Loading...
HomeMy WebLinkAbout7.3 BART Corridor Strescape~~~~~ -~-~ 1 \~:~ CITY CLERK File # ^~~^-~~ AGENDA STATEMENT CITY COUNCIL MEETING DATE: October 6, 2009 SUBJECT: Presentation Regarding Project Progress and Approval of Additional Streetscape Enhancements and Subsequent Contract Change Orders No. 1 Through 5 For The East And West Dublin BART Corridor Enhancements Project Report Prepared by: Ferd Del Rosario, Senior Civil Engineer ~~ ATTACHMENTS: 1) Graphic Presentation of Proposed Additional Streetscape Enhancements 2) Contract Change Orders No. 1 through 5 together with Change Order Summary 3) Resolution Authorizing The City Manager Or Her Designee To Approve Subsequent Change Orders Based On The Appropriated Funds Designated For CIP No. 960012 Up To The Remaining Contingency Amount Of $353,989 RECOMMENDATION: 1) Receive presentation; 2) Approve the inclusion of additional streetscape enhancements to City Contract No. 08-18, East and West Dublin BART Corridor Enhancements; 3) Approve Project Contract Change Orders No. 1 through 5 in the amounts of $124,864.20, $167,148.02, $19,081.63, $20,500.00 and $82,360.44 respectively; and 4) Adopt the Resolution Authorizing The City Manager Or Her Designee To Approve Subsequent Change Orders Based On The Appropriated Funds Designated For CIP No. 960012 Up To The Remaining Contingency Amount Of $353,989 FINANCIAL STATEMENT: The Fiscal Year 2009-2010 appropriations for the East and West BART Corridor Enhancements Project, total $3,083,771. The budget allocated for the Improvements is $2,887,574. The bid, as awarded for construction, was lower than the total construction ------------------------------------------------------------------------------------------------------------- COPY TO: Suarez and Munoz Construction Page 1 of 3 ITEM NO. ~• J G:\CIP\BART CORRIDOR ENHANCEMENTS1Construction\Agst Approval of Addtl Enhancements & CCO 9.15-09 Rev l.doc \ ~' budget. This provides an opportunity to consider additional enhancements, which can be funded within the funds (Federal Grants and Gas Tax) available for construction. The following is a summary of the costs: Construction Budget (CIP# 960012): $2,887,574 LESS: Construction Contract (2,119,630) 15% Contingency On Base Contract ( 317,944 ) Funds available for enhancements: $ 450,000 Proposed Contract Change Orders: $ 413,954.29 Balance To Be Appropriated as additional contingency: $36,045.71 DESCRIPTION: On May 19, 2009, the City Council awarded the bid for the East and West Dublin BART Corridor Enhancements project to the lowest responsible bidder, Suarez and Munoz Construction. Since the low bid was significantly less than the grant amount, Staff indicated to the City Council that additional enhancements would be pursued to fully utilize Federal monies available for construction. The contractor started work in June 2009 and the project is currently about 25% complete. Contract work has started at the Dublin Boulevard/Donlon Way intersection fronting the Historic Park and at the Gateway Structure site next to the Dublin Boulevard/Dougherty Road intersection. The Contractor has paved the bike path along the north side of Dublin Boulevard between the Iron Horse Parkway and Sybase Drive and constructed the pedestrian ramps at corners of side streets and commercial driveways intersecting Dublin Boulevard. Staff will present slides on the progress of the project and the proposed Change Order items (Attachment 1). With regards to the additional streetscape enhancements, the City consultant has designed the additional enhancements and the Contractor has provided a cost proposal for each of these items as contained in Change Orders No. 1 through 5 (Attachment 2): 1. Wayfinding Signs (Contract Change Order No. 1): These signs will help orient motorists and pedestrians to public facilities located on Dublin Boulevard including the Civic Center, Library, Police Services, Heritage Center, Historic Park, Downtown, and the East and West BART Stations. The proposed signs, which match the Identity Markers to be placed in the median of Dublin Boulevard, will be placed for the most part in the sidewalk area. A total of 15 signs are being proposed for installation. Construction cost: $124,864.20 2. Eternal Ribbon Gateway Structure (Contract Change Order No. 2): The structural members of the Eternal Ribbon (as currently proposed) are comprised of painted carbon steel that will require repainting and maintenance of the cathodic protection system to hold back