.82 $ 2,983,146.00 $ 175,473.03 $ 3,158,619.03 $ 83,665.82 $ 3,242,284.85 ACCEPT Fair 06/24/04 Date 'Construction Manager Project Engineer Cl F/C/�r Originals to: CITY: (1) Originals CONTR: (1) Original OF G Z uinnm` o TED MP Q-Titv of (61*lrov COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00014 To contract for: Sunrise Fire Station Project Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Calhoun Brothers Grading and Paving, Invoice #07856 - just received this billing is for the off haul of debris created by removal of the cistern. Verbal authorization was given on site by the CM to remove this debris. Subcontractor forgot to invoice for this item. Agreed to lump sum price for this item- $ 874.00 B. Extreme Air. Invoice #1135 - this billing is for fabrication and installation of a plenum required at the hose drier vent in the decontamination room. Verbal authorization was given on site due to offset connection points. The project drawings gave a location for the connection point. The equipment specified and received at the job site had a different connection point. Subcontractor forgot to invoice for this item. Agreed to lump sum price for this item- $ 475.00 C. Inland Showcase and Fixture Co., Inc. Invoice #3039 -02 - this billing is for the installation of the cabinet locks referred to in the response to RFI #00079 and Field Directive #00044. The same cabinet locks, in the same locations on the doors, that are called out in the bid documents and installed for the Captain's quarters, are not called out in the bid documents for dorm rooms 109, 110, and 111. These 12 new locks needed to be installed, and are in addition to the locks installed in the Captain's quarters. This item was forgotten by the CM and General Contractor during construction. Agreed to lump sum price for this item- $ 931.50 TOTAL FOR THIS CHANGE I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF $ 2,280.50 By: Date: ACCEPTED BY: City Administrator wj� MM pJ I R/KC-4P, ML20 11,1110 1p Project Engineer Original Contract Price Previous Change Orders TOTAL TO DATE This Change Order Revised Contract Price Originals to: CITY: CONTR: Date p° , 2,0 — s 5f 2 $ 2,280.50 $ 2,983,146.00 $ 259,138.85 $ 3,242,284.85 $ 2,280.50 $ 3,244,565.35 (1) Originals (1) Original City of Gilroy Sunrise Fire Station #3 Project TRANSMITTAL NO. 00218 ii Harris & Associates TO: Bill Headley DATE: 8/18/2004 �C City of Gilroy AUG j t� 20041 7351 Rosanna St. REF: Change Order Gilroy, CA 95020 / Phone: (408) 846 -0450 Fax: (408)846 -0460 WE ARE SENDING: SUBMITTED FOR: ❑ Shop Drawings ❑ Approval ❑ Approved as Submitted ❑ Resubmit 0 Copies for Approval ❑ Letter Your Use /Information ❑ Approved as Noted ❑ Submit 0 Copies for Distribution ❑ Prints As Requested ❑ Returned After Loan ❑ Returned 0 Copies Corr. Print 1Z Change Order ❑ Review and Comment ❑ Returned for Corrections ❑ Plans SENT VIA: ❑ Samples ❑ Hand Delivered ❑ Specifications ❑ U.S. Mail ❑ Other: ❑ Overnight: ❑ Faxed: ITEM NO. COPIES DATE ITEM NUMBER DESCRIPTION STATUS 1 1 8/18/2004 Change Order No. 00014 Remarks: Bill, Per your request, attached is the backup documentation for Change Order #14. Hardcopy will follow in interoffice mail. Fai r � Copies To: Transmittal and Attachments: HA Project Files: File: 9810312.02.0S3.Transmittal #00218 Issue File: Page I of I 178 -C Second Street Gilroy, CA 95020 Phone (408) 842 -5777 FAX (408) 842 -5758 rfair @harris- assoc.com f a_tr_01 5 ron C rED To contract for: Contractor: 6-tV of (15 ilrq COMMUNITY DEVELOPMENT DEP Norman S. Allen, RE, Director PIanning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848-0430 Housing & Community Development (408) 848-0290 CHANGE ORDER NO. This