HomeMy WebLinkAboutKent Construction - Agreement for Corporation Yard Improvement ProjectRECEIVED
JUN 0 5 2003
ENGINEERING
SECTION 00500
AGREEMENT
Corporation Yard Improvements Re -bid, Project No. 03 -CDD -104
,1ECEIVEL
JUN 0 4 2003
-�� r,[)NSTRIIrT"
THIS AGREEMENT, made this I day of 3__ by
and between the City of Gilroy, hereinafter called the "City," and Kent construction
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 Corporation Yard Improvements Project Re -bid, Project No. 03 -CDD -104, 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
Project No. 03- CDD -104 SECTION 00500 -1
CORPORATION YARD IMPROVEMENTS PROJECT RE -BID
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
,NT TO THE T S OF THIS ARTICLE 3.
Contr4t As Initials
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
Project No. 03 -CDD -104 SECTION 00500 -2
CORPORATION YARD IMPROVEMENTS PROJECT RE -BID
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
Project No. 03 -CDD -104 SECTION 00500 -3
CORPORATION YARD IMPROVEMENTS PROJECT RE -BID
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.
I L—
IN WITNESS WHEREOF, this agreement has been executed on this % day of
L. pwi CCENy ?(lac
Name of Contractor
-
Title of Signator
ATTEST:
Signature
Title of Signator
Approved as to form:
City Attorney
Jay Baksa, City Administrator
Title of Signator
ATT
Signature
Title of S" ator
** *END OF SECTION * **
Project No. 03 -CDD -104 SECTION 00500 -4
CORPORATION YARD IMPROVEMENTS PROJECT RE -BID
OF G14 P
o
3
(ni #n 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. 00001
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 and install 5 ea. Additional exit signs per plan sheet E2. if and E4.1.
All labor, equipment and material per COR #002.
Agreed to Lump Sum Price
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 1,256.30
B:
Y
Date: t,
RECOXCAENDED
ACCEPTED BY:
Project Engineer
W
$ 1,256.30
Original Contract Price $ 2,641,171.00
Previous Change Orders $ 0.00
TOTAL TO DATE $ 2,641,171.00
This Change Order $ 1,256.30
Revised Contract Price $ 2,642,427.30
4#01
Originals to:
CITY: (2) Originals
CONTR: (1) Original
IIIII
SQ
�gTED �p
eftp of Offrop
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
CHANGE ORDER NO. 00002
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 for a sub excavation foundation addition
on the west side of the Fleet Services Building. Excavate 16 feet by 80 feet approximately
24 inches in depth, or to acceptable native soil per the soils technician's recommendation.
Install imported select engineered fill and re- compact.
Agreed to Lump Sum Price per COR #003
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE
$ 3,164.04
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
O �0
$ 3,164.04
$ 2,641,171.00
$ 1,256.30
$ 2,642,427.30
$ 3,164.04
$ 2,645,591.34
Originals to:
CITY: (2) Originals
CONTR: (1) Original
FG,�,� CIO of Offrop
COMMUNITY DEVELOPMENT DEPARTMENT
O 7351 Rosanna Street, Gilroy, CA 95020
opgl�� 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
CHANGE ORDER NO. 00003
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 authori1y to rop ceed
with the work.
DESCRIPTION OF WORK:
Furnish all labor and equipment for additional demo on the west side siding of the Fleet Services Building.
Agreed to Lump Sum Price per COR #004
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 787.95
By:
Date:
RECOP
ACCEI
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
$ 787.95
$ 2,641,171.00
$ 4,420.34
$ 2,645,591.34
$ 787.95
$ 2,646,379.29
p,06 G 3 Originals to:
CITY: (2) Originals
CONTR: (1) Original
031
3
ENT
CONSTRUCTION
LICENSE #732986
Tuesday, August 12, 2003
Mr. Mel Yambao
Harris and Associates
178 -C Second Street
Gilroy, CA 95020
RE: Change Order Request Number COR -004
Corporation Yard Improvements Project - 03 -CDD -104
Dear Mr. Yambao,
We have finalized gathering all the required quotations for PCO Number 006 for the following extra work:
COR -003 / Demo Add. We have reviewed the scopes of work and have verified that all extra work items
are in compliance with our contract agreement. The following is a detailed itemization of all extra costs.