metal corrosion. The use of stainless steel (in lieu of carbon steel) will eliminate the need to paint the support structure and do away with a cathodic protection system, as stainless steel does not rust. Staff s estimate of annualized maintenance cost savings would be $6,000 if stainless steel is used in lieu Page 2 of 3 of carbon steel. Cost of using stainless steel in lieu of carbon steel: $167,148.02 3. Modular Newsracks (Contract Change Order No. 3): The installation of modular newsracks is being proposed at four locations to consolidate individual newsracks into one newsrack and remove visual clutter from the streetscape. However, in order to require individual newsrack users to utilize the modular newsrack, a City Ordinance requiring the mandatory use of these modular racks must be passed by the City Council. Staff will bring back the proposed newsrack ordinance for Council consideration prior to installation of the newsracks. Cost to install four modular newsracks: $19,081.63 4. City Monument Sign at Hacienda Drive (Contract Change Order No. 4): This 8-foot wide City Monument Sign will be installed as part of the project since the private development required to install the sign has been delayed. Cost to install the City Monument sign: $20,500.00 5. Decorative Median Railings (Contract Change Order No. 5): The existing median rails with non-descript grid design in the medians of San Ramon Road, Dougherty Road, Hacienda Drive and Tassajara Road will be replaced with ashamrock-shaped cutout design similar to the bridge rail design. cost to replace 23 median railings: $82,360.44 The total cost of these five change orders is $413,954.29. If the change orders are approved, the remaining contingency would be the balance of the funds available for enhancements ($36,045) plus the original 15% contingency on base contract ($317,944) which equals $353,989. The current policy on approval of change orders of projects over $500,000 requires City Council approval of all change orders exceeding a cumulative increase of 5% of the contract cost. The cost of the five change orders is approximately 19.5% of the contract cost; thus, any subsequent change orders (large or small amount) for the East and West BART Corridor Enhancement Project must be approved by the City Council. To facilitate the approval of contract change orders and to avoid construction delay, it is requested that the City Manager be authorized to approve future change orders based on the appropriated construction funds for CIP 960012 up to the remaining contingency amount of $353,989. The Resolution (Attachment 3) will authorize this change as it relates to this Project. If the City Council approves the extra work, an additiona123 working days will be added to the contract to accommodate the work. The new target completion date would be March 5, 2010. RECOMMENDATION: Staff recommends that the City Council 1) Receive presentation; 2) Approve the inclusion of additional streetscape enhancements to City Contract No. 08-18, East and West Dublin BART Corridor Enhancements; 3) Approve Contract Change Orders No. 1 through 5 in the amounts of $124,864.20, $167,148.02, $19,081.63, $20,500.00 and $82,360.44 respectively; and 4) Adopt the Resolution Authorizing The City Manager Or Her Designee To Approve Subsequent Change Orders Based On The Appropriated Funds Designated For CIP No. 960012 Up To The Remaining Contingency Amount Of $353,989. Page 3 of 3 -~3$ U N ..__, O ^L I..L ~--~ U C (~ C W L O L L U ~~ LL ~Q W '~~ ^vI W ca W c 0 L ~1~+ O ^ ~,~w) O O L 0. U O U ~+ U O a~ ^L I..L Q Q w~I/ Yr O O N CO L 0 U 0 ATTACHMEN !• a ~ ~n ~`T ^ ~Q .~ ~s p M oY_ Y C a '~E H ___ 3 ~ 3g ~ ^~ V J c co ,;R ~i `` viii".-:, f 3 ,.. ~ .:"a ~` ~~ e~ is c~ s ~. 7.z `d`t" k~~ ~_ ~, ~< ~~ {~ ~~ ~~"~~ ,~:, z~ ~ s* `~'' '' ~ : „ z' ,,, . :>.; ,~~ ~*; ,~. r ~ ~ - ~ ~ :~ ~. - -~- -- ~; ' , ~' ~; ~;°°~~ ` a ,„ a x-$ ~ ~~ . a ~ . ~ ~~ '~#l~~~~,~ ~ ~ V I Si ~~ys ~/~~() V rf ~~ . Yt N ~ ~t" ~n~ S~ ~~~C 3~ tl i O ..:.4 ~ ~\i ~ ~ ) ri 8, ~. c j. rY? L ~ ~ W ~`£ L 0 ~ ~~ ~ `~ 1--- ~, a' n_1 W . n , ~ ~ v / ~~ r F //~, • ~ ~ y rc~ b ~ ~' x ~ 4 ~ w F^ 6~3~ ~ ~ 3~ U Q L ~ MM M j V s J ~ ~ ~ ~ I..L D c ~ c ~ o D o o ' c~ ~ o o o m 0 0 _ ~ ~ C~ ~ > ~ `~ _ `~ ~ o ~ o ~ o o o o o o V p Cn N Z ~ Z ~ (n N J ~ ~ ~ ~ Z • ~ --. n ~i WW ,_ +' "6 ` . . :,. ~ .. ,.. ~ -.i < .a '+,t't -•~,: ..~.~ ~ ~~._.. ~ -- au;x,P -'.^u..... ar~ ~ 'Y ~' ,:~.a .,t ~ ~ H r , ~ ~ ~~ i ,, ^~ ,. t ~,~~ ~;. ~ ~. ~. ~. g t ~S h b ? ~ k w h~ R P 9~, t tr ~'w+ ~ ' : N+ q . . . f • ~.. ' C !