Loading...
HomeMy WebLinkAbout2005 CON Jaynes Corporation - Library Construction Change Order #12CONTRACT 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.: 012 June 7, 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 CHANGES: 1. PR #015: Add Laticrete Waterproofing System for Mechanically Fastened Stone 2. PR #26R1: Revisions to Local History Room Provide Pricing for "Protectosil" Anti -Graffiti in Iieu 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 Room 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 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: $ 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 $ 41,338.00 $ 8,666.00 $ 4,405.00 REASON FOR CHANGE: Owner Requested and Required Structural, Electrical, 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 a% $ 12,027,913.00 New Revised Contract Amount Change in Contract Time: Zero (0) ' i endar days Contract Compl on Date: Ma L�2005 Recommend eo t'pprov C..11ON bey; Pro' f AG deb, inc. PROJECT ARCHITECT REPRESENTATIVE Gregory Ny; President (C.A.I.) Apprrovt CONRACTOR/ Jaynes Corpo Rick C en; Seni , Vi City f National City Steve Kirknatrijc: Director of Public Works/City Engineer DATE DA I'E 5- DALE. DA 1'E 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: 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 Estril" 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 HM 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 (cont'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 15th Street 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 exterior stone 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. Document G709' - 2001 Changes Proposal Request OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER PROPOSAL REQUEST NUMBER: 015 DATE OF ISSUANCE: September 29, 2004 CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486.01 TO CONTRACTOR (Namrrand address): tynesCorporation General. Contractors 0 La Mesa Blvd suite 306 esa, CA 91± ease submit an itemized pro ovi or'changes in the Contract Sum and Contract Time for proposed modifications to the Contract' Documents described herein. Within Seven (7 ) 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 ORDERI.ACONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK :DESCRIBED IN THE PROPOSED"MODIFICATIONS. 'DESCRIPTION (Insert a written description of the Work): X X X ********************** Providepncing to delete the building paper layer in the mechanically anchored stone veneer wall assembly and replace with the Laticrete 9235 or similar waterproofing membrane system. AIA Document G709T, — 2001. Copyright m 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 AIA° 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 17:1526 on 09/292004 under Order No.1000107577 4 which expires on 3/22/2005, and is not for resale. User Notes: (2758995980) ATTACHMENTS (List attached documents that support description): EQI.IESTED BY THE ARCHITECT: G R EG4,,Deil AD'? (Printed name and title) AIA Document G709n1— 2001. Copyright ®1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIA4 Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA' 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 AlA software at 17:1526 on 09/29I2004 under Order No.1000107577 4 which expires on 3/22/2005, and is not for resale. User Notes: (2758995980) JAYNES CORPORATION ESTIMATE "'OR CHANGE ORDER JAYNES CORP. COR LOG # 3057-052 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 11/12/2004 CHANGE DESCRIPTION: PR - Install iaticrete on cement board at mechanically fastened stone Delete: Add: $8,152 0 1. DIRECT LABOR HRS. Superintendent 0 $0.00 $0.00 Project Management 0 S0.00 50.00 Carpenter 0 50.00 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) S0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) $0 r SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunstate Tile $7,687 SUBCONTRACTOR WORK TOTAL: 57,687 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $0 8. SUBCONTRACTOR WORK TOTAL 57,687 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5384 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $81 GRAND TOTAL $8,152 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Manager (deb, inc.) Sunstate Tile Change Request To: Jaynes Corporation of California Attn: Terry Rowland / Daniel Luker Project: RE: Gentlemen: Page 1 Change Order # Date: Acknowledged By: Project No. Job No. National City Libray Install Laticrete waterproofing to the cement board behind the mechanically fastened stone 430-2 11-Nov-04 Daniel 430 Our analysis of the referenced request results in: 1. XXX Addition of $7,687.00 2. Deduction 3. No effect and no change in contract price. 4. Time extension of days required. 5. Work has proceeded and we await check and/or change order in amount requested. 6. Effects our work but no change in contract price required. 7. Work will proceed upon written approval and we assume that work will be directed to proceed in time that changes can be made within normal sequence and in conjunction with surrounding areas. NOTE: Please respond to this request within 24 Hours. Nonresponse to this letter within 24 Hours constitutes acceptance of the above stated costs and/or conditions. Please sign and return this request within 24 Hours to approve or not approve completion of the additional work and inclusion of the price to our contract. Additional work, conditions and price approved: Yes No Signed Dated Title If further information is required, please contact the undersigned. Respectfully submitted, Thomas Brockley President Sunstate Tile Change Order Recap Sheet To: Jaynes Corporation of California Attn: Terry Rowland / Daniel Luker Project: National City Libray RE: A. Materials: Page 2 of 3 Change Order# Date: Acknowledged By: Project No. Job No. 430-2 11-Nov-04 Daniel 430 Install Laticrete waterproofing to the cement board behind the mechanically fastened stone Sales Tax: Total Materials: B. Labor: Setters Finishers Forman Super Driver Total Labor: C. Miscellaneous: Total Misc.: 7.50% 4 5 0.25 0.13 0.38 Administration Per Diem Gas Cartage Mixer Warrenty Tools Days Days Days Days Days 4.5 C/D $2,847.50 $213.56 $380.00 per Day $1,520.00 $270.00 per Day $1,350.00 $400.00 per Day $100.00 $425.00 per Day $53.13 $270.00 per Day $101.25 $3,061.06 $3,124.38 $175.00 $65.00 $145.00 $85.00 $470.00 $470.00 SUBTOTAL: $6,655.44 TOTAL: Net Request: Overhead Profit Bond Cost 10% S665.54 5% S366.05 $7,320.98 $7,687.03 $7,687.03 Sunstate Tile Change Order Worksheet Page 3 of 3 To: Jaynes Corporation of California Change Order # Date Attn: Terry Rowland / Daniel Luker Project # Job No. Project: National City Libray RE: Install Laticrete waterproofing to the cement board behind the mechanically fastened stone 430-2 11/11/04 430 Material Breakdown: Description Quanti Unit Cost A. Waterproofing,fibertape, 'tools 1120 @ 2.00 B. Caulking, backer rod 190 @ 2.25 C. Thinset 10 @ 18.00 D. $2,240.40 $427.50 $180.00 TOTAL MATERIALS $2„347.50 Labor Breakdown: Area: Waterproofing / Caulking Setter Finisher Area: Thinset skim Area: Setter Finisher TOTAL SETTER LABOR:(Days) TOTAL FINISHER LABOR:(Days) Hours Days Forman 2.00. Super 1.00 Driver 3 TOTAL FORMAN LABOR:(Days) TOTAL SUPER LABOR:(Days) TOTAL DRIVER LABOR:(Days) 2.75 3.75 1.25 1.25 4.00 5.00 0.2'5 0.113 0.38 DEC-14-2004 15:53 CONSTRUCTION ADMIN 619 231 4138 P.02/09 IA Document G709' - 2001 iirk-Changes Proposal Request •. ‘.,PROJECT;(Naiite ariii:aitdress): National City Ptdilic•f. d rar•.y. `: :1401,Natioiiai Ci(y=:B).vd ;;;:. DATE OF ISSUANCE: December 10, 2004 • i"•:NationalCity :<CA 91956;,:' OWNER (Name 4yid A fes; ); CONTRACT FOR: General Construction c 1TY,OF.NATl0I.I.Agg WY::" t243'•Nationa1City ;ldii CONTRACT DATE: ' NatidnttT;City' CA??1SSQ FROM ARCHITECT (Npmeurid address): ARCHITECT'S PROJECT NUMBER: 4486.01 :.:Canter 3ohhson . •• 13017Third:Av"enti:'i' Stiri Diego CA12I01_: ;.,: ;TO CONTRACTS)R.(Name; and address): Uiy`n3::C iipoi=atitih Gi`neral"Contractors 15304tvles'x,B'tv2i Snite"3Q6 "::Please subnin""an -itemized proposa1'. rchanges 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 tt e'Arcttiteci; n'itirit ng, of7he date.on which proposal submission is anticipated. -THIS 18 NOTA.CHANGE ORDgR, AiCO'NSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED'1N THE kOPOSED MODIFICAT10NS, X X X X DESCRIPTION (/nse+-t0 written_c(escriptiort of the Work): OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD MARTIN GABEY, CONSTRUCTION MANAGER PROPOSAL REQUEST NUMBER: 026r1 National City Local History;Kootn Revisions 1. SK-1`Delete IispIay closet wall at grid X 1 & DD & door 202c per attached sketch A2.02. Turn over hardware and door to owner i£alieady fabricated. 2. SK-5 Delete GWB ceiling at grid XI & DD and replace with ACT. Relocate down lights per attached sketch A6.02 . Switchseparately. from rest of room so they can remain on when room is not in use. • ..:3: SK-2:Raise window (elevation B 1) in local history room per attached sketch A3.11 4:•-SK:4 l;owe windows in elevation K1 per attached sketch A5.21 5. SK-3 Carpet type CP.7 to run into the alcove created by deleting the closet. Paint alcove walls P-2 per attached sketch A4.02 AIA Document O709e1 — 2091. Copyright 01999 and 2001 by The Amarkan InsVtute of Architects. All rights reserved. WARNING: This AIA' Document Ly protected by U.S. Copyright Law end international Trealtes. Unauthorized reproduction or distribution of this AIA° 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 taw. This document was produced by AIA *Aware at 15.45:15 on late/awe under Order No.7000107577_1 which expires on 31222005, and is not for resate. User Notes: (1609810156) DEC-14-2004 15:53 CONSTRUCTION RDMIN 619 231 4138 P.03/09 s* .*•"•'*•*********** Added Narrative for PR 026 rt **S**S************ &Clarified location of curved dropped soffit and light locations per attached sketch A6.02 ..ATTACHMENTS (List attached documents that support description): • PR°026 SK-1 A2.02 026 SK-2 A3.11 :;PI 026 SK4.A4.02 ;PR 026 SK=4 A5.21 026 SIf=S'k¢.U2; -P.R;026r1; .10e: A6..D2*** Added sketch in PR 026 r1 ****** 61(tatoRN L. (Printed name and title) AIA Oocumci t G709T" — 2001- Copyright 0 1993 and 2001 by The American Institute of Architects. All rights reserved. WAI NIN& This Ale Document is protected by U.S. Copyright Law and international Treaties. Uneuthortxed reproduction or distribution of their AIA4 0o U Want, or any portion of it. may result in severe civil and criminal penalties, and wilt be prosecuted 10 itw maximum extent possible under the law. This document was produced by AIA software at 15'45:15 on 12/142004 under Order No.1000107577 4 which expires on 3122/2005, and is not for resale. User Notes: (1808810156) DEC-14-2004 15:53 CONSTRUCTION ADMIN 619 231 4138 P.04/09 5'-3" • .X LOCAL HISTORY RM. 202 DELETE DISPLAY CLOSET WALL © GRID X1 & DD.4. & DOOR 202C. TURN OVER HARDWARE TO OWNER IF ALREADY FABRICATED. LOCAL HISTORY ROOM MODIFICATION SCALE: 1 /4"=1 '-0" .nem.oemn PUMMNC U eonfx Mei aaar2Mau NATIONAL G'i l PUBLIC LIBRARY cn OF NATIONAL crrr •7M',RMR pR�Ri`KaM ��1 PROJECT NO. 4466-01 A2.02 PR- 26 DATE' 12/1/04 SK\ 1 DEC-14-2004 15:53 C CONSTRUCTION RDMIN •vJ 619 231 4138 P.05/09 -.� - ,---r-I/ RELOCATE WINDOW VERTICALLY LOCAL HISTORY ROOM MODIFICATION SCALE: 1 /8"= 1 '-0" M+cllat MON MMMMG I au wmi+ +an•nrafa SW VI UP NATIONAL .cIT7 PUBLIC LBRARY CITY OF.NAflONAL CRY woimcnow.aani PROJECT NO. 4486-01 A3.11 PR— 26 DATE: 1/ /O4 2_ DEC-14-2004 15:53 CONSTRUCTION ADMIN ore 619 231 4138 P.06/09 i LOCAL HISTORY ROOM MODIFICATION - CARPET CP-7 TO RUN INTO ALCOVE CREATED BY DELETINt THE CLOSET. PAINT ALCOVE WALLS P-2. PROJECT No. 4486-01 AigEt f.o2. PR- 26 DATE_ 11/30/04 DEC-14-2004 15:54 CONSTRUCTION RDMIN 619 231 4138 P.0?i09 K1 NORTH LOCAL HISTORY ROOM MODIFICATION HALLWAY 201 SCALE: 1 /8"=1-0" M1lbl0lAON runrHa uas.ewwue ..,.� 1 masarav wnsa..= NATIONAL:CFiY PUBUCUBRARY CIMORNAT1ON. _ CRY W4*AgA n,car_wnd►wm PROJECT N0. 4486-01 A5.21 PR- 26 DATE: 11/30/04 DEC-14-2004 15:54 CONSTRUCTION ADMIN 619 231 4138 P.08/09 DELETE GWB CELING 7 REPLACE WITH ACT lii a i' ►- �i' %4 1'3 •• \ \ \ ? \ ��� �� • 216 Y • • V • r n . -.. - ,- - i 4 PP , +1� r VARIES. � ;SEE paiG:..SECT • 0,1004 p_. - - - 01 ToW II • ,-0 Y'/'\ • v 1 Q .' 0 III�•°.•' eve'• M /.. i, • ■1 •. __ '• . .. _.• �.1. RELOCATE DOWLIGHTS WITHIN ACT. SWITCH SEPARATELY FROM REST OF ROOM, SO LIGHTS CAN REMAIN ON WHEN ROOM IS NOT IN USE. LOCAL HISTORY ROOM MODIFICATION SCALE: 1 /8"=1 '-0" xw,.ocncN NIIMOROVWM huw+c INMINIMANNK 3M. co 011.004001 »w� M rtl eft M.\ Na nsar q» NATIONAL MY 0I666:LBRARY arr. OF..NATIONAL CITY �awer�ares:a wean e�Y:a•r wai PROJECT NO. 4485-01 A6.02 O PR- 26 DATE: 11/30/04 5K 5 DEC-14-2004 15:54 CONSTRUCTION ADMIN 619 231 4138 P.09/09 DELETE GWB CEILING & REPLACE WITH ACT 4 0 9'-6" 0 RELOCATE DOWLIGHTS WITHIN ACT. SWITCH SEPARATELY FROM REST OF ROOM, SO LIGHTS CAN REMAI ON WHEN ROOM IS NOT IN USE. LOCAL HISTORY ROOM MODIFICATION SCALE: 1 /8"= 1 '-0" MOWWWW WUNAMMW MWMX ,_, Ia._ W. MM. asYil NATIONALY PUBLIC LIBRARY CITY •OF NATIONAL CITY Mwarnaw.anmya twmcocan.rAnam em PROJECT N0. 4486-01 PR— 26gt A6.02 DAT[ 12/1/04 L/ / TOTAL P.09 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057.77 CONTRACT: CONTRACT TITLE: DATE: # 3057 NATIONAL CITY PUBLIC LIBRARY 2/21/2005 CHANGE DESCRIPTION: PR #26R1: Modify display alcove in local history room Delete: Add: $1,444 $0.00 1. DIRECT LABOR HRS. Superintendent 0 50.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 $0.00 $0.00 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) $0 3. DIRECT MATERIAL - Concrete $0 4. DIRECT EQUIPMENT $0 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 x SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Standard Drywall demolish and reframe windows/ceilings $1,352 Division 8 remove and re -install windows, credit glazing on Door 202C $310 TL Summers credit install of door, frame, hardware for opening 202C Resner Hardware- no credit for door, frame, hardware material that was ordered in late August'04 Sunburst Electric- no cost impact -300 SO SO No cost impact to painting or carpet SUBCONTRACTOR WORK TOTAL: $1,362 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $0 B. SUBCONTRACTOR WORK TOTAL - $1,362 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $68 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $14 GRAND TOTAL $1,444 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Door 202C frame, hardware, and doors will be turned over to Owner at end of project NAME AND TIT )_E OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin r (deb, inc.) 02/17/2005 15:12 FAX 619 443 7065 STANDARD DRYWALL INC. 002/002 SDI STANDARD DRYWALL INC. COMMERCIAL DRYWALL METAL FRAMING LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING EIFS CORPORATE OFFICE? 9902 CHANNEL ROAD I.O. BOX 730 LAKESIDE, CA 92040 PH 619.443.7034 FX 619.443.7065 ADDITIONAL OFFICES: TUCSON,AZ CORONA, CA JACKSON, WY LAN VECAS, NV SALT LAKE CITY, UT LICENSES: CA #444858 NY 040783 NM 086063 OR 0111666 AZ 0127444-8 IT1 #93-284903-$801 ID 018666-A A 4(1,26,47) CONTRACT REVISION To: Jaynes Corporation of California 111 Elm St, 4th Floor San Diego, CA 92101 Attn: Terry Rowland Date: 02/17/05 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 — 21 Scope: Demolish closet walls and ceiling in local History Room. Raise one window and lower 2 other windows io local History Room. Labor: 24 hours @ $49/hour $ 1,176.00 Overhead & Profit @ 15%: Total this change (round off) Original Contract Amount Previous Revisions Net change this revision Revised contract amount Approv tandard Dryyva11, Inc. By: Title: Robert E. Caya. President Date: 02/17/05 $ 176.00 $ 1.352.00 $ 727,200.00 $ TBD 5 1,352.00 $ TBD Approved: Jaynes Corporation of Ca By: Title: Date: 18/Feb/2885 14:28 PT FROM: Division 8, Inc. TO: LUI{ER, DANIEL PAGE: 081 7850 North Ave. Lemon Grove, CA 91945 CA LIC 779435 February 16, 2005 DIVISION 8 INCORPORATED Phone: (619) 741-7552 Fax: (619) 741-7582 E-Mail: division8inc.com CHANGE ORDER REQUEST 0410-09 Daniel Luker Jaynes Corp. of California 111 Elm Street, Fourth Floor San Diego, CA 92101-2646 Re: National City Library _ Via Fax (619) 234-4090 Subject: PR 26r1 Relocate Windows @ Local History Room The following is our pricing to relocate windows at the Local History Room per the above referenced price request. Please note that these windows are currently installed and no re -sizing is required. This revision also includes a credit to delete interior door glass and installation at door #202C. MATERIAL ($ 31.50) TAX ($ 2.44) NET LABOR (6 HRS. @ $49.90/HR) $ 299.40 SUB -TOTAL $ 265.46 OVERHEAD & PROFIT $ 39.82 BOND $ 4.58 ROUNDED TOTAL THIS C.O.R. $ 310.00 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 18/Feb/288S 14:21 PT FROM: Division 8, Inc. TO: LURER, DANIEL PAGE: 802 7850 North Ave. Lemon Grove, CA 91945 CA LIC 779435 DIVISION 8 INCORPORATED Phone: (619) 741-7552 Fax: (619) 741-7582 E-Mail: division8inc.com DATE 16-Feb-05 SUBCONTRACTOR PROPOSAL #: 0410-09 PROJECT: National City Library ARCHITECTURAL CONSTRUCTION CHANGE DIRECTIVE (CCD) #: CONTRACTOR REFERENCE/CHANGE ORDER #: PR 26r1 • PR 26r1 ITEM DESCRIPTION I QTY MATL. EA. MATL. EXT. LBR. EA. LBR. EXT. 1 Relocate Windows i Local History Room $0 0 2 $0 0 3 $0 0 4 Labor Only 1 $0 8 8 5 Credit Interior Door Lites $0 0 6 19.44 -1.62 ($32) 0 7 Credit Installation 1 $0 -2 -2 8 $0 0 9 $0 0 10 $0 0 11 $0 0 12 $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 ($32) '°' = z. 6 COST SUMMARY MATERIAL ($31.50 LABOR HOURS 6.00 Sales Tax (7.75%) ($2.44) Supervision TOTAL MATERIAL ($33.94) TOTAL HOURS 6.00 Labor rate: $49.90 MISCELLANEOUS TOTAL LABOR $ $299.40 Equipment rental TOTAL MATERIAL $ ($33.94) Concrete coring TOTAL MISC. $ $0.00 SUBTOTAL $ $265.46 OVERHEAD/ PROFIT (15%) $39.82 SUBTOTAL BOND 1.5% $305.28 $4.58 MISC. TOTAL $0.00 CHANGE ORDER TOTAL $ $309.86 formerlt "Hoyt Corporation Glazing Contractors" FROM : TL SUM DEV FAX NO. : 619 445 3298 Feb. 21 2005 01:51PM P1 T. L. SUMMERS DEVELOPMENT T T ' P.O. BOX 14498 ALPINE, CA. 91903 LETTER OF TRANSMITTAL TO 619-445-3298 L,IC. # 464092 2.1 Ds_ .6 COPIES ArtUrt1t114 WE ARE SENDING YOU [ached D Under separate cover via the following items: ❑ Shop drawings ❑ Prints ❑ Plans 0 Samples . d Specifications ❑ Copy of letter `(Change order Ej DATE ( 14. DESCRIF'i'1ON 3 0-0> THESE ARE TRANSMITTED as checked below: 0 For approval , 0 Approved as submitted 0 Resubmit cciples for approval ©-for your use , 0 Approved as noted ❑ Submit ._ copies for distribution ❑ As requested ❑ Returned tor correction§ ❑ Return corrected prints ❑ For review. and comment ❑ Q FOR BIDS DUE 19 0 PRINTS RETURNED AFTER LOAN TO US REMARKS nV+a1Gr! Page 1 of 2 Daniel Luker From: Scott [scott@sunburstelectric.com] Sent: Thursday, February 17, 2005 12:58 PM To: Daniel Luker Subject: Re: NC Library PR#26R1 Based upon the reply there is no cost impact! Original Message From: Daniel Luker To: Scott Sent: Wednesday, February 16, 2005 3:38 PM Subject: RE: NC Library PR#26R1 Scott, please let me know if this has cost impact ASAP. Thanks. Daniel Luker Project Manager Ph 619.233.4080 Fx 619.234.4090 Original Message From: Daniel Luker Sent: Tuesday, February 15, 2005 1:31 PM To: 'Scott' Subject: RE: NC Library PR#26R1 Scott, the RFI response says: "Keep switch C at entry door. Do not add switch". Terry will send you a copy. Please let me know how this impacts your pricing for PR #26R1. Martin and the City are interested in getting the final price negotiated. Thanks. Daniel Luker Project Manager Ph 619.233.4080 Fx 619.234.4090 Original Message From: Daniel Luker Sent: Friday, February 04, 2005 12:03 PM To: 'Scott' Subject: RE: NC Library PR#26R1 FYI, it's our RFI #258. Will keep you posted. Daniel Luker Project Manager Ph 619.233.4080 Fx 619.234.4090 2/21/2005 02/16/2005 16:30 5961860 RESNER HARDWARE PAGE 01 Bikaae r k liaarc w we.1 v►rti. 12038 Woodside Avenue Suite "C"• Lakeside, CA 92040 Phone (619) 596-1850 Fax (619) 596-1860 "Quatiaty u 4/Servicei S(4t e' 1938 FEBRUARY 16, 2005 JAYNES CORPORATION 111 ELM STREET, 4.111 FLOOR SAN DIEGO CA 92101 PHONE' 619-233-4080 JOB PHONE: 619-336-0350 FAX: 619-234-4090 ✓ JOB FAX: 619-336-0322 CF.T.T,; 954-5807 PROJECT: NATIONAL CITY LIBRARY ATTN: JIM GRIMES REQUEST FOR INFORMATION (PR# 26R1) OPENING 202C DELIVERED FRAME TO JOBSITE ON JANUARY 7, 2005 DELIVERED DOOR TO JOBSITE ON FEBRUARY 9, 2005 �_pr• �.�„'Ci:-cam ".� HARDWARE IS AT RESNER'S WAREHOUSE AND IS TO LATE TO MAKE - - -' ? t CHANGES OR CANCEL TRUSTING THIS IS THE INFORMATION YOUR OFFICE REQUIRES. BEST REGARDS, David. MchVe%L DAVID McNE1L PRESIDENT RUA 2 :'2 D DEC-14-2004 16:22 CONSTRUCTION ADMIN 619 231 4138 P.02/05 AIA Document G709TM - 2001 .Changes Proposal Request OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER PROJECI(Norne erns ad8rgcs): PROPOSAL REQUEST NUMBER: 027 Natrona •CityPttFilii 1 bract' ; _ 1401.:Natignal G1iyvct:_'.. _..;: DATE OF ISSUANCE: December 14, 2004 : latio tatCity OWNER (Nmne uxrd adi ress): Cit ..OF NA2ION_A2=CITY. `1243.:1Vationa.C1Wji1vd CONTRACT DATE: 1!Iiii ona1 City ,CA::. 91956:.'; FRO,M.AREHFTECt(Na,ne andaddress)t ARCHITECT'S PROJECT NUMBER: 4486.01 "Cariie'7ohiisoh .= • .130:1 Third Aveitae _..': San I3ie€a.'GA;'92fU1..;: TO`CONTRACTOR (Name unid address): 1i+ynes, Cr porituon' General .Contractors . ``85TQ1:a'.MesaBlvd:. Siiitc 3U6 !lease:sa5init.dirstemi2t propisati'oiii:hanges in the Contract Sum and Contract Time for proposed modifications to the .; CpntiiictD4i iirneiits'de*exibcd herein, Within Thirty (30 ) days, the Contractor must submit this proposal or notify the Aneliifect, in "v ritiag iif thc-dat onvvhich proposal submission is anticipated, THIS.ISiNOT:A CHANGE dRDEi;-,A CONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK DESCRIBED.IN-THERROPOSED MODIFICATIONS. DESCRIPTION (Inse+2 k wriRdri t.lescription of the Work): . Provide pricing••for attaciit Maid of Antigraffiti coating (Protectosil) as an alternate to the original Antigratfiti coating (Graffifi vi.100).` : Local M:uiu£acti rer's representative: X X X Michael Hudak 6.1:9:294.8010 Tel 619:889.20,12: Co11 CONTRACT FOR: General Construction AIA Document G7O9,.. —2001. Copyright a 1983 and 2001 by The Amariian InsetUle Of Architects. All rights reserved. WARNING: This Ale Document is protected by U.S. Copyright law and tntomationat Treaties. Unauthorlted reproduction or distribution of this Ale Document, or tiny. portion of It, may result in severs civil and oriminai penalties, and will be prosecuted to the maximum extent possible under the taw. ThiS document was produced by PIA software at 16:16:20 on 12/14/2004 under Order No.1000107577_4 which expires on 3/22r2005, and is not lot resale. User Notes: (4010368419) DEC-14-2004 16:22 CONSTRUCTION ADM IN 619 231 4138 P.03/05 ATTACHMENTS (List attached documents that .support description): ,..`:Ytiztectosit by degussa - TechniCa1 Information (2 pages) :REQUESTED BY THE ARCHITECT: azure) . (Printed name and title) ARc- cam. AIA Document G709Ta —2001. Copyright C 1993 and 2001 by The American Institute of Archilscte. AU rights reserved. WARNING: This AIA` Document Is protected by U.S. Copyright taw and International Treaties. Unauthorized reproduction or distribution at this AIA"' Document. or any portion of it, moy resuIt in Severe civil and criminal penalties. and will ha prosecuted to the maximum extent possible under the law. This Document was produced by AIA software at 16:10:20 on 12/1er2004 under Order No.1000107577 4 which expires on 3122/2005, and is not for renal*. Uaer NOt06: (4010398419i DEC-14-2004 16:22 CONSTRUCTION RDMIN 619 231 4138 P.04/05 degussa. Technical Information PROTECTOSIL ANTIGRAFFITI Product Data and Test Information PRODUCT NAME PROTECTOSIL AN11GRAFFITI Aqueous ready -to -use high performance antigraffiti treatment for masonry, concrete and stone. MANUFACTURER Degussa Corporation 379 lnterpace Parkway, P.O. Box 677 Parsippany, NJ 07054-0677 1 (800) 828-0919 PROTECTOSIL PRODUCTS ARE MANUFACTURED AT THE DEGUSSA CORPORATION THEODORE, ALABAMA PLANT, UNDER A QUALITY SYSTEM CERTIFIED TO ISO-9002 REQUIREMENTS. PRODUCT DESCRIPTION A water-bome, breathable, antigraffiti treatment for use on concrete, brick, concrete masonry units and natural stone. PROTECTOSIL ANTIGRAFFfi1 protects surfaces to allow the easy removal of a wide variety of graffiti. including spray paint, permanent marker, ink. bituminous paints, asphalt sealers. and other solvent or water -borne paints. Because of the superior performance, standard non- hazardous cleaners and low pressure waterbbsting is sufficient to remove most graffiti. PROTECTOSIL ANTIGRAFFITI is breathable and will not alter the natural appearance of the substrate. These properties make the product ideal for masonry walls. PROTECTOSIL ANTIGRAFFITI is based on silane chemistry so it will chemically bond to the substrate. This allows the material to undergo many cleaning cycles before ren-eatment is necessary. It is especially suited for applications in which solvent -borne products are not acceptable, such as in states which have VOC regulations for AIM coatings. PROTECTOSIL ANTIGRAFFITI is VOC compliant in all 50 states. APPROPRIATE APPLICATIONS Materials such as cast -in -place and precast concrete, brick and block masonry, and natural stone can be protected from most graffiti. 