Loading...
HomeMy WebLinkAboutReso 21-20 Accepting the Public Safety Complex – Police Services Building Improvements, CIP No. GI0116Reso No. 21-20, Item 4.6, Adopted 04/07/20 Page 1 of 1 RESOLUTION NO. 21 - 20 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN * * * * * * * * * ACCEPTING THE PUBLIC SAFETY COMPLEX – POLICE SERVICES BUILDING IMPROVEMENTS, CIP NO. GI0116 WHEREAS, on February 6, 2018, the City of Dublin entered into a contract with Sausal Corporation to construct the Public Safety Complex – Police Services Building, Project No. GI0116; and WHEREAS, said improvements have been completed in accordance with plans and specifications, and any approved modifications thereof, to the satisfaction of the City Engineer of the City of Dublin; and WHEREAS, as a condition of the contract, Sausal Corporation is required to warranty the improvements for a period of one year following acceptance of the work by the City of Dublin and maintain a maintenance bond in the amount of 10% of the final contr act value. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby accept the Public Safety Complex – Police Services Building, Project No. GI0116, and authorizes Staff to file a Notice of Completion with Alameda County. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby authorize the City Manager or designee to release the retention, if after 35 days of filing the Notice of Completion there are no subcontractor claims. BE IT FURTHER RESOLVED that the City Council of the City of Dublin does hereby authorize the City Manager or designee to release the maintenance bond at the end of the one- year warranty period. PASSED, APPROVED, AND ADOPTED this 7th day of April 2020, by the following vote: AYES: Councilmembers Goel, Hernandez, Josey, Kumagai and Mayor Haubert NOES: ABSENT: ABSTAIN: ______________________________ Mayor ATTEST: City Clerk            March 23, 2020 2 CP 210.1, for $10,679 represents the cost to furnish and install thirty-four (34) RX devices to all the doors with electrified hardware in Building 1B and Building 2. The Door Hardware Schedule in the specifications did not call out a RX devices for these doors. The RX devices were required to allow for integration between the doors and the buildings’ access control system. Without these devices, the card reader system would not operate properly. CP 211, for $1,086 represents the cost to remove and replace three (3) damaged flags of concrete on Dublin Blvd. While the contractor was demoing and replacing certain flags of concrete required by contract for install of utility boxes, the City requested that three (3) additional flags of concrete be demoed due to pre-existing damage unrelated to the project. Flags were removed, formed, reinforced and poured back with the other in-contract concrete work on Dublin Blvd. CP 220.1, for $817 represents the cost for chloritization of the domestic water lines in Building 1A. The Contract Documents only called for the new domestic water lines in Building 1B and Building 2 be chlorinated prior to occupancy not Building 1A. CP 222, for $1,712 represents the cost to repair existing irrigation laterals along the west side of Building 1A. While the Contractor was performing work to install the new irrigation main and laterals, it was discovered the existing laterals that were to be tied into the new irrigation system were damaged. This represents unforeseen conditions during install of new landscape work. CP 223.1, for $21,000 represents the costs to install additional expansion joints at various locations around the site including the front and Protectors plaza flatwork. The drawings for the plaza flatwork only showed expansion joints between vertical and horizontal surfaces but more were added due to the change in design from stamped concrete to rolled concrete. Expansion joints were added to minimize cracking and to extend the life and aesthetics of the concrete. CP 225, for $14,358 represents the cost of miscellaneous time and material (T&M) extra work performed by Sausal between October 2019 and beginning of February 2020. $8,811 represents the cost of miscellaneous work includes but is not limited to re-installing toilet partitions; demoing existing blinds; removing curtain pockets; install plywood at storefront heads; form concrete flatwork adjacent to the building; and install dome stops which is related to the structural steel repairs of Building 1A. $5,547 represents the cost of miscellaneous work to install access panels; adding door stops; installing AED cabinets; changing skylight curbs for roof crickets; installing shallower paper towel dispensers; and installing statues and plaques at the Protectors Plaza. CP 230.1, for $7,153 represents the cost to install power for the new HVAC unit ACFA’s breakroom per ASI #25. Work performed on T&M included furnishing and installed EMT, pulling wire, installing breakers, installing roof power and transformer for the new roof-mounted split-system unit for the ACFA’s training room. CP 233.5, for $61,986 represents the cost to furnish and install additional irrigation and landscaping. Extra work includes adding irrigation and planting to southeast planter area adjacent to trash enclosure, installation of jute and hydroseeding at south bioswale, installing salt