~ ~ a h~ ~ F1 4 ~ ~ •no .1~ ~5~.. .:: r ~ ` ~~ 5 M1^k ~q~ A ~~! ~~R dpi ..- d ~S ~ V gtg Zf I ~.::~~~ ""'v""~o- _, 'r- W' .. ' . 'rn __„~, I~~ 3g C6 ~_ ~--+ 4) O E ~~ ~~~ `~~ .L 0 ~_ ~U (~ (a C N C O C W ~_ U c Q U ~~ a a ~ .E ~ a C ~ x ~ s p R e., ~E E ~ n c Lp m ~ i .m ~ a ~~ ~a .~ I..L ~_ W _~ -~--+ L U II ~38 V M~ C 1}. O ~ W Q _ O ~ /1 ~ 4- W _ p }~ O O ~ ~ ~-' O O ^ '' vTJe ~~V// LL. ~~// LJ~ ~ (n ~ ~ ~ ~ ~ O ' ^ v JQ ~ •V 2 ~~,//O ~" LL f LVL . ~ ~ J ~ ~ i ~ la ~ 31 CITY OF DUBLIN 100 Civlc Plaza Dublin, CA 94568 ORDER NO. 1 DATE Se . 18, 2009 CONTRACT CHANGE ORDER STATE California CONTRACT FOR: Dublin East 8: West BART Corridor Enhancement COUNTY CONTRACT NO: 08-18 CIP # 96011 Alameda OWNER: City of Dublin CONTRACTOR: Suarez and Munoz Construction, Inc. CURRENT CONTRACT PRICE: $ 2,119,630 CURRENT CONTRACT TIME OF COMPLETION: 150 Working days CURRENT NO. WORKING DAYS 150 Days TO: Suarez and Munoz Construction, lnc. (Contractor) .._ __ ___ ~___~.. ___..__a_.t a.....1.. ...:aL. aL.w R..11.....:......{.....nen F.n.v. M +hn rnn+rnr+ nhnc cnGritlr9tlnnc nr nthPr rllrltfaf`t r~nrllTPntR' Description of Changes Su lemental Plans and S ecifications Attached DECREASE in Contract Price INCREASE In Contract Price (1) Install 15 wayfinding signs including foundation as shown on the attached drawings. A reed-U on Fixed Price $ 124,864.20 TOTALS $ 0.00 $ 124,864.20 NET CHANGE IN CONTRACT PRICE $124,864.20 JUSTIFICATION: This change order is being requested by the City to add the instaiiation of ritteen wayfinding signs to the construction contract. The amount of the Contract will be Increased By The Sum OF: $ 124,864.20 The Contract Total Including this and previous Change Orders Will Be: $ 2,244,494.20 G:\CIl'\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO OOl.doc ATTACHMENT 2• ~3~38 The Contract Period Provided for Completion Will Be Increased: 13 Working 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 alt 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 tO~Cti? (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. Requested 1~~=~Owr~'er) (Date) Recommended ~/~' ~' ~ ( net's Architect/Engineer) p (Dat Accepted ~ %/3/~~ Contractor D td e ( ) ( ) Approved by Agency (Name and Title) (Date) 925984 G:\CIP\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO OOl.doc l~ ~38 S~[arez 8~ Munoz Construction, Inc. General Engineering and Landscape Can#ractars 20975 Cabot Blvd., 1-layward, CA X4545-1 ~ 55 Lic. No. 873996, Class A, B, C8, C27 (510} y82=6065 (51 Q} 782-6Q78 FAX P~C~ #9R Qate: September 17~ 20d9 Project: East& West Dublin BART Corridor Enhancements Change Way-,finding signs Qescription_: To: City of Dublin Aftn° Frank Navarro Fax:. via email Item No Description. QuantEtjr Units Unit Prig Extensifln 1 Arrpw Sign -Way-finding si' ns 15 EA, $! 6,~52A0 .. $ .........96;780.00 I 2 Core drill f :Construct Base to support si ns 15 LS :$! 850:0©. $ 12,750.00 Subtotal. $ ~ 09;530:D0 1%o Sonde $ 1,095..30 13°fa Mark-up ~ 44,238.90 Totaf $ 124,864.2lf $chedute Impact; TB;D Exclusions If ydu have any questia~ns or need any #urther information please give me a call at (510} 782-6065. Thank you, >Suahvi~ 8C ~i~CVn ~'~c6fiir~te~.c~%rv, ~rtcr. Ld SUare I5 ~ 3~ ~at~ttltllt4'.~4C~~ItOCt4F>K;., •~~O[~C{OM ' _ ~Z4! ~It~k~65~ ... .. .1a#l:4bth die,:. • ~ ~t33 Bortli'Ad~.Att Roud . Y0286'Saath;Yefmanfi Avw.#24~ " t2ekdga~ CA-?dSDi .:: , ~. Slockicri, CA 25215 .. T,arrence; CA 905fl't t'iwne ~14.533.Jb4$ ;'P6one 2.09.93'1 5522.:..., PfioQd~10.b3RFd6E kh~c 5f4 533.481:5.' faz:2A7,931 x$49 F:ax 31Q.b30.FS4T September. l"6, 20Q9 Eduardo Suarez '. Sui~re~ & Munoz: Gat~s~ruGtio>n,~ Xn+~ ~~~5 C2b:.ot $ouidw!arcl - , ~. Hayward; 620. 9455-} IBS'; -. .: . . _ , ... Dear a/d; . . ~r yQVr regycst,'v~!e have:reuised tie priccng for th+~ Wa~~fIt~ding:sag~ge and 5eetional Median ~itaif-~ngasdi~n~sed.'fherawisions_~areasfofloWS: ~ ~ ~-~- o Reducing the size to il'-0" ~t the wayfritiing stgtis. 0 3M r+~ftective white vinyl letters instead of p~tintet~ aer3rla ~~Os,(#~a#-~sut-out): o Five directionaF panels instead ofsix on the wuyfnt~ing:signs. a Ra~ited-oxit clover rriotifanthe way~nding s>;gnsand median iailiitg us. water jet. Also, this-quote assumes removal of existing median railing, sita-preparatian of concrete pilasters; foo"tingsand s}eeues by others: _ VYay >iittding Signi ' Manufadtu're and,znstal! fr€teeu tlS) stngl~'~faced non i1I~ltnnated Wayfinding direcEiona} si~tts. t?A~I ;! l'-i)". Gapy to be f surf~e ref(eotive vinyl. l finishes a:rtrl r•~utec--0ut clover patterns sa rriateh,:a~erall ptogfant; $G,452.00 each Mediae Ra.littg ,lVXotif (Secttoria!) .. :. ::. °Mi}nufeettire-ahd instal} tw~ri~?