HomeMy WebLinkAbout2014-110 CONT Chg #1 - KOGAP Enterprises
CITY OF
ASHLAND
DEPARTMENT OF PUBLIC WORKS
CONTRACT CHANGE ORDER NO. #01
PROJECT: Calle Guanajuato Resurfacing Project - Waterline . DATE: 04/11/14
LOCATION: Calle Guanajuato PROJECT NO.: 2012-25
CONTRACTOR: Kogap Enterprises, Inc.
You are requested to perform the following described work upon receipt of an approved copy of this document or as described by
the Engineer:
Item No. Description Quantity Unit Amount
Item #1 Fire Hydrant Relocation 1 LS $ 1,253.40
Item #2 Additional 12-in i e B.1. #40 1 LS $ 8,667.00
Item 43 Multiple Force Account Work I LS $ 3,295.71
See attached)
Total this Change Order $ 13,216.11
Previous Change Order $ -
Original Contract Total $ 75,890.00
Revised Contract Total $ 89,106.11
PERCENT CHANGE OF ORIGINAL CONTRACT 17.41%
The time provided for completion of this contract is increased by no calendar days. This document shall become an amendment to
the contract and all provisions of the contract will apply.
Recommended By: 5 t--1 S TS
Project ager - OBEC Date
Projec , ana/Engineering Department Dale
Project Manager - Water Department Date
Approved By:
Public Works Director Date
Accepted By: Kogap Enterprises, Inc.
P.O. Box 1608
Medford, OR 97501
y ug,
Contractor Representative Date
PUB LC WORK/ENGINEERING Ted: 541488-5347
20 mE.Manrv Fu:5 SM-735-2
Ashland Oregon 97530 TTY: 800-]35-2900
www.aamana onna
G:\pub-wrks\eng112-25 Calle Watedine ReplacemenlN_Admin\12-25 Prol Acct Workt ook.xlsx
April 14, 2014
Calle Guanajuato Resurfacing Project
Ashland City Parks
Supporting Data CCO-2
Contract Change Order 2 deals with the addition of several items to the contract. The following is
a brief explanation for the quantity extensions.
Item 1.
The rail section at the south end of the transformer group was changed from "remove and
replace" to a complete refabrication to modify the existing rail section into a double swing gate
to allow the Ashland Electrical Department access to the new transformer placed in the existing
planter area. A cost to perform the work was obtained from the contractor and agreed to. The
Contractors cost data is included.
Item 2.
Lowering the electrical vault installed in the planter area behind Louies. The electrical
vault/pedestal was intended to be placed in the planter area (planter was to be extended 4
foot to encompass the vault). The property owners which rent the area requested that the vault be
lowered and that the planter area adjusted to maximize the area available for rental. A cost
was requested from the contractor to lower the vault and rerun the adjacent electrical ducts. The
contractors cost data is included.
Item 3.
During the placing of the storm drain piping two areas were discovered which had multiple roof
drains which were not able to be adequately collected with direct piping. The contractor
requested the use of small area drains to collect the water in the area.
The area behind The Black Sheep was found to have two roof drains which exited onto the slab
on grade approximately 5 feet behind the property enclosure. The water was channeled in a
small curbed area out from under the building. Rather than dig up the area within the building a
small area drain was placed at the end of the curbed area and piped to the creek.
The existing roof drain at Alex's building discharged out onto the existing slab on grade. There
was also a second roof drain exiting the outdoor areas that drained behind and above the
existing roof drain. The second drain was not in a position where the contractor could adequately
collect the water to prevent flow onto the new slab on grade. A new area drain was installed
and small curbed sections were used to channelize the flow into the area drain.
The contractors submitted Cost Data was agreed to and is included.
Item 4.
During the placement of the new fire hydrant it was found that a large concrete footing conflicted
with the proposed water line and hydrant. A lump sum price was requested to relocate the water
line and hydrant to a new area. The Contractors prices were checked and found that the price
quoted for the "vac-truck" were greater than the cost allowed under ODOT's requirements. These
prices were adjusted and supported by the enclosed cost estimate.
The Contractors submitted Cost Data and our supplementary estimate are enclosed. The
Contractors Cost was agreed to.
Item 5.
During the installation of the southern-most vault in the Calle area it was felt that due to the
expected delivery truck traffic near the transformer, the transformer should be protected with
steel bollards. A lump sum cost was requested from the contractor to perform the work and is
included herein. The Contractors price to provide and install the bollards was agreed to prior to
installation.
