Loading...
00-004 McCrary Construction Senior CenterCONTRACT FOR PUBLIC WORKS This CONTRACT made on February 16, 2000 by the CITY OF CUPERTINO, a municipal corporation of the State of California, hereinafter called CITY, and McCrary Construction Company hereinafter called CONTRACTOR IT IS HEREBY AGREED by CITY and CONTRACTOR as follows: 1. THE CONTRACT DOCUMENTS. The complete contract consists of the following contract documents: a. Notice to Contractors, Proposal, Time of C;ompletion, Estimated Quantities, Noncollusion Affidavit, Bidder Qualification Form, Subcontractors Form and Signature Form. b. Standard Specifications, General Provisions and Special Provisions. c. Plans and Specifications for CUPERT]NO SENIOR CENTER, PROJECT N0.99-9210 d. Faithful Performance Bond and Materials Bond. e. Insurance Agreement, Certificate of Insurance, Endorsement of Primary Insurance, Additional Insured Endorsement, Endorsement of AggrE:gate Limits of Insurance per Project, Waiver of Subrogation Endorsement Worker's Compensation Insurance and Notice of Policy Cancellation Endorsement. f. This Contract fG~r Public Works. All of the above documents aze intended to cooF~erate so that any work called for in one and not mentioned in the other, or vice versa, is to be Executed the same as if mentioned in all of said documents. The documents comprising the complete contract aze sometimes hereinafter referred to as the Contract Documents. In case of conflict between the Plans and the Specifications on the one hand, and this Contract on the other, the Plans and Specifications shall prevail. 2. THE WORK. CONTRACTOR agrees t~~ furnish all of the tools, equipment, appazatus, facilities, labor, transportation and materials necessary to perform and complete in a good and working order, the work of building the Cupertnio Senior Center, as called for, and in ,the manner designated in, and in strict conformity with, the flans and Specifications prepared by the Engineer and adopted by CITY, which Plans and Specifi~;,ations aze entitled, respectively, CUPERTINO SENIOR CENTER, PROJECT NO. 99-9210 and which Plans and Specifications aze identified by the signatures of the parties to this Contract. It is understood and agreed that said tools, equipment, apparatus, facilities, labor, transportation and materials shall be furnished, and that said work shall be performed and completed as r~~uired in said Plans and Specifications under the sole direction of CONTRACTOR, but subject to the inspection and approval of CITY, or its representative. Contract Page 1 of 6 CITY hereby designates as its representative for the purpose of this Contract the Engineer, Mr. Bert J. ~skovich. 3. CONTRACT PRICE. CITY agrees to pa3~, and CONTRACTOR agrees to accept, in full payment for the work above agreed to be done, the sum of Three Million Three Hundred Fifty Seven Thousand Eight Hundred Dollazs ($3,357,1300.00), subject to additions and/or deductions as provided in the Contract Documents, per Exhibit A attached hereto. 4. DISPUTES PERTAINING TO PAYMENT' FOR WORK. Should any dispute arise respecting the true value of the work done, or any work omitted, or any extra work which CONTRACTOR may be required to do, or respecting the size of any payment to CONTRACTOR during the performance of this (:ontract, said dispute shall be determined either by reference to the Unit Prices bid, if applicable, or in accordance with agreement of prices, if applicable, or in accordance with the agreement ~~f the parties, or in accordance with Section 6, paragraph "f' of the General Provisions. 