-t~xee (~~ T&" seetuns~#'.non illttriainated medtan'railing t'a-he 'mount~cl'b~tvveen erxistirig p~la5t~Y;~:~?~~tishas and rated-out'~a(tems to matcl} au~t~atl program,. °$2~79Q:QO, per seeeiori - . _~ Nete: Cast~basect a~.a3~airt;im~r circler of 23 sections. ~ , .; Thank you:agaln-and~we look forward to:assistingyou wthany ad$itional pcici~rg or information: hest regards, - ' Tim .Sa2trau _ ' . ..: • ; , .,, ,. :::IaIsFCO.4sgna :. ,. .: , .: ._... . A;rmw Sign Company wvymr arrovrsfyncomyrasY~tipm' .:;' ' Sfate Conttacfor~ Lttpoct,• U Iid744``Hl'Ya792,.N,Y;53414- ` ' . '- Y O C m ~ N d Qe 01 d m ~ O ,Q nv x ac ac U U U_ r i t ~ ~ ~ 0 u m 3 w .~ a b' ti- N X E ~ 0 d U W m a~ ~ E 3 a, ~ E x m ,,.. o c m ~ .c o ~ ~E ~ ~° c 0 m m c °m `~ w h a ~° _ w '~ ai a 3 ~ ~ m v 2j ~~ a-. I I i t- i~ ~ i ~ CITY OF DUBLIN 100 Civic Plaza ORDER N0.2 Dublin, CA 94568 DATE Se . 18, 2009 CONTRACT CHANGE ORDER STATE California CONTRACT FOR: Dublin East 8~ West BART Corcidor Enhancement COUNTY CONTRACT NO: 08-18 CIP # 96011 _ Alameda OWNER: City of Dublin CONTRACTOR: Suarez and Munoz Construction, Inc. CURRENT CONTRACT PRICE: $ 2,119,630 CURRENT CONTRACT TIME OF COMPLETION: 150 Working days CURRENT NO. WORKING DAYS 163 Days TO: Suarez and Munoz Construction, Inc. (Contractor) .. ... .. .. _. ~.__ _~_____ ~_~ a.. a~.........~..,..F nhnc cnucifiratinns nr other contract documents: You are nereD re uestieu w w~u i mug uio ~..~~.+...~ . ..............-...._ ...- --.._._- _-- - . Description of Changes Su lemental Plans and S ecifications Attached DECREASE in Contract Price INCREASE In Contract Price (1) Change the pipe material of the.Etemal Ribbon Gateway Structure from standard carbon steel to stainless steel, and delete painting requirement of the structure as shown on the attached drawings. A reed-U on Fixed Price 177,148.02 (2) Delete Cathodic Protection System bid Item (Bid Item #36) $10,000 TOTALS $ 10,000 $ 177,148.02 NET CHANGE IN CONTRACT PRICE $167,148.02 JUSTIFICATION: This change order is being requested by the City to change the material or the Gateway Structure from carbon steel to stainless steel. The amount of the Contract will be Increased By The Sum Of: The Contract Total Including this and previous Change Orders Will Be: $ 167,148.02 $ 2,411,642.22 G:\CIP\BART CORRIDOR ENHANCEMENTS1Change OrderslCCO 002.doc ~J l~ ~ The Contract Period Provided for Completion Will Be Increased: 10 Working 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 ~ ,~,~~i /Jf.~'l (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. Requested (Own (Date) v "~ Recommended /~3/~ wnets Architect/Engineer) (Date) Accepted / ~/3/Uf (Contractor) (Da e) Approved by Agency (Name and Title) (Date) 925984 G:\CIP\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO 002.doc l~ 3~ Suarez & Munoz Construction, Inc. ~ General Engineering and Landscape Contractors 20975 Cabot Blvd., Hayward, CA 94545-1155 Lic. No. 873996, Class A, B, C8, C27 S ~ ~ (510j 782-6065 510 782-6078 FAX PCO #5R Date: August 13, 2009 Project: East & West Dublin BART Corridor Enhancements Change Gateway steel structure to stainless steel Description.: To: City of Dublin Fax: via email Attn: Frank Navarro Item No Description Quanti Units Unit Price Extension 1 Ogletree -Change structure from steel to stainless steel Refer to attached breakdown 1 LS $ 155,393.00 $ 155,393.00 1 % Bond $ 1,553.93 13% Mark-up $ 20,201.09 Sub-total $ 177,148.02 2 Delete bid item #36, Cathodic protection system 1 LS ($10,000.00) ($10,000.00) Total $ 167,148.02 Schedule Impact: TBD Clarifications: If you have any questions or need any further information please give me a call at (510) 782-6065. Thank you, 7 ~~~~ ~arv~/>.uc~iam, ~na. ,gua/ia~. 8C ~ , Ed Suarez ~° °~{ `38 A:u;~ust 5"'' 2009 Prep ~hat~~e Order l~esigt R~vsicin A:ttn; Ed. Suarez Suarez & Vfunoz Constxuetou .: Re Dublin Gate~yay Ste~T Pipe h Proposed cbanges~to subcontractSCOpe: ($3' 63) credit I) Deletes#~t:}ipe~~natet~al .,: .:... ~ .>. ..,.,: ....... 0,7 ~~ Delete pa~zlt systet~ (~nelucles skipping to & from painters) ... ; . ($22,425} credit= 3~ Addl~cliange,PtPe in~teratl: tici stanle~~ sf~el ~standard._mill finish).... _...,..... $2.08;581 add lei add this chazi~e C~ncfuclingyall',a~licat~le sales taxed _ ................. $1:55,393.i1a. Notes: Tj Standard Conditions and Exclusiorfs per original contractappiy; ~~~~ ~~tar~.