;0 cn cn
m c c N o m w a) m A w N m m m'
v O
A m z El 0) 13 7R. co
w cn
9 - c C° o o m
Z a CD a v 0
A D y O F o. -i I N O p7 < c ' IUD O
n
0) CD
cp m O r (D OO F O o i3 O 9
O
o 9
lr~ CD
o~ p m w m m
N ~ 7C 5 3 ~ Q ~ O'
AO~ m nD m ° m~
cc o o c o
z > n
Z 3
p m O
m m ? Z
o ~
T
mm
n
D ~
r O
O o°
o m m x m s =r n xn m
w c c c w s m o
Z N N 7 N 'e C=D .On.
G d
Cl)
<
d CD
N
gD
a x 0 O m v
~d0
D = iu
ti
0 N A N N tN ~ y O
m W
O
C c
m n D rn F» r: 3
N
m W m 64 ~ N O
O m N N O
O O O O O M N
O O O O O
a
c mO (n O
0 < > n CO)
O n " 2
(7 5 A m N N N 7? m
W W O) v O A v W N 0
0 Q ~ A A O O O p p (r y V
01 D O O O O O O O o C~ 10
o
C
n ` 0
p v p " c Q = 0
x> m m N~Q C) C) Z D
czz
mmaii vmW. m
° o m
zm ° u
on X o
D c Cn m
° W ° k
N W -1 CO
x
CT A
N O m O
O O c
fA 00
1
m m
D i n ~ J
m
c m
A_
6s (A 169 (A
W OOD m O v r m
A Uf cn co co O ❑
O 0 V A A O
ITEM
KOGAP Enterprises, Inc. CC~#954J1-'
General Contractingg & excavation
FO box 1 608 * McdForJ, OK 97501
Fhonc: (541) 776-6577 * Fax: (541) 776-6559
February 14, 2014
FIRE HYDRANT
%Steve Sparkman, P.E.
OBEC Consulting Engineers
RE: Calle Guanajuato, Ashland Submitted By: Frank McElheran
Change Orders - OBEC Job No. 505-5 Fire Hydrant
Worker Hrs Total
Labor (2) 2.0 (4.0 x $40.29) $161.16
Pick UP/Delivery 1.0 (1.0 x $70.00) $ 70.00
OverHead $231.16 x 22% $ 50.86
Equipment/Material Hrs Rate Otv. Total
Vac Truck 1.0 $175 $175.00
6" MJ 90° DI $115 2 $230.00
6" MegaLugs $35 4 $140.00
Thrust Blocks $100 2 $200.00
Additional Hydrant Height of P $120 1 $120.00
OverHead $865.00 x 17% $147.05
TOTAL: $1,294.07
April 14, 2014
Calle Guanajuato Resurfacing Project
Ashland City Parks
Supporting Data CCO-1
Contract Change Order 1 deals with the bid item extension of three bid items. The following is a
brief explanation for the quantity extensions.
Item 1.
Bid Item 16 - Added 18 foot of 4" storm sewer piping. The quantities were added to collect 4
additional roof drains which were not covered under the contract documents.
Item 2.
Bid Item 25 - Added 35 foot of curb. The quantities were added to compensate for curb which
was noted to remain on the contract drawings but were poured monolithically with the adjacent
concrete slab.
Item 3.
Bid Item 40 - Added 81 foot of 12" ductile iron water pipe. The quantity given in the original
bid schedule was listed as 484 foot. The actual field measurement was found to be 525 foot
requiring an additional 41 foot be paid.
ODOT Standard Specifications also require each added fitting be paid at 10 times the pipe
diameter and four additional fittings were required to place the water pipe over an existing 24"
storm drain at highway 99. Payment of 40 feet was added to the pipe length to compensate the
contractor for the additional labor and materials required to adjust the pipe over the existing 24"
storm sewer.
