Loading...
HomeMy WebLinkAboutGeorge Bianchi Construction - Agreement for Farrell Ave. Bridge Widening ProjectSECTION 00500 AGREEMENT FARRELL AVENUE BRIDGE WIDENING PROJECT PROJECT NUMBER 06 -CDD -127 THIS AGREEMENT, made this A� , day of MIc , by and between the City of Gilroy , hereinafter called the "City," and J5i a c i coftsk,4CAen, JZn . 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 Farrell Avenue Bridge Widening Project, Project No. 06 -CDD -127, 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 Farrell Avenue Bridge Widening Project, Project No. 06 -CDD -127 SECTION 00500 -1 SUBSTANTIAL DAMAGES AND SIGNIFICANT FINANCIAL LOSS AS A RESULT OF 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 AYTROVAL AND CONSENT TO THE TERMS OF THIS ARTICLE 3. City' Initia s 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 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 Farrell Avenue Bridge Widening Project, Project No. 06 -CDD -127 SECTION 00500 -2 Instructions to Bidders Bid Documents Designation of Subcontractors 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 Maintenance Bond 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 Farrell Avenue Bridge Widening Project, Project No. 06 -CDD -127 SECTION 00500 -3 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 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 agreement has been executed on this day of George Bianchi Construction Inc. Name of Contractor -14/x, Signature of Contractor G. John Bianchi, Jr. President Title of Signator ATTEST: Signature Diane Bradbury, Office Manager Title of Signator Title of Signator ATTEST: CL4 \ -,, Signature Title of Sig for Farrell Avenue Bridge Widening Project, Project No. 06 -CDD -127 SECTION 00500 -4 City of Gilroy Engineering Division 7351 Rosanna St., Gilroy, CA 95020 Phone (408) 846 -0450; Fax (408) 846 -0429 CHANGE ORDER NO. 1 To contract for : Farrell Avenue Bridge Widening Project Project No. 06-CDD -127 Contractor: George Bianchi Construction, Inc. Contract Date: 5/16/2006 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. Desorip w of Work Furnish and install a 6" steel casing for PG &E in the bridge widening per attached revised Sheets 11, 16 and 22. 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 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. I (We) agree to make the above change subject to the terms of this Change Order for the NET INCREASE of $13,068.00 __/ =--= i��:' Z-.