~a~ $1ss,3~.o0 $incerety, ©~LE',I'REE'S, ~kG ,; NF,IL ~YANDER Project lyfanagez` /Estimator E-Mai! neilvv~a)o~letreec~orp.cam t~CG'EP`I'ED SY': i7ATE: 935 T~`ints a Avenue • : ffele~9, Cali~arnPa 9574 • ~kone (707) 963-353'7 • Faai'(707) 963-8217 g Gont=actor''s T.~ense #90903:2 ~. . IyP. I tyP. retaining wall per 14/C-5501 ~-=[~l ~lf~-e vita f/mar ~ 4 V S~AGTli r2 ~o le S~ee~ n. ~ surface of earth 5 !N SS / mound beyantl ~ ~\ \ retaining wall ~~ \ 11 ~ ~ beyond .--~ _ _ __ ~ \ I encase Steel baseTrt--~ I I S.L.A. ~ _ ~ = ,.r i y-~ ~ .' / concrete after final steel ~ t ~ placement, provide 2"min. te -- # ~cover to all steel .r -..------r.~Gi clea ~? --- , ~ ~~ r ~ __ ~ ~ -~~~~ SS o~ , ~- i -~~- - I o ~ x;13 _:. .., .~ .~ ,~, ..:,_,-- ~ ~ r l ... . ~ - i ~ ,~ ~-5502 _--- high-stre glh non snr nk ~ L tYP~ _ ~ I I ' ~ ~. ~ 9r t oeC 2" maz ~ ~ ~ 'l ~ I •~ - ~dl .-- _ ~~'. - il- ~ I - - -_ ~ s ~-- _ _ - ok anchor bolts t i - - ! bottom layer of rein(. ~ #7 12" O.C. ~ see Plan - i T , E. W. - compacted fill per geolech recommendation `- hook wall dowels into /- bottom mat of footing ~1 / ~ ^ ~(J G ~ ~ ~ ~ G !!! `(/ r~ ~ ~ I Notes: 1. Prior to backfillin ,all bebw grade steel shall be epoxy coatetl, per specifications. . The Con rac or s a umrs an i s a a is protection system for all below grade structural steel. The design of Mis em and supervision of i ~ tallation sh I National Association of Corrosion En ineers NACE certified professional. See spec cations for additional info. el 3. See 12/S or ad81 clarification. R 4. See gectechnical report for overexcavadon and recompacticn requirements below afid around footings. _- miezae _.__.--_ ~ 1 __ __-___ _ __- CON A B o s• +^ r t_1-tJ ~` ~ ~ ~' . ~^ ~ ti chord ~ 1 members ~ ~ \~ 2 i~` C-S5. '~, c- s.z / \ ~ S.S, perforated metal skin ------- _ crass brace -~~ 4 ME ~ \ ~``~ -_ - ,C ti-.:i f / j ~~% ~V ' ~,.' M / ~~ /~ 7 ,~. 1 ~ /.;' t ~, + ~ i _'~~_' - - ~ ,1/.: 6 AXON-SKIN ATTA CITY OF DUBLIN 100 Civic Plaza Dublin, CA 94568 CONTRACT CHANGE ORDER ~~~ ORDER NO. 3 DATE; STATE CONTRACT FOR: Dublin East & West.BART Corridor Enhancement I COUNTY CONTRACT NO 08 18 (CIP # 96011) Alameda OWNER: City of Dublin CONTRACTOR: Suarez and Munoz Construction, Inc. CURRENT CONTRACT PRICE: $ 2,119,630 CURRENT CONTRACT TIME OF COMPLETION: 150 Working days CURRENT NO. WORKING DAYS 173 Days TO: Suarez arid Munoz Construction, Inc. (Contractor) ... .. _ .. -- ~_-- '- "- -_-'--~ -~ ...... ........a..~rinnc n~ nrher enntrar} tlnruments~ TOU are nereo re uestcu w wm i vnu~ u~c ~..~.~..... ........ ............_ ...- ---.°_-- ._ --. - Description of Changes Su lemental Plans and S ecifications Attached DECREASE in Contract Price INCREASE In Contract Price (1) Install 4 Newsracks per attached drawings. A reed-U on Fixed Price $19,081.63 TOTALS $ 19,081.63 NET CHANGE IN CONTRACT PRICE $19,081.63 JUSTIFICA71ON: This change order is being requested by the City to add the installation of four newsracks to the construction contract.. The amount of the Contract will be Increased By The Sum Of: $ 19,081.63 The Contrail Total Including this and previous Change Orders Wi(I Be: $ 2,430,723.85 G:\CII'1BART CORRIDOR ENHANCEMENTS\Change Orders\CCO 003.doc a3 ~3$ The Contract Period Provided for Completion Will Be Increased: 0 Working 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 ~/`~.l/~E'~T (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. Requested Recomme Accepted Approved by Agency 925984 (Name and Title) (Date) g 9/z 3 D/ (Date g~ ~ ~~ (D e) (Date) G:\CIP\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO 003.doc Suarez & Munoz Construction, Inc. General Engineering and Landscape Contractors 20975 Cabot Blvd., Hayward, CA 94545-1155 Lic. No. 873996, Class A, B, C8, C27 S ~ ~ (510) 782-6065 (510) 782-6078 FAX PCO #10 Date: September 4, 2009 Project: East & West Dublin BART Corridor Enhancements Change Newsracks Description.: To: City of Dublin Attn: Frank Navarro Fax: via email Item 4 ea Show-rack Newsracks 1 per City sketch 2~Installation of Newsracks Schedule Impact: TBD Exclusions Additional Concrete Paving; R&R concrete Units Unit Price Extension a~ 1 ~LS ~ $ _12,738.27 ~ $ 12,738.27 4 EA $ 1,000.00 $ 4,000.00 Subtotal $ 16,738.27 1 % Bond $ 167.38 13% Mark-up $ 2,175.98 Total $ 19,081.63 If you have any questions or need any further information please give me a call at (510) 782-6065. Thank you, r~ ,~ua~ei~, & ~~una~ ~'~n,5~%ucctian~, ~~. Ed Suarez a5 ,~ , ~~ W O a W ~ /~ V Z w / ^^ v+ w U N N ~ J y y= ~. oN Cl Q ~ p ~ Udn y L ~ V I ~aQ L Q ~ (n N ~ ~ 07 ~ ~ ~ N ~ N ~ r r fA ~ X ~ ~ m ~ ~ U o~~ a c N ~ ~ ~ O ~ ~ '^ V J `m ~ o cv n .