Loading...
HomeMy WebLinkAbout2005 CON Jaynes Corporation - Library Construction Change Order #9CONTRACT CHANGE ORDER C/O Number: 009 TO (Contractor): Jaynes Corporation C/O Initiation Date: May 30, 2005 111 Ehn Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 A Change Order is hereby recommended for the following work in the amount identified in this document: DESCRIPTION OF CHANGE: 1. ASI #011.2: Correction of Differing Foundation/Curbs at No.& So. Zinc Walls. ..... $ 8,658.00 2. PR #008: Extend Fin Wall at Grid Lines XO & A $ 5,792.00 3. PR #009: Revised Book Shelving Orientation (Engineering) $ 866.00 4. PR #010: Revise Frames & Hardware Group for Low Roof Doors $ 4,376.00 5. PR #022: Modify Ceiling and Lighting in Children s Collection Area $ 596.00 6. PR #024: Additional Structural Supports for Chandelier $ 5,778.00 7. PR #025: Upgrade Design of Book Shelving Stack Ends $ 3,314.00 8. RFI #190: Add Electrical Outlets for TV's in Rooms # 118 and 122 $ 268.00 9. COR #053: Furr-out Wall in Vending Room #110 $ 610.00 10. RFI #117: Change Wood Door to Aluminum Door at Opening 105B $ 2,875.00 11. RFI #212: Add Lighting Controls in Room # 230 $ 478.00 12. COR #059: Add Gypsum Board Adaptors for West Wall $ 2,922.00 13. COR #066: Install Framing Around Main Roof Steel Columns $ 3,981.00 14. COR #067: Revise Door/Frame for Electric Room Door Clearance $ 3,826.00 REASON FOR CHANGE: Owner Requested and Required Structural, Electric, Shelving and Door Hardware Revisions, Additions and Modifications. (See Attached "Reasons For Change") COST RECONCILIATION: Forty Four Thousand, Three Hundred and Forty Dollars: $ 44,340.00 Costs were reviewed by the Construction Manager and the City and negotiated to the satisfaction of the City. The foregoing increase in price is in full settlement of all entitlements directly or indirectly arising out of this change. Construction Contract Accounting Summary: The Original Contract Amount $ 11,476,444.00 Net change by previously authorized Change Orders $ 233,748.00 Revised Contract Amount due to previous Change Orders $11,710,192.00 With this Change Order request the Contract amount increases by $ 44,340.00 L New Revised Contract Amount $ 11,754,532.00 Change in Contract Time: Ze o (0) Calendar days Contract Com letion Date pri1 30,2005 Recommen d fpr Appr by: / CONS UCTIONJ �V�R / deb, inc. Martiabey; Pr' ect ager PROJECT ARCHITECT REPRESENTATIVE Gregory Ny; President (C.A.I.) Appro CONTJ ACTOR/ Jaynes Corporation Rick Cohen; SQnior ¥$g Preyfiilent /0/)---7 DATE DATE OWNER/ Ci Of National City Steve Kirkpa ; Director of Public Works/City Engineer DATE CONTRACT CHANGE ORDER C/O Number: 009 TO (Contractor): Jaynes Corporation C/O Initiation Date: May 30, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE: 1. ASI #011.2: Correction of Differing Foundation/Curbs at No.& So. Zinc Walls This modification was a result of a complex situation that arose in the field while constructing the Exterior Wall on the previously placed concrete foundation/curb. The foundation/curb was installed per plan. When the exterior framed walls were being erected it became apparent that the plane of the wall was not in alignment with the foundation. It was determined the most cost method of repair for the required re-forming, added and re -alignment of Structural frame and associated concrete work was to proceed on a time and material basis. 2. PR #008: Extend Fin Wall at Grid Lines XO & A This revision was needed due to the North retaining wall was detailed to terminate in front of the North patio stairs. This would have created an "unbuildable" condition for staircase construction. The concrete stairs needed the concrete wall to be continued to have a structural substrate to tie into The wall revision also enables the project to physically enhance the exterior patio area with an improved esthetic appearance. 3. PR #009: Revised Book Shelving Orientation (Engineering) This was an owner requested revision orientation of the Collections/Media Shelving. The area shelving radiuses need minor radius revisions to the shelving shop drawings. The revised radiuses of the shelving better accommodates the available shelve the media collection will require. The costs reflected in this change request is for the added engineering and shop drawings for this change. 4. PR #010: Revise Frames and Hardware Group for Low Roof Doors This modification was required because the frames originally specified and detailed were open to the elements on the back side when installed. This request provided a new, revised detail showing the frame detailed with an added steel back. New frames had to be fabricated. The original frames had already been fabricated and delivered to the site. This request also revised the hardware groups to be compatible with the exposed, outdoor conditions. The original hardware was not rated for exterior use. 5. PR #022: Modify Ceiling and Lighting in Children's Collection Area This revision was required as a result of the owners request to provide additional lighting in the area in front of the main circulation desk. Four new down lights were added to accommodate the added lighting request. 6. PR #024: Additional Structural Supports for Chandelier This change order request is due to when the project was being designed, the feature chandelier was not completely designed and the structural ceiling support components called out or detailed. Once the final design of the chandelier was complete and the structural support requirements were defined the steel beams were fabricated and installed. 7. PR #025: Upgrade Design of Book Shelving Stack Ends This change was a resultant from the owners request to provide an upgraded architectural design for the Children's area shelving. Upgraded Plastic laminate was added to each of the decorative decorative oval on each shelve unit. This provided a better background and mounting surface an improved contrast for graphics. CONTRACT CHANGE ORDER C/O Number: 009 'rO (Contractor): Jaynes Corporation C/O Initiation Date: May 30, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (cont'd): 8. RFI #190: Add Electrical Outlets for TV's in Rooms # 118 and 122 . This modification was required because the original design did not call for the proper number of Electrical outlets for the intended use of the rooms. The RFI directed the contractor to add the outlets to satisfy 9. COR #053: Furr-out Wall in Vending Room #110 This modification was required because the framed wall size specified was not thick enough to conceal the structural steel frame as intended. The wall stud size needed to be upsized to accomplish the design intent. 10. RFI #117: Change Wood Door to Aluminum Door at Opening 105B This change was because the North exit door from the main Ellipse area to the North patio was detailed on the plans as a wood door. This was specified incorrectly and a Aluminum door was then detailed in the RFL The new door is the proper door to blend with the Exterior Glass Curtain Wall configuration. 11. RFI #212: Add Lighting Controls in Room # 230 This modification was a result of a room specific lighting control in the Conference Room being overlooked on the original contract drawings and documents. 12. COR #059: Add Gypsum Board Adaptors for West Wall This modification resulted from insufficient details on the original contract plan in how the interior drywall wall system connected to the exterior structural stub system. A required gap between the exterior and interior was called for but not adequately detailed. 13. COR #066: Install Framing Around Main Roof Steel Columns This modification was required due to the main roof columns, once installed, reveled a gap in the Framing that left exposed to the elements the bottom portion of the structural columns. This presented a potential for water intrusion into the building. The added work solved the issue. 14. COR #067: Revise Door/Frame for Electric Room Door Clearance This modification was required as a result of an SDG&E door opening/clearance issue. The plans as drawn did not allow enough height clearance for potential SDG&E work/maintenance. A new door frame had to be fabricated and the exterior door header had to be raised. This work was in reaction to an SDG&E requirement. Distribution: City Of National City (original w/all documentation) Jaynes Corporation (copy w/all documentation) DEB, Inc. (copy w/all documentation) Carrier Johnson Architecture (copy w/all documentation) AUG-30-2004 22:51 CONSTRUCTION ADM IN 619 231 4138 P.02/18 AIA-c) r Document G710' -1992 „fleet's Supplemental Instructions OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD CONSTRUCTION MGR, MARTIN GABEY, D.E.8: PRQJEC'T (Mil ne wit 4dt!rl s): ARCHITECT'S SUPPLEMENTAL ationu[ifatyPub}ic lir ty; INSTRUCTION NO: 011.2 I'401 Itoifal Ciq $lvdi:;i';;i .. ;Natio'n k City 'CA % 91951i' ................ •tTTY''.OF 1tIA �Tblti�t. CITY. 1i!4 Natiianp1Cit E1vd ..:' FROM ARCHITECT (Naine'.a 1daddress): CONTRACT DATE: • Caul c 7ofiusoti . "130'I' fi'ti?r4v. ve< Sah Diego CAc._921Q1::;.i: 0 CQNTRACLO:t :�arne a ,d address): ARCHITECT'S PROJECT NUMBER: 4486.01 :id iotiCS�rpoi3bon GCncLa1 Contractors &S39 Ii3Kes S EY{:jiltl 306 The.Wtaik shall be:carried out:iiratjcordance with the following supplemental instructions issued in accordance with • tbe.:Coniikbi$Oit#4ifi without change in Contract Sum or Contract Time. Proceeding with the Work in •:accordance with the5c instrupti911giedaeates your acknowledgment that there will be no change in the Contract Sum or Gonyrct.Eime. X X X ..X X °DESCRIPTION: DATE OF ISSUANCE: August 31, 2004 CONTRACT FOR: General Construction Set at[ached revisedr culls dated 8-26-04, which show the different conditions at the North and South zinc wing welts. - • X AIA Document G71om —1992. Copyright ®1980 and 1992 by The American Institute of Architects. All rights reserved. WARNING: This MAe noeunrvu is protected by U.S. Copyright Raw and International Treaties. Unauthorized reproduction or distrbution of this Ale Document, or any portion of It may result In severe civil and Criminal penalties, and will be prosecuted to the maximum extent possible unvK the taw. This document was produced by AK sottwaro at 22:38:57 on 08/30/2004 under order No.1000107577_4 which expires on 3r2212005, and Is not for relate. User Notes: (3799087196) 1 f1UG-30-2004 22:51 CONSTRUCTION ADM1N 619 231 4138 P.03/18 ATTACHMENTS: . (Hece.insert lining of documents that support description.) 2iSi Q1 2-SK1, From Sheet S2,01 `ASF 011112-SK2, 1/S4,03 • • A5:1-0t1r2-SK3, 2/S4.03 :.'.ASF(}tlr2SK4, 3/S4.03 t*EDWIREAlidlllfEGT; ,. 6(teat `i L. joU (Printed name and title) AIA Document G710". - 1992. Copyright fr7 1980 end 1992 by The American !Wilde of Architects. All rights reserved. WARNING: This AfA* Document is protected by U.S. Copyright Law and International Treaties. Unelaborated coproduction or di^tribution of this AIA'^ Document, nr any portion of It, may reautt in severe civil and criminal permit...tied will he prosecuted to the maximum extent possibte under the law. This document wee produced by MA sdttware al 22:38:ST on 08/30R004 under Order No.1000107577 4 which exphea on 3/222005. and is not for resale. User Notes: (3795687196) 2 AUG-30-2004 22:51 CONSTRUCTION ADM IN 619 231 4138 P.04/18 / UNDER FLOOR DUCT // 5'-0"0 x 10'- DEEP FTG. (SEE NOTE 17 FOR ADON'L. I C5 5.-0"0 x 10.-0" DEEP FTC. (SEE NOTE '17 . FOR ADON'L INFO.) FROM: S2.01 JOE NO. 103004 ConsultUg EnOneers 3b1 Camino Del Pio Noah. Suite 1080 San Crogo. Cauromia 920$ (60) 521-8500 Fax O819) 521-859i NATIONAL CITY DATE 08-26-04 DWG. NO. LIBRARY SiAail R2 . •.+ ram. nrn+ SKI PUG-30-2004 22:51 CONSTRUCTION ADM IN • 619 231 4138 P.05/18 #4(412" FTG, PER PLAN —y n 10" ), NOTCH CURB PER ARCH SLAB & REINF. PER B4/A1.10 #4012" DRILL & EPDXY INTO RG_ SECTIO\ © \ORT 1 I L WING WALL SEE 15/S4.02 FOR ADD'L INFO J2 NOTE: SEE 3/— FOR CURS DETAIL WITHOUT FOOTING BELOW FROd!• 54.03 JOB NO. 103004 Consulting Engineers 313: Camino Doi File WMN. &iile 1080 San Diego O8ftromie 92108 (619) 521-8500 Fax (6191 521-6691 NATIONAL CITY LIBRARY DATE 8-28-04 DWG. NO. j1 t oil Az 5k ,Z RUG-30-2004 22:51 CONSTRUCTION RDMIN 619 231 4138 P.06/18 10" 10" W12 COL. / N BEYOND (2) #6 1 1 1 1 1 u u u u u 1 N. i `..0 PER ARCH " #4®12" y DRILL &EPDXY INTO FIG. --^""� l l� ; ` r '1 Il " l i--,I —III- �l -III-I i l=l l � "' FTG, PER % PLAN N. a� _T :IIII1 Lll I'iii III_ =1 , NOTE: C SEE 3/- FOR CURB DETAIL WITHOUT FOOTING BELOW IO\ © SOUTH WINO WALL SEC1,T 3, „_ -p„ 4 FROM: S4.03 JOB N0. 103004 Gamow &oven NATIONAL DATE 8"20"04 201 Campg alining OW Rio Nom% &MO p San Mem CaVromia COX Aso 521-8500 Fax (S1S) 521.858i LIBRARY CITY DWG. NO. A-s i oil g,2, r.r RUG-30-2004 22:52 CONSTRICTION ADM IN 619 231 4138 P.07/18 1'-8" _t CURB DETAIL 3/ '=1'-0" Y 6" :f I1�11-111—I I-=f1l a�1-=11��I��IC=111— FROM: S4.03 JOB NO. 103004 4I ZD Ming Engineers 301 Camino Des Rio Norm sate WO San Diego. CO/anis 92108 5 $-8500 Fex ma) S -BSgt NATIONAL CITY LIBRARY DATE 8-28-04 DWG. N0. 1}S(D`(f2 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LQG # 3057-064 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/16/2004 CHANGE DESCRIPTION: ASI #11.1 and 11.2 - Thickened footings and furrout at wing walls (ASI #11 for zinc "altar" submitted separately) Delete: Add: $8,658 1. DIRECT LABOR HRS. S3,087 Superintendent 0 $0.00 50.00 Project Management 0 $0.00 $0.00 Carpenter - dig/form north and east, 69 $42.88 $2,958.72 place north, per time cards Carpenter - place, strip east curb 3 $42.88 $128.64 Laborer 0 $0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) S0 3. DIRECT MATERIAL North footing/curb (see Invoice) $435 East footing/curb (see invoice) $992 4. DIRECT EQUIPMENT S0 5. SALES TAX MATERIAL 8 EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) S0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 54,514 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Standard Drywall - furrout to bring screen wall in plane to grade at north wing wall (XO and X1) 5805 Standard Drywall - furrout to bring screen wall in plane to grade at east wing wall (X7) 52,415 SUBCONTRACTOR WORK TOTAL: S3,220 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 54,514 8. SUBCONTRACTOR WORK TOTAL $3,220 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) SO $838 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 586 GRAND TOTAL 58,658 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: 69 hours on time cards from weeks ending 8/29 to 10/9 reflect work to dig, form, and drill/epoxy both north and east footings/curbs then pour north area on 10/4/04. Note there is no re -work included for moving east curb forms in early December. East area was poured on 12/7/2004 and stripped on 12/8 for a total of 3 hours. NAME AND TITLE OF PREPARER: )�ij}V4t )Z1Ih1Util Daniel Luker, 1 roject Manager (Jaynes Corp.) ACCEPTED BY: Martin �/ )4'c`5! Manager (deb, inc.) IL E h In 0 0 RI 6D tE WEEKLY TIMECARD Revision Dale; 7IZG73 JAYNES Erv1PLOYIE•s NAME: / EMPLOYEES U : 1\rEI:IS ENDING Lc 1)5 r r JOB NUMBER JOB NAME COST CODE COST CODE DESCRIPTION SUN MON TUE WED THU FRI SAT APPROVED PM ST OT ST Or ST OT S7 OT ST OT ST OT ST OT SUPT OY-oyo 4. C. 4. 310 m)— f2,7c ,s Lida * q y �j(/ 'fi'?Oo �'a'�� C%►h 3t210I j 4LIN •e-X F-IS 5 1 1 1aaca tam-4 .,s W Wr Us 1 0.-T Y(ll- Tj p Or" .P% fA L LM411 ern to ,l 4 r d.d.✓ a 13-0 7 ovs,e, , rs7eo b ob r1A-Ir_ ip/.g 313fOS' 3 A '-r.00-7 .Se a-14 ONTHF LAST rAGE OF THE TIME SHEET, SUBTOTAL THE DAILY HOURS. L /7 f , -7 -a' V EMPLOYEE INITIAL FOR DAY IF NO INJURY ,EMPLOYEE INITIAL FOR DAY IF INJURY OCCURRED (ACCIDENT REPORT ATTACHED) .' . •.. nr SUBSISTENCE; PROVIDE THE AMOUNT PFROAY TOTALST: V� J SUPERVISOR INITIALROR SUBSISTENCE SHOWN ABOVE TOTAL - OT: -= - JAYNEES FAMILY OF CO!PANIES; 2tL 2 Jim Grim WEEKLY TIMECARD Revision Dale: 712403 EMPLOYEE'S NAMI: : u ,54:r% ENIVLOYELS If WEEK ENDING • . J013 NUMBER J013 NAME , COST . CODE ' COST CODE DESCRIPTION SUN MON TUE WED THU PRI SAT APPROVED INITIALS ST OT ST OT ST OT ST OT ST OT ST OT ST OT Sli.: e,i/00 4. c . z_ . /5-,,,it ei e.," 6, )(CI a ',or...Irv...1.5 Al • 11111 PM .4., 1 I /1/102 re_...T.5 e.62.4 i z . 4- _.,)z-2.0..,- 0....,26,,,..• vi- . . . . ...,...: 2 f„... , ,131)94 iirt-vt -11-v-tri -i-hdc eC--9C:' - - P6I a alikek y e- 0 lc cvy 4 12:-A5 t Ac.... I4.—, 03 -07 ,b3-yit a tis e- 00-71Z ',ere o,. m 41- - -)••• V ----v- Ofi THE LAST PAGE OF THE TIME SHEET, SUBTOTAL THE DAILY HOURS. a La / '-d• 6 171 8 L. r.,..,,,,,R, INITIAL FOR OR‘f IF NO INJURY j .ftC(/ j /14.6,jitte, \iPte/ Jiti.,C, emnoyFr INITIAL FOR DAY IF INJURY O(:GURNEE, I ACs DENT REPORT ATTACHED) (Pt SUBSISTENCE; PROVIDE THE AMOUNTPER DAY TOTAL ST3 SUPERVISOR INITIAL FOR SUBSISTENCE 'ATN ABOVE ',.:zii''i TOTAL QT. i • ;t'!::,'-':. . ..., . , . Cfrn 03 (L. m `3,-• --C CI> -n C. -11 0 m CD 03 03 03. 03 (I) 0) m M. 03 JAYNES CORPORATION OF CALIFORINA WEEKLY TIMECARD Ha vision Dale: 1!2O T JAYNES LIAPLOYLL'S rIAME ,� V EMPLOYEE'S 1! : WEEK ENDING: r 1 ll JOB NUMBER JOB NAME COST CODE COST CODE DESCRIPTION SUN MON TUE WED THU FRI SAT APPROVED INITIALS ST OT ST OT ST OT I ST OT ST OT ST OT ST OT SUP PM 011'Qyd n•C•L I/BSI'{. -1)-i/r l `OA - t? --' 1 ' 'lc 31c.,157 Y1 f f1-.04' ' t -t. ,%b-'2. 31S .1,i 17E' -14r. .54,9. Li nY- --- --- --- -3 ---- y1u05- V eOv- Aye. --- - `34f 3t$ '( ii9! ,dU,,c23041K je,A,w,.+S.S v TJ I1 O F 011 THE LAST PAGE OF THU TIME SMELT, sUDTOTAL THS OAILY HOURS. 4AN 7 • 0 o 4.Ui Pr o -' , EMPLOYEE INITIAL FOROAY IF NO INJURY J J fie- EMPLOYEE INITIALFOR DAY IF UMW( OC.CUTZRED (AOCIO[NT REPORT ATTACHED} TOTAL ST31 TOTAL OT: SUBSISTENCE; PROV IDE THE AMOUNT PER WAY .. "J 4_ SUPERVISOR INITIAL TOR MID SESTFNCF SHOWN AROVF UJD a_ co a�. 0 3 Yt, .a a on. F'-U cn uJ -. rA • JAYNES CORPORATION OF CALIFORINA WEEKLY TIMECARD Revision Dec712WJ • a vL EMPLOYEE'S NamE:SgIV4C-oc tftXy+rl�+�'q�Is EMPLOYEE'S A WLEI( LNDIi4G ; --� JOB COST COST CODE SUN MON TUE WED THU rRI SAT APPROVED INITIALS PM JOB NUMBER NAME. CODE DESCRIPTION ST OT ST OT ST • OT sT OT ST OT ST OT SUP pry-pcfz :itia, t isba IesI.n ■ IIIM ' cy,‘", A..-..) a' ON'iHE UST PARE OF TftE TIME SHEET SUFiTo'T1N. THE DAILY NdUfts. 8 � _ & �_� 8 � - -' 1'"` DAY P NO INJURY r r ti Sr1 sS�4 EMPLOYEE fl&L L FOR TOTAL ST-32, EMPLOYEE iUIfUL FOR DAV IF INJURYOCCURREO (ACCIDENT RFPORT ATACIIEO TOTAL OT- SURSISTENCE; PROVEN,_ THE AMOUIIT PER D+IY . -^^,•^ 1 SUPERVISOR 1NRCAL FOR wr a 0- a.a JAYNES CORPORATION OF CALIFORINA WEEKLY TIMECARD Revision Dale:7/2003 EHSPLOYLE'S I! : VJM< ENDING : .1- 0 JOB NUMBER J08 NAME COST CODE COST CODE SUN MON TUE WED ` TIIU FRI SAT APPROVED INITIALS SUP • PM -7`' DESCRIPTION ST DT 5T OT 5T OT ST DT ST OT ST OT ST OT Q i� �y C •L• Gage,. s `/ :Li • q Y r/! ,' . ,Tle:los) `s� C.1 A c.., 1 R ___F, ' 3151"Li f G1 s 't 13lriooz 1)64C_F- �g/rto (�.Gh _I___lh� .34F1o`£ 3o---Po-cf _ Vl M nd s 3 - N N ix,/.4-GC_. t - 17 p li vfC, uj tiros- f=/x Q S ite uc . 34tt 1 /.40 ,i30D3 560?"1 fle011 Yogi Oi1THE LA57 PAGE OP THE TIME SNIFFS, SUBTOTAL THE DAILY HOURS. K EMPLOYEE INITIAL FOR DAY IF ND INJURY l/ / // // /U� '2/ Irma. FOR DAY IF INJURY OCCURRED IACCIDENT REPORT AT7ACHEO) 70T711 5T: EMPLOYEE 6Uk1StS7Et�£; PROVIDE THE AMNT PER D1U7 TOTAL OT: SUPERVISOR INTIAL FOR SURStSTENCE SHOWN ADOVq N CB 0 a JAYNES CORPORATION OF CALIFORINA . WEEKLY TIMECARD Ravlllon Dale NZRJ7 EMPLOYLE'S NAME . EMPLOYEE'S 11: WEEK ENDING : 4,5tir� Ufa JOB JOB COST COST CODE SUN MON TUE WED THU FRI SAT APPROVED INITIALS SUPT PM NUMBER NAME CODE DESCRIPTION ST OT ST OT ST 07 la OT ST OT ST OT ST OT a -0 a 111111Nagillilli j �1 r•t i‹ e.'>�n nnn IL a FA I �..� !-.. I. r' o7 p 4 a...Is- ■IV) r„ _ o/300 , — — i'' rLz oa di r", _ E .4v1I f I J, n J _ J‘,: 1.003 r-t$J) 5 n 2 ,« ao-,n E'.14/ II I nn'i n■ linnnn III .■. ON LAST N T IIIIIIIIIIIIIIIIIII PAGE OF TTIME EF, SUBTOTAL THE TIE SHE ..III n DAILY I ICU R.S. nnn�'nnnl�nn nna--n I rr z ,�'.h. EMPLOYEE INITIAL FOR DAY IF NO INJURY nV rd/f f/ppJJ [` 1/41 Pi'Y I TOTAI- 51: EMPLOYEE INITIAL FOR OAT F RiJURY OECURRED{ACCIDENT REPORT A TTACHFO) SUBSISTENCE; PROVIDE THE MOUNT PER DAY TOTAL 0 (' - - UPGRWSOA INTIAL FOR SUBSISTENCE SHOWN ABO,,E JAYNES CORPORATION OF GALIFORINA WEEKLY TIMECARD Re ticion Date: 7/2003 1AYNEL EI,IPLOYEI-.s NAmE : EMPLOYEE'S WE ENDING : _W/O JOB NUMBER JOB NAME • COST CODE COST CODE SUN MON TUE WED 'Diu FRI , SAT APPROVED INITIALS SUP PM DESCRIPTION ST • ST OT ST OT ST OT ST OT ST OT ST OT I.� @ Q[Aw"On• S ■ L iA a. ■Iro,-% ii"4 `b { NM 111 I■ •• THE LAST PADEOP SHE'MAE RIIFF:T SUIITOTALZHT DAILY HOURS. ♦ 6 8 c7 Av 8 /r JJ E9rw� EMPLOYEE IMTIAL FOTI DAY IF NO INJURY Cr4 --,,-.Ail EMPLOYEE INITIAL FOR DAY IF IIUURYOCCURRED (ACCIDENT REPORT ATTACHED TOTAL 5T: SUBSISTENCE; PRDV>oE THE AMOUNT PER DAY TOTAL OT• SUPERVISOR INITIAL FOR S UBSf_STENCE SHOWN ABOVE 619-336-0322 Jim Grimes N In 0 0 WI VI I L,Iv yr I.NLII'VRIIVH WEEKLY TIMECARD Revision Date: 712003 JAinES EMPLOYEE'S NAME : EMPLOYL=I='S it : WEEK ENDING : 9A/aV JOB NUMBER JOB - • NAME • COST CODE COST CODE DESCRIPTION 1"10)'1 -M+-S -M8N 1,0cA •—r/tvrf -WEB hrtl -9•}H FRI SAT APPROVED INITIALS S PM -€4 --4E ST OT ST OT ST OT ST OT ST OT ST OT ST OT 6�bA ��] rf 31G003 reTj-/e,^ g 02 1.7l am/ c„--3tS(..3D,..`t-5i-f! c Fp,•w't ,2 3)3i�-3 41-tattsb yovi E/z raDf ! I \3��r3:�3Egt¢tj G,}/yo�7 (l.S @ c,l,,/�Iri 3/3003 i". // /4t, I.f 3 6 31(0o01 c.s on ,,9--"4 1( l 11 • • - -r-- ON THE LAST PARE OF THE TIME SHEET. SUBTOTAL THE DAILY HOURS. 6/ 6/8 /8 / ...;..:.. !S ,:¢: EMPLOYEE INITIAL FOR DAY IF No INJURY (j /VAjp iI 4' 1 / (1./ t/ EMPLOYEE INITIAL FoR DAY IF INJURY OCCURRED (ACCIDENT REPORT ATTAcHED) _6 TOTAL 5Y; ,- SUBSISTENCE; PROVIDE TIIE AMOUNT PER DAY TOTAL OT.' SUPERVISOR INITIAL FOR SUPSISTENCE SHOWN ADOVE .. 0 .o. 0 Iz Jim Grimes NLs UUKPUKATION OF CALIFORINA WEEKLY TIMECARD Revision Date: 7/2003 JAYNES LMPLOYL-L'S N7\MC T 74C Gi,.}-r d L 01. LMPLOYLL'S !I: WCEIC I NnING 9�z7o5/ JOB NUMBER JOB NAME . COST CODE COST CODE DESCRIPTION rnoA -StJNV- -MFYN v -T-4f 77iu✓. WED gK( FRI SAT APPROVED INITIALS SUPT PM THU ST OT ST OT ST OT ST OT ST OT ST OT ST OT oq- N /n1 14. C-L _3I(r0o i) re..SJ(04,_„1' 3- 8 it j r @ r. 1< i 6!-s730 '%` - . ram 234-,,,,.4 Crz__. 1 .31�:-C;_0 70�74 Af /IZ°�✓t0k / ` W 3,3,03 torzfq 1 A//0 v f eA, /4.1.11/s 2 313003 rwl l.,ix i► S 3 3f La03 C7 e ., 2i L K iQI?'n qs ON THE LAST PAGE OF THE TIME SHEET,SUBTOTAL THE DAILY HOURS. 6/6 / /8 / EMPLOYEE INITIAL FOR DAY IF ND INJURY R.k °y (A 21M q� I (�(6 EMPLOYEE INITIAL FOR DAY IF INJURY OCCURRED (ACCIDENT REPORT ATTACHED) TOTAL 51' SUBSISTENCE; PROVIDE THE AMOUNT PER DAY TOTAL OT: SUPERVISOR INITIAL FOR SUBSISTENCE SHOWN ABOVE wasp paztJoy4nd T6ELL21'619T JAI,.cS CORPORATION OF CALIFORINA WEEKLY TIMECARD N Revision Dalo: 7(2003 N 2 16194277391 In O co N 619-336-0322 2 v- 0 t O N EMPLOYEE'S NAME : 1?%IC4,,4----Ct Yr' `C t r e Wv,Ev1PLOYI_L'S EEKnl 11 : 9 !� Eex �Duac JO13 NUMBER JOB NAME COST CODE COST CODE DESCRIPTION SUN MON TUE , WED TNU FRI SAT APPROVED INITIALS SUP M ST OT STb OT ST DT ST OT ST OT STLOT ST OT 01{-0 y0 L 4. C _ 3IOo3 // e. N, (I/.- (r•.,ra // CJ 6 7 // c44,- .- o{ ✓ or-tt For , C.,;.'rus �j• ' l� 0LI oNZ C'�,�f�,� a ^3 to 4,t,.,41l5 s3 333-3c -) / w,q./ /4 n L y p I ON THE LAST PAGE OF THE TIME SHEET, SUBTOTAL THE DAILY HOURS. 5 8 a E 7 : ,: L- EMPLOYEE INITIAL FOR DAY IF NO INJURY ( Mil ,{� /,� I �'7" l �� �j j ', ( /f jy{ • t ' f /(/71 EMPLOYEE INITIAL FOR DAY IF INJURY OCCURRED (ACCIDENT REPORT ATTACHED) TOTAL ST:3 J SUBSISTENCE; PROVIDE THE AMOUNT PER DAY TOTAL OT: Z SUPERVISOR INITIAL FOR SUBSISTENCE SHOWN ABOVE - _ ' J.U' .J i. UIlT U KN I !UN UI- l.hLll-UI<IIVR WEEKLY TIMECARD Revision Dale: 7/2003 Ia.il'I Ci 'l I ':, I1AZL11 Vdl l:l< rILLI `Jl; r•le incj / JOBJOB NUMBER COST COST CODE SUN l0.jy MON TUE `.WED TI IU FRI SAT APPROVE[} INITIALS NAME CODE DESCRIPTION ST OT ST OT ST OT ST! OT ST OT ST OT ST OT D 010 ✓I e_.. /. SUP PM . 3 13 a03 S 71,. %/4 Z.-✓a l/S -3 / \ 3(?/ oo Alec. _S / ;n �VcAa�t.LIE_r���.YA \ z (c, 1S-1-41 s Q a / NLtiz-.. — "Si -Sc..:,-5 /IS ( — /(. 1 3) WO fee-i4ore- . I poor L cJ pr ( • ON THE LAST PAGE OF THE TIME SHEET. SUBTOTAL THE DAILY HOURS. �/ JGU7 EMPLOYEE INITIAL FOR DAY IF NO INJURY �!8 < CJ M4k) /��) (, i+1/1 /(,(�' "j/ /J r/ Pv/✓ (.Li(/4' EMPLOYEE_ INITIAL FOR DAY IF INJURY OCCURRED {ACCIRFNT REPORT ATTACHED) TOTAL ST yD SUBSISTENCE; PROVIDE TIIE AMOUNT PER DAY - TOTAL OT: (SUPERVISOR INITIAL FOR SUBSISTENCE SHOWN A(10VI J •'VES CORPORATION OF CALII UNINA WEEKLY TIMI, CARD H rvisjon Dalr._ 7/2003 JIVES LLiI'I LYYI I Il,1.11 l'JI.Lh I.h)I III.1G JOB NUMBER JOB NAME COST CODE COST CODE DESCRIPTION SUN MON TUE ST OT ST OT ST OT OtI DLI a It • 2. 