Item
Description
Amount Proposed
Contractor
001
Demo. Additional Siding (Labor)
$480.00
Kent Construction Inc.
002
Contractor's Fee Labor (25 %)
$120.00
Kent Construction Inc.
003
Equipment
$150.00
Kent Construction Inc.
004
Contractor's Fee Material (15 %)
$22.50
Kent Construction Inc.
005
Liability Insurance and Bond Fee 2%
$15.45
Kent Construction Inc.
Total Amount $787.95
Please sign below and return a copy of this letter to indicate your acceptance of the Change Order
Request and to authorize us to proceed immediately. If you have any questions regarding this Change
Order Request, please contact me immediately.
Respectfully,
AA�
Joh Curro
ice resident
Mel Yambao, Cons ruction Manager
-J i
nntP• I r %( C,
8505 CHURCH STREET, #12 ■ GILROY, CALIFORNIA 95020 ■ (408) 846 -5550 ■ FAx: (408) 846 -5660
CHANGE ORDER NO. 00004
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 proceed
with the work.
DESCRIPTION OF WORK:
Furnish all labor and equipment for saw cut and removal of existing pad footing on location for new columns at the
Fleet Services Building - (12 ea.).
Agreed to Lump Sum Price per COR 4005
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 2,737.68
By:
Date:��11E�
RECOMMEN
ACCEPTED
Project Engineer
Citp
of Offrop
Original Contract Price
$
2,641,171.00
Previous Change Orders
$
5,208.29
COMMUNITY DEVELOPMENT
DEPARTMENT
no
7351 Rosanna
Street, Gilroy, CA 95020
2,737.68
Revised Contract Price
$
2,649,116.97
T�® �A
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
CHANGE ORDER NO. 00004
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 proceed
with the work.
DESCRIPTION OF WORK:
Furnish all labor and equipment for saw cut and removal of existing pad footing on location for new columns at the
Fleet Services Building - (12 ea.).
Agreed to Lump Sum Price per COR 4005
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 2,737.68
By:
Date:��11E�
RECOMMEN
ACCEPTED
Project Engineer
�l/+t1G d Originals to:
CITY: (2) Originals
CONTR: (1) Original
r101=
$
2,737.68
Original Contract Price
$
2,641,171.00
Previous Change Orders
$
5,208.29
TOTAL TO DATE
$
2,646,379.29
This Change Order
$
2,737.68
Revised Contract Price
$
2,649,116.97
�l/+t1G d Originals to:
CITY: (2) Originals
CONTR: (1) Original
r101=
ENT
CONSTRUCTION
LICENSE #732986
Tuesday, August 19, 2003
Mr. Mel Yambao
Harris and Associates
178 -C Second Street
Gilroy, CA 95020
RE: Change Order Request Number COR -005
Corporation Yard Improvements Project - 03 -CDD -104
Dear Mr. Yambao,
We have finalized gathering all the required quotations for PCO Number 008 for the following extra work:
Pad footings @ Fleet. We have reviewed the scopes of work and have verified that all extra work items
are in compliance with our contract agreement. The following is a detailed itemization of all extra costs.
Item
Description
Amount Proposed
Contractor
001
Saw cut & remove existing footing
$2,440.00
Enhanced Concrete
Construction, Inc.
002
10% Contractor's Fee (Subs)
$244.00
Kent Construction Inc.
003
2% Bond & Liability Insurance
$53.68
Kent Construction Inc.
Total Amount $2,737.68
Please sign below and return a copy of this letter to indicate your acceptance of the Change Order
Request and to authorize us to proceed immediately. If you have any questions regarding this Change
Order Request, please contact me immediately.
Respectfully,
J urro Cresident
WE
Mel Yambao, Constrtion Manager
Date: 1 "C
8505 CHURCH STREET, #12 GILROY, CALIFORNIA 95020 - (408) 846 -5550 - FAx: (408) 846 -5660
0,8/19/2003 11:30 4088423235 MELO CONCRETE CONST. PAGE 02
Submitted To: Kent
Enha ced Concrete Construction, Inc.