and pepper rock, irrigation and planting around perimeter of Building 1A, replacement of six (6) trees on west side of Building 1, installation of additional planting in west bioswale along sloped sides and rip rap at the DI in the bioswale. The added work at both bioswales was related to            March 23, 2020 3 SWPPP concerns for erosion. All other work was requested by City to enhance or replace old onsite landscaping. CP 235, for $6,387 represents the cost to furnish and install a revised island cabinet with toe kicks in Evidence Prep 174. The workstation island in Evidence Prep was redesigned under ASI #4 to accommodate the Police Department’s operational needs. Systems N Space worked directly with the Police Department on the design. Once the island was delivered onsite, the City noticed that the cabinets on the island did not have integrated toe kicks, the lack of toe kicks can causes a tripping hazard. Per the City’s request, required sections of the island cabinets were replaced with kick toes. The cost reflects a 50% split between the City and Systems N Space. CP 236.1, for $11,801 represents the cost to form, reinforce and place curb adjacent to Building 1A where new flatwork was placed. New flatwork was poured around the east and south sides of Building 1A after demo of existing flatwork was required to accommodate structural steel repairs to exterior tube steel columns and base plates. After the flatwork was placed back, the raw edge of the existing slab that the new glazing sills were visible and looked unfinished. A curb was poured around the building to conceal the existing slab and to make the exterior concrete work more aesthetically pleasing. CP 238, for $2,065 represents the cost to furnish and install conduit for the ham radio antennas on the roof of Building 2. The Contract Documents did not show electrical work for the rooftop antenna. A 2” conduit was installed from the Data Center through the ceiling of EOC Storage Room 166 and terminated through the roof of Building 2. CP 239, for $6,193 represents the cost to demo existing conduit and install new conduit in Building 1A, which was removed to accommodate the structural steel upgrades. The existing conduit conflicted with the collector beams that needed to be installed along the east side of the building. The new conduit and wire were reinstalled after the upgrades were complete as it feed power to adjacent offices. CP 240, for $2,291 represents the cost of furnishing and installing one (1) exterior outlet in the east secured parking lot. A 2” conduit was installed, wire was pulled, and an exterior-rated double duplex outlet was installed at a single carport location. The exterior outlet was required to accommodate recharging PD’s speed feedback trailers. CP 241.1, for $16,718 represents the cost to furnish and install additional overhead power and Power Distribution Units (PDUs) in the Data Center in Building 1B. The power requirement for the network equipment being installed on each of the seven (7) racks changed from what was shown in the drawings. Additional power with different outlet types and power sources were installed overhead on each rack for added redundancy. Also, the City upgraded PDUs than were originally specified. Cost includes the material upcharge for the revised PDUs. CP 242.1, for $7,807 represents the cost to furnish and install two (2) rainwater liters to both canopies constructed for the ACFD entrances. The canopies were added by ASI #24 and the design showed a downspout at each awning. Due to the sequence of work, the downspouts were installed and connected to the existing storm drain line on T&M after the canopies were erected.            March 23, 2020 4 CP 243, for $1,411 represents the cost to raise six (6) shower heads in the men’s and women’s locker rooms in Building 2. The shower heads were installed per plan. The Police Department requested that the heads be raised to accommodate the heights of all the police staff. CP 246.1, for $2,500 represents the cost to remove and reinstall irrigation sleeves and main due to conflict with the flagpole footing in the main plaza entry. The irrigation sleeves and main were installed early in the project according to ASI #7 in order to grade and compact front plaza area. When it was time to excavate for the flagpole footing a conflict was discovered with the irrigation lines. The ASI changed to routing of the irrigation, which caused the conflict with the flagpoles. CP 247, for $1,463 represents the cost to reconnect existing unknown irrigation valves to the new irrigation system. The Contract Documents did not include this scope of work. CP 248.1, for $19,993 represents the cost of miscellaneous electrical work issued under ASI #18, which included adding power and data outlets, as well as, numerous daylight sensors and switches. The scope of work in the ASI includes but is not limited to installing ten (10) power outlets (duplex and quad), fifteen (15) data drops, deleting TV outlets in ten (10) offices, installing 30 daylight sensors and switches in Building 1B. CP 249, for $7,470 represents the cost of repairing two (2) damaged beams at one (1) carport location. The beams were damaged by a furniture delivery truck. CP 250, for $1,337 represents the cost of