5. PERNIITS, COMPLIANCE WITH LAW. CONTRACTOR shall obtain and beaz all expense for all necessary permits, licenses and ea:~ements for the construction of the project, give all necessary notices, pay all fees required by law, and comply with the laws, ordinances and regulations relating to the work and to the preservation of the public health and safety. 6. INSPECTION BY THE CITY. CONTRACTOR shall at all times maintain proper facilities and provide safe access for inspection by CITY to all parts of the work, and to the shops wherein the work is in preparation. Where the Specifications require work to be specially tested or approved, it shall not be tested or covered up without timely notice to CITY of its readiness for inspection and v,~thout the approval thereof or consent thereto by CITY. Should any such work be covered up without such notice, approval, or consent, it must, if required by CTTY, be uncovered for examination at CONTRACTOR'S expense. 7. EXTRA OR ADDITIONAL WORK AND CHANGES. Should CITY at any time during the progress of the work require any alterations, deviations, additions or omissions from the Plans and Specifications or the Contract Dociunents, CITY shall have the right to do so, and the same shall in no way affect or make void the Contract, but the cost or value thereof will be added to, or deducted from, the amount of the Contract price, as the case may be, by a fair and reasonable valuation, which shall be determined either by reference to the Unit Prices bid, if applicable, the Standazd Specifications, or in accordance with the agreement of the parties. No extra work shall be performed or change be made except by a written order from CITY, duly authorized by resolution of the City Council, and by all agencies whose approval is required by law, stating that the extra work or change is a~ithorized, and no claim for an addition to the Contract sum shall be valid unless so ordered. Contract Page 1: of 6 8. CHANGES TO MEET ENVIItONMENTA.L REQUIREMENTS. CITY shall have the right to make changes in .this Contract during the course of construction to bring the completed improvements into compliance with environmental requirements or standards established by State and Federal statutes and regulations after the Contract has been awarded or entered into. CONTRACTOR shall be paid for such changes either by reference to the Unit Prices bid, if applicable, or in accordance with the agreement o~Ethe parties. 9. TERNIINATION, AMENDMENT OR MODIFICATION. This Contract may be terminated, amended or modified, with the mutual consent of the parties. The compensation payable, if any, for such termination, amendment: or modification, shall be determined either by reference to the Unit Price bid, if applicable, the Standard Specifications, or in accordance with the agreement of the parties. 10. TIlVIE FOR COMPLETION. All wort; under this Contract shall be completed in accordance with the Time for Completion section in the Proposal and the Specifications of this project. If CONTRACTOR shall be delayed in the work by the acts or neglect of CITY, or its employees, or those under it by contract or otherwise, or by changes ordered in the work, or by strikes, lockouts by others, fire, unusual delay in transportation, unavoidable casualties or any causes beyond CONTRACTOR'S control, or b3- delay authorized by CITY, or by any cause which CITY shall determine justifies the delay, then the time of completion shall be extended accordingly. This paragraph does not exclude th~~ recovery of damages for delay by either party under other provisions in the Contract Documents. 