1- '. --Ac,W() 45— ef0 t6,11 k m,-k I 31:- 3W 4-5 f - l 1 . (D0,,2!-Is. 31300 /00 S ' 4 S S ' ziL- z- y_S /7'J p FP-C S I I 3/(PCC) O'j/� / j04,.., 1.5� ,3/(o0o2- y%'� �- Z 03-040 fla(A/A-/. c/ly oFF"C-.e,. y ON THE LAST PAGE OF THE TIME SHEET, SUBTOTAL 1HE DAILY HOURS. EMPLOYEE INITIAL FOR DAY IF NO INJURY EMPLOYEE INITIAL FOR DAY IF INJURY OCCURRED (ACCIDENT REPORT ATTACHED) SUBSISTENCE; PROVIDE THE AMOUNT PER DAY SUPERVISOR INITIAL FOR SUBSISTENCE. SHOWN ABOVE e, 1 )0„2_41,/}5• —L_iOc THU ST OT FRI ST OT SAT ST OT APPROVED INITIALS SU PM l/ 0 TOTAL ST:2- TOTAL OT: JA" S UURPUkA I !UN ul l 11LJl UI INtl WEEKLY TIMECARD Revision Date: 7R00J L11'1_(l11 I ':; fI \'[I_li r JI)0iC JOB NUMBER JOB • COST COST CODE SUN MON TUE VJED TI Ill FRI SAT APPROVED INITIALS NAME CODE DESCRIPTION ST OT ST OT ST OT ST OT ST OT ST OT ST OT SUP Qy-otio 0 • c.z- 31D1 QS— �p4c. „S-70 `1 c . . 2. 2 / //// � 3(3003 5-71)-; / , fuR--=— 3I •'r 4-.5 / /7. / l 319ZOO ... ( .l 2 I I 1 310/oq( G.4�c2u S. D.C� F� - H r I (Soro yr� ✓J �ot , �� 1 — i O2z0it6 ,,.1W 1 1. - 'v'9c' Y X -X ON THE LAST PAGE OF THE TIME SHEET, SUBTOTAL THE DAILY HOURS, 8% ( Q, g EMPLOYEE INITIAL FOR DAY IF NO INJURY /f / ( _- ( ( - 4 EMPLOYEE INITIAL FOR DAY IF INJURY OCCURRED (ACCIDENT REPORT ATTACHED) TOTAL ST: (/ SUBSISTENCE; PROVIDE THE AMOUNT PER DAY TOTAL Of: SUPERVISOR INITIAL FOR SUDSISTENCE SHOWN ADOVE . t\5Z l VULCAN MATL'S SAN DIEGO REGION P.O. BOX 309F3 SAN DIEGO, CA, 92163 PHONE.: (619)-298-0551 P.O. BOX 2950 • LOS ANGELES, CA 90051-0949 (323) 258.2777 JAYNES CORP OF CALIF. 8530 LA MESA BLVD., STE, 306 LA MESA CA 41941 Vulcan Materials Company REMITTO: FILE 55900 LOS ANGELES CA 40074 DATE 04-0 c t-04 INVOICE NO. ACCOUNT NO. 1 44750 PROJECT NO. E24076 65 160860 DELIVERY ADDRESS LOT/BLOCK PURCHASE ORDER NUMBER. TERMS J*4040/1401 NATIONAL CITY BLVD J#KG04040 NET 30 DAYS • DATE SHIPPED QUANTITY MATERIAL PLANT BEuvEriEonLXET Nur,�aFR UNIT PRICE TAXABLE EXTENSION NONTAXABLE EXTENSIO 04—Oct-04 04—Oct-04 04—Oct-04 04—Oct-04 4. 00 1.00 4.00 1.00 • 3000 PUMP 4" ENV I RO FEE/LD #860 PEWTER RMC MIN LOAD CRG SUB —TOTALS CNTY 7.75% OCT 121004 JAYNES CORPORATION OF CAUFORNIA 22 22 22 22 1592001 •1592001 1592001 1592001 • 72. 07E 8. 00E 14.25E 50.00E 288.28 8.00 57.00 50.00 403.28 31.25 Approved. y DANIEL_I NVOICE TOTALMATL TOTALRMC TOTALSALES TAX " 434. 03 4. OO INNVOICE 31 . 23.TOTAL.- ( 17 ) JAYNtS CORPORA I ION OF CALII=UIZ(NA WEEKLY TIMECARD Rcvjs!nn l) Le: 7l200:1 Nth -01 14lvv ES rMpi nvrr•c NJ ME EMPLOYEE'S 11 : WEEK END!NG : rj ,)T I h '. V 1 JOB NUMBER JOB NAME COST CODE COST CODE DESCRIPTION SUN MON 1TUE , WED THU FRI SAT IAPPROVED ST OT ST OT ST OT STT-OT ST OT ST OT ST OT SUPT L , J ✓ PM Neu-' a -Pc; ce —__.,.� 64040 N C . C. ( - zl C4! � +.\) -/ I� C.lakA. * ter' (c 54� � P 3 � l.rLs Tc� C.. tOcs2 Prtare-,. Lle6,-- 2 ' ')zzbry 5 :13c4.3 1:oNaee OAK,— c e S 3 31100 Ckk\1ev- Meek PA() ON TH ,AST PAGE OF TiiC TIME SHEET, Siui3 T OTAL Tkr DAILY nouns. f % � ': i" is X i � -?, "Y ::•: ••:•.••• EMPLOY r INITIAL ron DAY :r 1JQ .• If.,... • ' 22I:O'-9EE-6i -"'• 'L•. "".,".-, V,"�.•i .. ,- vigil v..:,�,:u ii li. 'll I'I:1-V1(I 111!/1I.III-VI 1 12/16/2'004 12:54 619-668-4090 KVAAS CONSTRUCTORS AGE 01/0i VULCAN NAIL'S SAN DIEGO REGION P.O. BOX 3098 SAN DIEGO, C. 92163 PHONE (619)-298-0531: P.O. BOX 2950 • LOS ANGELES. CA 90061-094,9 (32 )258.2777 Vulcnn Materials Company REMITTO, FILE 55900 LOS ANG ELES CA 90074 JAYNES CORP OF CALIF. • DATE 8530 LA MESA BLVD.. STE, 306 LA t'tE5A CA 91941 ACCOUNT NO. 07-D2c-04 INVOICE NO. 030161 44750 PROJECT NO. 1 160860 DELIVERY ADDRESS" LOT/ BLOCK PURCHASE ORDER. NUMBER TERMS.' :.`: I1t404O/ 14G1 . NAT IQNkh. QUY BLv_p . , .d#KG04040 _ _ NET 30 DAYS ATE SHIPPED . OUANTrr ," MATERIAL.. PLANT °1= :"UNITPR10E :' T*xAetgmtg,W y ry��,rorppjegkrRn6 w 17-Dec-04 17-Dec-04 17-Dec-04 17-Dec-04 17-Dec-04 9.50 9.5C 1.0C 0.0C 11.5C 3000 PUMP 4" *860 PEWTER ENVIRO FEE/LD POLARSET DELAY TIME SUB -TOTALS CNTY 7.75% 22 22 22 22 22 e,a•o-o m r.+ p W L) W C.J :J 1.1 tJ P?ty t.7 • O OC?00 • rotnrorom 72.07E 14.25E 8.00E 0.08E 1.00E 684.67 133.38 8.00 81.47 11.50 921.02 71.38 INVOICE TOTAL MAIL TOTALAMC ' TOTAL SALES TAX 1`r VLE10 N_ T/lL 992.40 9 .5q 71 . 38 _1!i Ynlh l IJ 1Jr URA TIl IN (IF r'AI II-,, INA WEEKLY TIMECARD Revision Mlle: 7/200:1 6.5\ LIVIPLO 1 LL a IJAIVII_ EMPLOYEE'S a VJEE'A ENDING ; JOB NUMBER JOB NAME COST CODE COST CODE DESCRIPTION SUN 121b MON Mil TUE , 12K'. WED.. i741 THU Izlto FRI SAT APPROVED INIT ALS . PM ST OT ST OT ST OT STI OT ST OT ST OT ST OT SUPT 0toita A) C ( 3150°3 e<�gc 4oile.. Ck.1)e�- S ''3Gt. , 31-a003 pre or-),, 5 2 a 3-2V 4..}=tI C0a-k5 .5 113, o. ,1te„, meci� _L 3 t� L Lt300.3 .`t`e:l--c Le (s} I"i,4) 1 Y• I i.. _.. ..�___... _._._._—. _.. L (4 tug. L4I I pane or rur rq.Mr Curer. [I lllrnrpl, ri r ()AK V Linl lnc •V Y1 �, V ^+v' �, `/ Q r �^ rI Irv;, EI1/' 1.4 Er 111I INL t Lfl* r%I 11 V IIVJOts 1 i r,ivr v. I ::' f '� r 1 .. i1i:'--- .._ ,•. I..rrwr.. �w•a...I .. r. �....r.. • ......r. i 1 err.. ..1I....1 .. I.. .. • rit rt�v...vr-... .. uu_ ' I.v.r r..�rrr•�ur.r r emir IIVI.Lti is /V 1 Y• 3 0 7 3 ID N 22EC-9EE-6I9 0 `I NI IYLV IJ Ul IIJn /l 1Al'IJI\1 1V1V WEEKLY TIMECARD Revision Dale 7r?fIDa MA. .,Egi4 JAE ES r. nnni nvcr c nl nr.nc . / I .1. �.• •_.. �. pi LI.IX1 I.14turlAE I.MPLOYEF.'S II : I NIEEI< ENDING : l 4 L JOB NUMBER JOB NAME COST CODE COST CODE SUN MON TUE WED THU FRI SAT APPROVED INITIALS SUPTy . DESCRIPTION ST OT ST OT ST OT ST OT ST OT ST OT ST OT C -1C3o N CL. 31S�d1,3 •Etge °1o\rne,. c1,,.\1Q;- . 5-3 . �1� yPM 4u 313A03 p ,Netz,A rv..-S 2- 2._ 1cc 3,-z1o�1th e u r () S CL,d x 36.-7Zi IJe() c ['/11,.c S- D t(o-to N c. c_., ,Ploc.) CIS,\le- M&tom Pc,.A 1 3 313663 Teilt-cacc_. C6 e5> '3 1,JO U� 'J(i.L- „rrT II'LAST PAC Vr Tr r T.r rlrrf'—'_._..n.l Tllr r�n11 V t\_[G. Y i� .Y. Iv- Ci/'X : Y. ` Y :.:.::: :. "r.' 1 1 1•Illl . 1111: I EMPLOYEE INII IAL I°UK uivr 11• NU INJUI(T _ __ _._ .... .,_ n r'1 _. l I 1 am, " "Y !.l i n it 1 •. i $ _ ...1,—, = n . \ IIII_ - 1'::, uuI nv._c...uv. .r. %_ ___ _ __ 1._.._ 141 4Dl/UJIS1LNUL;I•IIUVi L Inl:niJ VIV1 i' R 1 sawtJ9 wtr 22C0-9EE-619 JOB NUMBER oq Ea NI, JO JAAI7ES • •• �, sr, / /vlv yr L.t-1L11•ui-oNf4 WEEKI YT!Mr_-CARD Revision Dnle: 7/2007 T JOB COST COST CODE SUN NAME CODE DESCRIPTION OTILL"D DT n,_ I COI'd S ■LMI _ _ 3 \ .0 _ R —has NCt— 1:-° 1t L — -111111111 1411111110 19■ 111 EMPLQ' EE NAME ME I1• • IV/l1YIL EMPLOYEL'S 11 : %V I. r..,,..�,. L',. L.IVIIIIVv `31-z.to -1 ON THE LAST PAGE OF THE TIME SI fLET, sUnrnyni_ THE DAILY :lc ,T. EMPLOYEE IWIT1nI. cop r,nv :r "I/J I;;Ju'Y �-•�•• - +-,/•/ //nL i=Uii DAY IF iN.IUnY nCrl (Horn Stiu:n:. it Ula"`ll lr1Wlt Ale 0;1 T1IU ST OT 12-11-43 APPROVED FRI SAT INITIALS ST OT ST OT SUPT PM 1 fl I— '--•-1J 1 iLk i s 1. XI R 1 \./ 12 i V I 'i•--'-i-•V--==—i Irv-. vc.r�• i li •:, iii;t I _ I I I I I , I. I I I 'TOTAL OT; iL. th -14 0 L7 0 L. 3 3 a?E0-9E6-619 11/28/2004 18 34 FAX 813 443 7065 STANDARD DRYWALL INC. I¢J001/001 SDI STANDARD DRYWALL INC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING ETFS CORPORATE OFFICE: 9902 CHANNEL ROAD F.O. BOX 780 LAKESIDE, CA 92040 P H 619.443.7034 r; X 619.443.7065 ADorr1ONAL OFFICES, juCSON, AZ CORONA. CA JACKSON, WY SALT LAKE CITY, irr LICENSES, CA #444828 NV #40785 NM #85263 OR #111655 AZ #127644-8 UT c95-2879o.-5501 III #13666-AAA-4(1,26,47) CONTRACT REVISION To: Jaynes Corporation of California 8530 La Mesa Blvd. #306 La Mesa, CA 91941 Attn: Terry Rowland Date: 11/29/04 Job#: S2682 Your #: KG04-040 Fax: (619) 668-4090 Job Name: National City Library Job Address: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes from plans and/or specifications or contract. Terms and conditions of original contract are fully applicable to this revision except as otherwise specifically stated herein: Revision #: S2682 — 04 Revised Scope: Create curved wall for Zinc screen wall continuation between XO Line and BB Line. Labor: 10 hours @ $49.00/hr. Material: Overhead & Profit @ 15%: Total this change (round off) Original Contract Amount Previous Revisions Net change this revision Revised contract amount $ 490.00 $ 210.00 $ 105.00 $ 805.00 $ 727,200.00 $ 0 S 805.00 $ TBD Approved: S; dar. Dryw. 1, Inc. Approved: Jaynes Corporation of Ca By: , / '1 By: Titic: Robert E. Caya, President Title: Date: Date: 11/29/04 11/231,2004 18:35 FAX 618 443 7065 STANDARD DRYWALL INC. U 001/001 SDI STANDARD DRYWALL INC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING EIFS CORPORATE OFFICE: 9902 CHANNEL ROAD P.O. BOX 730 LAKESIDE, CA 92040 PH 619.443.7034 FX 619.443.70655 ADDITIONAL OFFICES, TUCSON, AZ CORONA, CA JACKSON, IVY SALT LAKE CITTw, Ur LICENSES' CA *444328 NY *46785 NM *85264 OR 6111655 AZ #127644-8 UT 095-257402-6501 ID *14666-AAA-1(1,26,47) CONTRACT REVISION To: Jaynes Corporation of California 8530 La Mesa Blvd. #306 La Mesa, CA 91941 Attn: Terry Rowland Date: 11/29/04 Job#: S2682 Your #: KG04-040 Fax: (619) 668-4090 Job Name: National City Library Job Address: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes -from plans and/or specifications or contract. Terms and Conditions of original contract are fully applicable to this revision except as otherwise specifically stated herein: Revision #: S2682 — 05 Revised Scope: Furrout beam adjacent to X7 Line, out 2 %2" revising wall curve. Labor: 30 hours u@ $49.00/hr. Material: Overhead & Profit @ 15%: Total this change (round off) Original Contract Amount Previous Revisions Net change this revision Revised contract amount $ 1,470.00 $ 630.00 5 315.00 5 2,415.00 $ 727,200.00 $ 0 $ 2.415.00 $ TBD Approved: Drywa , Inc. Approved: Jaynes Corporation of Ca By: By Title: Title: Date: 11 /29/04 Date: SEP-17-2004 10:42 CONSTRUCTION ADM IN 619 231 4138 P.02/03 ;AIADocument G709' - 2001 oinkChanges Proposal Request :PFsOJECTj iiMe aria ifdress): '.( action 1;at1i::Pttliti F; hoer• 140L National C.ay 51vd :. .• hiatiitUI City .,CA 91.9S.Q' ' OWN01104rnle fitd accuse -L;tF,trI;�31�i tapYq 4 C t `Rr enaL0.0): A =91 FROMARCHITE4_`T'ir a *address): farierJ;ohnsoit .;; .,, .13011Third Avc iuc;,:;:.• • : Sah Diego TO0NT4CTQR`(Oruri aiid address): _40•4 s;'CrorpoiaitibriG'ene{ptContractors La:IViesa, CAi9't9. .>'.: r ': 'Please stiy iip# q pmized proposal:(or''changes in the Contract Sum and Contract Time for proposed modifications to the Contract;Dg itgeats' described hier"ein. Within Ten (10 ) days, the Contractor must submit this proposal or notify the JtErCiitect; is:writvig df the dateaon.which proposal submission is anticipated. OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD CONSTRUCTION MGR., MARTIN GASEY, D.E.B. PROPOSAL REQUEST NUMBER: 008 DATE OF ISSUANCE: September 16, 2004 CONTRACT FOR: General Construction CONTRACT DATE: X X X X X X ARCHITECT'S PROJECT NUMBER:4486.01 TH151S44OTEA CHANGE ORDE CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WrrH THE WORK .DESCRIBEDINTHEPROPDHEET# ODIOICATIONS. `DESCRIPT1OM_(In:eerOik.iitierr.descriprion of the Work): ....... .. . Supply a price to, provide;a1I aiattitial and labor to Extend Fin Wall at Gridhnes XO & A per attached Detail 4/S4.03 • :'ATTACHMENTS:{.E i fiutached documents that support description): PR 008 SKI,°47S4iO3 THE ARCHITECT: (Signatu CAk&-z1DQc1 L, pJ`i (Printed Pt name and or) AIA Document G70a. - 2001. Copyright 01993 and 2001 by Tho American Ina me otArohilects. AU rights reserved. WARNING: This AIA` Document is protected by U,S. Copyright Law and International Treaties. Unauthorised raproductian or distribution or this Ale Document, or any portion of it, may tesuit In severe eh/nand criminal penalties. and will be proaocutad 10 ttto MaX dlum extent possible under the law. Thai document wls produced by AIA animate at 17:2202 on 09/16/2004 under Order No.1000107577 4 welch expires an 3122/2005, and is nal tar resale. User Notes: (599209086) 1 SEP-17-2004 10:42 CONSTRUCTION ADM IN 619 231 4138 P.03/03 NOTES: 1. REFER TO 8/S4,02 AND 10/S4.01 FOR ADD'L INFO_ 2. D0 NOT CUT SLAB REINFORCING DURING INSTALLATION OF WALL DOWELS. #4 112' E.W. DRILL At EPDXY (14 DOWELS 0 12" Q.C. w/8' EMB. USE HILTI—HY 150 (PE '+ ICBO (5193) OR SIMPSON SET (PER ice %5279) ADHESIVE. #1 DOWELS 0 18' x 1H^ S.O.G. PER PLAN . #4 0 12' 8" Q. " 4" MIN - 1.0 (3) #7 T&B B. TIES 0 12" \ 1'-- 11" FROM: S4,03 JOB NO. 103004 C 3131 Camino Det Aio NorUL Suite t O San b oDo. Cel,Yornis 92g8 t619W 52i.9S0O Fax t6191 527-8531 NATIONAL CITY LIBRARY DATE 9-13-04 DWG. NO. 3Ovf3-<SK1 TOTAL. P.03 101 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG $ 3057-038 CONTRACT: 5 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 10/14/2004 CHANGE DESCRIPTION: PR #8 - Extend wall at Gridlines XO and A Delete: Add: $5,792 1. DIRECT LABOR - see attached spreadsheet HRS. $1,916.00 Superintendent 0 50.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 $0.00 $0.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) 50.00 3. DIRECT MATERIAL - see attached spreadsheet $952.00 4. DIRECT EQUIPMENT (including pumping - see attached spreadsheet) 51,429.00 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 lino! already included Line 3) 50.00 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 54,297_00 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Pacific Coast Steel 5755 SUBCONTRACTOR WORK TOTAL: $755.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 54,297 8. SUBCONTRACTOR WORK TOTAL 5755 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5682 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) --- 557 GRAND TOTAL $5,792 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITI 'DF REPARER: Daniel Luker, Pro Manager (Jaynes Corp.) ACCEPTED BY: Marti i nstru r (deb, Inc.) Oc't 12 04 09:36a Martin Gabe y 619 336-0297 61922431853 PCSBACKUP PCS ALTERNATE FAX6192431853 04:24:29 p.m. 10-11-2004 2 12 PACIFIC COAST STEEL, INC. Contractors License #: 645574 7155 Mission Gorge Road San Diego, CA 92120 Contractor: Jaynes Corp Job Name: National City public Library Description: Extra #: 7 PR #008 Extend Fin Wall @ Grid Line XO & A Phone: (619) 286-3405 Fax (619) 286.3603 Date: 1011172004 _- PCS Job #: 04S-024 Rebar 250 LB's @ $ 0.45/LB $ 113.00 Labor Impact: 4 Man Hours @ $ 61.50/Hr $ 246.00 Detailing: 2 Hours @ $ 65/Hr 130.00 Delivery: 1 $ 159.00 /Load Sub Total = Profit & Overhead @ 10 % & 5% Sub Total = Bond Fee = Total Extra To Contract = Page 1 $ 159.00 S 648.00 S 100.00 S 748.00 $ 7.00 $ 755.00 SEP-20-2004 15:45 CONSTRUCTION Argil 619 231 4138 P.02/03 IA Document G7091" - 2001 rIF: Changes Proposal Request "PROJECTtWarne nd;ilddress): National City(•PubhL L`•ibrar,y ;: ::; _2:401;Nadaiii] Git3rBud :i; :TVaaQdiit ty ; r3 : 91'J 1G43 Natib a3 City. B1Ndu' nai'�5's}F• .�A FROM ARCHITECr(Kame nd'lyddrest)t :.:... 13:Q.17fiird'Av�riiit ,,'SAnPiego EO,C.tNRACtO�lutNz&bird address): <J y............................ a<Mea C, 9d: _;I .. . 'aease;:siibaiiil atziternized prgppial;fo-rchanges in the Contract Sum and Contract Time for proposed modifications to the ..Cpntiaei:Doeitedltifa;:desctihed herein. Within Fourteen (14 ) days, the Contractor must submit this proposal or notify :i}irs,4ichiti ct, nsivri(itig, of'{lte.datc.on which proposal submission is anticipated. X X X X OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER PROPOSAL REQUEST NUMBER: 09 DATE OF ISSUANCE: September 20, 2004; CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486.01 TRIOS' NOTA:CHANGE ORDgR A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK QESCRIB EDINTHE.PROPt)SEceibb1FICATIONS. DESCRIPTIObi.fIrrre4:4a n(rfekamdescription of the Work): Provide pncing_to reverse t p .shelving orientation as indicated on the attached clouded details. The revised shelving oricntation:is:foi+.C/A5.14 and WA5.14 (Collections MedialChildren's Collections -Enlarged Plan). ATTACHMENTS_( isl'ailached documents that support description): PR 009 SK-1 , Revised detail A5.13 1 THE ARCHITECT: (Signdlure) Grit ofe L • 1J y (Printed name and title) poe.C.t4 AIA Document G709TM — 2001. Copyright 01993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AleDocument is protected by U.S. copyright Law end Inlarnatienal Treaties. Urmuthotimd reproduction or dictributian of this AIA° Document, or any portion of it, may result in severe Ball and criminal tenahisa, and will by pro*0 uree to lte maximum extent posstbie under the law. This document was produced by AIA software at 1514:32 on 09/20/2004 under Order No.10001075774 which expires on 3/22/2005, and is not for resalc. User Notes: •- (334831958) t SEP-20-2004 15 46 CONSTRUCT ION RDMI N 619 231 4138 P',P03/03 FEC THIS SECTION TO HOUSE MULTIMEDIA COLLECTION. THIS WOE ONLY oF THIS SECTION TO HOUSE MULTIMEDIA COLLECTION. THIS SIOE ONLY or THIS SECTION TO HOUSE CHILDREN'S COLLECTION. NCI OF SHELVING TO. ALIGN 1/2" IN FROM FACE OF STAIR. CHILDREN'S COLLECTION ED y !I BACK Of SHELVING) \ H2 TYP, 12. THIS SECTION HOUSE BROWS! COLLECTION ,F t3 3 \ ENLARGED PLAN NOTES: 1. SEE FINISH PLANS A4,01 F• FLOOntasm. AU. MILLWORK TO BE SCRIBED TO FINISH FL( 2. SEE STAIR PLANS A7.O,L-FC COORDINATION OF MILLWORK f SHELVING LIGHT* 3. SEE ICAL DRAWINGS STAIR. -A, COORDINATE CURVED SHELL W/ GRAPHICS FOR SHELVING SIGNAGE. 5. AU. SHELVING REPRESENTE1 IN ENLARGED PLAN To BE CURD MILLWORK, NOT FACET ALL REMAINING SECTIONS NOT LABELED TO HOUSE VHS COLLECTION. COLLECTIONS MEDIA /CHILDREN'S COLLECTIONS -ENLARGED PLAN SCALE: 1/8"--= 1' —0" NATIoNALcrrfi-usuc LIBRARY CITY OF:NA:RONAL CITY ilearnosraceuut. 11010114. 01Y,C41.114111IN PROJECT NO. 4486-01 1/A5.13 THESE SECTION HOUSE BROWS COLLECTION. sk( DATE 9/20/04 TOTAL P.03 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP, COR LOG # 3057-043 DATE: CONTRACT: CONTRACT TITLE: # 3057 NATIONAL CITY PUBLIC LIBRARY CHANGE DESCRIPTION: PR #09 - Casework Changes at Lobby Delete: Add: 5866 HRS. 1. DIRECT LABOR 0 50.00 50.00 Superintendent 0 50.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 50.00 50.00 Laborer 50.00 2, INDIRECT LABOR COST (Labor Burden, etc.) 50.003. DIRECT MATERIAL - 50,00 4. DIRECT EQUIPMENT 50.00 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) 50.00 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SUBCONTRACTOR WORK REMARKS COMPANY Isec SUBCONTRACTOR WORK TOTAL: 10/28/2004 AMOUNT 5817 ;0.00 5817.00 CHANGE ORDER TOTALS 0 7. PRIME DIRECT SUBTOTAL 5850 8. SUBCONTRACTOR WORK TOTAL 1 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50;41 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $g 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) . , 866 GRAND TOTAL .i,, , ' , WORK DAYS TIME EXTENSION AND JUSTIFICATION REMARKS: NAME AND TI L OF PREPARER: 04 Daniel Luker, roject Manager (Jaynes Corp.) 10/27/04 09:39 FAX LJ001 'sec TO: Jaynes Corporation 8530 La Mesa Blvd. #306 La Mesa, CA. 91941 Integrity and Innovation. Right down to the finish. e or Section of ork: PR #9 Casework than • es 1 DIRECT FIELD LABOR COST (INCLUDES PAYROLL TAXIFRINGE BENEFITS) Trade Hours 0.0 0.0 CHANGE ORDER PROPOSAL' Data Issued: 10/27/04 ISEC Proposal No(s),: 3 Page: 1 of 1 RE: 108222 National City Library National City, CA. 91950 Carpenter Plumber Overtime - Carpenter 2 Supervisory Field Labor: 3 Safety 4 Subsistence: 5 Small Tools 6 Equipment Rental 7 Installation Material: 8 MATERIAL 12% x 3% 0 days x 3% x 0 Days © 0.0 Item 1 Item 1 $0.00 /day Item 1 _-__/ Day Rate x $57.06 x $0.00 S0.00 Subtotal. TOTAL LABOR: Material Escalation 9 Escalation: 0% of $0 Period Ending mm/dd/yy 10 Sales Tax 7.75% on Item 7 & 8 11 Freight/Transportation Cost 12 Storage/Warehouse Cost 13 ISEC Engineering 14 Project Administration: 15 SUBCONTRACTORS TOTAL MATERIAL: 8 Hrs. $75 /Hr 2 Hrs. $55 /Hr $0 SO $0 $0� $0 $0 $0 $0 SO $0 S0 $0 $0 $0 $o $0 $0 $0 $0 S0 16 Overhead 10.0% 17 Bond TOTAL SUBCONTRACTOR: Fee 5.0% $0 $600 $110 $0 $0 $0 SUBTOTAL: OH&Fee ; $ $0 $710 106.50 The conditions checked below apply to this quotation: ISEC will be pleased to proceed with this work upon receipt of a Change Order in the above amount A Change Order or Notice to Proceed must be received by (NTPDate} in order to guarantee this pricing. ISEC is proceeding with this work as directed. We would appreciate receiving a Change Order by 11-19-04 ISEC will not require any extension of time. Tne work can be accomplished concunntntly with our present contract work roc This proposal is based Solely on direct cost elements such as labor, material, direct overhead and fees for completion of work in compliance with the present construction Schedule. It does not include any amount for changes in sequence of work, delays, disruptions, rescheduling, extended overhead, acceleration, wage. material or other escalations beyond the prices upon which the proposal was based, or other impact costs. This right is expressly reserved and notice of potential claim made, for any of these and related items of cost prior to any final payment under this Contract TOTAL CHANGE ORDER PRICE: $817 COP #03-PR #009 Casework change Page 1 SEP-20-2004 16:47 CONSTRUCTION ADMIN 619 231 4138 P.02/07 AI Document G709' — 2001 orkChanges Proposal Request P,RPJEC fVavie ffiia-grlilress): 1Vit'Xim City Pnb i babra+y' : • ':tiunalCitgRl'vd6.`:; ty.' "A- 91930�; VV ER 'lVam aiiit f'i ;7F AXi :.=I2?33�NatliiiL :7<1'ationatCit ERO.MARC Hii�3� (AFdm1 a 'address): 'arrDiegq CA•B2T0.1•= TO=GONT PJ1'CT,Of is fiFicine a►td address): J7tf[eesrporaiiiri Geiecel,Conuactors 85i1'f';4444eaa l31.4. i't4406 ' h'Mesa,.:CA 919', ;? .;= Please; sntiiiiit an;itettiized proppaal changes in the Contract Sum and Contract Time for proposed modifications to the Co1«sei hlacta :ni± d sctibed Eifein. Within Seven (7 ) days, the Contractor must submit this proposal or notify the Arelritect, itr;iirci't tig; of the'dat5,-on,which proposal submission is anticipated. ',.11. CIS!IS'NQT A CHANGE ofipaknygNsTitucTioN CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBEa114nHE'eltopOStVild 51F!CATIONS. DESCRIPTION: flnseirit wrlttriiidescription of the Work): OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER PROPOSAL REQUEST NUMBER: 010 GATE OF ISSUANCE: September 20, 2004 CONTRACT FOR: General Construction CONTRACT DATE: X X X X ARCHITECT'S PROJECT NUMBER:4486.01 Provide all material aad. abor:to.revise hardware group at Low Roof for Doors R002, R005, R006 & R007 per attached. AIA Document G709r" — 2001. Copyright to 1993 and 2001 by The American Institute of Architects. All rights reserved_ WARNING• This AIA` Document Is proem:03cl by U.S. Copyright Law and Inlxnarior al T,oatiox. Unauth0rbnd roproduetion or distribution or this Ale Document, or any portion of It, may result In severe civil and criminal penalties. and win btr prosecuted to trio maximum ♦xtent possible under the law. This document was produced by AIA software at 10:20:25 on 09r20/2004 under Omar NO.1000107577_4 which expires on 3/22/2005. and N not for resale. User Notes: (392631430) SEP-20-2004 16:47 CONSTRUCTION ADMIN 619 231 4138 P.03/07 ATTACHMENTS (List attached documents that support description): (K1, Door Schedule !1f0i•0-SK2, Detail D3/A8.03 PPii.-140=SK3, Spec Section 08710-27 & -28 (2 pages) ate-74 N !. j3\ (Printed name and tide) A,eC4 • Re ". AIA Documenl G709t" — 2001. Copyright tID 1009 and 2001 by The American Institute of ArchiteCtt. All rights mart wd. WARNING; This AIA• DocumNlt i3 protected by US. Copyright Law and International Treaties. Unaatttorlaod reproduction or distribution otttde AIAA. Document, or any portion of it, may result in senate brit and Criminal ow**, and will be prosecuted to the mexbnum extent possible under the new. Thls document was produced by AtA sottwem at 1620:25 an 00202004 under Order No.1000107577_4 which oxplres on 3/222005, and Is not for rpyssle. User Notee: (362891438) LOW ROOF DOOR SCHEDULE DOOR NO. DOOR DIMENSION OPENING SIZETyp W H T MAT'L FRAME TYP MAT'L UL LABEL ASSY HDWE SET NO. DETAIL HEAD JAMB SILL NOTE NO. R001 3 7'-0" 1-3/4" HM HM B5/A8.03 5 A8.03 C6/A8.03 19 R002 6'-0" 7'-0" 1 —3/4" HM H 13 D3/A8.03 03/A8.03 C3/A8.03 19 R003 R004 4'-0" 7'-0„ 4'-0" 7'-0„ J WM G2 11 12 J WM G2 11 12 R005 R006 R007 3'—O„ 3'-0" 3'-0" 7'—O„ 4'-8" 4'-8„ 1 —3/4" 1 —3/4" 1-3/4" HM HM HM A A HM HM HM 14 14 14 D3/A8.03 D3/A8.03 D3/A8.03 D3/A8.03 C3/A8.03 03/A8.03 3/A8.03 D3/A8.03 /A8.03 19 19 19 19 ? R-ol D--skl PROJECT NO. 4486-00 '"AIR COW NATIONAL .ITY PULIC.URRARY .aor aro. NATIONAeCWy aim . /C�YA�EMV.