miscellaneous drywall repairs performed on time and material (T&M). Repair work includes patching back drywall in Building 1A that was removed to accommodate the installation of the new glazing system, as well as, patch back of drywall that was removed to accommodate ductwork for new HVAC in ACFA’s training room. Work is associated with ASI #14 and ASI #25 and structural steel repairs of Building 1A. CP 251.2, for $3,993 represents the cost of miscellaneous flooring repairs associated with ASI #14. The carpet that was removed for the new glazing system in Building 1A required patch back. Additionally, a new transition strip between the carpet and window mullion needed to be installed around the interior perimeter of the building so that a gap was not visible between the flooring and storefront. This work is related to the structural steel repairs of Building 1A. CP 252, for $212 represents the cost to patch back the ceiling grid in Room 149 and 150. Sections of the ceiling grid were removed to accommodate the wall revisions in both offices. The walls needed to move in order to achieve ADA code compliance with door swing clearances. CP 253, for $13,584 represents the cost of miscellaneous extra work on the storefront of Building 1A. The double doors on the east side of the building required a larger 10” threshold due to the transition between carpet and exterior flatwork. Metal closure strips at the exterior head were added to complete the storefront assembly, as well as, sealant at the store front head. This work is related to the structural steel repairs of Building 1A.            March 23, 2020 5 CP 254, for $700 represents the cost to install two (2) shower partitions in ACFA’s men’s and women’s restrooms. The two (2) new doors that were installed between the existing restrooms and new locker rooms where adjacent to the existing showers. This created a privacy concern that staff could be visible when using the showers. Partitions were installed to remedy this concern. CP 255, for $5,123 represents the cost of paint touch-up in Building 1A. Certain walls were opened to observe and remediate interior columns as a part of the structural upgrades to the building. After the drywall was patched back, the painter when through the building and re- painted locations that were a part of the repairs. CP 256, for $1,650 represents the cost of miscellaneous paint touch-up. The clear sealer that was used on the white plaster straw bale walls at the lobby was also applied to the white plaster seat balls. The sealer on the seat walls was not in the Contract Documents because the seat walls were changed from white concrete to white plaster. Additionally, the copper water lines in Evidence, Auto Evidence and Motorcycle Garage in Building 2 were painted to match the rest of the overhead utilities in the exposed ceiling. CP 257, for $2,335 represents the cost to furnish and install a condensate line for the new HVAC unit in ACFA’s training room. The condensate line was not shown in ASI #25 for the new split- system unit. A line was added to properly drain condensation to the sanitary sewer. CP 258, for $189 represents the cost to relocate sprinkler heads in the landscaping area to accommodate the sidewalk extension in front of Building 1A. CP 259, for $5,397 represents the cost to install power and data in modular furniture and conference room tables. Eight (8) furniture whips were provided to the City by One WorkPlace, the furniture fixture and equipment (FF&E) vendor. The connection of power and data between the building and the FF&E was not in either of the contracts. CP 260, for ($5,002) represents the credit for the glazing attic stock. The specifications called for one (1) piece of glazing in each size installed on the project be turned over to the City for attic stock. After conferring with MCE, glazing attic was not desired. The credit represents the material cost of the glazing that the contractor did not have to provide. CP 261, for $1,402 represents the cost to install interlocking function between the Sally Port doors 105A and 105B. The interlock feature allows for the staff in Records to open the first door (105A) with the pushbutton and when door (105A) closes, the second door (105B) automatically opened. This function was not included in the original design of the project. CP 262, for $1,004 represents the cost of installing an additional CCTV camera inside Room 176 which will be used by the PD for storing “high valve” evidence. This request came as PD was moving into the operational decided how to store evidence within the evidence areas. CP 263, for $1,827 represents the cost of adding an access control interface at the double doors of the main lobby in Building 1B. The interface allows an occupant to utilize the handicap operator for exiting the building after the normal business hour schedule.            