Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
23B396 - WoodCliff Corporation
CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $30,224,215.21 (including this CCO#7 for $237,346.65) 10/023/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 8 - Yes Yes Department Yes No Contract Change Order No. 8 is attached. N/A 05/05/2025 Vonda Teed Docusign Envelope ID: C5386837-A9D7-4944-B983-233F0AE8C0C4 Page 1 of 2 CITY OF PALM SPRINGS CHANGE ORDER NO. 8 CP 18-04 PLAZA THEATRE REHAB Contractor: Woodcliff Corporation Date: 4/29/2025 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 8 is to address additional work items set forth below. Description Qty Unit Cost 1. Per RFI 152 the contractor was directed to cut HVAC openings in the existing concrete walls/ceilings. This work will be completed for a lump sum cost per COR #107R1. 1 L.S. $42,448.58 2. Per RFI #231 – the contractor was directed to add power for AHU-1&2. This work will be completed for a lump sum cost per COR #123. 1 L.S. $5,359.82 3. Per Bulletin #12.1 – the contractor was directed to add a motorized projector screen. This work will be completed for a lump sum cost per COR #127. 1 L.S. $110,465.12 4. The contractor was directed to remove an existing portion of MSB section to install the shear wall. This work will be completed for a lump sum cost per COR #128. 1 L.S. $1,286.36 5. Per RFI #221 – the contractor was directed to install a lighting control system for the basement rooms. This work will be completed for a lump sum cost per COR #129. 1 L.S. $13,890.58 6. Per RFI #185R1 – the contractor was directed to add a ladder to access the attic. This work will be completed for a lump sum cost per COR #130. 1 L.S. $11,287.68 7. Per Submittal #5 – the contractor was directed to change the color of the drinking fountain. This work will be completed for a lump sum cost per COR #131. 1 L.S. $11,732.62 8. Per RFI #226 – the contractor was directed to add lights in the air shafts. This work will be completed for a lump sum cost per COR #132BR1. 1 L.S. $32,407.92 9. Per ARG Field Walk – the contractor was directed to plaster the walls at the flat roof areas. This work will be completed for a lump sum cost per COR #133. 1 L.S. $4,456.58 10. Per RFI #248 - the contractor was directed to repair existing drains and closet rings in the restrooms. This work will be completed for a lump sum cost per COR #134. 1 L.S. $4,011.39 Total Lump Sum Change Order Amount $237,346.65 Docusign Envelope ID: C5386837-A9D7-4944-B983-233F0AE8C0C4 Page 2 of 2 CHANGES TO CONTRACT TIME: 0 working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Orders: $3,664,868.56 Previous Agreed Completion Date: 10/23/2025 This Change Order Amount: $237,346.65 Working Days Added: 0 Revised Contract Amount: $30,224,215.21 Revised Completion: 10/23/2025 ACCEPTANCE AND SIGNATURES: I have received a copy of this Change Order, and the above agreed prices are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: C5386837-A9D7-4944-B983-233F0AE8C0C4 5/6/2025 5/6/2025 5/6/2025 5/6/2025 5/6/2025 5,440,066.00$ CCO#1 663,168.68$ CCO#2 1,034,509.62$ CCO#3 95,821.16$ CCO#4 742,803.55$ CCO#5 258,751.23$ CCO#6 383,479.29$ CCO#7 486,335.03$ CCO#8 $237,346.65 TOTAL 3,902,215.21$ 1,537,850.79$ CP 18-04 CONTINGENCY USAGE WOODCLIFF CORPORATION CONTINGENCY REMAINING Docusign Envelope ID: C5386837-A9D7-4944-B983-233F0AE8C0C4 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $29,986,868.56 (including this CCO#7 for $486,335.03) 10/023/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 7 - Yes Yes Department Yes No Contract Change Order No. 7 is attached. N/A 04/15/2025 Vonda Teed Docusign Envelope ID: 66152749-5AA2-4436-ACD1-9041F2E406A8 Page 1 of 3 CITY OF PALM SPRINGS CHANGE ORDER NO. 7 CP 18-04 PLAZA THEATRE REHAB Contractor: Woodcliff Corporation Date: 04/08/2025 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 7 is to address additional work items set forth below. Description Qty Unit Cost 1. City requested the contractor to add data ports at the bar, office, and box office for future IT equipment. This work will be completed for a lump sum cost per COR #103. 