�n rumfin no W1'!CNN. C17 Ob. �!0 FROM: RFI 67 DATE 9/20/D4 NIWQki NO! `S'EP-20-2004 16:47 CONSTRUCTION RDMIN -619 231 4138 P.05/07 ZINC PANEL SYSTEM PER A3/A8.02 GALV. TS FRAME LAP BLDG. PAPER OVER SHT. MTL. _LASHING HACK WELD PLATE - 10 TS & DOOR FRAME SEALANT & BACKER ROD PAINTED H.M. BOX FRAME- PROVIDE WEEP HOLES IN HORIZ. FRAME DOOR PER SCHEDULE HEAD/JAMB SIM. ZINC PANEL SCALE : 3" = 1'-0" D3 A803_D3 NEW -----� . aeo - SK 2, bri CONSTRUCTION ADMIN 619 231 4138 P.06/07 EACH SHALL HAVE: 8 1 1 2 1 1 2 2 1 2 1 ea. ea. ea. ea. ea. ea. ea ea set ea. ea. Hinges Lockset Cylinder M. Flush Bolts D.P. Strike Astragal Floor Stops Door Bottoms Weatherstrip Door Position Switches Threshold HARDWARE SET: 11 AB700 4 % X4 % NRP X SEC STUD L9080R —17A X LESS CYLINDER 1 E74 39171/24* 1/12" 3911 357SPXS88 X FULL HEIGHT 1201 315C 303AV (HEAD & JAMBS) 1076D ( MTD AT DOOR 207E ONLY) 272A X MSA Note: 1. Electrical connections by others. EACH SHALL HAVE: 1 ea. Floor Closer 4 ea. Int. Pivots 1 ea. Elec. Power Transfer 1 ea. Elec. Exit Device 2 ea. Cylinders 1 ea. Floor Stop 1 ea. Power Supply 1 ea. Threshold Assembly 1 ea. Door Position Switch HARDWARE SET: 12 PH27908 LFP M19 EPT-10 CX98EO X 24 VDC 1/1E72 1/1E74 1201 PS8738 X (1) 871-2 TYPE 13 X 2748A X 271A X MSA 1076D Notes: 1. Need min. stile dim. 4W. 2. Weatherstrip to be supplied by alum/glass door and frame manufacturer. 3. Electrical connections by others. EACH SHALL HAVE: 8 ea. 1 ea. 1 ea 2 ea. 1 ea. 1 ea. Hinges Lockset Cylinder M. Flush Boats D.P. Strike Astragal NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.00 HARDWARE SET: 13 AB7004Y2X4'ANRPXSEC STUD L9080R —17A X LESS CYLINDER 1E74 39171/24" 1/12" 3911 357SPXS88 X FULL HEIGHT 630 HAG 626 SCH 626 BES 626 TRM 626 TRM 600 TRM 626 TRM 628 PEM 628 PEM --- SEN 628 PEM 626 RIX 626 RIX 628 VON 626 VON 626 BES 626 TRM 600 VON 628 PEM SEN 630 HAG 626 SCH 626 BES 626 TRM 626 TRM 600 TRM DOOR HARDWARE 08710 - 27 SEPTEMBER 20, 2004 �13 p -2— SEP-20-2004 16:48 CONSTRUCTION ADM IN 619 231 4138 P.07/07 EACH SHALL HAVE: HARDWARE SET: 14 4 ea. Hinges AB750 5 X 4 % NRP X SEC STUD 630 HAG 1 ea. Lockset L9080R — 17A X LESS CYLINDER 626 SCH 1 ea. Cylinder 1E74 626 BES 1 ea. Lock Astragal 5000 630 TRM< HARDWARE SET: 100 EACH SHALL HAVE: Note: 1. By elevator door manufacturer. HARDWARE SET: 101 EACH SHALL HAVE: 1 ea. Floor Closer PH27105S 626 RIX 4 ea. Int Pivots M19 626 RIX 1 ea. Deadlock M1850S 628 AR 2 ea. Cylinders 1 E74 X ARC 626 BES 2 ea. Cylinder Guards MS4043 628 ARC 1 ea. Indicator 4089 628 ARC 1 set Push -Pull 1731 630 TRM 1 ea. O.H. Conc. Stop 1-SERIES 626 RIX Note: 1. Weatherseal by alum/glass door manufacturer. HARDWARE SET: 102 EACH SHALL HAVE: 4 ea. Hinges AB700 4 Yz X 4 652 HAG 1 ea. Lockset D7OHD SPA X LESS CYLINDER 626 SCH 1 ea. Cylinder CD807 626 BES 1 ea. Closer 4041 689 LCN 1 ea. Kick Plate KA050 10" X 2" LDW 630 TRM 1 ea. Floor Stop W1210 626 TRM 3 ea. Silencers 1229A GRY TRM HARDWARE SET: 103 EACH SHALL HAVE: 4 ea. Hinges AB750 5 X 4 NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.00 .c-` 9 5K3 e . 652 HAG DOOR HARDWARE 08710 - 28 SEPTEMBER 20, 2004 TOTAL P.07 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-041 CONTRACT: CONTRACT TITLE: # 3057 NATIONAL CITY PUBLIC LIBRARY CHANGE DESCRIPTION: Door hardware changes per PR #10 Delete: Add: $4,376 10/21/2004 1. DIRECT LABOR HRS. Superintendent 0 $0.00 $0.00 Project Management 0 $0.00 50.00 Carpenter 0 $0.00 $0.00 Laborer 0 50.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) $0.00 So.00 3. DIRECT MATERIAL $0.00 4. DIRECT EQUIPMENT 50.00 5. SALES TAX MATERIAL 8 EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) $0.00 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) $0.00 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Rosner Hardware Inc $3,505 TL Summers Development $621 SUBCONTRACTOR WORK TOTAL: $4,126.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL $4,126 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5206 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $43 GRAND TOTAL $4,376 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin 10/21/2004 11:54 5961860 RESNER HARDWARE PAGE '01 Bur d4?rs-liocrd waure.I 12038 Woodside Avenue, Suite C • LAKESIDE, CA 92040 Phone (619) 596-1850 Fax (619) 596-1860 "Quality cowl/Servi,e:i Si ce'1938 OCTOBER 21, 2004 - BREAKDOWN OCTOBER 6, 2004 JAYNES CORPORATION 8530 LA MESA BLVD, SUITE 306 LA MESA, CA 91941 PHONE: FAX: CELL: PROJECT: ATTN: 668-4080 668-4090 954-5807 JOB FAX: 336-0322 NATIONAL CITY LIBRARY JIM GRIMES RESISTERS CHANGE ORDER REQUEST # 10 - REVISED OUR OFFICE IS P ED TO SUBMIT O QUOTATION ON Tl ARCHTTE CHANGES MADE ON THE ABOVE PROJECT AS FOLLOWS. ITEM 1 OPENING R002 CHANGED FROM SET # 11 TO # 13 RE -ORDERED FRAME WITH WELDED CLOSED BACK PER DETAIL D3/A8.03 EXISTING HOLLOW METAL DOOR RE -USABLE ITEM 2 OPENING R005 CHANGE FROM SET # 10 TO # 14 NO NEW HARDWARE REQUIRED RE -ORDERED FRAME WITH WELDED CLOSED BACK PER DETAIL D3/A8.03 EXISTING HOLLOW METAL DOOR RE -USABLE ,PAGE I OF 3 <$ 79.00> $ 468.00 $ 0.00 <$ 121.00> $ 468.00 $ 0.00 10/21/2004 11:54 5961860 RESNER HARDWARE PAGE 02 RESNER BUILDERS HARDWARE NATIONAL CITY LIBRARY ITEM 3 OPENINGS R006 & R007 CHANGE FROM SET# Gl TO # 14 ADD NEW HARDWARE 8 - HINGES AB750 5 X 4.5 NRP SH 630 2 - LOCKSETS L9080-R 17A 626 626 2 - ASTRAGAL 5000 METE HARDWARE FROM SET Gi <2> LATCHSETS ND25D SPARTA 626 <4> HINGES SP250 4 Sc' X 4 %" 626 S 952.00 d 213.00> RE -ORDER (2) NEW FRAMES WITH WELDED CLOSED $ 936.00 BACK PER DETAIL D3/A803 RE -ORDER (2) NEW HOLLOW METAL DOORS TO MATCH NEW FINISH HARDWARE SET # 14 $ 894.00 RESNER'S TIME TO REVIEW AND RE -PRICE THE ABOVE CHANGES $ 200.00 ADJUSTMENTS PER THIS LETTER S 3,505.00 PLEASE ADVISE OUR OFFICE WITHIN (I) WEEK OF THIS QUOTATION IF THE ABOVE CHANGES ARE TO BE MADE. THIS WILL ALLOW OUR OFFICE TO RE -ORDER ALL PRODUCTS REQUIRED. FACTORY LEAD TIME UPON ORDERING (8) WEEKS THE ABOVE CHANGES HAVE NOT BEEN INCORPORATED INTO THE PROJECT AT THIS TIME. PLEASE SIGN AND RETURN SO OUR OFFICE MAY PROCEED WITH ORDERING THIS CHANGE ORDER. X CONTRACTOR'S NAME RESNER REQUIRES A SIGNED APPROVED CHANGE ORDER FROM JAYNES CORPORATION, WHICH HAS BEEN APPROVED BY THE COUNTY AT OUR OFFICE BEFORE MATERIAL WILL BE DELIVERED. UPON DELIVERY OF THE MATERIAL RESNER WILL INVOICE THE CONTRACTOR AND FROM THE DATE OF THE INVOICE, PAYMENT MUST BE IN OUR OFFICE WITHIN 30 TO 45 DAYS. ACCOUNTS THAT GO PAST 45 DAYS ARE AUTOMATICALLY PUT ON HOLD. PAGE 2OF3 10/21/2004 11:54 5961860 RESNER HARDWARE PAGE 83 RESNER BUILDERS HARDWARE NATIONAL CITY LIBRARY DURING THE COURSE OF CONSTRUCTION IF YOUR COMPANY HAS A PROBLEM WITH THE MATERIALS PROVIDED BY RESNER HARDWARE, AND YOUR CONSTRUCTION SCHEDULE IS AFFECTED, YOUR COMPANY MUST PROVIDE WRITTEN NOTIFICATION OF THE PROBLEM TO RESNER HARDWARE. RESNER HARDWARE WILL NOT ACCEPT ANY BACK CHARGES WITHOUT THIS NOTIFICATION, OR AN OPPORTUNITY TO REMEDY THE PROBLEM. PRICE ARE F.O.B. JOB SITE, SALES TAX INCLUDED. PRICES QUOTED ARE GOOD FOR 45 DAYS. UPON APPROVAL OF THE ABOVE QUOTATIONS, PLEASE PROVIDE A WRITTEN CHAN E ORDER FOR THE AREAS TO BE SUPPLIED BY RESNER BUILDERS HARDWARE. NOTE! MATERIAL THAT IS SENT OR BROUGHT BACK TO RESNER WILL BE SUBJECT TO A RESTOCKING CHARGE & POSSIBLE FREIGHT CHARGES TO SHIP BACK TO THE FACTORY. BEST REGARDS, ! cw%d.McNeil/ DAVID McNEIL PRESIDENT PAGE 3 0F3 FROM : TL SUM DEV TO FAX NO. : 619 445 3298 T. L. SUMMERS DEVELOPMENT 'P.O. BOX 1498 ALPINE, cA. 91903 619-445-3298 LIC.# LETTER OF TRANSMITTAL. Oct. 18 2004 08:06AM P2 ED ate :) (c1tsfr F`' L n 6 464092 ()ATE G r a O t. JOB y„ C. b 1 —04"i Q i. \I..- '-- s � - 0 WE ARE SENDING YOU E}-Attached ❑ Under separate cover via ❑ Shop drawings ❑ Copy of letter ❑ Prints ❑ Plans the following items: ❑ Samples a Specifications Change order ❑ COPIES DATE No- DESCRIPTION t� t f .h.\a -.-N-' � 5 S. ��-�ppo� !'~,O6 ,0�] 6OC9 4 Ilk61Z7 - .01 4 o al 'N '-t- - - _0 0 A I THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted ❑ Resubmit copies for approval or your use ❑ Approved as noted ❑ Submit copies for distribution ❑ As requested ❑ Returned for correction's ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR BIDS DUE REMARKS 19 ❑ PRINTS RETURNED AFTER LOAN TO US *AJA :....MOM Document G709TM — 2001 Changes Proposal Request PROJECT (Narne,and,address): National City Pubtic Library 1401,National City Blvd.. ational'City aCA� 91" OWNER(Name; and address):`' CITY OF NATIONALCIT)? yt. 1243 National City National City CA 91950 FROM ARCHITECT (Name and address): Carrier Johnson 1301 Third Avenue San Diego CA ��92101 , TO CONTRACTOR (Name and address): Jaynes Corporation General, Contractors 8530 La Mesa Blvd. Suite 306 La Mesa, CA 91941 OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD MARTIN GABEY, CONSTRUCTION MANAGER PROPOSAL REQUEST NUMBER: 022 DATE OF ISSUANCE: November 08, 2004 CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486.01 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Fourteen (14 ) days, the Contractor must submit this proposal or notify the Architect, in writing, of the, dateeon which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide pricing to modify the ceiling at the Adult Collections area and modify the lighting in the Adult Collections high ceiling and light monitor per the attached sketches. AIA Document G709— 2001. Copyright ® 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 11:04:48 on 11/08/2004 under Order No.1000107577_4 which expires on 3/22/2005. and is not for resale. User Notes: (2201943586) ATTACHMENTS (List attached documents that support description): 6.01 A6.02 3 A6'02 �K-4•E2.1 '>SK S E2.3.1 SKIS E2.2 SK-7 E2.2 'SK-8 E2.2 Slc-9 E2.2 SK-10 E2.2 BY THE ARCHITECT: G re D - L. N� (Printed nat'he anitle) Weil. Rep) AIA Document G709*M — 2001. Copyright ® 1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA Document is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 11:04:48 on 11/08/2004 under Order No.1000107577_4 which expires on 3/22/2005, and is not for resale. User Notes: (2201943586) FIRST FLOOR REFLECTED CEILING PLAN SCALE: 1 /4"=1 -0" AltairrECIUM enwaa DESCH PIAMING w,CAM a 02101 tall, m233 NM Of miiD O H N S O N NATIONAL CITY PUBLIC LIBRARY CITY OF,NATIONA!_ CITY II ii&.my.car �:a 11aaw.CRT. c.•=. weo PROJECT NO. 4486-01 A6.01 'R- 022 DATE: 11/7/04 1.0e.4"").06•W4,00--;g11- 1 , • - • ;cc:r47•1•41A4‘jktot it . �, � S�o �0 1 . 1 � r. .rr.� *,\ „.,„„,,,,A ,,‘‘,000 ...ate. a,. itaib , , or- titt, r 4 mot SECOND FLOOR RCP -LIGHT MODIFICATION SCALE: 1 / 16"=1 '-0" CARRIER J O H N S O N MCIIfIEOURE W4Tfl IOR DFAGN NANNINC 1301 TRW .VB91! .•�� 92101 TEL 619 239 2333 IAA 619 239 622) NATIONAL CRY PUBLIOLIBRARY CRY, OF NATIONAL CITY *Km HAIM* CRY BLVD. NATIONAL CRY, CMPCRIA 0660 PROJECT NO. 4486-01 A6.02 PR- 022, V n DATE: 11/7/04 40 litallarA -0*-Irolem 1Eci14) .•tr s\00100r, 4to 0, 0* -vfOres 4.4.0 opifew, fl#P44/ Atetatisse,, FM**. 4 , HiTh SECOND FLOOR RCP -LIGHT MODIFICATION SCALE: 1 /4",-- 1 -0" CARRIER jOHNSON mointcrulte 11001101113031011 PLANNING 1301 1101303134ut 131103. CAL10aNIA 12101 111.419 2393133 FAX 019219 4237 NATIONAL CITY PUBLIC LIBRARY CRY OF NATIONAL CITY i40MAMMY. CM WAX 11.11101141.�TY.CALL--41411A apso PROJECT NO. 4486-01 A6.02 PR-022 k DATE: 11/7/04 iti uvi 4UV4 Al:41 mA. OD6 D13 1155H JOHNSON CONSULTING 411002 / I IA Jidda egummirmimessas 0 ;r'i7lx'IiQdii4 ARCHITECTURE INTERIM DESIGN PLANNING 1301 THIRD AVENUE SAN DIEGO, CALIFORNIA 92101 TEL 619 230 2353 FAX 619 239 6227 G.E CARRIER, ARCHITECT V I: I: I I 1: I (� II V\ Deacrtptlon PARTIAL LIGHTING PLAN Drawing N. E2.1 pro;,,, NATIONAL CITY LIBRARY pro*, 4,. 4486.01 Data 11/5/2004 PR-o22 SK-LI i /8"=1'-0" C07E2311-0167 X6 MOPhilben 1152011 EA Settee ❑❑❑❑❑ ■208 N/A NA,❑❑❑❑❑❑❑ B1 208 Volt 2200 VA lighting UPS. ❑ 2771 N/A ❑ 480 ❑ '«''ra Type 'E)A' ❑ of O� att time �tt elc r of wfbrattal ❑ see And Prudential Pea Seriaa ❑i❑❑❑ ■120 32 1 P8 ❑ 0 Cl ❑ ❑ ❑ ❑ Provide ballast type yF 32 (oR APPROVED ALTERNATE) Maximum 6" wide x 6— /2' silver parabolic auver, flanged oonttnuoua row apperance. deep with 1-1/2" high ceiling, must provide ❑ 277 40 ❑ 4ija ❑ bProe emeraenry TSP. 'EM' 0 Prnmd at time etoob.tenelecoablord of submittal ❑ s.. dda0 ® 014 Kurt Verso R7301 II 1 I MH ■I❑ ❑I❑(❑I❑ ❑ Provide ballast type) !! 175 Narrow Distribution 0ownllgh Pewter Cone. 0277 210 ❑ 48a EllwUah proYide Type 'at emergenry ❑ ProNdedm redeh, at erne to wMc of Mgrar ealeded submittal ❑ 3ae detail 0 ❑ ❑ ❑ ❑ ❑ ❑ 12a Provide bal as type 13277 ❑ 48a P o fd. emuninry ❑ babast Type tie P,v id, wdam aalar rlalen, a M eeteded at ems of .ubmlt al s« detail 7-1 . a❑❑o❑ 0124 1013o❑0o0 Provide ballast typeB1 ❑ 277 DMIZZR5NOD NOSNHOf 11/i9/ZVU4 11:41 F'A. 858 513 0559 JOHNSON CONSULTING lib003 CD7E221-0I87 t , I; I i I: 1 II ARCHITECTURE INTERIOR DESIGN PLANNING 1301 THIRD AVENUE SAN DIEGO, CALIFORNIA 92101 TEL 619 239 2353 FAX 619 239 6227 C.E CARRIER ARCHITECT PARTIAL LIGHTING PLAN Draw;ns N. E2.2 pmie,{ NATIONAL CITY LIBRARY proioR N,. 4486.01 Do{, 11/5/2004 PR-02,2 Sk-6 1 /8"-1'-0" 11/U.7/2UU4 11:42 FAX 858 513 0559 JOHNSON CONSULTING Q 005 0 c s . \ y ‘:*kit\i*: 4t \*'‘ • „off• *4 41 j� l IC I; I I I: ARCHfl 11JR£ WTERtOR DESIGN PUNNING 1301 THIRD AVENUE S)W DIEGO. C4L$ORNLI 92101 TEL 618 239 2353 FAX 61D 239 6227 fARRI,R. AROHREOT ()Ascription PARTIAL LIGHTING PLAN OrawIeg No, E2.2 NATIONAL CITY LIBRARY Project Project No. 4486.01 Data 11 /5/2004 PR-022 SK-7 itiup/zuu4 11:4G FAA 858 513 0559 JOHNSON CONSULTING CD7E224-0167 l \ I; I: I I: I) I I `. , ARCHITECTURE INTERIOR DESIGN PLANNING 1301 THIRD AVENUE DIEGO, CAUFORNIA 92101 TEL 619 239 2353 FAX 619 239 6227 O.E. CARRIER. ARCHITECT Oeeerlptfon PARTIAL LIGHTING PLAN 0.,,1, No. E2.2 ,jet NATIONAL CITY LIBRARY Project No. 4486.0 1 ,,,t, 11 /5/2004 PR-.022 SK -$ ii(US/2UU4 11:42 FAX 858 513 0559 JOHNSON CONSULTING i1007 \‘4'*\ixt *‘*‘,‘*‘,1114%, *x ex% "tl*k **f\ o` lit**,mxt, CD7E223-0167 t \. I{ ji I I I' .I ARmir, ECfURE INTERIOR DESIGN PLANNING 1301 'THIRD AVENUE SAN P EGC, CAUFORNIA 92101 T619 239 2353 FAXII. 619 239 6227 G.E. CARRIER. ARCHRECT Dewiptloo PARTIAL LIGHTING PLAN Crowing Ne, E2.2 �,ect NATIONAL CITY LIBRARY ftajeat Na, 4486.01 Dare 11 /5 /2004 PR-©22 Sk--9 11(U5/2UU4 11:42 FAX 858 513 0559 JOHNSON CONSULTING — Q008 x** 0`t ---2 \‘ itikkei%\'‘kt i* SAatiNAttt li;"\\ * *W ffpti, °y ARCHITECTURE N0. 11512 sx+1 INTERIOR DESIGN s-ao- P1AnININO �. PARTIAL LIGHTING PLAN 1 /8"=1'-0" crR��P�gr Drawlny N. E2.2 �OFCA4�Fp ;_� NATIONAL CITY LIBRARY v 0 1301 TiIRD AV 5AN DIQGO, QALWQRNIA 92101 TEL 619 239 235`J FAX 619 239 8227 G_E CARRIER, ARCHflEc1 " .el Ib. 4486.01 Date 11 /5/2004 PR— 02 Z SK- 10 AMES JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-054 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/2/2004 CHANGE DESCRIPTION: PR #22- lighting/ceiling changes Delete: Add: $1,206 0 1. DIRECT LABOR HRS. Superintendent 0 $0.00 $0.00 Project Management 0 $0.00 $0.00 Carpenter 0 $0.00 $0.00 Laborer 0 $0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) $o 3. DIRECT MATERIAL SO 4. DIRECT EQUIPMENT $0 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) $0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunburst Electric ,$562 (A// LJAv.,9 Standard Drywall SUBCONTRACTOR WORK TOTAL: CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL So 8. SUBCONTRACTOR WORK TOTAL rsr- 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) -drYT 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) GRAND TOTAL 81,20C TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND T T OF PREPARER: l'v Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Marti ✓/ . riGEti i Manager (deb, inc.) Nov 22 04 09:33a SUNBURST 6194767105 Sunburst Electric, Inc. Commercial + T-I f Industrial Change Order Proposal Type I Date: November 22, 2004 To: Daniel Luker Jaynes Corporation 8530 La Mesa, Blvd., Suite 306 La Mesa, CA 91941 (619) 668-4080 / (619) 668-4090 (Office) (619) 336-0350 / (619) 336-0322 (Job Sire) Job Name: National City Library SEI Job Number: 04-002 C/O Proposal #: 11 Control # Pit#022 Work Description: Revised/modified lighting at the adult collections area. No changes will be made without written directions and approval of this proposal. Note that the deleted fixtures are scheduled to go into production on/about 12/1/04 and are not returnable or creditable once this occurs. And this pricing will have to be modified to reflect this. Please verify options on the new fixture. Unless otherwise stated herein, this proposal excludes premium time labor costs and work/repair of any kind for cutting, sawcutting, coring, patching, landscape, hardscape, sprinklers, painting, fireproofing, fire caulking, hazardous material work, UG locating and markout service, waterproofing and caulking, disposal of breakout spoils, disposal of spoils, asphalt and concrete. (All additional work is based upon the job conditions at the time of this proposal and includes the original contract terms and conditions, unless otherwise stated. We reserve the right to adjust the price and scope of this work ifthere is a change in the job conditions at the time this work is started. We require your written change order, signed and dared before we proceed with this work) The total amount of this change order proposal addition consisting of 3 page(s), is S562.00 and requires I additional working day(s). (This pricing is valid for 10 days) Sincerely,y ( Scott Kidwell This proposal contains proprietary information and is considered confidential to the recipient, It is submitted upon the expressed condition that the information contained herein, along with any supporting documents, will not be released to competitors or otherwise be used directly or indirectly in a way detrimental to the interest of Sunburst Electric Inc. 337 W. 35th Street, Suite A, National City, CA 91950 LIC#738087 Phone (619) 476-7101 Fax (619) 476-7105 Member -National Electrical Contractors Association Affilialion-IIIWLOCAL 569 Nov 22 04 09:34a SUNBURST 6194767105 p.2 JAYNES COPRORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG X 3057 CONTRACT: p 9057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 11/22/04 CHANGE DESCRIPTION: Revised lighting Delete: Add: S582.40 1. DIRECT LABOR FIRS. Electrician 10.37 529.80 $309.03 2. INDIRECT LABOR COST (Labor Burden, etc.) $207.05 3. MATERIAL 4. DIRECT EQUIPMENT 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included line 3) (531.79) 50.00 (52.46) 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 5481.82 SUBCONTRACTOR WORK COMPANY AMOUNT REMARKS SUBCONTRACTOR WORK TOTAL: 50.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 5481.82 8. SUBCONTRACTOR WORK TOTAL 50.00 9. COCIBUILDERS RISK INSURANCE (JOC% LINE 7+8) 10. CONTRACTOR'S OVERHEAD & PROFIT (15% of LINE 7+8+9) 11. GENERAL CONTRACTOR BOND (1.5% of LINE 7+8+9+10) 572.27 58.31 GRAND TOTAL 5562.40 TIME EXTENSION AND JUSTIFICATION PRS022 WORK DAYS 1 day(s) REMARKS: Sunburst Electrical 11 Exclusions per proposal cover letter! NAME AND TITLE OF PREPARER: Scott Kidwell, Project Manager (Sunburst Electric, Inc.) ACCEPTED BY: Daniel Luker, Project Manager (Jaynes Corp.) • Nov 22 04 0S:34a SUNBURST 6194767105 p.3 11/J1LQ4 J 3 3f Item # Description NC Library- PR#22 Fx1tNSION BY PHASE 0ty Prick FYI Price Laborxt Labor --- 01 Raceway, Ftgs, & Boxes -- 2304 1/2" T-Bar Wire Conduit Clip 15 23.23 C 3.60 0.10 E 1.55 -- 01 Raceway, Ftgs, & Boxes Total -- 3.60 1,55 — 02 Wire & Cable -- 2917 12/2 Steel MC Cable w/Green Ground W 60 451.67 M 2932 3/8" SS Flex/BX Conn 8 18.92 C -- 02 Wire & Cable Total --- 27.10 35.00 M 1.51 0.14 E 28.61 2.10 1.12 3.22 --- 04 Light Fixtures & Lamps -- N12 H.I.D. Recessed Fixture 4 123.40 E 493.60 1.40 E 5.60 N13 H.I.D. Recessed Fixture -8 430.00 E-3,440.00 1.40 E -11.2D N14 H.I.D. Recessed Fixture 8 360.30 E 2,882.40 1.40E 11.20 --- 04 Light Fixtures & Lamps Total --- -64.00 5.60 Job Total -31.79 10.37 Nov 22 04 09:34a SUNBURST Thermal Branch Circuit Protector Junction Box Dimensions and Lamps Lamp Shield Heat Lamp Primary Sink (By Others) Reflector Alxak Cone Lower Housing Remote Ballast I-- s --I F-- c -H A i8 ;C D Number Depth , Aperture j Width , Length I Lamps r-28 ' 19'/.' j 250W MH R7362 457mm i 241 mm ! 286mm j 489mm I E•28 or BT-28 G194767105 Narrow Distribution Downlights 175-250W Metal Halide 91:" Donald Apertures Optics and Applications Primary reflectors are contoured to produce a narrow controlled beam particularly suited for high ceiling appli- cations. Parabolic shielding cones control brightness. Clear lamps produce the tightest pattern, coated lamps somewhat wider. Use in atriums, malls, convention centers, transportation terminals etc. Design Features Cast aluminum heat sinks convey lamp heat to the plenum. Serrated hydroformed aluminum housings align and pro- tect the optical systems and act as secondary heat sinks. Maximum ceiling thickness: 1 V4. Top or bottom service. Finish Specular clear Alzak cones are standard. Optional colors and Softglow® finishes are available. Structural parts are painted optical matte black to suppress stray light leaks. Ballasts Standard ballast is magnetic, encased and potted. Type HX, HPF, 120V or 277V dual taps. Shipped for 277V, field conversion to 120V with a simple splice. Thermally protected, with auto reset. Temperature -20°F to 105°F. Mounted on a plate with 4' of flex. End of life protection not available, replace failed lamps immediately. Service through the aperture. General Fixtures are pre -wired and thermally protected, UL and C-UL listed for eight wire 75°C branch circuit wiring. Union made IBEW. Luminaire Efficiency Rating (LER) data is in the photometric directory located in Section Z. Accessories R2 26' support rails. F Ballast fuse. R5 52" support rails. WT White trim flange. B Specular black cone. T Specular titanium cone. G Specular gold cone. VL_SDecular wheat cone. H Specular mocha cone. Y Specular pewter cones P Specular graphite cone. Specular bronze cone. S Softglow® finishes: add S before color letters. e.g. SW for Softglowe wheat cone, SC for Softglow ' clear cone. EC Emergency circuit with mini -can socket and leads. AO Instant restrike Auto -On system. Maximum aux.100W T-4. OP Open construction, no lamp shield. Not available with EC or AO accessories. V347 347 volt ballast, contact the factory. PUL Pulse start ballast, contact the factory. Matching Units Medium distribution Page R22 Surface cylinders Pages Si, S3 Sloped ceilings Page R25 r Nov 22 04 09:34a SUNBURST 6194767105 p.5 R23 R7361 R7362 Footcandle Values at Nadir Distance j 40 ; . 20 50' 'Nadir. 5° _ 10° Nadu 5° 1 10' '`Nadir', 5° 1 1CP ;Nadir; 5° ! 10° i Lamps FC FC Olam FC Diem' PC 1 FC D1an! FC Diem! FC . FC Olam1 FC Diem 1. FC 1 FC DFam. FC Diam R7361 175W E•28 Clear 135 54 3 28 7' : 60 1 24 5' j 12 11' 34 • 14 7 ': 7 14' i 22 1 9 9' ' 4 18' R7362 250W E•28 Clear ; 196 : 79 41 7 ' 87 1 35 5' 1 16 11' 49 : 20 7 ', 10 14' 1 31 '. 3' 13 9' _ 7 18' .z 1 15 20' 30 40' Distance..._..... -----—r-..__..�.__._..._.._; _. _.._........._... ... 1 Nad1 10° 15° !Nadri 10' ; 15° Nadir! 10' ! 15° Nadi'. 10° 1 15° : Lamps 1 FC 1 FC Ottani FC Darn! FC ` Diam; FC Ciam em FC 1 FC Oland FC Dime FC FC Diem! FC Di; R7361 175W E•28 Coated; 47 1 27 3 ? 22 8 1 26 : 15 7 • 13 11' 12 j 7 11' 1 6 16 . 7 4 14' 3 21' R7362250W 5-26 Coated; 63 1 41 5 i 31 3 147 1 23 7 17 11' 1 21 ; 10 11' 1 8 16 12 1 6 14'_.1 4 21' See note 5.1' Candlepower Distribution Candelas Brightness .-- - , ° 1 .- Clear Coate_ d Num— mps ....65° ' 75° 65' i 55° 45° ' 5500j • . 75°! 1125 . ' 75? I 1 o 14000* 1 14000* 1 i 11 75W E-28 Clear , 31 44 i 74 1717 151226i 11000 - ..! 2250 - 1 1 0 1 54083 ! 10571 !R7361. 0I60 494' li5°� 655': 1 1 11764 5 21983' UV_....._.. �— 175W E' 26 Coated 50 2 11 5 41 �i8500:• 3375 ' ' : 6449 5.5•f - 55 1 . 15 1 7208 : 6615 ---.•. .. .. - 22000 4500 r 201 5366 i 4950 Number Lamps —.—. 185 175 165° 55° 145 1.1 1 I ,1 30 2413 2989 250W E-28 Gear 145 64 1106 1039 75010; 127500 ' 45 5625i • ` i 920 ; 351 1759 2216 . R7362 250W E28 Coated,, 74 1051162 887 6W59` j 1 40 ; 1482 1515 • !330001 6750I ' 45 j 997 241 Data In footlamberts. Photometer readings, Maximum '38500i ,.35' 1 l 7875• .35'' 55 I! 222 230 Brightness Method. See note 6. 1 I 60' 0 6 44000; i 9900; a ! o Notes ! 1495oo. -. '101251 .. 180I 0 0 1 15....25 �112501 Se,. ...'Se ' 55000190. 