74.ime. Aye For buildings, walls, sound barriers, piers,.columns, bridges or other areas sensitive to the negative perception of graffiti. To be used in conjunction with other Degussa water repellents to provide water and graffiti protection to the entire structure. Other substrates that can be protected include sandstone, terra Gotta, handmolded bricks, limestone, granite and most natural stones. ADVANTAGES PROTECTOSIL ANTIGRAFFITI is a patented silane-based mixture in water. It provides a clear, nearly invisible barrier against die mosrcommoirgrafftti-products such as spray paints and markers. Depending on the severity and type of graffiti and the cleaning method used, up to ten cleaning cycles can be expected from each application. If needed. additional PROTECTOSIL ANTIGRAFFITI can be applied to only the affected area without a visible difference on the substrate. The main benefits of the product are: • Non -sacrificial • VOC compliant • Breathable • Clear • Excellent UV stability • Resistance to alkali attack • Tack -free after dtying • Will not blush, peel or yellow • Easy to apply LIMITATIONS Will leave a residue on non -porous materials such as glass, metal and painted surfaces. Shrubbery and plant life should be protected from overspray. Should not be applied if the surface temperatures arc below 40 °F or above 100 °F, if rain is expected within two hours following application, or if high winds or other (Continued) DEC-14-2004 16:23 CONSTRUCTION ADMIN 1 619 231 _.. 4138 P........0_ .05i05 conditions prevent proper application. If rain has preceded the application, the surface should be allowed to thy at least 24 hours. TECHNICAL DATA PROTECTOSIL• ANTIGRAFFITI is a patented fluorosilane mixture in water. Color Active Substance Active Content Solvent Flash point Density VOC light yellow fluorosilane 15% water 180 °F 8.2 lbs./gal < 100 g/1 INSTALLATION Concrete must be allowed to cure a minimum of 28 days. All repointing must be completed and allowed to cure at least 3 days. Concrete repair and replacement must be completed before application of PROTECTOSIL ANTIGRAFFITI. Patching materials, caulking. sealing materials and traffic paint must be fully cured before application. All surfaces must bh cleaned to remove all traces of graffiti, dirt, dust, efflorescence, mold, salt, grease, oil asphalt, laitance, curing compounds, paint, coatings and other foreign materials. Acceptable surface cleaning methods include shotbiasting, sandblasting, waterblasting and chemical cleaners_ Check with your local representative to verify that surtace preparation is adequate. PROTECTOSIL ANTIGRAFFITI should be applied using rollers, brushes or equipment that will not atomize the material. If power rolling, use a roller with a 1" nap. Do not apply to a wet or damp substrate. Application rate and dilution are dependent on porosity and surface roughness of the substrate. The standard recommendation is to apply two to three coats of the PROTECTOSIL ANTIGRAFFITI with the first coat diluted to one -percent concentration (1 part PROTECTOSIL ANTIGRAFFITI and 14 parts potable water). The second and third coats can then be applied at full strength (non -diluted). If the substrate was treated with a water repellent first (CHEM-TRETE' or AQUA-TRETE' brand), the PROTECTOSIL ANTIGRAFFITI can be applied tp the substrate at full strength. The application rate is dependent on the porosity of the substrate. Dense substrates like concrete require a lower application rate than porous substrates such as split face block, Estimated coverage rates are as follows: Concrete: 200 ft2/gallon Brick: 175 ft2lgallon Block: 75 ft2/gallon Granite: 300 ft2/gallon Limestone: 200 ft2/gallon Marble: 250 ft2/gallon It is required to apply a test area to determine the actual coverage rate, number of coats and concentration of PROTECTOSIL ANTIGRAFFF11 before starting the project. Protect glass, metal, plastic and other nonporous substrates from overspray. PROTECTOSIL ANTIGRAFFITI will not etch glass but wilt leave a residue on nonporous surfaces. Some darkening of the surface may occur depending on the amount of PROTECTOSIL ANTIGRAFFITI applied and the color and texture of the substrate. It is recommended to apply a test patch to verify actual condition on the substrate. Precautions: The PROTECTOSIL ANTIGRAFFITI product containers should be kept closed when not in use and should be stored at temperatures between 35 °F and 100 °F and away from rain and standing water. Do not allow material to freeze. Please read the Material Safety Data Sheet for more detailed information. GRAFFITI REMOVAL PROTECTOSIL ANTIGRAFFITI is designed to allow easy removal of paint, markers and other types of graffiti from concrete. masonry and natural stone substrates. Acceptable methods to remove graffiti include: commercial paint removers, graffiti cleaners, high-pressure water, steam cleaning, and proprietary cleaners. For a list of recommended cleaners, contact your Degussa representative. If high-pressure water is used. care must be taken so as to not etch the substrate. Removing the substrate also removes the anti -graffiti effect imparted by the PROTECTOSIL ANTIGRAFFITI. AVAILABILITY PROTECTOSIL ANT1GRAFF1Tl is available in 5 and 55 gallon drums to approved applicators F.O.B. various warehouses throughout the United States. Contact Degussa at (800) 828-0919 for the Sales Representative in your area for specific cost information. TECHNICAL SERVICE Technical service engineers and chemists are available to answer questions on product performance, application methods and chemical composition. Call (800) 828-0919 for prompt service, Tnis intovmvion is ?writhed withoKermit,ment a I.»'$q d any ulna. °to°W that it is aeeurale b Ma heal of Deoussa Coro°rayon's k,owldd9e or Mimed from somas beeewd Cy Oogu Caporal a to W aCCurore, and Omgusea Corporation does not alaWrie any legal reapmadbrity tot use or M:ence boom some. Talc: should be ea'rkd out only by chemists a de+icaily queg,ed IBC 40amiCian.. Mime uein9 eny Omni., read as Wei and Aaaterlgl Safety tleta slaoi. TOTAL P.05 I NI I JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-075 CONTRACT: # 3057 CONTRACT TITLE: • CITY PUBLIC LIBRARY DATE: 2/17/2005 CHANGE DESCRIPTION •C AZT Hied sacrificial coating, install Protectosii and waterproofing 4'0' higher 0,996 $0.00 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.) $0 3. DIRECT MATERIAL - Concrete S0 4. DIRECT EQUIPMENT $0 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) ;0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Vasquez Credit Per -plan antigraffitti installation 418,897 Vasquez Add Protectosil antigraffitti, 4' higher than per -plan $29,266 SUBCONTRACTOR WORK TOTAL: 510,369 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $0 8. SUBCONTRACTOR WORK TOTAL 510,369 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of UNE 8) 5518 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $109 GRAND TOTAL $10,996 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND T E OF PREPARER: } Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Manager (deb, inc.) F-ab 16 05 07:29a (858)547-8294 P.3 AivC VASQUEZ COMPANY k411.14)(pf" PROPOSED CHANGE Janyes 111 Elm Street 4th Floor San Diego, Ca 92101 Attention: Mr. Dan Lucker PCNO. ' 3 PROJECT: National City. Library - VC Job No. 40067 DATE: 2/15/04 The Vasquez Company hereby submits a Proposed Change Order for the following changes in contract work: Apply Aqua•Trete Water Repellent with Protectosil Antigraffiti Coating. Per the request of : Mr. Jim Grimes ITEM LABOR MATERIAL EQUIP. OTHER SUB TOTAL Labor / Material 12,615 16,651 0 0 0 29,266 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SUBTOTAL 12,615 16,651 0 0 0 29,266 OVERHEAD, PROFIT ,TAXES & INSURANCE 15% Included TOTAL: $29,266 CALENDAR DAYS EXTENSION TO CONTRACT COMPLETION DATE: 0 We have proceeded with this change per the authorization of Contractor's Representative. ijWe will not proceed with this change until approved by Contractor's Representative. APPROVED BY: e Vas Co€pany DATE Contractor DATE 3009 G Street • San Diego, CA 92102.Office (619) 237-3607 • Fax (Li1 ?) 237-3610 TE The Vasquez Company Project Name: National City Libray Date: 2/3/05 Project Location: 1401 National City Blvd. National City, Ca 91950 Job No.: 40067 Estimated By: SV UNIT COSTS • TOTAL COSTS Code Item Quantity Unit Labor Material Equipment Other Sub. Labor Material Equipment Sundries Sub. Line Total Apply Agua-Trete Water Repelent w/ Protectosf I Antigraffiti , 1 Water Repellent 18,709 sf 0.18 0.22 0.00 0.00 0.00:". 3367.62 4115.98 0.00 0.00 0.00 7483.60 2 Anti Graffiti to 13' 6" O.F.F 17,680 sf 0.45 0.61 0.00 0.00 0.00 7956.00 10784.80 0.00 0.00 0.00 18740.80 3 Anti Graffiti @ concrete walls 2,869 sf 0.45 0.61 0.00 0.00 0.00 II'". 1291.05 1750.09 0.00 0.00 0.00 3041.14 TOTALS 0.00 0.00 0.00 0.00 0.00 29265.54 Overhead & Profit Total Estimate Included 29265.54 17628-L S(8S8) �J+ Feb 16 05 07:30a (858)547-8294 P.5 i6. 4 i 1461 VASQUEZ COMPANY \;IL 44/ VIP PROPOSED CHANGE Janyes 111 Elm Street 4th Floor San Diego, Ca 92101 Attention: Mr, Dan Lucker PC NO. 4 PROJECT: National City Library VC Job No. 40067 DATE: 2/15/04 The Vasquez Company hereby submits a Proposed Change Order for the following changes in contract work: Provide credit for Prosoco Siloxane Water Repellent and Graffiti Barrier " S'Anti Graffiti Coating. Per the request of : Mr. Jim Grimes ITEM LABOR MATERIAL EQUIP. OTHER SUB TOTAL Labor / Material 11,787 7,110 0 0 0 18,897 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SUBTOTAL 11,787 7,110 0 0 0 18,897 OVERHEAD, PROFIT ,TAXES & INSURANCE 15% Included TOTAL: < 18897 > CALENDAR DAYS EXTENSION TO CONTRACT COMPLETION DATE- 0 nWe have proceeded with this change per the authorization of Contractor's Representative. QWe will not proceed with this change until approved by Contractor's Representative. APPROVED BY: etrw"b U)• LL4 2% he Va quez Company DATE Contractor DATE 3009 G Street • San Diego, CA 92102 • Office (619) 237-3607 • Fax (619) 237-3610 (858)54r7-829 t0 0, N 0 in 0 CD The Vasquez Company Project Name: National City Libray Date: 2/3/05 Project Location: 1401 National City Blvd. National City, Ca 91950 Job No.: 40067 Estimated By: SV UNIT COSTS TOTAL COSTS Code Item Quantity Unit Labor Material Equipment Other Sub. Labor Material _ Equipment , Sundries Sub. Line Total _ Apply Aqua•Trete Water Repllen1 w/ Protectosil Antigraffiti Water Repellent 18,709 sf 0.18 0.]0 D.00 0.00 0.00 �;";- 3367.62 1870.90 0.00 0.00 0.00 5238.52 1 Anti Graffiti to 9' 6' 0.F.F 15,840 sf 0.45 0.28 0.00 0.00 0.00 s' 7128.00 4435.20 0.00 0.00 0.00 11563.20 2 Anti Graffiti @ concrete walls 2,869 sf 0.45 0.28 0.00 0.00 0.00 ';".:. 1291.05 803.32 0.00 0.00 0.00 2094.37 3 TOTALS _ _ 0.00 0.00 0.00 0.D0 0.00 29265.54 Overhead & Profi Total Estimate ncwue < 18896.09 > FEB-09-2005 20:26 CONSTRUCTION ADM IN 619 231 4138 P.02/06 AIA Document G709T" - 2�0/ 1 •} ` 70 Changes Proposal Request •'P.1VJECTf 0.7.ie.0.4 ld..e.5 Nat ona1 City Putilii tibrar�r` t401. Natio a) 4gti d `.1" i::.: :4Nauwa3:.0 ry.;G •'91950'.:: PROPOSAL REQUEST NUMBER:..030_. DATE OF ISSUANCE February 10, 2005 OYlf1i�F,i'�•tVrXtriE.;it�td rx��ss) CONTRACT FOR: General Construction TY� 7F taittlogiv J Gi, "X:. • l;f4°.:Natioga1:City: vd" ;=`'; CONTRACT DATE: >1Tt{oita7;pity C31c`:"9195. FKONFy4RCH1EGT"(/1b»ii?ix hnfaddress): ARCHITECT'S PROJECT NUMBER: 4486.01 CarrFer Johnson . 13.0'041i7(.Avenu SaalSie�a-'CA_921oi,:, TO'COA7Ri4CT01ttYiirie404 address): 7 Et spoi lion` 1eneral.Contractors A.:4:Nlesa=13.:11 do Suite 306 Tease sine rift an;itetruzed proposal toFchanges in the Contract Sum and Contract Time for proposed modifications to the Contruct0O4ilent i etcribcd hcicin. Within 2,ero (0) days, the Contractor mast submit this proposal or notify the vt{rhttS, tfi�'date:oa.4vhich proposal submission is anticipated. NQTrA CHANGE Oi E kCONSTRUCTION CHANGE DIRECTIVE OR A DIRECTION TO PROCEED WITH THE WORK ' DESCRIBED`INTHEIVOPOSED41001FICATIONS, OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER x x x x x DESCRIPTION (lnsexT_rr + :description of the Work): 1:) _Substitt a 1" CDC`;plywood for the substrate at two ends of the curved zinc panel wall at the following locations: ;.The three eicteriprsdes of the north portion of wall that is east of grid line XO :The three exferioF Shies of the south portion of the wall that is east of grid line X5. islubsptei. 11 be installed in place of 1 i ' metal decking and'h" gyp, sheathing. 3;,B:n st tutei.Stone Type 3 as the finish material for the bottom 7'-0 to 7'-6" of the wall in the locations as described material will be installed in place of the zinc panels. See attached 8.5" x 11" drawings. AIA Document G709'. — 2001. Copyright to IOW and 2001 by The American institute of Architects. AN rights reserved. WARNING: This AIA Document is protected by U.S. copyright Law and international -treaties. Unauthorized reproduction or distribution of this AID* Document, or any portion or it, may result in severe civil and criminal penalties. and will be prosecuted to the maximum extent possible under the taw. This document was produced by AIA software at 1 e:31:54 on 02/09/2005 under Order No.1000107577 4 Which expires on 3/22/2005. end is not for resale. User Notes: (387595118) FEB-09-2005 20:27 CONSTRUCTION AMIN 619 231 4/ 38 P. 03/06 ATTACHMENTS (List attached documents that support description): • ';',•,..":1‘:iPAV3ctSK1, Wall Section • South Entry Wall Section at Scree Wall • MOM SK3, Typ. Zinc Corner/Stone ' REQUESTED BY THE ARCHITECT: • • ' • • • • • • 1gnature;P::,•7 • .. • . . • • 4. • • •• . •. • ". • • ;• : •... •• • '""..;'•2 • • 4(e.e—cvz.14L.itik? (Printed name and title) AIA Document G709'" —2001. Copyright 0 1093 and 2001 by The American Institute of Architects. Alt rights reserved. WARNING: This Ale Document is protected by U.S. Copyrignt Lew and International Treaties. Unauthorized reproduction or distribution of this Ale 00cUMent. or any portion 01 it, may result in severe civil and criminai penatties, and will be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 18:3154 on 02/09+2005 under Order No.1000107577_4 which expires on 322/2005. and IS not for resale. User Notes: (367595118) FEB-09-200S-20•2? 619 231 4138 P.04/06 CONSTRUCTION RDMIN ama m+ l L wr cac .i os SO I - _ TAAC rw� 0 —• rl awi ZINC PANEL SYSTEM OVER 1/2" CDX(FIRE TREATED) PLYWOOD STONE TYPE 3 THINSET TO SUBSTRATE PER A1/A8.01 ON BOTH SIDES AND END OF WA IIOMQROaAL CONC. CURB- COLOR 9 CIS DVRT MC SLOP Roar 3-401.22ca OR MD MUM • 24-46 SUIPJ w. IRS 0111 MGM COME I. MD srsRy PER eNsvcRa CR Me PLAY PREINGNED R. G0212) LULL JOStMav; ClAallO T'YE MRES 6FE .L! FIRHON ROMI. AMCOI NIT? Jr. GiiO MD Dl rnT STOREFROxr--• DOOR MI TYTE ONso IY YROA NATIONAL-OWPUBuC.LBRARY CffY Rort W RKp:S iva IMRE PROJECT NO. 4486-01 PR 030 Ski tc) C3/A3.27 DATE: 2/9/05 FEB-09-2005 20:27 CONSTRUCTION ADM1N P.05/06 WALL SECTION SCREEN WALL SCALE: 1/4" -= 1'-0" MMMMM MMHG M1 UMMIM VAAMMIM 619 231 4138 1 1.1 EXTERIOR CEMENT PLASTER TS BEAM :, - h 1 ONE TYPE 3 OVER SUBSTRATE PER AI/A8.01 AUGN WITH TOP OF DOOR FRAME NATIONAL orf PUBLIC.:UBRARY C117 OF NAVONAC CRY CONC. CURB FIRST FLOOR PROJECT NO. 4486-01 UNE OF SLOPED ACOUSTIC CEILING GYP. BD. OVER 4• / MIL STUD SOFFIT WALL UNE OF SLOPED GYP. BD. CEILING AS IT ABUTS GYP. BO. SOFFIT SUSPENDED GYP. DO. CEILING C3/A3.27 PR 030 5)(2. DATE 2•q•D5 FEB-09-2005 20:27 CONSTRUCTION ADMIN 619 231 4138 P.06/06 WANING sw�oW fl Wpm lbMmorm R-11 BATT INSUL STONE VENEER PER Al /A8.01 SEALANT + BACKER ROD ZINC CORNER CAP PER MFR • REFER TO STRT'L PLAN FOR COLUMN INFO 4" MTL. U € 16" O.C. INC PANEL SYSTEM OVE 1 /2" CDX(FIRE TREATED) PLYWD AT UPPER PORTION OF WALL STONE TYPE 3 LOWER PORTION OF WALL, SUBSTRATE PER Al /A8.01. SEE SECTION OR HEIGHTS 6 MTL. STUD ® 16" O.C., 16 GA MIN TYP. ZINC CORNER/ STONE SCALE : 1" = 1'-0" NATIONAL,. CtiY PU9UC:LIBRARY CTTY.oF NAT10NAL CITY ttll R1O Ut110NAL QI� /Nm A801 _A2 PROJECT NO. A2/A8.01 FROM; PR D C) sK3. OATS; 2/9/05 TOTAL P.06 I'1 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-101 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/18/2005 CHANGE DESCRIPTION: PR #30, replace zinc with Aniscraft stone at north and east ends of mechanical screen wall to grade Delete: Add: S36,145 4214.40 1. DIRECT LABOR HRS. Superintendent 0 S0.00 30.00 Project Management 0 S0.00 $0.00 Carpenter -5 $42.88-$214.40 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL (600 SF plywood) (5500) 4. DIRECT EQUIPMENT " " - SO S. 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) ($714) SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunstate Tile - North Sunstate Tile - East 513,485 $20,146 Ehmcke Sheet Metal 41,536 Standard Drywall base proposal $3,276 SUBCONTRACTOR WORK TOTAL: $35,371 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL (S714) 8. SUBCONTRACTOR WORK TOTAL $35,371 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) GRAND TOTAL $1,131 5358 • S36,145 TIME EXTENSION AND JUSTIFICATION WORK DAYS 5 REMARKS: NAME AND ALE OF PREPARER: Daniel Luker Project Manager (Jaynes Corp.) ACCEPTED BY: Martin ger (deb, Inc.) Mar 24 054r04:45p Tom Hrookle9 858-715-8140 p.1 Sunstate Tile Contractors, Inc_ License 638748 Proposal: Install - %rl Blue stone va++eer tore laZinc CI$dd a•d To: Daniel Luker Company: Jaynes Fx Nunes 67�23q-q0`�0 G�4-3G• •er 22 Dat Re: National City Library. Instal Estsnl Blue stone veneer to replace Zinc Cladding 0 Plans & Specs 0 Per Description H Calif. Prevailing Wage 0 See Notes 0 See Exclusions 0 Addendum Noted Description of installation: Instal Eaten', Edue stone veneer to r'eDI9ce Zinc Cladding per drawings FAXED 2-15-05. ) Stone veneer instatled thin -set over waterproofing (by us). over durock and paper(by In lieu of Grout. the joints will by caulked. Comer edges of the stone will need to be honed by us. others. All work figured to beperforrned on scaffolding provided by The stone will wrap the concrete curb at the bottom of the wall. 10" down on the vertical surface per the drawing dated 2-15-05 by Jim Grimes. (concrete will need to be bush hammered and buitt out at some areas by others). Allow 90 —120 days for delivery of custom cut stone to job site. From: Tom Bnockley 7579 Convoy Court San Diego. Ca. 92111 Phone: (858) 715-TILE (8453) Fax (858) 715-8140 sunstatetble.y, sunstate-tile.com BRR 0 & East sid Price for North side installation: Price for East side installation: Paget 1 200 SF Labor, Material, $19.91 SF Waterproofing , $ 6.25 SF Caulking, $ 4.71 LF Honing Edges $ 8.50 LF 400 SF Additions: Return trip to complete installation: N_o • it proposal is accopted, proposal will _required) and exclusions. • Proposal is based on a single mo contract. Exclusions: 1) Transition strips. 2) Cutting expansion joints 3) Tile backer board installation 4) Taping lire backer board instatted by for exterior stone veneer installation 5) Man lifts, boom lifts for exterior stone 6) Repairs of any kind to other trades work 7) Sealing stone veneer and grout ZZEO-SEE-619 $ 6,808.00 $ 3,982.00 $ 1,250.00 $ 660.00 $ 785.00 $13,485-00 Labor, $20.94 SF $ 8,377.00 Material, S19.91 SF S 7,964.00 Waterproofing , $ 3.81 SF $ 1,527.00 Caulking, $ 4.71 LF $ 1,319.00 Honing Edges $ 8.50 LF S 959.00 $ 275.00 minimum or $ 775.00 per daY become part of the contract including ail descriptions, totes. additions (if laicization: others Scaffolding $34.04 SF S 20,146_00 Additional mobilizations will result in increased costs to the 8) Demolition of any kind 9) Trash dumpster :hauling trash 10) Evening, weekend or overtime work 11) Waiver of subrogation 12) Bonds or bond cost sawtJ0 wtr T9 3fAld •d Higififfrfflr SHEET METAL CORP. Proposal or Conte ict Transmittal To: J AYNES CORP. OF CALIF, Att,entiorc TERRY ROWLAND Dots 02/17/2005 Subject: NATIONAL CITY PUBLIC LIBRARY • (DELETE ZINC 2 LOCATIONS BELOW 6-21 per Fax' Pc:r Plaza Pet Plans & Specs Per Direwed nlf Pee Sketch attached Addenda Nure r We Ni11 pedoza+ the subject work as tadkatcl and qualified below: Furnished ut our stop Installed Only Twill:shed ut taw )obsite Tax Included Furnished at yoaz place For Resale Fundahed & Installed X Tux not uppiiaihle Add i:elvs Tax R�TtII.4l1W- .- •.-__ -'- INCLUSIONS QUOTATIONS EXCLUSIONS 1. DELETE ZINC 5ASFFLASFIINC (e 2 LOCATIONS). 2. ADD 24 GAUGEG.S.M. SASE FLASHING (0 NEW STONE). 3 ADO NEW ZINC Z BAR FLASHING (0 ZINC PANEL TO STONE TRANSITION). A. Darn INSTALLATION (ts 2 LOCATIONS). CEDU TTHE AIM OE: NOT& MATERIALS NOT TO 8E INSTALLED ARE ON JO!SITE NO CREDIT GWEN' AS MATERIALS WEE PURCHASED. • Subject to dungy without an order of ter le days. 1 PRI'yffi 2. PAINT. ' S1,S36.00 TERMS: 'DELIVERY: This company shall not be liable for any delay mused by fire, stela„ scot of God of any odor eat beyond the reasonably antral of the matpaay. NOTE: AllordersarerubjectreerrditapprovalbytherCoeditDeparnnentofEhrndt*SheetMetalCorpand}au ekeSheetMetalCrosp n4iary t,' the rte.: to wiibolld starting lubrication tit deliovey or material tor al iprztcnt, pending d e nuedution of credit insatlb• '�.rttanti tW-a:Wry ra ettr l:r Sheet Metal L;orp. d aser agrees to pay pee and one half (L71/25) penult wry ire thaw on all post duo m•tvttnts and if k8'1 aniunbnvali,t nt+e.sa:yen alert any nuudso dun, puzdtaaer arse* to pay zaaeoaable attorney'', fees rand seats incur':ad by EhmaaSlixot Metal Corp. A: A ptedr By: By: EHMCICG SHEET METAL CORP Title. Title: ESTIMATOR Date. 02/17/200S P_0- Set Bolo • San Dtegot CA 92170-3010 • (617) 233.6484 • FAR (619) 2334146 • Contractors Uaew #605901 CbTF.CC7RTa TC•r•T Ltl/r7 rr T /7t sawt.J9 wt�. ._ dBS.ZT SO 6t 0 1V13W 1334S..ax �- ZZEO-9£E-_6T9 05/09/2005 11:53 FAX 619 443 7065 STANDARD DRYWALL INC. Z 001/003 STANDARD DRYWALL , C;OMMERC1AL DRYWALL. ti1ETAL FRAMING LATH 4S: PLASTER SUSPENDED ,t[:OUSTICAI. CEILINGS WA LLPA N E1. S El)tEP1i0OFIN(,1 E1ES C:ORPOIRATL OFFICE: 9902 CHANNEL ROAD P.0. 110.X 730 LAKESIDE, CA 92040 1" 11 619.413.7034 1' N 619.443.7063 ADD rrIO'A1. OFFICES 11.'(:40s. Az (AIM/NA. (:A SALT LAKE (II. t'7. To: Attn: C'()N'l'RACT REVISION Jaynes Corporation of C.alifbrnia 1 1 I Elm St., 4th Floor San Diego. CA 92101 Terry Rowland Date: 05/09/05 Job#: S2682 Your #: K004-040 Fttx: (619) 668-4090 Job Name: National City Library Job Ad.dress: 1401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes front plans and/or specifications or contract, 'Perms and conditions of original contrael.,are billy applicable to this revision except as otherwise specifically Stated herein:. Revision #: S2682 — 20 Revised Rough order of magnitude pricing for changing Zinc Panels to stone. Scope: Supply and install Durock over Hat Channel over existing Studs in 2 each locations Delete: Labor for Gypsum Sheathing: 20 hrs. (u) $49/hour $ Labor: 68 hours (ii) $49/hour Material: 18 sheets Durock {ii7, $39.72/ca. 46 pcs. — Hat Channel (a7 $6.31/ca Finishing Compound Deduct: 34 Pieces- Gypsum Sheathing (u? $S/sheet <980.00> 3.332.0() 715.00 290.00 104.00 <612.00:> Overhead & Profit (ii.? 15%: $ 427.00 Total this change (round off) $ 3,276.00 Original Contract Amount $ 727 2Q0.00 Previous Revisions $ T131.) Net change this revision .... ..,276.00 Revised contract amount $ T1D Approved: Synj+li•d Drywall, Inc. Approved: Jaynes Corporation of Ca By: �f Ur �✓1 `�C/ TJ 13y: Title: Robert F. CamPresidcnt Title:_ Date:,....._..._03/09/05 Date: 05/09/2005 11:54 FAX 619 443 7065 STANDARD DRYWALL INC. STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION fb 003/003 23235 JOB NO. zCP z- JOB NAME . C. Lc 4 CUSTOMER 17' " AUTH TO PROCEED S1ART DATE 3-/Y 1 FINISH DT 3!i --ar— D1=SCRIPTIO OF WORK, i't c co. 1>bv,< — c:411 h wvvf. lrorc Q rr iev c). n,f i •J4 ,-'Gage 41- ' , T3r', 1 �,‘,,, e4rd- h/ vuh1ve .5"-/ / ,7Luvn IA/ -- .e eid , v - GACc,vt 4 l 7.N.