11. INSPECTION AND TESTING OF MATERIALS. CONTRACTOR shall notify CITY a sufficient time in advance of the manufacture, production or testing of materials to be supplied under this Contract, in order that CITY may arrazige for mill, factory or laboratory inspection and testing of same. 12. TERNIINATION FOR BREACH OR INSOLVENCY. If CONTRACTOR should be adjudged a bankrupt, or should make a general assignment for the benefit of creditors, or if a receiver should be appointed on account of insolvency, or if CONTRACTOR or any subcontractor should violate any of the provisions of the Contract, CITY may serve written notice upon CONTRACTOR and CONTRACTOR'S surety of its intention to terminate the Contract. Such notice shall contain the reasons for CITY'S intention to terminate the Contract, and unless within ten (10} days after serving of such notice, such violation shall cease and satisfactory arrangements for corrections thereof be made, the Contract shall, upon the expiration of said ten (10) days, cease and terminate. In the event of any such termination, CITY shall immediately serve notice thereof upon CONTRACTOR'S surety and CONTRACTOR, and the surety shall have the right to take over and perform the Contract; provided, however, that, if the surety within fifteen (15) days after the serving upon it of notice of termination does not give CITY written notice of its intention to take over and perform the Contract, or does not commence performance thereof within thirty (30) days from the date of tlhe serving of such notice, CITY may take over the work and prosecute the same to completion b;y contract, or by any other method it may deem advisable, for the account and at the expense oi' CONTRACTOR, and CONTRACTOR AND CONTRACTOR'S surety shall be liable to CI'CY for any excess cost occasioned by CITY thereby, and in such event CITY may, without liat~ility for so doing, take possession of, and utilize Conlzact Page 3 of 6 in completing the work, such materials, appliances, plant and other property belonging to CONTRACTOR as may be on the site of the work and necessary therefor. 13. THE CITY'S RIGHT TO WITHHCILD CERTAIN AMOUNTS AND MAKE APPLICATION THEREOF. In addition to~ amounts which CITY may retain under other provisions of the Specifications until final complE;tion and acceptance of all work covered by the Contract, CITY may withhold from payment to CONTRACTOR such an amount or amounts as in its judgment maybe necessary to pay just claims against CONTRACTOR or subcontractors for labor and services rendered and materials furnished in and about the work. City may apply such withheld amount or amount;; to the payment of such claims in its discretion. In doing so, CITY shall be deemed the agent of CONTRACTOR, and any payment so made by CITY shall be considered as a payment made under the Contract by CITY to CONTRACTOR, and CITY shall not be liable to CONTRACTOR for any payment made in good faith. Such payment may be made without prior judicial determination of the claim or claims. With respect to any retention of payment by CITY to ensure performance of the Contract, CONTRACTOR will be entitled to substitute securities as provided in Section 4590 of the California Government Code as more fully described in CITY' S Notice to Contractors. 