CONTRACT CHANGE ORDER Date: March 18, 2020 To: Sausal Corporation AGREEMENT DATED: March 21, 2018 3550 Willow Pass Road Concord, CA 94519 Attn: Greg Gillis, Vice President Project Name: Public Safety Complex Project No. gi0116 Contract Change Order No. 021 “Final Balancing” Council Approved: No PO No. 18-00282 RFI No. ALL RFQ No. ALL Contractor’s CP No. 14.5, 188, 207.1, 210.1, 211, 220.1, 222, 223.1, 225.3, 230.1, 233.5, 235, 236.1, 238, 239, 240, 241.1, 242.1, 243, 246.1, 247, 248.1, 249, 250, 251.2, 252, 253, 254, 255, 256, 257, 258, 259, 260, 261, 262, 263, ALL Others OPR/CCD No. ALL You are hereby authorized to proceed with the following work in connection with the subject project to furnish all labor and material to complete work described by cost items listed on this Change Order. This change order is not effective until approved by the City. CI No. Description Amount 1 2 3 Compensate the Contractor for the work described in CP 14.5 for work associated with ASI #1, which added carport stalls, and for the final contract time extension. A lump sum payment of $237,500 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 188 for work associated with furnishing two (2) roof curbs for new mechanical units on the roof of Building 1B. A lump sum payment of $1,171 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 207.1 is for work associated with furnishing and installing two (2) marble door thresholds between the new ACFA men’s and women’s locker rooms and the existing restrooms. $237,500 $1,171 $1,966            4 5 6 7 8 A lump sum payment of $1,966 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 210.1 for work associated with furnishing and installing 34 Rx devices to all the doors with electrified hardware in Building 1B and Building 2. A lump sum payment of $10,679 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 211 for work associated with removing and replacing three (3) damaged flags of concrete along Dublin Blvd. A lump sum payment of $1,086 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 220.1 for work associated with the chloritization of the domestic water lines in Building 1A. A lump sum payment of $817 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 222 for work associated with repairing existing irrigation laterals along the west side of Building 1A. A lump sum payment of $1,712 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 223.1 for work associated with installing expansion joints at new perimeter curb on Building 1A, at the thickened pad in front of the existing trash enclosure and at the front plaza concrete flatwork. A lump sum payment of $21,000 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. $10,679 $1,086 $817 $1,712 $21,000            9 10 11 12 13 14 Compensate the City for the work described in CP 225.3 for work associated with miscellaneous time and material (T&M) extra work performed by Sausal. A lump sum payment of $14,358 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 230.1 for work associated with ASI #25, which added electrical work for in Building 1A to accommodate new HVAC in ACFA’s training room. A lump sum payment of $7,153 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 233.5 for work associated with furnishing and installing additional irrigation and landscaping, including but not limited to, six (6) trees on west side of Building 1B, salt and pepper rock with irrigation and planting around perimeter of Building 1, and installation of jute and hydroseeding at south bioswale. A lump sum payment of $61,986 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 235 for work associated with furnishing and installing revised island with kick toe in Evidence Prep 174. A lump sum payment of $6,387 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 236.1 for work associated with forming, reinforcing and pouring perimeter curb adjacent to Building 1A where new flatwork was placed. A lump sum payment of $11,801 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 238 for work associated with furnishing and installing conduit for ham radio antenna on the roof of Building 1B. $14,358 $7,153 $61,986 $6,387 $11,801 $2,065            15 16 17 18 19 A lump sum payment of $2,065 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 239 for work associated with removing and reinstalling electrical conduit in Building 1A that was removed to accommodate structural upgrades. A lump sum payment of $6,193 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 240 for work associated with installing 2” conduit, wire and exterior-rated double duplex outlet at one (1) carport location in secured parking lot. A lump sum payment of $2,291 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 241.1 for work associated with furnishing and installing additional overhead power in, as well as, power distribution units (PDU) in the Data Center in Building 1B. A lump sum payment of $2,196 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 242.1 for work associated with furnishing and installing rain water liters on both Building 1A canopies and connecting them to the storm drain lines. A lump sum payment of $7,807 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 243 for work associated with raising six (6) shower heads in the both the men’s and women’s locker rooms in Building 2. A lump sum payment of $1,411 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. $6,193 $2,291 $16,718 $7,807 $1,411            20 21 22 23 24 25 Compensate the Contractor for the work described in CP 24 6.1 for work associated with removing and replacing irrigation sleeves and main due to conflict with the flag pole foundation in the main plaza entry. A