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