0 0 1. R7381 75W E-28 Clear R7361 175W E-28 Coated ° Vertical Angles Efi. 54% SIM .14 Eff. 47% S!M .5 * inikal Lamp Lumens 17875 I157501 s1 31500r 133375 47250i '551251 63000 70875 787". o R7362 250W E-28 Clear Eff. 54% SJM .14 .85 I 185' Clear 1 Coated 7 5oi 1875f. _ -75;: 1 0 20500* _20500*1 3750 1 0 176336 . 18674 I 65'1 65': . 5 131657 12697 i ! 1 5525 1 110I 17047 9585 55':j -• • 55°•j 151 10446 7743 j 7500 1 20 , 7776 8499 1 1251 5345 5109 : 45°. ' - ' 301 3497 ! 3898 9375 ; ' ' 45° ; 1 35 1 2550 1 2877 • ' ! 40' 2148 1950 11250 ' I 45 1446 1167 50 1 409 310 . 35'i :13125 35' ,551 36 i 42 .I 60 ; 0 1 11 1 15000 65. 0 0 7D 0 1 0 I / '1 75 0 1 0 ! 16875 80, 0 I 0 185 ! 0 0 !1875p 5' .... 15°. .25' 1 801 0 ' 0 1 R7362 250W E•28 Coated ° Vertical Angles Elf. 41 % SM1 .34 * initial Lamp Wmer.s E+ Kurt Versen Company, Westwood, Now Jersey 1 Data derived with dear specular cones. 2 Specularcone multpiiers, Clear lamps: Goldx.97, Wheat x .96, Pewterx .94, Mocha .94. Graphite x.94, Tdanium x.94. Bronze x .93, Black x .9.'+. 3 Softglow• cone multipliers, coaled lamps: Clear x .94, Gold x .92. Wheat x .90, Pewter x .87, Mocha x .87, Graphite x .86, Titanium x .86, Bronze x .60, Bladt x .78. 4 Foduresaccapt E•28 or BT-28 lamps. 5 Degree headings are measured from one side of nadir. The diameter data Includes both sides. Therefore the 5° column descrmes a total 10° pattern diametarat the work plane 30" above the floor. Footcandle values are at the diameter edge. Values are determined with lamp tilt at 0°. Angutation changes as data. 6 Average Luminance Method Brightness data are Inaccurate for downlights. They are theoretical calculations for troffer lenses. We use Maximum Brightness Method point data from direct photometer readkgs.They approximate what the human eye perceives when evaluating glare. For more information refer to Z section brochure Z1. DARYL GRIFFIS 619 275 3869 11/24 '04 12:15 NO.512 01/01 FAX COVER SHEET Daryl Griffis Acoustics, Inc. 4958 Naples St. San Diego, CA 92110 Phone 619-275-3060 Fax 619-2754869 Estimating Fax 619-276-5233 "In Business Since 1975" SEND TO Campeny name . Jerry Monroe . Mention —16&e.5 Date /22 . (-14/7 Comments. .. RIX !Timber Phone n,nbNr LiUrgent I] Reply ASAP Pease carameof Total pages, haucilgt cover Fcr your inforrnafion Please atin and 1741177 as an apixovai Regarding: .... . Date: Signature: 11/28/2004 18:37 FAX 618 443 7065 STANDARD DRYWALL INC. 1I001/001 SDI STANDARD DRYWALL INC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING EIFS CORPORATE OFFICE: 9902 CHANNEL ROAD P.O. BOX 730 LAKESIDE, CA92040 P 1T 619.443.7034 F X 619.443.7065 ADDITIONAL OFFICES. TUCSON,AZ CORONA, CA JACKSON, WY SALT LAKE CITY, ❑T LICENSES. CA #444326 NY *407a5 Nnl #8S268 OR *HIM AZ #127644-6 UT #91-4-2s7902-5541 111 #12666-AAA-1,26,47) CONTRACT REVISION To: Jaynes Corporation of California Date: 11/29/04 8530 La Mesa Blvd. #306 Job#: S2682 La Mesa, CA 91941 Your #: KG04-040 Attn: Terry Rowland Fax: (619) 668-4090 Job Name: National City Library Job Address: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes from plans and/or specifications or contract. Terms and conditions of original contract arc fully applicable to this revision except a.5 otherwise specifically stated herein: Revision #: S2682 —11 P.R. #22 Scope: Reframe light openings in Gypsum Board Lid in Ro Labor: 8 hours @ $49.00/hr. Material: 11 Studs @ $71/ea #102. 392.00 108.00 Overhead & Profit @ 15%: $ 75,00 oa Original Contract Amount Previous Revisions Net change this revision V ' j $ 575.00 Revised contract aunt t 1� �, $ TBD Approved. dard Drywall, Inc. Approved: aynes Corporation of Ca $ 575.00 $ 727.200.00 By: Title: Date: By: obert E. Cava, President Title: 11/29/04 Date: NOV-09-2004 11:08 CONSTRUCTION ADMIN 619 231 4138 P.02/07 1 MA Document G709TM 2001 Work Changes Proposal Request PROJECT (Name and address): National City Public Library 1401 National City Blvd. National City CA 91950 OWNER (Name and address): CITY OF NATIONAL CITY 1243 National City Blvd. • National City CA 91950 FROM ARCHITECT (Name and address): Carrier Johnson 1301 Third Avenue San Diego CA 92101 • TO,CONTRACTOR (Name and address). Jaynes Corporation General Contractors 8530 La Mesa Blvd. Suite 306 La Mesa, CA 91941 OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD MARTIN GAMY, CONSTRUCTION MANAGER PROPOSAL REQUEST NUMBER: 024 DATE OF ISSUANCE: November 09, 2004 CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486.01 X X X X Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Fourteen (14) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide pricing for additional support framing for the chandelier. AIA Document G709TM —2001. Copyright 401993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Document Is protected by U.S. copyright t.avv and International Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it. may result in severe civil and criminal penalties, and will be prosecuted to the maximum extern possible under the IaW. This document was produced by AIA software et IO:5024 on t 1/09/2004 under Order No.1000107577_4 which expires on 3/22r2o0$, and Is not for resale, User Notes: (239760524) NOV-09-2004 '11:08 CONSTRUCTION ADM IN 619 231 4138 P.03/07 ATTACHMENTS (List attached documents that support description); SK-1 SK-2 SK-3 SK-4 REQUESTED BY THE ARCHITECT: Gregor jc (Signttture) (Printed narne a title) C� re,h. Rep) AIA Document G709' — 2001. Copyright C 1093 and 2031 by The American Institute o1 Architects. AO rights reserved. WARNING: This AIA* Document Is protected by U.S. Copyright Law and International Treaties. ttnauthortred reproduction or distribution of this AIA" Document, or any portion of it. may result in severe civil and criminal permit/el, and will be prosecuted to the maximum astern possible under the caw. This document was produced by AIA software at 10:5834 on 11/0cl/2004 under Order No.1000107577-4 which expires on =aeons. and is not for resale. User Notes! (239760524) NOV-09-2004 11:08 CONSTRUCTION ADMIN 619 231 4138 P.04/07 CONT. RADIUSED .W14x22 FROM.• S2, 04 NTH C8x11.5 TYP. PER ARCH. & CUSTOM LIGHT FIXTURE MANUFACTURER METAL DECK MTL DECK LIGHT MONITOR ROOF BEAMS HAVE BEEN DESIGNED FOR 1200# LIGHT FIXTURE CC (suiting Engineer° 301 Canino Oa! Rio /tvth idle tl90 San Diego. California 9208 0e19) 521-8500 Fax (619) 521-43591 NATIONAL CITY LIBRARY JOB NO. 103004 DATE 11-Q9-04 DWG. NO. SK-- �, AVI, 1—f?O-7fir]n G • Ga <nd rrn+ NOV-09-2004 11:08 CONSTRUCTION ADM IN 619 231 4138 P.05/07 j?EVATION EL N.T.S. FROM: S5.06 LiU COORD. W/ ARCH. Cciet4rrt9 Enemas 3H1 Camino Deg Rio MxHa. Aire g88D San Dle9o, California S Je OM, SO -WOO Caw (6r97 521-8.59r JOB NO. 1030D4 NATIONAL CITY LIBRARY DATE 11-09-04 DWG. NO. Sk--2 NOV-09-2004 11:08 CONSTRUCTION RDMIN 619 231 4138 P.06/07 13 ELEVATION SCALE 1 1/2"_ 1 ' _.O FROM: S5.06 1/4" GUSSET FE (2) 1/2"0 BOLTS L6x4 LLV mou Ccr u)rinD Englnaafa 3L l Camino Oar Rio Atritt Suits MO San Ott Catttara,a 92008 OW 5214500 Fax (8I91 521-8591 "M1 1 f1.1 hM - JOB NO. 103004 NATIONAL CITY LIBRARY DATE 11'09-04 DWC. NO. Sk.3 NOV-09-2004 11: 09 CONSTRUCTION ADMIN 619 231 4138 P.07/07 1(1. DETAIL SCALE:1 1/2 =1'-0.. FROM.- 55.06 1/4" 7/16"0 x 3" F1554, GR55 THR'D STUD FOR LIGHT MONITOR ATTACHMENT. CONFIRM REQ'D. LENGTH w/ LIGHT MANUFACTURER CanauAaS Ovineea sot Combo 1e1 Rio Nana airs MO San Diego. Ca nfornia 9208 1619) 521-$5l)d Fax Vie 52r-859r Fib. CL6- 3/g" THK, R. TYP. L3x3 JOB NO. 103004 NATIONAL CITY LIBRARY DATE 11-09-04 DWC. NO. TOTAL P.07 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-057 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/912004 CHANGE DESCRIPTION: PR #24- structural support for chandelier Delete: Add: 55,778 0 1. DIRECT LABOR HRS. Superintendent 0 50.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 50.00 50.00 Laborer 0 SO.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) 50 3. DIRECT MATERIAL 50 4. DIRECT EQUIPMENT . 50 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) S0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Pacific Coast Iron 55,448 SUBCONTRACTOR WORK TOTAL: 55,448 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL 55,448 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5272 11. GENERAL CONTRACTOR BOND (1 % of LINE 7+8+9+10) $57 GRAND TOTAL $5,778 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: P NAMCAND LPREARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: n Manager (deb, Inc.) PACIFIC COAST IRON 9038 JAMACHA ROAD SPRING VALLEY, CA 91977 619-461-9800 December 5, 2004 Jaynes Corporation 8530 La Mesa Blvd La Mesa, Ca 91941 Attn: Daniel Luker Re: National City Library Subject: Change Order Request 409-027 Proposal Request Number 024 Additional Support Framing for Chandelier Gentlemen: Please find listed below a description of the design change that will be incorporated upon your written acceptance of our COR 409-027. Detailing S 480 Material, Tax, Freight $ 785 Shop Labor S 960 Field Labor S 2,512 15 % OHP $ 711 TOTAL $ 5,448 Total Change Order Amount Requested is $ 5,448 Sincerely, Pacific Coast Iron Brian Bingham PCI PACIFIC COAST IRON 9038 Jamacha Road Spring Valley, CA 91978 CONTRACTORS LIC. # 447712 Building National City Library - P R 024 Address Customer Jaynes Address 8530 La Mesa Blvd., Suite 306 La Mesa C A 91941 Phone(619)668-4080 Sections Bidding Item # Description Fax(61 9) 668-4090 Phone (619)461-9800 Fax (619)461-9905 Estimate # 409-027 Bid date Sun, Dec 5, 2004 Time Addendums noted Erected or FOB 01 CHANDELIER SUPPORTS ERECTED Bid Price $5,448 Thank You, Brian Bingham P C I W.Q# ESTIMATE #409.027 ESTIMATE FOR Jaynes BID OPNG. BUIILDING National City Library - P R 024 BID TIME DRAWING # DWG. DATE SHEET # 0 1 OF 1 ARCHITECT TAKE OFF BY DATE SUN, DEC 5, 2004 Exclusions DESCRIPTION: CHANDELIER SUPPORTS ERECTED ;. No. FLD MARK NO' PGs. DESCRIPTION LENGTH UNIT WT. TOTAL WEIGHT KNIT COST COST D S 1 2 W 12 x 19 10'- 0- " 19.0 380 .30 114 8 9 2 1 W 12 x 19 5'- 0 " 19.0 95 .30 29 3 4 L3x3x1/4 6'- 0 " 4.9 118 .35 41 4 4 L 6 x 4x 5/16 10'- 0 " 10.3 412 .35 . 144 1 5 4 PL 1/4 x 6 1'- 6 " 5.1 31 .40 12 2 6 4 PL 3/8 x 6 0'- 6" 7.7 15 .40 6 1 7 8 „ 9 „ 10 " 11 12 - 13 14 15 16 _ 7 18 „ 19 „ 20 21 - 22 _ 23 24 25 0 2 TOTALS 1051 S346 GALV 1051 S0 PREP SURF. AREA 181 5180 Hours Rate Sub Totals PAINT 181 .993 536 24 91 52,184 MATERIAL[ .20 . S5.6.2 Equipment Hours Hate Sub Totals DET. 8 _ 60 $480 EQUIPMENT .15 2184 5328 ISHP 16 60 S960 FRT 1051 0.1'•; S180 SUBTOTAL S2182 SALES TAX 7.75'd $44 SUB TOTAL 52226 Sub total Equipment $ 32 8 ERECTION S2,512 Total Erection $2,512 Bond qo 2.00% SUBTOTAL $4737 Bond Amount S109 1 NET 15 0,.1 S711 Page # 01 of 1 Total W / Bond .$S557,. TOTAL 55448 Field Hr. Hour 24 Total I Outstanding Contract Issues 409 NATIONAL CITY LIBRARY COR # Acuna DESCRIPTION Subcontract 1 Scope adjustments 2 052604-PCI Skewed beam connections 3 Anchor bolt approval changes 4 Move MF at 6.3 5 052504-PCI-1 Sequence 1 & 2 approval changes 6 Elevator materials placed on hold 7 Add WT beams 8 CCD 003 Roof openings 10 Detailing roof openings 11 061404-PCI Roof dimensions 12 ASI 011 13 ASI 007.1 wire mesh supports 14 Add 1/8 plate 15 Add bent plate elev opening 16 Change beams @ elevator 17 Modify braced frame pieces 18 Cut connection plate 19 Remove TS arm @ curtain wail 20 Add channel @ roof opening 21 None ASI 38, SK1 22 Delete header TS at South entry 23 Revised wail supports 24 Expedite eyebrow galv. 25 PR 418 26 Field modify screen wall door tubes 27 Chandelier support 28 R&R Roof Beams for mech install 29 Rework eyebrows per field cond 2 1 2/5/04 Voided Dash Numbers Bolt size and gage change Revisions @ star43 Ncte(s) 01 - RFI 106 changes trellis col sizes Pricing Not Accepted Open Open Open DATE PENDING APPROVED Complete $ 0 $ 1,090,777 Complete $ 0 $ 11,037 Complete $ 0 $ 4,600 Complete $ 0 $ 1,104 Complete $ 0 $ 1,179 Complete $ 0 $ 11,206 $ 0 $ 0 07/.09/04 $.,_ x.14115. $ 0 06/24/04 $ 2,250 $ 0 $ 0 $ 0 07/09/04 $ 1,211 $ 0 Complete $ 0 $ 4,498 $ 0 $ 0 $ 0 $ 0 08/31/04 $ 8,539 $ - '0 09/09/04 $ 1,580 $ 0 09/09/04 $ 4,040 $ 0 $ 765 $ 0 09/13/04 $ 1,495 $ 0 10/04/04 $ 5,880 $ 0 Complete $ 0 $ 283 10/29/04 $ 5,049 $ 0 11/11/04 $ (235) $ 0 $ 0 $ 0 11/09/04 $ 0 $ 0 11/11/04 $ 8,357 $ 0 11/12/04 $ 0 $ 0 12/05/04 $ 5,448 $ 0 12/06/04 $ 0 $ 0 $ 0 $ 0 $ 46,274 $ 1,124,684 0 5 $ COMMENTS CO01,3of6 CO 01, 2 of 6 CO 01, 1 of 6 CO 01, 5 of 6 Edge of deck revisions CO01,4of6 PR-006-SK1 F. SK2 ASI 027 ASI 025 CO 01, 6 of 6 Dated 10.11.04 RFI 192 RFI 186 30 If of mesh fence PR 024 0 Bill says N/C 0 RFP-004 $ 46,274 S 1,124,684 NOV-09-2004 11:18 CONSTRUCTION RDMIN 619 231 4138 P.02/05 AIA Document.G709" — 2001 Work Changes Proposal Request OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD MARTIN GABEY, CONSTRUCTION MANAGER PROJECT (Name and address): PROPOSAL REQUEST NUMBER; 025 National City Public Library 1401. National City Blvd. DATE OF ISSUANCE November 09, 2004 National City CA 91950 •OWNER (Name and address): CONTRACT FOR: General Construction CITY OF NATIONAL CITY 1243 National City Blvd. CONTRACT DATE: National City CA 91950 FROM ARCHITECT (Narne arut address): ARCHITECT'S PROJECT NUMBER: 4486.01 Carrier Johnson 1301 Third Avenue • San Diego CA 92101 TO CONTRACTOR (Name and address): Jaynes Corporation General Contractors 8530 La Mesa Blvd. Suite 306 La Mesa, CA 91941 " X X x Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Fourteen (14) days, the Contractor must submit this proposal or notify the Architect, in writing, of the date on which proposal submission is anticipated. THIS IS NOT A CHANGE ORDER, A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORTS DESCRIBED IN THE PROPOSED MODIFICATIONS. DESCRIPTION (Insert a written description of the Work): Provide pricing for the attached alternate designs for the stack ends in the Children's Collection area. AIA Document G70911. — 2001. Copyright 91993 and 2001 by Ths American Institute of Architects. AO rights reserved. WARNING: This AIAe Document is protected by US. Copyright Law and laternationel Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it, may result in severe civil and criminal penetbss, and will bs prosecuted lathe maalmum extent possible under the taw. This document was produced by AIA software at 11:13A8 on 11/09/2004 under Order No.1000107577,,,4 which expires on 3/22/2005, and la nol for resale, User Notes: (737388818) NOU-09-2004 11:18 CONSTRUCTION RDMIN 619 231 4138 P.03i05 ATTACHMENTS (List artached documents that support description): SK- I SK-2 REQUEST D BY THE ARCHITECT: (Signatu(Printed name and title) AIA Document G709nt —2001. Copyright 01993 and 2001 by Tho American Institute of Architects. AS rights reserved. WARNING: This AIAe Document Is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any portion of it. may result in severe Civil and Criminal penalties, and will be prosecuted to the maximum extent possible under the law. This doe iment was produced by AtA Software at 11:13:46 on 11/09/2004 under Order No. 1000107577_4 which expires on 3r22/2005. and i3 not for reside. User Notes: (737388818) NOV-09-2004 11:18 CONSTRUCTION RDMIN 619 231 4138 P.04/05 CO u(� :0 o) 1'-3 5/8" 0 6 COUNTER BEYOND 1/8" THICK BRUSHED S.S. BOTH SIDES DOTTED LINE INDICATES EDGE 0 PANEL BEHIND S.S.- PROVIDE WD. VENEER EDGE STRIP SIGNAGE PROVIDED BY GRAPHICS SUBCONTRACTOR. 4" DIA. ACCENT DOT MADE OF 1/4" THICK PAINTED MELAMINE. COLORS OF ACCENTS TO BE DETERMINED BY ARCHITECT. 1/2" BRUSHED S.S. REVEAL. PROVIDE SHELF FOR EVERY THIRD STACK END PER DET. B5. WD VENEER OVER MDF (WD-1) PANEL. / 3/4" SOLID WOOD (WD-1) EDGE. -18 GAUGE S.S. METAL BASE BACKED W/ MDF. SEE 3/8" SECTION. 1'-10" 0 5o - STANDARD DEPTH 1'-3 7/8` 5/ 2'-0 1/2" 5b- DEEP DEPTH SA-5 - 56" H. CHILD'S STACK END SCALE : 1 /2"= 1 '-0" C D/D ETAI LS/MILLWORK/STACKE(d.DS x OVERSIZED ELLIPSE OVER END PANEL TYP. FOR SA-4 & SA-5 STACK END AKNITICIIME MINOR COW niah2u AAP, IN UV NA'i1oNAL.c PUBLJc LIBRARY CRY OF:NATIONAL CRY panowarraxis MAXON. Cl/MAC nal% MIN 5K-I wag: 11/08/04 NOV-09-2004 11:19 CONSTRUCTION ADMIN .......... 619 231 4139 P.05/05 co U N COUNTER BEYOND 3/4" PLASTIC LAMINATE ON BOTH SIDES W/ EDGE BANDING TO MATCH. SIGNAGE PROVIDED BY GRAPHICS SUBCONTRACTOR. 4" DIA. ACCENT DOT MADE OF 1/4" THICK PAINTED MELAMINE. COLORS OF ACCENTS TO BE DETERMINED BY ARCHITECT. 1/2" BRUSHED S.S. REVEAL. PROVIDE SHELF FOR EVERY THIRD STACK END PER DET. 85. WD VENEER OVER MDF (WD-1) PANEL. / 3/4" SOLID WOOD (WD-1) EDGE. —18 GAUGE S.S. METAL BASE 1'-3 5/8" 6 BACKED W/ MDF. SEE 3/$ SECTION. 1'-3 7/8" mommig III 5/2 2'--0 1/2" 0 5a - STANDARD DEPTH O 5b- DEEP DEPTH SA-5 - 66" H. CHILD'S STACK END SCALE : 1 /2 "= 1 '-0" CD/DETAILS/MIL LWORK/STACKENDS PLASTIC LAMINATE— 873 SATINATA PROJECT No. =,IIO.Otl1.1 4 48 6 — 01 NAI N L-A:MY+PUBUcUBRA 1 CITY OF NATIONAL cwWINOOKORKM S t< DAM 11/08/04 TOTAL P.05 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-060 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/9/2004 CHANGE DESCRIPTION: PR #25: Altercate Bookend Stacks Delete: Add: $3,314 1. DIRECT LABOR HRS. Superintendent 0 $0.00 - $0.00 Project Management 0 $0.00 $0.00 Carpenter 0 $0.00 $0.00 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL SO 4. DIRECT EQUIPMENT $0 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) $0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Yamada Enterprises $3,125 SUBCONTRACTOR WORK TOTAL: $3,125 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL $3,125 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $156 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $33 GRAND TOTAL $3,314 TIME EXTENSION AND JUSTIFICATION - WORK DAYS REMARKS: NAME AND T17LE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin struc£ • �: p(deb, inc.) DEC. 8.2004 5:34RM YAMADA ENTERPRISES 714 843 9202 NO. 412 P, 2 YAMADA t Ql E N T E R PRISE S 16552 Burke Lane, Huntington Beach, CA 92647-4538 (714) 843-9882 • (800) 444-4594 • FAX (714) 843-9202 To: National City Publlic Library Book Stacks Jaynes Corp. RP. #25 Attn: Daniel Luker FAX 619-668-4090 QUOTATION # 4400-M Date; 12/8/2004 Job Location: National City, Ca. Est. Lead Time: 90 Days ARO. Freight Included F.O.B.: Destination Terms: Net 30 ITEM QTY. PART NO. DESCRIPTION 1 UNIT PRICE EXTENSION Custom Book Stack End Panels 1 68 Provide plastic laminate #872 "Satinata" on both faces of the oval on the children's end panel. $2,900.00 COST OF MATERtAL $2,900.00 SALES TAX 7.75% 224,75 FREIGHT N/C INSTALLATION N/C TOTAL $3,124.75 1. This quotation is s6bject to change unless accepted within 60 days from the above date_ 2. Shipping dal s are approximate and are tns.'(1 upon receipt of all nec nary information. 3_ Prices quoted do not include direct taxes impoaad by Federal, Sea+.e or Municipal authorities unites stated. 4. A service charge of 1;<.% pe month (1 S% annum) will be charged on ail past due acccur+.fa. Michael Scheffier mike@yam ad aenterprises. room NOV 02-2004 11_30- CONSTRUCTION ADM IN 0q1 25 2004 2:53PM JAYNES CORPORATION 619 231 4138 (C191 699-4090 P.02/09 p- t Jaynes Request for Information #190 Netldnet City Peelle Utuary Prefect I K66d 440 40ymee Cutporatlan of CeMo+min 1401 National City feel. Nagano City. CA 91950 Tot (6191666-C80 Pete 0119) 88b1490 yaw Created: 14925/2004 RR* 190 Importance: High ARsriwCompany Douglas E. Barnhart. Inc. 10/60 Yhommint Road San Diego. CA 92127 Maahend Di martin Geboy Pac 0119133e•0297 p.h/eloe Company Sunburst Eidetic, Inc. 337 W 36M. Suite A p(dignai City. CA 91550 Authored BY Scott IGdwM1 F (6i9)476.7105 CoResp,nderrt AmmarRFI tamable Subjoet TV Celleet 01tan pI11Me Cato goey CC Company Name James Corporation of catifurnia Jaynes CorpO aGan ofCafrtrrnia Cof1t* A Name Main Office Flies Fen Once Fates Credos 1 Roc (619)669.4000 1 Pan 01191668.4090 geoonen Der R,eoered: 11/01/Zmd E4.0 tepeno shows T y outfit et .42- UON, Rupee 111.112, 115. tie, 110, 122, 220. 273. zrr rays, TV CUUUe1 we no etecalcat autet near. or if nee , eteesante el®yeinn. Pteeee relax and Mule& 30095,11m Ammer DaW Answmed: Prolog Akeac.r - •,1 -..ten, OS, .. e.1 RFI # 190 Mount T.V. outlets per symbols legend on sheet E 1.0 of the drawings. See attached drawings. John Frisbie ICE 10 / 29 / 04 To: Cara Fischer From: Carlos Aree Fax: Const. Admin. Fax: 858-513-0559 Post -it• Fax Note 7671 C4JDgP1.. ST: A bi'1#I. vrwne 44.19- ( 1- 2'01 Fsxe brq-73/-H138 -REF: FSs Deba (i/DJo qiAge' `1 FmmC A Co. Pnonee$ _OC(r{D3CA Fs: 85I3_ 515 earn e•. nGGo mages ut�aew Page I d9e =20 sn He aoO P.I NOV-02-2004 11:30 CONSTRUCTION ADM IN •'Oct. 25 2004 2:SSPN JAYNES CORPORATION Oct. 25 04 I2:32p SUNBURST ELECTRIC, INC. S1947671CS Sunburst Electric, Inc. Commercial • T-I f Industrial 619 231 4138 P.03/09 (SISI SGe-4090 p.2 p.] request for information Date: 10/25/0412:34 PM To: Jaynes Corporation Attn: Daniel Luker / Jim Giones Phone: 619.6684080 / 3363350 Fax: 619-668-4090 / 335,0322 Project: National City Public Library REM: 37 We have encountered an issue that requires your input and we request your response: 5 davit) after Oue Yes (ate Required) (Schedule lnpad) (lust Impact) This request was gild by: Sunburst Electric IUst llama of individual or subcontractor and IRO RFld) DetaillDrawing/Stleet E3.1. E4.C. E1.1 ISSUE: 37. E4.0 legend shows TV outlets at +72" UON. Rooms 111, 112, 11 a, 118, 120, 122, 129, 220, 223, 237 have TV outlets with no electrical outlet near, or fi near, at the same starvation. PROPOSED SOL.UTION(S): Please review and clarify. PLEASE REVIEWAAS AdV SE1 RESPONSE: Signature of Answering Party Date '.:ry;.. ij &' Jo'scy;esid seq:.appn ff.S.'rnbelr:TF'.CI•ie:rr'::K.T.IJOr:9'iCl:1' pGIDLSCS oa.'r::re ;vast ;/ !0 ,/T73, r7j u'.i cri43'rld IB':rirCT!'t 5. ;2; r11Sp.nS;646 f[.Yj10:il r.? :'6S;(,7r or (5) 8:::kar Inca rtlRtu;:;:t riiz.c f'Jr pvje�. 337'It ?Sr Sues:, 5t;;:u A. Nzti .na( City, Ca St 358 L(Cd728O87 P una (319) 4i -7t)1 Fa: (619) a?o-7195 c-d /R?n—rPP RIq fr 1qa C,acien utl.lew dgr::7n 4,n q2 ton NOV-02-2004 11:30 CONSTRUCTION RDMIN 619 231 4138 P.04/09 0 ARCMflECTURE INTERIOR DESIGN RI NOANG 1301 TMITiD AVENUE SAN DIEGO. CAUFORMA 92101 TEL CIO 230 23S3 FAX 010 2311 0227 G.E. d1r7I71E71. ARCHITECT O.vrniptlun PARTIAL FLOOR PLAN (E4.2) 1/8"=1'-0" Dw.b. No NATIONAL CITY LIBRARY 4486.01 D‘.,„ 11/2/2004 .ini i_n_'1nn.1 M0.40 CC0 C1T 1-A 0 RAID NOV-02-2004 11:30 CONSTRUCTION RDMIN 619 231 4138 P.05/09 C46F313- 0167 ARCHITECTURE INF_RiOR OEStGN PIANN NC 1301 TWO NUENUE sw D1E60, CoLIFORNIA 92101 7i:L 819 239 2333 Fill 619 239 6227 FE WRIER, ARulr T Deoeing No Project Projoot No CO. PARTIAL FLOOR PLAN _(E3.1) 1 /8"=1'-0" NATIONAL CITY UBRARY 4486, Q1 11/2/2004 no• 10 oC0 C1 t OCCO Rtz Igo NOV-02-2004 11:30 CONSTRUCTION ADM IN 619 231 4138 P.06/09 ,'g� iblYj b51,1j ARGNflF.cIURE INTERIOR DESIGN FANNING 1301 TNIRO AVENUE SAN DIEGO. CALIFORNIA 92t01 TEL 619 239 1353 FAX 619 239 9227 G.E. FARRIER. ARCMRECT PARTIAL FLOOR PLAN (E3.1) 1 /8"=1'—O" 0 u.ln9 No. P,,,., NATIONAL CITY LIBRARY Pr*, Ne. 4486.01 Doty 111212O04 ..cr. c. ro nee iqD o MA NOV-02-2004 11:31 CONSTRUCTION ADMIN 619 231 4138 P.07/09 CDbE3l1-6167 DteciptIon PARTIAL FLOOR PIA (E3.1) DM„'rp No PmIM NATIONAL CITY LIBRARY TEL FAX 6 9 � 44B6.O1 P+aJeC! Na CLE. CARRIER. ARCHITECT D„ 11 /2/2004 A V11 L.n-7—^..nnA n0. 1O ocn C:. r_ca 1fs••=1 •—o" Rfl NOV-02-2004 11:31 CONSTRUCTION RDMIN 619 231 4138 P.08/09 RECEPT ►'�43b38 Zr 34 r 3 ESA -11,19,1 G.E. CARRIER, ANGN(itt- OsxflyUm Dfavoiro N. HAIt_LWAY NEA�CCNilEcRE INTER/OR 1V R Cf.91CN PLANNING 1301 TRW AVENUE SAX 01E70, CAIWON/4A 92101 FAX 619 239 bin Ho. 4486.01 P�eJec! w, 11/2/Z004 RFT 190 n n� /L RECT OFFICE ON CORR SA-1- TEF PARTIAL FLOOR PLAN (E3.2) 1 /8"=17-0" NATIONAL CITY LIBRARY NOV-02-2004 11:31 CONSTRUCTION ADMIN 619 231 4138 P.09/09 01 I /, 11, /1 ,,I /1 A*911:1iIIL TECH. EQUIP. 233 L-STQR, 236 McimEcVUR5 RimmOR O050C 4 etAMmmC 1301 Tom AN3n Z 92101 TEL 619 239 2333 FAx 819 239 6227 C.E. CARRIER. ARCHITECT CpctiplIon VerIn9 Ro ProJetd NCE RNING OMEN' 24- 8 0 PARTIAL FLOOR PLAN (E3.2) 1 /8 1 '-0" NATIONAL CITY LIBRARY ho,. N0. 