Lic. # 714665
58 Obata Way - Suite #C Gilroy, CA 95020
i(408) 842 -3484 Fax (408) 842-3 23 5
CELANGE ORDER - # 1
Date: 08/19/03
Atha: John Curro 1' Phone: 846 -5550 Fax: 846 -5660
Address: - Job Name: Gilroy Corp. yard
Architect: Address: 613 Old Gilroy Street
Date of Plans: - City: Gilroy, CA 95020
We are pleased qo submit the following quotation, per plans provided:
INA PDITION TO ORIGINAL CONTRACT:
Labor & Eq#6pment To Chip Concrete At Existing Building
Due To Relocation Of New Columns @ Fleet Building - 12 Ea.
$2,440.00
We Propose To Furnish Material and ;itabor - Complete, In Accordance With The Above Specifications For The Sum Of:
r
As Per Above:
Payments to be made as follows: 100 ° /4pUE AT JOB COMPLETION. NO RETENTION HELD.
This change order is good for 30 days 1. om the above date, a<f not excepted within this time and presented to Enhanced
Concrete Construction in writing, it w l automatically terminate and shall be mull and void
I
Terms: Net (30) days; a finance # arge of 1.5
thirty days of invoice; in the event legal action
the prevailing party in any suc
addition to all other retie
Authorized Si
per month is due on all accounts not paid within
Filed to collect any sums due under this proposal
64k.d to reasonable attorneys' fees and costs in
Acceptance of Proposal: The aboyi prices, specificati ns, and conditions are satisfactory and are hereby accepted.
You are authorized to do the work as sp*ificd. Payment will be made as outlined above.
Signature: Date:
o
TED
L t
eftp of Offrop
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
CHANGE ORDER NO. 00005
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 materials, labor and equipment to upgrade Doors # 12 and 13 at the Administration/Operation Building.
Agreed to Lump Sum Price per COR #006
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 253.57
$ 253.57
Original Contract Price $ 2,641,171.00
Previous Change Orders $ 7,945.97
TOTAL TO DATE $ 2,649,116.47
This Change Order
By:
/� I Revised Contract Price
$ 253.57
$ 2,649,370.54
°3
Originals to:
CITY: (2) Originals
CONTR: (1) Original
z
OF
TED �p
eftv of Offrop
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
llousing & Community Development (408) 846 -0290 FAX (408) 846 -0429
CHANGE ORDER NO. 00006
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 materials, labor and equipment for extra work due to Revision to Drawings A2.1 f and E2.1 f 13 at the
Fleet Services Building.
Agreed to Lump Sum Price per COR #008
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 2,154.24
By: C
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
RP A-1 C—tr —t prima
$ 2,154.24
$ 2,641,171.00
$ 8,199.54
$ 2,649,370.54
$ 2,154.24
$ 2,651,524.78
�1 �
' Originals to:
CITY: (2) Originals
CONTR: (1) Original
x
TED �p
eftp of Offrop
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
CHANGE ORDER NO. 00007
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 materials, labor and equipment to supply and install separate 1 -'/4" copper type "L" water line for eye
wash station at the Fleet Services Building.
Agreed to Lump Sum Price per COR #009
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 3,963.48
By:
Date:
RECO
ACCE
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
$ 3,963.48
$ 2,641,171.00
$ 10,353.78
$ 2,651,524.78
$ 3,963.48
$ 2,655,488.26
Originals to:
ITY: (2) Originals
ONTR: (1) Original
z o
TED �A
eftp of Offrop
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
Ilousing & Community Development (408) 846 -0290 FAX (408) 846 -0429
CHANGE ORDER NO. 00008
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 materials, labor and equipment to Change Rolling Grille Doors to Sectional Doors (2 ea. Model 420) on
existing open bay (east & west side) of the Fleet Services Building.
Agreed to Lump Sum Price per COR #010
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 1,021.02
B:
Y
Date:
$ 1,021.02
Original Contract Price $ 2,641,171.00
Previous Change Orders
$
14,317.26
TOTAL TO DATE
$
2,655,488.26
This Change Order
$
1,021.02
Revised Contract Price
$
2,656,509.28
Originals to:
CITY: (2) Originals
1 -5 CONTR: (1) Original
//Ov
61P3
* 1 1« �anm
z
Citp of (biCrop
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
CHANGE ORDER NO. 00009
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 and equipment for the demolition of existing concrete platform on the south open bay of the Fleet
Services Building.