. N
Y
N
a
°m r u^,i m n ~ °m n ~
moi o ~ mn ~ m~
N N
N N
H N N N N N N N N
y S n ti M ewtl • O1 l0 m lG
W N V1 N ~ V1 N F N N F N N ~
o m Q 4 o m 0 o m o
rv n m M! N m m m O N o o 00 O m n ~O m n t°
Q m Q N N T O T N N t° O N Q O N p
~ b Ol a m O ti m n~ N m M n N T
n Of
'j
N N N~ Vl V1 Vf h N N N N N h N Uf Vf H
~ O O Q O O• b Ot b
~ N m m .y
3 ~ A A
V1 N ~ V) V1 V1 F V1 N F N N F
6 O a0 < W O Vf
m in 10 O O O Q Q
o ~G ~ w Q O o o ao n m n
of c o ri e o d d d e m e m
a .n ~n m n ~ ~ n ~e o n ~ u+
W ~ M N
M
CA
L H V1 N V1 H H H H N N V1 N N N N
urvi m o u00i 6q n m e m e
a m n m ~ .y ro N. tiN.
ry N N O W n ti n
J
N N V1 N N N N H N V1 N N h N
T ~n yi
~n ~n n r in ~ ~n ~n
L L L t L L L L~ L L L L
Li Vf J1 w VI Vl N b '1 VI N
fV1 v9 '1 N N N O O
C
m
J
m w Q m w Q M m Q vc Q
' e n n Q n n m g g n n n r
m ui ni M ui ni m of o o m vmi m~
Q m T Q m m rv o
K
N N N V1 N N V1 h N N N N
6 Y m
Y F V1 b F 1O F'
Q m w~ m w r V n a 6
W T Q p M Q 6 V~ C
E a~ E E
V V O V V O ~n N U U O V O
C N
Lln
N
V
N
N
~ a
a >
0
N
C
N
J
N N N a
O O O q
29 T T T m
a` 0 1O m
z v v a m
R
C L L L
~ in .n v? o
° ~ of ai m
p ~ p p p p
a [O N O W N CO N W N 1l1 W N m N
01 N 01 Ot vl Ol Jf
10 N N M N N N N N N N N N N
J1 W N N N N N V1 N N
M ~ W T
O O O O
.n w w Q
Q T M M N N T M
`a c
~ m
u p ~ c c <
m~ W m~ m i m N
_a
w a a
a c a'
< _ c
a' a
~ C L y Q 1
O p
° n t ~ L L
i v o a L 3
6° u o m 3
w a 'v m' o c 01 = _
o+ m $ 9 ~ ~ < c c
'Q v 3 y o ~ E c y a a a m N u
° E 'o E E v \ 3
L 3 A
E ° ` o o c o c 3 a 3
Q S cv N o m o ~n a
w 1a 5
c c c c v~ m y E w .y
C u a c c 1O O< v o c E N
~ w o ~ 4 N rv n o A m o~
A u m u- 3 0 m Y 3 3_ n~ °1 c a mu
a a,°v c m °a°c 3 c G y =w a o w o w
to 'a E
C V 'o ~ d y m m m° x m o a c a w a a ¢ N z~
d 3
f0 LL maw o0 0~ wo u3 Q Q Q
T m
m m o
(7 m o 0 0 0 o H o o C
~ O N \ N N ~ ~ N m 10
G Q N N N ti rl
V N r4 '1 N N
N
rv m n .y < b ao m ao M co m b o °n~ co n m m ~ O W
n N I~ m m N Q N b ~O Q .i N N Q m
W N M p.~ b b m a N Y1 pf N n N N n n
n1 b ti O b~ b NM 0 ~y N Q b^ b m p b M y~ Q ~ M
~ '1 ~ N er ~ N M N ~bD
VAN NHNN t{ NNNhH NNNH NNE hNN N
M
N ~N Q TN Q O n b N M CO W W ON N
n n N ~ n ro ~ Orv N
N .Qi .N4 q .Qi eN1 q N N ~ 0 0
N V1 N N N F N N f N H V1 N Vf F N V1 8 N
m n m c0
rv m b n
m m vQi .may
a
N N N N
N n O
N [O N
m VI N
w n m
A
N N V1 ~
O O O N Q m N m W b Q N Q N $ $ N $
O n Q m Q b N Q Q n n N vl n Li b
~ rri $ v ~ri ri ai N rri m oc ~ ~ o ~c o ~o N ao
N ~ ~ ~ ,y N~ Q m Vf b N N N N N ~