1 L.S. $19,798.73 2. Per RFI #22.1 – the contractor was directed to repaint historic ceiling in hallway demoed to install HVAC. This work will be completed for a lump sum cost per COR #49. 1 L.S. $24,938.76 3. City requested the addition of cup holders to the theatre seats. This work will be completed for a lump sum cost per COR #109R1. 1 L.S. $35,076.77 4. Per RFI #173 – the contractor was approved to install speed dowels to tie-in slabs. This work will be completed for a lump sum cost per COR #88. 1 L.S. $9,349.63 5. Per RFI #142 – the contractor was directed to patch concrete beams after lead paint removal. This work will be completed for a lump sum cost per COR #89R1. 1 L.S. $3,167.41 6. Per RFI #165 – the contractor was directed to add rebar for beam at stage. This work will be completed for a lump sum cost per COR #92. 1 L.S. $5,540.44 7. Per RFI #169 – the contractor was directed to add details for steps for theatre seats. This work will be completed for a lump sum cost per COR #94R1. 1 L.S. $56,102.08 8. Per Bulletin 9 – the contractor was directed to revise bathroom finishes/areas. This work will be completed for a lump sum cost per COR #104. 1 L.S. $9,495.49 9. Per Bulletin 10 – the contractor was directed to modify the inverter pads. This work will be completed for a lump sum cost per COR #105. 1 L.S. $2,304.59 10. Per Submittals 45 & 48 - the contractor was directed to modify the lighting control system. This work will be completed for a lump sum cost per COR #113. 1 L.S. $32,796.61 11. Per Forged Lighting Supplier – the contractor negotiated cost increase to the specialty lights. This work will be completed for a lump sum cost per COR #114. 1 L.S. $19,236.53 12. Per RFI #214 – the contractor was directed to perform additional plaster patching and repairs. This work will be completed for a lump sum cost per COR #115. 1 L.S. $23,796.50 13. The contractor was directed to perform additional compaction efforts under the auditorium slab. This work will be completed for a lump sum cost per COR #86R1. 1 L.S. $5,725.57 Docusign Envelope ID: 66152749-5AA2-4436-ACD1-9041F2E406A8 Page 2 of 3 14. Per RFI #185R1 – the contractor was directed to perform additional framing and drywall for access to the attic. This work will be completed for a lump sum cost per COR #121. 1 L.S. $5,916.31 15. Per RFI #228 – the contractor was directed to add receptacles for water heater in the lobby. This work will be completed for a lump sum cost per COR #116. 1 L.S. $4,462.63 16. Per RFI #203 – the contractor was directed to add structural supports for speakers. This work will be completed for a lump sum cost per COR #117. 1 L.S. $4,789.28 17. Per RFI #186 – the contractor was directed to install access ladder for the air shaft. This work will be completed for a lump sum cost per COR #118. 1 L.S. $3,889.23 18. Per RFI #213 – the contractor was directed to reroute shower waste line. This work will be completed for a lump sum cost per COR #119. 1 L.S. $3,679.85 19. The contractor was directed to update and modify the existing fire sprinkler system per Fire Department requirements. This work will be completed for a lump sum cost per COR #120R1. 1 L.S. $153,195.63 20. Per several RFIs – the contractor was directed to perform miscellaneous framing changes. This work will be completed for a lump sum cost per COR #124. 1 L.S. $2,812.85 21. Per RFI #219.1 – the contractor was directed to add power for HVAC in the control panel. This work will be completed for a lump sum cost per COR #122. 