Agreed to Lump Sum Price per COR #015
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 642.79
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
By: ��--'
T t ` Revised Contract Price
3
$ 642.79
$ 2,641,171.00
$ 15,338.28
$ 2,656,509.28
$ 642.79
$ 2,657,152.07
0,2 Originals to:
CITY: (2) Originals
CONTR: (1) Original
4 : -7-
o
Cn
opgTED �A
eftp of Offrop
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
CHANGE ORDER NO. 00010
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 authori1y to rop teed
with the work.
DESCRIPTION OF WORK:
Furnish all labor and equipment for the cutting and removal of existing structurally unstable 8' -6" width concrete
slab at south side of the Fleet Services Building.
Agreed to Lump Sum Price per COR #016
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 3,525.32
By:
Date: 6 (A / �-
n
ACCEPTED
7/A%%/%;Jr111fi
$ 3,525.32
Original Contract Price $ 2,641,171.00
Previous Change Orders $ 15,981.07
TOTAL TO DATE $ 2,657,152.07
This Change Order $ 3,525.32
Revised Contract Price $ 2,660,677.39
/00o
s
1D!
Originals to:
CITY: (2) Originals
CONTR: (1) Original
oF c14�o�A.
�0M
� b
Citv of 01"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
CHANGE ORDER NO. 00011
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 material, labor and equipment for the installation of modified traffic concrete curd based on detail
provided by RFI #57 at the south slab edge of Fleet Services Building.
Agreed to Lump Sum Price per COR #018
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 1,956.77
By: +,� e�
T'% -._. 1 b�)
Originals to:
CITY: (2) Originals
CONTR: (1) Original
$
1,956.77
Original Contract Price
$
2,641,171.00
Previous Change Orders
$
19,506.39
TOTAL TO DATE
$
2,660,677.39
This Change Order
$
1,956.77
Revised Contract Price
$
2,662,634.16
Originals to:
CITY: (2) Originals
CONTR: (1) Original
* mn AQOm �
o ,
oF G14
'TED MA
Cftp of Offrop
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, Lifc & Environmental Safety Division (408) 846 -0430 FAX (408) 846 -0429
Housing & Community Dcvelopmcnt (408) 846 -0290 FAX (408) 846 -0429
CHANGE ORDER NO. 00012
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
Additional labor and materials necessary to install correct girt system for mounting metal siding on the Fleet
Services Building per revised Drawing Plan Sheet S3.6f (SKS -04 to SKS -14).
Agreed to Lump Sum Price per COR #021
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 11,406.25
n
la
Date
ACCEPTED BY;
Project Engineer
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
$ 11,406.25
$ 2,641,171.00
$ 21,463.16
$ 2,662,634.16
$ 11,406.25
$ 2,674,040.41
i
a� - 0 3 Originals to:
CITY: (2) Originals
CONTR: (1) Original
� o
TED
eftp of 01"Irop
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
CHANGE ORDER NO. 00013
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 rop ceed
with the work.
DESCRIPTION OF WORK:
Furnish all material, labor and equipment for the installation of additional concrete curb at the Wash Slab Area.
Agreed to Lump Sum Price per COR #022
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 1,382.30
Original Contract Price
Previous Change Orders
TOTAL TO DATE
41, CA-k, This Change Order
By:
Revised Contract Price
Date:
$ 1,382.30
$ 2,641,171.00
$ 32,869.41
$ 2,674,040.41
$ 1,382.30
$ 2,675,422.71
�0 3
Originals to:
CITY: (2) Originals
CONTR: (1) Original
01
z
gTFD 1�
eftv of Offrop
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
CHANGE ORDER NO. 00014
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 and equipment to install communication antenna with 2" dia. conduit at the north roof of grid line
"C" (between grid line 4 & 5) of the Administration Building.