14. NOTICE AND SERVICE THEREOF. Any notice from one party to the other under this Contract shall be in writing, and shall be dated and signed either by the party giving such notice, or by a duly authorized representative of such party. Any such notice shall not be effective for any purpose whatsoever unless served in the following manner: (a) if the notice is given to CITY, either by personal delivery thereof to the :Engineer of CITY, or by depositing same in the United States mails, enclosed in a seated envelope, addressed to CITY OF CUPERTINO; 10300 TORRE AVENUI:y CUPERTINO, CA 95014; postage prepaid and certified; (b) if the notice is given to CONTRACTOR either by personal delivery thereof to CONTRACTOR, or to CONTRACTOR'S duly authorized representative; at the site of the project, or by depositing same in the United States mails enclosed in a sealed envelope, addressed to, 1300 Elmer Street Belmont CA 94002-4011, postage prepaid rind certified; and (c) if notice is given to CONTRACTOR'S surety or any other person, either by personal delivery thereof to CONTRACTOR'S surety or other person, or by depositing same in the United States mails, enclosed in a sealed envelope, addressed to CONTRACTOR'S surety or person, as the case may be, at the address of CONTRACTOR'S surety or the address of the person last communicated by such person to the party giving the notice, postage prepaid and certified. 15. ASSIGNMENT OF CONTRACT. Neither the Contract, nor any part thereof; nor moneys due or to become due thereunder, shall b~~ assigned by CONTRACTOR without the prior written approval of CITY. 16. COMPLIANCE WITH SPECIFICATIONS OF MATERIALS. Whenever in the Specifications, any material or process is indicated or specified by patent or proprietary name, or by name of manufacturer, such Specifications must be met by CONTRACTOR, unless CITY agrees in writing to some other material, process or article offered by CONTRACTOR which is equal in all respects to the one specified. It shall be CONTRACTOR'S responsibility to prove equality of any such material, process or article offered as a substitution to the one(s) specified. Contract Page 4l of 6 17. WORKER'S COMPENSATION INSURANCE AND EMPLOYER'S LIABILITY INSURANCE. CONTRACTOR shall take out and maintain during the life of this Contract Worker's Compensation Insurance and ~ Employer's Liability Insurance for all of CONTRACTOR'S employees employed at the site of the project. In case any work is sublet, CONTRACTOR shall require any and all s~ibcontractors similazly to provide Worker's Compensation and Employer's Liability Insurance for all of the tatter's employees unless such employees aze covered by the protection afforded to the CONTRACTOR In signing this Contract CONTRACTOR makes the following certification, required by Section 1861 of the Labor Code: "I am awaze of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of the Labor Code, and I will comply with such provisions before commencing the performance oi'the work of this Contract." 18. ACCIDENT PREVENTION. Precaution shall be exercised at all times for the protection of persons (including employees) and property. T'he safety provisions of applicable laws, building codes and construction codes shall be observed. 1'viachinery, equipment and other hazards shall be guazded or eliminated in accordance with the safety provisions of the Construction and Safety Orders issued by the Industrial Accident Commission of the State of California. 19. CONTRACTOR'S RESPONSIBILITY FOR THE WORK. CONTRACTOR shall not be responsible for the cost of repairing or restoring damage to the work caused by Acts of God. NEVERTHELESS, CONTRACTOR shall, if the insurance premium is a sepazate bid item, obtain the insurance to indemnify CITY for any damage to the work caused by Acts of God. "Acts of God" shall include only the following occurrences or conditions and effects: earthquakes and tidal waves, wl::en such occurrences or conditions and effects have been proclaimed a disaster or state of emergency by the President of the U~uted States or by the Governor of the State of California, or were of a magnitude at the site of tl~~e work sufficient to have caused a proclamation of disaster or state of emergency having occurred in a populated azea. Subject to the foregoing, CITY shall not, in any way or manner, be answerable or suffer loss, damage, expense or liability for any loss or damage that may happen to said building, work, or equipment or any part thereof, or in, on, or about the same during its construction and before acceptance. 