1 L.S. $9,148.97 22. The contractor was directed to change ceiling height in restrooms 111 & 103. This work will be completed for a lump sum cost per COR #125. 1 L.S. $1,111.17 23. As required by the City, the contractor was directed to work OT to adhere to the construction schedule. This work will be completed on a T&M basis. 1 T&M $50,000.00 Total Lump Sum Change Order Amount $486,335.03 CHANGES TO CONTRACT TIME: 0 working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Orders: $3,178,533.53 Previous Agreed Completion Date: 10/23/2025 This Change Order Amount: $486,335.03 Working Days Added: 0 Revised Contract Amount: $29,986,868.56 Revised Completion: 10/23/2025 Docusign Envelope ID: 66152749-5AA2-4436-ACD1-9041F2E406A8 Page 3 of 3 ACCEPTANCE AND SIGNATURES: I have received a copy of this Change Order, and the above agreed prices are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 66152749-5AA2-4436-ACD1-9041F2E406A8 4/15/2025 4/15/2025 4/15/2025 4/15/2025 4/15/2025 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $29,500,533.53 (including this CCO#6 for $383,479.29) 10/023/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 6 - Yes Yes Department Yes No Contract Change Order No. 6 is attached. N/A 03/05/2025 Vonda Teed Docusign Envelope ID: 1F737CCC-F0B7-4FD2-9F64-A92D590EDC88 Page 1 of 3 CITY OF PALM SPRINGS CHANGE ORDER NO. 6 CP 18-04 PLAZA THEATRE REHAB Contractor: Woodcliff Corporation Date: 02/28/2025 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 6 is to address additional work items set forth below. Description Qty Unit Cost 1. Per RFIs 114.1 – the contractor was directed to add 200A switches to the dimming panel. This work will be completed for a lump sum cost per COR #64. 1 L.S. $22,487.62 2. Per RFI #134 – the contractor was directed to repair existing cracks in the trusses. This work will be completed for a lump sum cost per COR #68R1. 1 L.S. $44,192.36 3. Per RFI #157 – the contractor was directed to frame new ceiling at back bars. This work will be completed for a lump sum cost per COR #74. 1 L.S. $1,302.64 4. Per RFI #133 – the contractor was directed to add power outlets to future TVs in lobby. This work will be completed for a lump sum cost per COR #79. 1 L.S. $4,846.79 5. Per RFI #176 – the contractor was directed to modify equipment pads. This work will be completed for a lump sum cost per COR #87. 1 L.S. $6,269.74 6. Per RFI #162/177 – the contractor was directed to infill concrete walls and ceilings at stage. This work will be completed for a lump sum cost per COR #90. 1 L.S. $25,870.80 7. Per RFI #160 – the contractor was directed to Furr walls at control booth. This work will be completed for a lump sum cost per COR #91. 1 L.S. $7,935.91 8. Per RFI #156 – the contractor was directed to update the reinforcing on the stage south wall. This work will be completed for a lump sum cost per COR #93. 1 L.S. $18,881.02 9. Per RFI #65 – the contractor was directed to frame ceiling outside room 110. This work will be completed for a lump sum cost per COR #95. 1 L.S. $701.25 10. Per RFI #78 – the contractor was directed to add walls in the basement. This work will be completed for a lump sum cost per COR #96. 1 L.S. $1,228.59 11. Per RFI #123/156 – the contractor was directed to modify the shear wall at the stage. This work will be completed for a lump sum cost per COR #97R1. 1 L.S. $15,443.84 12. Per RFI #163/172 – the contractor was directed to modify the shear wall at the utility shaft north side of stage. This work will be completed for a lump sum cost per COR #98. 1 L.S. $4,931.19 13. Per Bulletin #8 – the contractor was directed to modify the bar per this bulletin. This work will be completed for a lump sum cost per COR #99. 1 L.S. $11,904.42 Docusign Envelope ID: 1F737CCC-F0B7-4FD2-9F64-A92D590EDC88 Page 2 of 3 14. Per RFI #197 – the contractor was directed to add curbs to the basement restrooms. This work will be completed for a lump sum cost per COR #100. 