Agreed to Lump Sum Price per COR #017
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 452.25
By:
Date: 11 Ip3
RECOMMH
Cons *n
ACCEPTED BY: _
rx-44Mi'lly
ect Engineer
$ 452.25
Original Contract Price
$
2,641,171.00
Previous Change Orders
$
34,251.71
TOTAL TO DATE
$
2,675,422.71
This Change Order
$
452.25
Revised Contract Price $ 2,675,874.96
3 Originals to:
CITY: (2) Originals
CONTR: (1) Original
Date`
1 �/s
= V12
o�gTED �A
eftv of Offrop
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
CHANGE ORDER NO. 00015
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
The color selected for the locker paint is selected from a custom color sample.
Additional cost impact for the custom color, chosen by the City for metal lockers (Specification Section 10505) to
match the galaxy blue color wall and floor tile per owner's request, will be:
Agreed to Lump Sum Price per COR #023
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 1,290.30
By.
Date:
I
RECOMMENDED
Project Engineer
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
$ 1,290.30
$ 2,641,171.00
$ 34,703.96
$ 2,675,874.96
$ 1,290.30
$ 2,677,165.26
¢' 63 Originals to:
CITY: (2) Originals
CONTR: (1) Original
f�/ �3
IIIII
Z O
eftv of Offrop
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, Lifc & Environmental Safety Division (408) 846 -0430 FAX (408) 846 -0429
Housing & Community Development (408) 846 -0290 FAX (408) 846 -0429
CHANGE ORDER NO. 00016
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
A. As per decision by City staff at project coordination meeting no. 9, additional cost for labor, material and
equipment to raise existing manhole cover affected by a new grade at west front of fleet services building.
Agreed to Lump Sum Price per COR #024
1,346.40
B. Furnish all labor and equipment to Change Dishwasher (from Model PDW7300 to ADA spec Model
ZBD6400GBB) to fit lower counter in the Meeting/Lunch Room of the Administration Building.
Agreed to Lump Sum Price per COR #025
270.48
C. Additional cost to add one (1) set of drawer base cabinet, requested by the City for Reception Room A02 of the
Administration Building.
Agreed to Lump Sum Price per COR #026
767.45
D. Additional cost for upgrades of the wash slab agreed to by the City Staff and the Fleet Designer (upgrades of
plumbing and equipments; upgrades of drinking fountain; change of concrete mixed design; change to explosion
proof sump pump; and additional control panel).
Agreed to Lump Sum Price per COR #027 $ 15,732.33
TOTAL CHANGE ORDER NO. 16 $ 18,116.66
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 18,116.66
�7
By:
ThtA• I�_ I ®�
Original Contract Price
$
2,641,171.00
Previous Change Orders
$
35,994.26
TOTAL TO DATE
$
2,677,165.26
This Change Order
$
18,116.66
Revised Contract Price
$
2,695,281.92
C -3 Originals to:
CITY: (2) Originals
CONTR: (1) Original
0 G14 P
um AOl1� *'
= o
`1i
eftp of (biYrop
COMMUNITY DEVELOPMENT DEPARTMENT
7351 Rosanna Strcet, Gilroy, CA 95020
Planning Division (408) 846 -0440 FAX (408) 846 -0429
Engineering Division (408) 846 -0450 FAX (408) 846 -0429
Building, Life & Environmental Safcty Division (408) 846 -0430 FAX (408) 846 -0429
Housing & Community Development (408) 846 -0290 FAX (408) 846 -0429
CHANGE ORDER NO. 00017
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
A. Additional cost to add electrical power and communication on workstations,
requested by the City for Room A02, A26 and Kitchen of the Administration Building.