V1 N W N V1 N N N N N N N N V1 V1 N N N N V1
b b N N N N CO b Q O Q N Q Q O b
N nQ m m m m
b Q T Q M m 1!1 m M Q T Q M T N T Q O
N n b n b N n N N
N N H N Ul N V) N H N V1 N N N N V1 Vl H
L L L L L L L L L L L L L L L L L L L L
vi m m m m Ln Llr m Ni Ni b Q .n
w C
N N N
w b Q m m m b m b m b m
p a n n a Le n m a n n Q m n b n b n b
~d vi m rri N ~ m °i ui ~ of m n m r .ni
rv Q m in Q ~n N a m vmi Q N m m m
Vf N N N VI N N Vf N H V1 N N N N V1 H N Vl N
Y
N
C ~
Y Y V r
W b~ N q~ ~ W b F c0 m ~ b A b m N m
m u V O V x O N U u O V Y Vaf V Y U Y U Y
p m O m
Q a y m ~ m O] N Q N b N N Q ~
N ~O O'1 N r M
lD W N D] N CO N ~
m ~l1 m JI N N N N N N N N N N
N N N N N N N V1 N Vf N ✓1 N
N N V1 W N
N N Vf N N Li ti N VI N N M Q
.y N N M v~ m m .v fi ~ w
N N N N
C C C
C C C m_ O- O C` O~ O
C m O ` O m O ° A S S ~ Z
m m m m Z
¢ m ~o m m
N
~ 3 > v`
u ; N a y L
v ~ v > a s o > >
12 - « A> v a ¢ c c
m $ E O 6 -c m t m« 'm m U
C V OO y C
00 r O O
C
a - V N O O a L 2 O > >
m ` O « W pp W r ° °
$ a~ a c v 3 a a' E v E _u
~ a a C p ` « C 7 ` a ~ a L' a
a m v m O, p 1O N cc V > a >
v - ° L ` 3 n
c p < = `o 0 a
o ¢ ~ U u m a
a LL U C L U ry L u~i C j>
O _ _ O r 10 O N N O O O p ? O
E v E w c o 0 o a 3 a
a a v m w o 0 o z Q
¢ ~ ~ Q Q Q Q ,Qy .Q.
Q 0 O ~ ON N ON N
n
O rv \ ~ ~ ~ N n ~ ~
Of O ti ~ '1 ~ N N N
N ti '1 ~
mn .b-i mo
y~N NNN
m O b N
Jf m m N
voi vdi -mr m
N N
N N ~ N N F
pf m M n m O m O ~O Ot m m ti O m N
of Op m M c0 of O d~ N N O ui M
e r+ N oN0 Q tOr1 V n ry i~if d N M M n N
N M d T O~ N n N
rl N
VENN NNN NV1N NVfNN VENN
N CO t0 ~ tO0 ~G O ~p umi b T S W
O d p~ rl 01 e m m O Ot N d
O O O m O ~/1 b N ti N
~l1 N Jl q q d e T j0 ry N N
N N N ~ N N ~ N N N ~ N N ~ N N N ~
n b N m m O d 1~ O V1 O b T m m S O O d O
T n n VI m OO wl T Q b O n u1 m b ~/1 O OO m O
m rl b m M nV d T N N ~ m M O n O OQ N b0
p e1 N r'I
V1 N N N N Vl V1 N N V1 N N V1 N H N N N N V1
T O~ m O N O N Of O Ot O of N O m O
N e ul m m N T N CO N d d e b 1O d
b 0 O n T ti
V1 N T O Q N pt d Vf Ol Yl n
N N 1!1 N N N N N N N N ~ m N VI ti 6 O. 6 6 6
J J J J J
M Y Y Y
N N V1 N N N N N N N N V1 N N N N V~ ~ ~ c
O O CO O O
L L L L L L L L L L L L Z Z Z Z Z
.y .y N N m m v'I '1 N Q N
Q
r
r
b m b m m b m b a S e e
n n b e n e n
m ti m d m d
N N N N N h N V1 N N N N
o m m
m N O
N N Jl
m d
nO C
N
~ W b N ~ N ~
e o e o m e °m a n r a a
N J J A Y D Y Y
U y U Y V U V U p J N N N
N
ti q
O
N r
V
S O
S 8
" N N N
S ~
U n
V J
C w
N N
« 'O
N C
m X (p
N -
m ~N..