-1 IS or12114 /440 C c czyth MATERIAL LABOR OTY DESCRIPTION TRADE (Rry OT DT PT DP RATE AMOUNT --aljW'tn d SUPERVISION />✓/i' Vr CARPENTER g 9 ' Gt/ TAPER /1 0, C. LATHER .)./ PLASTERER HOOCARRIER LABORER SU©TOTAL SALES TM p %n TOTAL. MATERIAL COST TOTAL LABOR COST MISCELLANEOUS SUMMARY OTY DESCRIPTION AMOUNT DESCRIPTION AMOUNT T EQUIPMENT RENTAL TOTAL LABOR TOTAL MISCELLANEOUS OVERI-1l_A;) is PROFIT BOND TOTAL MISCELLANEOUS COST GRAND TOTAL AUTHORIZE BY CUSTOMER WORK AUTHORIZATION NO. SDI REPRESENTATIVE COMPAr Y + - WORK TU £tE CONTINUED? Yc ;> NO PRIN7 IF YES, CONTINUED ON EWA NO. White - Office • Canary • Project Manager • ink - General Contractor • Goldenrod - Foreman e 3 STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION I�OB= CUSTOMER � e.s>LY /c161rc t16rG0Y pi.) --5 ON OF WORK: t�itTlf �y A/W S IYroe,-ri Fvr+tA i' To :17 214/L .Zee e/ AUTH TO PROCEED 1• '' coitni `a 1 �e1-0 Q SL1p2' 23234 START DATE tFINISH DT F'' - -emel s � n, ;^ i�� C r[t✓1 d , i/,1cr 7Ls :�«G� w� irk% 1 x Ina G ' MATERIAL DESCRIPTION gehL CAA Ad W8 yX 6' 5/8.0v/10 c>C ocr • 5G1`c.C.t: 'S O� SUBTOTAL SALES TAX @ % TOTAL MATERIAL COST MISCELLANEOUS TRADE SUPERVISION CARPENTER TAPER LATHER PLASTERER H ODCA.RRI E' LABORER il) " Y TRUCKING DESCRIPTION AMOUNT EQUIPMENT RENTA'_ LABOR • OT DT PT DP RATE.AMOUNT SUMMARY DESCRIPTION AMOUNT TOTAL MATERIAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOTAL MISCELLANEOUS COST O IZED BY CUSTOMER WORK AUTHORIZATION NO. 'Yf r NY WORK TO BE CONTINUED? YES NO IF YES, CONTINUED ON EWA NO. 0.S White - Office .• Canary - Project Manager Pink - General Contractor • Goldenrod - Foreman GRAND TOTAL SDI REPRESENTATIVE PRINT JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-071 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 2/17/2005 CHANGE DESCRIPTION: Addtional mechanically fastened stone on vertical surfaces to account for discrepancies In elevation Delete: Add: $1,907 1. DIRECT LABOR HRS. Superintendent 0 S0.00 $0.00 Protect Management 0 $0.00 $0.00 Carpenter 0 $0.00 $0.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Bunsen, etc.) $0 3. DIRECT MATERIAL . S0 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) S0 r SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Davis Stone 51,88E SUBCONTRACTOR WORK TOTAL: 51,88E CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL 51,88E 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 0% of LINE 8) SO 11. GENERAL CONTRACTOR BOND (1% of UNE 7+8+9+10) $19 GRAND TOTAL. $1,907 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Note Jaynes Corporation has waived the markup on this item NAME A TIrS2PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY.. Martin r (deb, inc.) 02/16/2005 15:30 7607455077 DAUIS STONE INC PAGE 02/02 Davis Stone Inc. 519 Venture Street Escondido, CA. 92029 760-745-7881 Phone 760-745-5077 Fax Lic. #749601 Date: Project: Customer. Street: City: Phone: Fax: 2116105 National City Public Library Jaynes Corp. of Calif, 853e La Mesa Blvd. Ste4306 La Mesa, CA 91941 619-2334080 619-234-4090 We are pleased to submit the following cost estimate: Daniel Luker Job Description: Price is to fumish material & labor for the fabrication and installation of natural stone. Extra Work Price to add 10" of stone at 1st coarse on feature wall, with new shop drawings Price to add 3cm cap at feature wall Material to be set mechanically, with new shop drawings $'t,888.00 $6,656.00 Material deposit: $ Balance due on completion: $ 1. Under Ile thecneniaV Lion Law, I Catlfeente Code of Civi Proo34wq Scdltn 1011 Et. sal.), any conrotlor, e„000ntro f', laborer, aWdMr Or Carer Pomo,'ono helps t6 kyrove you: properly but le not geld for IVe wait or rupprlea, nos a r!pnt to enforce a claim ev erst your property, Pea moans Poo, Mier a court tearing, your property anted be sate by a etun o^icer and L'le 2ffceeda of the Sala uead to =fiery Ins Indoblddreea. Thin etn happen q 1 r you nn a Paid your awn coniroc::r n 1W, It the Ouheen.t ctor, mber_r Of a;:Pallor mmarna unpe✓C. 2. IN, cxo AND CosTS PUMree agntos to pay srtertuta al a minInwm of 71i atnrully, not to envied thi amour f penNpod by ISe, on ell atalloquwit Ooloncoo if anal (f1oo aamiseed by velar. and any elfin,.+: s fees artl Court eoetz arterrg out at end credo Meaner, In collection or hie ebtgetkn to wear, matted by Pie ennead or Pura+asn. Acceptance of Proposal - The above prices, specifications and conditions are satisfactory and are hereby aaoepted. You are authorized to do the work as specified. Payment will be made as outlined abovo- Customer Signature: Customer Signature; Date: Date' Davis Stone Representative The natural stone material you have chosen is a product of nature. As such, there is en inherent variation in color, texture, Veining, and surface finish. It is therefore important to understand that no two pieces will look alike. et 16 05 01:14p Tom Brocklea 858-715-8140 p.1 Sunstate Tile Change Request To: la nes Cor oration of California FAX 1-619-668-4090 Attn: Project: RE: Gentlemen: Rowland / Daniel Luker National Cit Libra Credit for deletin• the Arrstcraft veener tile from the to • ca o the mechanical i astened wall. — Page 1 Change Order # Date: Acknowledged By: Project No. Job No. 430-6 16-F —05 Daniel erer 430 Our analysis of the referenced request results in: 1 Addition of 2 XXX Deduction ($283.00) 3 No effect and no change in contract price. 4. Time extension of ___ days required. 5 Work has proceeded and we await check and/or change order in amount requested. 6 Effects our work but no change in contract price required. 7. Work will proceed upon written approval and we assume that work wilt be directed to proceed in time that changes can be made within normal sequence and in conjunction with surrounding areas. NOTE: Please respond to this request within 24 Hours. Nonresponse to this letter within 24 Hours constitutes acceptance of the above stated please sign and retUm this request within 24 Hours to approve or not approve completion of the additional work and inclusion of the •rice to our contract. Additional work conditions and •rice a • •roved: Dated Si ned Title if further information is required, please contact the undersigned. Respectfully submitted, Thomas Brockley President 16 05 01:14p Tom Brockley 858-71S-9140 p.2 Sunstate Tile Change Order Recap Sheet To: Jaynes Corporation of California FAX 1-619-668-4090 Attn: Terry Rowland / Daniel Luker Project: National City Libray RE: Credit for deleting the Aristcraft veener tile from the top cap of the mechanically fastened wail 430-6 16-Feb-05 Daniel Luker 430 A. Materials: Page 2 of 3 Change Order # Date: Acknowledged By: Project No. Job No. Sales 'lax: Total Materials: B. Labor: Setters Finishers Forman Super Driver Total Labor: C. Miscellaneous: Total Misc.: SUBTOTAL: TOTAL: Net Request' 7.50% 0.5 0.5 $22.00" $1.65 Days $390.00 per Day $195.00 Days $280.00 per Day $140,00 Days $410.00 per Day Days $425.00 per Day Days $280.00 per Day Administration Per Diem 0.5 C/D Storage Cartage Frieght Warrenty Toots Overhead Profit Bond Cost $23.65 ($75.00) $335.00 ($75.00) ($75.00) 3283.65 $233.65 $283.65 $283.65 Fe': 16 05 01114p Tom Brookiea 858-715-8140 p.3 Sunstate Tile Change Order Worksheet To: Jaynes Corporation of California Attn: Terry Rowland / Daniel Luker Change Order # Date Project # Job No. Page 3 of 3 430-6 02/16/05 430 Project National C; Libra RE: Credit for deleting the Aristcraft veener tile from the top cap of the mechanically fastened wall Material Breakdown: Description Ouanti Unit Cost A. rough +nati:riai 40 © 0.55 $22.00 B. C. ID E. TOTAL MATERIALS Labor Breakdown: Hours Days Area: Install 40 Square feet tile 4 Setter Finisher 4 Area: Area: Setter Finisher TOTAL SETTER LABOR:(Days) 0.50_0.50• TOTAL FINISHER LABOR: Da s) Forman Super Driver TOTAL FORMAN LABOR:(Days) TOTAL SUPER LABOR:(Days) TOTAL DRIVER LABOR: Da $22.00 _din 17:24 CONSTRUCTION RDMIN 619 231 4138 P.02/03 � - Document G709T" - 2001 Work Changes Proposal Request PROJECT (Name and address): National City Public Library I401 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 OTHER PROPOSAL REQUEST NUMBER: 032 DATE OF ISSUANCE: February 22, 2005 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 Zero (0 ) 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 Three Powered roll down projection screens 1) Meeting room 120: 120" diagonal screen 2) Meeting room 129: 80" diagonal screen 3) Computer lab 225a: 120" diagonal seen MA Document G703.. —2001. Copyright ®1993 and 2001 by The American Institute of Architects. All rights reserved. WARNING: This AIAe Documenportion oft Is i, may�resultted bIn severe copyright is and criminal pnd peenalties. and witional lt be prosecuted to s. Unauthorized reproduction erd mum extent possr�k Under the low. This documeany nt was produced by AIA software at 17:15:30 on 0222/2005 under Order No.1000107577 4 which expires on 3/22,2005, and is not for resale. User Notes: (3846942233) `/FEB-22-2005 17:2d CONSTRUCTION ADMIN 619 231 4138 P.03/03 ATTACHMENTS (List attached documents that support description): none REQUESTED BY THE ARCHITECT: 441'' 61teet0Mq t— /1/4.) (Signature) (Printed name and tide) !NR-e-44- ace AIA Document G708110-2001. Copyright ft 1999 and 20p1 by Too American Institute ot Architects All rights reserved. WARNING; This AIA1° Document is protected by US. Copyright Law and International Treaties. Unauthorised reproduction or distribution ot this AlAe Document, or any portion of it. may rosult 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 17:1530 on 02/222005 under Order No.1000107577_4 which expires on 3222005. and is not tor resale. User Notes: (36.1694723%) TOTAL P.03 AIATh - Document G710 1992 ;hitect's Supplemental Instructions JECT (Name and address): onal City Public Library i National City Blvd. onal City CA 91950 1ER (Name and address): Y OF NATIONAL CITY ) National City Blvd. onal City CA 91950 'A ARCHITECT (Name and address): ier Johnson Third Avenue Diego CA 92101 7 ONTRACTOR (Name and address): es Corporation General Contractors La Mesa Blvd. Suite 306 esa, : CA 91941 OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER ARCHITECT'S SUPPLEMENTAL INSTRUCTION NO: 081 DATE OF ISSUANCE: April 12, 2005 CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486.01 Work shall be carried out in accordance with the following supplemental instructions issued in accordance with ontract Documents without change in Contract Sum or Contract Time. Proceeding with the Work in dance with these instructions indicates your acknowledgment that there will be no change in the Contract Sum intract Time. ;RIPTION: ric Projection Screen shall be DA-LITE "Boardroom Electrol," Size per drawings. attached cut sheet) ,CHMENTS: insert listing of documents that support description.) ITE Electric Screens (one page) ED BY THE ARCHITECT: 612e7,, orfL? L- l E�� ure) y (Printed name and title) .xument G710". —1992. Copyright 01980 and 1992 by The American Institute of Architects. All rights reserved. WARNING: This AIAe vent is protected by U.S. Copyright Law and international Treaties. Unauthorized reproduction or distribution of this AIAe Document, or any n of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. This document oduced by AIA software at 16:17:51 on 04/12/2005 under Order No.1000168979_1 which expires on 3/22/2006, and is not for resale. Totes: (997593977) bA—LTTL BOARDROOM ELECTROL° ;aled-In-The-Ceiling Electric Screen Igned specifically for ceiling recessed installation in any erence or boardroom. anted in -the -roller motor mounting system for quiet -ation. ✓ automatic ceiling closure doors conceal screen when in use. r For optional remote control operation see options on pages 40-42. iE FORMAT Size'.','. -c. ..:' Overall>. ;.. •Length of Case ` Matte `Glass Video in. cm. White - Beaded Spectra® 1.5 50 . 3.17.71, 27x;127,F ' n 63.112" . ' { 1617312E7, 1 $1743 Mtn '7 $1743 - $1743 30" 152 x 152 73-1/2" 187 $1767 $1767 S1767 70742 -. 78 x7178 _ ,..82x:83-1l2",..... .722212 = .. :r' $17857230. .2$1785 . $1785 34" 213 x 213 97-1/2" 248 $1847 $1847 $1847 3 - .183 x244:i a sa109-1/2 , y ' 278 7.°.$1867." ':.":7; 's$1867 33.7 $1867 3 244 x 244 109-1/2 278 $1910 $1910 $1910 9 . _ 7M"213x274 " 21211/2 _ ° . _ _" 3n309 _. .:'.._`7 :$1977.. ,.a,.=§° °x$1977 : $1977 9' 274 x 274 121-1/2" 309 $2020 $2020 10 . " " '.244 x 305 . .:1$133-1/2" 339. ,..,.1:; "" $2052 ' „3a " $2052 $2052 10' 305 x 305 133-1/2" 339 $2103 $2103 12' `°::274 "366 -. a i 157-112 r._ . 1?400 :" i _ $2172 f.? a Yzs 42.172.; 12' 366 x 366 157-1/2" 400 $2230 $2230 / FORMAT Viewing Area • Nominal H x W - Diagonal _ Length of Case ,. Matte cm. . In. - cm_ �> 'F:--White 57" .-<; 377S109 x.145 31t 137..72 ." 137 83 K-#" 1'L3.1t2 ' .4.. <.1187 -Tag $1785 37" 127 x 170 84" 213 83-1/2" 212 $1802 77" ' ` a', 145 X 196 1..S =_} . 2.96 .M2.71<. ' 244".".:`:,: 97112". """`..i*r1'248 " ' .11818 .ii 30" 152 x 203 100" 254 97-1/2" 248 $1840 32" m 72:175 x 234 71'::7,,s„120" 3-7713..1 < _ :"1305 "::m e S 2,'1109-112 . "'J "1"/ 278 W -$1892 116" 221 x 295 150" 381 133-1/2" 339 $1975 140" : 267 x 356 "' .7180" ' 37`457 ",'-, 1571/2 : '"?,11?$9' :$00:`.' . «J2043 160" 305 x 406 200" 508 177-1/2" 451 $2102 FORMAT Viewing Area HxW cm. 80" , x. ". 114 x 203 92" 132 x 234 96 =-4.137 x 244 104" 147 x 264 116" ?..-165 x 295 139" 198 x 353 Nominal Dlagonal ;overall :Length of Case; In. cm. in. .cm... "1 w„ 92 . 1H . ,`1234. 106" 269 7271 1.10. w _ .w. .279 7.3717.3.9 119" 302 " .133 ..._ 3 7,72 . >1338 ar.... 159" 404 Matte White .::971121848-- 5.$1835 109-1/2" 278 $1887 x':$°:.113-112"4d:7$ -95 "288w 1 $1908 121-1/2" 309 $1933 x::1133-1/2."mrr setu=:‘3339 2u'$1978 157-1/2" 400 $2047 Matte White fabric up to 10' high will be seamless. Glass Beaded and Video Spectra' 1.5 fabrics up to 8' high will be seamless. High Power fabric up to 6' high will be seamless. High Power $1910 S1933 $1952 $2013 $2033 $2077 $2143 $2187 $2218 $2270 $2338 Glass Video High Beaded Spectra®1.5 Power $1785 S1802 $1818 51840 $1892 S1975 $2043 821 i02 Glass Beaded $1835 S1887 $1908 S1933 $1978 52047 $1785 $1952 S1802 $1968 - ,$1818 '$1985 513-0 S2007 $1892 ,•.$2058 S1975 $2142 $2210 Video Spectra®1.5 $1835 51887 $1908 $1933 $1978 52047 High Power $2002 $2053 $2075 $2100 $2145 $2213 4 o•• ID/ JAYNES JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-124 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/18/2005 CHANGE DESCRIPTION: ASI #81, PR #32, Provide pricing for DA-LITE Electric Screens Delete: Add: $5,413 $0.00 1. DIRECT LABOR HRS. Superintendent - 0 $0.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 50.00 50.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) 50 3. DIRECT MATERIAL S0 4. DIRECT EQUIPMENT - S0 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) S0 P SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Chapman Diversified Sales; 3ea. Boardroom Video Format Screens 56,050 Credit for non -electric projection screens 52,975 Daryl Griffis Acoustics, Inc.; Provide labor and material to modify grid and tile at two projection screen location: 5260 Sunburst Electric; provide power for three motorized screens 51,089 Standard Drywall; cut/patch hard lid 5566 The Vasquez Co.; Paint 114 SUBCONTRACTOR WORK TOTAL: 55,104 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL $5,104 9. COCIBUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5255 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $54 GRAND TOTAL - $5,413 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BXz Martin ager (deb, inc.) 6 35/18/2005'-13:z . 16195899858 (Ns. Ak8 CHAPMAN DIVERSIFIED SALES S, '1680 Skyline Drive Lemon Grove, CA 91945 *Office (619) 589-9858,�/`Fax (619) 589-9858( Contractors License Number 552402 PROPOSAL ,-() ' ''.- CHAPMAN DIVERSIFIED PAGE 01/01 BID NUMBER: 4295-3 May 18, 2005 NATIONAL CITY LIBRARY NATIONAL CITY We are pleased to present you with the following proposal on the above referenced project Chapman Diversified Sales will fumish all necessary labor, taxes and material for work listed below according to the Plans and Specifications, ( if noted), and are subject to all terms and conditions herein. Lead times differ with different product: they range from 6 to A6 (sixteen) weeks. Upon acceptance of this proposal, Specific lead-times will be provided for scheduling purposed. PRODUCTS Label 2 EA 102 BOARDROOM VIDEO FORMAT SCREENS 1 EA 84 BOARDROOM VIDEO FORMAT SCREENS $6,050.00 PRICE SCOPE OF WORK $6,050.00 ADDITIONAL ITEMS PER REVISED PLANS PRICE EXCLUSIONS: Samples of any kind Permits and/ or Fees Testing and/or Blocking Demolition or rework of any kind. Special finishes or colors. Work performed at night or on weekends Chapman Diversified Sales Date: All above prices are good for 30 days period from the above date AU products and Installation are subject to terms and conditions of sates. Accepted: Date: A full list of terms and conditions my be obtained from the pabove addressor phone number. 2005 3:211al: GRIFFIS ACOUSTICS Griffis Acoustics, Inc. 4958 Naples St. San Diego CA 92110 hone 619-275-3060 Fax 619-275-3869 'IN BUSINE5S SINCE 1975' CA License# 402601 ,orp del )) 234-4090 'rojact Name and Location: National City Library DATE 4/22/2005 Description r T1C CEILINGS labor and material to modify grid and the at two projection screen locations. is $33.00 $192.00 Irk up: $35.00 $260,00 red by: Jerry Monroe 3f Acceptance: Signature: Signature: TOTAL $ 260.00 Quotation valid for. 30 days r legal action is necessary to enforce the terms of this contract the prevailing party shalle.beentitied to ti`attOrrieys fee incurred, in addition to anyather, relief to which that party may be entitled. 02:14p .SUNBURST 6194767105 tnburst Electric, Inc. nmercial e T-I # Industrial Change Order Proposal Type March 11, 2005 Daniel Luker Jaynes Corporation 111 Elm Street, Suite 400 San Diego, CA 92101-2646 (619) 233-4080 / (619) 234-4090 (Office) (619) 336-0350/(619) 336-0322 (Job Site) 04-002 Name• National City Library SEI Job Number: Control # PR#32 Proposal #: 26 k Description: Power for three motd?ized screens from local receptacle circuiting (No electrical plan provided). idesed screens o otherwise se per detailer, thi3, owner to s proposal exciluudes premium time lte switches. abor costs anfurnishedtof an� kind others. .n otherwise stated herein, fireproofing, fire caulking, .ng, sawcutting, coring, patching, landscape, hardscape, sprinklers, painting, ardous material work, UG locating and markout service, waterproofing and caulking, disposal of breakout spoils, osa1 of spoils, asphalt and concrete. 1 additional work is based upon the job conditions at the time of this proposal and includes the original contract marchan conditions, inthe obconditions at the timerwise e thisereserve the right to adjust the price work is started We require your written chand nge order, se of this irgned there and g dated before we proceed with this work) The total amount of this change order proposal addition, consisting of 3 page(s), is S1,089.00 and requires 1 additional working day(s). (This pricing is valid for 30 days) ncerely, cat Kidwell. hisproposal contains proprietary information and is considered confidential to the recipient. It is submitted upon ned herein, ng with any supporting ents, will not be thexpressed e to competitorsthat the orotherwisebeused directlyon or indirectly in a way detrimental to the n interest of Sunburst released Electric Inc. Sunburst Electric, Inc. 337 W. 35°i Street, Suite A, National City, CA 91950 LIC#738087 Phone (619) 476-7101 Fax (619) 476-7105 t')ar 11 05 02:-35p SUNBURST 6154767105 p•2 JAYNES COPRORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG *3057 CONTRACT: CONTRACT TITLE: it 3057 NATIONAL CITY PUBLIC LIBRARY CHANGE DESCRIPTION: Added power for projection screens Delete: Add: 51,089.00 DATE: 3/11(05 1. DIRECT LABOR HRS. ✓RS09.32 Electrician 10.30 529.60 2. INDIRECT LABOR COST (Labor Burden, etc.) $207.25 3. MATERIAL 5386.79 $0.00 4. DIRECT EQUIPMENT $29.98 5- SALES TAIL MATERIAL 8 EQUIPMENT COST (7.75% OF LINES 3 AND 4 If not already Included Line 3) 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 5933.34 SUBCONTRACTOR WORK COMPANY AMOUNT REMARKS SUBCONTRACTOR WORK TOTAL- 50.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 5933.34 8. SUBCONTRACTOR WORK TOTAL 9. COCIBUILDERS RISK INSURANCE (.i01% LINE 7+8) 10. CONTRACTOR'S OVERHEAD 8 PROFIT (15%of LINE 7+8+9) 11. GENERAL CONTRACTOR BOND (1.5% of LINE 7+8+9+10) GRAND TOTAL $0.00 6140.00 *16.10 $1,089A4 TIME EXTENSION AND JUSTIFICATION WORK DAYS 1 day(s) REMARKS: Sunburst Electric* 56 26 Control 5 PRI32 Exclusions per proposal cover letter! NAME AND TITLE OF PREPARER: ACCEPTED BY: Scott Kidwell, Project Manager (Sunburst Electric, Inc-) Danloi Luker, Project Manager (Jaynes Corp.) 03/l1"/05 13:59 Item # Description HC Library-PR#32 EXTENSION BY PHASE Oty Price U Ext PriceLabora_Xt Labor - 01 Raceway, Ftgs, & Boxes -- 2574 4" Square Deep Box w/brkt (1/2,3/4 K 6 655.20 C 39.31 0.30 E 1.80 2731 4" Square-1G Plaster Ring-5/8"D 3 209.26 C 6.28 0.15 E 0.45 2736 4" Square-2G Plaster Ring-5/8"D 3 274.05 C 8.22 0.15 E 0.45 --- 01 Raceway, Ftgs, & Boxes Total --- 53.81 2.70 - 02 Wire & Cable --- 2917 12/2 Steel MC Cable w/Green Ground W 150 373.37 M 56.01 35.00 M 5.25 2932 3/8" SS Flex/BX Conn 12 22.51 C 2.70 0.14 E 1.68 --- 02 Wire & Cable Total --- 58.71 6.93 -- 05 Wiring Devices & Covers --- 4464 20A SP Key -Switch 3 9,142.18 C 274.27 0.25 E 0.75 --- 05 Wiring Devices & Covers Total --- 274.27 0.75 386.79 10.38 Job Total p.. MAR-02-2005 15:11 CONSTRUCTION ADMIN 619 231 4138 P.02/02 AIA Document G709' - 2001 Work Changes Proposal Request PROJECT (Name and address): Natitmal 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 PROPOSAL REQUEST NUMBER: 039 DATE OF ISSUANCE: March 02.2005 CONTRACT FOR: General Construction CONTRACT DATE: OWNER ARCHITECT CONSULTANT CONTRACTOR FIELD OTHER X X FROM ARCHITECT (Name and 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 Please submit an itemized proposal for changes in the Contract Sum and Contract Time for proposed modifications to the Contract Documents described herein. Within Seven (7 ) 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 descripri Provide pricing for end panels noted i he Work): lease provide pricing for both standard and upgraded panels. ATTACHMENTS (List attached documents that support description): none REQUESTED BY THE ARCHITECT: (,,vt6?.oe.G• 1J`1 Ara .tecP. (Printed name and title) AIA Document G709ry —2001. CopyrlgM 01993 and 2001 by The American Matinee of Architects. All Vitt reserved. WARNING: This AIA Document is protected by U.S. Copyright Law end International Treaties Unauthorized reproduction or distribution et this AIAr Document, or any portion of it, may result In severe civil and criminal penalties. and wiR be prosecuted to the maximum extent possible under the law. This document was produced by AIA software at 14:21:46 en 03/02200$ under Order No.1000107577_4 which expires on 3/22/2005, and is not tar resale. User Notes: (1060001509) TOTAL P.02 IMI JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR I.OG # 3057.85A CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 3/312005 CHANGE DESCRIPTION: PR #39- Shelving end panels per RFI #266, Upgraded option Delete: Add: $10,892 50.00 1. DIRECT LABOR HRS. Superintendent 0 $0.00 50.00 Project Management 0 $0.00 $0.00 Carpenter 0 50.00 . -$0.00 Laborer 0 $0.