Agreed to lump sum price per COR #028 $ 2,569.38
B. Net difference between credit for the original 36" kitchen stove exhaust hood,
and the new 30" hood per Architect's request
Agreed to lump sum price per COR #030
C. Additional layer of drywall at the eaves due to an ICBO fire rating requirement,
per request by the BLES
Agreed to lump sum price per COR #032
D. Fee paid by Kent Const. for the Bay Area Air Quality Management District
permit per requirement in the project specifications
Agreed to lump sum price per COR #033
E. Printing costs paid by Kent Const. for submittal reproduction per agreement
as described in the project pre - construction meeting minutes
Agreed to lump sum price per COR #034
F. Installation of 15 additional burglar bars for the skylights in the Administration
Building. Per SK drawing dated 8/18/03 re: invert bar grate support angle and
add bar grate hold down clips at all panels in the Fleet Building
Agreed to lump sum price per COR #035
$ 330.99
$ 3,745.95
$ 1,836.00
$ 139.37
$ 3,781.14
G. Install a new RGF /SS hose reel at the wash slab per site meeting on 2/12/04
Agreed to lump sum price per COR #038
H. Furnish and install one additional 8'0" HVAC platform grate at the southeast
side of the Fleet Building to accommodate repositioning of HVAC unit
Agreed to lump sum price per COR #040
J. Remove and replace the existing fence adjacent to the 'Jessup' property
line at the south end of the project
Agreed to lump sum price per COR #042
K. Install a 4'0" X 60 ", or similar dimensioned, shed at the wash slab area to
house the wash slab equipment
Agreed to lump sum price per COR #044
L. Add operable partition at the meeting /lunch room in the Administration Building
per owner's request
Agreed to lump sum price per COR #037
M. Remove, replace, and/or repair approximately 28,000 square feet of ACC
pavement as described in COR #029 and attachment, including grading,
construction staking and layout, raising /adjusting utilities
$ 3873.04
$ 4,451.94
$ 3,458.00
$ 1,208.33
$ 38,809.16
Agreed to lump sum price per COR #029 $ 142,487.29
N. Seal coat and stripe approximately 145,000 square feet of the Corporation Yard
area not covered in the remove /replace CCO #017M, including cleaning, utility
protection, and 2 move -ins
Agreed to lump sum price per COR #046
P. Raise the header at door #01 in the Fleet Building due to a conflict in the
height requirement for City owned equipment
Agreed to lump sum price per COR #045
Q. Provide and install a vending machine shelter at the vending machines
between the Fleet Building and the Administration Building as originally
proposed, per owner's request
Agreed to lump sum price per COR #041
R. Provide and install a 100 gallon water heater in the Administration Building
due to a conflict with size and area
Agreed to lump sum price per COR #043
TOTAL CHANGE ORDER NO. 17
$ 238,941.83
$ 20,139.90
$ 812.89
$ 7,809.58
$ 3,488.87
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 238,941.83
Date: 02/24/04
RECOMMENDED
ACCEPTED P
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
02/24/04 Date
�� C
Date
Project Engineer
$ 2,641,171.00
$ 54,110.92
$ 2,695,281.92
$ 238,941.83
$ 2,934,223.75
Originals to:
CITY: (2) Originals
CONTR: (1) Original
I 11 ;1:
OF G14
�o
Q
�•4 TED
Citv of Offrop
COMMUNITY DEVELOPMENT DEPARTMENT
7351 Rosanna Street, Gilroy, CA 95020
Planning Division (408) 846 -0440 FAX (408) 8461 -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
CHANGE ORDER NO. 00018
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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 rp oceed
with the work.