O O N
- a m
p T y
01 O e N Q N d N N DJ N d N O e m b
N e m
Sri n vi ri ff ~ of vi n vi n m rn
N N N N N N N N N N N N N N N N V1 Vf V1
N N N N H N J J W J W
U1 N N N V1 V1 N N N ✓1 rl '1 N d 'I N e1 N N
~y fy N N N m m m N `y
8 O S e S
_ m
a n n o S ~ g
" o
r1 N
C ~
C C C C C C C q O N C C
p m p A O q Q R p O O i N N N H ~n
o+ p ^ O m Z m Z 2 Z m
z m Z
m
O
> J
> N ` E
E
3 n o
m w
m p J > O O <C - C
N _ «
wp- ~ ~ C Y 6 u y W_ ~ ~
y ~ N - N N
W .rp w y 9 q 9 a J ~ 0 Oq0
~ o o 0 S a w mo v o
O u V d d a c c c
U 0 s a d O W O
m m p q E 00 n G
a -rG 7i
> o a U u a u O L o m
E E y w- m E o p a 1O t m c c
v v o v m U v « .q w
s p a >
a> a s o o > v v s a
L o J o
rv a m a a° x
O' v 1O u Y m m
v c a ¢ c c w - n m m a
c 0 0 0 o a° m o u p y i° o g Y i c a i a
' no n 000
a
a m Y m Y E w y E ; 1O
.E E y a o a a w x A w W n a Z ¢ ° u m°
a W u w .w« C 'O w a«~ w a
O 0 1 Q a d N d ti
d w O 0 0
. O O ~ ON N N N
N N ~ 1p
m O b ~ '4 N
N «I N M m m tvf
N N N
< O S O
od $ °dp r
O u O b
b 06
N N N N
n n n
0 0 0
Y
C CN N
C L 0
O O O
Z 2 Z
a
e
m
n
II N
N
E
a
v y
m
c m
m a
u ~
a
a v
~ m
c
O L
W V
c C
A E
o ~
r
0 0 0
0
0
w
`w n n
n g S
0
o n
rv ry o
N N N
q ~ N
~ m m
v~ n ao
N
O~f N 00 O
N
n M
N N N N
M
N O
A u
0
u
a o
c
I a o ~ d v
> `w a v O Y E E
O 3 u m t
w u a m m
a a Q N y° n
Y c o L u 0 p
O ° c 0
m N O
m v ~n ~ m 3 a
W
• N N M
A A A
N ao E E E
d v d
m m m - - -
Page 1 1 1
~S CITY OF
ASHLAND DATE PO NUMBER
20 E MAIN ST. 12/23/2013 12017
ASHLAND, OR 97520
(541) 488-5300
VENDOR: 002567 SHIP To: Ashland Water Department
KOGAP ENTERPRISES, INC (541) 488-5354
PO BOX 1608 90 N MOUNTAIN
MEDFORD, OR 97501 ASHLAND, OR 97520
FOB Point: Req. No.:
Terms: Net Dept:
Req. Del. Date: contact: Karl Johnson - Steve Walker
Special Inst: Confirming? NO
Quantity Unit Description Unit Price Ext. Price
THIS IS A REVISED PURCHASE ORDER
Calle Guanajuato Resurfacinq Project 75,890.00
$387,808.60
Parks $286,618.60
Project #000053
411 12 00 00 704 200
Water $75,890.00
Project #201225
670 08 18 00 704 200
Electric $25,300.00
Project #000296
690 11 18 00 704 100
Public Improvement Contract
Effective date: November 25, 2013
Completion date: April 1, 2014
Processed change order 05/19/2014 13,216.11
Chanqe Order No. #01
0.x(3 yl~
SUBTOTAL 89 106.11
BILL TO: Account Payable TAX 0.00
20 EAST MAIN ST FREIGHT 0.00
541-552-2010 TOTAL 89,106.11
ASHLAND, OR 97520
Account Number Project Number Amount Account Number Project Number Amount
E 670.08.18.00.70420 E 201225.120 89,106.11
rua:, .11~
Authorized Signature VENDOR COPY
FORM #10 CITY OF
CONTRACT AMENDMENT APPROVAL REQUEST FORM ASHLAND
Request for a Change Order
Name of Supplier I Contractor I Consultant: KOGAP Enterprises, Inc. Total amount of'thls `
contract amendm nt:
Purchase Order Number: #12017, r r 4
$13,216x11 a.