-. CONTRACTOR VP�p W, A--r - M�- ME M r �V' � -I . AWi_ R WW r,.s,� 9/28/2006 912910"6- Date /D °----T -off Date 3/ bb P.M. Cost Percen Initial Original Contract Price $1,168,043,00 Previous Change Orders $0.00 0.000/0 ALA Total to Date $1,168,043.00 This Change Order $13,068.00 Total Change Orders to Date $13,068.00 1.12% Utq Revised Contract Price $1,181,111.00 912910"6- Date /D °----T -off Date 3/ bb . \511- fqw \1450Fko0I.dgn 02/16/2006 r m m m m m m m m m N -+ N ••a O C 0 f m -I m a m x 0 a a Z O r Z r N -A 0 x m- m m m m O a x m m K -< z � 1 a C m x m z N z r) � a a a m r r � x O CL I m m I I x Ln 1 N < i I I I 0 0 I I l l my n r) n < n < m t - m m N O O mzl O z O :E Z c� pO C-) C) m r r r x 0 c 0 n a 0 z N m0 n m rc �n a 0 n o r � mr N N N m N u m r ttAA3 c m Z i �W o z ,d{ U) z t� A �T 02 T -i z O m x N .D D z a n C-) c x D m m O x C --I r m N O z r m N < m M a N •O Z A 0--4 z yr cm N z m -0 :. xm O m N .. n m -H z m o r C) N n N 0 M v m a N W 1N ICA . I �1 �a ' m I u� I� A N �i cT rn C) H ; -e W _. m m m b. _ r o m N N;- -( m Z S Ro Z -+ m -r x na n vvm vrm z m rC)0 r- m pp - m ama n�c� v 1" -- �....__ui._ n - a n m N. r _ m m r C) �. D z z N n �f z z a r{ z to --,pv to d W N - I Z O < -I r m x O x m c-) m m 1 m v O v r z CD Z O -c N -n x Tl m m - r n a - z m O T a x a 0 a r x-i- m -i x a m N 00 � N N x o r, z n r Z W z N m -4 m C n 0 Z r m C7 � x z -a O � a C Z D v v N C D O m m -< -4 a O - m r N 0. D N z m -I m N m -) N M m m N 1 x M m N N m N N m N ° m -+ m n — O --q --q z m M ° m r- > 0 D 0 n a x x (A S -I m - z D r 0 ° Z a N a m m --i z < ca C — m D m C) - 0 m O -D 0 r) O (A O x --I � H � a - 1 m z N m NO r N z m < v, --4 n cn x -I m O z z O TJ x e rn 1 m O '_...p /^ v CD OD m ! m x i 0 V'' rn C7 o tp N m -0 < c o of L( ..... m m m V a ;� Z m li•p o v I II m -a M m N x m jZ N � n D °ili o 1 Iz m D N _ r L a• I II - z _ �In ..i m j — -1 N Z z rl v I! I II x v zR. m ' > D S jl Im mto bw< Do n r a iq FMrn -- D D -1 Z - O m -I �j��m m 1 r� 0 . .. m iI D Iii < < QDz -v -v 7. C . PS '.:..... ,,.. m �,� � z pmm N< N W 1N ICA . I �1 �a ' m I u� I� A N �i cT rn C) H ; -e W _. m m m b. _ r o m N N;- -( m Z S Ro Z -+ m -r x na n vvm vrm z m rC)0 r- m pp - m ama n�c� v 1" -- �....__ui._ n - a n m N. r _ m m r C) �. D z z N n �f z z a r{ z to --,pv to d W N - I Z O < -I r m x O x m c-) m m 1 m v O v r z CD Z O -c N -n x Tl m m - r n a - z m O T a x a 0 a r x-i- m -i x a m N 00 � N N x o r, z n r Z W z N m -4 m C n 0 Z r m C7 � x z -a O � a C Z D v v N C D O m m -< -4 a O - m r N 0. D N z m -I m N m -) N M m m N 1 x M m N N m N N m N ° m -+ m n — O --q --q z m M ° m r- > 0 D 0 n a x x (A S -I m - z D r 0 ° Z a N a m m --i z < ca C — m D m C) - 0 m O -D 0 r) O (A O x --I � H � a - 1 m z N m NO r N z m < v, --4 n cn x -I m O z z O TJ x e -'sa o - -- _CHURCH STREET --- . - -- -s a -- - -e rn 1 m m /^ v m _ N ! m x i 0 V'' rn C7 o tp N S - Z m- � m -0 < c I 'j m m ..... m m m V a ix m li•p i �I ' D j D rm') N M m N S - jZ N � n jj — I < m n 1 I° m D N D r L a• I II II i — r7 1'4 N _ �In ..i m j — Z Z z rl v I! I II l ma^ < zR. m m -i� j mri •m - D jl Im mto bw< Do R- m iq FMrn -- D D i! C) 0 , m x v 7c 1Ro z-1 r— C)<a - O m -I �j��m m 1 r� 0 . .. m iI D Iii < < QDz -v -v N N a a �IN� z0 m �,� � z pmm N< I r__rr Om m •C m r N m m N m :E - zzz tea° N m O Nm n Z x < ..... "-CT Z- y'�— rD m Z m A N < C) n II _.. _. . D 2 - r� c r� O O i Z WEST.BRANCH L.LAGASCREEK C m< m C ..