HomeMy WebLinkAboutSCRWA - Don Chapin Company, The - Southside Drive Cul-De-Sac Project No. 07-CDD-140
f -,
AGREEMENT
Project No. 07-CDD-140
Project Name: Southside Drive Cul-De-Sac
~ !J;>e1
THIS AGREEMENT, made this ~ day of bJ~s~ by and between the
South County Reeional Wastewater Authoritv, hereinafter called the "Authority,"or
"SCRW A", and The Don Chapin Company, hereinafter called the "Contractor."
W!TNE~~ETH:
WHEREAS, the Authority has caused the Contract Documents to be prepared
comprised of bidding and contract requirements and technical specifications and drawings for the
construction of the Project No.07-CDD-140, Southside Drive Cul-De-Sac, 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 Authority 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 AUTHORITY AND THE CONTRACTOR RECOGNIZE THAT THE
AUTHORITY WILL SUFFER 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 AUTHORITY 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 AUTHORITY AND
CONTRACTOR HEREBY AGREE THAT IN THE EVENT OF SUCH DELAYS IN
PERFORMANCE, THE AUTHORITY 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
AUTHORITY AND THE CONTRACTOR FURTHER AGREE THAT THE AMOUNTS
DESIGNATED AS LIQUIDATED DAMAGES ARE A REASONABLE ESTIMATE OF
THE AUTHORITY'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 TillS AGREEMENT,
INCLUDING THE RELATIONSHIP OF SUCH AMOUNTS TO THE RANGE OF
HARM TO THE AUTHORITY 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.
ARTIES HERETO SIGNIFY
o THIS ARTICLE 3.
icle . Contract Price.
In consideration of the Contractors performance of the Work in accordance with the Contract
Documents, the Authority shall pay the Contract Price set forth in the Contract Documents.
Article 5. Contract Documents.
The Contract Documents which comprise the entire agreement between Authority and
Contractor concerning the Work consist of this Agreement (Section 00500 of the Contract
Documents) and the following, all of which are hereby incorporated into this Agreement by
reference with the same force and effect as if set forth in full.
Invitation to Bid
Instructions to Bidders
Bid Documents
Designation of Subcontractors
Bid Guaranty Bond
Agreement
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
The parties hereto acknowledge and agree that all of the bid documents and processes, and all of
the Contract Documents listed above, mistakenly identified the City of Gilroy, as opposed to the
Authority, as the bid-soliciting agency and contractee for Project No. 07-CDD-140. The parties
hereto thus agree that all references to "City" or "City of Gilroy" in the Contract Documents
shall be deemed to apply only to the Authority and not to the City of Gilroy. Contractor further
agrees to submit to the Authority, as a condition precedent of this Agreement, the following new
bonding and insurance documentation that properly identifies the Authority as the contractee and
beneficiary of this Agreement, as opposed to the City of Gilroy, as follows: Bid Guaranty Bond,
Faithful Performance Bond, Payment Bond, Certificate of Insurance, and Workers'
Compensation Endorsement.
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 Authority, which consent may
be withheld by the Authority 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 Authority without the prior written consent of the Authority (which consent may
be withheld in Authority'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 Authority, 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 Authority
or its successor and assigns.
In accordance with California Business and Professions Code Section 7030, the Contractor is
required by law to be licensed and regulated by the Contractors' State License Board which has
jurisdiction to investigate complaints against Contractors if a complaint regarding a patent act or
omission is filed within four years of the date of the alleged violation. A complaint regarding a
latent act or omission pertaining to structural defects must be filed within 10 years of the date of
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 Isd'day
of hthr , 11rJ7 .
tIu ~/'" ~ ~
Name of Contractor
thority
Dated:
(JIlR/II/WI1 ;-
Title of Signator
APPROVED AS TO FROM:
~<<re&R~ ()
LINDA A. CALLON./ S- c~uJll-l.er ~~
Gilroy City A ttoQley
SmITH
COUNTY
REGIONAL
WASTEWATER
A lITHORITY
South County Regional
Wastewater Authority
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO. 1
To contract for: Southside Drive Cul-de-Sac, Project No. 07 -CDD-140
Coutractor:
The Don Chapin Company
Contract Date:
8/1512007
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
Raise additional Iron: Sewer gate valv~ G5 Anod~ Monitoring well
Abandon Existing Monitoring Well
Dig drainage ditcb to extend flow line in botb directions at
12" CMP driveway crossing
Itm. 17 -Aggregate base qty overrun to 125%
Itm. 18 -Rough grading road qty overrun to 125%
Itm. 19 -Site exc earth-loader/trucks qty overrun to 125%
Itm. 25 -Bituminous base course 6" qty overrun to 125%
Itm. 17 -Aggregate base qty overrun above 125%
Itm. 18 -Rough grading road qty overrun above 125%
Itm. 19 -Site exc eartb-Ioader/trucks qty overrun above 125%
Itm. 25 -Bituminous base course 6" qty overrun above 125%
$1670.33
$0.00
$961.85
TOTAL
$60.882.00
$63,514.18
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 , (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.
121412007
P_M.
Cost Percentage Initial
I (We) agree to make the above change
subject to the terms of this Change Order
for the NET INCREASE of $63,514.18
Original Contract Price
Previous Change Orders
Total to Date
This Change Order
Total Change Orders to Date
Revised Contract Price
$184,929.00
$0.00
$184,929.00
$63,514.18
$63,514.18
$248,443.18
0.00% A
34.35% k
~~ c'/I?t;D;s;,.,t c,,""P~..:kIC
CONTRACTOR
By~
Date: /Z--~-t!)r
ACCEPTED BY:
(~-D6 <97
Date
RECOMMENDED BY:
I~.bi/ rFf
Date
1214/2007
SOlITH
COUNTY
REGIONAL
WASTEWATER
AlITHORITY
South County Regional
Wastewater Authority
7351 Rosanna St., Gilroy, CA 95020
Phone (408) 846-0450; Fax (408) 846-0429
CHANGE ORDER NO.2
To contract for: Southside Drive Cul-de-Sac, Project No. 07-CDD-140
Contractor: The Don Chapin Company Contract Date:
8/1512007
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 detail 23 pavement marken, install reflective pavement marken detal 21 and install paint detail 27B.
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 . (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.
1 (We) agree to make the above change
subject to the terms of this Change Order
for the NET INCREASE of $1,200.60
Original Contract Price
Previous Change Orders
Total to Date
This Change Order
Total Change Orders to Date
Revised Contract Price
Cost
$184,929.00
$63,514.18
$248,443.18
$1,200.60
$64,714.78
$249,643.78
P.M.
Percenta~e Initial
34.35% \t(1~
34.99%~
~....... t"'~ C;"'.P~ f ~~ .
CON1RACT
~
Date: /~~tP-:r
ACCEPTED BY:
I J. /.s -0 I
Date
RECOMMENDED BY:
1:;/5/07
Date
1214/2007