Title 1 Description: Calls Guanajuato Resurfacing Project - Waterline Installation . 4 ,
> x -W Y
® Per attached contract amendment t
Contract Amendment
Original contract amount $75.890.00 100 % of original contract
Total amount of previous contract amendments % of original contract
Amount of this contract amendment $13.216.11 17.4 % of original contract
TOTAL AMOUNT OF CONTRACT $89.106.11 117.4 % of original contract
In accordance with OAR 137-047-0800: 1) The amendment is within the scope of procurement as described in the solicitation documents, Sole Source notice or approval of Special
Procurement 2) The amendment is necessary to comply with a change in law that affects performance of the contract 3) The amendment results from renegotiation of the terms and
conditions, including the contract price, of a contract and the amendment is advantageous to the City of Ashland, subject to all of the following condibons. a) goods and services
to be
provided under the amended contract are the same as the goods and services to be provided under the unamended contract b) The City determines that with all things considered, the
amended contract is at least as favorable to the City as the unamended contract c) The amended contract does not have a total term greater than allowed in the solicitation document,
contract or approval of a Special Procurement An amendment is not within the scope of the procurement if the City determines that If it had described the changes to be made by the
amendment in the procurement documents, it would likely have increased competition or affected award of contract. -
Contract amendment is within the scope of procurement: YES X NO` (If "NO", requires Council approval l Attach copy of CC.)
Sourcing Method:
SMALL PROCUREMENT - Less than $5.000 INVITATION TO BID or COOPERATWE PROCUREMENT. QRF or
El 'YES', the total amountof contact and cumulative REQUEST FOR PROPOSAL EXEMPTION PURSUANT TO AMC 2.50
amendments s $6,000. ® 'YES', the total amount of cumulative amendments El 'YES', the total amount of original contract and
❑ If'NO', amount exceeding authority requires s 25% of original contract amount or $250,000 cumulative amendments s $100K for Goods a Services, s
Council approval. Attach copy of Coundl whichever is less. $75K for Personal Services, < $50K for Attorney Fees.
Communication. ❑ If 'NO', amount exceeding authority requires ❑ If 'NO', amount exceeding authority requires Council
❑ Exempt- Reason: Council approval. Attach copy of Council approval. Attach copy of Council Communication,
PERSONAL SERVICES Communication. ❑ Exempt-Reason:
D'YES', Direct appointments $35,000 ❑ Exempt - Reason:
❑ If'NO',reuiresa roval.
INTERMEDIATE PROCUREMENT SOLE SOURCE EMERGENCYPROCUREMENT
Goods & Services - $5,000 to $100,000 ❑ 'YES', the total amount of cumulative amendments ❑ Written Findings: Document the nature of the
personal Services - $5.000 to $75,000 s 25% of original contract amount or $250,000 emergency, including necessity and circumstances
❑ 'YES', the total amount of cumulative whichever is less. requiring the contract amendment
amendments :5 25% of original contract amount ❑ If ❑ If'NO', amount exceeding authority requires ❑ Obtain direction and written approval from City
'NO', amount exceeding authority requires Council Council approval. Attach copy of Coundl Administrator
approval. Attach copy of Council Communication. Communication. ❑ If applicable, attach copy of Council Communication
❑ Exempt- Reason: ❑ Exempt - Reason: ❑ Exempt -Reascm:
SPECIAL PROCUREMENT INTERGOVERNMENTAL AGREEMENT
D'YES', the total amount of original contract and cumulative amendments are El 'YES', the original contra ct was approved by City Council.
within the amount and terms initially approved by Council as a Special Provide date approved by City Council: ' (Date)
Procurement If 'NO', Council approval is required. Attach copy of Council Communication. _
D If'NO', amount exceeding authority requires Council approval. ❑ Contract amendment approved and signed by City Administrator.
Attach copy of Council Communication.
Project Number Account Number Account Number----__-_-----
'Expenditure must be charged to M epproaccwrW for the
z ~ financials to reflect the actual expenditures accurately. Attach a xfra pages if needed.
Employee Signature:71~ l/~ Department Head S' nature:
(Totals "ountofcontra t$5,
City Administrator:
S (Eq 'r to or greater than $25,000 or 10%)
Funds appropriated for current fiscal year. e/ NO
eaterrh n$5,000) Date
Finance Director (Equal to dez
Comments:
G:1pub-wrksleng112-25 Calle Waterline ReplacemenM_AdminlCons Vendor (Kogap)IContract DocumentslChange Drders112-25 Form #10 - Request fora Change Order -#gl.dom