- -- m o- V < C r m N rim I C) m m ma nN � n � r � `,' O O v N m� -' N °, Z M D X > O� a S m < v m m O N < D S ri m S z< m --4 Z n D — z m z z v a -'sa o - -- _CHURCH STREET --- . - -- -s a -- - -e N m m I II I EA N II C) ; a � -d m H Flll :l C) S a z C a' z I O SEVERANCE STREET I� rn 1 m m /^ v m _ N � N x LA a V'' N -mm z a C7 o tp N S - Z m- � m A N 0 D < c -. 0. m m m m V a m x m li•p i �I m a! N M m > m S - � n m a 1 x r \ N D z a• I II rl \ \ \1 m _ n Z Z m m -m v I! I II l zR. m m ? - D Om m m R- m D D O D ny S - O m -I S m iI D Iii n l N N { m z N< I m r N m m N m :E m N m n Z x < m m x n z m A N < 141 II n m x O O i Z C m< r i -4 I II N m m I II I EA N II C) ; a � -d m H Flll :l C) S a z C a' z I O SEVERANCE STREET I� m N -0 C) R. m v n N a z T O = �m m� no c 9 n s ^r < a 00 A � 10 � v- r � . 0 mm Z N n 0 'D m N mo r my n� " m 0 _ O .y = N r) I = Os + Rtwsi 'a_ �?� No ZN Ply 4" -' fn (A C7 ! X m N Ln rn 1 m m /^ v m _ N � N x LA a V'' N -mm z a C7 o tp N S - Z m- � m A N 0 D < c z r- a x C C7 �m v m N C) m r f m n r) m m M m > m S - � n m a x r \ N x mm < \ \ \1 m R* S iP m m -m v V 00 O) N Z x Om N xr z -•I -1 r) - O m -I i A rx a = m- x O M n < x xn D Or mN m z m x < m N -0 C) R. m v n N a z T O = �m m� no c 9 n s ^r < a 00 A � 10 � v- r � . 0 mm Z N n 0 'D m N mo r my n� " m 0 _ O .y = N r) I = Os + Rtwsi 'a_ �?� No ZN Ply 4" -' fn (A C7 ! X m N Ln FARRELL AVENUE U E /^ ®D O KKE N CONTRACT NOS DESIGNED. M. Griggs DATES PLAN ALE- 1 "-40' 00 'n _1 Z �Z1 r N o I N E E R I N o DRAWN c. Fletcher CHECKED. N. Donnell PROFILE SCALES O UTILITY P LAN aaa9 uoe POIM RwD. YYITC aoo CFNC9 Y HORIZ. PH: 91G•. Boo.. 36-89..... RECORD DRAWING, VERTU O N m Q m i s DQ O g H ' N r Z � N N • m � n� n 8 � o 3 � � 0 0 1 < < cn n i � � m r S n v � v� a ti o � � s m = H n x o m 'fl - Oa z p 4„ N � N r m u O m n Dc m mo s a N r a rn n a s a o N ti Z N °m ym s m a N jI C=1 I cz u IN N I N (JI W II 1 4 � Ti N 6' 5'& le 5.5' 5.5' le vor i' C O �o 1 O �s o Q � � N , n�nrocd 8. o � CO r` o a {'�`rn & vor 1 �� 19210 oil, '0 Obi g H � O O , , r" 4 Z V J + Q Cb w ko QLV O r n, "n 4 y 0 k k O m 8 C� n O rl Q I Q I+ o , y -a b 1 99 _k II II _ � h CCD Vim" m I I __ryl I 4 - - a m r Ji - - -rz C , N °c O = =i i o w II LI ,a is 0 I I � I I 0 t I a O 0 � a t AECg! I r--- I N o I I yr _ C) g� CS 4 ,o ° 2 n I I m < IR p z r'' Z z C z C b n`� Cb � k D m co 50 `^ r — Q Z m c C 8 O Cp m �^ c o Z ' i' C O �o 1 O �s o Q � � N , n�nrocd 8. o � CO r` o a {'�`rn & vor 1 �� 19210 oil, '0 Obi g H � O O , , r" 4 Z V J + Q Cb w ko QLV O r n, "n 4 y 0 k k O m 8 C� n O rl Q I Q I+ o , y -a b _ k 1 99 _k II II _ � h