lump sum payment of $2,500 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 247 for work associated with reconnecting existing irrigation valves to the new irrigation system. A lump sum payment of $1,463 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 248.1 for work associated with ASI #18, which included adding power and data outlets, as well as, adding numerous daylight sensors and switches. A lump sum payment of $19,993 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 249 for work associated with repairing two (2) beams at one (1) canopy location, which were damaged during an FFE delivery. A lump sum payment of $7,470 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 250 for work associated with ASI #14 and #25, which includes drywall repair around new glazing system and ductwork for new HVAC in ACFA’s training room. A lump sum payment of $1,337 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 251.2 or work associated with patching back carpet and installing new transition strip between floor and new glazing system around perimeter of Building 1A. $2,500 $1,463 $19,993 $7,470 $1,337 $3,993            26 27 28 29 30 A lump sum payment of $3,993 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the City for the work described in CP 252 for work associated with patching ceiling grid in Room 149 and Room 150 due to adjustments made to walls in order to achieve ADA code compliance with door swing clearances. A lump sum payment of $212 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 253 for work associated with installing 10” threshold at side entry, sealant at storefront head, and metal closure strips at exterior storefront head of Building 1A. A lump sum payment of $13,584 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 254 for work associated with labor to install two (2) additional shower partitions in the existing ACFA’s men’s and women’s restrooms. A lump sum payment of $700 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 255 for work associated with providing paint touch-up in Building 1A related to required structural upgrades. A lump sum payment of $5,123 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 256 for work associated with installing clear sealer on white plaster seat walls in plaza entry and to paint overhead copper water lines in Evidence, Auto Evidence and Motorcycle garage in Building 2. A lump sum payment of $1,650 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. $212 $13,584 $700 $5,123 $1,650            31 32 33 34 35 36 Compensate the Contractor for the work described in CP 2 57 for work associated with furnishing and installing condensate line for new split- system HVAC unit in ACFA’s training room. A lump sum payment of $2,335 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 258 for work associated with relocating sprinkler heads in landscaping to accommodate sidewalk extension in front of Building 1A. A lump sum payment of $189 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 259 for work associated with installing eight (8) furniture whips for power and data connection in modular furniture, as well as, dressing in patch cords for conference room tables. A lump sum payment of $5,397 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the City for the deleted work described in CP 260 associated with removing the turnover of glazing attic stock from the contract. A lump sum credit of ($5,002) will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 261 for work associated with adding an interlock feature for the pushbuttons that control sallyport doors 105A and 105B. A lump sum payment of $1,402 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 262 for work associated with installing an additional camera outside of Door 176 per Police Department’s request. $2,335 $189 $5,397 ($5,002) $1,402 $1,004            37 38 A lump sum payment of $1,004 will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. Compensate the Contractor for the work described in CP 263 for work associated with adding an alarm interface at the double doors of the main lobby in Building 1B. A lump sum payment of $1,827will be made as full compensation, including all mark-ups, for the work included in the above referenced cost proposal. The City and Contractor intend that this Final Change Order shall settle and forever resolve in full (i) the Contractor's Time and Delay Claim, (ii) all Subcontractor Claims, (iii) all Unpaid Extra Work and Adjustments of Compensations Claim, and, (iv) any other Claim or claim that Contractor has had, now has, or may have in the future. 