1 L.S. $2,522.26 15. Per RFI #197 – the contractor was directed to remove lead paint at new beams under AC pad south side. This work will be completed for a lump sum cost per COR #101. 1 L.S. $19,420.59 16. Per RFI #207 - the contractor was directed to abate the asbestos in the auditorium ceiling for the extra holes not shown. This work will be completed on a T&M basis for a “Not-to-Exceed cost as shown in COR #102. 1 T&M $170,000.00 17. Per RFI #152 – the contractor was directed to demo plaster walls at air shaft. This work will be completed for a lump sum cost per COR #108. 1 L.S. $7,579.90 18. Per RFI #200 – the contractor was directed to add receptacles in dressing room 117. This work will be completed for a lump sum cost per COR #110. 1 L.S. $2,112.01 19. Per Bulletin #11 – the contractor was directed to relocate inverter. This work will be completed for a lump sum cost per COR #111. 1 L.S. $15,848.36 Total Lump Sum Change Order Amount $383,479.29 CHANGES TO CONTRACT TIME: 0 working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Orders: $2,795,054.24 Previous Agreed Completion Date: 10/23/2025 This Change Order Amount: $383,479.29 Working Days Added: 0 Revised Contract Amount: $29,500,533.53 Revised Completion: 10/23/2025 Docusign Envelope ID: 1F737CCC-F0B7-4FD2-9F64-A92D590EDC88 Page 3 of 3 ACCEPTANCE AND SIGNATURES: I have received a copy of this Change Order, and the above agreed prices are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 1F737CCC-F0B7-4FD2-9F64-A92D590EDC88 3/5/2025 3/5/2025 3/5/2025 3/5/2025 3/6/2025 3,270,066.00$ CCO#1 663,168.68$ CCO#2 1,034,509.62$ CCO#3 95,821.16$ CCO#4 742,803.55$ CCO#5 258,751.23$ CCO#6 383,479.29$ TOTAL 3,178,533.53$ 91,532.47$ CP 18-04 CONTINGENCY USAGE WOODCLIFF CORPORATION CONTINGENCY REMAINING Docusign Envelope ID: 1F737CCC-F0B7-4FD2-9F64-A92D590EDC88 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $29,117,054.24 (including this CCO#5 for $258,751.23) 10/023/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 5 - Yes Yes Department Yes No Contract Change Order No. 5 is attached. N/A 02/13/2025 Vonda Teed Docusign Envelope ID: 623EDFB7-3916-4909-9DEA-D0A83B4097D8 Page 1 of 2 CITY OF PALM SPRINGS CHANGE ORDER NO. 5 CP 18-04 PLAZA THEATRE REHABILITATION Contractor: Woodcliff Corporation Date: 01/30/2025 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 5 is to address the additional work item set forth below. Line Description Qty Unit Cost 1. Per RFI 26 and several emails the contractor was directed to strengthen the existing trusses with steel as detailed in lieu of wood. This work will be completed for a lump sum cost per COR #54R2. 1 L.S. $258,751.23 Total Lump Sum Change Order Amount $258,751.23 CHANGES TO CONTRACT TIME: 15 working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Orders: $2,536,303.01 Previous Agreed Completion Date: 10/1/2025 This Change Order Amount: $258,751.23 Working Days Added: 15 Revised Contract Amount: $29,117,054.24 Revised Completion: 10/23/2025 Docusign Envelope ID: 623EDFB7-3916-4909-9DEA-D0A83B4097D8 Page 2 of 2 ACCEPTANCE AND SIGNATURES: I have received a copy of this Change Order, and the above agreed prices are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 623EDFB7-3916-4909-9DEA-D0A83B4097D8 2/13/2025 2/13/2025 2/13/2025 2/13/2025 2/14/2025 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $28,858,303.01 (including this CCO#4 for $742,803.55) 10/01/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 4 - Yes Yes Department Yes No Contract Change Order No. 4 is attached. N/A 01/27/2025 Vonda Teed Docusign Envelope ID: B77E13E9-CB2B-4F92-9F9E-6ADA674EAC20 Page 1 of 2 CITY OF PALM SPRINGS CHANGE ORDER NO. 4 CP 18-04 PLAZA THEATRE REHABILITATION Contractor: Woodcliff Corporation Date: 01/17/2025 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 4 is to address additional work items set forth below. Line Description Qty Unit Cost 1. Per RFIs 118, 119, 140, 141 – the contractor was directed to fir out several walls to hide plumbing. This work will be completed for a lump sum cost per COR #61. 