CCD p m I I N I I I t 4 - - a m r Ji - - -rz C , N °c O = =i i o w II LI ,a is 0 I I � I I 0 t I a O 0 � a t AECg! I r--- L J _ k 1 99 _k i _ � h 4 c p n n h _ p1 I m 1 Ji - - -rz C , N °c O o w , ,a is 0 r N� 0 a O 0 co 0 a lb a u 14 CA c 0 m U) O r N} 00000000000000 G N C C. �? m m m ti 3 ry nt m = 3 no 0 0 Z b � � I• ccn c n 2 `ci co m C tft 8 lH N CD O N @ UI O Cp crn k o O` Q r 41 '\ En H k � owls r 1 CD C, 1 99 O t00 4 r `- 4. n o 0 p1 o m m 1 C , 0 j f,D CD a , 4 is r N� o O 0 1 CD C, 1 99 O t00 4 r `- 0 p1 CL A q m 1 C , N� O 0 � a t AECg! lot yr s m d N T III � w i 8 v � A �q - v oU m pO O J rOn m Z It N N m N C gz� r' m N 2 O N m O� s 4 O mn D C Q o r p N m n a s t w < V g1. om m A N 1 a u I a a r m Z Ul a o' 91, O N I N I I v "c I V N , to , I W c �' g I I 6" n� 0 0 c b aJ CA RI N Os 4 b qe (D I i ,Z j 0 � I I I I I I I I I c rn c o` w k is s A f k , i$ Q O C r O (h� Q c6 m o� 00 g G C Rb b k Ole s 0 o O TI DT TN TA N m �a �C r r m n D r Z M M LA m n Cc) ;D Zm C) G Z 101 a u I a a r m Z Ul a o' 91, O N I N I I v "c I V N , to , I W c �' g I I 6" n� 0 0 c b aJ CA RI N Os 4 b qe (D I i ,Z j 0 � I I I I I I I I I c rn c o` w k is s A f k , i$ Q O C r O (h� Q c6 m o� 00 g G C Rb b k Ole s 0 o O k , Ln B , Q a 4 � � cu g � g a 1 1`D tq C A o O l o � co o ■ u 4 I 1 I � I i I �CD I I CD 1 I I I I ? I I I I I I I I I I y I I 3 I I g I I Q I ( \ a r i /rn I XN 7 a � i 4 -mw p 8 m 1 �a �C h y �twa W Y� Y k , Ln B , Q a 4 � � cu g � g a 1 1`D tq C A o O l o � co o ■ u 4 I 1 I � I i I �CD I I CD 1 I I I I ? I I I I I I I I I I y I I 3 I I g I I Q I ( \ a r i /rn I XN 7 a � i 4 z I 4 I IC� a I N V I k 0 0` i 4 1 Q lfl 1 a� 0 R -mw p 8 m KN �a > n $ g N N o Rn h 101 sk� n m D O v O 0 S 1 to 4 � O o � f7 rn� rn� raj 4 � � 8� 0 z I 4 I IC� a I N V I k 0 0` i 4 1 Q lfl 1 a� 0 R y K C -mw p 8 m KN O m O N VI X 0 CD > > n $ g N N o Rn n> CD sk� O (D AECgl� S 1 to y K C City of Gilroy Engineering Division 7351 Rosanna St., Gilroy, CA 95020 Phone (408) 846 -0450; Fax (408) 846 -0429 CHANGE ORDER NO. 2 To contract for : Farrell Avenue Bridge Widening Project Project No. 06-CDD -127 Contractor: George Bianchi Construction, Inc. Contract Date: 5/16/2006 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 Install traffic striping using waterborne paint per attached Letter No. 17 and fill existing cracks in AC pavement per attached fax dated December 15, 2006. 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 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. I (We) agree to make the above change subject to the terms of this Change Order for the NET INCREASE of $11,288.20 CONTRACTOR By: )RAvIS 131ANCH1 Date: 01.19.07 Project Engineer 1/1012007 Date P.M. Cost Percentage Initial Original Contract Price $1,168,043.00 Previous Change Orders $13,068.00 1.12% Total to Date This Change Order $1,181,111.00 $11,288.20 ""''''�� �` Total Change Orders to Date $24,356.20 2.09% Revised Contract Price $1,192,399.20 Project Engineer 1/1012007 Date ettv of Ot"trop COMMUNITY DEVELOPMENT DEPARTMENT 7351 Rosanna Street, Gilroy, CA 95020 Planning Division (408) 846 -0440 FAX: (408) 846 -0429 Engineering Division (408) 846 -0450 FAX: (408) 846 -0429 Building, Life & Environmental Safety Division (408) 846 -0430 FAX: (408) 846 -0429 Housing & Community Development (408) 846 -0290 FAX: (408) 846 -0429 December 22, 2006 George Bianchi Construction, Inc. Letter No. 17 775 A Mabury Road San Jose, CA 95133 ATTN: Mr. Travis Bianchi RE: Farrell Avenue Bridge Widening Project Painted Traffic Stripes We are in receipt of the cost proposal dated December 8, 2006 to install the traffic striping using waterborne paint as requested in Letter No. 15 dated December 6, 2006. As discussed, this work is to be performed for the lump sum price of $7,438.20. A Change Order will be issued for that amount. The thermoplastic striping is to be installed a minimum of 30 days after the painted stripes. If you have any questions, please do not hesitate to contact me at (408) 846 -0410. Sincerely, Charles J. Krueger Resident Engineer cc: City Engineer Don Dey, Transportation Engineer "First In Service to the Community" DEC -08 -2006 08:41 BIANCHI *AMAKER 4084521366 P.01i02 E 1 A N C H I INCORPORATED Facsimile To: Charlie Company: Phone: Fax: 846 -0429 Cover Sheet From: Travis Company: George Bianchi Construction Inc., dba Bianchi- Amaker Construction Phone: 408 - 453 -3037 O,ax: 408 - 452 -1366 Date: 12 -08 -06 Pages Sent: 2 RE:. Attached is the price from Chrisp to perform the extra S�ri�o %n� The following is the breakdown. Sub Contracto i r $6762.00 Mark up Veq 46676,20 Total :77* 8 743 8.20 Please call with any questions. Thanks 1 DEC -08 -2006 08 41 BIANCHI *AMAKER 4084521366 P.02i02 Conlractorr. Licttns'_• No. 314604 Crojond Hd A" Cenral Engisiaering i:rnnrunt CA44S539.5631 C 11 Fence, Wire, Woad i Irhonu Iti1 r11 Gh6 ?at(r Fpk (51U� 6 1397 L ',IV. Highway Improve-mmnt Unk.n Contractor 1140 minusity sta tu,9 Quotation ,_•'"_ }um, AAllro�^ c:c•nLacl irhort� C Ir. LL ITEM .4;. . r W WA OITV : UNIT EXTRAWORK (PAIN t TEMPORARY STRIPING FIND MARKING 1 t I!! ADUI r10NAl. COST TO PRIME FOR APPLICATION OK I'IICRMUPLASTIC AS PER MANUF'AI- TUnERS SPECIFICATIONS LvHEN THFRMOPLASTIC IS INSTAI.LI:D Sum SUM — • • •• -- • 'T-0 -... 1 . ........ UNIT PRI(;E ' SS,607.00 S1.155.p0 st.��•s.uo _............ - _- lvrrltrrrf nutnoriz��rlon Iz -1 r4ay -ulred Prior To ProeeeGlny Wlth Work _ ToTal. -• ACCEPTED BY: P.O Number .........._ ............................................ ........,....................._ .. ............, ........ ........ .. .TITLE• Job Nurnbor _.._.._ —_.... .......... .. ,..,......._...•-- ....._....rte.....,.......... ..,.: ,........