4486.01 D,u, 11 /2f 2004 TOTAL P.09 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP COR LOG # 3057-049 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 11/11/2004 CHANGE DESCRIPTION: RFI #190 - Add outlets for TVs at Rooms 118 and 122. Delete: Add: $268 1. DIRECT LABOR HRS. 50 Superintendent 0 $0.00 $0.00 Project Management 0 $0.00 $0.00 Carpenter 0 50.00 $0.00 Laborer 0 S0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL S0 4. DIRECT EQUIPMENT SO 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already Included Line 3) $0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) S0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunburst Electric $253 SUBCONTRACTOR WORK TOTAL: $253 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL $253 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 513 11. GENERAL. CONTRACTOR BOND (i% of LINE 7+8+9+10) $3 GRAND TOTAL S268 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin (deb, inc.) Nov 08 04 02:29p SUNBURST 6194767105 P-1 Sunburst Electric, Inc. Commercial * T-I *Industrial Change Order Proposal Type I Date: November 8, 2004 To: Daniel Luker Jaynes Corporation 8530 La Mesa, Blvd., Suite 306 La Mesa, CA 91941 (619) 668-4080 / (619) 668-4090 (Office) (619) 336-0350 / (619) 336-0322 (Job Site) Job Name: National City Library SEl Job Number: 04-002 C/O Proposal #: 9 Control # Jaynes RFI# 190/SE RFI#37 Work Description; Added two electrical oulets for TV at Rm 118 & 122. Unless otherwise stated herein, this proposal excludes premium time labor costs and work/repair of any kind for cutting, sawcutting, coring, patching, landscape, hardscape, sprinklers, painting, fireproofing, fire caulking, hazardous material work, UG locating and markout service, waterproofing and caulking, disposal of breakout spoils, disposal of spoils, asphalt and concrete. (All additional work is based upon the job conditions at the time of this proposal and includes the original contract terms and conditions, unless otherwise stated We reserve the right to adjust the price and scope of this work if there is a change in the job conditions at the time this work is started We require your written change order, signed and dated before we proceed with this work) The total amount of this change order proposal addition, consisting of 3 pagc(s), is $253.00 and requires I additional working day(s). (This pricing is Valid for30days) Sincerely, Se.az eawdz Scott Kidwell This proposal contains proprietary information and is considered confidential to the recipient. It is submitted upon the expressed conchtio.: that the information contained herein, along with any supporting documents, will not be released to competitors or otherwise be used directly or indirectly in a way detrimental to the interest of Sunburst Electric Inc. 337 W. 3511Street, Suite A, National City, CA 91950 LICi0738087 Phone (619) 476-7101 Fax (619) 476-7105 Member -National Electrical Contractors Association Alfiliafon-/BEJVLOCAL 569 • Nov 08 04 02:29p SUNBURST 6194767105 p.2 JAYNES COPRORATION ESTIMATE FOR CHANGE ORDER .1AYNES CORP. COR LOG # 3037 CONTRACT: CONTRACT TITLE: # 3057 NATIONAL CITY PUBLIC LIBRARY CHANGE DESCRIPTION: Add two electrical outlets for TV-Rm 118 & 122 Delete: Add: $252.81 DATE: 11/8/04 1, DIRECT LABOR HRS. Electrician 3.78 529.00 5109.62 2. INDIRECT LABOR COST (Labor Burden, etc.) 3. MATERIAL $73.45 4. DIRECT EQUIPMENT $30.95 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 ifnot a! 52.00 roady oaolwded Line 3) 52.40 6. DIRECT WORK SUBTOTAL (LINES 1 - 3) 6216.41 COMPANY SUBCONTRACTOR WORK AMOUNT REMARK$ SUBCONTRACTOR WORK TOTAL $0.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL B. SUBCONTRACTOR WORK TOTAL 9. COC/SUILOERS RISK INSURA.NCE (.XX% LINE 7+8) 10. CONTRACTOR'S OVERHEAD & PROFIT (15%of LINE 7+8+9) 11. GENERAL CONTRACTOR BONO (1.5% of LINE 7+8+9+10) GRAND TOTAL S216A1 $0.00 $32.46 TIME EXTENSION AND JUSTIFICATION RFI419O REMARKS: Sunburst Electric5 9 Exclusions per proposal cover letter! NAME AND TITLE OF PREPARER: WORK DAYS 1 day(s) S3.73 $252.61 Scott Kidwell, Project Manager (Sunburst Electric, Ina.) Daniel Luker, Project Manager (Jaynes Corp,) ACCEPTED $Y; Nov 08 04 02:30p SUNBURST 8194787105 p.3 11/08/04 13:16 11C Library- RFI#19.D EXTEH510H BY PHACF Item A Descrip inn 0Ly Price U Fxt Price NfiLixtaabor -- 01 Raceway, Ftgs, & Boxes -- 2574 4' Square Deep Box w/brkt (1/2,3/4 K 2 570.59 C 11.41 0.32 E 0.64 2731 4" Square-1G Plaster Ring-5/8"D 2 182.26 C 3.65 0.16 E 0.32 -- 01 Raceway, Ftgs, & Boxes Total -- 15.06 0,96 - 02 Wire & Cable --- 2917 12/2 Steel MC Cable w/Green Ground W 30 358.55 M 2932 3/8w SS Flex/BX Conn 4 22.70 C --- 02 Wire & Cable Total --- 10.76 36.75 M 0.91 0.15 E 11.67 0.60 1.70 - 05 Wiring Devices & Covers -- - 4511 20A/125V Spec Grade Dup Rcpt (5-20R) 2 139.20 C 2.78 0.32 E 0.64 4673 1G'Plastic Duplex Receptacle Plate 2 22.07 C 0.44 0.11 E 0.22 8261 Grndscr&Bare Pigtail 2 22.81 C „ 0.46 \ 2.10 C 0.04 -- 05 Wiring Devices & Covers Total --- 3.68 0.90 6839 Red Wirenuts -- 07 Hisc Total --- Job Total -- 07 Misc 6 89.76 M 0.54 3.68 C 0.22 0.54 0.22 30.95 3.78 Paae 11 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-053 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 11/19/2004 CHANGE DESCRIPTION: Furr out wall In Vending mom #110. Delete: Add: S610 0 1. DIRECT LABOR HRS. Superintendent 0 50.00 S0.00 Project Management 0 $0.00 S0.00 Carpenter 0 S0.00 S0.00 Laborer 0 S0.00 60.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL So 4. DIRECT EQUIPMENT So 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) S0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Standard Drywall S575 SUBCONTRACTOR WORK TOTAL: 5575 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL S575 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) S0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $29 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 56 GRAND TOTAL $610 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME�JL OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: n anager (deb, inc.) 11.'17/204 17:40 FAX 619 443 7065 STANDARD DRYWALL INC. F 001/001 SDI STANDARD DRYWALL INC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING EIFS CORPORATE OFFICE: 9902 CHANNEL ROAD P.O. BOX 730 LAKESIDE, CA 92040 P H 619.443.7034 FX 619.443.7065 ADDITIONAL OFFICES: TUCSON,AZ CORONA, CA J.ACKSON, WY SALT LAKE CITY, UT LICENSES: CA 0444328 NV *40785 NM 08526E OR 0111655 AZ 0127644-8 UT 095-287902-5501 ID *13666-AAA-4(1,26,47) CONTRACT REVISION To: Jaynes Corporation of California 8530 La Mesa Blvd. #306 La Mesa, CA 91941 Attn: Terry Rowland Date: 11/17/04 Job#: S2682 Your #: KG04-040 Fax: (619) 668-4090 Job Name: National City Library Job Address: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes from plans and/or specifications or contract. Terms and conditions of original contract are fully applicable to this revision except as otherwise specifically stated herein: Revision #: S2682 — 07 Scope: Furr wall out in Vending #110 with 2V:" studs. Labor: 8 hours @ $49.00/hr. Material: $ 392.00 $ 108.00 Overhead & Profit @ 15%: $ 75.00 Total this change (round off) $ 575.00 Original Contract Amount $ 727,200.00 Previous Revisions $ 0 Net change this revision $ 575.00 Revised contract amount $ TBD Approved: Standard Drywall, Inc. Approved: Jaynes Corporation of Ca ilk i By: / n By: Title:' obert E. Caya, President Title: Date: 11/17/04 Date: Jaynes Request for Information #117 National City Public Library Project # KG04-040 Jaynes Corporation of California 1401 National City Blvd. National City, CA 91950Tel: (619) 668-4080 Fax: (619) 668-4090 RFI #: 117 Importance: High Date Created: 06/24/2004 Answer Company Answered By Douglas E. Barnhart, Inc. 10760 Thornmint Road San Diego, CA 92127 Author Company Authored By Martin Gabey Cal Door Specialties, Inc. Fax: (619) 336-0297 244 Miler Avenue El Cajon, CA 92020-4219 Jeff Willer Fax: (619) 447-9101 Co -Respondent Author RFI Number Subject Automatic Sliding Door Discipline Category Cc: Company Name Contact Name Copies Jaynes Corporation of California Main Office Files 1 Fax: (619)668-4090 Question Date Required: 07/01/2004 1. Are doors to be stile and rail aluminum frame, per door schedule Note 8 and section details B1 and C1 on A8.03 or 1/2" glass Herculite type per elevation on A3.01, A3023, and Door Schedule Door Type K? If doors are all glass/Herculite, glass is proposed as 1/2" clear tempered. As indicated, glass type 2, 1/4" green tint is not appropriate for all glass slide door. 2. If doors are all glass, please advise if specification 08460, 2.1.A.6 stainless steel top and bottom rail/note is correct. Our understanding is that balance of door package, header, cover, jambs are to be Kynar finish. Please. provide color information. 3. C1/A8.03 slide door threshold detail indicates no threshold in the door opening area and a 1/4" step to the exterior concrete. Please confirm that this detail is correct as door package height will need to be adjusted if a threshold is used to cover transition between finishes and/or elevations. If threshold is to be used, please see attached. Suggestion Answer Date Answered: 07/01/2004 1. Per specifications and details the sliding entry doors will have a top and bottom stainless steel rail. There will be no side or intermediate members. Use 1/2" clear tempered glass for door and sidelites. 2. Stainless steel rails to have a brushed finish. Balance of door package to match Kawneer #789GD18. 3. Yes, use threshold selected. Readjust door size. Prolog Manager Printed on: 7/9/2004 Jaynes_Converts Page 1 • v :St l e-pZ-Nnr Ain. 24 2004 3:31P1 JAYNES CORPORATION MIS) 666-4090 LGLU �L.1: Q t7 Jaynes Request for Information #117 National City Public Library Project* KG04842 Jaynes Carpnration et catit:wale 1461 National City Blvd. National City. CA 51950Tel: (613) 6684080. Fax (819) 658-0090 RR*: 117 Importance: High Date Created: 08124/2004 Answer Company Douglas E. t3amnart, trap. 10i6a Thom mint Road San Diego, CA 92127 Answered By Author Company Authot.d By • . Martin Gooey Cal boor specialties, Inc. F44 (61at 33e.0297 244 MiierAvenue ET Cajon, CA S2020-4219 Jett Willer Pea (61314474101 Co -Respondent Author Rft Nurra6er Subject 0i.etptlne Category Automatic Sliding Door Cc: Company Noma Contact !dameConley Jaynes Corporator: of California Math 015co irt7ec 1 For (6191568-4030 Question . Data Regains!: 07/01/2004 1. Are doors to he attie and tali aluminum 4rarne, per door schedule Note Band session dietoOs 81 anti C1 on A8.03 or 1P2' glens Fercufito type pet etitt'aian on A3.01, A3023, and Door Schedule Door Typa V, if doors sire a;! oressNer: J1 te, glass is proposed as fir of=ir tempered. As ineli=ited, grass typo 2. 1/4- green ism is net appropriate far s1 glass slide Spar. 2. tt doors are al glass, please advise ff spec S irn 094$0, 2.4.A 6 stairJcss steel top end bottom rail/note is convect Our understanding la that balances of door package, hooter, coder, txmLs are to be Kynar firhsh. Please provide eater information. 3. C1/A8.03 slide door threshold &dell Indi:•atss re td:rrsha!d in the doer opening area and a 114" step to ,he exterior conertate.. Please confirm that this detail is correct as door package height yr a need to tie adjtaats if a thrnGfi 'AI is 4sed to covet transition b®tvreen finishes andJnr elevations. If threshold is to be used,sleesa see attached. 5 usggestien Date Answered: fa,,q' ' , p{(/i jl !.fib b/' 15 4?./1A !i.„s t iv i C -I51,6 11'4; UTA,.T S boil k{,t-' yA F2 '"' '0 cttt.ef 1 C. T -4/ 'ill-e •ri `-' i rrl. 1 , W✓;: i).40 Iti ie,,0 SldC Ov- trlt'.,r/intPia rv;.e./sAi.,f- UV, U2l, Ctko.,r i�st r'ig QIGSs mot/ ca,"o. 't- 51d i (� `5 ' 1 v : ti:t 1 S. i kAA ‹, (A i �'r"Sj j 'ie� 1-V/ "i. P/L hi"? t ivv V lc 1 d f5 C71 ! :f.--' tJ� l� (. 1 V 9dnt0 f lL: G 2V2 4 genvere ,r� ^7' tG,547 / j'1 K es ka ,se./ 6 1,-y' , I� Gi �[ t5J time size r k Pape 1 Iry .0 a �•}o LbGO ' - - b L7 dun. 24 2004 3:32PM 3ftYNES.CORPORHT10tY Jan 24 04 11: 524 cal Don Specialt:ieS. bS:SI veaz-be-tillr (619) S68-4090 p.2 Inc. 619-447-9i01 p•3 6 q • D.or: SP CIALTIES. INC. lJayrtos Corporation .130 Boulevard 30 Le Mesa Boulerd L. Mesa, CA 91641 Re: National City Library Automatic Sliding OtoOr Package Retest For tvfomtet)on 1. Are doors to Ise stile ant rag aluminum frame, per door schedule Note 8 and section debits 81 end CI on A8.03, Or... Jane 14, 2004 1 /2' glass liereutite type per elevation on A3.01, A3023, and Door Schedule Doer Typo IC? If doors are all glass / liercultte.gloss Is proposed as 112' dear tempered. As indttated. glass type 2, ltd.-green tint is not appropriate for- elf gigs* sf•dea dnar, Please cotttirrn 1/2" clear tempered is oer: e d door: arm all Vass. IF doors are ad glass; please advise If .speclikelion 08480, 2.1.A.8 stainless steel top and bottarn rail Irate is correct. If so, is stainless to' be brushed or polished finish. Our under=landing is flat balance of door packet, header, coves', jambs are to be Kyna' ilntsh. Please provide calor information. CI 1 A8.08 side door threshold detail indiums no threshold in the door openln2 erea and a 1/4' step to the exterior concae . Reese confirm this detail is correct as door paciage height will need t:a be adjusted if a t'ireshdd Is used to color transition been finishes and / or elevations. Pierse do not hasltatie to call if you have questions. Thank you, Jeff Welker Aularmtic and Manticl0oors Sates, ktstolallon and Service CSL.304414 244 Millar Avenue • EJ Cajon. CA • 923 2 4219 (ate) 44TS091, • Fax (EIS) 44781A1 • nom-Cal-dor. corn ASA t•SASR 0'd 1tl101 . k Jun. 24 2004 3:32PM iir NES CCRPCRRTI0N .un 24 a4 11:524) Cal for Specialties, jam_, 4 i�. h' V,) 27274 27z7D z7270 i37ssi :r75a i37$$ 5 /2' 1 7A t377 157ffi leza sets it: Inc. 1619) 569-4090 629-447-$10i P-2 rc�s.N.� e0941 �7YMars,s c g.• p.3 '4. ; Buy® a am1� o C`Urh re»m. ECt r, .�. sn 5 4 b rwrrve r�aeac OW J u PUra1WSMES P KU.COM *PEIVIKO. WWNIMPLMKQ:DOM :. is JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-056 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/2/2004 CHANGE DESCRIPTION: RFI #117- Door change from wood to aluminum Delete: Add: $2,875 1. DIRECT LABOR HRS. Superintendent 0 - $0.00 50.00 Project Management 0 50.00 $0.00 Carpenter 0 $0.00 $0.00 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) $0 3. DIRECT MATERIAL $0 4. DIRECT EQUIPMENT $0 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already Included Line 3) $0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) $0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Resner (delete scheduled hardware and match Door 105A) $1,606 Resner (door) -$159 TL Summers -5120 Division 8 $1,384 SUBCONTRACTOR WORK TOTAL: $2,71' CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 50 8. SUBCONTRACTOR WORK TOTAL 52,711 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $C 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $136 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $28 GRAND TOTAL $2,875 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Please note that Resner has already received the original spec'd hardware. Their credit is minimal because of restokcing and shipping fees. Resner door credit is for a particle board core door as specified. NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin Gabey, Construction Manager (deb, inc.) 11/16/2004 18:07 5961860 RESNER HARDWARE PAGE 01 BL ek }LGkf'GliLtIG[ re/ I nc/. 12038 Woodside Avenue, Suite C • LAKESIDE, CA 92040 Phone (619) 596-1850 Fax (619) 59 i-1860 "Quality andiService,» S1 ewe' 1938 NOVEMBER 16, 2004 JAYNES CORPORATION 8530 LA MESA BLVD SUITE 306 LA MESA, CA 91941 PHONE: 668-4080 JOB PHONE: 619-668-4080 FAX: 668-4090 JOB FAX: 619-336-0322 CELL: 954-5807 PROJECT: NATIONAL CITY LIBRARY ATTN: JIM GRIMES CONTRACTOR'S CHANGE ORDER REQUEST # RFI 117 RESNERS CHANGE ORDER REQUEST # 14 OUR OFFICE IS PLEASED TO SUBMIT OURQUOTATION ON THE ARCHITECTURAL CHANGES MADE ON THE ABOVE JROJFrT As P1j.QWS, ITEM 1 DF •PTE FINISH HARDWARE SET # 102 -- OPENING 105B < $ 90.00 > RECEIVED ALL PRODUCTS ON SPECIAL ORDER THIS CREDIT INCLUDES ALL FACTORY RESTOCK FEES INCLUDING RETURN FREIGHT. ADD FINISH HARDWARE SET 101 - OPENING 105B $ 1,696.00 ADJUSTMENTS PER THIS LE 1"1'ER $1,606.00 FACTORY LEAD TIME UPON ORDERING (5) WEEKS IHE ABOVE CHANGES HAVE NOT BEEN INCORPORATED INTO rur, PROJECT AT THIS TIME. PLEASE SIGN AND RETURN SO OUR OFFICE MAY PROCEED WITH ORDERING THIS CHANGE ORDER. 3( CONTRACTOR'S NAME PAGE 1 OF 2 11/16/2004 18:07 5961860 RESNER HARDWARE PAGE 02 RESNER BUILDERS HARDWARE NATIONAL CITY LIBRARY. CHANGE ORDER 14 HAS NOT BEEN ORDERED AND LEADTIME IS (5) WEEKS. RESNER REQUIRES A SIGNED APPROVED CHANGE ORDER FROM JAYNES CORPORATION, WHICH HAS BEEN APPROVED BY THE COUNTY AT OUR OFFICE BEFORE MATERIAL WILL BE DELIVERED. UPON DELIVERY OF THE MATERIAL RESNER WILL INVOICE THE CONTRACTOR AND FROM THE DATE OF 7.'li>J INVOICE, PAYMENT MUST BE IN OUR OFFICE WITHIN 30 TO 45 DAYS. ACCOUNTS THAT GO PAST 45 DAYS ARE AUTOMATICALLY PUT ON HOLD. DURING THE COURSE OF CONSTRUCTION IF YOUR COMPANY HAS A PROBLEM. WITH THE MATERIALS PROVIDED BY RESNER HARDWARE, AND YOUR CONSTRUCTION SCHEDULE IS AFFECTED, YOUR COMPANY MUST PROVIDE WRITTEN NOTIFICATION OF THE PROBLEM TO RESNER HARDWARE. RESNER HARDWARE WILL NOT ACCEPT ANY BACK CHARGES WITHOUT THIS NOTIFICATION, OR AN OPPORTUNITY TO REMEDY THE PROBLEM. PRICE ARE F.O.B. JOB SITE, SALES TAX INCLUDED. PRICES QUOTED ARE GOOD FOR 45 DAYS. UPON APPROVAL OF THE ABOVE QUOTATIONS, PLEASE PROVIDE A WRITTEN CHANGE ORDER FOR THE AREAS TO BE SUPPLIED BY RESNER BUILDERS HARDWARE. NOTE! IF ANY MATERIAL IS SENT OR BROUGHT BACK TO RESNER IT WILL BE SUBJECT TO A RESTOCKING CHARGE AND POSSII3LE FREIGHT CHARGES TO SHIP BACK TO THE FACTORY. BEST REGARDS, Voc vici, MclVea, DAV ID MeNEIL PRESIDENT PAGE 2OF2 :0/27/2004 19:18 5961860 RESNER HARDWARE PAGE 01 1/w 3 &alders, f t arc wa re• ,Ivt,� 12038 Woodside Avenue, Suite C + LAKESIDE, CA 92040 Phone (619) 596-1850 Fax (619) 596-1860 "Quality afui/Sei'v cei Sir 1938 OCTOBER 27, 2004 JAYNES CORPORATION 8530 LA MESA BLVD SUITE 306 LA MESA, CA 91941 PHONE: 668-4080 JOB PHONE; 619-668-4080 FAX: 668-4090 JOB FAX: 619-668-4090 CELL: 954-5807 PROJECT: NATIONAL CITY LLRARY ATTN: JIM GRIMES CONTRACTOR'S CHANGE ORDER REQUEST # Memo 10/26/04 RESNERS CHANGE ORDER REQUEST # 13 OUR OFFICE LLEASED TO SUBMIT OUR OUOTATION ON THE ARCHITECTURAL CHANCfiEJ MADE ON THE ABOVE PROJECT AS FOLLOWS. ITEM 1 DELETE WOOD DOOR 105B PER YOUR LETTER DATED OCTOBER 26, 2004, ADJUSTMENTS PER THIS LETTER <$ 159.00> J . J.E ABOVE CHANGES HAVE BEEN INCORPORATED INTO THE PROJECT AT THIS TIME SO AS NOT TO DELAY YOUR CONSTRUCTION SCHEDULE. PLEASE SIGN AND RETURN SO OUR OFFICE MAY PROCEED WITH ORDERING THIS CHANGE ORDER. X CONTRACTOR'S NAME PAGE 1 OF 2 .2,0/27/2004 19:18 5961860 RESNER HARDWARE PAGE 02 RESNER BUILDERS HARDWARE NATIONAL CITY LIBRARY DURING THE COURSE OF CONSTRUCTION IF YOUR COMPANY HAS A PROBLEM WITH THE MATERIALS PROVIDED BY RESNER HARDWARE, AND YOUR CONSTRUCTION SCHEDULE IS AFFECTED, YOUR COMPANY MUST PROVIDE WRITTEN NOTIFICATION OF THE PROBLEM TO RESNER HARDWARE. RESNER HARDWARE WILL NOT ACCEPT ANY BACK CHARGES WITHOUT THIS NOTIFICATION, OR AN OPPORTUNITY TO REMEDY THE PROBLEM. PRICE ARE F.O.B. JOB SITE, SALES TAX INCLUDED. PRICES QUOTED ARE GOOD FOR 45 DAYS. UPON APPROVAL OF THE ABOVE QUOTATIONS, PLEASE PROVIDE A WRI1'1'EN CHANGE ORDER FOR THE AREAS TO BE SUPPLIED BY RESNER BUILDERS HARDWARE. NOTE! IF ANY MATERIAL IS SENT OR. BROUGHT BACK TO RESNER IT WILL BE SUBJECT TO A RESTOCKING CHARGE AND POSSIBLE FREIGHT CHARGES TO SHIP BACK TO THE FACTORY. BEST REGARDS, Y7av%d MctVe.%L DAVID MCNEIL PRESIDENT PAGE 2 OF 2 FROM TL SUM DEU FAX NO. : 619 445 3298 Nov. 01 2004 08:57AM P1 T. L. S V 1►'.[M 1. ' UJ DE / EL O NT P.O. B0X 1498 ALP i , Off• 91.903 619-445-3298 LIC.# 464092 Joe No LETTER OF TRANSMITTAL TQO.V 1i�S oATE 11 WE ARE SENDING YOU rkAftached 0 Under separate Cover via the following items: ❑ Shop drawings 0 Prints ❑ Plans ❑ Samples 0 Specifications ❑ Copy of letter Change order 0 HO. i ESCRIPTION DATE COPIES THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ Approved as submitted 0 Resubmit copies for approval [F`or your use ❑ Approved as noted 0 Submit copies for distribution ❑ As requested ❑ Returned for correction's ❑ Return corrected prints ❑ For review and comment ❑ ❑ FOR SIDS DUE 19 ❑ PRINTS RETURNED AFTER LOAN TO US REMARKS 7850 North Ave Leman Grove, eA 91945 CA LIC 779435 October 26, 2004 N C O RP O R Phone:';(619) ..Fax: (619)i4 41-7552 1 7582 E-lvlail: divlslon8ine :om ATED CHANGE ORDER REQUEST 0410-01 Daniel Luker Jaynes Corp. of California 8530 La Mesa Blvd, #306 La Mesa, CA 91941 Re: National City Library Subject: Door 105B Via Fax (619) 668-4090 The following is our pricing to furnish and install Aluminum Door at the above referenced location as indicated in the response to our RFI 0410-02. Please note that this door is indicated in the door schedule, A11.01, as aluminum frame and wood door. As such we had not included this door in our original estimate. Please find attached break -down of cost associated with this request. MATERIAL $ 730.00 TAX $ 56.58 LABOR (8 HRS. @ $49.90/HR) $ 399.20 SUB -TOTAL $ 1,185.78 OVERHEAD & PROFIT $ 177.87 BOND $ 20.45 ROUNDED TOTAL THIS C.O.R. $ 1,384.00 Please issue a change order in the amount indicated above so that we may proceed with material order and installation. If you have any questions or require additional information, please call. Sincerely, Robert N. Hoyt Page 1 of 1 7850 North Ave Lemon Grove, CA.9 CA LIC 779435 S i ON 1'ORATE 8 D Phone: (619) 741-7552 Fax: (619) 741-7582 E' M'ail: !division8iiic. core DATE 26-Oct-04 SUBCONTRACTOR PROPOSAL #: 0410-01 PROJECT: ARCHITECTURAL CONSTRUCTION CHANGE DIRECTIVE (CCD) #: verbal CONTRACTOR REFERENCE/CHANGE ORDER #: Div 8 Inc. RFI 0410-02 ITEM DESCRIPTION QTY MATL. EA. MATL. EXT. LBR. EA. LBR. EXT. 1 Add Door #105B $0 0 2 $0 0 3 Door Leaf and Prep for Hardware 1 580 $580 0 4 Painting 1 150 $150 0 5 $0 0 6 Installation 1 $0 8 8 7 $0 0 8 $0 0 9 $0. - 0 10 $0 0 11 $0 0 2 $0 0 13 $0 0 14 $0 0 15 $0 0 16 $0 •0 17 $0 0 18 $0 0 19 $0 0 20 $0. 0 TOTALS :::i::::$::;:i;:'y':v:::%r;::£::r:isA::r::.i �.>.: g i::: :; 2:; 4:'t: $730 £R::v:. `:;iy ;ii::: :;: ;S:i:Yi'.+<:>: >:;: 8 COST SUMMARY MATERIAL $730.00 LABOR HOURS 8.00 Sales Tax (7.75%) $56.58 Supervision TOTAL MATERIAL $786.58 TOTAL HOURS 8.00 Labor rate: $49.90 MISCELLANEOUS TOTAL LABOR $ $399.20 Equipment rental TOTAL MATERIAL $ $786.58 Concrete coring TOTAL MISC. $ $0.00 SUBTOTAL $ $1,185.78 OVERHEAD/ PROFIT (15%) $177.87 SUBTOTAL BOND 1.5% $1,363.64 $20.45 MISC. TOTAL $0.00 CHANGE ORDER TOTAL $ $1.384.10 formerlt "Hoyt Corporation Glazing Contractors" DEC-01-2004 08:5B .... 1 •Jv-G.�-LUG4 1 D • Gc1 CONSTRUCTION ADM 1N LUNSIt 1J(:11UN RUM N 619 231.4138 619 231 4138 P.04/06 F.04/0S M . .Nov.:23 2004 11:39RN HP LRSERJET 3200 Jaynes Request for Information #212 Nettorali CIV PUMtc Library PM:eat/ 1ECi0/013 Jaynes Corporation of California 1401 National t*( 61v4. National City, CA 91950 Tel: (613) $G8.408O Pam (919) 668r1090 aPi sr. 212 IMPORanc.: el& Data Crated: 11,73170l4 Anawar Company oa6glaa E. Barnhart, Inc. 0780 Thor/104M Rawl sin o;nyo. C4 8212r Answered By Author Cempaiy Martin Chibey turaburat Elm:1ft lea Psi: (6181336.0297 337 W 35m, Suite A Nakinel City, CA 91950 Autlwfed By Scan!Gewalt rrrc (619147B-7105 p.1 Ca pane ent Awthor Member 4$ SubJ.cl Discipline Aery lighting GonVdin Rrrt 230 C Company Name COMM NM. Jaynes Corporation ofCaalornia Plaid Office Pies t Fist 93,9e a.4090 ,Jaynes Corporation of California Main Office Files 1 Part (519)668.4090 IZu,rsltan Date Re:waarf+ 11/8OR004 Roan 230 Nat no tocai Ilglletg control. Please advise. suave:moo Anima Date Anawenld: RFI # 212 Please see attached drawings,, thank you for your help. John Frisbie JCE 11/30/04 To: Cara Fischer From: Carlos Arce Fax: 619-231-4138 Fax: 858-513-0559 Post -it" Fax Note 7671 Peals, Itlna,ar 1 °x`r 33l-41138 4 *�t #/xite7z (17N Cr. 41:01r1nl. •,6/9-487-Zef7/ IEr.N-d CC CYR ,",_7n_011A 11:Q9 Oatsl. 0/� Ili,, L--, From Gr/3L.s kexce co. 1G� Phaner Faxa 8S9os 958 513 0559 c ooPq ,JYT...1PM 96 Pape .t1 PP ^b0 P.0., DEC-01•-2004 08:59 CONSTRUCTION RDMIN 619 231 4138 P.06/06 ARCNRECD. E INTERIOR OMICH PLANNING 1301 'NIRO AVENUE U.t4 01200, GWFORH14t 12101 TEL 619 239 2353 FAX 619 239 6227 G.E CARRIER, McNIIECT !Ida 11111 �rr .„ kol r k ii___socia 11 y �� I_ lo }©b` H. i I „3:$1 0 Ian _ rii t FF'C ► ► vIi:rrrir y G - e 2.3 PARTIAL LIGH11NG PLAN 1/8"=1'-0t' OrwM9 No L2.2 P„1,ct NATIONAL CITY LIBRARY Prejeat Na 4486.01 0„,. 