1 L.S. $3,562.35 2. Per RFI #140 – the contractor was directed to demo wall between rooms 103&111. This work will be completed for a lump sum cost per COR #63. 1 L.S. $4,634.19 3. Per RFI #125 – the contractor was directed to change from 6x8 to 6x14 truss strengthening. This work will be completed for a lump sum cost per COR #69. 1 L.S. $22,215.41 4. Per RFI #136 – the contractor was directed to move waste and vent plumbing in the bathroom. This work will be completed for a lump sum cost per COR #70R1 1 L.S. $4,144.61 5. Per RFI #138 – the contractor was directed to install new PRV & hose bib. This work will be completed for a lump sum cost per COR #71R1. 1 L.S. $7,497.75 6. The City deleted the heat tape on the contract which resulted in a credit per COR #72. 1 L.S. ($13,059.96) 7. Per Bulletin #6 – the contractor was directed to add access doors. This work will be completed for a lump sum cost per COR #73. 1 L.S. $4,086.81 8. Per RFI #124 - the contractor was directed to replace vent and waste pipes. This work will be completed for a lump sum cost per COR #75R1. 1 L.S. $6,911.72 9. The City directed the contractor to modify the flooring to meet field conditions. This work will be completed for a lump sum cost per COR #76. 1 L.S. $4,501.46 10. Per RFI #113 – the contractor was directed to change the floor boxes. This work will be completed for a lump sum cost per COR #77. 1 L.S. $5,849.75 11. Per multiple RFIs the contractor was directed to fabricate and install steel for the trusses. This work will be completed for a lump sum cost per COR #78R1. 1 L.S. $23,163.64 12. Per RFI #145 – the contractor was directed to change the LE6 fixture. This work will be completed for a lump sum cost per COR #81. 1 L.S. $6,596.96 13. Per RFI #184 – the contractor was directed to cut and cap the waste piping in room 208. This work will be completed for a lump sum cost per COR #83. 1 L.S. $507.71 14. Per RFI #117 – the contractor was directed to reroute the water line at the bar. This work will be completed for a lump sum cost per COR #84. 1 L.S. $1,651.21 15. Per RFI #180 – the contractor was directed to install drain receptor at the water heater downstairs. This work will be completed for a lump sum cost per COR #85. 1 L.S. $2,921.69 16. City requested the contractor to add 2” conduit for Spectrum. This work will be completed for a lump sum cost per COR #80. 1 L.S. $6,987.24 17 Provide funding for previously approved Field Orders No. 1 – 5 1 L.S. $650,631.01 Total Lump Sum Change Order Amount $742,803.55 Docusign Envelope ID: B77E13E9-CB2B-4F92-9F9E-6ADA674EAC20 Page 2 of 2 CHANGES TO CONTRACT TIME: No additional working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Orders: $1,793,499.46 Previous Agreed Completion Date: 10/01/2025 This Change Order Amount: $742,803.55 Working Days Added: 0 Revised Contract Amount: $28,858,303.01 Revised Completion: 10/01/2025 ACCEPTANCE AND SIGNATURES: I have received a copy of this Change Order, and the above agreed prices are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: B77E13E9-CB2B-4F92-9F9E-6ADA674EAC20 1/27/2025 1/27/2025 1/27/2025 1/27/2025 1/27/2025 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $28,115,499.46 (including this CCO#3 for $95,821.16) 10/01/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 3 - Yes Yes Department Yes No Contract Change Order No. 3 is attached. N/A 10/09/2024 Vonda Teed Docusign Envelope ID: CA807109-B03A-4C06-A06D-B678EC442269 Page 1 of 1 CITY OF PALM SPRINGS CHANGE ORDER NO. 3 CP 18-04 PLAZA THEATRE REHABILITATION Contractor: Woodcliff Corporation Date: 10/09/2024 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 3 is to address the additional work item set forth below. Description Qty Unit Cost 1. Per Bulletin 3 - the contractor was directed to modify the front doors to comply with the State’s comments during review for tax credits. This work will be completed for a lump sum cost per COR #50R1. 