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) $0 3. DIRECT MATERIAL S0 4. DIRECT EQUIPMENT $0 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 Yamada $10,271 SUBCONTRACTOR WORK TOTAL: $10,271 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $0 8. SUBCONTRACTOR WORK TOTAL 510,271 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $514 11. GENERAL CONTRACTOR BOND (1 % of LINE 7+8+9+10) 5108 GRAND TOTAL $10,892 TIME EXTENSION AND JUSTIFICATION WORK DAYS 2 REMARKS: This option requires Prago perforated wood that is imported from Europe. The panels will not likely be fabricated by the time shelving is scheduled to arrive onsite. NAME AND T LE OF PREPARER: 1,1 Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin y �Lr er (deb, inc.) JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-85B CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 3/3/2005 CHANGE DESCRIPTION: PR #39- Shelving end panels per RFI #266, Standard option Delete: Add: $5,724 $0.0C 1. DIRECT LABOR HRS. Superintendent 0 50.00 $0.00 Project Management Carpenter O 50.00 50.00 o $0.00 $0.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) S0 3. DIRECT MATERIAL $0 4. DIRECT EQUIPMENT - S0 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included a 3) $0 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) SO SUBCONTRACTOR WORK COMPANY Yamada SUBCONTRACTOR WORK TOTAL: 7. PRIME DIRECT SUBTOTAL 8. SUBCONTRACTOR WORK TOTAL 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) RE CH . GE ORDER TOTALS 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 11. GENERAL CONTRACTOR BOND (1 % of LINE 7+8+9+10) GRAND TOTAL KS AMOUNT S5,397 55,39- SC 55,397 Sc $27C 557 $5,724 TIME EXTENSION AND JUSTIFICATION WORK DAYS Potential Impact, See Remarks REMARKS: Note there may be time impacts due the lead time of materials. NAME AND TI LE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin Gabey, Construction Manager (deb, inc.) Original Message From: Caesar[mai!to:caesar@yamadaenterprises.com] Sent: Monday, February 28, 2005 3:01 PM To: Daniel Luker Cc: Mike Scheffler Subject: Re: NCL - Additional End Panels at Columns Daniel, The cost for eleven additional end panels is listed below. These end panels occur on the first floor adult collection (oval area). Option (1): end panels to match the others: - material - freight - installation - m/u (15%) -tax (7.75%) -total Option (1): plain - material -freight -installation - m/u (15%) -tax (7.75%) Total 7,724.00 250.00 400.00 1,158.00 738.78 $10,271.00 end panels with no perforated panels or stainless steel channels or bars: 3,790.00 250.00 400.00 568.50 388.16 $5,396.66 Please advise approval for option (1) end panels or option (2) end panels. Regards, Caesar 3/1/2005 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-076 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 2/18/2005 CHANGE DESCRIPTION: Modify hollow metal door frames at R002, R005, and R006 to make weathertight Delete: Add: $1,204 $0.00 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.) 50 3. DIRECT MATERIAL - Concrete $o 4. DIRECT EQUIPMENT $0 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) $0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT TL Summers Development 51,035 material cost markup 5100 SUBCONTRACTOR WORK TOTAL: $1,135 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL $1,135 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 557 11. GENERAL CONTRACTOR BOND (1%of LINE 7+8+9+10) 512 GRAND TOTAL $1,204 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: 9/ RS DEVELOPMENT 'P.O. BOX 1498 ALPINE, C. 91903 619-445-3298 LIC.0 LETTER OF TRANSMITTAL WE ARE SENDING ❑ Shop drawings ❑ Copy of letter YOU G-Atfached ❑ Under separate cover via 0 Plans ❑ Samples 0 Prints Change order 0 THESE ARE TRANSMITTED as checked below: 0 Approved as submitted ❑ Approved as noted ❑ For approval 0--For your use ❑ As requested [] For review. and ❑ FOR BIDS DU REMAR ❑ Resubmit (] Submit [] Retumed for corrections ❑ Return comment ❑ 464092 the following items: 0 Specifications copies for approval copies for distribution con ecte4 prints JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 305744 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 2/24/2005 CHANGE DESCRIPTION: Supply special fabric on folding partition per returned submittal Delete: Add: $4,571 $0.00 1. DIRECT LABOR HRS. Superintendent 0 $0.00 $0.00 Project Management 0 $0.00 80.00 Carpenter 0 80.00 80.00 Laborer 0 $0.00 80.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL SO 4. DIRECT EQUIPMENT 50 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 H not already included Line 3) SO 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) S0 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Chapman Diversified Sales S4,310 SUBCONTRACTOR WORK TOTAL: $4,310 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL $4,310 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5216 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $45 GRAND TOTAL $4,571 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Specification section 10651, 2.1B2, requires standard fabric. Per submittal #84 comments, Architect requests Maharam fabric, which is not manufacturer's standard. NAME AND Tf1j..E OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) 01/26/2005 11:15 16195899858 CHAPMAN DIVERSIFIED PAGE 01/01 SCHAPMAN DVERSIFIED SALES 1680SkylineDrive Lemon Grove, CA 91945 Office (619) 589-9858 Fax (619) 589-9858 Contracture License Number 552402 BID NUMBER: 4295 January 22, 2005 PROPOSAL NATIONAL CITY LIBRARY NATIONAL CITY M TOILET COMPARTMENTS BATHROOM ACCESSORIES, MIRRORS, HC, SIGNS PROJECTION SCREEN We are pleased to present you with the following proposal on the above referenced project Chapman Diversified Sales will furnish all necessary labor, taxes and material for work listed below according to the Plans and Specifications, ( if noted), and are subject to all terms and conditions herein. Lead times differ with different product: they range from 6 to 16 (sixteen) weeks. Upon acceptance of this proposal, Specific lead-times will be provided for scheduling purposed. PRODUCTS Label COMTEC TOILET COMPARTMENTS FMOHB S10,329.00 BRADLEY TOILET ACCESSORIES $7,092.00 5 EA DAL.ITE PROJECTOR SCREENS $2,860.00 2 EA #400 FOLDOOR 32'X9'4" NO MAN DOORS, STANDARD COLORS $18,958.00 PRICE SCOPE OF WORK $39,239.00 ADDITIONAL ITEMS PER REVISED PLANS ��� PRICE ADD FOR SPECIAL FABRIC ON # 400 FOLDOOR $4,310.00 EXCLUSIONS: Samples of any kind Permits and/ or Fees Testing and/or Blocking Demolition or rewordany kind. Special finichac nr rntnrc 'm-4' --formed at night or on weekends ktz, 2-1 t It5S prices are good for 30 days m the above date id installation are subject to terms and aces. ns and conditions my be obtained from the or phone number. ab.'24 2005 11:54RM JRYNES CORPORATION OF CAL (619)234-4090 p.1 C.2.FRIER JO-hSCN LRCHITECTURE ERIOR DESIGN PLANNING •ON R. CARRIER A:A EL C. JOHNSON AIA JAM C. SOCKEN AIA IAH P. ELLIOTT II1A -FRANK A. WOLDEN 301 THIRD AVENUE DIEGO CALIFORNIA 9:r01 TEL 639 239 2051 FAR 319 235 422r 2603 MAIN STREET SUITE 6e0 IRVINE CALIFORNIA 11211.13 TEL 9A9 ass 2a53 FAX 969 955 2327 .um«rnnncon gem .ARRIER ARCHITECT SUBMITTAL 1/IC VfIICr," PIhICL LA)T Inc SUBMITTAL REVIEW FORM WHICH ACCOMPANIES THIS SUBMITTAL ACTIONS TO BE TAKEN IN REGARD TO THIS SUBMITTAL ARE INDICATED ON THE SUBMITTAL REVIEW FORM. 1 51-64 JUN24'04 44 E36O1 Submittal No Received Job No Carrier Johnson ARCH) Ihs.1h&ENGINEERS t301 311DAVE. SANDIEGO, CAi12t01 cliI9)2311.alrsv PROJECT NAME: National City Public Library SUBMITTAL NUMBER: 10651-84 PROJECT NUMBER: 4486.01 FILE NUMBER: 10.4 CONSTRUCTION MANAGER: DOUGLAS E. BARNI-1AR I , INC. PHONE: (619) 385-8200 PHYSICAL DESCRIPTION OF SUBMITTAL (ITEMS RECEIVED): FOLDING PARTmON5: (5) Shop Drawings (5) Technical Specifications (1) Vinyl Waticovering Sample Portfolio RF.CEiV Z7 JUL 1 9 2iU4 ;If 1`NES t a RPORAT ICI: OF CALIFORNIA PROCESSING: - NO. OF COPIES: See Above DATE SUBMITTAL. RECEIVED FROM CONTRACTOR: ft / .KMTIAL DATE SUBMITTAL FORWARDED TO CONSULTANT:X/20REVIEWER DATE SUBMITTAL RECEIVED FROM CONSULTANT:i f7 INITIAL DATE SUBMITTAL RETURNED TO CONTRACTOR: l i$lgf l INITIAL ACTION TO BE TAKEN: 0 NO EXCEPTION TAKEN 0 MAKE CORRECTIONS NOTED 0 REVISE & RESUBMIT O SUBMIT SPECIFIED ITEM 14. P.EJ£CTED - 0 RESUBMITTAL NOT REOUIRED REMARKS: R.S1-)6MtT L:5106, Ph HPi{LftM 5 ,•wtPosrT :ci 0 Co o12 Lo PassistE-Ft EL.D.:-,J1~ fit] �7iwlj' 5I•t7�u5. ' (t v'f'I' .Li-<• t.i i ,5 �..f j� _�r•e 1Jial. (� '`i PREPARED BY: Caro Fischer Suomnts! Review Criteria: Chocking Is only for general conformance Wttn the deslyn concept or the prefect and general compliance with the information given in the Contract documents. Any action Shown is subject to the requirements of the plans and apeciticalions. Contractor is reeponstbie- for dimensions which shalt be Confirmed and correlated et the )Db site; fabrication processes and techniques of construction: coordination of his work with that of all other trades: and the satisfactory performance of his work. • Units{ prior change order action has been approved for this submittal. this review w1:1 not authorize any additional casts nor extensions Of lime otYhe construction tontraet. 02/28/2005 1 �58� 16195899858 CHAPMAN DIVERSIFIED PAGE 01/01 HOLCOMB & ►IOKE FOLDUOA DPCRA;LR WALLO ROFDINO pAPTIYIesNB quoted -co Customer No Customer Name Job Noma Job Location Contact Salsa Parson C130 FOLDOOR SALES QUOTE HOLCOMB & HOKE MFG.CO.,INC 1545 Van Buren Street Indianapolis IN 46203 - 4192 PH: 317-784-2444 .FAX: 317.781-9104 :=HAPMAN DIVERSIFIED SALE:; 1680 SKYLINE DRIVE _A MESA, CA 91945 Na'lonal City Library La Mese, CA Joe' Bonin JB Jeff Browning 1-a/ o5 410 !Malt Nb 1 725-4250 :Oat t0©C Mode 400 Paired Farm' 50 STC quotation No Revision No Ship To Date No C130 Name CHAPMAN DIVERSIFIED SALES 301714 3 01 /21 /05 Customer PO Ship Via Class 70 Freight Terms NET30 2.00 ITEMS NOT INCLUDED: Pass Doors Hanger Rode & Hex Nuts Freight: Est. •:o La Mesa, CA 92020: 41150.00/ track end $1610.00/ panels Installation EXCEPTIONS TO SPECIFICATION;. No specific& on supplied, SPECIAL NGTES: Opening heicht (TFF to bottom of track) rot to exceed 9'-3 1/2". All panel faces will be tackable. *Standard Vinyl has been quoted -- *ADD $250.00 pear panel for the Composite 0390 Mohharam Fabric, sl hit '.4 i i >~aJ Aft* -NM* 44M110, Total Weight Track Weight Panel Weight .00 Total L. - 200 Invoice Discount .00 S310 Net Total Your Cost F.O,t3 Factory for Quote 4301714 Rev. No. 3 Is MOW Quote Valid For 60 pays Wow JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-89 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 313/2005 CHANGE DESCRIPTION: Install caulking in lieu of grout In Esteril blue interior stone, per Architect's request Delete: Add: $1,688 $0.00 1. DIRECT LABOR Superintendent HRS. 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 50 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 Sunstate Tile 51,592 SUBCONTRACTOR WORK TOTAL: $1,592 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL S0 8. SUBCONTRACTOR WORK TOTAL 51,592 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 580 11. GENERAL CONTRACTOR BOND (1 % of LINE 7+8+9+10) 517 GRAND TOTAL $1,688 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND EJTLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: on et n er (deb, inc.) Feb 18 05 10:18a Tom 8rockle8 858-715-8140 p.1 Sunstate Tile Change Request Page 1 To: Jaynes Corporation of California Change Order # 430-9 FAX 1-619-668-4090 Date: 17-Feb-05 Acknowledged By: Jim Project No. . Attn: Terry Rowland / Daniel Luker/Jim Grimes Job No. 430 Project: National City Library RE: Labor and material for CAULKING all vertical joints in the sten Blue stone at the bottom of all exterior walls. Gentlemen: Our analysis of tie referenced request results in: 1. XXX Addition of $1,592.00 2. Deduction 3. No effect and no change in contract price. 4. Time extension of days required. 5. Work has proceeded and we await check and/or change order in amount requested. 6. Effects our work but no change in contract price required. 7. Work will proceed upon written approval and we assume that work will be directed to proceed in time that changes can be made within normal sequence and in conjunction with surrounding areas. NOTE: Please respond to this request within 24 Hours. Nonresponse to this letter within 24 Hours constitutes acceptance of the above stated costs and/or conditions. Please sign and return this request within 24 Hours to approve or not approve completion of the additional work and inclusion of the price to our contract. Additional work, conditions and price approved: Yes No Signed Dated Title If further information is required, please contact the undersigned. Respectfully submitted, Thomas Brockley President Feb 18 05 10:20a Tom Brooklea 858-715-8140 p.2 Sunstate Tile Change Order Recap Sheet To: Jaynes Corporation of California FAX 1-619-668-4090 Attn: Terry Rowland / Daniel Luker/Jim Grimes Project: National City Library RE: A. Materials: Page2of3 Change Order # Date: Acknowledged By: Project No. Job No. Labor and material for CAULKING all vertical joints in the Esteril Blue stone at the bottom of all exterior walls. 430-9 17-Feb-05 Jim 430 Sales Tax 7.50% Total Materials: B. Labor: S540.00 $40.50 $580.50 Setters Days $390.00 per Day Finishers 2 Days $230.00 per Day $560.00 Forman 0.25 Days 3410.00 per Day $102.50 Super Days $425.00 per Day Driver Days $280.00 per Day Total Labor: C. Miscellaneous: Total Misc.: SUBTOTAL: Administration Per Diem Storage Cartage Frieght Warrenty Tools Overhead Profit TOTAL: Bond Cost Net Request: $1,591.59 1 C/D $50.00 $662.50 $35.00 $50.00 $135.00 $135.00 $1,378.00 10% $137.80 $1,515.80 5% $75.79 $1,591.59 `Feb 18 05 10:20a Tom Brockley 858-715-8140 p.3 Sunstate Tile Change Order Worksheet To: Jaynes Corporation of California Attn: Terry Rowland / Daniel Luker/Jim Grimes Project: RE: National City Libra Page 3 of 3 Change Order # Date Project # Job No. 430.9 02/1 //05 430 Labor and material for CAULKING all vertical joints in the Esteril Blue stone at the bottom of all exterior walls_ Material Breakdown: Description A. CAULK / backer rod r B. Misc. cleaners C. Purchased grout already E. TOTAL MATERIALS Labor Breakdown: Arca: Caulking Area: credit for grout Area: Quanti Unit Cost 310 @ 1.50 $465.00 1 © 75.00 $75.00 Setter Finisher Setter Finisher Da TOTAL SETTER LABOR: s TOTAL FINISHER LABOR:(Days) Forman Super Driver TOTAL FORMAN LABOR:(Days) 0.25 TOTAL SUPER LABOR:(Days) TOTAL DRIVER LABOR: Da Hours Days 2.00 3.00 •1.00 2.00 $540.00 moi wits JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-99 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 3/172005 CHANGE DESCRIPTION: Add 2^ conduit between rooms 232/233 Delete: Add: S1,528 SO.00 1. DIRECT LABOR HRS. Superintendent 0 50.00 50.00 Project Management 0 50.00 S0.00 Carpenter 0 50.00 50.00 Laborer 0 S0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 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 Sunburst $1,441 SUBCONTRACTOR WORK TOTAL: 51,441 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 50 8. SUBCONTRACTOR WORK TOTAL 51,441 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 572 11. GENERAL CONTRACTOR BOND (1 % of LINE 7+8+9+10) 515 GRAND TOTAL $1,528 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY Martin , c ' r (deb, inc.) Nai- 15 `OS 09:20a SUNBURST G194767105 p.1 Sunburst Electric, Inc. Commercial • T-I • Industrial Change Order Proposal Type l Date: March 15, 2005 To: Daniel Luker Jaynes Corporation 111 Elm Street, Suite 400 San Diego, CA 92101-2646 (619) 233-4080 / (619) 234-4090 (Office) (619) 336-0350 1 (619) 336-0322 (Job Site) Job Name: National City Library SEI Job Number: 04-002 C/O Proposal#: 27 Control # 3/14/05 memo from Jim Grimes Work Description: Add 2" conduit between rooms 232/233. Unless otherwise stated herein, this proposal excludes premium time labor costs and work/repair of any kind for cutting, sawcuttutg, 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 staled. 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 S1,441.00 and requires 1 additional working day(s). (This pricing is valid for 30 days) Sincerely, feat/ 44/44/ 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 10 competitors or otherwise be used directly or indirectly in a way detrimental to the interest of Sunburst Electric Inc. Sunburst Electric, Inc. 337 W. 351h Street, Suite A, National City, CA 91950 LIC#738087 Phone (619) 476-7101 Fax (619) 476-7105 Mar 15 05 09:21a SUNBURST G194767105 p. 2 JAYNES COPRORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 3115105 CHANGE DESCRIPTION: Added 2 conduit between 2321233 Delete: Add: 51,441.00 1. DIRECT LABOR HRS. Electrician 14.69 $29.80 6437.76 2. INDIRECT LABOR COST (Labor Burden, etc.) $293.30 3. MATERIAL $466.87 4. DIRECT EQUIPMENT 5. SALES TAX MATERIAL 8. EQUIPMENT COST (7.75"/ OF LINES 3 AND 4 if not alraady included Line 3) 536.1E 60.00 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 61,234.11 SUBCONTRACTOR WORK COMPANY AMOUNT REMARKS SUBCONTRACTOR WORK TOTAL: 50.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 51,234.11 B. SUBCONTRACTOR WORK TOTAL 50.00 9. COC/BUILDERS RISK INSURANCE (.XX% LINE 7+8) 10. CONTRACTOR'S OVERHEAD 8 PROFIT (15%of UNE 7+8+9) $185.12 11. GENERAL CONTRACTOR BOND (1.5% of LINE 7+8+9+10) 621.29 GRAND TOTAL $1,440.52 TIME EXTENSION AND JUSTIFICATION WORK DAYS 1 day(s) REMARKS: Sunburst Electric# Exclusions per proposal cover letterl 27 Control # 3114;05 memo from Jaynes NAME AND TITLE OF PREPARER: Scott Kidwell, Project Manager (Sunburst Electric, Inc.) ACCEPTED BY: Daniel Luker, Project Manager (Jaynes Corp.) Mar'"fS 65 09:21a SUNBURST 93/15/05 09:07 Item # D-scr•_ption 1005 2' EMT 1342 2" EMT Elbow 1481 2' Compression Steel Conn 1581 2' Compression Steel Cplg 1603 2" Plastic Bushing 2340 2" Unistrut Strap --- 01 Raceway, Ftgs, & 6644 Unistrut (Deep) -- 07 Misc Total --- Job Total - 6194767105 NC Li acarry .2 t tw•an 217/213 FXTENSION BY PHASF Oty Price U Ext Price Labor U Ext Labor --- 01 Raceway, Ftgs, & Boxes --- 50 495.06 C 247.53 8.00 C 2 1,009.94 C 20.20 0.50 E 2 1,498.91 C 29.98 0.50 E 7 1,432.25 C 100.26 0.70 E 2 105.27 C 2.11 0.27 E 6 181.51 C 11.34 20.00 C Boxes Total --- 411.42 07 Mi sc 10 554.52 C 55.45 20.00 C 55.45 4.00 1.00 1.00 4.90 0.54 1.25 12.69 2.00 2.00 466.87 14.69 Eame 1 P. 3 Document G7O9TM - 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 Nationaltity 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 OTHER PROPOSAL REQUEST NUMBER: 043 DATE OF ISSUANCE: March 28, 2005 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 Ten (10 ) 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 the following paving changes: Sheet A1.01: A. 1. Substitute the new paving adjacent to the ballfield rom natural grey concre) with a broom finis to concrete with a o match existing paving in park. This should be a,percost hange. .410 4014.o 2. Clarifies the new sidewalk on 15th Street will match the exist b rk gre} oncrete on National City Blvd.; Scofield C-24, Charcoal. This should be a no cost change. AIA Document G709TM — 2001. Copyright 6D1993 and 2001 by The American Institute of Architects. All 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 document was produced by AIA software at 10:55:35 on 03/28/2005 under Order No.1000168979_1 which expires on 3/22/2006, and is not for resale. User Notes: - (1873972116) Sheet A1.02: 1. Substitute Paving Types A or B, the acid washed concrete, with Paving Type C, the hand seeded aggregate, as indicated on drawing. Paving Type C to match T.B. Penick sample. The sample is located on site in the Construction Manager's trailer. 2. The paving layout at the east end of the sidewalk that terminates into the ballfield is modified as indicated on drawing. ATTACHMENTS (List attached documents that support description): A1.0, Architectural Site Plan A1.02, Site Enlarged Plans REQUE D BY THE ARCHITECT: "--(S nature) (Printed name and title) 61-reh . Rep) AIA Document G709TM — 2001. Copyright ® 1993 and 2001 by The American Institute of Architects. All rights reserved WARNING: This Me Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA®- 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 Iaw..This document was produced by AIA software at 10:55:35 on 03/28/2005 under Order No.1000168979_1 which expires on 3/22/2006, and is not for resale. User Notes: (1873972116) JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-136(Part A) CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/24/2005 CHANGE DESCRIPTION: PR #43 (partial), Color and finish upgrades to 15th Street Sidewalk and Baseball field walk Delete: Add: $5,416 1. DIRECT LABOR HRS. 52,685.55 Superintendent 0 50.00 50.00 Project Management 0 $0.00 50.00 Carpenter 0 50.00 50.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) 50 3. DIRECT MATERIAL 51,978 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) 54,663 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT SUBCONTRACTOR WORK TOTAL: S0 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $4,663 8. SUBCONTRACTOR WORK TOTAL 50 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) S0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5699 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 554 GRAND TOTAL $5,41 6 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Upgrades to Type A, B, C concrete around building per portions of PR #43 are forthcoming NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin G Manager (deb/fnc.) PR #43: Flatwork Concrete Changes - 15th Street and Baseball Field Sidewalk ONLY 5/24/2005 Unit Prices $ISF $1.55 $1.17 $3.45 Unit Prices $ICY $40.00 $40.00 Area in SF Qty in CY Description 15th Street Comer Ramp Sandblast Upgrade 15th Street Corner Ramp Color Uprade 6 Walkway at baseball field Salt Finish Upgrade Walkway at baseball field Color Upgrade 43 Walkway at baseball delete southeast end SUBTOTALS Charcoal and Biege Cream and Salt Standard Site Mix Sandblast upcharge Finish Upcharge w/Broom Finish 425 $658.75 $240.00 3199 500 TOTAL BEFORE MARKUP $4,663.11 $898.75 $3, 751.80 $1,737.55 $5,489.36 -$1,725.00 -$1,725.00 Sandblast upgrade unit cost = $3.55/SF from Tricon minus $2.00/SF standard finish per -plan by Jaynes = $1.55/SF Salt finish upgrade unit cost = $2.37/SF from Tricon minus [ (43 CY * $10.84/CY)/3199 SF placement + $0.15/SF screed + $0.85/SF finish + $0.05/SF cure] = $1.17/SF Deletion at south end unit cost = $21,282 estimate/ 6,178 SF estimated qty = $3.45/SF (including materials) u :i i !R ON A w a. e 4 IZ • 1906 .0 410' 1 Po 22 e, ott dgs :4Aa *ea a 9922 Lffia:3ata 91t; ailp li 12 1] ItE .'g v a i 1' { 29 :3 42 s<� 4 la !g ! 1'1 x t:7 L L I4s171r• UI 0929 92$1 A g$a:wa of 1-21 11 {?II ± I1 ill it XI '!I Il 1 jI I1!I , I' I' j I :l111 IIii i 11 ; ii 1&11r E1F7E Pr!.4oilko; 4 r1t!Pi1 j.41.9+ 1 as• $�sgs�ga as �l e rl 't �u it 994 A i F! �I �� edict ii f!il ! I; 90.1905192211981E2 li 1 i l:I „ 1 E d 060.17-6C (619) NOIfl2!Odd03 S3WA!JC WdSt'=B SOO2 t22 FeW May 24 2005 8:45AM JAYNES CORPORATION 16181234-4090 p.4 4/19/2005 10:44 7604102901 PRECISION CONCRETE PAGE 02/02 ARCMSTIECTURAt, SITE CONCRETE Phn: 760.410.2905 er Fax 760.410, 2901 465 E Cannel St. San Marcos, California 92078 www.tricoafexturau.res.cm eaw Jaynes Corparatiou 111 Zlrrt Street 4tb. Floor Sae Diego, CA 92101 ( 619 )668 -4080 1(619)668-4090FAX 03.03.2005 National Citj Public Library Attn: Daniel Site Concrete Proposal - Place And Finish Oar DESCRIPTION I Quantity [Unit I Unit Price I Price Base Bid 1) Natural Grey Broom FinishPaving ( Pout 2) 1593 _ SF S1.86 $2,961.98 2) Integral Color SeltFinish ( Pour 1) 3199 SF S2.37 $7,581.63 3) Integral Color Comer Paving / Ramp Ind (Poru3) 425 EA, $3.55 $1,508.75 Tricon Texttures Base Bid Total $12,053.36 • OUALW1CATIO.NS; 1. Proposal is Binding (a] commencement of work between Triton and Jaynes Corporation 2. This Proposal to be bacipded an an exhibit in the Geaersl Contract 3. Price includes place and finish only.