DESCRIPTION OF WORK:
A. Field welding on tube steel condition at the Fleet Building not shown on the
Plans per Architect's direction
Agreed to lump sum price per FD #005
B. Installation of mirrored glass per Architect's response to RFI #018A
Agreed to lump sum price per RFI #088A
C. Installation of fire sprinklers at the added operable partition per code
per requirement by BLES
Agreed to lump sum price per COR #049
D. Installation of bollards for car charging stations per response to COR #051
Per Architect's instructions
Agreed to lump sum price per COR #051
E. Installation of backing for the south side gable end at the Fleet building siding
Not shown on plans, per Architect's instructions
$ 841.50
$ 875.16
$ 1,486.65
$ 1,524.39
Agreed to lump sum price per COR #052 $ 561.00
F. Add facia to bi -fold doors #23 and #24 not shown on plans, requested by owner
Agreed to lump sum price per COR #053
$ 244.60
G. Isolate emergency eyewash water from the domestic water system per code
required by the City's Water Department
Agreed to lump sum price per COR #054
$ 8,358.90
H. relocate lights and patch ceiling in the men's restroom per Architects direction
Location shown on plans not workable
Agreed to lump sum price per COR #055
$ 336.60
J. Add ADA required Kohler shower fixtures in the ADA accessible restrooms
Agreed to lump sum price per COR #057
$ 459.93
K. Demo existing concrete equipment pad at the south bay of Fleet per Architect
Not shown on demo plans
Agreed to lump sum price per FD #006
$ 2,139.76
L. Upgrades to the wash slab area equipment as directed by the Architect at
the Architect representative's site meeting
Agreed to lump sum price per COR #060
$ 1,606.39
M. Installation of a breaker for HazMat buildings, relocate lights in the men's
restrooms, hydraulic lift power for testing, temporary power at the Administration
Building, antenna for the reception area, breaker for oven in the kitchen, and a
low voltage breaker at the generator
Agreed to lump sum price per COR #058
$ 5,033.04
N. Add 3 ea. exterior lights at the Fleet Building in dark areas of the yard
per site condition and owner's request
Agreed to lump sum price per COR #061
$ 2,853.69
P. Add a breaker in the Fleet Services Building to accommodate additional drill press
per owner's request
Agreed to lump sum price per COR #062
$ 181.11
TOTAL CHANGE ORDER NO. 18
$ 26,502.72
4
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 26,502.72
By:
Date: 0 11/04
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
AUUhY
i -IAW
",AW ate
Project Engineer
$ 2,641,171.00
$ 293,052.75
$ 2,934,223.75
$ 26,502.72
$ 2,960,726.47
Originals to:
CITY: (2) Originals
CONTR: (1) Original
CHANGE ORDER NO. 00019
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
A. Slope Fleet Services slab at interior doorways per code due to uneven and
potentially hazardous tripping surfaces as directed by BLES
Agreed to lump sum price per FD #0011
B. Change the Administration Building hallway floor surfaces from a bare concrete
floor finish to epoxy finished floors
Agreed to lump sum price per COR 9067
C. Revise the installation of the original Administration building antenna ground
per code as directed by BLES
Agreed to lump sum price per FD #008
D. Relocate electrical conduit and conductors per code at the west side of
Administration building during grading and paving operation
Agreed to lump sum price per COR #069
E. Remove existing electrical breakers at main panel and replace with code
compliant breakers as directed by BLES
Agreed to lump sum price per FD #010
$ 8086.05
$ 15,075.19
$ 1,237.99
$ 10,321.03
$ 2,446.49
Citp
of Offrop
40
COMMUNITY DEVELOPMENT
DEPARTMENT
Cl
7351 Rosanna
Street, Gilroy, CA 95020
e
Planning Division
(408) 846 -0440
FAX (408) 846 -0429
TF� M�_
Engineering Division
(408) 846 -0450
FAX (408) 846 -0429
Building, Life & Environmental Safety
Division (408) 846 -0430
FAX (408) 846 -0429
Dousing & Community Development
(408) 846 -0290
FAX (408) 846 -0429
CHANGE ORDER NO. 00019
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
A. Slope Fleet Services slab at interior doorways per code due to uneven and
potentially hazardous tripping surfaces as directed by BLES
Agreed to lump sum price per FD #0011
B. Change the Administration Building hallway floor surfaces from a bare concrete
floor finish to epoxy finished floors
Agreed to lump sum price per COR 9067
C. Revise the installation of the original Administration building antenna ground
per code as directed by BLES
Agreed to lump sum price per FD #008
D. Relocate electrical conduit and conductors per code at the west side of