~ c W ~ ~ iii i ill i i~~ Q! ~Q'I Z! ;W' >' !~ ~I iH > ~~: 0) Q ~ i ~ D U: 0 a ~ W ~ p I z n°. ~ 0000 ONOO 0000 00000 or~o: -O'N;p r. N ~O~N hONM :MO;O! M C . J d: N N N C~ 00 M ~t ~~ M'~'~ ' ~ a ~ . ~~ N ~ ma'r O ' - N - . H 0 EA ~ ~ : :b9j69 r ~. ~ ~ L ~ H m _ --- --~- ---- ~----- - a 0000 0000 't6 Q ~ tnMOO to MAO , ~ ~ ~ ~ rn ~O O O N ~00 (OO - i~o i IF- _ 0) COM~r- ER 69 fA ER COM~c ffl Efl EA E+9 ISO; ~ ~ V I ! 7 ~ ; ! N d ~ ~ o ~ , __ ---- --_ _.I _ _ _ __ V ~'NN _ COCONd .... ~ O ~ m N N f0 Y ~ ~ ~ N ~ o y ~ 3 3 x ~ =Y ~ C b ~ O Z O N ~ ~ ~oY w 2 ~_ U 'S = N N W °1f W °~ W 2 = 0 ~ i p `/ O ~ ~ ~ ~ ~ I 2 Z H ~ H ~ d ~ ~ Y N ~ Y N :U ~ Z~ U~ J ~ Y~ J~ ~ d U~Q ~ Utr Q ~ ~ ~ZW~'~ ~Z}W W ~ d p 0^~ ~ p O~ p ~ y '~ (n o ~- F- m cA 0 -- ~- m C -3p '; rno~~~W rn~~~ W C~ U N' I ~j I _~ g~ I ~~ • N N: fS3 iq ! U ~ =% 'm m ~ ':° E LL- E U W 0 U i i N~ I a~ ~ O~ ~'C' J I I (0 ~ o~ ~' _N • tC ~. _ i I ` ' ~ to O N ~ c U Q U N a E U ~g S a` Q E U v z E v v y a ~ ~ ~ W (~ Q y Q 0 C y ,c L a C ~6 F~- T C O N ~I U .. .. a~,~ 3g Y ~ ~ U00 ~ J 0 ~ U ~ ~ O ~ ~ ~ W ~ ~ Op p~JO W W ~ Q ~ I- ~ O ~ p Q~ tnWp ~ DO ~ ~ ~- W Y = wO,~U~ OQI~- ~OOg~ N~cn OUpQ~ O ~- ^ -~ = z W~a ?~~u~0 ~Qm UU ~ W 2p Z 7 O W' /~ v, m ~ W ~ ~ ~ O _ ~ W ~ N v! ~/ i~ ~ ~ ~ J U W w o z LL W C N f- Z i U N ~ o O is 0 m Q = ~ p ~ Z z o ao ~ r /11 LJ ~ ~ 0 ~ ~ _ O ~t Z ~ U I- ~ W ~ ~ m U N Q ~ c cn °• W ¢ ~ ¢ o U~ z~o # = ~ ~ o >> w i Q ~ ~ U a o O - ~ ~ Z ~ Y~ ~- ^ VJ W W 0= ~ U O WY F-~ m V a a ~ H O K ~ LLw ^~ ~ Z O W ~V OZ U'= U ~ Z . O Y S J ~ ~ v Zmvl } F ° ~ W o a =~ ~~~ o ~ Z ~ $ n a - Wz r~~ ~ = ag V. Z ~ otS ~ LL O p ~ N } K ~~ ~~ (] ~ OO ~ W ~w ~~ m0 2 y ~ cA O Z H NCO W ~ a Q m Y p U ~ U~ Z q O L.L. ~ Q ~ J Z O ~Owtn ~aw~~0 WO~UDJ C~Z~~wO c O~ S n n OU[ F- --~ . ~U UU W z C] O w ~ J n. W Z z O ~ ~ ~ W ~ 0 Y ~ i Q O~ ~ Z Q ~ ~' ~U V p Z ~ ~ ~ W ~ o W W Z ~ '~ z ~- o ~Y ~Z w W LL W Q ~ ~ N rn ~ o ~ ~ o o ~ a m ~ U W ¢ C Q zUO" J C O ~ ~ ? .~'. a D ~ U a 0 z ~° o m~ Y W ~ W W = oN ~ J W QU K F ~ K ~ W ~- K ~U OZ = 00 UK Z= O Y 02 K ~ Ztq ~q Qv 0 0 0 0 W Q .tl 1~- ~ O ~ W O ~rn a =~ dU rn ~ ~ W ~ I~ ~ ~ ~ Q G Z ll1 ~ ~ ~ U ~ i z ~ a dcu L V Z ~ °tl ~ L N c "' o g ~ Z~ LL U a~ w ~ Q y E n J (~ o'~ _ ~ r ~ 1*~~ m ~ N ~ a ae O m i a 2 ~ ~ O ~ d ° ~ ~ U ~ U° a i m c ~ m o a] ac~8 mso° I- a wl_-t/j (pY u. O ~ '3~ ' otf ~ = 3 ~ b a~; W q~ r- o W W c.~ ~ Y a W U o o ~;~ ~~m - o aa~z~ ~ ~ ~ '~ ; ~~~ 1~ ~AkB'= ~ 1/ ~ s (n pp`` 3' ~~~ ~~ ~ ~ ~! =, O h~ ,.t 1 ] l ~7T ~ 4~i++^" ,~~~ , i ~4~a' nom, ~~, r t ~'f 5 ~~~: ~ ~~ ' f~ ~,. ~_ -~~~ t ~~ y~'r`~~ ~ ~° ~ ~ ~ ~'~ :~ ~, a, . . _ 1 ,5 ~ x ~ ~ ., .~ 2 4" ~ F N ~~ t ~~O ~ fi * ~~.t~~ 'v , tiR ~ ~ U Y . t ~ ~ `, } ~ ~~ \a~a F i 4 ~ ~/,r ~i ~_ ,~ ' ~'" 's~~~ ;~' ~ ~5, ~ r"~ ~ ~ w O O x./14 ~~ ~~ ~_ ~ F W }~; ~ „- , .. ~,. ~ tEl t.: ~. ~' i is ~. ~ ~ _ ~ ~,..,~' 1 ~ a < ~ ~i . ~` ~ ~, n 'n ~ » ~' z~ ~ ~ ~ 1 x~° t -. .. ~ 7 ~Nt ~^k 1.~ h ~ ~+.~ 4-. T ~ y s ~ Ramo ' ~ ~ ~~, ti ~, ~ 4: '' s' ~ r :.E ~,.q~;- ~~. ~e~ ~~a ~ ~ ,~ ~ ~ EG a l-~ ~ { ~'~ 41 Y.. } ; ~`. G tr +t ~c F q. ,+t Y ~ . ,.. ~ ~ i •r ' ay, 1 ~ g ~ '~ YDS. ~' )'~•~. S ~ 1 ,, A Y ~ 3 1 ~~' ,1'~ t~.iit a`~ ~ S ~ ~ , ~1 t 1~~R'~, ~°{. .:.r M~~~~~~~~~ka~~~4"3~ T.tr+ktrj Q6 ...~`a'~a`~~ kip Yai O. ` ,~ ~e i' ~t a y( ~+' ~ f f" y. ~ i"~~, ~ ~ : ~ t,~;l ~ ~~~ : f ~t ;: . ,q~~ ~ r n ,~ ~ ~~ ~ s ~ ~~ t u A ~~l' '•~~t ~' ~~Ci St: ~.Rt~ ..-~c?.£~ ti yA. a~ °~ 3~ CITY OF DUBLIN 100 Civic Plaza Dublin, CA 94568 CONTRACT CHANGE ORDER CONTRACT FOR: Dublin East & West BART Corridor Enhancement CONTRACT NO• 08-18 (CIP # 96011 ~ OWNER: City of Dublin CONTRACTOR: Suarez and Munoz Construction, Inc. CURRENT CONTRACT PRICE: $ 2,119,630 CURRENT CONTRACT TIME OF COMPLETION: 150 Working days CURRENT NO. WORKING DAYS 173 Days ORDER N0.4 DATE Se . 18, 2009 STATE California COUNTY Alameda TO: Suarez and Munoz Construction, Inc. (Contractor __a-....x ..b...~ ~ riFr~4inne nr n4hpr rnntraft ftOCnmentS: You are hereo re uesrea ro corn ~ w~ui ~~~~ ~~~~~..~~~ ~••~•• ~~ ••~••• •-- •••_ __.._.