( sand blasting, washing ofsaltand jointing included Where applicable ) 4. This Proposal supersedes any previous proposals 5. Pricing based on job wait. 6. Work to be peribrmod during normal work hours 7. ALL COSTS for special inspeetisms and RFI et ginocring design changes will be incurred by others B_ Price includes prevailing wages. 9. Triton Textures Ire. is to be payed within 30 days of completion of work outlined above. Name.; Project Man sew or Superintendent win instruct Trkae Texiut es to perform say additional work acetsraa y to complete ads poled Tido work may not be in our scope. but eo on be Anted and authorised belbre any work is started Exclusions in above pricing: Puatp�B, form wcxk, stripping of faatog, pe g orclruning of edjacent surfaces, grading, lighting, scalar, irafEo control] T&M wil bo booed upon labor rates leeway, materiels, S% overhead and 10% Profit. Foreman: Se9 per hoar Cementer & Flaiiber: $39 per hour Taborer S49 per hour Scott Kelly (Cell 760,277.3020) scadidanteisvli irtetmne.coip Fheck ogt ' • kstust ArCbitectmal installation ® Signature Theater Sboimjpe ToZv y,ip garsaglo, 301 N. Fac.Ilvd. (Actress thegtmet five the Performing Arts Center) L J JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-106 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 4/7/2005 CHANGE DESCRIPTION: Framing/Drywall modifications to cover structural elements at Stair 63 Delete: Add: $1,829 50.00 1. DIRECT LABOR HRS. Superintendent 0 $0.00 50.00 Project Management 0 10.00 $0.00 Carpenter 0 $0.00 $0.00 Laborer 10.00 $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 Standard Drywall $1,725 SUBCONTRACTOR WORK TOTAL: $1,725 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL $1,725 9. COG/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 586 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 518 GRAND TOTAL $1,829 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND T OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED Y: Marti anager (deb, inc.) a05 14:38'FAX 819 443 7065 STANDARD DRYWALL COMMERCIAL 1)R' 1%A1.1. MI:'FA1. FRAMING SUS ENPUD" sr1i; I. CI:It..tht;: WA 1.1.,PAN 1.1.s FIREPROOFING Ells CORPORATE OFFICE: 9902 ClIANNF, , IW..U) P . IR()X 730 ES 10)E, (.A 92040 Pit 619.443.7034 h X 6:19.443.7065 tI)t)rrll)1.t 1. itfPlS.la: :lMu\. ;1 ,ti:11:1 I,AN1i C771', IT To: Attn: STANDARD DRYWALL INC001/002 CONTRACT REVISION Jaynes Corporation of Cali lbrnia ! i 1 Elm St., 4th Floor San Diego, CA 92101 Tony Rowland Date: 04/01/05 Job#: S2682 Your R: KCi04-040 Fax: (619) 668-4090 ;fob 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, '!'erns and conditions of original contract are fully applicable to this revision except as otherwise specifically stated herein: Revision t : S2682-28 Scope: Please see attached lixtra Work authorization 1.23230. Labor: 23 hours (:i! S49/hour S.:;. 1,127,00 Material: Miscellaneous materials Overhead & Profit (i? 15%: Total this ehange (round otl) Original Contract Amount Previous Revisions Net change this revision Revised contract amount By: Title: Robert E. Caya, President S 373.00 S 225.00 1.725.00 $ 727 200,00 113D Aj?pro1'ed:.I;i\11C.;'; Corps alion o1 (_:3 By: Date: 04/01/05 Date: 2005 14:40 FAX 619 443 7065 STANDARD DRYWALL INC. a 002/002 STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION 23230 JOS NO JOB zAME r,,L Afro. / / c s`Y CUSTOMER T/AA I,= S AUTII TO PROCEED S ART DATE G7 - g- (3 i FINISH O7 DF.SC:RIPl'ION OF W RFC: $A-z),kr ....L- t ..,. /sh,�r. C -f L EXt- a 1 r LT all +and ! • 1 C . • .,l �_A ice;,,_ w5 • �. .� __ .,,�r,, r .'" n"..-...limr"' I W.r.�._mar vsL) r 9 4y / t7 G 1 y.,,i _ 0 MATERIAL LAISOR . QTY DESCRIPTION TRA © OT DT PT IRATE •� AMOUNT ' ,c �iY".: £ ( yin ,• ,�,� CI , SUPERV151U .. X $:: MPA / i/� it i i<0. 4.t- Ire Ir FM ! 'C J'e a ft a� / d r f -5/ 5- LATHER MI `e IN a/i ' PLASTE , lanille — !..%(C, jHODC ilimmI/ L!1 �� / d i Lgll) AI till Wp SUH'TO T AL SALES TAX P. % ��� TOTAt. . MATERIAL COST .1111 TOTAL LABOR COST MISCELLANEOUSIII SUMMARY DESCRIPTION AMOUNT IJ SCRIPTI e• Yarilt a I TOTAL MATERIAL ,��EQUIPMENT RENTAL ' r` �S G G�•'re. L4 ye, d f 1 TOTAL MISCELLANEOUS LAE !e fC �� IIIMINIE BOND MII OTAL. MiSCELLA ECUS COST GRAND TOTAL, A+..11IT. <IZED [WA i, ' TC)h E, l< WORK AUTHO UN NO. SDI REPRESENTATIVE cC 1i ANY WORK TO HE CONTINUED? YES NO r'RINT /IY IF YES, CONTINUED ON EWA NO. 3-2 While - Office • Canary - Project Manager • Pink - General Contractor • Goldenrod - Foreman RPR-06-2005 17:08 CONSTRICTION ADMIN 619 231 4138 P.02/06 AIA Document G709t" - 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 (Nance and address): Jaynes Corporation General Contractors 8530 La Mesa Blvd. Suite 306 -La Mesa. CA 91941 PROPOSAL REQUEST NUMBER: 027R 1 DATE OF ISSUANCE: April 06, 2005 CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486.01 OWNER: ARCHITECT: CONSULTANT: Q CONTRACTOR 533 FIELD: MARTIN GABEY, CONSTRUCTION MANAGER: Please submit an itemized proposal for changes in the Contract Sum and Contract Time far 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 attached brand of Antigraffiti coating (Protectosii) as an alternate to the original Antigraffiti coating (Graffiti Master) Local Manufacturer's representative: Michael Hudak 619.294.8010 TeL 619.889.2012 Cell **s*************** Added Narrative for PR 027 RI ********»ass*s**s* Provide all material and labor to extend Antigraffiti coating per the attached sketches. This is in addition to PR # 27. ATTACHMENTS (List attached documents that support description): PR 027, Protectosil by degussa - Technical Information (2 pages) AIA Document 6709*e - 2001_ Copyright ID 1993 and 2001 by The American Institute of Architects. AR rights reserved. WARNING: This AIAe Document is protected by U.Y. Copyright Law anti International Treaties. Unauthorized reproduction or distribution of this Ale Document, or any portion of iL may result in severe civil and criminal panaeles, and wta be prosecuted to the maximum extent possible under the law. This document was produced by ALA software at 15:39:03 on 04/06/2005 under Order No.1000168979_2 which expires on 3/2212008, and is not for resale, User Notes: (25466871) 1PR-06-2005 17:08 CONSTRUCTION ADMIN 619 231 4138 P.03/06 PR027R1 SK-1, A1/A3.01 ****** Added sketch inPR027RI ****** PR027R1 SK-2,A3_t2 ****** Added Sketch in PR 027R1 ****** PR 027R1 SK-3, A3.02 ***$** Added sketch in PR 027Rt ****** REGUE BY THE ARCHITECT: I,i:RQlarC)� Gregory L. Ny, Construction Administrator (Printed name and title) AiA Document G709'.— 2001. Copyright 421993 and 2001 by The American Institute of Architects. All rights ressrved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorised reproduction or distribution of this Ate Document, or any portion of It, may r4sull In severe don and criminal penalties, and will be prosecuted to the maximum talent po*slbl* under the law. This document was produced by AIA software al 15;39:03 on 04/062005 under Omer No.1000166070_2 which expires on 3/22/2006. and is not for resale. User Notes: (25466871) t1-O. tr-a ///J. IJJJi!/!J!//!!. %/Ji/7, .•9 lm//i /J/JI J/JJJJJ/// /////JJ!//7•WA. %'.V/A..%/J!J! ' V, 14 /I/J!!!, JUA/J 1/!/!/JW.44,!!J!!/I {//!J!/ i,nd.W/JJJJJ// •J/JJJJ ! //!!/ /Ji iIJ/JJ!!!!/. %J/!J/f///J!!JJ J////�7// 7IV.W,. IJJJ! JL•: /J!f ,.t1 777 7 fl/4. F7777 r!/f/J/!I/I ¥/J;'; /!F#7' /////! flttlWJ[ J/f 1 . 'F. fl itJf hill fl..,. 11,1 /,/ttwww.i/ii.�iii/i u.viii 9.,, ..Ili fib ,.i o77/1//ion I/ h AG.Ii/ I////r /Me/iiL,WI •• !iI/�Jui,,,,, • JJJ!!J/f 9/17., /./,.:I/!i//. . ,,,,, sJ71#• F I//r.4/ '.. W,. 'III/. /III/IL'. % //I/ !J///I///I////I, //I/IJ///// /JIr[ I//// 9%II/I// •// rl,,Z.//.41~1' . .J/!/•J/h.•%!J////// %J/!/I!///i IJIJI ,JJ/!!IJ!!! IJJ/,I!!J/%!!. 11... % ,.... ..%J/!/!.: /. UJJ/Jl.IJJ/ U%/ /'/.V/1 ,/// /% J/../I%% i% Jl ��j!/j ®i , .'.. %NI %//1//////J�% i'/.% /JJ! '' VARIES T.O.P. +30'-10• AF.F. SECOND FLOOR F.F IL —.`__.IL —AI_ NORTH ELEVATION- ENTRY FROM CIVIC CENTER a, FIRST FLOOR +O'-O' F•F. ANTI -GRAFFITI COATING SCALE: 1/16" = 1' - 0" cA� N1WQti NOI LX1d1SNOJ E/5. VERTICAL CONTROL JOINT TYPICAL 3 8" HORIz. CONTROL a.- JCAL 3 8" HORIZ. CONTROL JOINT TYPICAL FIRST FU30R +. -0 F.F. TIME QEW70N ZOWSWOW ANTI -GRAFFITI COATING WEST ELEVATION -anti -graffiti SCALE: 1/16"=1'-0" FOR ADDITIONAL NOTES: REFER TO A1/A3.12 PROJECT NO. 4486-01 SK- 2) A3.12 Amnon IVMING NATIONAL STY`•PIJBL! )LSRNK DATE: want,.cmrbF�an FR 027Ri 4/1/05 ne.a.na W ,...1: S. MYWM MOD Al N01131181SNO z 8£TV IZE 619 9©'d lelaL IP'-IY ,A-4- , 0 1r 1 t'-0- k LfrHORIZ. CONTROL JOINT CAL 3/8' HOPoZ. CO JOENt TYPICAL IM ni K.a.�z4a YMr alta y 77 40514,140 /iiiu411 .eririiu4,41.0ifi- /SW Vd: lrl.,/r/rrrf..lrlrr,%.fSr!//!!rlllrr,Ze I. �;;/ /,/!./r / 1/%!/I/ it/1/1/I r •'2 ////// 'Ctw /l/////!. //1//Yr. W.W.I/. //// //J /ii//11.1///:1 f=II=1 u=n—] it IIn11.711V1 FIRST FLOOR +0•-0, v.F� READING NICHE WEST ELEVATION -anti -graffiti 1 READING NICHE iiiiiiiiiiiiiii��iiiis• • ANTI -GRAFFITI COATING SCALE: 1 / 16=1 , —O" FOR ADDITIONAL NOTES: REFER TO Al /A3.02 PROJECT NO. 4486-01 �` 3 F A3.02 APO�1141 /f791PUNNI014 PUNNING iO lipase, INS xxe►ma>a arY war : an tgl«RIW4 IIA�aw.artuF weo PRO2RI DATE: 4/1/05 XI N 1 Wau NO 1 lDraLSNN9 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-108 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 4/14/2005 CHANGE DESCRIPTION: PR #27R1, Additional graffitti coating on north and west exterior walls to bottom of windows Delete: Add: $3,104 50.00 1. DIRECT LABOR HRS. Superintendent 0 $0.00 50.00 Project Management 0 50.00 50.00 Carpenter 0 50.00 50.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) S0 3. DIRECT MATERIAL (600 SF plywood) SO 4. DIRECT EQUIPMENT 50 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 r SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Vasquez PCO #6 $2,927 SUBCONTRACTOR WORK TOTAL: $2,927 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 50 8. SUBCONTRACTOR WORK TOTAL $2,927 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5146 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $31 GRAND TOTAL $3,104 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: N AND L OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) n Manager (deb, inc.) Apr,: 07 05 03:34p (8581547-8294 p.2 VASQUEZ COMPANY PROPOSED CHANGE Janyes 111 Elm Street 4th Floor San Diego, Ca 92101 Attention: Mr. Dan Lucker PC NO. 6 PROJECT: National City Library VC Job No. 40067 DATE:. 4/7/05 The Vasquez Company hereby submits a Proposed Change Order for the following changes in contract work: Apply anti graffiti fge west and north elevations. Per the request of : Mr. Daniel Lucker ITEM LABOR MATERIAL EQUIP. OTHER SUB TOTAL Labor / Material 1,132 667 746 0 0 2,545 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SUBTOTAL 1,132 667 746 0 0 2,545 OVERHEAD, PROFIT ,TAXES & INSURANCE. TOTAL: CALENDAR DAYS EXTENSION TO CONTRACT COMPLETION DATE. 15% ElWe have proceeded with this change per the authorization of Contractor's Representative. QX We will not proceed with this change until approved by Contractor's Representative. 382 $2,927 0 APPROVED BY: e vasq VUi �j �����5 ez Company DATE Contractor DATE 3009 G Street • San Diego, CA 92102.Office (619) 237-3607 • Fax (619) 237-3610 (858)547-8294 CHANGE ORDER ESTIMATE The Vasquez Company Project Name: Project Location: Job No.: Code National City Libray 1401 National City Blvd. National City, Ca 91950 40067 UNIT COSTS Item . Quantity Unit Labor Mahll Apply anti -graffiti @ west elevation 1 Protection 2 Anti Graffiti to 19' 6 605 sf 57.00 0.45 HI,iih L ' Date: 4/7/05 Estimated By: TOTAL COTS SV t°- 1 E" ,7 riient 5!1 vHies Sub. Line Total 5.00 0.61 0.00 0.75 0.00 0.00 0.00 --:I 0.00 342.00 272.25 30.0D 359.05 3.CU 453.75 0.00 0.00 0.0 0.00 3i2.00 1095.05 TOTALS - Code Item Apply anti -graffiti @ north elevation 2 Protection Anti Graffiti to 19' TOTALS Overhead & Front 15.007 Total Estimate 0.':r 0 1 '7.4r _20.0t- 1687.10 Material UNIT COSTS Egnipment Other Sub. _. TOTAL COSTS Labor Material Equipment Sundries Sub. Line Total Quantity Unit Labor 0.00 0.00 0.00 342.00 30.00 0.0_0 0.00 0.00 372.00 6 hr 57.00 5.00 0.75 0.00 0.00 175.50 237.90 _ 792.00 0.00 0.00 705.90 390 sf 0.45 0.61 0.00 0.00 0.00 0.0D 0.00 2027.90 i r.t n. 0verheac & Proli Total Estimate 1239.58 APR-05-2005 15:06 CONSTRUCTION ADM1N 619 231 4138 P.02/08 =r IA Document G709'" - ‘‘) 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): y . Jaynes Corporation General Contractors 8530 La Mesa Blvd. Suite 306 La Mesa, CA 9I94I PROPOSAL REQUEST NUMB DATE OF ISSUANCE: April 05, 2005 CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECTS PROJECT NUMBER: 4486.01 OWNER: tg ARCHITECT: 23 CONSULTANT: 0 CONTRACTOR: FIELD: OTHER: ❑ Please submit an itemized proposal for changes in the Ccmtract 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): Toilet Room Accent Tile Revision Revise accent the color,. on the freestanding screen wall in roots 133 per the attached sketches. The accent tile that was installed was called out in the plans incorrectly. Provide price to remove the tile and reinstall with the revised colors. ATTACHMENTS (List attached documents that support description): SK-1 L/A5.00 SK-2 J & IUA5.00 REQUESTED BY THE ARCHITECT: (Signature) (Printed name and title) rpA — litaphori jegvoo L. Kr.vMDia - AIA Document G70ara — 2001. Copyright ab tow and 2001 by The American Institute of ArchtleCts. AO rioht$ reserved. WARNING: This A1A° Document is protected by U.S. Copyright Law and international Tteaties. Unaathorixed reproduction or distribution of this are Document, or any portion of it, may insult in severs civil and criminal penalties. and will be prosecuted to the maximum oxtont possbl4 under the law. This document was produced by AIA Software at 142705 on ovasi2005 under Order No.1000168979_2 which expires on 3/22/21106. and is not tor resale. User Noise: (2014695350) 619 231 4138 PIMPING tanoNALorfiiiiii4uaRARY INMATie arquezat. cInr M Nam wl arr,mimMw KEY NOTES R.R. ELEVATIO INSTALL T-8, T-9, T-10, T-11 TILES ON ALL EXPOSE : ' HEIGHT PARTITION PE DETAIL D4/A9.30. SEE ELEVATION J/A5.00 FOR PATTERN REPEAT. SOFFIT PER RCP PLAN. INSTALL. T-13. T 14' T-15: TILES ON ALL EXPOSED SU '1C uF A C HEIGHT PARTITION PE DETAIL D4/A9.30. SEE ELEVATION K/A5.00 FOR PATTERN REPEAT. FURRED OUT BRACE FRAME WITH IN WALL CONSTRUCTION SHOWN FOR COORDINATION PURPOSES ONLY. THIS KEY NOTES ARE FOR A5.00 & A5.01 DA1t 4/5/O5 'PR 045 5K-1 TOP TO B' REPEAT PATT ' ` ON OPP. SIDE 'OF WALL. PATTERN TO MEET IN CENTER OF END OF WALL. 1% — /i://I//i PER PLAN X TYP. TILE PAT. -WOM. SCALE: 3/8" = 1 '-0" s inPROJECT ND. 4486-01 J&K/A5.00 m "' AICIONCIUK mmod NATIONAL r iila BRARY Q .»� CITY TIoN art Slim.. Iw�ILCi[yQY�M.O DATE: 4/5/05 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057-126 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/18/2005 CHANGE DESCRIPTION: ASI 74R1, PR #45, Demo and reinstall glass tiles at womens room Delete: Add: $3,708 50.00 1. DIRECT LABOR HRS. Superintendent O 50.00 50.00 Project Management O 50.00 50.00 Carpenter O 50.00 50.00 Laborer 0 50.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) 50 3. DIRECT MATERIAL. 50 4. DIRECT EQUIPMENT . 50 5. SALES TAX MATERIAL 8 EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already included Line 3) 50 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 50 SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunstate Tile Contractors, Inc. 53,496 SUBCONTRACTOR WORK TOTAL: 53,496 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 50 8. SUBCONTRACTOR WORK TOTAL 53,496 9. COCIBUILDERS RISK INSURANCE (0% LINE 7+8) 50 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 5175 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 537 GRAND TOTAL - $3,708 TIME EXTENSION AND'JUSTIFICATION WORK DAYS REMARKS: NAME AND T L OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTE BY: ons an er (deb, Inc.) 3S-08:22a Tom Brooklet' 858-715-8140. :e Tile Contractors, inc. son Court, Suite D i, Co. 92111 (AMR) Fax.,, 5 .R 71 s 6140 a mail: wnatataele4neunVnio-6IeC Licaroaa Numtrr. t,36743 1.01s1C 7;e / 1 of 3 state Tile Change Request Page462-1 Change Order # Jaynes Corporation Date: 15-Ap r-04 Acknowledged By: Jim Grin es 6 t't v — 1oYD Contractor job U a30 Sunstate job # Daniel Luker / Ter Rowland -k National C Libra Demo & Reinstall Install glass tiles at womens room semen: analysis of the referenced request results in: )Q(X Addition of $3,496.00 Deduction No effect and no change in contract price. Time extension of days required. Work has proceeded and we await check and/or change order in amount requested. Effects our work but no change in contract price required. Work will proceed upon written approval and we assume that work will be directed to proceed in time that changes can be made within normal sequence and in conjunction with surrounding areas. TE: Please respond to this request within 24 Hours. Nonresponse to this letter within 24 Hours constitutes acceptance of the above stated costs and/or conditions. please sign and return this request within 24 Hours to approve or not approve completion of e additional work and inclusion of the price to our contract. ditional work, conditions and price approved: Yes No Signed Title further information is required, please contact the undersigned. espeotfully submitted, UNSTATE TILE CONTRACTORS, INC. homas Brockley resident )TAL: . t Request: Dated Overhead 10% S302.67 Profit 5% $166.47 Bond Cost 53,329.34 $3,495.81 $3,495.81 08i 22a Tile Contractors, Inc. n Court, Suite D :a. 92111 state Tile Change Order Recap Sheet Jaynes Corporation Daniel Luker 1 TerRowland National City Libra _Demo & Reinstall Install lass tiles at womens room =rials: Sales Tax 7.75% Total Materials: )r. Setter - Finisher - Setters Finishers Total Labor: cellaneous: Total Misc.: SUBTOTAL: aL: Request $370.00 per Day $260.00 per Day 2 Days Days Shipping Per Diem Delivery Special Fabrication Administration Other Overhead Profit Bond Cost Phon.Y 65a-Yisia453 Pnz 65R.7t5.6140 o mail: sunstaletileCsunvmate corm License.) N amtwr 634748 Page 2 of 3 Change Order # 462-1 Date: _ 1A5-, Acknowledged By: Jima_ Contractor project # Sunstate job #: 430 2.4375 C/D 10% 5% $1,363.50 $740.00 $747.50 $1,469.17 $1,487.50 $35.00 $35.00 $70.00 $302.67 $70.00 $3,026.67 $3,329.34 $166.47 $3, 595.81 $3,495.81 08d23a Tort firookley bite Contractors, Inc. i Court. Suite 0 a. 92111 tate Tile Change Order Worksheet aynes Corporation )aniel Luker /Ter Rowland National Ci Libra Demo & Reinstall Install lass tiles at womens room Breakdown: Description A. Glass Wnterploof B. C. E. Rough TOTAL MATERIALS Breakdown: Redo glass ,demo Setter waterproof level & f Finisher Setter Finisher Setter Finisher TOTAL SETTER LABOR: Da 858-715 't31'41 Phu*' 6514-715•b453 r x A98-715.81A0 ®melt: 9u teUliasunstak*Ob.com t,+¢ysnsa Number 038748 Page 3 of 3 Change Order # 462-1 5 Date 0 1 Contractor job # Sunstate job # 430 Quantity Unit Cost 90 s/f 12.65 90 s/f 1.50 90 sit 1.00 sf Hours 16 23 Days $1,138.50 $135.00 $90.00 2.00 $1,363.50 May 12 o6o8:22a Tom Brockle 85B-715-8140 p.2 • - • SUNSUIT; TILE • . •N•7-A '01) E__11 Addition a1 Work Authorization _ClaDaily Time Ticket Project Ei r Date I /7/— Journeyrnan Apprentice [-- Finishers $orstato Tile Gon!raCtors. ;r1c. 7579 Convoy Court San Diego, CA 92111 Ph. (358) 715-9453 (858)715-8140 Lcense No*02.87143 / Jct # Xi- VVork Done Totals L. ___ 1_ Totals L. 1 2 i'-tt )2 e)I ..).-- Foreman -7- 7-.94:7: .1 Journeyman Apprentice Finishers Fore:nen How. Totals , 411•111=111 Gen ep i Contractor Signature Date 1 I 4/ 7-- 67.5_.••. Materials ;3er:0 -SEE -S I '3 SOUPC...JD dsi.te.f) so to 12 05 08:23a Tom Brook:le5 suNsTATE TILE . . N • T • ti C • T • () • it • s 040 ] Additional Work Authorization 3 Daily Time Ticket Project Date )urneyman - _ I 2y. .70.A.TA.T e t-Ti;•(J. .6* 7) 4.7 Job # ,pprentice_. _ 7-inishers Foreman 7 CLTA/ CMLLei Journeyman Apprentice Finishers oreman /33 j 858-71 5-8 140 p.5 - Sunstate Tile Contractors,in. 7579 Convoy Court San Diego, CA 92111 Ph. (858) 715-8453 Fx. (858) 715.-8140 License No.-463874s Totals Totals ---A4?_2147 f-re:a Total Hours L__ 44, General Contr,li/ or Signature 4971/91^1.0 r Materials Date 1 08"I23a Tom .BrockleU 858-715-8140 p6 Vork Authorization Ticket - - • SAINSTIVITI TILE U 0 N•T•K A 4,40 Materials Sunstate Tile ContraCtors, Inc. 7579 Convoy Court San Diego, CA 92111 Ph. (858) 715-8453 Fx (858) 715-8140 License No.11638748 Work Done Hours General Date Totals Totals 2— —. Totals - A+, • v - , • - 08:23a Tom'Brocklea 859-715-8140` Vork Authorization Ticket — .r. SUNSTATE TILE .K Work Done r. �rrfircj-� Total Hours - Sunstate Tile ConfraCtOrS, Inc 7579 Convoy Court San Diego, CA 02111 Ph. (858) 715-8453 Fx. (858) 715-8140 License No.#6S8748 I` - 2f2 /?c)c,.7. „r' - — _`Hours Totals 577 5__e.7frr-rj-- Totals 7 7/,-55 Q / Totals 2, ,ice f J �`— - General .Contractor Signature Date Mej. 12 05 08323a Tom Brockley 858-715-8140 p•8 SUNSTAYT TILE <,,40) ] Additional Work Authorization ] Daily Time Ticket Project Date ,{/ C e. / g ,e /4 /2 5� Ll% /ice G•S urneyman -r 3 4 kpprentice 7 4 i Job # Work Done Finishers Sunstate Tito Contractors, Inc. 7579 Convoy Court San Diego, CA 92111 Ph. (858) 715-8453 Fx. (858) 715-8140 Licenso No.#638748 -7777777 Hours Totals Totals Foreman 1-- 3 .d 5 Journeyman Apprentice Finishcrs Foreman Totals Gen Contractor Signature Date Totals 3 Doc ument G714 - 2001 Construction Change Direct PROJECT: (Name and address) National City Public Library 1401 National City Blvd. National City CA 91950 TO CONTRACTOR: (Name and address) Jaynes Corporation General Contractors 8530 La Mesa Blvd. Suite 306 La Mesa, CA 91941 DIRECTIVE NUMBER: 004 DATE: April 08, 2005 ONTRACT FOR: Ge struction CONTRACT DATED: ARCHITECTS PROJECT NUMBER: 4486.01 OWNER: El ARCHITECT: CONSULTANT: ❑ CONTRACTOR: FIELD: OTHER: ❑ You are hereby directed to make the following change(s) in this Contract: (Describe briefly any proposed changes or list any attached information in the alternative) Provide all material and labor to install the paging/speaker system as indicated on the attached drawings. Note: The interface of the telephone and paging/speaker system will follow. Attachments: CCD 004, Paging System Spec Section 16751 CCD 004, Dwg. PG-1 CCD 004, Dwg. PG-2 CCD 004, Dwg. A6.02 CCD 004, Dwg. Al/A3.10 PROPOSED ADJUSTMENTS 1. The proposed basis of adjustment to the Contract Sum or Guaranteed Maximum Price is: ❑ • Lump Sum (increase) (decrease) of $ ❑ • Unit Price of $ per • As provided in Section 7.3.3 of AIA Document A201-1997 ❑ • As follows: AIA Document G714", — 2001. Copyright ©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 AIA 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 0S:45:06 on 04/08/2005 under Order No.1000168979_2 which expires on 3/22/2006, and is not for resale. User Notes: (3430963081) 1 2. The Contract Time is proposed to (remain unchanged). The proposed adjustment, if any, is 0 days. When signed by the Owner and Architect and received by the Contractor, this document becomes effective IMMEDIATELY as a Construction Change Directive (CCD), and the Contractor shall proceed with the change(s) described above. Carrier Johnson ARCHITECT (Firm name) 1301 Third Avenue San Diego CA 92101 ADORE Bjlwignature�/- Gregory L. Ny (Typed name) ATE CITY OF NATIONAL CITY OWNER (Firm name) 1243 National City Blvd. National Cit CA 91950 DATE Contractor signature indicates agreement with the proposed adjustments in Contract Sum and Contract Time set forth in this CCD. Jaynes Corporation General Contractors CONTRACTOR (Firm name) 8530 La Mesa Blvd. Suite 306 La Mesa, CA 91941 ADDRESS BY (Signature) Daniel Luker (Typed name) DATE AIA Document G714TM — 2001. Copyright 43 2001 by The American Institute of Architects. Alf rights reserved. WARNING: This Ale Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA° 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 07:58:15 on 04/05/2005 under Order No.1000168979_2 which expires on 3/22/2006, and is not for resale. User Notes: (2150513990) 2 1 PART 1-GENERAL 1.1 SECTION 16751 PAGING SYSTEM The work described bythis part includes the furnishing of all materials, equipment, supplies and labor and the performing of all operations necessary for the installation of a complete and operating system. 