11/30/2004 R51 212 TOTAL P.06 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-058 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/9/2004 CHANGE DESCRIPTION: Lighting controls In Room 230 per RFI #212 Delete: Add: $478 1. DIRECT LABOR HRS. Superintendent 0 $0.00 $0.00 Project Management 0 $0.00 $0.00 Carpenter 0 $0.00 $0.00 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) S0 3. DIRECT MATERIAL 50 4. DIRECT EQUIPMENT S0 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) $0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) S0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunburst Electric 5451 SUBCONTRACTOR WORK TOTAL: $451 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL $451 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $23 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $5 GRAND TOTAL $478 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAO�MEAN 1 LE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: 'Mager (deb, inc.) Dec 03 04 08:22a SUNBURST 6194767105 p.1 Sunburst Electric, Inc. Commercial + T-I + Industrial ChanEe Order Proposal Type 1 Date: December 3, 2004 To: Daniel Luker Jaynes Corporation 8530 La Mesa, Blvd., Suite 306 La Mesa, CA 91941 (619) 668-4080 / (619) 668-4090 (Office) (619) 336-0350 / (619) 336-0322 (Job Site) Job Name: National City Library C/O Proposal #: 13 SEI Job Number: 04-002 Control # Jaynes RFI#212/SE RFI#45 Work Description: Local lighting control for room 230. Unless otherwise stated herein, this proposal excludes premium time labor costs and worklrepair of any kind for cutting, sawcutting, coring, patching, landscape, bardscape, sprinklers, painting, fireproofing, fire caulking, hazardous material work, UG locating and mark -out service, waterproofing and caulking, disposal of breakout spoils, disposal of spoils, asphalt and concrete. (411 additional work is based upon the job conditions at the time of this proposal and includes the original contract terms and conditions, unless otherwise stated. We reserve the right to adjust the price and scope of this work if there is a change in the job conditions at the time this work is started. We require your written change order, signed and dated before we proceed with this work) The total amount of this change order proposal addition, consisting of 3 page(s), is S451.00 and requires 1 additional working day(s). (Thus pricing is valid for 10 days) Sincerely, Scott Kidwell This proposal contains proprietary information and is considered confidential to the recipient. It is submitted upon the expressed condition that the information contained herein, along with any supporting documents, will not be released to competitors or otherwise be used directly or indirectly in a way detrimental to ri:e interest of Sunburst Electric Inc. Sunburst Electric, Inc. 337 W. 35th Street, Suite A, National City, CA 91950 LIC#738087 Phone (619) 476-7101 Fax (619) 476-7105 Dec 03 04 08:22a SUNBURST 6194767105 p. 2 CONTRACT: # 3057 JAYNES COPRORATION ESTIMATE FOR GfUWGE ORDER JAYNES CORP. COR LOG It 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY CHANGE DESCRIPTION: lighting control In room 230 per Jaynes RPI#212 Delete: Add: 5450.73 DATE: 12/3/04 1, DIRECT LABOR HRS. Erectrictan 3.49 2. INDIRECT LABOR COST (Labor Burden, etc.) 3. MATERIAL 529.80 ;104.00 569.68 4. DIRECT EQUIPMENT S197.18 50.00 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 If not alroady Included Line 3) 515.28 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 5386.14 SUBCONTRACTOR WORK COMPANY AMOUNT REMARKS SUBCONTRACTOR WORK TOTAL: 50.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 8. SUBCONTRACTOR WORK TOTAL 9. COCIBUtLDERS RISK INSURANCE (.XX% LINE 7+8) 10. CONTRACTOR'S OVERHEAD & PROFIT (15%of LINE 7+8+9) 11. GENERAL CONTRACTOR BOND (1.5% of LINE 7+8+9+10) GRAND TOTAL TIME EXTENSION AND JUSTIFICATION REMARKS: Sunburst Electric# 13 Exclusions par proposal cover letters NAME AND TITLE OF PREPARRR; S386.14 $0.00 557.92 WORK DAYS 1 day(s) 56.66 S450.73 CCEPTED BY: Scott Kidwell, Project Manager (Sunburst Electric, Inc.) Daniel Luker, Praject Manager (Jaynes Corp,) J Dec 03 04 08:22a SUNBURST 12/03/04 07:11 Item # Description 6194707105 NC Library -Jaynes RFI#212 EXTENSION BY PHASE 0ty Price U Ext Price Labor 11 Fxt Labor -- 01 Raceway, Ftgs, & Boxes 2574 4" Square Deep Box w/brkt (1/2,3/4 K 1 581.38 C 5.81 0.33 E 0.33 2736 4" Square-2G Plaster Ring-5/8'D 1 243.16 C 2.43 0.17 E 0.17 - - 01 Raceway, Ftgs, & Boxes Total --- 8.24 0.50 --- 02 Wire & Cable --- 2918 12/3 Steel MC Cable w/Green Ground W 20 628.31 M 2932 3/8" SS Flex/BX Conn 1 22.14 C - -- 02 Wire & Cable Total -- 12.57 44.00 M 0.22 0.15 E 12.79 0.88 0,15 1,03 -- 05 Wiring Devices & Covers --- 4459 20A Spec Grade SP Switch 2 854.83 C 17.10 0.28 E 0.56 4680 2G Plastic Switch Plate 1 52.65 C 0.53 G.13 E 0.13.. 8261 Grndscr&Bare Pigtail 1 22.24 C 0.22 2.20 C 0.02 • --- 05 Wiring Devices & Covers Total --- 17.85 - 0.71 --- 07 Misc --- 6839 Red Wirenuts 4 87,52 M 0.35 3.85 C 0.15 8331 Ceiling sensor/relay 1 157.95 E 157.95 1.10 E 1.10 --- 07 Misc Total --- 158.30 1.25 Job Total 197.18 3.49 p.3 Pagel JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES COR_zSOR LOG # 3057-059 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/9/2004 CHANGE DESCRIPTION: Gyp adapter modifications Delete: Add: 52,922 1. DIRECT LABOR HRS. Superintendent 0 50.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 50.00 50.00 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL SO 4. DIRECT EQUIPMENT So 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) SO 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Division 8 32,755 SUBCONTRACTOR WORK TOTAL: S2,755 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL S2,755 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $138. 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $29 GRAND TOTAL $2,922 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TIT Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin a:j/ager (deb, Inc.) BB/Dec/2884 17:55 PT FROM: Division B, Inc. TO: LUKER, DAMIEL PAGE: 881 7850 North Ave. Lemon Grove, CA 91945 CA LIC 779435 December 8, 2004 DIVISION 8 INCORPORATED Phone: (619)741.7552 Fax: (619) 741-7582 E-Mail: division8inc.com CHANGE ORDER REQUEST 0410-04 Daniel Luker Jaynes Corp. of California 8530 La Mesa Blvd, 4306 La Mesa, CA 91941 Re: National City Library Subject: Revise Drywall Adapter Depth Via Fax (619) 668-4090 The following is our pricing to furnish and install drywall adapter at windows that require additional furring. The standard depth of the drywall adapter per the contract documents is 3 1/" (nominal). The revised depth of 9" is a custom application that requires this material thickness to increase to .125" and results in additional fabrication and installation time. A credit for standard depth material is reflected in the net material cost shown. Please find attached break -down of cost associated with this request. MATERIAL S 1,357.00 TAX S 105.17 LABOR (18 HRS. c $49.901HR) $ 898.20 SUB -TOTAL S 2,360.37 OVERIIEAD & PROFIT 5 354.06 BOND S 40.72 ROUNDED CREDIT THIS C.O.R. S 2,755.00 Please issue a change order in the amount indicated above so that we may proceed with material order and installation. If you have any questions or require additional information please call. Robert N. Hoyt Page 1 of 1 0B/Dec/2004 17:56 PT FROM: Division B, Inc. TO: LUEER, DAHIEL PAGE: BB2 7850 North Ave. Letnon Grove, CA 91945 CA LIC 779435 INCORPORATED Phone: (,619) 741-7552 Fax: (619) 741-7582 F.-Mail; divisionRinc.com DATE 4-Aug-04 SUBCONTRACTOR PROPOSAL #: 0410-04 PROJECT: National City Library ARCHITECTURAL CONSTRUCTION CHANGE DIRECTIVE (CCD) #: CONTRACTOR REFERENCE/CHANGE ORDER #: verbal' verbal ITEM DESCRIPTION 1 QTY MATL. EA. MATL. EXT. LBR. EA. LBR. EXT. 1 Provide Revised Drywall Adapter S0 0 2 S0 0 3 Add Arcadia DWC890 7 163 $1,141 0 4 Credit Arcadia DWC350 Additional Painting Layout and Engineering Additional Fabrication Auuiiiuiiai insiaiidiiun -7 62 ($434) 0 5 1 650 $650 0 6 0.5 SO 4 2 7 1 1 S0 8 8 6 S0 o 6 9 SO 0 10 S0 0 11 S0 0 12 SO 0 13 SO 0 14 So 0 15 SO 0 16 S0 n 17 SO 0 18 so 0 19 SO 0 20 SO 0 TOTALS . S1, 357 :. 18 COST SUMMARY MATERIAL S1.357.00 LABOR HOURS 13 CO Sales Tax (7.75',,) 1 S105.17 Supervision TOTAL MATERIAL I $1.46.2.17 TOTAL HOURS 13 CC Labor rate: S4"0.60 MISCELLANEOUS TOTAL LABOR $ S896.20 Equipment rental TOTAL MATERIAL $ S1.462.17 Concrete coring TOTAL MISC. $ S0.00 SUBTOTAL $ S2,360.37 OVERHEAD/ PROFIT (15%) S354.066 SUBTOTAL BOND 1.5% S2,714.42 S40.72 MISC. TOTAL S0.00 CHANGE ORDER TOTAL $ .32.755.14 formerlt "Hoyt Corporation Glazing Contractors" JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-066 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/21/2004 CHANGE DESCRIPTION: Frame around structural steel columns at main roof Delete: Add: 53,981 1. DIRECT LABOR HRS. SO Superintendent 0 50.00 $0.00 Project Management 0 50.00 50.00 Carpenter 0 50.00 $0.00 Carpenter 0 542.88 50.00 Laborer 0 $0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL SO 4. DIRECT EQUIPMENT SO 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) SO 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) $0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Standard Drywall 53,754 SUBCONTRACTOR WORK TOTAL: 53,754 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $0 8. SUBCONTRACTOR WORK TOTAL 53,754 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5188 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $39 GRAND TOTAL $3,981 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITI,.E O.F PREPARER: ) 42 M Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Mar, on Manager (deb, inc.) 1211,7/2004 14:29 FAX 619 443 7065 STANDARD DRYWALL INC. 411001/001 SDI STANDARD DRYWALL ANC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPAN ELS FIREPROOFING EIFS CORPORATE OFFICE: 9902 CHANNEL ROAD P.O. SOX 730 LAKESIDE, CA 92040 PH 619.443.7034 I 619.443.7065 AUIaTIONAL OFFICES. TUCSON, AZ CORONA, CA J.ACKSON, WY SALT LAKE CITY, UT LICENSES: CA #444348 NV #40785 NCI*85263 ON #111653 AZ 01276448 UT #96-887402-15601 I@ Ikl&666-AAA•4(1,86,47) CONTRACT REVISION To: Jaynes Corporation of California 8530 La Mesa BIvd. #306 La Mesa, CA 91941 Attn: Terry Rowland Date: 12/17/04 Job#: S2682 Your #: KG04-040 Fax: (619) 668-4090 Job Name: National City Library Job Address: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes from plans and/or specifications or contract. Terms and conditions of original contract are fully applicable to this revision except as otherwise specifically stated herein: Revision #: S2682 —14 Scope: Due to structural steel columns protruding out of the exterior wall at the roof, frame and bang (4 each) columns full height. Labor: 30 hours a $49.00/hr. Material: 40 pcs. — Studs & Track @ $39/ea 2 sheets — Durock @ $29/ea 8 sheets — Gypsum Sheathing @ $22/ea Overhead & Profit @ 15%: Total this change (round off) Original Contract Amount Previous Revisions Net change this revision Revised contract amount S 1,470.00 $ 1,560.00 S 58.00 $ 176.00 $ 490.00 S 3,754.00 $ 727,200.00 $ TJ3D $ 3,754.00 $ TBD Approved d. d Drywa , Inc. Approved: Jaynes Corporation of Ca By: f%`'• L By: Title: Robert E. Caya, President Title: Date: 12/17/04 Date: De 06 04 10:30a Jim Grimes 619-336-0322 p.2 JAYNES CORPORATION OF CALIFORNIA MIMORANDUM To: Pet?, Attn: M .Tefi! 4AlRY Fax: Phone: Re: AfFF-) Atm F1t2 &Whir/4045@ Mit4 r 1F NATIONAL CITY PUBLIC LIBRARY 1401 National City Blvd. National City, CA 91950 Phone: (619) 336-0350 Fax: (619) 336-0322 From: Jim Grimes Pages: Date: �, Daz 03 luau e Rif it .r4 •{.v,n w% Corr 4 h vt o(.4.P ea: cease d- eaffvfr. tit kux GAeCI) you cotKp.m 4-748tto de rwfi,e1c. Oat of 1 tf i it ik)Q2 , @ 55. 2. et q. i * wetit, .I (`ff 14)-$e9a w► Coia.K `s. 8tvec ly acte,ce 'fit GD+'c• Cuv�✓t U()(o* 51XaIU4A TJ., Yw `1.e kd -ttC s4s s21 tll�~� '� r f vv A In ot.tt if -r-tathl of wa Gt 4.6 vYruf csla$4.4 ✓u4•t . V M'i 4-wc Kt c< f i -E —atA Sfd rig.4 Co!K rt1 rkr- w i Aveva c 1 DIA bo uA @ eikvG W►1 of Cl4a, ,, . Au t J Ct extv-c, w, vk. +D =p.- -f„ but '11 Hie Do(com.t r }h IAa fd-v-A wovk *b Uvt -r v (5ctcWSa). (1)041.Act.. +u_ G• — D • LJA key Iio-f1,1 -tr ns'fa `'e 1 ivicavved.17! SivNok: . ¢ cc,,v6s parr Waft" [OCdel } f$V p(Q41 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER AJ YNE�OQRP. COR LOG* 3057-067 CONTRACT: 0 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 12/2112004 CHANGE DESCRIPTION: Reframe openings and Install new frames and doors at openings 107A&B due to dimensions of switchgear Delete: Add: $3,826 1. DIRECT LABOR HRS. $0 Superintendent 0 50.00 50.00 Project Management O 50.00 50.00 Carpenter O 50.00 50.00 Carpenter O 542.88 50.00 Laborer 0 $0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) 50 3. DIRECT MATERIAL SO 4. DIRECT EQUIPMENT 50 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already Included Line 3) 50 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Standard Drywall 5451 Rosner Hardware 53,157 SUBCONTRACTOR WORK TOTAL: 53,608 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $0 8. SUBCONTRACTOR WORK TOTAL 53,608 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) S180 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 538 GRAND TOTAL $3,826 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TIT OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: f anger (deb, inc.) Dec. 21 2004 2:O6PM HP LASERJET 3200 12/17/2004 14:28 FAX 619 443 7065 STANDARD DRYWALL INC. p.1 Imo01/001 SDI STANDARD DRYWALL INC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING EIFS CORPORATE OFFICE: 9902 CHANNEL ROAD P.O. BOX /SO LAKESIDE, CA 92040 PH 619.442.7034 FX 619.443.1065 ADDITIONAL OFFICES, Ivcsox,Az cotton, CA IACESON, WY 9ALr LAKE GRY, as LICENSES, CA, I444121 NV 04071i NM INIEE6a ON k1116SS AZ S117644-1 u'r Ms6.1t790a-5601 ID aI M66.AAAAa jyi E6,47) By. Title: Robert B. Cava. President CONTRACT REVISION To: Jaynes Corporation of California 8530 La Mesa Blvd. #306 La. Mesa, CA 91941 Attn: TerryRowland Date: 12/17/04 rob#: S2682 Your #: KC04-040 Fax; (619) 668-4090 Job Name: National City Library Job Address: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes from plans and/or specifications or contract. Terms and conditions of original contact art fully applicable to this revision except aB otherwise specifically stated heroin: Revision #: S2683 — 15 Scope: Retrame door opening #107 A & B at electric room larger than indicated on the Plans due to access problems with the switch gear. Labor. 8 hours @ $49.00/hr. $ 392.00 Material: Overhead & Profit @ 15%: Total this change (round oft) Original Contract Amount Previous Revisions Net change this revision Revised contract amount Approved:`, • • • D L Date: 12/17/04 $ 59.00 S 451.00 $ 727.2Q ,00 $ TBD $ $ TBD Approved: Jaynes Corporation of Ca By: Title: Date: 12''21/2004 13:23 5961860 RESNER HARDWARE PAGE 01 R 1u C 4ers}Eardware IW(i. _7-qAe-1 12038 Woodside Avenue, Suite C • LAKESIDE, CA 92040 Phone (619) 596-1850 Fax (619) 596-1860 "QuaU.ty cowl, Serv%ce-" S%wc' 1938 DECEMBER 21, 2004 JAYNES CORPORATION 8530 LA MESA BLVD SUITE 306 LA MESA, CA 91941 PHONE: 668-4080 JOB PHONE: 619-336-0350 FAX: 668-4090 JOB FAX: 619-336-0322 CELL: 954-5807 PROJECT: NATIONAL CITY LIBRARY ATTN: JIM GRIMES CONTRACTOR'S CHANGE ORDER REQUEST # Fax dated 12l21/04 RESNERS CHANGE ORDER REQUEST # 15 OUR OFFICE IS PLEASED TO SUBMIT OUR OUOTATION ON THE ARCHITECTURAL CHANGES MADE ON THE ABOVE PROJECT AS FOLLOWS. ITEM 1 OPENINGS 107A AND 107B CHANGED TO 8'0" HIGH (2) FRAMES (4) DOOR LEAFS (4) VERTICAL WEATHER SEAL - 8'0" AND (2) VERTICAL ASTRAGAL SEAL - 8' ADJUSTMENTS PER THIS LETTER $ 978.00 $ 2,048.00 $ 131.00 $ 3,157.00 FACTORY LEAD TIME UPON ORDERING (6) WEEKS THE ABOVE CHANGES HAVE NOT BEEN INCORPORATED INTO THE PROJECT AT THIS TIME. PLEASE SIGN AND RETURN SO OUR OFFICE MAY PROCEED WITH ORDERING THIS CHANGE ORDER. X CONTRACTOR'S NAME PAGE) OF 2 12/21/2004 13:23 5961860 RESNER HARDWARE PAGE 02 RESNER BUILDERS HARDWARE NATIONAL CITY LIBRARY CHANGE ORDER # 15 HAS NOT BEEN ORDERED AND LEADTIME IS (6) WEEKS. RESNER REQUIRES A SIGNED APPROVED CHANGE ORDER FROM JAYNES CORPORATION, WHICH HAS BEEN APPROVED BY TINE COUNTY AT OUR OFFICE BEFORE MATERIAL WILL BE DELIVERED. UPON DELIVERY OF THE MATERIAL RESNER WILL INVOICE THE CONTRACTOR AND FROM THE DATE OF THE INVOICE, PAYMENT MUST BE IN OUR OFFICE WITHIN 30 TO 45 DAYS. ACCOUNTS THAT GO PAST 45 DAYS ARE AUTOMATICALLY PUT ON HOLD. - DURING THE COURSE OF CONSTRUCTION IF YOUR COMPANY HAS A PROBLEM WITH THE MATERIALS PROVIDED BY RESNER HARDWARE, AND YOUR CONSTRUCTION SCHEDULE IS AFFECTED, YOUR COMPANY MUST PROVIDE WRITTEN NOTIFICATION OF THE PROBLEM TO RESNER HARDWARE. RESNER HARDWARE WILL NOT ACCEPT ANY BACK CHARGES WITHOUT THIS NOTIFICATION, OR AN OPPORTUNITY TO REMEDY THE PROBLEM. PRICE ARE F.O.B. JOB SITE, SALES TAX INCLUDED. PRICES QUOTED ARE GOOD FOR 45 DAYS. UPON APPROVAL OF THE ABOVE QUOTATIONS, PLEASE PROVIDE A WRITTEN CHANGE ORDER FOR THE AREAS TO BE SUPPLIED BY RESNER BUILDERS HARDWARE. NOTE! IF ANY MATERIAL IS SENT OR BROUGHT BACK TO RESNER. IT WILL BE SUBJECT TO A RESTOCKING CHARGE AND POSSIBLE FREIGHT CHARGES TO SHIP BACK TO THE FACTORY. BEST REGARDS, Dav%d� McNeil DAVID McNEIL PRESIDENT PAGE 2OF2 City of National City, California COUNCIL AGENDA STATEMENT MEETING DATE June 21, 2005 4 AGENDA ITEM NO. ITEM TITLE Resolution of the City of National City Approving Change Order Numbers 8, 9, 1\ 11, and 12 with Jaynes Corporation in the combined total amount of $351,244 for various necessary design modifications and upgrades to the National City Library; and authorizing the City Engineer to sign the change orders. PREPARED BY Stephen Kirkpatrick DEPARTMENT Engineering EXT. 4380 EXPLANATION See attached explanation. ( Environmental Review MIS Approval Financial Statement The aggregate cost of Change Order Numbers 8, 9, 10, Funds are budgeted for this change order in the project (65%) and 242-409-500-598-1583 (35%). STAFF RES`,OMMENDATION Adopt the Resolution. BOARD / COMMISSION N/A Approved By: 11, and 12 is $351,244 F+Oej account numbers 241-409 .10-598-1583 Account No. irector f ATTACHMENTS ( Listed Below ) 1. Resolution 2. Change Order Numbers 8, 9, 10, 11, and 12 A-200 (Rev. 7/03) Resolution No. .2 d U S 12 0 EXPLANATION: There are seventeen components to change order number 8 totaling $33,523. There are fourteen components to change order number 9 totaling $44,340. Change order number 10 simply adds 23 days to the contract resulting from weather and has not cost associated. There are 35 components to change order number 11 totaling $89,013. There are 19 components to change order number 12 totaling $184,368. The combined cost of these five change orders is $351,244. Each cost has been negotiated with the contractor and represents a cost similar to what would have been received had these items of work been identified on bid day. For simplicity in reading this report, each change order cover sheet that indicates the work, the negotiated cost for the work, and the explanation of why the change is necessary is attached. The documentation supporting the negotiated cost (which is attached to the actual change order) has not been included in this report. due to the volume of material. It is available for review at the City Engineer's Office. As background, change orders on building projects typically result in one of five ways: • An Architect Supplemental Instruction (ASI) from the architect, on behalf of the owner, to the contractor. ASI's are typically associated with areas on the plans indentified as unclear by the architect in the course of construction. These are always necessary for proper construction. They are typically issued to ensure the plans are interpreted as intended. These items often involve cost in the "low bid" form of project delivery. • A Change Order Request (COR) from the contractor to owner for items identified by the contractor as not being shown on the plans, or conflicting things shown on the plans. No plans are ever absolutely perfect when compared to actual construction. These items are always necessary for proper construction and they always involve increased cost. • A Request for Information (RFI) is written by the contractor to the architect. These are sometimes asking for clarification of something on the plans, but more often are identifying something that can be done better, be constructed in way that is easier to maintain, etc. These are the type of issues brought forward by the contractor based upon construction experience. These sometimes increase cost, decrease cost, or have no effect on cost. • A Proposal Request (PR) from the owner, or end user, of the building to the contractor. PR's are usually associated with upgrades to the building. Not absolutely necessary for construction but if budgeting permits, are enhancements to the building. • A Contract Change Directive (CCD) issued by the owner to the contractor directing a change to the plans immediately, while price negotiation occurs concurrently. These are issued if any of the above three issues are identified and delaying clear direction until costs can be negotiated would severely impact the cost of the change due to the sequencing of construction. I explain these five ways of identifying a contract change because they are listed for each component of work of each change order. It is hoped that this information will make it easier to understand the "reason for change" for each component of work. RESOLUTION NO. 2005 — RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY AUTHORIZING THE CITY ENGINEER TO EXECUTE CHANGE ORDER NOS. 8, 9, 10, 11 AND 12 WITH JAYNES CORPORATION IN THE COMBINED TOTAL AMOUNT OF $351,244 FOR VARIOUS NECESSARY DESIGN MODIFICATIONS AND UPGRADES TO THE NATIONAL CITY PUBLIC LIBRARY WHEREAS, the contract for the National City Public Library Project, Specification No. 1028, was awarded to Jaynes Corporation on February 10, 2004, by the adoption of Resolution No. 2004-19; and WHEREAS, during the construction of this project, various necessary design modifications and upgrades were required or requested; and WHEREAS, each cost has been negotiated with the contractor and represents a cost similar to what would have been received had these items of work been identified on bid day. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of National City hereby authorizes the City Engineer to execute Change Order Nos. 8, 9, 10, 11 and 12 with Jaynes Corporation in the combined total amount of $351,244 for the necessary design modifications and upgrades that were required or requested for the National City Public Library Project. PASSED and ADOPTED this 21st day of June, 2005. Nick Inzunza, Mayor ATTEST: Michael Della, City Clerk APPROVED AS TO FORM: George H. Eiser, III City Attorney . CONTRACT CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4w Floor San Diego, California 92101 C/O Number. C/O Initiation Date: Project Contract No.: 008 May 25, 2005 National City Public Library 1028 A Change Order is hereby recommended for the following work in the amount identified in this document: DESCRIPTION OF CHANGE: 1. CCD #003: Revised Deck Edge Condition at 2nd Floor Roof Terrace 2. ASI #010: Additional Coordination for Feature Wall Control Joint Placement $ 8,668.00 3. ASI #011: Curtain Wall Detailing Revision $ 37'00 4. COR #020R1: Door Hardware Revisions $1,671.00 5. ASI #021.2 Revised Book Stack Shelving Revision $ 607"00 $ 967. 