order shall become effective when the City ator, City forwarded to Contractor for signature shall be retMM to the City of Contractor's copy will be returned to him as his aut]Nk to proceed DESCRIPTION OF ITEMS AS FOLLOWS: A. Calhoun Brothers Grading and Paving, Ilice V 856 - jusi this billing is for the off haul of debris cremoval of Verbal authorization was given on site bto remove Subcontractor forgot to invoice for this i Agreed to lump sum price for this item- B. Extreme Air. Invoice #1135 - 4 ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 rr, Project Engineer, and Contractor have signed it All copies properly filled out Upon acceptance by the City, the 874.00 this billing is for fabrication and' ation of a plenum required at the hose drier vent in the decor on room. Verbal authorization was giv site due to offset connection points. The proj drawings gave a location for connection point The equipment specified and received at the job site had erent connection point. Subcontractor forgot to in ce for this item. Agreed to lump sum price for em- $ 475.00 C. Inland Showcase andtixture Co., Inc. Invoice #3039 -02 - this billing is for the installation of the cabinet locks referred to in the response to RFI #00079 and Field Directive #00044. This item was forgotten by CM during COR/RFQ process. Agreed to lump sum price for this item- $ 931.50 b63 I (We) hereby agree to make the above changes Change( 2,280. Un Date: RECOM ACCEPT TOTAL FOR THIS CHANGE: Original Contract Price $ 2.280.50 $ 2,983,146.00 138.85 ,,284.85 ,280.50 1,56535 Date Project Engineer riginals riginal city o f Gilroy M Harris & Associates Sunrise Fire Station #3 Project CHANGE ORDER REQUEST NO. 00063 To: Ryan Fair Date: July 28, 2004 Harris &Associates 178 -C Second Street Required Date: August 04, 2004 ILL Gilroy, CA 95020 Status: NEW Subject: outstanding sub invoices Reference: COR 00063 TO: HARRIS FROM: FAROTTE You are requested, in accordance with the Contract Documents, to provide a written quotation to perform work described in this Change Order Request. Execution of a Contract Change Order by all parties is required to perform the work described herein. Item Description Stock# Quantity Units Unit Price Tax Rate Tax Amount Net Amount 00001 Calhoun Brothers Grading and 1.000 Is $874.00 0.00% $0.00 $874.00 Paving, Invoice #07856 - this billing is for the off haul of the debris from removal of the cistern. Verbal authorization was given on site by the CM to remove this debris. 00003 Extreme Air. Invoice # 1135. This billing is for fabrication and installation of the plenum required at the hose drier vent in the decon. room. Verbal authorization was given on site due to offset connection points. 00002 Inland Showcase and Fixture Co., Inc. Invoice #3039 -02 - this billing is for the installation of the cabinet locks referred to in the response to RFI #00079 and Field Directive #00044. 1.000 Is 1.000 Is $475.00 0.00% $931.50 0.00% $0.00 $0.00 $475.00 $931.50 Total Unit Cost: $2,280.50 Total Lump Sum Cost: $0.00 Total Cost: 2,280.50 In accordance with the Contract Documents, please submit an itemized cost breakdown, including all necessary supporting data. If the Contract Time is impacted by the proposed change, timely submittal of htis information to enable agreement on the magnitude and impact of this proposed change is required prior to commencement of work Please ensure that all future correspondence regarding this issue refers to the COR number shown above. Prepared By: Gary Farotte File No.: 9810312.02.053 Date: Issue File: LATEIN Page I of I f a_cor02 80 Casey Street Gilroy, CA 95020 Phone 408 - 847 -3200 FAX 408 - 847 -1015 ovt IHarris & Associates