1. The City and Contractor agree that: a. This payment amount constitutes full and complete compensation to Contractor (and all of its subcontractors and suppliers) for any and all of its costs, claimed or otherwise arising out of or related to the Project, including but not limited to direct costs, adjustments per pervious CCO’s, extended field and home office overhead costs, and all markups. b. This Final Change Order will increase the Contract Price to the sum of $18,612,407, which sum includes all previously executed change orders. c. The Contract Price is adjusted as stated in this Paragraph 1 and no further adjustment by reason of the change(s) provided herein shall be made. 2.Resolution of All of Contractor’s Known and Unknown Claims. This Final Change Order shall fully and finally resolve any and all of Contractor’s claims arising out of or related to the Project, including any and all claims (whether known or unknown) that Contractor’s subcontractors (of any tier) or suppliers have. a. This Final Change Order shall, among other things, fully and completely resolve all Contractor’s CORs, PCOs, RFIs, RFQs all claims for extra work on a time and material basis, and punch list. $1,827            b.Payment of the Final Change Order Amount stated in paragraph 1 above shall constitute full settlement and final release of all claims by the contractor and its subcontractors and suppliers, including but not necessarily limited to past, present and future notices of potential claims, potential claims and Claims filed under this contract. 3.Time for Completion of the Work . Contractor and City agree that the Time for Completion stated in the Contract Documents shall be revised to be February 22, 2020. 4.Completion of the Work. Contractor shall fully complete the following, either directly or through its subcontractors and suppliers: a. The payment made under this Final Change Order shall include full compensation to the Contractor, including all markups, overhead, and time, and shall fully compensate Contractor for all outstanding cost issues. b. Contractor shall complete all punch list items by March 31, 2020, and the compensation paid under this Final Change Order and the Contract shall fully compensate Contractor for that work. c. The warranty period shall commence once all contract items are received by the City and the project can be scheduled for acceptance by the City council. Warranty and maintenance by Contractor against defects shall be for a period of one year or as noted in applicable provisions of the Contract Document. 5.Nature of Change Order. It is understood and agreed that this Final Change Order is made in compromise of disputed claims and that this Final Change Order will not be construed as an admission o r concession of liability by either the City or Contractor. 6. Contractor acknowledges and hereby agrees that there are no known unresolved or outstanding claims in dispute against City arising from the Contract. It is the intention of the parties in executing this Agreement and Release that this Agreement and Release shall be effective as a full, final and general release of all claims, demands, actions, causes of action, obligations, costs, expenses, damages, losses and liabilities of Contractor against City, and all if its agents, employees, consultants, inspectors, representatives, assignees and transferees. Nothing in this            Agreement and Release shall limit or modify Contractor’s continuing obligations described in the Contract Documents 7. Attached is Document 00 65 00 “Agreement and Release of Any and All Claims” for the project Total Amount of this Change Order: $479,278 Original Contract Amount: $15,283,400.00 Change by Previous Change Order(s): $ 2,849,729.00 Contract Price Prior to this Change Order: $18,133,129.00 Current Change Order Amount: $ 479,278.00 New Contract Amount including This Change Order: $18,612,407.00 INCREASE IN CONTRACT TIME: 25 days            Upon execution by representatives authorized to bind the parties, this Change Order will become a part of the contract. The consideration specified in this Change Order (whether an adjustment of the contract price, an adjustment of time, and/or other consideration) is the full and sole compensation owed to the contractor as a result of the changes and issues described in this Change Order. Such consideration includes, but is not limited to, any and all direct and indirect costs incurred by the contractor as a result of the changes and issues described in this Change Order for any labor, equipment, materials, overhead (additional, extended, field and home office), profit, or time adjustments. By signing this Change Order the contractor waives and releases the owner from any and all claims for additional compensation concerning any of the changes and issues specified in this Change Order. The undersigned, being the ________________________________ (Title) of the Contractor, by signing this Changer Order declares under penalty of perjury under the laws of the State of California, and does personally certify and attest that: the undersigned has thoroughly reviewed the attached request for change order and knows its contents, and said request for change order is made in good faith; that it is supported by truthful and accurate data; that the amount requested and the additional time requested accurately reflect the allowable expenses that would be incurred, and the time necessary, to perform the change order; and further, that the undersigned is familiar with California Penal Code Section 72 and California Government Code Section 12650 et seq., pertaining to false claims, and further knows and understands that the submission or certification of a false claim may lead to fines, imprisonment, or other severe legal consequences. Accepted By: Date: Sausal Corporation Print Name City Project Manager: initial City Approval: Date: Linda Smith City Manager 7JDF1SFTJEFOU (SFH(JMMJT