20. CONTRACTOR'S GUARANTEE. I~ONTRACTOR unqualifiedly guarantees the first-class quality of all work and of all materials, apparatus and equipment used or installed by CONTRACTOR or by any subcontractor or supplier in the project which is the subject of this Contract, unless a lesser quality is expressly authorized in the Plans and Specifications, in which event CONTRACTOR unqualifiedly guazantee;3 such lesser quality; and that the work as performed by CONTRACTOR will conform with the Plans and Specifications or any written authorized deviations therefrom. In case of any defect in the work, materials, appazatus or equipment, whether latent or patent, revealed to CITY within one (1) yeaz of the date of acceptance of completion of this Contract by CTI'Y, CONTRACTOR will forthwith remedy such defects without cost to CITY. Contract Page 'i of 6 P.O. No. 21. DEFERRED ALTERNATE SELECTIa-N. The City reserves the right for the term of the Contract, the deferred selection of none, any or all alternate bid items at the bid price. The alternates chosen would be for any sites currentl~i under construction or to be constructed in the future. IN WITNESS WI-~REOF, the parties have executed this Contract, in duplicate, the day and year first hereinabove written. CITY OF ERTINO: F r, B . Mayor Attest:_1~~ City r Date: ~ 0~8 , 19x006 City Cl CONTRACTOR: gy; ~ Notary acknowledgment is required. If a corporation, corporate seal and corporate notary acknowledgment and Federal Tax I.D. are required. If not a corporation a Social Security No. is required. Social Security # ~~ ZZ/ 2222 Federal Tax I.D. # Contractor's License No. Z~4~0 ¢ Project Name & Number: CUPERTINO SENIOR CENTER, PROJECT N0.99-9201 Contractor's Name & Address: McCrary Construction Company 1300 Elmer Street Belmont, CA 94002-4011 Contract Amount: 53,357,800.00 Account Number: 424-9210-9301 File No: 92,008.9A Contract Page E. of 6 CALIFORNIA ALL PURPOSE ~~CKNOWLEDGMENT State of California ) County of San'Mateo ) SS. On ~~'~'~ y aZ00D before me, Rita Shtleyriberg, Nptary Public TE NAME. TITLE OF OFFICER • E.O., JANE OOE, NOTARY PUBLIC personally appeared 0 personally known to me - OR - ~] Proved to me on the basis of satisfactory evidence to be the i~erson(s) whose name(s) is/are subscribe~~ to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ilas), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the """""""""""' ~ ~ f ~ ~ ~ ~, ~ o ~ ~ ~ ~ ® person(s) acted, executed the instrument. O RITA SHTEYNBERG COMM. #1105270 • NOTARY PUBLIC-CALIFORNIA~~ WITNES~~ my hand and official seal. d COUNTY OF SAN MATEO 0 My Commission expires July 11, 2000 N OPTIONAL • Though the data below Is not required by law, it may prove valuabll3 to the person relying on the document and prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER e INDIVIDUAL CORPORATE TITLE(S) 0 PARTNERS ~ LIMITED GENERAL • ATTORNEY-IN FACT TRUSTEE(S) GUARDIAN/CONSERVATOR 'OTHER: SIGNER IS REPRESENTING NAME OF PERSON(S) OR ENiiTYQES)Y DES(~Rlf'TION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE FileN~me ~ F.