Sunrise Fire Station #3 Project CONTRACT CHANGE ORDER NO. 00014 To: Gary Farotte Date: July 28, 2004 Farotte Construction 80 Casey Street Reference Spec. Section: Giiroy, CA 95020 Subject: Late Subcontractor Invoices Gentlemen: You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications of this contract. All new work herein described shall be done in accordance with the applicable provisions of the plans and specifications, except as modified by this contract change order. NOTE: This change order is not effective until approved by the Owner, or until an authorized Field Directive is executed. DESCRIPTION OF CHANGEIREASON FOR CHANGE: aaaaa.new�.,r .o.n.s0 .� nn•amws.w.nn� i.e.o ■i n COST OF CHANGE: $2,280.50 �naan� .onsin o�w ��nnsnn�on��wi m i � w ns �n �s .� �� �•nn�ara •e�e�e CONTRACT TIME ADJUSTMENT: 0 Days nr , . n• This change order constitutes full and complete compensation for all labor, equipment, materials, overhead, profit any and all indirect costs, and time adjustment to perform the above described change. All other costs are non- compensable. File No.: 9810312.02.053 Page 1 of I Issue File: IATEIN 7351 Rosanna St. Gilroy, CA 95020 Phone (408) 846 -0450 FAX (408)846 -0460 bheadley @ci.gilroy.ca.us f a_cco013 CONSTRUCTION Ij COMPANY c°" °° "`E° No- 354355 Mr. Ryan Fair Harris &Associates 178 — C Second Street Gilroy, California 95020 RE: Sunrise Fire Station Dear Mr. Fair: Jy GENERAL BUILDING CONTRACTOR. July 21, 2004 As you and I discussed this morning, we have three outstanding subcontractor invoices for work performed at the Sunrise Fire Station that have not been included in the change orders processed to date. The three invoices are for the following: 1) Calhoun Brothers Grading and Paving, Invoice #07856 in the amount of $874.00. This billing is for the off haul of the debris from the removal of the cistern. You may recall the debris from the cistern removal was left on the far south portion of the lot at the time the cistern was demolished. You and I verbally authorized Calhoun to remove this debris from the site at the time the paving operation was in progress. We understood this work is an extra to the contract and would be billed as part of the cistern removal 2) Inland Showcase and Fixture Co., Inc., Invoice #3039 -02 in the amount of $931.50. This billing is for the installation of the cabinet locks referred to in the response to RFI #00079 and Field Directive 00044. Please refer to the attached copies of the RFI and FD for details. 3) Extreme Air, Invoice #1135 in the amount of $475.00. This billing is for the fabrication and installation of the plenum required at the hose drier vent. This plenum was required because of the location of the vent on the hose drier in relationship to the vent in the building. We understand both you and Ed verbally authorized this work to be done. The total amount due for these three invoices is: $2,280.50. In addition to the above three invoices we have installed the numerous extra signs at various locations at no charge to the City of Gilroy in lieu of installing the berm at the front landscape area. We will waive our fee for overhead and profit on these three invoices and want only to be reimbursed for the cost of the work billed by these subcontractors. Please contact our office if you have any questions or need any additional information. Very truly yours, FAROTTE CONSTRUCTION CO., INC. c Gary J. Farotte 80 CASEY ST. P.O. BOX 1377 GILROY, CA 95021 (408) 847 -3200 FAX: (408) 847 -1015 INT & GrROM&IETS IWTWIG DESK )CKS 31'1 -UN 3 IS PERIOD Narrls & Assodat-as N Flo. 00079 Ih� :3G5g -OZ DUE UPON RECEF tune 02. m NEW FMAL - RETENTION SUNRISE FIRE STATION OM A FROM: HAMIS TO; FAROTTE JOB * 03254 AMWINT $ (774.00) - $ 931.50 S (82.009.00) s 2.252.50 s z,zsas0 s 0.200.90 5 10,453.40 szwft C9dwt callmiKlft am millwaft Sm= 1m= lwcMe a3gnft.Pa! 1473 North Tt'e&ts Fraena -CA. 93 V7.372! ijr N77H5! 