6. RFI #111: Structural Steel Revisions Resulting from RFI #1111,967.000 7. RFI #114: Structural Steel Revisions Resulting from RFI #114 $ $ 1,284.00 8. RFI #061: Added Steel Reinforcing Steel fro Stair # 1 from RFI # 061 9. COR#032R1: Structural Steel/Concrete Wall Conflict $ 2,�.00 $ 2,184.00 10. ASI #025: Revised Connection Plate Detail 11. PR #006: Required Beam Revisions due to Elevator Height Clearance $4� 00 $ 00 12. ASI #033: Revision/Clarification of Exterior Concrete Surface Color/Finish $ 1,01600 13. ASI #037: Revision to Concrete Curb Reinforcing Steel 14. RFI #068: Additional Door Hardware Changes from RFI # 068 $1,722.00 15. RFI #149: Added Electrical power to VAV Box $ 617.00 00 16. COR#042: Added Waterproofing to Bottom of Ellipse Wall $ 3,41.00 17. RFI #175: Revise Circuit Breaker to CU-1 to 3 Phase. $ 3' $ 427.0000 REASON FOR CHANGE Required Structural, Electrical, Shelving and Architectural Additions Modifications and Revisions. (See Attached) COST RECONCILIATION: Thirty Three Thousand, Five Hundred Twenty 23.00 Costs were reviewed by the Construction Manager and the City and negotiated to the satisfaction of the City. The foregoing increase in price is in full settlement of all entitlements directly or indirectly arising out of this change. Construction Contract Accounting Summary: The Original Contract Amount Net change by previously authorized Change Orders $11,476,44,1.00 $ 676,�.00 Revised Contract Amount due to previous Change Orders With this Change Order request the Contract amount increases b $11,676,669A0 New Revised Contract Amount y $ 33,523.00 Change in Contract Time: Zero (0) Calendar days $11,7I0,19200 Contract Completion Date: April 30, 2005 Reconunended for Approval by: CONSTRUCTION MANAGER / deb, inc. Martin Gabey; Project Manager PROJECT ARCHITECT REPRESENTATIVE Gregory Ny; President (C.A.I.) Approved by: CONTRACTOR/ Jaynes Corporation Rick Cohen; Senior Vice President DATE DATE OWNER/ City Of National City Steve Kirkpatrick; Director of Public Works/City Engineer DATE DATE CONTRACT CHANGE ORDER C/O Number: 008 TO (Contractor): Jaynes Corporation C/O Initiation Date: May 25, 2005 111 Elm Street 4th Floor Project National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE: 1. CCD #003: Revised Deck Edge Condition at 2" Floor Roof Terrace This modification was a result of a necessary structural modification to the East Wall elevation and the 2nd Floor Terrace structural steel. The East wall was revised to a double stud system and the terrace floor steel and post connections modified to accommodate the increased exterior wall thickness. Additional Exterior Stone surfaces was created by this revision requiring added Exterior Stone to be installed. 2. ASI #010: Additional Coordination for Feature Wall Control Joint Placement This additional cost resulted from added contractor coordination and layout activities to insure that the Control Joints in the Curved Concrete Wall are properly aligned with the Glass Curtain Wall segment joints. The Curtain Wall segment joints were previously unidentified. 3. ASI #01.1: Curtain Wall Detailing Revision. This modification was required to effectively install and provide the necessary structural connections of the Curtain Wall Assembly to the Structural Steel Building Frame. Additionally, the revision created a recessed niche at the Exterior Zinc Screen Wall to provide required ADA clearances. 4. COR #020R1: Door Hardware Revisions This modification was required as a result of directions contained in RFI's # 40 and 41. The RFI's provided supplemental direction to revise specific hardware sets for specific. This was required due to install correct hardware sets that were mislabled/identified in the specifications and Door/Hardware schedules on the project plans. 5. ASI #021.2: Revised Book Stack Shelving Revision. This supplemental instruction from the architect revised the overall top of shelf depth. Being that the units were not fabricated at the time of ASI issue, the listed costs are for the required re - engineering and shop drawing revisions for the Standard Wood Shelving Units. 6. RFI #111: Structural Steel Revisions Resulting from RFI #111. This change order request was a result of changes and revisions required at specific Moment Connections and Steel Beams 31I1A, 3128A and 3126A. The approved structural steel submittals inadvertently created a conflict with beam to beam moment connections for beams 3128A and 3126A which were positioned over beam 3111A. An added WF 8x13 beam was also added to provide necessary adjustment to the slope of the structural metal decking. 7. RFI #114 Structural Steel Revisions Resulting from RFI #114 . This change was a result of actual steel frame openings required for mechanical duct work. During the design phase the subject duct work for these openings where specified at different dimensions then when the mechanical and structural steel shop drawings were submitted and approved. The duct work had to undergo major revisions so as to accommodate the other above - ceiling trade installations. 8. RFI #061: Added Steel Reinforcing Steel fro Stair # 1 from RFI # 061. The original project drawings had not clearly identified any reinforcing steel for the concrete floor slab and concrete stem walls that support the slab. The referenced RFI # 061 clarified the design intent and provided a specific detail which effectively added reinforcing bars not previously indicated. CONTRACT CHANGE ORDER C/O Number. 008 TO (Contractor): Jaynes Corporation C/O Initiation Date: May 25, 2005 111 Elm Street 4th Floor Project National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (cont'd): 9. COR #032R1: Structural Steel/Concrete Wall Conflict. This modification was needed due to 8 structural steel column base plates and gusset plates along the building perimeter were I conflict with the perimeter concrete retaining wall. The steel plates and gusset are essential to the steel frame integrity and could not be modified. The costs associated with this request is for the concrete wall demolition and chipping needed for proper column placement. 10. ASI #025: Revised Connection Plate Detail . This change request is due an unanticipated field condition required a redesign of steel connection plate connectors. The steel plates, not revised would have been exposed and not concealed in the interior walls. The costs reflect engineering/re-detailing and field modification/installation. 11. PR #006: Required Beam Revisions due to Elevator Height Clearance. This modification was due to an inadequate steel hoist way beam required for the elevator platform clearances previously approved for installation. The original design clearances was for 11'-11". The elevator requires a minimum of 12'-3". Removing the existing beam and installing a smaller section beam provided clearances of 12'-5" which conform to the elevator platform requirements. 12. ASI #033: Revision/Clarification of Exterior Concrete Surface Color/Fuush. Tiffs modification resulted from the owner and architects desire to upgrade specific exterior concrete walls to further enhance and punctuate the exterior Zinc paneling, Exterior Stone and to enhance the exterior North & East Terrace meeting areas. The upgrade added color pigment to the concrete mix and a sandblast finish surface to the exposed wall areas. 13. ASI #037: Revision to Concrete Curb Reinforcing Steel. This modification was necessary because the construction plans did not provide for any reinforcing steel tying in the perimeter slab edge curb to the structural floor slab where it occurs. 14. RFI #068: Additional Door Hardware Changes from RFI # 068. This modification was required due to door hardware conflicts, omissions and revisions to the hardware schedule and the hardware specifications. Door 206A had none specified and hardware was added. Door 235 had the incorrect hardware specified and had to be revised to install Panic hardware. 15. RFI #149: Added Electrical power to VAV Box. This revision was required as a result of the project mechanical plans indicated seven (7) more VAV boxes then indicated on the corresponding project electrical plans indicated. The RFI confirmed that the mechanical plans were correct and that additional electrical conduit, wiring and circuiting was required for the overall mechanical system to function per the original design intent. 16. COR #042 Added Waterproofing to Bottom of Ellipse Wall . This change order request was an owner requested upgrade to provide a waterproof barrier between the curved concrete wall around the ellipse portion of the structure. The system installed provides the assurance of a water tight condition for the concrete wall situated below grade. 17. RFI #175: Revise Circuit Breaker to CU-1 to 3 Phase. This revision was required due to the circuit breaker originally designed and specified as a single phase apparatus was undersized. The RFI provided revised mechanical and power line diagrams which indicated the required change over to a 3 Phase breaker. Distribution: City Of National City (original w/ all documentation) v.. CONTRACT CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4th Floor San Diego, California 92101 C/O Number. C/O Initiation Date: Project Contract No.: 009 May 30, 2005 National City Public Library 1028 A Chance Order is hereby recommended for the following work in the amount identified in this document: DESCRIPTION OF 1. ASI #011.2 2. PR #008: 3. PR #009: 4. PR #010: 5. PR #022: 6. PR #024: 7. PR #025: 8. RFI #190: 9. COR #053: 10. RFI #117: 11. RFI #212• 12. COR #059: 13. COR #066: 14. COR #067: CHANGE Correction of Differing Foundation/Curbs at No.& So. Zinc Walls $ 8,658.00 Extend Fin Wall at Grid Lines XO & A $ 5,792.00 Revised Book Shelving Orientation (Engineering) $ 866.00 Revise Frames & Hardware Group for Low Roof Doors $ 4,376.00 Modify Ceiling and Lighting in Children's Collection Area $ 596.00 Additional Structural Supports for Chandelier $ 5,778.00 Upgrade Design of Book Shelving Stack Ends ....$ 3,314.00 Add Electrical Outlets for TV's in Rooms # 118 and 122 $ 268.00 Fun -out Wall in Vending Room #110 $ 610.00 Change Wood Door to Aluminum Door at Opening 105B $ 2,875.00 Add Lighting Controls in Room # 230 .$ 478.00 Add Gypsum Board Adaptors for West Wall $ 2,922.00 Install Framing Around Main Roof Steel Columns $ 3,981.00 Revise Door/Frame for Electric Room Door Clearance .$ 3,826.00 REASON FOR CHANGE: Owner Requested and Required Structural, Electric, Shelving and Door Hardware Revisions, Additions and Modifications. (See Attached "Reasons For Change") COST RECONCILIATION: Forty Four Thousand, Three Hundred and Forty Dollars: $ 44,340.00 Costs were reviewed by the Construction Manager and the City and negotiated to the satisfaction of the City. The foregoing increase in price is in full settlement of all entitlements directly or indirectly arising out of this change. Construction Contract Accounting Summary: The Original Contract Amount $ 11,476,444.00 Net change by previously authorized Change Orders $ 233,748.00 Revised Contract Amount due to previous Change Orders $ 11,710,192.00 With this Change Order request the Contract amount increases by $ 44,340.00 New Revised Contract Amount $ 11,754,532.0D Change in Contract Time: Zero (0) Calendar days Contract Completion Date: April 30, 2005 Recommended for Approval by: CONSTRUCTION MANAGER / deb, inc. Martin Gabey; Project Manager PROJECT ARCHITECT REPRESENTATIVE Gregory Ny; President (C.A.I.) Approved by: CONTRACTOR/ Jaynes Corporation Rick Cohen; Senior Vice President DATE DATE DATE OWNER/ City Of National City Steve Kirkpatrick; Director of Public Works/City Engineer DATE CONTRACT CHANGE ORDER C/O Number: 009 TO (Contractor): Jaynes Corporation C/O Initiation Date: May 30, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE: 1. ASI #011.2 Correction of Differing Foundation/Curbs at No.& So. Zinc Walls This modification was a result of a complex situation that arose in the field while constructing the Exterior Wall on the previously placed concrete foundation/curb. The foundation/curb was installed per plan. When the exterior framed walls were being erected it became apparent that the plane of the wall was not in alignment with the foundation. It was determined the most cost method of repair for the required re-forming, added and re -alignment of Structural frame and associated concrete work was to proceed on a time and material basis. 2. PR #008: Extend Fin Wall at Grid Lines XO & A This revision was needed due to the North retaining wall was detailed to terminate in front of the North patio stairs. This would have created an "unbuildable" condition for staircase construction. The concrete stairs needed the concrete wall to be continued to have a structural substrate to tie into The wall revision also enables the project to physically enhance the exterior patio area with an improved esthetic appearance. 3. PR #009: Revised Book Shelving Orientation (Engineering) This was an owner requested revision orientation of the Collections/Media Shelving. The area shelving radiuses need minor radius revisions to the shelving shop drawings. The revised radiuses of the shelving better accommodates the available shelve the media collection will require. The costs reflected in this change request is for the added engineering and shop drawings for this change. 4. PR #010: Revise Frames and Hardware Group for Low Roof Doors This modification was required because the frames originally specified and detailed were open to the elements on the back side when installed. This request provided a new, revised detail showing the frame detailed with an added steel back. New frames had to be fabricated. The original frames had already been fabricated and delivered to the site. This request also revised the hardware groups to be compatible with the exposed, outdoor conditions. The original hardware was not rated for exterior use. 5. PR #022: Modify Ceiling and Lighting in Children's Collection Area This revision was required as a result of the owners request to provide additional lighting in the area in front of the main circulation desk. Four new down lights were added to accommodate the added lighting request. 6. PR #024: Additional Structural Supports for Chandelier This change order request is due to when the project was being designed, the feature chandelier was not completely designed and the structural ceiling support components called out or detailed. Once the final design of the chandelier was complete and the structural support requirements were defined the steel beams were fabricated and installed. 7. PR #025: Upgrade Design of Book Shelving Stack Ends This change was a resultant from the owners request to provide an upgraded architectural design for the Children's area shelving, Upgraded Plastic laminate was added to each of the decorative decorative oval on each shelve unit. This provided a better background and mounting surface an improved contrast for graphics. 5 CONTRACT CHANGE ORDER C/O Number: 009 TO (Contractor): Jaynes Corporation C/O Initiation Date: May 30, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (cont'dh 8. RFI #190: Add Electrical Outlets for TV's in Rooms # 118 and 122 . This modification was required because the original design did not call for the proper number of Electrical outlets for the intended use of the rooms. The RFI directed the contractor to add the outlets to satisfy 9. COR #053: Furnout Wall in Vending Room #110 This modification was required because the framed wall size specified was not thick enough to conceal the structural steel frame as intended. The wall stud size needed to be upsized to accomplish the design intent. 10. RFI #117: Change Wood Door to Aluminum Door at Opening I05B This change was because the North exit door from the main Ellipse area to the North patio was detailed on the plans as a wood door. This was specified incorrectly and a Aluminum door was then detailed in the RFI. The new door is the proper door to blend with the Exterior Glass Curtain Wall configuration. 11. RFI #212 Add Lighting Controls in Room # 230 This modification was a result of a room specific lighting control in the Conference Room being overlooked on the original contract drawings and documents. 12. COR #059: Add Gypsum Board Adaptors for West Wall This modification resulted from insufficient details on the original contract plan in how the interior drywall wall system connected to the exterior structural stub system. A required gap between the exterior and interior was called for but not adequately detailed. 13. COR #066: Install Framing Around Main Roof Steel Columns This modification was required due to the main roof columns, once installed, reveled a gap in the Framing that left exposed to the elements the bottom portion of the structural columns. This presented a potential for water intrusion into the building. The added work solved the issue. 14. COR #067: Revise Door/Frame for Electric Room Door Clearance This modification was required as a result of an SDG&E door opening/clearance issue. The plans as drawn did not allow enough height clearance for potential SDG&E work/maintenance. A new door frame had to be fabricated and the exterior door header had to be raised. This work was in reaction to an SDG&E requirement. Distribution: City Of National City (original w/ all documentation) Jaynes Corporation (copy w/all documentation) DEB, Inc. (copy w/all documentation) Carrier Johnson Architecture (copy w/all documentation) CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4th Floor San Diego, California 92101 go Number: C/O Initiation Date: Project: Contract No.: 010 June 1, 2005 National City Public Library 1028 A. Change Order is hereby recommended for the following work in the amount identified in this document: DESCRIPTION OF CHANGE: Twenty -Three calendar day Time Extension to the project duration. Original contract duration: 395 Calendar Days Revised contract duration: 442 Calendar Days REASON FOR CHANGE: Accumulated Rain days exceeded the allotted number of Rain days contained in the original project construction schedule. All the requested rain/delay days had significant impact on critical path construction activities with in the overall construction schedule. The time extension has a "No Cost" impact to the General Contract dollar amount. Rain Days: October 19, 20, 27 and 28, 2004 November 11, 2004 December 7, 8, 9, 28, 29, 30 and 31, 2004 January 3, 4, 5, 6, 7, 10, 11, 12, 13, 14, 17, 18, 19, 20, 21 and 27, 2005 COST RECONCILIATION: NO COST ($0.00) Costs were reviewed by the architect and City and negotiated to the satisfaction of the City. Construction Contract Accounting Sununary: The Original Contract Amount Net change by previously authorized Change Orders $11,278,088.00 Revised Contract Amount due to previous Change Orders $ 754,53.00 $11,754,530.00 With this Change Order request the Contract cost is not effected by an New Revised Contract Amount Y costs $ 0.00 Change in Contract Time: 23 Calendar days $11,754532 00 Contract Comvletion Date: May 23, 2005 Recommended for Approval by: CONSTRUCHON MANAGER / deb, inc. Martin Gabey; Project Manager PROJECT ARCHITECT / Carrier Johnson Kevin Krunidieck; Project Architect Approved by: CONTRACTOR/ Jaynes Corporation Rick Cohen; Senior Vice President OWNER/ City Of National City DATE DATE DATE Steve Kirkpatrick; Director of Public Works/City Engineer Distribution: City Of National City (original w/all documentation) Jaynes Corporation (copy w/all documentation) DEB, Inc. (copy w/all documentation) Carrier Johnson Architecture (copy w/all documentation) DATE 7 CONTRACT CHANGE ORDER C/O Number: 011 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 6, 2005 111 EIm Street 40, Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 A Change Order is hereby recommended for the following work in the amount identified in this document: DESCRIPTION OF CHANGES: 1. COR #55R1: Stone System Configuration and Revision to Joint Layout $ 5,255.00 2. PR #019: Revise Windows in Light Monitor $ 3,376.00 3. ASI #049: Clarification of .1-Box $ 1,590.00 4. ASI #052: Revise 2nd Floor Ceiling and Zinc Soffit heights at So. Entry $ 732.00 5. ASI #054: Change Doors 119 and 131A from Type"C" to Type "H" doors. $ 791.00 6. ASI #061: Revise/Rotate Curtain Wall to be parallel with Grid Line X $ 2,740.00 7. ASI #065: Electrical Revisions for FF&E Furnishings and Tables $ 5,928.00 8. COR #073: Addition of "FiberMesh" Reinforcing in 4" Concrete Topping at Roof $ 667.00 9. PR #033: Furr Inside Wall of Room 225A and B for Straight Window Frames $ 1,463.00 10. PR #034: Provide Pricing for Lighting, Power and Data Revisions $ 1,686.00 11. PR #036: Rated Access Panels in Elevator Shafts $ 1,295.00 12. PR #038: Revise Circuit Breakers for Elevators 1 and 2 ...$ 17,428.00 13. RFI #253: Provide Tube Steel Rail Supports for Elevators 1 & 2 $ 10,869.00 14. RFI #244: Added Conduit/Wire for AH7 $ 1,923.00 15. RFI #246: Added Power Supply for Duct Smoke Detectors $ 2,092.00 16. RFT #240: Add Power Supply for AHU Light $ 4,726.00 17. RFI #225: Add Lighting Control in Room 213 $ 310.00 18. RFI #245: Add Field Installed EM Packs for 4 Type J2 Fixtures $ 778.00 19. RFI #260R1: Add 2" Sleeve $ 1,055.00 20. COR #095: Modify Ext. Punched Window Flashings to Enhance Appearance $ 1,110.00 21. RFI #113R1: Relocate 5 Ceiling Diffuser Ducts in High Ceiling $ 2,373.00 22. COR #103: Sweetwater Added 6" Gate Valve $ 2,690.00 23. COR #104: Added Hydronic Piping for AHU $ 1,761.00 24. COR #107: Added Drywall Pop -outs to enclose Casework at Grid Lines B/3 and C/1.6 $ 953.00 25. ASI #079: Extend Paint P-3 around Opening Jamb and Inner Wall $ 252.00 26. PR #046: Paint West Wall of Children's Collection Area $ 252.00 27. RFI #278: Rework Door 123D for New Flush Bolts $ 467.00 28. COR #112: Added Backing at "Dedication Wall" $ 297.00 29. RFI #253: Furr-out Elevator Shaft Wall for Added Tube Steel ...$ 2,927.00 30. COR #115: Modify Columns to Accommodate Casework at Grid Lines H and F $ 1,450.00 31. COR #118: Additional Lumber backing req'd at Entry Roof and at Eyebrows $ 2,799.00 32. COR #122: Paint Columns above "Floating" Ceiling in Ellipse. $ 1,083.00 33. COR #123: Frame and Plaster Exposed Beam at 2nd Floor Mechanical Patio $ 4,025.00 34. CCD #006: Install Additional Light Fixtures in 1st and 2nd Floor Restroom Sofits $ 1,670.00 35. COR #133: Added Black Paint at Light Monitor Wood Ceiling $ 200.00 REASON FOR CHANGE: Required Structural, Electrical, Shelving and Architectural Additions Modifications and Revisions. (See Attached) COST RECONCILIATION: Thirty Three Thousand, Five Hundred Twenty Three Dollars: $ 89,013.00 Costs were reviewed by the Construction Manager and the City and negotiated to the satisfaction of the City. The foregoing increase in price is in full settlement of all entitlements directly or indirectly arising out of this change. CONTRACT CHANGE ORDER C/O Number: 011 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 6, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 Construction Contract Accounting Summary: The Original Contract Amount $ 11,476,444.00 Net change by previously authorized Change Orders $ 278,088.00 Revised Contract Amount due to previous Change Orders $ 11,754,532.00 With this Change Order request the Contract amount increases by $ 89,013.00 New Revised Contract Amount $ 11,843,545.00 Change in Contract Time: Zero (0) Calendar days Contract Completion Date: May 23, 2005 Recommended for Approval by: CONSTRUCTION MANAGER / deb, inc. DATE Martin Gabey; Project Manager PROJECT ARCHITECT REPRESENTATIVE DATE Gregory Ny; President (C.A.I.) Approved by: CONTRACTOR/ Jaynes Corporation Rick Cohen; Senior Vice President DATE OWNER/ City Of National City Steve Kirkpatrick; Director of Public Works/City Engineer DATE CONTRACT CHANGE ORDER C/O Number: 011 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 6, 2005 111 Elm Street 4'h Floor Project: National City Public Library San Diego, California 92101 Contract No.; 1028 REASON FOR CHANGE: 1. COR #55R1: Stone System Configuration and Revision to Joint Layout This modification was a result of a revised exterior stone expansion joint layout. Upon architects review and input from the stone manufacturer, the expansion joint pattern had to be revised placing the joint closer together, thereby creating added labor and materials to joint installation then was originally detailed. 2. PR #019: Revise Windows in Light Monitor This proposal request resulted from an owner requested change to the positioning of the window at the top of the Light Monitor. The frames were re -positioned to take better advantage of "available" natural light. In moving the windows, a revised sill detail was required and installed. 3. ASI #049: Clarification of J-Box This modification was required because original had these j-boxes locations in a locations that did not conform to the room furniture layout. The boxes were Located to a location that will satisfy the intended use of the outlets. 4. ASI #052: Revise 2nd Floor Ceiling and Zinc Soffit heights at So. Entry This modification was required because then architectural details in the canopy area did not correctly identify the elevations of the structural steel floor beams above. The ceiling and associated exterior wall had to be lowered to properly conceal the steel frame structure in the ceiling. This added exterior stone and Zinc panel. The interior ceiling in this area also had to be lowered. 