1.2 The conduit, outlets, terminal cabinets, etc., which form a part of the rough -in work shall be furnished and installed complete by the electrical contractor. The balance of the system, including the installation of cable, equipment,Ynaking all connections, etc. shall be installed by the manufacturer's authorized representative, and the entire responsibility of the system, its operation, function, testing and maintenance for one (1) year after final acceptance of the project by owner, shall be the responsibility of this contractor. 1.3 The contractor shall furnish and install all equipment, cables, devices and other materials even though not specifically mentioned herein, which are necessary for the proper integration of the 'system so that the system shall perform the function listed herein in compliance with all the specified requirements. 1.4 To qualify as a bidder, the manufacturer's representative shall hold a valid State of California C-61 or C-10 license, shall have completed at least 10 projects of equal scope, shall have been in business for at least 10 years, and capable of being bonded to assure the owner of performance and satisfactory service during the guarantee period. 1.5 In order to establish quality and standards of performance of equipment required by owner. All mechanical, electrical and general information set forth on the respective data sheets for each specified item shall be considered as part of these specifications and binding herein. Any proposal equal item offered shall be substantiated fully to prove equality. 1.6 The electronic systems contractor shall have a factory trained service department located within 50 miles of this facility. the service department shall be on call 24 hours a day, 365 days a year, to service the specified product. 1.7 The electronic system and all powered equipment shall be listed by Underwriters Laboratories. Proof of such a listing shall be furnished at time of submittal. All equipment shall be installed and connected in strict accordance with the manufacturer's recommended instructions. 1.8 Submittals shall be submitted in a two step process indicated below 1.8.1 Phase I shall be made within (5) working days after the award of the contract to the General Contractor. This submittal shall include the following: 1.8.1.1 Complete bill of materials including all quantities of components, devices, equipment and wiring required to complete this project. 1.8.1.2 Manufacturers specification sheets, model numbers of equipment, and descriptions of component operation. NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.02 , JCE # 01067 ISSUED FOR BIDDING PAGING SYSTEM 16781-1 April 1, 2005 c ct :OQ { 2 PART2-PRODUCTS 2.1 Paging Distribution System 2.1.1 All system equipment shall be rack mounted in a standard floor mounted cabinet, cabinet shall be (Furnished and installed by another contract, Rack in room # 223 ). The rack shall have panel space, 19" of mounting width and 19.343" of mounting depth. 2.1.2 The zone paging system shall be the Bogen PCM2000 Zone Paging System or approved equal. The system shall be designed for direct connection to loop start and ground start trunks, to PBX or KEY paging ports which supply DTMF capability, and to analog T/R lines. The unit shall allow total system amplifier power of up to 250 watts. Operation shall require a 12V DC power supply. A suitable power supply shall be provided (PCMPS2) power supply. The system shall consist of the appropriate modules as specified and shall be registered under Part 68 of FCC rules. The unit shall be rack mountable. Provide (1) Bogen RPK84 rack mount kit and install in a freestanding 19" wide rack. enclosure. 2.1.3 All modules shall be designed for rack -mounted installation. All modules shall be equipped with a ribbon cable and connector and power cable with connector to permit them to be interconnected to each other. The faceplate of each module shall be finished in black, with each control/connector clearly labeled in white. Each faceplate shall have knockouts to facilitate cable and wire dressing. All connections shall be made using a small regular screwdriver or common jacks (RJ11 or RCA). The following modules will be supplied: 2.1.3.1 Provide (1) Bogen PCMTIM —Telephone Interface Module or approved equal. The module shall provide for telephone interface selection via built-in DIP switches. It shall include a volume control for tone and Back Ground Music, and RJ11 jacks for night ringer, telephone line and override. A connector block, using screw terminal connection, shall be provided for BGM source, and two (2) C-form relay contact sets. A power on LED indicator shall be provided to indicate power' applied status. 2.1.3.2 Provide (1) Bogen PCMCPU — Central Processing Module or approved equal. This shall provide (9) zone in the system. One PCMCPU module shall be needed for each satellite system. The module shall provide for satellite system identification via built-in DIP switches. It shall include a locking program/run selector switch (with program LED), satellite data link RCA jack, and 12V DC power source jack. A connector block, using screw terminal connection, low -power and high - power BGM connections, emergency/shift change signal activation, AUX contact closure, and 12 V DC power source connection. A power - on LED indicator shall be provided to indicate power -applied status. 2.1.3.3 Provide (1) Bogen PCMZPM zone page module or approved equal. Up to (3) modules may be connected to one PCMTIM to provide for 9 zones of paging. The PCMZPM module shall provide built-in DIP switches to set talkback on/off for each zone. It shall include a power - NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.02 , ®JCE # 01067 ISSUED FOR BIDDING PAGING SYSTEM 16781-2 April 1, 2005 Cc l) DOH on LED, low -power background music out/in jumper field, local BGM selection jumpers, and high -power /tow -power operations selector switch. A connector block using screw terminal connections, shall be included to connect to local back ground music, zone wiring, and relay driver outputs. 2.1.4 Provide (1) mounted power amplifier sized to handle quantity of speakers shown plus 10%. It shall be capable of delivering (rms) power with less than 0.5% harmonic distortion from 45Hz to 20kHz (measured at the 70.7v tap, bandwidth limited 20Hz to 30kHz). The frequency response shall be 20Hz to 20 kHz (+0/- 1 dB) per EIA standard SE-101A. The signal to noise ratio shall be better than 96dB below rated output for the 20Hz to 20 kHz bandwidth. Input sensitivity shall be 0.5V (rms) at 1 kHz for rated output, and input impedance shall be 20k ohms. Output load shall be 83 ohms (70.7V), 10 ohms (25V), and 8 ohms (22V), and there shall be a 25V center tap. Output regulation shall be better than 1dB, no load to full load. A rear -mounted input level control shall be provided. The amplifier shall have dual independent electronic protection circuits as a safeguard against damage from overloads or shorted outputs. A self -resetting thermal circuit breaker shall be provided on the heat sink to open the primary power circuit, and a self -resetting thermal circuit breaker shall be contained within the unit's power transformer. The power source shall be 120Vac, 60 Hz. The amplifier shall draw 1.4A at 120Vac. Terminations shall be to screw terminal strips (with barriers and wire capture plates on the output strip). The power amplifier shall be 5-1/4 inches high, 19 inches (48.3 cm) wide, and 6-1/4" inches (15.9cm) deep, and shall be finished in baked charcoal enamel. Net weight shall not exceed 12 pounds (5.4kb). The amplifier shall be UL813 (Commercial and Sound Equipment Standard) Listed. The amplifier shall mount in any standard 19-inch (48.3 cm) wide equipment rack and be capable of shipment while mounted in such a rack without requiring any additional support. 2.1.6 Provide recessed ceiling Speakers (quantity as indicated on the drawings). The speaker assembly shall be an 8-inch (20.3cm), 8-ohm, seamless cone type and shall meet the following specification; the ceramic magnet shall weigh at least 4.8 ounces (134 g); the frequency response shall be 90 to 15,000Hz; the axial sensitivity shall be 91dB at 1 meter(3.3ft) for 1-2att input: the normal wattage rating shall be 8 watts with a program rating of 12 wa'.is; the voice coil diameter shail be 3/4" inch (2 cm); the depth shall be 2-3/4" inches (7 cm); all external parts shall be cadmium plated. The loud speaker shall be equipped with a universal matching transformer suitable for sue on a 254-volt output line with taps at 1, or 2 watts or a 70-volt output line with tags at 1/2, 1, 2, or 4 watts. 2.1.6.1 Provide flush mount round speaker baffle. The bailie shall be 12-7/8" inches (32.7cm) in diameter, and the circular design shall match the surrounding motif. It shall be constructed of 22 gauge cold -rolled steel, and finished in solid white. The surface shall be coated with a baked on powdered epoxy that is highly resistant to scratches and other surface blemishes. It shall be predrilled to accept an 8-inch (20.3cm) loudspeaker and mount on a back box. The baffle weight shall not exceed 20 ounces (560g). NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.02 , °JCE # 01067 ISSUED FOR BIDDING PAGING SYSTEM 16781-3 April 1, 2005 C©oL) 2.1.6.2 Provide back box. The enclosure shall have four 8-32 J nuts install in the mounting flange. The back box shall have four combination knockouts, spaced 90 degrees apart, that can be either''Yz inch (1.3cm) or 3/4 inch (1.9cm). The back box shall have four flexible perforated straps to facilitate mounting. The back box shall have a durable finish and shall use a Visco/elastic damping compound. It shall have a 9-inch diameter by 3/8" thick (23 by .9cm) polyester urethane acoustic foam pad applied to the inside bottom to prevent mechanical and acoustical resonances. The back box shall mount the baffle. 2.1.6.3 Provide speaker support bridges in drop tile ceiling locations 2.1.6:3 Provide recessed wall mount speaker and backbox similar to the ceiling speakers except they shall be square shape 2.1.7 Provide cable shall be a 16 gauge twisted pair with and overall jacket for wiring to all speakers. Each speaker shall be provided with a dedicated cable back to the equipment rack , except for the (5) speakers in the main library seating area which may be combined on one cable. 3 PART 3 - EXECUTION 3.1 Verify that all electrical requirements including junction boxes, floor boxes, ceiling loudspeaker enclosures, empty conduit and power circuits and receptacles are in place as required to meet the intent of these specifications. 3.2 Any and all equipment specified shall be installed according to standards of good engineering practice and the conditions specified herein. 3.3 Workmanship on the installed systems shall be of professional quality, best commercial practice, state of the art and accomplished by persons experienced in the techniques and standards of the particular industries involved. 3.4 The Specifications describe required performance. The Specifications indicate a general design; it is the intention of the Specifications that the Contractor shall supply from his background of experience and knowledge the necessarysupporting details; for example, the implementation of specific components into functioning sub -systems. 3.5 Cable and wire for the Systems shall be provided and pulled by the Contractor. Each conduit shall contain wire or cable of the same signal level and type of circuitry only. Therefore, low level lines, medium level lines, high level loudspeaker lines and control circuits, etc., shall all be run in their respective, separate conduit. The Contractor shall inspect the work at appropriate times during construction, and notify Client in writing that it is ready for the Client's approval. Copies of the conduit diagrams herewith indicate schematically the functionality served by the conduit, whether for microphone lines, loudspeaker lines, etc. 3.6 Verify that all raceway has been de -burred and properly joined, coupled, and terminated prior to installation of cables. Verify that all raceway is clear of foreign matter and substance prior to installation of wire or cable. NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.02 , °JCE # 01067 ISSUED FOR BIDDING PAGING SYSTEM 16781-4 April 1, 2005 csti ODy 3.7 Mark all cables, regardless of length, with permanent, non -handwritten number or letter cable markers within two inches of terminations. After attachment at terminations, these markers shall be accessible and readable for identification. There shall be no unmarked cables installed at any place in the System. A careful running log and detailed wiring diagram shall be furnished with these numbers shown. 3.8 All wire and cable shall be continuous and splice free for the entire length of run between designated connections or terminations. 3.9 As a general rule, route all power, control and high level signal cables on the left side of equipment racks, as viewed from the rear. Route all other cables on the right side of equipment racks, as viewed from the rear. 3.10 Install no cable with a bend radius less than that recommended by the cable manufacturer. 3.11 Dress, lace or harness all wire and cable to prevent mechanical stress on electrical connections. No wire or cable shall be supported by a connection point. Provide service loops where hinged panels are to be interconnected. 3.12 Maintain consistent absolute signal polarity at all connectors, patch points and connection points accessible in the system. Where applicable, a positive polarity electrical signal shall yield positive acoustic pressure from the loudspeakers. 3.13 Land all non -coaxial field wiring entering each equipment rack at specified terminal devices prior to connection to any equipment or devices within racks, 3.14 Make all connections to screw -type barrier strips with insulated crimp -type spade lugs. Lugs are not required at captive compression, Phoenix type, terminal blocks. 3.15 All terminated shield drain wires shall be insulated with Teflon or heat shrinkable tubing. 3.16 Apply any and all crimp connectors with the manufacturer's recommended ratchet type tool and correct crimp dies for connector and wire size. Plier type crimp tooling shall not be acceptable. 3.17 Utilize right angle XLR connectors with all microphone and other audio cables for connections made to XLR receptacles in wall plates and poke-throughs that are located in areas that would make conventional XLR connectors susceptible to damage. 3.18 The grounding method shall insure that the System is free of the following under any mode of operation. 3.19 Audio cable shields shall be connected to ground at one point only. (Exceptions may be made for phantom powered microphones, some ICM / IFS systems, and where manufacturers documentation recommends otherwise.) For inter and intra-rack wiring this requires the shield drain to be connected at one end only. As a general rule, the shield should be grounded at the input of devices and lifted at the output. 3.20 In general, it shall be the responsibility of the Contractor to follow good engineering practice, and to deviate from these practices only when necessary to minimize crosstalk and to maximize signal-to-noise ratios within the audio, video and control systems. NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.02 , ©JCE # 01067 ISSUED FOR BIDDING PAGING SYSTEM 16781-5 April 1, 2005 C�C� oo�j 3.21 Acceptance testing will include operation of each major system and other components deemed necessary. Installed and loose equipment will be inventoried for correct quantity. Assist the Client's representative in performing final System adjustments and acceptance testing. Provide all labor, materials and tools necessary to conduct these adjustments and tests. 3.22 Submit Project Record (As -Built) Documents. 3.23 Transmit all keys to the Client, replace construction locks with permanent locks. 3.24 Conduct all specified training; provide The client's representative with at least 7-day notice of scheduled training date. 3.25 Final System Acceptance 3.25.1 The system will be accepted only after a satisfactory test of the entire system has been accomplished in the presence of a representative of the the Owner. This contractor shall provide all personnel, ladders and testing equipment to assist in completing this test. Actuate each device and verify that the system performs as specified. 3.25.2 Once the system has been tested, the contract shall not be be considered complete until after owner training has been completed. The contractor shall notify in writing their intent to provide the training for the system. This notification shall be given to the Division 1 contractor, Architect and the Project engineer a minimum of two weeks prior to the scheduled training session. The division 1 contractor and or the architect shall be responsible for notifying the owner to confirm that the appropriate district personnel will be made available for this training session. If the contractor does not receive confirmation that the training session can be performed on the proposed date than another time shall be provided. The training shall consist of the following 3.25.2.1 Provide a minimum of one (1) two hour training period located at the project site, to instruct District personnel in proper operation of ail systems. 3.25.2.2 Provide a minimum of three (3) complete owner operation manuals for the district records. 3.25.2.3 Provide a minimum of two (2) complete as built sets of drawings for the district records. "'END OF SECTION"` NATIONAL CITY PUBLIC LIBRARY CJ PROJECT NO. 4486.02 , ®JCE # 01067 ISSUED FOR BIDDING PAGING SYSTEM 16781-6 April 1, 2005 CcI) Opt-/ LOCATION OF SPEAKER SCALE: 1/8"=1'-0" CARRIER J O I -I N S O N MINOR MICA PLANNING real RUM m25] ruarmav NATIONAL CITY PUBLIC LIBRARY CITY OF. NATIONAL CITY NX MTONAL COT 11.00. NAIIMIAL CRY CALPOPIVA eneo PROJECT NO. 4486-01 A6.02 DAT 3/30/05 11401 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG 113057-137 CONTRACT: 113057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 6/3/2005 CHANGE DESCRIPTION: CCD !14 - PA system Delete: Add: S31,962 1. DIRECT LABOR HRS. $ Superintendent 0 $0.00 50.00 Project Management 0 50.00 50.00 carpenter 0 50.00 50.00 Laborer 0 $0.00 50.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL $0 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 Sunburst Electric $27,856 Standard Drywall - . 5748 Darryl Griffis Acoustics S785 Vasquez Painting $750 SUBCONTRACTOR WORK TOTAL: S30,139 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL $30,139 9. COG/BUILDERS RISK INSURANCE (0% LINE 7+8) S0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) 51,507 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) 5316 GRAND TOTAL $31,962 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND TITLE OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: struc (deb, Inc.) May .005 09:31a SUNBURST 6194'787105 p.1 Date: May 9, 2005 SUNBURST, INC. Commercial • T-I * Industrial Change Order Proposal Type 1 To: Daniel Luker Jaynes Corporation t 11 Elm Street, Suite 400 San Diego, CA 92101-2646 (619) 233-4080 / (619) 234-4090 (Office) (619) 336-0350 / (619) 336-0322 (Job Site) Job Name: National City Library SEI Job Number: 04-002 C/O Proposal #: 34 Control # CCD#0004 Work Description: Add paging system per CCD#0004. 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 rime 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 7 page(s), is S27,856.00 and requires 1 additional working day(s). (This pricing is valid for 30 days} Sincerely, fear e:Az& 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 Inc. - CC. N ,i\„ (ZcnA s(,ztos skik\ ivAN. e0...,"\rk 337 W. 35th Street, Suite A, National City, CA 91950 LUC#736067 Phone (619) 476-7101 Fax (619) 476-7105 May 09 05 09:3;a SUNBURST 6194767105 p.2 JAYNES COPRORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG # 3057 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/9/05 CHANGE DESCRIPTION: Relocate electrical outlets for room 131 countertop. Delete: Add: $27,856.00 1. DIRECT LABOR HRS. Electrician 74.78 329.80 $2,227.85 2. INDIRECT LABOR COST (Leber Burden, etc.) $1,492.66 3. MATERIAL 4. DIRECT EQUIPMENT ;1,054.67 $750.00 5. SALES TAX MATERIAL & EQUIPMENT COST (7.75% OF LINES 3 AND 4 If not already included Line 3) $139.86 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 55 65.04 SUBCONTRACTOR WORK COMPANY AMOUNT REMARKS Simplex $18,200.00 SUBCONTRACTOR WORK TOTAL: 5111,200.00 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL 8. SUBCONTRACTOR WORK TOTAL 9. COCIBUILDERS RISK INSURANCE (.XK% 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 55,685.04 5113,200.00 83,579.76 $411.67 $27,856.47 TIME EXTENSION AND JUSTIFICATION WORK DAYS 1 day(s) REMARKS; Sunburst, Inc. # Exclusions par proposal cover letter! NAME AND TITLE OF PREPARER: 34 CCEPTED BY: Control # CCD#0004 Scott Kidwell, Project Manager (Sunburst, Inc.) Daniel Luker, Project Manager (Jaynes Corp.) y 09 05 09:31a SUNBURST 39:03:10AM Description G194787105 Sunburst Electric, Inc. NC Library-CCD0004 Extension By Phase Page 1 quantity Price U Ext Price Labor Hr U Ext Lab Hr - 01 Raceway, Ftgs, & Boxes - 1/2" EMT 300.00 54.21 C 162.63 4.50 C 13.50 3/4" EMT 120.00 95.14 C 114.17 5.00 C 6.00 1/2" Compression Steel Conn 32.00 162.56 C 52.02 0.18 E 5.76 3"GRCCoupling 2.00 1,694.07 C 33.88 0.26 E 0.52 1 /2" Steel 2-Screw Flex Conn 16.00 1.73 E 27.68 0.26 E 4.16 1/2' 1-Hote Strap 32.00 27.30 C 8.74 4.00 C 1.28 3/8" Hex Nut 16.00 20.35 C 3.26 0.40 C 0.06 Flange Beam Clamp for 3/8" Thrd Rod 12.00 78.04 C 9.36 30.00 C 3.60 3/8x10 Threaded Rod (per foot) 20.00 66.39 C 13.28 11.00 C 2.20 3/8" Flat Washer 36.00 13.17 C 4.74 0.00 E 0.00 3/8" Nut 12.00 15.25 C 1.83 0.06 E 0.72 1/2" ENT 300.00 29.78 C 89.34 3.00 C 9.00 2 12" Alunrnurh Flex 50.00 35.72 C 17.86 4.00 C 100 -9 3' Aluminum Flex 60.00 629.14 C 377.48 40.00 C 24.00 2 3" Die -Cast Straight Squeeze Flex Conn 4.00 34.60 E 138.40 0.36 E 1.44 - 01 Raceway, Ftgs, & Boxes Total - 1,054.67 74.24 Cut 12 Gauge 1-518x1-5/8 Channel (labor) - 07 Misc Total - -07Misc- 2.00 0.00 E 0.00 0.26 E 0.52 0.00 0.52 Job Total 1,054.67 74.76 ay 09 05 09:31a SUNBURST 6194767105 JLI'Ir LG:.VRLI\I\GLI. TO: 9855 Carroll Canyon Rd San Diego, CA 92131 (858) 740-0100 FAX: (858) 740-0156 www.simplexgrinnell.com SimplexGrinnell Quotation Project: National City Library Paging Customer Reference: SimplexGrinnell Reference: Li 8218-000365 Dale: 04/25/05 Page 1 of 4 SimplexGrinnell is pleased to offer for your consideration this quotation for the above project. QUANTITY MODEL NUMBER DESCRIPTION FURNISH AND INSTALL A PAGING SYSTEM PER PLANS CONSISTING OF: 1 BOGEN AMPLIFIER 1 BOGEN PCM2000 ZONE PAGING SYSTEM 45 ROUND SPEAKERS WITH FLUSH BACK BOXES (5 SPEAKERS TO BE PAINTED BLACK) 4 SQUARE SPEAKERS WITH FLUSH BACK BOXES TOTAL INSTALLATION S 18,900.03 EXCLUSIONS: A.C. POWER, CONDUIT, BOXES, CONNECTIONS TO TELEPHONE SYSTEM, AND RACK, NOTE FLUSH BACK BOXES TO BE MOUNTED BY OTHERS. Comments SCOPE: Provide the paging system as shown in the drawings and spec. This includes the material, labor and services as listed above. Wire will be free -run over the T-bar and installed to your backboxes and stubs. INCLUDES: Equipment, devices and installation Wire, wire pull and terminations System programming, system test, system training Sates tax. shipping THIs QUOTATION Ara] ANY RESULTING CONTRACT SHALL BE SUBJECT TO THE GENERAL TERMS AND CONDITIONS ATTACHED HERETO. Fire. Security, Communications, Sales 8 Service Offices 8 Representatives in Principal Cities throughout North America May 09".05.09:31a SUNBURST 6194787105 04/25/200508:52 8507400156 SIMPLE`(6RINNELL 5 PAHt I1 pe5 Simplex -Grinnell Project: National City Library Paging Customer Reference: SimplaxGrinnell Reference: L18218-090355 Date: 04/25/05 Page 2 of 4 SimplexGrinnell Quotation Comments (continued) Engineered drawings and submittals One year warranty on parts and tabor EXCLUDES: 120 VAC, conduit, terminal cans, stubs and backboxes 'QUOTATION IS VALID FOR 30 DAYS Lane Smith Fire, Security, Communications, Sales & Service Offices & Representatives in Principal Cities throughout North America May 09 05 09:32a Lrjth7 c)o; 7� SUNBURST 07or400ioo 6194767105 ,1 Mh'LLAUKJNNELL p.6 t,AUE bei/bb SimplexGrinneil Project: National City Library Paging Customer Reference: SimplexGrInnell Reference: L1821B-000365 Date: 04/25/05 Page 3of4 51M7L[XGRINNFLI. BU LG!NG SYSTE kAS GENEP.AL TERMS AND COPIDITIONS OF SALE r'ar good end rr.nblepM'ldaoiim, tie ,Mier epee he ib aatrs end cad*. eoobOnedFe+ain we be sole arm and motbr, d pk e.ab br aarvice end remannt the soh sod onpbie Apa i ent bor... ,wr .wives and „per ed, M prior sea m.dar ,noire route' b, u+mm"dnc, Iar�.oeF, turanatt end 3rnet.irLfwa eaa.dry tIe a4aa reader esaor. The perk%arm Ih.