3 N* dceyirg imtrucum for lowar aw *4 Of al 100C s involved, rcs for you. i osr�aroa ca*m sl+" to saes a acwe Ir+swind at me exiatinp k-kW& and lock Ioea*M1, as t0 itamled on the upper cah4neta. . Gubbwm. IOb- at7 -to�� � ill i� ; ``• ! S i 1 ' r • � F.1 rU i III i orr''e r A. WA. Li I-Mu l IL LLY457taicTim PAGE 01/02 IFAROTTE CONSTRUCTION CO., INC. 90 Casey StraK CQkcy, CA ,95020 Gamal Bugdin Cmractaars (408) 847-3200 Fax (408) 847-101.5 License No. 354355 TO' A RiLAND SHOWCASE RMi May 27, 2004 ATT-. 101W I GWO FAX 559-237 7238 PROJECT: GXROYFM STATION# 3 Z&QS - 02 M CONSTRUCTION MANAGERS RESPONSE TO - RF1 9 79.' REF 18 -13 m tb= John Attached pleas* fmd ConwUuc;hctx Ma Son icaponm to our RM # 79. This should clarify what ncc& to be done. reprdr, FAROTTE CONS13LUCnON CO., INC JuH= Halkett Ftbigict Mamser I Esd=ator MAY �r�1 � 7 2004 �l)� E GRA 6.. P 400 REED STF= . SU= A S&WA C IRA, CA 95050 TEL MS) -7 -4895 CML (408) 640-2526 34.Y (408) 7x4829 @-qsa� jiC1�}lOL'A�w•rh'.nk net c U T T Ffarotte Cmammtf m Co., bA so Casey Street tii GHM, Ca 95020 E R TEIMIS: Set 10th of foUaw ft mouth nT.M DESCRWnON Original ContraetAawuuh ,psi VIZE whsi1 `-gyp Czars to Date: ? Gd 7� �� Revised Cantract Amount ptc o= Cc replete to Date Lose Previous Billings. Amount Due this rhroice Less 10% Reieation: TOTAL DUF TMS MOICE INVarCZ NO : 07856 INVOICE DATE: 4/2&*2004 PRGJECT NNO,: 2322 PROJECT: Szmase Fire Stadcm L C aS=riso Piro Statim T 880 S=kiS6 Drivc I Gikay, Ca 0 N IM00% juN q 1 2404 PROJECT NO. 1 AMOiT11T ' $95,sao oo 96,414.00 96,414.00 35,000.00 - o> 00 I o Thank You: INVOICE W TOTAL ntiE TMS 0TVOhCE: ; $ $10,2nO9 t - -- M030FQ 32W 120 w Fiasnoe Chmme ut 1' j.41c per saa (3aga per �sam� `00011 De et+ar�e3as: d!! pass dar aocamsa. i rox: two) f,41"azv CONTRACTOIL: 4 � �k DATE: 3 ' — 044 AUTHORIZED BY: PROJECT NO: DESCRIPTION OF PROJECT: SU +v (b,% 1 VA F -XTRA. WORK: , C.0.0: .9VAZ' I b N) 61 LAX T * t LA909 - NAME CLASSIFICATION HOURS 410" Y A� g � S11BMTACS La�Ofcr t]perotttt0 Fai:inaer Femmen SUSTCTAL ! ! 1 EQUIPMET I r - CGMPLETE DESCRB'TICN _ �t =�i`� I `'t°��� payer Fever: 5pmd0: amt i itnl oct Lowboy.' 10-whaler CAT Back 400 406 C CAT Motor Grader 12W147H CATTmock Leads; 953C^963C CAT Scraper 613CJ61 SC76= CAT E=nvmw W ThumbfV -144 of CAT Compoctar 815WBnMag 213PDS MF Tracror 1'ermee 630 iFerOiel %m g ROUar 1 -B TOR�Ii -Iv Tort wnterThrck 2WO OfloN4.400 Won Tracking 0- A'hecl - Dutna+BouotnsH•Sid: �'� Pick Up Truck Ford Fm SUBTOTAL M^TFR1AL'SU3C0NTAACI RS 'j�r�� �..�VS ! ' ump tip anctrralDirs � � ' Atplalr tr:" Aspbalr MaterWI BtUM& Crass 02 AWM$Wl Base I Hesdatcant Redwxa Htaderboatds Road Oils SaliV'Sc• ": a'owrkoro. Weed Killer Plus ictandoo Fabric Adurii� /Pcrtrocmt piruF tl Soletx» /Dir. 6U61TOTAL �- COMBINED TOTAL 15% OVERHEAD ifio spoaaible Party r .�:. _L.� a ...... TOTAL t � d� J nv 7n+7GiD1�OCU cc�,cac��wurc u. ,xv �ruc�aa wuw o�w:.� .atil.+....�.. ••.....�.. ••..••.� - .. °•o_ _ ___ _ _ m its behalf both as aatlwrity to proceed with the wmt aad to pay to CALHOUN 81WmE i;S the amcurt sat I" above.° CALHOUN BROTHERS GR.41)ING & PAYING, INC • 430 REED STREET, SVI7'le:e1. 5.4,'NTA CLARA, CA 98050 3143 City of Gilroy Sunrise fire Stcttfon #3 Project r '" gs FIELD DIRECTIV IV E mg- 0000444` T'O'- Gary ftrame prom Canstryction a �, s 2 • ^ � ' p�//�\ �/��� ` Q1/ �� \� YGL Cato April.