___ _ -, Description of Changes Su lemental Plans and S ecifications Attached DECREASE in Contract Price INCREASE In Contract Price (1) Install one 8-foot Monument Sign at Hacienda Drive (similar to Bid Item # 23) per attached drawings. A reed-U on Fixed Price $ 20,500.00 TOTALS $ 20,500.00 NET CHANGE IN CONTRACT PRICE $ 20,500.00 JUSTIFICATION: This change osier is being requested by the City to install one 8'foot city monument at Hacienda Drive. The amount of the Contract will be Increased By The Sum Of: The Contrail Total Including this and previous Change Orders Will Be: $ 20,500.00 $ 2,451,223.85 G:\CIl'\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO 004.doc 3~ ~,~ The Contract Period Provided for Completion Will Be Increased: 0 Workino 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 ~i~S ~ /~d ~t,7 (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. Requested (Owner (Date) Recommended ~ ~~ ~~ Hers ArchitecdEngineer) (Date) Accepted ~ ~~ $/(]l (Contractor) //(Dat Approved by Agency (Name and Title) (Date) 925984 G:\CIP\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO 004.doc '~l ~j r. , ~_:. -;~;. ~I- ~ d o? ~' ~ ~ ~~ 0 ~~ ,S y.. d o Cj C"~ ~ coo ~ ~ .~ g ~~~ - n ~ ~~ 7 ~ i„4 ~~i .y. v -. ~r~1w ~t~_ ~ r ~ - ~ f r ti,St'. ~.,... } ~ a 1, ~ f CITY OF DUBLIN 100 Civic Plaza ORDER NO. 5 Dublin, CA 94568 DATE Se . 18 2005 CONTRACT CHANGE ORDER STATE CONTRACT FOR: Dublin East 8a West BART Corridor Enhancement ~ I COUNTY ~, CONTRACT NO• 08 18 (CIP # 98011) Alameda I OWNER: City of Dublin CONTRACTOR: Suarez and Munoz Construction, Inc. CURRENT CONTRACT PRICE: S 2,119,830 CURRENT CONTRACT TIME OF COMPLETION: 150 Working days CURRENT NO. WORKING DAYS 173 Days TO: Suarez and Munoz Construction, Ina (Contractor) ._ _ _._ ~ ._ __.v_,__..:.,_ •~_ t_u_...:..~ ..a........... b..... ~n H,e non+r~rf Whoa- enartiR(a4innc nr nfhPr COrltraCt dOCUmentS: ~ uu me ncicv ac uwac.. w w.a. ...... .......,......... _.._.. __ .. _... _- --- --- Description of Changes Su lemental Plans and S ecifications Attached DECREASE in Contract Price INCREASE In Contract Price (1) Install 23 median railings at various locations per attached drawings. A reed-U on Fixed Price $ 82 360.44 TOTALS $ 82,360.44 NET CHANGE IN CONTRACT PRICE $ 82,360.44 JUSTIFICATION: This change order is being requested by the City to install 23 median railings at various locations. The amount of the Contract will be Increased By The Sum OF. $ 82,360.44 The Contract Total Including this and previous Change Orders Will Be: $ 2,533,584.29 I G:1CIP\BART CORRIDOR ENHpLiCEMENTS1Change Orders\CCO OOS.doe ~~ ~ ~~ ~ .rte ~ ~. The Contract Period Provided for Completion Will Be Increased: 0 Workino 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 ~/LE7/O~,c? (Title) of the Contractor, by signing this Changer Order declares under penalty of perjury under the laws of the tate 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. Requested (Owner~~~~ Recommended (Owner's ArchifecdEngineer) Accepted (Contractor) Approved by Agency (Name and Title) 925984 q(Date) q / 2 ~D/ (Date) g` (~a3¢) (Date) G:\CIP\BART CORRIDOR ENHANCEMENTS\Change Orders\CCO OOS.doc S~racez $,ilVlur~oz Construction, Inc, General Engineering and Landscape Contractors 2©975 Cabpt Blvd., Naywa[d; Ci4 9454b-115'5 E,ic. No. 873996, Class: A, .B, Ct3, C27 (510} 762-6065 g ~ ~ (51.0} 782-6078 FAX ~Q ~~~ 3 ~ ~P~38 rl Qate: Sep#emb~C 1?, 2009 Project: fast & Vilest:Dublin ~At~T Gorridar Enhancements Change Metliatl Railing Motif [!ascription.; Tn; City of pt~bi.~p Attn: Frank Navarro fax; via. email Item: ~1o Qescription Quanti Units Unit PriG:e ~~tensrots' 'I Arrovrr Si . n -Railing Motif 23 EA ~ 2,.790.00 $ ti4;:170.00 2 Traffic-control,, remove pastels, rerr-ove vegetation, patch & paint pilasters 1 LS $' 8,0?6.Ci0 $ 8,06.00 &ubtotaf ~ 72-,,246.110 1'0lo Bon~f $ ?22.46 i 13°i~ Mark-tip ._$ 9,~9Q.98 Total $ . 82,360.44 Schedule :Itztpact: T6D, . Exclusions if you have any questions :or need any fut#her inf9rmation please give me a cn11 at (•510) P8?-6085.. 7tiank'you; ~i~ Staarez. "if, ~~ CRrpJLCnig~ttapdquprters 5feeJi-,bp" 't~'~I 4$f1t MV~.. - ~1~~OTl~;i~~,~'~I'1<DRl~ . URktodd'tA 445UI . ~S1-c1~to~ Ck°ff~f$, ` ['>,~da3#:O.k`33 Zb43 P6opgZ99.43}!35Z Fna 3i053~;093~ ~ ' fax 2¢9 43f;584d Septenbet 16,: ~Q09' 4RS .RRg~Il;S :. 2t}$&U" SdV~~ Ytemadt AY~:;~`2.4S SDrraare, (A gD502 P6Dne J1a:6~0.id6,3 F.dX 31 Q.b301~4t ~iiuardo Suaex Su~x~' 8t Munoz.Cott~trfrc~it-n, J-e - 2~?a ~~boE:Bc~uteYar~' . F3ayivsrd, CA ~4fi?15=,115 . Dea!> EdZ , . .. Pe[ yotFrettue~, we haive,[vv~S~l-the liricing"far ttiC Wayfitldi~fg stg~aga atld Seat°lona`114~Led~ir 1~ailing;as-discussed; ~h~sevtsana;~re as follov,~s: d R6dllGlit~~.