1 L.S.$95,821.16 Total Lump Sum Change Order Amount $95,821.16 CHANGES TO CONTRACT TIME: 0 working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Orders: $1,697,678.30 Previous Agreed Completion Date: 10/1/2025 This Change Order Amount: $95,821.16 Working Days Added: 0 Revised Contract Amount: $28,115,499.46 Revised Completion: 10/1/2025 I have received a copy of this Change Order, and the above agreed prices are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: CA807109-B03A-4C06-A06D-B678EC442269 10/10/2024 10/10/2024 10/10/2024 10/10/2024 10/10/2024 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Woodcliff Corporation Robert Everhart, Project Manager bob@woodcliff.net Plaza Theatre Rehabilitation, City Project 18-04 $28,019,678.30 (including this CCO#2 for $1,034,509.62) 10/01/2025 On file Robert Everhart, bob@woodcliff.net Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla X8718 December 14, 2023, Item 3.B. 23B396 Contract Change Order No. 2 - Yes Yes Department Yes No Contract Change Order No. 1 is attached. N/A 10/02/2024 Vonda Teed Docusign Envelope ID: 8118694F-3B32-4AEA-8701-F4BECE3C7329 CITY OF PALM SPRINGS - CHANGE ORDER NO. 2 CP 18-04 PLAZA THEATRE REHABILITATION Contractor: Woodcliff Corporation Date: 10/01/2024 Page 1 of 3 CONTRACT CHANGE ORDER SUMMARY: This Change Order No. 2 is to address additional work items set forth below. No. Description Qty Unit Cost 1. Per RFI #5 – the contractor was directed to add concrete beams at roof on grid lines 1 and 2. This work will be completed for a lump sum cost per COR #7R1. 1 L.S. $34,941.32 2. Per RFI #35 & #14.1 – the contractor was directed to add concrete infill in basement wall. This work will be completed for a lump sum cost per COR #9R1. 1 L.S. $16,956.79 3. Per RFI #29 – the contractor was directed to add concrete infill to the basement walls at the steel columns. This work will be completed for a lump sum cost per COR #10R1. 1 L.S. $18,620.71 4. Per RFI #33 – the contractor was directed to add concrete infill to the stage floor. This work will be completed for a lump sum cost per COR #11R1. 1 L.S. $4,413.95 5. The City directed the contractor to purchase and install new switchgear to replace existing electrical gear. This work will be completed for a lump sum cost per COR #36R1 1 L.S. $95,899.81 6. Per RFI #18 & #73 – the contractor was directed to shore ceiling of the control booth and frame new floor in stairway. This work will be completed for a lump sum cost per COR #37. 1 L.S. $20,909.91 7. Per RFI #17 – the contractor was directed to shore ceiling of balcony for new shear wall, reframe and plaster new ceiling. This work will be completed for a lump sum cost per COR #38. 1 L.S. $15,566.54 8. Per RFI #80 – the contractor was directed to drill and epoxy dowels in the lobby. This work will be completed for a lump sum cost per COR #39. 1 L.S. $2,908.22 9. Per RFI #73 & #103 - the contractor was directed to wall with lead paint, remove concrete, revise rebar, shore ceiling, drill & epoxy dowels, and set up shotcrete forms for new openings. This work will be completed for a lump sum cost per COR #40R1. 1 L.S. $95,616.63 10. Per RFI #63 – the contractor was directed to change shear wall from 12” to 24”. This work will be completed for a lump sum cost per COR #41. 1 L.S. $12,762.75 11. Per RFI #68 – the contractor was directed to infill concrete at wall opening. This work will be completed for a lump sum cost per COR #42R2. 