� Gilroy, CA 95020y Subject: locks in dorms itaterence: ' FO W044 ^. FROM- 'MARPJS TO: FAROTM .. ' DIRECTIVE: I rA t u+c � ` w ; av vZ l�e�V 3:Y+1 surf iV•J MV' ✓i.V +.rilaW.ui+ .ii4�. i+ l.. Yy vv� a 300 Park Center Drive, SUIM 5 l tclllster. CA 95023 Lie. No. 817670 Bill To Forotte Con mi ction Co,.lnc: 80 Casey Sheet Gilroy. CA 95= Description JOB LOCATION: Sunrise 'rare Station Gilroy, CA Change Order "PlmoSt" see attachment"` A LKE CHARGE `MLL BE APPLIED ON PAST DUE 6ALAN(-'E OF I 112% PER MONTH. G5,NNUAL PE?CEITIAGE OF 16 %) Phone # Fox # c -mail 83i- 630 -1400 831.611 -QS16 a treme�:i-Qgcnc�.cam invoice �ate� I invoice # 511412004 1135 P. ©. too. I Terms I$ue an receipt Total Balance Due 475.00 475.00 $476.00 v v. rvti: sr. ry a.2^ yV VyvvVVVyv a.i1111C.L'lu ALA. 1'�V. i x 7 *j 'A VO ORDER DATE *j ............. ............... 1DUE DATE JOB'NAME: i JOB ADDRESS; IZ- MECHANIC; 45� i _ _ ,r� LOT# DELIVER - t Ci ri ;- TIME IN_' TIME OU All-' I17 i Li E t e +' 1` ' �1 300 Park Center Drive, Ste. 5 • Hollister, CA 95023 • (831) 630 -1400 • (331) 634g816 Fax FAROTTE CONSTRUCTION CO,, INC. CONDITIONAL WAI ER AND RELEASE UPON PROGRESS PAYMNT Upon receipt by the undersigned of a check from Farotte Construction Co., Inc. in the sam Of $, .:. payable to Extreme Air, Inc. sad -when the check has been prcly endorsed and has been paid by the bank upon which it is drawn, this document shall become effective to release WAY mechanic's lien, stop notice, or bond right the undersigned has on the job of _ Sunrise Fire Station - Gilroy, CA located at 88C Sunrise_ Drive, Gilroy, C2i to the following extent: This rcicssa cv -v-,rs a progress payment for labor, sm,vices, equipment, or material fuuntshed to Extreme Air, Inc. through only and does not cover any retention retailned before or after the ruleam date; extras famished before the release date far which payment has not been receive3; extras or ztems, furnished after the release data.Tiights based upon. work performed or items furnished under a written change order which has be= faLy mewuted by the parties prior to the release date are covered by this release unless specificallyreservedbythe claimant in this release. This release of any mechanic's lien, stop notice, or bond right shall not otherwise affect the contractr #ts, including rights between parties to the con- -act based upon a rescission, abandonment, or breach of the contract, or the right of the undersigned to recover compensation for _furnished lai:or, services equipment, or material covered by this release if that furnished labor, sen=ices , equipment, or material was not compensated by d:e progress payluent. Before any recipient of the document reifies on it, said party should verify nidence of payrnont to tine undersigned. Dated: i 4 D4 Compan3r F�xt:. eme Inc . By: UNCONDITIONAL WAVER, UPON PROGRESS PA; The undersigned has been paid and progress payinpht in the sum of _ for labor, services, equipment s famished to 4'J4 RELEASE =eived a material the job of I located at and noes hereby release any mechanic's lien, stop notice, or bond right that the undersigned has on the above- r-.fercnccA j ob to the f ihcwing =tent: This release covers a progress pa�vment for labor, services, equipment and:`or material: furnished to through Only, and does not cover anv retentions retained befaric or after the release date: extras famished before e Telease date ibr which paNvezt bas sot been recIIN, zd; oxtras or Items #urai.shed after the release darer Rights based upon work performed or items fished under a writtenchange order wbichhas been fully exeeutedby the ptnti es prior to the release dates are' ova by this release, unless specifically fealty resen ed by the claimant in this, release_ This release of any uaec4n'c's lien, stop notice, or bond right shall not adh ,vise affect