-,t era eddi%swl mine tab bo bandrlp wan SFxkaGi erne 1P thornMrHrr Mimed to so'SG') ten it t.y ¢Pak w R-J^mor'S krt.; le dame vdx om,plren Lam. or toy case of Wehee rfe dacumnla vases :kj cf by on wlhomed leg werre ere et '$G' M rt Ieeedquatae is Wear:aster. Nacsrr7txxl 1. vAixity PrI•.'0: Re ence;mato; xre re tin? lcr 37 day, Lola. omendirt t.'!3irdn erring try SC'. PAYMENT TERMS: A. GENESALPAINENTTEwssame area[ Omoefanda„dlaolesahaae emery nomenit'»dbisacwbpstee eadie nanv{•SG-removesWe eipM.b rEticheotmvBf Pumbesere cede ,. hs nk awroben. A naeirraeer, pane r w b tly percent (5Oti)'iq t.s kroiwd Loa, tcceR ,aeon -,N ysorder.nw r,...ni, oreetindedpeomotltpoSyofeedK+nbeafibe *Weed to** hosed amen eeAp.rr4 *Feral or reseed anal week paebemd At •SG,'we opson. Purees, aleiripey ears'. h when.. Cr awn deN ry, n r, aleroAse apacLed by'SC.In to want hdPvdamordelaithai tobimiam bpry eeCinneko often do. Perlin edition. el foe/weir/et end reerosties oraeoble biL'SGoho( haw; Poepekrib Wrack 9vVOW Cliamtt cf.darshrdlerto,avr.,.k.telcurim,iterwaw;PVRhesBitriamadiel adypG1. Fertrrinthe soon melon 'm ree rated owordngb Term :'SG mar, re et a 3adrat un::ywool of On anmu,nMMbaaedbyya artemenof 1,5%prroot wheMrtris ea. Ptoienrabo pane b pry NI moo loaned br'SG F elan 1n5f ape/rpm adieu Is waxer daciddraq led nee €mini b. coke:'ae tromY lam• aio,a era eebrneye teat 8. CSTOs1SOF WAREPAVVENT TERMS., eyrm:dedinmethnA.ato enih to brnseirp m" 5aia-Awe'rlebkna+Hxtani(3%)4rcfela.ymartriebnbecieedtp.n. axeaa,ce al Pubrart mar. AnateekneVeeatsowpowr,atdears proem lax}derdervaLo w :nale.dIrP bPLdair.era,brraloo,ern,omsoM.raOerebisrw SF/KIN e . Tt.rarb,, weft( (AN) moped wit he inideal open aeiay by 'SG d Cabee SoR+o3n. C. SECaRIIY SYS-Ia; ACCE>S COifTROI, SYSTEM PAY4E4T TERMS rem is prodded.; SewdonA..ir;mWrh go0,10 inpevuslbx. Anor aivndabie 20%drAn persenlierequited 'it Parhnwt vets. Frcirosa Fernarty seAl lea erred based iv, znipronts b Fordnser. D. miss iATOtt /try pemkwed era:Haien mull Se r..ie in nitro. fb amtiei,y Pad 'SG'm• drama abbe from caroseetcr aN 04 elliciA b mairwes or ci7r!dim. Tat bra i+p ofe.p.that Ixarth'd is igddetd drrrpl.,, t„+,end? y neepmir.4as df. edtre, MaZoOteind endaY came 'SO' ail wt.,* nor i mSseco apon tie Armload, and rot arc 3 Penne/YIaatn"*.r.".Pwieareren4lelhsA.7etexeormie0Orlantl, ima(bralyrrromPal orewibh b SCi'. Pins .roe b per ed. b 20S'A of tit Pict >Y podiati Le',WO . II Pr.?arse cask eii. Yip at RreiwFY 9Yars b yq he aloe 20% d fa fried of Ina prta.e.ca cenalnd. rota to protLc,.a eisedy sNFp.d, and b per 'SG M OQdianat wane cocoa b20 oftovein e(fo raorod facade le corer Ta°Tiede/ cods of hsuparOnon rmd nebeAre. 1 SWPLEXGRWNRL58r{S:Px},etortnertareator'SG'olrwerivnEw:daaalor,er.d to to PorttomorerasreWfarooi.2,,.,,trimcr:.mseiekt•'SGtoforarnonlrttetens,. c> Hai in ',Origin IisAp.a af. 'SG *nee leaky areeSefeK eaTetort'moot wooded by ewer pares.. (inlets ea,4p.oty oneeclep v, 'SO' arise an Aenorton sWesicon:me Gb �'1 £fled to. ePimo We eery ta,Pmr,aeavy rok, ttlWtltip, tame Gild b,7faDipasel oar mono d on/'Wore v Bihar Prod.'et xtiaArea,':maids*aown Fe, 1.4a ZON,.01 b0 succiedby'SG,Frbb-..r *Vets 1a. Aoncmxt, bad 'SG emit bee AO Grit' b perfxm "�+Adc.rcd"p Ssrvirtifp edNnbu rr F�YCYlarnr andrry asegteeidamieoW WA not Ia4adb forrduea. ease bend aign a'SG tranli rn; Aroma rftirovad end fiord by ea R'J.eired "eo'Resesto of'SO'. if Al: Froi`•b"r i+2azsrn4»:ok. sGiderrvs Sava, b be =.Fees bx Arnoof..d +a+l haves n 4ity e• perm, tarywtioncL cbtiA vehier na,.nyoe. a.,hwso drier.!» ::caM4in41res5entra NslAmdunlx l+nPs+oh'wv,d.ryxs:Snr..urc M„,nduam! ages m soy;kr a'SG- ihalna�nvw Senior, A led on•ai inked. aihaetedrepord. ec'SG 6'•'etroaloPPaa'd sad ip+.d it an 4.' • SHIPTJ}T: M F. J" c. Eo+pmwA �+..,.. CB.zA-.;q v-rL 5. SECUR1; YINT.EREST: The P,r�aear pales . 'S,7. vie 'S mune, b aeoLeey into. F os P.M.% r-aievu. rod pmxdatelcood Pr'e.•ni b thew AQetaamLAM recount Lr tes.1has evade mynrr.;fv :.?aloof. Scab irtaeo le area: rib beeeeeehrco a pAtame mercy t ag name Ptrshear rmors rid Yv r.er rco tie Ay eamenI as a fronCori, rdaeemeol. F to ....II Meta b eras prrmene on Ito aft dale In owadL,m with toe efeeirrod, et' olio beknea shaP aeee,x dap sod payable of O .. r, cy. of dermal 0 perm.l end en Ins antis prnit d y tot sG' eta hate a,6 firm es aka pcoea'ian or The Prre47 er Solvay ;mn.delbN. r.t.n.er i Prey be band awl mean a W h a ,:coot pare= or tar and May mien malty pore harnedr oo ipid0e.s deem end read to Maid Pnd.eb Schoon, Fafr, wryewd ee.Rdreg 'SG' in parfoeb'O a9 vacuity imam* it arty 'SG P.Lel a Solkre. «NrhD1 b 1. P i...dor. Paradox x gsame b 6-,Sam 'RI' :medal.* iF or, oh,c1 it' hx a ipoy large toy nxaA,y kfireet portals/ or camerae, F the 'SC' Plated a Sot.. deuntad on des faces of tS. Ap.menl end .tipped h Paths:or. The P;;RhtLb oinea In Fey •SG'i cases of ealecece, ineildrtp entail Se: teem mesLskle rawer; fees end loge! mponsec end her the arra ere .cued try t. eec.city Semen rented Merit Teo Pumbree Of) not wit Prior b pgm.nl, (ascepi Ifv orcerory mine of blstole). norms. eftdpe, er neon mid Prods? or &Avis without piw'eitae ,pcTnceian d'S 0'. s. UwTAnCN O WARRANTY: Prchaas L,dc.ands tug 'sc' < Mt . laser. seas an itoiOnr. Wow. 'S ,' ,.wraia 1,0 d. Prtadd lee dilePadey fan Sn1MayJ ea, be tor. Vehicle it waded end wakobnsAip wrier names vie tr a period of one year from M dot d first br erdd eFF d all a a.ry pod dia Product a 16 mama seer Potty snips,. ahWrAnr a earlier. pmAided honeter, Ihet'SCt• nI iebify. aid punhonr'a sole sweat'. trier aid agent', alert W L.iled to few raper or mehmoreont el any Predict a pit tied, *Nib 'SG' deruraMa to be Oekc5.a, b 'SC.' sale Glen ad .+tiara b ib aenlabil!y d .ervks Femomd rate' .o dda,ined by 'SG, 'SG wore apodabe ibna indudnp, bun eel iafaM H. ode* pia areal, kle:ei n was wbor..Gd o reeaike dapiey bases, Waffles mod ea+da aha peodana n aemrdran Nth ON, tSOFtobe ntirdarruas rwrmty. 'SG' doss hot SrrrJ1 Srbitss dared tc44 b esif In veto Ina a sysban roach me, but me taint to, Laxs and rimier beeirom 'SG' ours* yet vy 'SG• So4yro9 download in fie Arsarmne. c a..5 es ib2 Was, axta:wa e er Mid w Pen of army Nadal daadbod n fig Apaemaat wit resetrabM avant b As Peicted asaeiicna,er.reci cat to P. of ewiee>ry led br rineh (50) drys nary &Foy. ite.a«. Pu",% ow NO.N. rd sitnrMd3c trot do Seta, IMy hoes Prowls deb= beams C >nP%a1y.'SGC sole chimera, seal wgrt. S.,tonA a,d p,xheaere awes a.mudt. diet be . nave .e Rein. psbiai.d eodkofice ., ardg.d b carrot rival( data,. seeida Leanne weeeey emits the raw.* paid. TH:S WARRANTY DOES NOT APPLY TO ANY PRODUCT OR SOFTWARE WHICH HAS BEEN SUBJECTED TO ABUSE, MISHANDLING, OR AAPROPER USE AS CETELTANED BY "SG" AND IS P' LIEU OF ALL DTHER WARRANTIES, EXPRESS OR IMPLIED, INOLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY OR Ff NESS FOR A PARTICULAR PURPOSE Wertry :armee Yet to Petamed taro dip, be/.gm the t>;srs or Ott ern to 5:00 pm loos Atne_ V+eW. Made frkey exburt cf 'SC, /bideyc. Niftier* wvba eaawmd b be. pabrmad of oda ern, dots; 50'i card lark Irv. Cal be ebb -robe el 'SGi .0 d.d Manna rSi Ail 'team br alliance* let ere or my bcmte roc.curi woo, t.e ware* p.wivats ci t2s Apeereve Anal to prtanard ray by on em,o.t..d rapramnIra. of 'SC. Pry "Moir. e4eAborti. a F'rmmee5orp per. mad Ito he Rid.. or mnyne cOor loan en manned 'SC' roprom,urt. ales red re amranO 7. LI TATOrt OF LA.BUTY; 'Sfl' SHALL NOT BE LIABLE FOR ANY IW rtEC, Ill=eetTAL, EDONOM4G CR CCNSECuat;IAL LOSS OR DNAACF To Tar£ PURCHASER OR USER OF THIS PRODUCT AND/OR SOFTWARE ARISING OUT OF. AMONG OTHER THINGS, THE OPERATION OR FAILURE OF TIE PRcUCT AN^„gp SOFTWARE TO OPERATE, THIS AGREE !EHT. THE IIS'N1ATgv. 11SE DESIGN OR FUNCflo OF ANY 'SG' PRCOUCT AKVOR SOFTWARE 6. UtoTA,IDii OF RE'11®Y, a ie uahretrod end ep.o.d b.t iron A Is t emew:eal rod odremay deoil o be Mines deenre, it my, or martin 'fed N eery, pvaon d wry is or ir5.ry AcAA b P^:dm'a,afy Bawd by the feire of 'SG? Prveuel e,dRe Sodwr, b opera[;. K b... P'wwe}., a 'SC to p!rtre ty or its sekpdaes Cr A'e<KAL eosoibed facie. UNDER NO CRCIIhGTANGsS WILL 'SGT' Lb1BARY FOR Asti DAMAGES. 1. LL1 1'c PUT NOT 1.14TE0 TO THOSE A+d.sva Ill ANY WAY OUT OF THE rAITA LATION, USE DESIGN OR Fe0NCH7N OR FAI.LRETD F )NCIDN Cf MY PRODUCT Ant' SOFTWARE SOLD HY 'SG, BE IN EXCESS 'De THE PURCHASE_ PRICE PAIO FOR THE PRODUCT. SOFTWARE ANOuDR SERVI S. T,IIS SUM SWILL PE ThE PURCHASERS SOLE, ,^,OI.fPLETE AND Fore I KruT RI5May MID SHALL BE PAID AAO RfCENIFDAs UQUOATED DAMAGES OR A UkfirAiiON OF LoMBt.ITY AMOUNT AGREED ON BY rriE PARTIES ASK) NOT AS A PENALTY. AN NO 1TRGT.ASTANCES WILL 'SC SE HEIR lUBIE FOR 'WY OLAItAS, LOSSES. DAMAGES 09 INJURIES ARIS1:G FROM OR CAUSED BY. THE PUFICaiA TS OR AW' OTHER PARTY'S MATERIAL, HOW MEW. AGTIOMS. CR Om.SSI0.15. if purc4ser ,egret 'SC to ioaeen lea rr¢ry or to Nova imddv, d batik a eras, ,�..t aornate atotad lW_ APvnan: ar' Pe -chaser Inpe.0 as dataiing at;ressesse "^'1^ br n 1K heard pecbeee er comma P'<e IA,sq rL aICIl.a..0 1W n can p+a•.se a are d Rrlq to °etched La neater ter 'SG . n IMMO/ Of het the spur of obbifnm red nrnfn:p kcrtee ca M w'Jr ae P.rsAnoar. Fire, Security, Communications, Sales & Service Offices & Representatives in Principal Cities throughout North America 19 05 09:33a SUNBURST Nl YD/Ztltl, GH: 71' GG/41:1111b G194767105 p•7 51MYLEXGR1NNELL PAGE 05/05 SrmplexGrinnell NLSURANCE °FOGATg15: k k uadbrbcd mortared by the Recta cr tivl'SG' is Po( m n-WmYenddediisleteSims.[USyof0.1t0&VWendwindinmy'vduirOnWnergin1' beset kprepaayaP•'-o ik1'rya.7oe,erdan.no.mfah rem war me M peenimeefesete'SG- Prole. Sohwn a Sp co• viid, tons t halo cilia /immure, are dek enscL inzoobt.d a:anted red or primeval The Pasha.renam bald'SG" en eddiormileeandoe plo#a sakes omit poeiteSC a copy of to Cer4feseed etch u Woe ,, t Pwrlresp kn't+r op rnwRocemCbrtfcsecroacnoeetdretwraibpatslontlmsasepeebdedu tertapkclas ,,e not to comets' Of rebdafy deed udl et incrRr thirty (30)them after sie o nano itph.ab WAIVER OFSLCROGATICit Pressor doaches-b f kf ;beef ads%otter pales ;WIN Lair "d reruns ad 5elvex'SG'tom Sol a gird di n muds Weed bj RAch esdm kaearenco, k tang napaesdy frothed onh-oh'l dvinokwwreenmpaN.ka:nr. way/der Warty of ban one hate d wimp/fen aprrJ'SG UMTATWN O11ACT10,8; ThePrdue hale, Kraft:Nye re) d6int, sat or ecim day odd t4a7 be blOVdd apiM'SC. MW@eea. -"'•; rrwe ten era year dM elm obi to mires, •Men Masao ere awn Mai )Nader. rweg perldedIarame,toil 7 slam is e obi nuui,acowed ecitm wiiwa nal,ewerwny.artuat■brudellAe4 W oineunodbAd aTm;oo of tie Warair prod dared roar*, T1ia Skase is a nosey b be) iatrrtyN n raas,ien el ere Ewes. Wee eiy land In ponce¢, 8 shoe. DRAWINGS; AT dra rgc sod are deyaaas mood Ly'SC inconhcion slow nos • ac/Sealeduder Word Snow Cappiprd teas see belodedsol.ey forte tend On ::arrest anrnoor a weal Pads ler who ittYIY6m at On SyswaL Taco draei x Ware dafroms anpermed e eecadww.C' to pc( lc: *ets:gyearaeres ws48le lrSG- d TG Wo olhs hidand me NO 1'laandedbba Sree dodos a Msrereid hmone.'SG' 1 c not et d:sfon penbsaceel. Ikea- roarardtancesa se aLrm10)kAnvamwdawrywanulOdvn6f 'SC b Ls rn load in ;AB, a May es b apse we, SC Iho ddiac a kiiahie d a dasspn prothefceal CKARGE ORDERS; P aAg.aresdcon be mvulal. amesdada Anday,by w Apeman( In wndng :area b. ton palace Mom ivy mihaisad npolenlebre. SOFTWARE UCFmCF AND USE-. Wane Product paNd by 5G' we smrd tel sid b the 01.,0410'. Cadman has fray • re) newt OW, nawreedsrele knnts. b we be Seine § (131111t 'SG Mors i Ann,. lire end WpbAsd a the SdAetln h Sorts caret. "SG' Mt ha.eeno* **inmate Selman..Sehaere' sore wort any pan of Subway prwicied Ey'5C rndivaeedoieTaneidealed onlsAgreement o.madedle rey'.,r,Pndefkdesed ae Inialonanesotoradmadminetyandy,seproffsadasaimandstokraditonnallecOreorre, deg use na SdheranaceTeeRMiadondRt a Pa.1¢C Unkind MOM. My son..soaked Sy askew a •y area h Wars b yisAgeerrent The Donne tarn belinapan dttWry cite S.-swrtp a,d mNrus war 4, 1 d r.a of tee Sdtsarn eau Ia nyakeL ogees In eb end 'SO' moo a-amnm tie lunar. Oasbeer. (1) Ws le pekoe inyob:pduu teak fa APtam.rt (2t avarsbeb essr.sse spisTmrnmor (3)nomit:.aniee ntinwdaseadeedylea *fie, t5) drys atsi7etisaagn.avee•. Cuseme aid. s1 ismanse. Mon to Saban* 'SG'Ind Onroy alwskcsof De Saar. h. air, mama cr sot go me4*ee PROTECT ON N+O RO4-0 CLOStrae O do or shag .sirLin the Sabn it acc cxi:ecrx ref yaal6tkse body to Hs enableea maids: was (]saner shy lrnlimsnt .ap.k mooed,. ar :alarm rarer ve ref pm of the Sdkaaa emaident r:r ear. paketio eel 'S G'i dchk Colofem my dekae .Software rn{y kw inane) via to SM PnlG eaMne b -SG' InerhefenA Tle'SG' bead remakrog :a4Mare )roe neap ewer on fry cants of Y. .SdMr.. Cockeer sierra mono doer Pin de Soy, .• Protect: National City Library Paging Customer Reference: SimplexGrinnell Reference: L113218-000365 Date: 04/25/05 Page 4 of 4 t6. FORCE VAP3.IRe'SG'sdefnot be Sand sheer bsca damage dry kbad+mr6y Ina dhhp,,lnotaly le eshw, s'nesl, or In pwaenn she or•erark under tar Answered on swami of Aa, fked taaapsayvL x ecs b peoKai, acederds arta of chi et abbe 3Nerlen, eon of God o ewe ry OW canon bepad'S6i clot 17. TAXES. LICENSES AHD PER TS: TFa Postwar i repadate kr abbkring to Hansa., and pares eel foes po nd y oppkebb Save end leas urea ettraa(76 tap OMNI In conkg. ii iiesmuNnolt The :Whim d sari. P,edn 1: NOT 11.10L1.0E0 union specleet/ peddeo hx in fib Agweat 19. 0 RUG FREE WORKPLACE POLICY: 5Theo a realm drug kao raipaisv poky ...Saba tar rran.ywpke (roved. 20, EXPORT COsWPUANLE' Af seben ie,drand et al Weet ba mead sr Moapartmeoi lees el rsyddae of de Cawnemal of lee Wild Sidi P n:h ate epvss tart d shall rot tram n ay eknoiim- by ear d tera.ssireent r►aspol, dvenim, or owe. mop( en 710 lave uM rePiiure 0.1 erprea.* Maid Pwduwt mpr.islY i oes. tot* 40e1 weed merited by Ire 40 Mar* 'SC I cow and el damp e`. ken to Melaka of Iffy *NMI For s motion min mad to are, pock d*.rod a Prdarr or e Pudosde drecipl Sad darmQa. botody. Lot e n not Wed*, bgal lae-4 owl vats. weed IRK. .d copied Motet UOplpap coCIT end apes*. 21. EVENTS OF DEFALLT Pushes', shelf L e defeat o) deft Av4Cnraat Wm .s c¢mw+ce d, tot act leibd b..+y d toe 1ebrdor. A TM P.earses title to mare de end seta) prym.d of ay geld due pusdae to Pk Apreenaq R. Tar Per.+e.fs Km b pekes ey oYgelauwr 4t Arrant C. M Draw. pr09mad too tioaae anloaK eat fie Woe) of emend ae W. by wry mrai ef eamowrd juerd000, e0110.en0 a PDX*" s0ti4,3 . etlkrlcn 4 be Pnirer a appdrY.j maw, naieser sold*. (or etas, Aar M.+ey rem, a arm:eke)* arm ; 6ritr b )hoes of e IfaN... become, a lankier) kier) of the Pteiwora d ai a a mar porean el k ®des, .d such pawn. fadD*sat a *nee she) coerce teecby.d and in Bled kr try poiod of day (SO) conwteaiec any D. TNe Pvdvuo klRt fo awe. -SC hit ackqueti assume:rel as peek a area ender the Agrtd!!m, s(x mocking a Wien rooted for own Irml'$ri E. The PAche:en 0,0140p. ., rrruieirdetenace ear F. The p.m.,. net crave e m here re s plop comm. 22. GETtet • Pry pwaan d laia &remora) mf:ca r partied by re Mr of war sift ouk r e .urn cyel b0 k.Aedra b te ont,X d Won poison vifnA ieddninp de rpndinp po•One el 11'4 Apwood& This Agree.,,,* shotbe tondnad under the W. 0! Fa Goon sc eaefh d Val urtk Mond 3y 5inplaLhrai LP Wear*EC259I 9S55 CarelCat,f* Ad Soo Rose, CAK131 ToMoaa (33)74GSTOO Frpeartea :: Lase S'ha Accepts D7 Onager ♦ducat; Trot: P.O.% Sci/era u,25 / , /ro 6 331 kJ. 3ti 7'/a J, (/A7a,riG cin� /7M Fire, Security, Communications, Sales & Service offices & Representatives in Principal Cities throughout North America 05n4/2005 09:19 FAX 619 443 7065 STANDARD DRYWALL INC. V 001/002 ST.(tNIAlitD INC. COMMERCIAL DRI' 'WA 1,1, M.ETA1, FRAMIN(. LATH & PLASTER SUSPENDED ACOUSTICAL CEILINGS WALLPANELS FIREPROOFING ENFS CORPORATE OFFICE; 9902 CHANNEL ROAD 1' . 0. i# 0 7 3 0 LAKESIDE, CA 92040 1' 11 619.443.7034 1 X 61.9.4.4-3.7065 ALOOTIONA1. OFFICES: ('.01t(1\ A. (:A JACKSON. WI N.AS VEGAS. �Y 5.11:r I..U.E (:ITv. Ur CONTRACT REVISION To: Jaynes Corporation ofCalifornia 111 Elm St, 4°1 Floor San Diego, CA 92101 Attn: Terry Rowland Date: 05/23/05 Joh4: S2682 Your 4: KG04-040 Fax: (6191668-4090 Job Name: National City library Job Address: 1,401 National City Blvd., National City, CA 91950 The Original contract is hereby amended with the following changes from plans and/or specifications or contract. Temis and conditions of original contract are fully applicable to this revision except as otherwise specifically stated herein: Revision #: 52682-46 Scope: Please see attached Extra Work authorization 423210. Labor: 12 hours (ir $49/itotir $ 588.00 Material: $ 62.0(1 Overhead Sc. Profit (al. 15"/u: $ 98.00 Total this change (round off) 748.00 Original Contract. Amount S 727 200.00 Previous Revisions $ '1141) Net change this revision L. 748.00 Revisal contract amount $ TBl) Approved; S idard Drywall, the_ Approved: Jaynes Corporation of Ca By: Title: R.oibert Fi. Cava, President Date: 05/23/05 13y: Title:, Date: 05/?4/2005 09:19 FAX 619 443 7065 STANDARD DRYWALL INC. RI002/002 STANDARD DRYWALL, INC. EXTRA WORK AUTHORIZATION 23210 CUSTOMER ALTTH'TO PROCEED START DATE FINISH r)T JOB NO. JOB NAME ./.' + ff,/N1 r! DESCRIPTION OF WORK: C(D oz9 Y MATERIAL QTY DESCRIPTION /a7eSK'ef "2"4-.r" LABOR TRADE R OT DT PT DP SUPERVISION CARPENTER 1' TAPER d -- LATHER RATE AMOUNT PLASTERER HODCARRIER LABORER SUBTOTAL SALES TAX 15), % TOTAL MATERIAL COST MISCELLANEOUS OTY DESCRIPTION AMOUNT TRUCKING EQUIPMENT RENTAL TOTAL LABOR COST SUMMARY DESCRIPTION AMOUNT TOTAL MATERIAL TOTAL LABOR TOTAL MISCELLANEOUS OVERHEAD & PROFIT BOND TOTAL MISCELLANEOUS COST AUTHORI7D BY CUSTOMER WORK AUTHORIZATION NO. COMP 'vYt bd4✓w WORK TO BE CONTINUED? YES NO 1F YES, CONTINUED ON EWA NO. GRAND TOTAL SDI REPRESENTATIVE PRINT White - Office • Canary - Project Manager • Pink - General Contractor • Goldenrod - Forman ay. 26.`2005 10:10AM DARYL GRIFFIS ACOUSTICS No. 1423 P. 1 Pr vosaLl Daryl Griffis Acoustics, Inc. 4958 Naples St. San Diego CA 92110 Phone 619-275-3060 Fax 819-276-3889 IN BUSINFCS SINCE 1975° CA License# 402601 TO: Jaynes Corporation Attn: Terry Fax: (519) 234-4090 • Bid for Project Name and Location: National City Library DATE 4/25/2005 CHANGE ORDER - ADD COST ACOUSTIC CEILINGS DIRECTIVE NUMBER 004 Provide wires for support and cut ceiling tile for speakers in suspended ceiling. Material: $38.00 Labor: $384.00 15% mark up: $63.00 TOTAL: $485,00 • • Prepared by: JQ Jerry Monr6e Date of Acceptance: Signature: Signature: TOTAL $ 485.00 Quotation valid for: 30 days If any legal action is necessary to enforce the terms of this contract the prevailing party shall be entitled to actual attomey's fee incurred, in addition to any other relief to which that party may be entitled.. APR-26-2005 14:10 CONSTRUCTION ADM IN 619 231 4138 .''P.02/02 LAIA Document G709" - 2001 Work Changes Proposal Request PROJECT (Name and address): National City Public Library 1401 National City Blvd. National City CA 91950 OWNER (Nome 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 PROPOSAL REQUE DATE OF ISSUANCE: CONTRACT FOR: General Construction CONTRACT DATE: ARCHITECT'S PROJECT NUMBER: 4486,01 OWNER ARCHITECT: CONSULTANT; 0 CONTRACTOR ei FIELD: Igi OTHER 0 TO CONTRACTOR (Name and address): . Jaynes Corporation General Contractors 8530 La Mesa Blvd. Suite 306 La Mesa, CA 91941 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 pmpnsal submission is anticipated. THIS 15 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 itemized costs to ADD "Procoseal" Anti -Graffiti to ALL remaining, untreated Exterior Stone Surfaces. ATTACHMENTS (List attached documents that support description): REQUESTED BY THE ARCHITECT: Gregory L. Ny, Construction Administrator ( tsrtature) (Printed name and title) AIA Document G708116— 2001. Copyright 0 1993 and 2001 by The American Institute of Architects- Art rights reserved. WARNING: Woe AIAe Document is protected by US. Copyright Law and International Treaties. IAtauthorileal reproduction or distribution Ot this AIA6 DoWment. or any portion of it. may result in revere civil and criminal penattles, and wt0 be prosecuted to the maximum extent possible Under the taw. This doaxnent was produced by AIA software at 09:08,14 on 04262006 under Order No.1000168979 2 wnidA a Wires on 322/2006. and is not for resale. User Notes. (713162123) 1 TOTAL P.02 May 13 2005 3:35PM JAYNES CORPORATION JAYNES CORPORATION SlirMATB FOR Cj1ANOB ORDER JAYNES CORP. COR LIG *3057-121 (619)234-4090 p.l CONTRACT: CONTRACT TITLE: D*TE $ 3067 NATIONAL CITY PUBLIC LLBRARY 5/13/2006 CHANGE DESCRIPTION: Apply antigruf8ktl coating to all rs:waleing atone surfaces above horizontal caulk Joint Delete: Add: 641,338 $0.00 1- DIRECT LABOR Superintandant Project Management Carper:tar HRS. 0 69.00 60.00 0 60.00 Saco D $0 00 $0.00 Laborer D $0.00 60.00 2 INDIRICT LABOR COST (Labor Donlon, etc.) 3. DIRECT MATERIAL. SD 4. OIRLCT EQUIPMENT SO 8. SALES TAX MATERIAL 8 EQUIPMENT COST (7.75% OF UNBB 3 AND 4 R not already Included Line 3) SO 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) TO SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Vasquez Company PC #16 (Includes COR d106) S41�907 Vasquez Company credit PC SS already processing as Changs Order from COR 5108-12,92T SUBCONTRACTOR WORK TOTAL: $38,960 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL $38,980 9. COG/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 red 5% of LINE 8) 61,949 11. GENERAL CONTRACTOR BOND (1% of LINE 7+11+9+10) 5409 0InTrai • 338 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Quantltkw are based on Reid measurement. NAME AND TITL! OF PREPART.R: Daniel Laker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martk: GaKaS/lCtersCraae!Ion May 13 2005 3:35PM JAYNES CORPORATION May 12 05 01:26p (619) 234-4090 (SW 547-t3254 p.2 p.2 Janyee 111 Elm Street 4(h Roor San Diego, Ca 92101 Attention: Mr. Dan Lucker VASQUEZ COMPANY 44ate 44C PROPOSED CHANGE PC NO. 16 PROJECT: National City Library VC Job No. 40067 DATE: 5f6I2005 The Vasquez Company hereby submits a Proposed Change Order for the following changes in contract work Apply Protegee' Anti-Gra11N to et remaining stone aur(eoee. Per lire nrquest of : Mr. Daniel Lucker ITEM LABOR MATERIAL. EQUIP. Sundries SUB TOTAL Lztbor(M rial 14,87e 17,980 3,200 384 0 36,440 0 0 0 0 0 0 0 0 Tit 0 0 0 0 SUBTOTAL 14,876 17,980 3.200' 384 0 36,440 OVERHEAD, PROFIT ,TAXES & TOTAL: 15% 5.466 $41,907 CALENDAR DAYS EXTENSION TO CONTRACT COMPLETION DATE ._ . .. _.._ .._ ..m...._.... QWe have proceeded with this change per the authorization of Contractor's Representative. nX We wit not proceed with this change until approved by Con actor's Representatve. 