~le $1~ ~ ~~.' ~'~ QIT,~C VYgyfindthg SI~ffS, a 3M reflective tt't+~ vial-~ Ce~texs:~stsad oPpainted acrytre F~C~(flat=avt=out}. o Five cle~tiona~:pa,~lels instead of s!x on-the wa~#ifisiing stgrls. a R~ouied-at~f.cl~ver mcit3f on the way~inding signs and median .r`ailit~g vs, Water Jet. i'~tSQ, fltt& f(Uete t3ss1!lrCbS temt3val:of existing-rrt'edian siting; site prcpaaCion ot=:cnncrete pilasters,.. #'oo~tings tizt~;slet<~~s ~ athers.- ~#ft~d,n~ Sign: , Tvianulaetore a#zi tnstatk Been.: ~1,~) singi,~ faced non -!_1arni~iated W a~nttirig directional errs. f~AcH 1 "1 "-~"• ~~Y to tie fit'st~surface reflecfive pinyl.l~inishes and rotxteti-out clvvet pat%rns to '((aCeh!!}}'kz((~((et~p~a~~~lh~{p'rogrstri, MediazC K,a112n~Nlatff (~l,,~ftp1lt31) ManAfe~cture and tnst~~l't~t(u~~~) 7&"sectroi~ts~D#'non ilttfnln~fed lxtediarz-raiting Eo:be rllvti~ftGd beP~ueen exi~ttli~g pt(~rss }~lt~s}tes txvuted~ut pattErns tQ~riateh b~erall •progrs, 'r~~~!i~1 pPd" Si:Ctlpn , Ate; Gerst'bssed oni.a<:r,~intrnum bcc~e~~f23sect~otis, ' , 'thank you again and vve toak ~vr~uard to assisting you whit any adciitt~nai pf icing of kiiformatiian. 1~"est rega~<is : ~Tvn fia~inon lviat~i} bs~ita ~4rro~v~gli Coiliipany.' '--~r`~' rJM(irt.aYtovY~~jncop~trfnj°=tow ifDYS cunkndlD(5 €litdee• to 31.l19!I~. NI ,T~l4r~:g1r ~9"41?i •.- Y d U E '~ m a y '= d'c d C ` L O W a=+ ~._ t c_ w Y O ~ n c d y ~ U 3 0 ~ m ~ Y ~ d ~ a ~ " E 3 m ~ 'cc.'? +°-' E °~ ~ ~ m m n Y Y a E ~ d o a o E ~ a o m °' c ~ d d N N C.l 'O ~ C C ~ U ~ d C X d d A a m 0 -o c y o ~ m m ~ U T N ~ ~ E ~ o v ~ E O O N V rI w w cc ~ ~, ~ ~~~ .? NNo .J U ~ ~. ~ ~ A ~ ~ > J .~7l`J~ U 1 3G ~~3a z U Q L1 W 5 Z ^/ N ~--~---~ N N 3~~ ~ CHANGE ORDER SUMMARY 23-Sep-09 PROJECT NAME: East and West Dublin BART Corridor Enhancements CIP #: 96011 CONTRACT NO: 08-18 CONTRACTOR: Suarez and Munoz Construction, Inc. PERCENT COMPLETED: 25.0% CONTRACT AMOUNT: $2,119,630.00 (excluding Change Orders) APPROVED BUDGET AMT: $2,887,574.00 CHANGE ORDERS: CHANGE ORDER #1 CHANGE ORDER #2 CHANGE ORDER #3 CHANGE ORDER #4 CHANGE ORDER #5 $124,864.20 $167,148.02 $19,081.63 $20,500.00 $82,360.44 TOTAL OF CHANGE ORDERS: $413,954.29 CURRENT CHANGE ORDER DESCRIPTION: Contract Change Orders No.1-5 are for work items not included in the original contract documents. ADJUSTMENT CONTRACT AMOUNT: $2,533,584.29 PROGRESS PAYMENTS MADE: PAYMENT #1 $182,358.00 TOTAL PROGRESS PAYMENTS: $182,358.00 REMAINING BALANCE ON CONTRACT: $2,351,226.29 RECOMMENDATION: APPROVED APPROVED APPROVED DENIED DENIED DENIED SIGNATURES: Public Works Director Ci Mana er Ma or t ~ ~" ~d ",„~„' RESOLUTION NO. - 09 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF DUBLIN AUTHORIZING THE CITY MANAGER OR HER DESIGNEE TO APPROVE SUBSEQUENT CONTRACT CHANGE ORDERS BASED ON THE APPROPRIATED FUNDS DESIGNATED FOR CIP N0.960012 UP TO THE REMAINING CONTINGENCY AMOUNT OF $353,989 WHEREAS, the City of Dublin did, on February 8, 1988, adopt Resolution Number 18-88, establishing a policy related to contract change orders for Capital Improvement Projects; and WHEREAS, for projects which the cost exceeds $500,000, the City Manager or his/her designee is authorized to approve contract change orders up to a limit of $25,000 each, or a cumulative increase of 5% of the contract cost, and the City Council will review and have the right of approval for Contract Change Orders exceeding the City Manager's authorized limit; and WHEREAS, the total cumulative amount of Contract Change Orders 1 through 5 for the East and West BART Corridor Enhancements project (CIP No. 960012) is $413,954.29, which is over 19% of the project contract amount of $2,119,630; and WHEREAS, the cumulative total of approved Contract Change Orders has already exceeded the City Manager's authorized limit of 5% of the contract; and WHEREAS, in order to facilitate the approval of Contract Change Orders and avoid construction delay, it is proposed that the City Council authorize the City Manager or her designee to approve subsequent Contract Change Orders based on the appropriated funds designated for CIP No. 960012 up to the remaining contingency amount of $353,989. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of Dublin does hereby authorize the City Manager or her designee to approve the subsequent Contract Change Orders based on the appropriated funds designated for CIP No. 960012 up to the remaining contingency amount of $353,989. PASSED, APPROVED AND ADOPTED this 6th day of October, 2009, by the following vote: AYES: NOES: ABSENT: ABSTAINING: ATTEST: Mayor City Clerk G:\CIP\BART CORRIDOR ENHANCEMENTS\Construction\reso re change order policy.doc ATTACHMENT 3.