_� —_ ` . COIl4MEN7S A_ND ff61USION$: 5�nd Hak! 1.5': =. IADUF'NDUMS NC 1 L.rn ,.L t.; ^n•r r��.•rve� the rrghf b rrldxirew p►aQ sal Uwriatin nccp price llt not roc _lvs� within ?h dnl^r. ct Gld date._• •_,W ryr •,• „_. _ .. . t - Atlnr rui tioin rnntr:rrt IV workl da 9 wrlllen notice r ulrwd rSur to 3ChodullrR or vlol'k �Z r1IOVL• R� FOUR AIL WfJNK Additional Move+ - Irvt IC S1550.00 EA ALL MCt , -JNIR '10 UE: IN ITiNG SLf�AR Fl Y - 'vr:,rvt•r or <:uhr(I%Ur lon if rf�qulruu Is not Included _ _.-.. w -.. _._ ...... _..._........ .. --- .... ... ....... rn'••t:)�Ir:Ur,•r1 r,r r nnruvei of tnmPurrtr� clollnailldn _ ..... . r.h.�r�y,•r�Ulc [df1n.AVlr Lugrq It r rJtrutJ to b0 'rpvlt3od b GOnOrdl C;pnlr-sclut for C,hrb, Cu. Uo0 at no Cher o to Chrin Co. . ................ _ ... _._. .......... i__....... ................. .........._. _w..... Hr:rrtc-val 01 TnrfrNurury Tabo for lone line and contorline Only ouom PREPARED BY VAN 11ZGUETA InLluUr:d In Ilnm Ufdi Price:., CHHISP COMPANY TOTAL P.02 Currant DZtn 12IB1 ?pUG _ QIANCHI CpNST Did date! I lrne = ,lob tlarne FAKkELL AVE 8I41UGF WIDENRtC. city GILROY - R avl s CunU'�ct NU, up 453-1,1037 Working DayU a0i1 -051 1JB8 EW1Mbl0 A _ To Tj tb-0745 W WA OITV : UNIT EXTRAWORK (PAIN t TEMPORARY STRIPING FIND MARKING 1 t I!! ADUI r10NAl. COST TO PRIME FOR APPLICATION OK I'IICRMUPLASTIC AS PER MANUF'AI- TUnERS SPECIFICATIONS LvHEN THFRMOPLASTIC IS INSTAI.LI:D Sum SUM — • • •• -- • 'T-0 -... 1 . ........ UNIT PRI(;E ' SS,607.00 S1.155.p0 st.��•s.uo _............ - _- lvrrltrrrf nutnoriz��rlon Iz -1 r4ay -ulred Prior To ProeeeGlny Wlth Work _ ToTal. -• ACCEPTED BY: P.O Number .........._ ............................................ ........,....................._ .. ............, ........ ........ .. .TITLE• Job Nurnbor _.._.._ —_.... .......... .. ,..,......._...•-- ....._....rte.....,.......... ..,.: ,........_� —_ ` . COIl4MEN7S A_ND ff61USION$: 5�nd Hak! 1.5': =. IADUF'NDUMS NC 1 L.rn ,.L t.; ^n•r r��.•rve� the rrghf b rrldxirew p►aQ sal Uwriatin nccp price llt not roc _lvs� within ?h dnl^r. ct Gld date._• •_,W ryr •,• „_. _ .. . t - Atlnr rui tioin rnntr:rrt IV workl da 9 wrlllen notice r ulrwd rSur to 3ChodullrR or vlol'k �Z r1IOVL• R� FOUR AIL WfJNK Additional Move+ - Irvt IC S1550.00 EA ALL MCt , -JNIR '10 UE: IN ITiNG SLf�AR Fl Y - 'vr:,rvt•r or <:uhr(I%Ur lon if rf�qulruu Is not Included _ _.-.. w -.. _._ ...... _..._........ .. --- .... ... ....... rn'••t:)�Ir:Ur,•r1 r,r r nnruvei of tnmPurrtr� clollnailldn _ ..... . r.h.�r�y,•r�Ulc [df1n.AVlr Lugrq It r rJtrutJ to b0 'rpvlt3od b GOnOrdl C;pnlr-sclut for C,hrb, Cu. Uo0 at no Cher o to Chrin Co. . ................ _ ... _._. .......... i__....... ................. .........._. _w..... Hr:rrtc-val 01 TnrfrNurury Tabo for lone line and contorline Only ouom PREPARED BY VAN 11ZGUETA InLluUr:d In Ilnm Ufdi Price:., CHHISP COMPANY TOTAL P.02 A 1 A M C M 1 NM Facsimile Cover Sheet To: Charlie. Company: City of San Jose Phone: Fax: 846 -0429 From: Travis Company: George Bianchi Construction Inc., dba . Bianchi- Amaker Construction Phone: 408 - 453 -3037 Fax: 408- 452 -1366 Date: 12 -15-06 Pages Sent: 1 RE: The cost for the extras on the slurry tag. Sufi lost $3500.00 fHCAG AA v Mark up *,-,- _,_, Total 6-AB *3850 Please call with -any questions. Thanks DURAN & VENABLES, INC. -GENERAL ENGINEERING 1,j Customer: Job Job Name: Authorization to Proceed / Extra Work Order EWO N_900 -4113 A orization / P.O. # Location: l 2 The undersigned hereby authorizes Duran & Variables, Inc. to proceed with the following work. Phase: # Description: 112 l as Lv� e Payment for said work shall be as follows: Time & Materials cost plus: Lump sum: $ n t Price: � & Date: Slqned: .Title: Labor Name: Trade: Reg. Time Over Time Reg. Rate: OT Rate: Extension: Equipment: Description: Quantity: Hours: Rate: Extension: Wheel Tractor Backhoe Blade Loader Roller Paving Machine Scraper Water Truck Oiler Pick -up Trucks: Description: Quantity: Hours: Rate: Extension: M terial Description: Quantity: Rate: Extension:: DATE WORK PERFORMED: Time, Materials and Equipment Verified Day M T W Th F S S Change Order Total By: Date: By: Date: DURAN & VENABLES INCORPORATED - 261 Bothelo Avenue - Milpitas, CA 95035 - (408) 934 -7300 - Lic: 375068 To contract for : Farrell Avenue Bridge Widening Project Project No. 06-CDD -127 Contractor: George Bianchi Construction, Inc. City of Gilroy Engineering Division 7351 Rosanna St., Gilroy, CA 95020 Phone (408) 846 -0450, Fax (408) 846 -0429 CHANGE ORDER NO. 3 Contract Date: 5/16/2006 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 tilled 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 This change order provides for the following deductions: • Deduct $1,270.50 for eliminating primer for thennoplastic striping included in Change Order No. 2. • Deduct 1,000.00 for Aggregate Base (Class 2) that failed to meet the specifications for Durability Index and R- Value. 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 fiull, 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 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. I (We) agree to make the above change subject to the terns of this Change Order for the NET DECREASE of $2,270.50 %Eotz6F- G/P,-Cfli C0.vS7avc7/ON CONTRACTOR By: .-- \(G Date: 04-15-07 RECONDAENDED F ACCEPTED BY: 4/13/2007 Project Engineer /Z Ytlt Date 9 P.M. Cost Percentage Initial Original Contract Price $1,168,043.00 Previous Change Orders $24,356.20 109% Total to Date _AQW� $1,192,399.20 This Change Order - $2,270.50 Total Change Orders to Date $22,085.70 1.89% OW Revised Contract Price $1,190,128.70 Project Engineer /Z Ytlt Date 9