~\WTNSFRV\RiTA\ArrFRM14 TXX` CITY OF CUPE~TINO City Hall 10300 Torre Avenue j~ Cupertino, CA 95014-3255 ~r Telephone: (408)777-3354 0~ FAX: (408)777-3333 PUBLIC WORKS DEPARTMENT CUPERTINO SENIOR CENTER, PROJECT NUMBER 99-9210 CONTRACT C~~NGE ORDER NO.9 Contractor McCrary Construction Company 1300 Elmer Street Belmont, CA 94002-4011 The following changes are hereby approved: 9A. Install Plywood under Veranda SoiFit $ 4,689.00 9B. Construct Monument Sign Footing 348.00 9C. Change Double Ballet Bar to Single Bar -CREDIT (379.00) and Adj. Bracket to Fixed Bracket 9D. Install Concrete Slab on Grade for Future BBQ 662.00 9E. Up Grade Handrail on Deck to KD Clear Redwood 2.529.00 Total Change Order No. 9 $ 7,849.00 Total Project: Original Contract $ 3,357,800.00 Change Order No. 1 2,753.92 Change Order No. 2 9,171.00 Change Order No. 3 175,674.00 Change Order No. 4 14,271.00 Change Order No. 5 59,579.00 Change Order No. 6 24,684.Gb Change Order No. 7 11,778.00 Change Order No. 8 15,604.00 Change Order No. 9 7.849.00 Revised Contract $ 3,679,164.00 CONTRACTOR ~~~~t Title ~2C1. Date / Z - //- t9'D CITY OF CUPERTINO u u~l~ Ralph A. Qualls, Jr. Director of Public Works City Council: ~a_ y- ~ ~ (Date) Resolution No. OD o2 9~ Printed on Recycled Paper 1 CI`fY OF CUPEI~TINO City Hall i 10300 Torre Avenue J ~ ~ Cupertino, CA 95014-3255 o' Telephone: (408)777-3354 Q FAX: (408)777-3333 PUBLIC WORKS DEPARTMENT CUPERTINO SENIOR CENTER PROJECT NUMBER 99-9210 CONTRACT CHA]vGE ORDER NO.7 Contractor McCrary Construction Company 1300 Elmer Street Belmont, CA 94002-4011 The following changes are hereby approved: 7A. Additional Roofing Material 7B. Install Reduce Pressure Backflow and Regulator at Restroom 7C. Connect Drain Pipe From Rm 139 to Storm Drain 7D. Increase conduit site to AC-3 (3/4" to 1 '/a") 7E. Add Flashing for Restroom Skylight:. 7F. Change in electrical fixtures in hallw;ty 7G. Install plywood in attic for access 7H. Install backing in veranda ceiling Total Change Order No. 7 Total Project: Original Contract $ 3,357,800.00 Change Order No. 1 2,753.92 Change Order No. 2 9,171.00 Change Order No. 3 175,674.00 Change Order No. 4 14,271.00 Change Order No. 5 59,579.00 Change Order No. 6 24,684.08 Change Order No. 7 11.778.00 Revised Contract $ 3,655,711.00 1,605.00 1,597.00 3,883.00 1,378.00 279.00 930.00 1,709.00 397.00 $ 11,778.00 CO T~/L CITY OF CUPERTINO 2~~ `y u.`r Ralph A. Qualls Director of Public Works Title ~-!~a . City Council: /~ 6" D O (Date) Date < < -Ito - 8o Resolution No. Do-a 7/ Printed on Recycled Paper CITY OF CUPEI~TINO City Hall 10300 Torre Avenue Cupertino, CA 95014-3202 (408) 777-3354 FAX (408) 777-3333 PUBLIC WORKS DEPARTMENT CUPERTINO SENIOR CENTER PROJECT NUMBER 99-9210 CONTRACT CHANGE ORDER N0.6 Contractor McCrary Construction Company 1300 Elmer Street Belmont, C:aiifornia 94002-4011 The following changes are hereby approved: 6A. Fire Dept. Plan Review Fee for sprinklers 6B. Add 1-emergency lighting fixture 1~ revise other locations 6C. Add drywall expansion joint material in veranda 6D. Add vertical control joints at east and north gables 6E. Deep irrigation for oak trees per arl~orist 6F. Furnish and install ball valve to isolate domestic water 6G. Overhead cost for additional working days 6H. Labor to install heat tape on hot water lines 6I Install "ridge to Roof' flashings at end of equ. Wells Total Change Order No. 6 Total Project: Original Contract $3,357,800.00 Change Order No. 1 2,753.92 Change Order No. 2 9,171.00 Change Order No. 3 175,674.00 Change Order No. 4 14,271.00 Change Order No. 5 59,579.00 Change Order No. 6 24,684.08 Revised Contract $3,643,933.00 $ 183.08 ~;e~~ee 4 ~3 ~~ 174.00 376.00 1,033.00 468.00 14,484.00 2,571.00 992.00 ~L4,62S4.Uif CONTRACTOR OF C RTIN ~~ ~~ ert J. s 'c Director of ublic Works Title 1 l = S . p- City Counci : September 18, 2000 Date ~ -2 0 - g'~ Resolution No. 00-239 Printed on Recycled Paper t CITY OF