5. ASI #054: Change Doors 119 and 131A from Type"C" to Type "H" doors The doors identified in the change request were incorrectly labeled and identified in the project specifications and drawings. The originally specified doors had already been ordered and delivered by the time the ASI was issued. 6. ASI #061: Revise/Rotate Curtain Wall to be parallel with Grid Line X This request was generated because upon architects review of the East elevation Curtain Wall it was determined that the Curtain Wall should be installed parallel with Grid Line X7 as opposed to the orientation detailed on the project plans. The work involved concrete demolition and rebuilding an appropriate stem wall curb, add concrete floor slab and modification to the Curtain Wall aluminum break metal. 7. ASI #065: Electrical Revisions for FF&E Furnishings and Tables This change was a result of the request to have the electrical contractor provide final wiring and connection of the owner supplied furnishings and fixtures. This work was not part of the general contract for the library. The subcontractor was provided detailed furniture cut sheets showing how the furniture wire raceways are built. This work will performed upon furniture arrival. 8. COR #073: Addition of "FiberMesh" Reinforcing in 4" Concrete Topping at Roof The original project drawings had not clearly identified any reinforcing steel for the concrete Roof topping slab. In order to provide the topping slab added strength when accessed for maintenance activities the reinforcing was added at the owners request. Fiber Mesh was used instead of traditional reinforcing steel to accommodate the slab weight requirements. CONTRACT CHANGE ORDER C;/O Number: 011 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 6, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (cont'd): 9. PR #033: Furr Inside Wall of Room 225A and B for Straight Window Frames This modification was needed because along the 2"d floor corridor at the top of the main staircase there are a number of punched window openings in the curved wall. The windows/frames detailed for these openings are straight. The wall radius created a condition that the window assembly had to be recessed into the wall for proper fit. This created a condition in Room 225A where the window protruded into the space. This wall had to furred out to accept the frame and window. 10. PR #034: Provide Pricing for Lighting, Power and Data Revisions This change request was a resultant of an on going review/revision to the interior lighting/power/data requirements. Interior lighting was added to the25 ft. high North Elevation wall to complete the esthetic intent for the paneled wall covering. The added power/data wiring and outlets was due to rearrangement and revisions to the furniture plan/design. 11. PR #036: Rated Access Panels in Elevator Shafts This modification was due oversight in to the project plans and specs. The panels are required for access to each smoke detector and to perform required maintenance of the waste traps in the two elevator shafts. 12. PR #038: Revise Circuit Breakers for Elevators 1 and 2 This modification is to provide the elevators with the manufacturers required 400AMP Breaker. The project plans and schedules had specified a 100AMP circuit breaker for each elevator. Also added was a Shunt -Trip device that was required with the upgraded disconnects. 13. RFI #253: Provide Tube Steel Rail Supports for Elevators 1 & 2 This modification was needed because the original plans did not address the requirement for the TS Columns to provide adequate structural support for the elevator rails. The original design was for the rails to be connected to the building floor beams. The elevations between floors exceeded the elevator cab weights requirement for required connections. The rails were added to provide required connection requirements. 14. RFI #244: Added Conduit/Wire for AH7 This modification was required due to AIH 7 having a duct detector that was not shown on the original Electrical or Fire Alarm drawings. The RFI directed the contractor to install the necessary conduit, wiring and Fire Alarm devices/apparatuses required. 15. RFI #246: Added Power Supply for Duct Smoke Detectors This revision was required as a result of the need to provide power wiring and connection to 120V power for all Duct Smoke Detectors. The required power supply conduit and wiring were not included 9n the original project plans. 16. RFI #240: Add Power Supply for AHU Light AH, as approved, required added power supply because the unit light needed to have a dedicated source of power. Power cannot be drawn from the air handler directly since the lights need to be powered to be powered when the units are disconnected during maintenance. 17. RFI #225: Add Lighting Control for Room 213 This revision was required because routing of the room/hall sensors was not clearly identified. The attached details provided the necessary to correctly wiring to proper control panel. Minor re- routing of wire was required. 1/ CONTRACT CHANGE ORDER C/O Number: 011 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 6, 2005 111 Elm Street 40' Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (cont'd): 18. RF1 #245: Add Field Installed EM Packs for 4 Type J2 Fixtures This modification was a result of the project plans and specification not identifying that the four J2 fixtures referenced needed to include the EM packs. The addition was critical to the intended Emergency Lighting plan, 19. RFI #260R1: Add 2" Sleeve This additional cost resulted from the owner requesting that an additional 2" conduit for the Fiber Optic communication cable that was not part of the project communication plans. This was added after plan issue for bidding. 20. COR #095: Modify Ext. Punched Window Fleshings to Enhance Appearance This modification was approved to improve and upgrade the exposed flashing at all of the exterior windows. The window details included in the project plans, once installed, yielded an exposed condition that looked "unfinished". The added galvanized hem strip was installed over the exposed fleshings on the window jambs and headers adding a much more visually attractive finished appearance. 21. RFI #113R1: Relocate 5 Ceiling Diffuser Ducts in High Ceiling This modification was required because five straight ceiling HVAC diffusers that were drawn to be installed at the "nose" end of Ellipse did not conform to the curvature of the ceiling. The diffusers were re -located to a location in the ceiling where the straightness of the diffusers did not hinder installation. Re -ordering new diffusers would be more costly then retrofitting the ceiling and would have negatively impacted Test and Balance activities and overall construction schedule. 22. COR #103: Sweetwater Added 6" Gate Valve This change request was dictated by the Sweetwater Authority's request to have an additional Gate valve added at the property line. This was to accommodate the agency's requirement to have the ability to valve the Main water line for service/maintenance from the city right of way and not from inside the property line. 23. COR #104: Added Hydronic Piping for AHU This change order request was a result of a design intent not able to complete without adding GIobe and Pet plug assemblies that were not included or detailed in the original project plans. Installation of these devices completed the design intent. 24. COR #107: Added Drywall Pop -outs to enclose Casework at Grid Lines B/3 and C/1.6 This change was a result of a field adjustment to the wood casework that left exposed ends at two Interior columns. The "popout" were needed to finish the exposed ends of the casework. 25. ASI #079: Extend Paint P-3 around Opening .lamb and Inner Wall The wall finish at the elevator lobby were revised to fit the color scheme pattern of the surrounding and adjoining wall elevations, This wall elevation was identified with any wall finish in the original finish plans schedule. 26. PR #046: Paint West Wall of Children's Collection Area This modification was a result of the project plans not indicating that the relief., accent drywall design was to receive a painted surface. This was aater detail and specified by the architectural team to better accent the special "relief" effect of the drywall design. 27. RFI #278: Rework Door 123D for New Flush Bolts This additional cost resulted from specific requirements upon SDG&E inspection prior to switch - gear energizing. These bolts were not required in the original design drawings. The doors were install earlier had to be removed and re -worked to receive the new bolts. iQ CONTRACT CHANGE ORDER C/O Number: 011 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 6, 2005 111 Elm Street 441Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE: 28. COR #112: Added Backing at "Dedication Wall" This addition was required clue to an owner to supply attachment backing for the yet to be designed Dedication Plaque. The weight and final size of the dedication sign was not determined or detailed at the time the project plans were issued for bidding. 29. RFI #253: Furr-out Elevator Shaft Wall for Added Tube Steel This modification was required as a result of the added TS Columns for the elevator creating a protruding surface in the elevator shaft. Code requires that the walls have no protrusions and have a flush, smooth finish.. 30. COR #115: Modify Columns to Accommodate Casework at Grid Lines H and F This change is required because when the casework was delivered for installation, the approved layout of the woodwork did not fully finish out properly at the column intersection. The demolition re -framing and associated drywall re -work rectified the issue. The column area was designed to shallow to receive the casework. 31. COR #118: Additional Lumber backing req'd at Entry Roof and at Eyebrows This added work was due to an unanticipated field condition in which the Zinc cladded roof and the Zinc cladded underside of the Eyebrow roof needed either metal, plywood or an added Eyebrow to complete these areas. Adding the plywood and lumber was determined to be a more cost effective solution to the issue. 32. COR #122: Paint Columns above "Floating" Ceiling in Ellipse This added work was due to an unanticipated field condition. The top portion of the interior columns that had been painted flat black but upon review by the architect did not completely give the ceiling the intended "floating" effect. The column top were re -painted the same white color as the lower column section thereby yielding the desired "floating"effect. 33. COR #123: Frame and Plaster Exposed Beam at 2nd Floor Mechanical Patio The original plan had left exposed to the elements a structural steel beam in the Mechanical room. This could potentially provide a breach to the exterior envelope of the building. The architect reviewed the condition and gave direction to build a pop -out soffit to cover the steel beam. 34. CCD #006: Install Additional Light Fixtures in 1st and 2nd Floor Restroom Sofits The as -built condition for the lighting near the entry door of the boy's and girl's restrooms was deemed inadequate by the owner. Two fixtures to each girl's restroom and one fixture to each boy's room was added to provide acceptable lighting in then restrooms. 35. COR #133: Added Black Paint at Light Monitor Wood Ceiling This added work was due to an unanticipated field condition. The area above the main wood Ceiling was painted to match the adjoining wall color and did not completely give the ceiling the intended "floating" effect. This wall area was re -painted black thereby yieldingthe desired "floating"effect. Distribution: City Of National City (original w/all documentation) Jaynes Corporation (copy w/a]1 documentation) DEB, Inc. (copy w/all documentation) Carrier Johnson Architecture (copy w/all documentation /3 CONTRACT CHANGE ORDER C/O Number: 012 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 7, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 A Chance Order is hereby recommended for the following work in the amount identified in this document: DESCRIPTION OF CHANGES: 1. PR #015: Add Laticrete Waterproofing System for Mechanically Fastened Stone 2. PR #26R1: Revisions to Local History Room 3. PR #027: 4. PR #030: 5. COR #071: 6. PR #032: 7. PR #039: 8. COR #076: 9. COR #084: 10. COR #089: 11. COR #099: 12. PR #043: 13. COR #106: 14. PR #27R1: 15. PR #045: 16. CCD #004: 17. PR #049: 18. COR #125: 19. COR #117: Provide Pricing for "Protectosil" Anti -Graffiti in lieu of "Graffiti Master" Type 3 Stone in lieu of Zinc Panels Additional Vertical Labrador Stone due to Differing Elevation Heights Provide Three Motorized Projection Screens in Lieu of Manual Screens Provide Pricing for Upgraded End Panels requested in RFI # 266 Weather tight HM Doors at R002,R 005 and R006 Provide "Special" Fabric for Folding Partition Install Caulking in Lieu of Grout in Estril Blue Interior Stone Field Add 2" Conduit between Rooms 232 and 233 Exterior Paving Revisions Drywall Modifications to cover Exposed Structural Elements Anti -Graffiti coating on North and West Elevations to 2nd Fir Windows Toilet Rootn Accent Tile Revision Provide Labor/Materials to Install Paging/Speaker System Add "Protectosil" Anti -Graffiti to ALL untreated Exterior Stone Surface Furnish and Install Revised Globe Fixtures on Chandelier Expand Black Paint at Diffuser Slots $ 8,152.00 $ 1,444.00 $ 10,996.00 $ 36,145.00 $ 1,097.00 $ 5,413.00 $ 10,892.00 $ 1,204.00 $ 4,571.00 $ 1,688.00 $ 1,528.00 $ 5,416.00 $ 1,829.00 $ 3,104.00 $ 3,708.00 $ 31,962.00 S 41,338.00 $ 8,666.00 $ 4,405.00 REASON FOR CHANGE: Owner Requested and Required Structural, EIectrical, Shelving and Architectural Additions, Modifications and Revisions. (See Attached) COST RECONCILIATION: One Hundred Eighty Four Thousand, Three Hundred Sixty Eight Dollars: $ 184,368.00 Costs were reviewed by the Construction Manager and the City and negotiated to the satisfaction of the City. The foregoing increase in price is in full settlement of all entitlements directly or indirectly arising out of this change. Construction Contract Accounting Summary: The Original Contract Amount $ 11,476,444.00 Net change by previously authorized Change Orders $ 367,101.00 Revised Contract Amount due to previous Change Orders $ 11,843,545.00 With this Change Order request the Contract amount increases by $ 184 368.00 New Revised Contract Amount $ 12,027,913.00 Change in Contract Time: Zero (0) Calendar days Contract Completion Date: May 23, 2005 Recommended for Approval by: CONSTRUCTION MANAGER / deb, inc. Martin Gabey; Project Manager PROJECT ARCHITECT REPRESENTATIVE Gregory Ny; President (C.A.I.) Approved by: CONTRACTOR/ Jaynes Corporation Rick Cohen; Senior Vice President DATE DATE OWNER/ City Of National City Steve Kirkpatrick; Director of Public Works/City Engineer /5� DATE DATE CONTRACT CHANGE ORDER C/O Number: 012 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 7, 2005 111 Elm Street 4th Floor Project National City Public Library San Diego, California 921.01. Contract No.: 1028 REASON FOR CHANGE: 1. PR #015: Add Laticrete Waterproofing System for Mechanically Fastened Stone This proposal request was generated to provide an upgraded exterior waterproofing system at the Granite feature wall at the South entry that was not detailed to be provided in the original project drawings. The added system conforms to the other exterior stone waterproofing system used throughout the building exterior. 2. PR #26R1: Revisions to Local History Room This proposal request was generated by a architect walk thru. The architect did not approve of the as -built location of the window overlooking the main lobby. The PR gave direction to relocate the window 1"-8" towards the south balcony area. This revision provided for the window to be moved and be centered on the wall elevation facing the lobby. 3. PR #027: Provide Pricing for "Protectosil" Anti -Graffiti in lieu of "Graffiti Master" This modification was approved as a result of testing/inspection of the material applied to the exterior stone mock-up. The Graffiti Master product did not perform as anticipated. Alternate products were applied to the stone mock-up. The Protectosil outperformed and provided superior building protection. 4. PR #030: Type 3 Stone in lieu of Zinc Panels This modification was required because upon inspection and review of the Zinc panel mock-up the owner expressed concern of difficulty of removing fingerprints from daily use exposure at the lower elevation panels at the north and east exits. Direction was given to provide and install "Blue Estri1" Type 3 stone at these two locations in lieu of the per plan Zinc panels. 5. COR #071: Additional Vertical Labrador Stone due to Differing Elevation Heights The original project drawings contained an elevation discrepancy which needed to be corrected at the bottom stone course along the wall. Added work and cost was required to provided a "feature" course of Labrador stone at the bottom of the feature wall at the buildings main entry. This addition also enhanced the esthetic value to one of the buildings more prominent features. 6. PR #032: Provide Three Motorized Projection Screens in Lieu of Manual Screens Manuel, pull down type screens were specified in the project specifications, in error. The proposal request changed the screens to a better designed, higher quality motorized model for the building personal. This revision added associated electrical, framing, drywall, painting and ceiling grid work to allow for the larger screens and motor locations. 7. PR #039: Provide Pricing for Upgraded End Panels requested in RFI # 266 This change was a result an owner/architect review of the Adult Collection area book stacks. It was decided that eleven stacks that were in highly visible needed to be upgraded. Perforated wood panels that match other wood cladded items was added. Adding to the upgrade stainless steel channels and vertical bars were also included in the upgraded design. 8. COR #076: Weather tight TIM Doors at R002,R 005 and R006 The original project drawings had not addressed the need for providing water tight doors to the enclosed roof areas. This extra work was requested by the owner to provide added weather stripping on the back side of the enclosed roof doors. This provided additional assurance and protection at all potential areas of water intrusion have been addressed and the building adequately seal off. 9. COR #084: Provide "Special" Fabric for Folding Partition The specified fabric covering on the two computer room folding doors was revised by the architect during the submittal review process. Specific direction to submit an upgraded fabric covering was specified and approved for installation. The revised covering material provided a more durable/stain resistant surface which also is more readily maintainable surface. CONTRACT CHANGE ORDER C/O Number: 012 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 7, 2005 111 Elm Street 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE icont'd): 10. COR #089: Install Caulking in Lieu of Grout in Estril Blue Interior Stone Field This change request is due an owner and architect request to provide a more durable and color compatible material than the originally specified grout. The revised grout provided a better color contrast with the blue stone field and the more sand color stone fields. 11. COR #099: Add 2" Conduit between Rooms 232 and 233 This additional cost resulted from the owner requesting that an additional 2" conduit for the Fiber Optic communication cable to run from the electric room to the communication closet that was not part of the project communication plans. 12. PR #043: Exterior Paving Revisions This modification was at the request of the owner to upgrade the concrete sidewalks that run along the projects perimeter. The upgrade walks are for some of the most used and visible off site access walks. The upgraded walk along now will match the newly installed sidewalks along National City Blvd. 13. COR #106: Drywall Modifications to cover Exposed Structural Elements This modification was needed because the project plans contained a measurement bust that offset one of the Stair #3 enclosure walls. All work was installed per plan. The owner/architect requested the additional work to complete the fire rated requirement for the stairway. 14. PR #027R1: Anti-Graffitti coating on North and West Elevations to 2nd Fir Windows This modification was required due to the owners concern that the height of the Anti -Graffiti specified was not positioned high enough to provide proper and adequate protection from graffiti vandalism. 15. PR # 045: Toilet Room Accent Tile Revision This revision was due to the accent tile colors on the freestanding wall in room 133 being incorrectly specified on the project plans and details. This cost is reflective of the removal and replacement of the correct color tile scheme. 16. CCD # 004: Provide Labor/Materials to Install Paging/Speaker System This paging system was not incorporated into the initial project design/construction drawings. This was an added feature which was deemed essential to the operation and function ability of the library facility. 17. PR #049: Add "Protectosil" Anti -Graffiti to ALL untreated Exterior Stone Surface This revision was necessary because the applied anti -graffiti protection on the exterior stone has darkened the stone to which it was applied. This has produced a clearly visible line of where the anti -graffiti terminates. In order to have the remaining stone exterior match, the anti -graffiti must be applied to the balance of the exterior stone to have the building be uniform in color. 18. COR #125: Furnish and Install Revised Globe Fixtures on Chandelier This modification was a result of the owners request to introduce more color into the centerpiece lobby chandelier. The globes are custom in color combination and pattern produce the need color pattern/ scheme intent. 19. COR #117: Expand Black Paint at Diffuser Slots This additional cost resulted from a field condition that became apparent when looking up at the diffuser slots. The design intent was to have the void between diffusers in the slots to be "invisible", by means of applying black paint to areas visible from below. The areas needing to have the paint applied had to be expanded to assure that no areas were visible, from any angle of vision to conform to the design intent. L. RESOLUTION NO. 2005-120 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF NATIONAL CITY AUTHORIZING THE CITY ENGINEER TO EXECUTE CHANGE ORDER NOS. 8, 9, 10, 11 AND 12 WITH JAYNES CORPORATION IN THE COMBINED TOTAL AMOUNT OF $351,244 FOR VARIOUS NECESSARY DESIGN MODIFICATIONS AND UPGRADES TO THE NATIONAL CITY PUBLIC LIBRARY WHEREAS, the contract for the National City Public Library Project, Specification No. 1028, was awarded to Jaynes Corporation on February 10, 2004, by the adoption of Resolution No. 2004-19; and WHEREAS, during the construction of this project, various necessary design modifications and upgrades were required or requested; and WHEREAS, each cost has been negotiated with the contractor and represents a cost similar to what would have been received had these items of work been identified on bid day. NOW, THEREFORE, BE IT RESOLVED that the City Council of the City of National City hereby authorizes the City Engineer to execute Change Order Nos. 8, 9, 10, 11 and 12 with Jaynes Corporation in the combined total amount of $351,244 for the necessary design modifications and upgrades that were required or requested for the National City Public Library Project. PASSED and ADOPTED this 21st day of June, 2005. Nick Inzunza, Mayor ATTEST: ti Mic ael Dalla, (%ity Cle APPROVED AS TO FORM: George H. Eiser, III City Attorney Passed and adopted by the Council of the City of National City, California, on June 21, 2005, by the following vote, to -wit: Ayes: Councilmembers Inzunza, Morrison, Natividad, Parra, Zarate. Nays: None. Absent: None. Abstain: None. AUTHENTICATED BY: By: NICK INZUNZA Mayor of the City of National City, California A City Clerk of the City National City, California Deputy I HEREBY CERTIFY that the above and foregoing is a full, true and correct copy of RESOLUTION NO. 2005-120 of the City of National City, California, passed and adopted by the Council of said City on June 21, 2005. City Clerk of the City of National City, California By: Deputy