0 APPROVED BY: eV q.ezCorojny U DATE CcnraCtor DATE 3009 G Sind •Sane Diego, fit 92102.Office (619) 237-3607 • Fax (619) i37.3610 (613)234-4090 RYNES CORPORATION May 13 2005 3:35PM (850)547-8294 May 12 05 01:27p NGE ORDER ESTIMATE The Vasquez Company Project Name: National City Libray Date: 5/52005 Project t ocetlon: 1401 National City Blvd. National City, Ca 91950 Job No.: 40067 Estimated By: SV Coda UNIT COBT8 TOTAL COSTS Item Quantitx Unit Labor Material Equipment Sundries Sub. Lobo{Medal Equipment SundriesSub. Una Total AppIy Protectosed to ell remaining store atrfaces. } 1 Protection / mobbing 32 hr 57.00 9.00 100.00 12.00 MOO 1824.00 285.00 3200.00 334,00 0.00 5330.00 2 tabor Journeymen 1st coat 14,502 sr 0.45 0.91 0.00 0,00 0.00 e525.90 8345.22 0.00 D.00 0.00 15372.12 3 Labor Jounveyrrian 14,502 at 0.45 0.e1 0.00 O,QQ, 0.00 j i 8525.90 8348.22 0.00 0.00 0.00 16372.12 TOTALS 0,00 0.09 P.OP O.oO 0.00 313440.24 Overhead h Pro Total Estimate 15.00% 5455.36 41908.60 Man 13 2005 3:35PM JAYNES CORPORRTION •',17 05 03231p (619)234-4090 (859)547-8294 p.1 p.4 4 VASQUEZ COMPANY vklb.3 Cdif PROPOSED CHANGE Janyss 111 Elm Street Ath Floor Sac Diego, Ca 92101 Attention: Mr. Dan Locker PC NO. 6 PROJECT: National City Library VC Jab No, 40067 DATE 4/7/05 The Vasquez Company hereby submits a Proposed Change Order for the following changes in contract work Apply anti -graffiti a wit and north elevations. Per the request of: Mr. Daniel Locker ITEM LABOR MATERIAL EQUIP. OTHER sue TOTAL Labor / Material 1,132 667 746 0 0 2,545 0 0 0 0 0 0 0 0 - 0 0 0 0 0 0 SUOTOTAL 1,132 667 746 0 0 2.54.5 OYER9EAD. PROFIT ,TAXES & INSURANCE ..... »....»...._............ _..... ....»....... ...»..»...« TOTAL: 15% 382 $2.927 CALENDAR DAYS EXTENSION TO CONTRACT COMPLETION DATE:.. ....... — .---- 0 EWe have proceeded with this change par the authorization of Contractor's Representative, QX We will not proceed with this change until approved by Contractor's Representative. APPROVED BY: t e ben LexCompany DATE Contractor 1Wft 3009 G Streer • San Diego, CA 9i102.Office (619) 237.3d07 • Fax (619) 237-S510 JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER 4AYNES GORP, COR LOG # 3057-125 CONTRACT: # 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/18/2005 CHANGE DESCRIPTION: Purchase end Install 8 new globes on chandelier, Includes 10 samples Delete: Add: $8,668 $0.00 1. DIRECT LABOR HRS. Superintendent O $0.00 $0.00 Project Management O $0.00 $0.00 Carpenter O 50.00 $0.00 Laborer O 50.00 $0.00 2. INDIRECT LABOR COST (Labor Burden, etc.) SO 3. DIRECT MATERIAL Lumenart samples $382 Lumenart globes 4. DIRECT EQUIPMENT - $6,736 $0 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) $7,118 r SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Sunburst Electric C/O #35 -5376 SUBCONTRACTOR WORK TOTAL: $376 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL $7,118 8. SUBCONTRACTOR WORK TOTAL $376 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) $0 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) $1,087 11. GENERAL CONTRACTOR BOND (1% of LINE 7+8+9+10) $86 GRAND TOTAL $8,666 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: NAME AND 1 kTL5 OF PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ACCEPTED BY: Martin a (deb, Inc.) SUNBURST, INC. Commercial + T-I + Industrial Change Order Proposal Type 1 Date: May 13, 2005 To: Daniel Luker Jaynes Corporation 111 Elm Street, Suite 400 San Diego, CA 92101-2646 (619) 233-4080 / (619) 234-4090 (Office) (619) 336-0350 / (619) 336-0322 (Job Site) Job Name: National City Library SEI Job Number: 04-002 C/O Proposal #: 35 Control # 8 globes on chandelier Work Descriptions Install 8 owner furnished globe lights on chandelier. 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 page(s), is $376.00 and requires 1 additional working day(s). (This pricing is valid for 30 days) Sincerely, feelateakiele Scott Kidwell This proposal contains proprietary information and is considered confidential to the recipient. It is submitted upon Mirexpressed condition that the information contained herein, along with any supporting documents, will not be released to competilbrs or otherwise be used directly or indirectly in a way detrimental to the interest of Sunburst Inc. 337 W. 35,A Street, Suite A, National City, CA 91950 LIC#738087 Phone (619) 476-7101 fax (619) 476-7105 May 13 05 08:13a SUNBURST G194767105 p. 2 i JAYNES COPRORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG $ 3057 CONTRACT: CONTRACT TITLE: # 3057 NATIONAL CITY PUBLIC LIBRARY CHANGE DESCRIPTION: Install 8 owner furnished globe on chandelier fixture D•l.t.: Add: 5376.00 DATE: 5/13/05 1. DIRECT LABOR HRS. Electrician 5.6 S20.80 3186.118 2. INDIRECT LABOR COST (Labor Burden, etc.) 3. MATERIAL S111.31 4 DIRECT EQUIPMENT 540.00 5. SALES TAX MATERIAL S.EQUIPMENT COST (7.75% OF LINES 3 AND 4 if not already Included Line 3) $3.00 53.10 6. DIRECT WORK SUBTOTAL (LINES 1 - 5) 5321.79 COMPANY SUBCONTRACTOR WORK AMOUNT REMARKS 50.00 SUBCONTRACTOR WORK TOTAL: $0.00 CHANGE ORDER TOTALS 7. PRRME DIRECT SUBTOTAL 8. SUBCONTRACTOR WORK TOTAL 9. COG/BUILDERS RISK INSURANCE (JO(% UNE 7+8) 10. CONTRACTORS OVERHEAD 8. PROFIT (15%of UNE 7+8+9) 11. GENERAL CONTRACTOR BONG (1.5% of UNE 7+8+9+10) GRAND TOTAL $321.79 50.00 TIME EXTENSION AND JUSTIFICATION REMARKS: Sunburst, Inc. # Exclusions per proposal cover letter{ NAME AND TITU: OF PREPARER: WORK DAYS 1 day(s) S48.27 S5.55 $376.61 Scott Kidwell, Project Manager (sunburst, Inc.) Danis; Luker, Project Manager (Jaynes Corp.) 35 CCEPTED BY: Control # New globes on chandeliw NC Library`="new fights on eharideiier EXTEJSJON BY PHASE-- lon <:=_ y Price i7 Y Price LaborJLExtjahar --- 04 light Fixtures & Lamps --- Furnished Fixture 8 0,00 E 0.00 0.70 E 5.60 04 Light Fixtures & Lamps Total --- 0.00 5.60 r relief conn assembly 07 Hisc Total -- Total --- 07 Hisc --- 8 5.00 E 40.00 0.00 E 0.00 40.00 0.00 40.00 5.60 Jaynes Corporation of California "AN EQUAL OPPORTUNITY EMPLOYER" 111 Elm St., Fourth Floor San Diego, CA 92101-2649 Tel: 619 233-4090 Fax:619-234-4090 LICENSES: #NM - 4866 / NV - 0030241 / CA - 787005 OR umenArt Ltd. ttn: Darrick Gurski 023 W Carroll Ave., C207 :hicago, IL 60612 'endor No: - el: (312) 829-3023 Fax: (312) 829-3027 DATE REQ'D TERMS SHIP TO PURCHASE ORDER' KGO4-040-1010 JOB NO. KG04-040 National City Public Library Jaynes Corporation of California 1401 National City Blvd. National City, CA 91950 Superintendent: Jim Grimes Tel: (619) 233-4080 Fax: (619) 234-4090 SHIP VIA F.O.B. Job Site REQUESTED BY Daniel Luker NTITY UNIT DESCRIPTION (REFER TO SCOPE OF WORK FOR DETAILS) COST CODE UNIT PRICE Fixtures and accessories as noted, including aircraft cable Freight 16500 16500 $5,880.00 EXTENSION $400.00 $5,880.00 $400.00 TOTAL $6,280.00 Nork ea. EIP 18" x 9" dia, 20 pound maximum weight 100 W Incandescent inique: vledium Amber R229 real Green R26 Dark Purple R14 tin Nickel [Ong Wnite Cora sign and retum SUPPLIER acknowledgement copy immediately, showing prices and shipping dates. ove purchase order number must appear on all invoices, bill of lading, packages, its, etc. spies of all Warranties, Operating & Maintenance instructions as per ons must be attached to your request for payment. Failure to do so will delay s:.•- Dpies of submittals and shop drawings will be required in this office no later than after receipt of this purchase order. At Jaynes Corp. of California option, failure to e requirements will be reason to cancel this purchase order. Federal Right to Know Law, a list of products containing hazardous materials in the scope of work is required. See attached MSDS form for more information. all invoices, same day as shipment showing name and address of consignee to orporation of California, 111 Elm St., Fourth Floor, San Diego, CA 92101-2649 AUTHORIZED OF Jaynes Corporation of SIGNATURE Califomia TED BY DOR DATE 0 SUPPLIER 0 PROJECT MANAGER ❑ PURCHASING 0 ACCOUNTING >4 03/29i200B 17:0e 13128293027 LUMENART LTD 2023`W.': CARROLL AVE C207 CHICAGO, IL 60612 Voice: 312-829-3023 Fax: 312-829-3027 Sold To: JAYNES CORPORATION OF CALIFORNIA 1401 NATIONAL CITY BLVD. NATIONAL CITY, CA 91930 Customer ID JAYNES Ship ing Method Best Way Quantity 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Item LUMENART LTD Ship To: SAME Description SAMPLE CUP FRIT MA SAMPLE CUP FRIT D3 SAMPLE CUP FRIT D? SAMPLE CUP FAIT OR SAMPLE CUP FRIT TG SAMPLE CUP BUBBLE W/0 BUBBLES MA SAMPLE CUP BUBBLE Y,/0 BUBBLES DB SAMPLE CUP BUBBLE :9/0 BUBBLES OR SAMPLE CUP BUBBLE W/O BUBBLES TG SAMPLE CUP BUBBLE W/0 BUBBLES TG PREPAID FREIGHT This is a change order for PR #44. DL 5/2/05 PAGE 81r Sales Order Sales OrderNumber: 139E Saks Order Date: Mar, 29, 2005 Page: 1 Sales R Name ..• - Payment Terms Net 30 Days Unit Price 30.00 30.00 30.00 30.00 30.00 30.00 Extension 30.00 30.00 30.00 30.00 30.0C 30.00 30.00 30.00 30.00 30.00 30.00 30.00 30.00 10.00 10.00 30.00 �� • •yed • DANIELL Subtotal Sales Tax Freight TOTAL ORDER AMOUNT ups- ee 1 310.00 0.0C 310.00 d0 4/db.- JAYNES CORPORATION ESTIMATE FOR CHANGE ORDER JAYNES CORP. COR LOG It 3057-117 CONTRACT: It 3057 CONTRACT TITLE: NATIONAL CITY PUBLIC LIBRARY DATE: 5/5/2005 CHANGE DESCRIPTION: Expand black paint In diffuser slots at ellipse ceiling to cover exposed roof deck and utilities Delete: Add: $4,405 $0.0O 1. DIRECT LABOR HRS. Superintendent 0 $0.00 50.00 Project Management 0 $0.00 S0.00 Carpenter 0 50.00 $0.00 Laborer 0 $0.00 50.0O 2. INDIRECT LABOR COST (Labor Burden, etc.) So 3. DIRECT MATERIAL $0 4. DIRECT EQUIPMENT S0 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 r SUBCONTRACTOR WORK COMPANY REMARKS AMOUNT Vasques PC MI $3,754 Interpipe painting insulation after Vasquez $400 SUBCONTRACTOR WORK TOTAL: $4,154 CHANGE ORDER TOTALS 7. PRIME DIRECT SUBTOTAL SO 8. SUBCONTRACTOR WORK TOTAL $4,154 9. COC/BUILDERS RISK INSURANCE (0% LINE 7+8) SO 10. GENERAL CONTRACTOR FEE (15% of LINE 7 and 5% of LINE 8) SY08 11. GENERAL CONTRACTOR BOND (1 % of LINE 7+8+9+10) S44 GRAND TOTAL. $4,405 TIME EXTENSION AND JUSTIFICATION WORK DAYS REMARKS: Note the scope of this change may expand pending further review by architects of exposed areas above the ceiling. NAAND F PREPARER: Daniel Luker, Project Manager (Jaynes Corp.) ager (deb, inc.) VASQUEZ COMPANY 4k At/ PROPOSED CHANGE Janyes 111 Elm Street 4th Floor San Diego, Ca 92101 Attention: Mr. Dan Lucker PC NO. 8 PROJECT: National City Library VC Job No. 40067 '. DATE: 4/21/05 The Vasquez Company hereby submits a Proposed Change Order for the following changes in contract work: Paint ceiling black in Elips room to 10' on time and material. Per the request o(: Mr. Daniel Lucker ITEM LABOR MATERIAL EQUIP. OTHER SUB TOTAL Labor / Material 1,824 640 800 0 0 3,264 0 0 0 0 0 0 0 0 0 0 0 0 0 0 SUBTOTAL 1,824 640 800 0 0 3,264 OVERHEAD, PROFIT ,TAXES & INSURANCE 15% TOTAL: CALENDAR DAYS EXTENSION TO CONTRACT COMPLETION DATE:.. We have proceeded with this change per the authorization of Contractor's Representative. We will not proceed with this change until approved by Contractor's Representative. APPROVED BY: Tiasquez Co py (��� DATE _Contractor 490 $3,754 0 3009 G Street • San Diego, CA 92102 • Office (619) 237-3607 • Fax (619) 237-3610 CHANGE The„Vasquez Company Project Name: National City Libray Date: 4/21/05 Project Location: 140 National City Blvd. National City, Ca 91950 Job No.: 40067 Estimated By: SV UNIT COSTS '." TOTAL COSTS Code Item Quantiiy Unit Labor Material Equipment Other Sub. Labor Material Equipment Sundries Sub. Line Total Paint calling black 1 Labor Journeyman 32 . hr 57.00 20.00 25.00 0.00 0.00 1824.00 640.00 800.00 0.00 0.00 3264.00 TOTALS 0.00 0.00 0.00 0.00 0.00 3264.00 Overhead & Profit Total Estimate 15.00% 489.60 3753.60 I2' OS 03.; 03(-r 21 05 10:49a Jim Grimes G15-338-0322 r�ir..1� VASQUEZ COMPANY 0� I/ ADDITIONAL WORK ORDER NO.: Owner: %.ih(4%DATE: PROJECT: VC JOB NO.: p.1 y-/8-os f/-T/ON4G c i7/'. e./.6% 1,L, Description of work to be performed: .2ef rr 7 FLAT' 8 a z ,-% Io-T bZrres , f7 -ro Fier s ri t o�-� ITEM . LABOR MATER:AL EQUIPMENT OTHER TOTAL 'y YIA.ell1 0 1/e5 yo c,fry Pry Fftu. � _ 6 1 IL Ye". 2 OP`/5 'o ' ezie-m.L r✓(k ifo.,,x-t U' ` r �� ifI" 1�1P Cd V‘i t SUBTOTAL OVERHFAn F. PPn Prr , r LUABILrTY INSURANCE % BOND TOTAL The l DO NOT proceed with this change until authorized in writing. I You are -authorized to proceed with this change. asquez Company Owner's Resentative 10491 De! Rio Road • Spring Galley, CA 91978.Office (619) 670-0611 • Fax (619) 670-0780 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, 1-0 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. CEnvironmental Review 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 RECOMMENDATION L Adopt the Resolution. N/A ATTACHMENTS ( Listed Below ) 1. Resolution 2. Change Order Numbers 8, 9, 10, 11, and 12 MIS Approval Approved By: 11, and 12 is $351,244 F0" account numbers 241-4090-598-1583 Account No. Resolution No. Zd U - 120 A-200 (Rev. 7/03) 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 Dalla, City Clerk APPROVED AS TO FORM: George H. Eiser, III City Attorney . 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 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 $ 8,668.00 2. ASI #010: Additional Coordination for Feature Wall Control Joint Placement $ 377.00 3. ASI #011: Curtain Wall Detailing Revision $ 1,671.00 4. COR #020R1: Door Hardware Revisions $ 607.00 5. ASI #021.2: Revised Book Stack Shelving Revision $ 432.00 6. RFI #111: Structural Steel Revisions Resulting from RFI #111 $ 1,967.00 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 $ 1,422.00 9. COR#032R1: Structural Steel/Concrete Wall Conflict $ 2,184.00 10. ASI #025: Revised Connection Plate Detail $1,586.00 11. PR #006: Required Beam Revisions due to Elevator Height Clearance $ 4,282.00 12. ASI #033: Revision/Clarification of Exterior Concrete Surface Color/Finish $ 1,016.00 13. ASI #037: Revision to Concrete Curb Reinforcing Steel $ 1,796.00 14. RFI #068: Additional Door Hardware Changes from RFI # 068 $ 722.00 15. RFI #149: Added Electrical power to VAV Box $ 1,617.00 16. COR#042: Added Waterproofing to Bottom of Ellipse Wall $ 3,465.00 17. RFI #175: Revise Circuit Breaker to CU-1 to 3 Phase. $ 427.00 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: $ 33,523.00 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 $ 200,225.00 Revised Contract Amount due to previous Change Orders $ 11,676,669.00 With this Change Order request the Contract amount increases by $ 33,523.00 New Revised Contract Amount $ 11,710,192.00 Change in Contract Time: Zero (0) Calendar days Contract Completion Date: April 30, 2005 Recommended fur 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 DATE Rick Cohen; Senior Vice President OWNER/ City Of National City Steve Kirkpatrick; Director of Public Works/City Engineer DATE Jr` CONTRACT CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4th Floor San Diego, California 92101 REASON FOR CHANGE C/O Number: C/O Initiation Date: Project Contract No.: 008 May 25, 2005 National City Public Library 1028 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 Wail elevation and the 2"d 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 PIacement 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 #011: 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 3111A, 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 TO (Contractor): Jaynes Corporation 111 Elm Street 4th Floor San Diego, California 92101 C/O Number: C/O Initiation Date: Project Contract No.: 008 May 25, 2005 National City Public Library 1028 REASON FOR CHANGE (cont'd): 9. COR #032R1: Structural SteeI/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 cohinm 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/Finish. This 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) 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 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 105E .$ 2,875.00 I1. 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: $ 4.1,340.00 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 $ 11,754532.00 Change in Contract Time: Zero (0) Calendar days Contract Completion Date: April 30, 2005 Recommended for Approval by: CONSTRUCTION MANAGER / deb, inc. DATE Martin Gabey; Project Manager PROJECT ARCHITECT REPRESENTATIVE. DATE Gregory Ny; President (C.A.L) Approved by: CONTRACTOR/ Jaynes Corporation DATE Rick Cohen; Senior Vice President OWNER/ City Of National City DATE Steve Kirkpatrick; Director of Public Works/City Engineer CONTRACT CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4th Floor San Diego, California 92101 REASON FOR CHANGE: C/O Number: C/O Initiation Date: Project Contract No.: 009 May 30, 2005 National City Public Library 1028 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 lime 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 lcont'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 105E 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) The Original Contract Amount Net change by previously authorized Change Orders Revised Contract Amount due to previous Change Orders With this Change Order request the Contract cost is not effected by any costs. New Revised Contract Amount Change in Contract Time: 23 Calendar days Contract Completion Date: May 23, 2005 Recommended for Approval by: CONSTRUCTION MANAGER / deb, inc. Martin Gabey; Project Manager PROJECT ARCHITECT / Carrier Johnson Kevin Krumdieck; Project Architect Approved by: CONTRACTOR/ Jaynes Corporation Rick Cohen; Senior Vice President OWNER/ City Of National City 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.: 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 Summary; $11,476,444.00 $ 278,088.00 $11,754,53200 $ 0.00 $ 11,754,532.00 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 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 CHANGES: 1. COR #55R1: Stone System Configuration and Revision to Joint Layout 2. PR #019: Revise Windows in Light Monitor 3. ASI #049: Clarification of J-Box 4. ASI #052: Revise 2nd Floor Ceiling and Zinc Soffit heights at So. Entry 5. ASI #054: Change Doors 119 and 13IA from Type"C" to Type "H" doors. 6. ASI #061: Revise/Rotate Curtain Wall to be parallel with Grid Line X 7. ASI #065: Electrical Revisions for FF&E Furnishings and Tables 8. COR #073: Addition of"FiberMesh" Reinforcing in 4" Concrete Topping at Roof 9. PR #033: Furr Inside Wall of Room 225A and B for Straight Window Frames 10. PR #034: Provide Pricing for Lighting, Power and Data Revisions 11. PR #036: Rated Access Panels in Elevator Shafts 12. PR #038: Revise Circuit Breakers for Elevators 1 and 2 13. RFI #253: Provide Tube Steel Rail Supports for Elevators 1 & 2 14. RFI #244: Added Conduit/Wire for AH7 15. RFI #246: 16. RFI #240: $ 5,255.00 $ 3,376.00 $ 1,590.00 $ 732.00 $ 791.00 $ 2,740.00 $ 5,928.00 $ 667.00 $ 1,463.00 $ 1,686.00 $ 1,295.00 $ 17,428.00 $ 10,869.00 $ 1,923.00 $ 2,092.00 $ 4,726.00 $ 310.00 $ 778.00 $ 1,055.00 $ 1,110.00 $ 2,373.00 $ 2,690.00 $ 1,761.00 $ 953.00 $ 252.00 Added Power Supply for Duct Smoke Detectors Add Power Supply for AHU Light 17. RFI #225: Add Lighting Control in Room 213 18. RFI #245: Add Field Installed EM Packs for 4 Type J2 Fixtures 19. RFI #260R1: Add 2" Sleeve 20. COR #095: Modify Ext. Punched Window Flashings to Enhance Appearance 21. RFI #113R1: Relocate 5 Ceiling Diffuser Ducts in high Ceiling 22. COR #103: Sweetwater Added 6" Gate Valve 23. COR #104: Added Hydronic Piping for AHU 24. COR #107: Added Drywall Pop -outs to enclose Casework at Grid Lines B/3 and C/1.6 25. ASI #079: Extend Paint P-3 around Opening Jamb and Inner Wall 26. PR#046: Paint West Wall ofChildren'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 ARCM "ICT REPRESENTATIVE Gregory Ny; President (C.A.I) Approved by: DATE CONTRACTOR/ Jaynes Corporation DATE Rick Cohen; Senior Vice President 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 4th 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. AS1 #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 stern wall curb, add concrete floor slab and modification to the Curtain Wall aluminum break metal. 7. AS1 #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 TO (Contractor): Jaynes Corporation 111 Elm Street 4th Floor San Diego, California 92101 REASON FOR CHANGE (cont'd): C/O Number: CIO Initiation Date: Project: Contract No.: 011 June 6, 2005 National City Public Library 1028 9. PR #033: Furr Inside Wall of Room 225A and B for Straight Window Frames This modification was needed because along the 2nd 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 Cunduit/Wire for AH7 This modification was required due to AH 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 4th Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (coned): 18. RFI #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 Flashings 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 Duets 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 Globe 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 Jamb 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 tater detail and specified by the architectural team to better accent the special "relief" effect of the drywall design. 27. RF1 #278: Rework Door 123D for New Flush Bolts This additional cost resulted from specific requirements upon SDG&ZE 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. /2 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: 28. COR #112: Added Backing at "Dedication Wall" This addition was required due 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/all documentation) DEB, Inc. (copy w/all documentation) Carrier Johnson Architecture (copy w/all documentation /3 CONTRACT CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4t1h Floor San Diego, California 92101 C/O Number: C/O Initiation Date: Project: Contract No.: 012 June 7, 2005 National City Public Library 1028 A Chance Order is hereby recommended for the following work in the amount identified in this document: DESCRH'TION OF CHANGES: 1. PR #015: Add Laticrete Waterproofing System for Mechanically Fastened Stone $ 8,152.00 2. PR #26R1: Revisions to Local History Room $ 1,444.00 3. PR #027: Provide Pricing for "Protectosil" Anti -Graffiti in lieu of "Graffiti Master" $ 10,996.00 4. PR #030: Type 3 Stone in lieu of Zinc Panels $ 36,145.00 5. COR #071: Additional Vertical Labrador Stone due to Differing Elevation Heights $ 1,097.00 6. PR #032: Provide Three Motorized Projection Screens in Lieu of Manual Screens S 5,413.00 7. PR #039: Provide Pricing for Upgraded End Panels requested in RFI # 266 $ 10,892.00 8. COR #076: Weather tight HM Doors at R002,R 005 and R006 $ 1,204.00 9. COR #084: Provide "Special" Fabric for Folding Partition $ 4,571.00 10. COR #089: Install Caulking in Lieu of Grout in Estril Blue Interior Stone Field $ 1,688.00 11. COR #099: Add 2" Conduit between Rooms 232 and 233.. $ 1,528.00 12. PR #043: Exterior Paving Revisions $ 5,416.00 13. COR #106: Drywall Modifications to cover Exposed Structural Elements .$ 1,829.00 14. PR #27R1: Anti -Graffiti coating on North and West Elevations to 2nd Fir Windows $ 3,104.00 15. PR #045: Toilet Room Accent Tile Revision $ 3,708.00 16. CCD #004: Provide Labor/Materials to Install Paging/Speaker System $ 31,962.00 17. PR #049: Add "Protectosil" Anti -Graffiti to ALL untreated Exterior Stone Surface $ 41,338.00 18. COR #125: Furnish and Install Revised Globe Fixtures on Chandelier $ 8,666.00 19. COR #117: Expand Black Paint at Diffuser Slots $ 4,405.00 REASON FOR CHANGE: Owner Requested and Required Structural, Electrical, 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 OWNER/ City Of National City DATE DATE DATE Steve Kirkpatrick; Director of Public Works/City Engineer DATE CONTRACT CHANGE ORDER TO (Contractor): Jaynes Corporation 111 Elm Street 4H. Floor San Diego, California 92101 REASON FOR CHANGE: C/O Number: C/O Initiation Date: Project. Contract No.: 012 June 7, 2005 National City Public Library 1028 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"-S" 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 Estril" 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 1IM 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. 1S' CONTRACT CHANGE ORDER C/O Number: 012 TO (Contractor): Jaynes Corporation C/O Initiation Date: June 7, 2005 111 Elm Street 4'h Floor Project: National City Public Library San Diego, California 92101 Contract No.: 1028 REASON FOR CHANGE (cont'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. 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. ick Inzunza, Mayor ATTEST: Mic ael Dalla, i' ity Clerk 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 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