the contract rights, including rights betwe4n parties to the contract based upon a rescission, 0andonment, or breach of the contract, oT the right of t�e undersigned to recover compe,-ysation for fumished Labor, services, equipment, or material coved by this release if that furnished labor, services, equipment, � material was not compensated by the prmg'ess payment. Dated: _ Company I O -110E: TMSDJC WENT -W 1NE5RiGIMLNCCNDi; NALLYAND sT_ DIES' M- kTYO!1'R t'EBEE!aPA1DFORGTVNgty =HGSERtGUTS. THM DOCT- INITN7 IS ENT-ORC'EABLE AGAINST YOU IF YCIU SIGN rr, E'EN 17 YOU KA E NOTBEM4 PAID. IF YOU HA, E 1407 SEEN PAD. USE A CONDITIONAL RELEASE FOILM. i OF cizoeo rED MA (1:1, 1 t V of (bilrnn COMMUNITY DEVELOPMENT DEP Norman S. Allen, P.E., Director Planning Division (408) 848 -0440 Engineering Divison (408) 848 -0450 Building, Life & Environmental Safety Division (408) 848 -0430 Housing & Community Development (408) 848 -0290 CHANGE ORDER NO. 00015 To contract for: Sunrise Fire Station Proiect Contractor: Farotte Construction Company Inc. ARTMENT FAX (408) 842 -2409 FAX (408) 842 -2409 FAX (408) 848 -0429 FAX (408) 848 -0429 Contract Date: 6/11/03 This order shall become effective when the City Administrator, City Engineer, Project Engineer, and Contractor have signed it. 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 ITEMS AS FOLLOWS: A. Remove the existing fire service check valve Install a new double detector check valve per new City Standard Detail WA -I 1 Paint the device per project specifications and documents Backfill, compact, and landscape per the landscape drawings and contract documents Agreed to lump sum price for this item- I (We) hereby agree to make the above changes subject to the terms of this Change Order for NET INCREASE OF S 18,720.00 $ 16,720.00 TOTAL FOR THLS CHANGE: $ 16,720.00 Original Contract Price $ 2,983,146.00 Previous Change Orders $ 261,419.35 TOTAL TO DATE $ 3,244,565.35 This Change Order $ 16,720.00 By Date: IDIMC(A RECOMMENDE] ACCEPTEL Construction Manager Revised Contract Price S 3„261,28535 Originals to: CITY: (1) Originals ty En ineer 4 1 Z fl ate Project Engineer CONTR: (1) Original City of Gilroy M Harris & Associates Sunrise Fire Station #3 Project REQUEST FOR QUOTATION NO. 00028 To: Gary Farotte Date: September 15, 2004 Farotte Construction 80 Casey Street Required Date: September 22, 2004 Gilroy, CA 95020 Status: PN D Subject: DDCV Reference: RFQ 00028 You are requested, in accordance with the Contract Documents, to provide a written quotation to perform work described in this Request for Quotation. Execution of a Contract Change Order by all parties is. required to perform the work described herein. Please give us a quote to remove the existing detector check valve and install a new double detector check valve, at the Sunrise Fire Station location, as shown in the revised Gilroy City v rater detail drawing number WA -1 I, dated 9/14/04. RESPONSE: lump sum price = $ 18,720.00 backup documentation included in CCO #015 In accordance with the Coi Contract Time is impacted of this proposed change RFQ # shown above. Prepared Fair crrlehis, please submit an itemized cost break down, including all necessary supporting data. If the oposed change, timely submittal of this informan 'on to enable agreement on the magnitude and impact prior to commencement of work. Please ensure th at all correspondence regarding this issue refers to the �c4*a IY /S f2N(r- CADS 0 sMWdA A ()C A//I►tyri-Ilt-JA61^1.1- r' Date: S 3C 0-00. vo �i Me 790.-. File No.: 9810312.02.053• s Issue File: UNDUTL Page I of I f a_rfg01 178 -C Second Street Gilroy, CA 95020 Phone (408) 842 -5777 FAX (408) 842 -5758 rfair @harris- assoc.com