Administration building during grading and paving operation
Agreed to lump sum price per COR #069
E. Remove existing electrical breakers at main panel and replace with code
compliant breakers as directed by BLES
Agreed to lump sum price per FD #010
$ 8086.05
$ 15,075.19
$ 1,237.99
$ 10,321.03
$ 2,446.49
F. re -wire electrical at the existing site light standards per code as directed by BLES
Agreed to lump sum price per COR #071 $ 2,401.84
G. Install electrical power to the 'Dukor' building as required
Agreed to lump sum price per FD #007 $ 1,103.23
H. Install water right electrical boxes in areas of extreme moisture per code as
directed by BLES
Agreed to lump sum price per COR #073 $ 882.97
J. Install code compliant electrical to the vehicle chargers per BLES requirements
Agreed to lump sum price per COR #074 $ 751.26
K. Install additional equipment at the wash slab area as required on the Engineer's
final punch list item #1
Agreed to lump sum price per COR #075 $ 982.87
t
L. Install additional equipment at the wash slab area as required on the Engineer's
Final punch list items #2 and #6
Agreed to lump sum price per COR #076 $ 5,054.74
M. Install additional hydraulic equipment changes as required on the Engineer's
final punch list
Agreed to lump sum price per COR #077 $ 6,753.46
N. Install a water right electrical junction box at the sump pump in the wash
slab pit per code requirement by BLES
Agreed to lump sum price per COR #078 $ 150.50
P. Add a new overhead door at the south east corner of Fleet per code ,
Agreed to lump sum price per COR #079 $ 7,715.28
Q. Install metal grate material at the Fleet mezzanine to fill in matching existing
grate system at the second level in install a flat metal plate to cover the
condensate pit at the rear of Fleet per Engineer's final punch list
Agreed to lump sum price per COR #080 $ 4,336.53
R. Install a dedicated electrical four -plex receptacle in the expanded bay area
per Engineer's final punch list
Agreed to lump sum price per COR #081 $ 852.46
S. Install framing and drywall closure in room F -05 per Engineer's final punch list
Agreed to lump sum price per COR #082 $ 1,876.80
T. Install a security alarm system in the Fleet Services Building per requirements
Agreed to lump sum price per COR #083 $ 3,197.70
U. Install additional Potter OS &Y tamper switches at the Fleet building per code
as directed by the Fire Marshall
Agreed to lump sum price per COR #084 $ 448.80
V. Connect the main gas riser per code requirements to existing Fleet building
gas line after PG &E removed the existing meter
Agreed to lump sum price per COR #085 $ 414.92
TOTAL CHANGE ORDER NO. 18
$ 74,090.11
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 74,090.11
By: Vim/
Date: 06/10/04
RECOMMENDE]
Original Contract Price
Previous Change Orders
TOTAL TO DATE
This Change Order
Revised Contract Price
$ 2,641,171.00
$ 319,555.47
$ 2,960,726.47
$ 74,090.11
$ 3,034,816.58
Originals to:
CITY: (2) Originals
CONTR: (1) Original
ACCEP'
9,4 ci/ -Date
Project Engineer
,y
r;
OF
Citp
of Offrop
-
4 � y a�
COMMUNITY DEVELOPMENT
DEPARTMENT
0
7351 Rosanna
Street, Gilroy, CA 95020
DiPgTED =+
Planning Division
(408) 846 -0440
FAX (408) 846 -0429
M�_
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
FINAL CHANGE ORDER NO. 00020
To contract for: Corporation Yard Improvements
Contractor: Kent Construction
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:
A. Provide and install a marine cover for the exposed electrical motor at the
wash slab area per Steve Watt's punch list
Agreed to lump sum price per COR #086 $ 450.29
B. Install additional signage on the electrical room and fire riser room
per City BLES Inspector's instructions
Agreed to lump sum price per COR #087 $ 135.30
C. Furnish and install additional alarm door contacts at the Fleet Services Building
per City Standards
Agreed to lump sum price per COR #088 $ 112.20
D. Credit for not insulating the ceiling at the exterior mezzanine of Fleet
Agreed to lump sum credit per response to RFI #085 $ - (600.00)
E. furnish and install two burglar bar grills at the Fleet roof opening per City's
BLES Inspector's instructions
Agreed to lump sum price per COR #090 $ 482.46
TOTAL CHANGE ORDER NO. 20
$ 580.25
I (We) hereby agree to make the above
changes subject to the terms of this
Change Order for NET INCREASE OF
$ 580.25
Date:
07/12/04
RECOMMENDE
ACCEPTED BY:
Original Contract Price $ 2,641,171.00
Previous Change Orders $ 393,645.58
TOTAL TO DATE $ 3,034,816.58
This Change Order $ 580.25
Revised Contract Price $ 3,035,396.83
Originals to:
CITY: (2) Originals
CONTR: (1) Original
oJ Engineer
a