CUPEI~TINO City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 Telephone: (408)777-3354 FAX: (408)777-3333 PUBLIC WORKS DEPARTMENT CUPERTINO S~EN10R CENTER PROJECT NUMBER 99~9i 9~~0 CONTRACT CHANGE ORDER NO. S Contractor McCrary Construction Company 1300 Elmer Street Belmont, CA 94002-4011 The following changes are hereby approved: SA. Change posts and connectors to RFI#83 1,430.00 SB. Install new double detector check v,~lve for water 13,572.00 SC. Insta112 simpson hangers on lines 5.2 and 5.6 212.00 SD. Change wood doors&frame to hollow metal doors&frame 787.00 SE. Insta114 simpson THA-1 hangers for veranda rafters 105.00 SF. Install reduced size HM door and Frame @ opening 201 502.00 SCi. Install Trane Energy Management System and controls 39,132.00 SH. Replace washer with'/4" steel square washer @ sill plate 372.00 SI. Install 3/16" thick standoffbrackets for rain water leaders 1,450.00 SJ. Extend walls, insulation&sheet rock in rms. 122&123 2,514.00 SK. Reuse deck attachment to building (CREDIT) (497.00) Total Change Order No. 5 $ 59,579.00 Total Project: Original Contract $ 3,357,800.00 Change Order No. 1 2,753.92 Change Order No. 2 9,171.00 Change Order No. 3 175,674.00 Change Order No. 4 14,271.00 Change Order No. 5 59,579.00 Revised Contract $ 3,619,248.92 c~ ~~ Title ~=S• Date O-3Q- ~ Bcrt J. Vi o Director Public Works City Council: w . Z / ~ oo~ (Date) Resolution No.oo-ZZ/ Printed on Rec.rcled Paper 1 CITY OF CUPEI~TINO PUBLIC WORKS DEPARTMENT CUPERTINO SE;NIOR CENTER PROJECT NU]VIBER 99 ~ ~ ~~ v , ~~~ ~~ CONTRACT CHAP~TGE ORDER N0.4 ~ Contractor a ~ ~~! %~ ~'~~~ ':,`~, McCrary Construction Company ~~ ~~---~-'~ __-- 1300 Elmer Street '~ '' ,,,`,.. ~ BeL-noat, CA 9+002-40 i 1 ' 1~! ~ ~ ~ ! 3 U ~~ ~ `~ _~ The following changes are hereby approved: ~__----- S ~ ,. F ~ ~ ~ . ~ ~., _; c, ~ ~ ~~ _. . e -- 4A. Upgrade 2 Modernfold Partitions to ;tiTC Rating of 55 10,361.00 4B. Add studs to P2 Partition per Structural Engineer 259.00 4C. Install (4) Simpson THA 1 Hangers 105.00 4D. Fire Dept. Plan Checking Fee 553.00 4E. Install Fab. Angle Brackets for Restr~~om Counters 1,643.00 4F. Add Shear Panel Blocks for Roof Tnasses 1,350.00 Total Change Order No. 4 $ 14,271.00 Total Project: Original Contract Change Order No. 1 Change Order No. 2 Change Order No. 3 Ci,asige i~r:ier 3o. ~+ Revised Contract $ 3,357,800.00 2,753.92 9,171.00 175,674.00 I4.27I.00 $ 3,559,669.92 ~~~` Title T "'~S• Date ~~ . l~ City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 Telephone: (408)777-3354 FAX: (408)777-3333 City Council: ' D 0 (Date) Resolution No. yt7-.~ 0~ Printed on RecVCled Paper '~ ./ CITY OF CUPEI~TINO PUBLIC WORKS DEPARTMENT CUPERTINO SENIOR CENTER v PROJECT NUMBER 99-~ ~z/ CONTRACT CHANGE ORDER N0.3 Contractor McCrary Construction Company 1300 Elmer Street BeL~iont. CA 94in:2-40~ 1 The following changes are hereby approved: 3A. Construct Memorial Par Restrooms i:acilities 175,674.00 Total Changt~ Order No. 3 $ 175,674.00 Total Project: Original Contract Change Order No. 1 Change Order No. 2 Change Order No. 3 Revised Contract $ 3,357,800.00 2,753.92 9,171.00 175.674.00 $ 3,545,398.92 CONTRAC OR /// ~/(J~C, /'~/ l Title ~CS. Date b - Z~- ~ City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 Telephone: (408)777-3354 FAX: (408)777-3333 Printed on Rec,icled Paper `~ City Hall .~~ 10300 Torre Avenue ~ Cupertino, CA 95014-3255 t' ~~ Telephone: (408)777-3354 CITY OF () FAX: (408)777-3333 CUPEf~TINO PUBLIC WORKS DEPARTMENT CUPERTINO SEr1IOR CENTER PROJECT NUMBER 99-9201 CONTRACT CHANIsE ORDER N0.2 Contractor McCrary Construction Company 1300 Elmer Street DCill-uiii, i A y4zJv2-4ui i The following changes are hereby approved: 2A. Remove ex. Grease trap $ 3,639.00 2B. Relocate Storm Line 1,248.00 2C. Add Marker Board & T.V. support br~icket to RM# 139 709.00 2D. Install Dedicated Circuit for Fire Control Panel 1,322.00 2E. Revised Framing for RM# 122& 123 2,119.00 2F. Connect Downspouts to Pop up Emitters 1,745.00 2G. Delete Fire Hydrant Approved by Central Fire-CREDIT (3,380.00) 2H. Remove Extra wet Dirt for Bldg. Pad 1,769.00 Total Change Order No. 2 $ 9,171.00 Total Project: Original Contract $ 3,357,800.00 Change Order No. 1 2,753.92 Change Order No. 2 ^,_ 9_,171.00 Tc~:scd ~'.c: t::~ct $ 3,3fS,724.92 CO/NIT- RACTOR ~L . ~~jt'. /lam c Title ~c S Date ~ ' ~ g "' ~9 CITY OF CUPERTINO Bert J. Viskovich Director of Public Works City Council: - 5 ' ~ ~~ (Date) Resolution No. U C~ - % ~7 ,'1j Printed on Recycled Paper CITY OF CUPEI~TINO City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 Telephone: (408)777-3354 FAX: (408)777-3333 PUBLIC WORKS DEPARTMENT CUPERTINO SENIOR CENTER PROJECT NU]VIBER 99-9~ ~ ~ CONTRACT CHAPIGE ORDER NO. 1 Contractor McCrary Construction Company 1300 Elmer Street Belmont, CA 94002-x+01 i The following changes are hereby approved: lA. Tree Protection $ 582.92 1B. Install Knox Box 48.00 1 C. Termite Control under Building Slab 2,123.00 Total Change Order No. 1 $ 2,753.92 Total Project: Original Contract $ 3,357,800.00 Change Order No. 1 2753.92 Revised Contract $ 3,360,553.92 CONTR~AwCTOR ~U/ ~L Title' Date 5 , 2 3.90 $ert J.Vlrisivic~' ' ~ Director of blic Works City Council: 5 / 15 / 0 0 (Date) Resolution No. 00-14 7 Printed on Rec.ICled Paper DOCUMENT; 15784441 Titles: 1 f Pages: 3 RECORDING REQUESTED BY Faxes. . . * No Fees City of Cupertino �XeQ15784441A AMT CopI PA I D WHEN RECORDED MAIL TO BRENDA DAVIS RDE # 009 SANTA CLARA COUNTY RECORDER 7/20/2001 City Clerk's Office Recorded at the request of 1 ;53 PM City of Cupertino City 10300 Torre Avenue Cupertino, CA 95014-3255 (SPACE ABOVE THIS LINE FOR RECORDER'S USE) NO FEE IN A CCORDANCE WITH GOY. CODE 6103 CERTIFICATE OF COMPLETION AND NOTICE OF ACCEPTANCE OF COMPLETION CUPERTINO SENIOR CENTER PROJECT 99-9210 Original O For Fast Endorsement City Hall 10300 Torre Avenue Cupertino, CA 95014-3255 CITY OF (408)777-3354 CU PEkTI NO FAX(408)777-3333 PUBLIC WORKS DEPARTMENT CERTIFICATE OF COMPLETION AND NOTICE OF ACCEPTANCE OF COMPLETION CUPERTINO SENIOR CENTER PROJECT 99-9210 NOTICE IS HEREBY GIVEN THAT 1, Ralph A. Qualls, Jr., Director of Public Works and City Engineer of the City of Cupertino, California, do hereby certify that the work and improvements hereinafter described in the contract for doing which was entered into by and between the City of Cupertino and McCrary Construction Company on February 16, 2000, in accordance with the plans and specifications for said work, have been completed to my satisfaction and acceptance of completion was ordered by the City Council on July 2, 2001. That said work and improvements consisted of furnishing all labor, materials, tools, and equipment required to complete said project, all as more particularly described in the plans and specifications for said project. 44„64 G Director of Public Works and City Engineer of the City of Cupertino July 5, 2001 Printed on Recycled Paper f VERIFICATION I have reviewed this Certificate of Completion and Notice of Acceptance of Completion. To the best of my knowledge, the information contained herein is true and complete. . I verify under penalty of perjury under the laws of the State of California, that the foregoing is true and correct. Executed on the 9th day of July, 2001 at Cupertino, California. Administrative Clerk City Clergy 's Office, City of Cupertino J 5