1 L.S. $12,193.90 12. The contractor was directed to remove oversize rocks found in the underlying soils. This work will be completed for a lump sum cost per COR #43R1. 1 L.S. $1,805.30 13. Per RFI #97 & #99 – the contractor was directed to infill door and HVAC openings in the concrete walls. This work will be completed for a lump sum cost per COR #44R1. 1 L.S. $21,065.55 14. Per Bulletin 4 - the contractor was directed to repair ceiling in the Auditorium. This work will be completed for a lump sum cost per COR #45. 1 L.S. $5,549.41 Docusign Envelope ID: 8118694F-3B32-4AEA-8701-F4BECE3C7329 CITY OF PALM SPRINGS - CHANGE ORDER NO. 2 CP 18-04 PLAZA THEATRE REHABILITATION Contractor: Woodcliff Corporation Date: 10/01/2024 Page 2 of 3 15. Per RFI 22.1 – the contractor was directed to replaster ceiling in the bar due to HVAC installation. This work will be completed for a lump sum cost per COR #46. 1 L.S. $5,111.83 16. Per RFI #37 & #60 – the contractor was directed to demo and change footings in the basement. This work will be completed for a lump sum cost per COR #47R1. 1 L.S. $8,227.82 17. Per RFI #51 – the contractor was directed to remove existing carpet and glue in the Control Booth. This work will be completed for a lump sum cost per COR #48. 1 L.S. $10,705.15 18. The City requested the contractor to add a fire sprinkler subcontractor to the project to address unforeseen fire sprinkler issues. This work will be completed for a lump sum cost per COR #51. 1 L.S. $97,482.06 19. The City requested the contractor to add a fire alarm subcontractor to the project to address unforeseen fire alarm issues. This work will be completed for a lump sum cost per COR #52. 1 L.S. $144,245.49 20. Per RFI #102 & #105 – the contractor was directed to add Hilti Anchors to the block wall. This work will be completed for a lump sum cost per COR #55. 1 L.S. $2,862.22 21. Per RFI #108 – the contractor was directed to saw cut and demo existing concrete walls for HVAC openings. This work will be completed for a lump sum cost per COR #58. 1 L.S. $47,233.01 22. Per RFI #79 – the contractor was directed to saw cut and demo existing concrete wall for HVAC openings. This work will be completed for a lump sum per COR #59. 1 L.S. $4,745.59 23. Per RFI #7 – the contractor was directed to install new tile for restrooms 109 & 112. This work will be completed for a lump sum cost per COR #57. 1 L.S. $63,741.59 24. Per Bulletin #5 – the contractor was directed to refurbish restrooms 110, 111, 202, & 203. This work will be completed for a lump sum cost per COR #56. 1 L.S. $282,447.30 25. Per RFI #93 – the contractor was directed to relocate vent pipe due to conflict with air intake. This work will be completed for a lump sum cost per COR #60R1. 1 L.S. $8,496.77 Total Lump Sum Change Order Amount $1,034,509.62 CHANGES TO CONTRACT TIME: 15 working days will be added to the contract time. Summary of Costs: Original Contract Amount: $26,322,000.00 Construction Start Date: 03/04/2024 Previous Change Order: $663,168.68 Previous Agreed Completion Date: 09/15/2025 This Change Order Amount: $1,034,509.62 Working Days Added: 15 Revised Contract Amount: $28,019,678.30 Revised Completion: 10/1/2025 Docusign Envelope ID: 8118694F-3B32-4AEA-8701-F4BECE3C7329 CITY OF PALM SPRINGS - CHANGE ORDER NO. 2 CP 18-04 PLAZA THEATRE REHABILITATION Contractor: Woodcliff Corporation Date: 10/01/2024 Page 3 of 3 ACCEPTANCE AND SIGNATURES: I have received a copy of this Change Order, and the above AGREED PRICES are acceptable. Woodcliff Corporation __________ Robert Everhart, Project Manager Date City of Palm Springs Recommended By: Alberto Gradilla, Project Manager Date Recommended By: Joel Montalvo, City Engineer Date Approved By: Scott Stiles, City Manager Date Attest By: Brenda Pree, City Clerk Date Docusign Envelope ID: 8118694F-3B32-4AEA-8701-F4BECE3C7329 10/2/2024 10/2/2024 10/2/2024 10/2/2024 10/2/2024 CONTRACT ABSTRACT 1 Original: Agreement, Performance & Payment Bonds, and Insurance Contract Company Name: Company Contact: Summary of Services: Contract Price: Funding Source: Contract Term: Woodcliff Corporation Mohamad Tabrizi Plaza Theatre Rehabilitation, City Project 18-04 $26,322,000.00 Measure J / Council Set-Asides / GF Reserves To be determined by the Notice to Proceed Contract Administration Lead Department: Contract Administrator: Engineering Services Joel Montalvo / Francisco Jaime / Alberto Gradilla Contract Approvals Council Approval Date: Agreement Number: December 14, 2023, Item 3.B. 23B396 Contract Compliance Exhibits: Signatures: Insurance: Bonds: Attached Attached Attached Attached Contract prepared by: Engineering Services Submitted on: 12/27/2023 By: Anil Cholakkara DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE Revised 4.13.23 Page 1 of 8 AGREEMENT 23B396 (CONSTRUCTION CONTRACT) THIS AGREEMENT made this _ day of , 20 , by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Woodcliff Corporation, a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: PLAZA THEATRE REHABILITATION City Project No. 18-04 The Work comprises the rehabilitation of the historic Palm Springs Plaza Theatre, originally constructed in 1936, including: expanded conditioned lobby area, new glazed doors and windows, renovated inner lobby with new bar/concessions area, new theater seats, with a leveled floor area for wheelchair accessible seating, repair of the historically significant atmospheric sidewalls and ceiling, historic finishes treatments for the stenciling at the lobby and proscenium, as well as restoration of the historic light fixtures, renovation of the restrooms with new fixtures and accessories, a reconfigured stage, with expanded apron, and new resilient stage floor, new theatrical equipment, including theatrical lighting truss, grid, and drapery. new A/V and surround sound systems, modernized dressing rooms, with restrooms and showers, with a new accessible star dressing room at the stage level, additional acoustical finishes treatments and sound control improvements throughout, completely new HVAC systems, and electrical service equipment. The structural scope includes a seismic upgrade to the historic building and structural upgrades to accommodate renovations to the theatre. Abatement plans and a report has been prepared for this Project and shall be followed throughout any demolition or installation. Install new wired (POE) security system with up to 16 camera locations throughout the building and exterior. System shall connect to new networking equipment located within the building in Room 208 as shown on the plans. Wiring shall be installed within conduit and conduit painted to match existing wall color. Where possible, conduite shall be concealed. The east access path to the back of the Theatre includes removal of existing concrete, grading, compacting, and installation of concrete to meet current ADA standards, removal of existing door and roll up gate, installation of new metal 4” square steel frame gate with stained IPE wood as horizontal panels spaced 1/4”. The drains that connect to the roof along the wall to the floor shall also be replaced and connect to a new pipe placed underground and connect to the outlet at the face of curb along Indian Canyon Drive. The work shall be diligently prosecuted to completion before the expiration of 240 workdays. DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE Revised 4.13.23 Page 2 of 8 ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. This Section does not exclude recovery of other damages specified in the Contract Documents. Liquidated damages may be deducted from progress payments due Contractor, Project retention or may be collected directly from Contractor, or from Contractor's surety. These provisions for liquidated damages shall not prevent the City, in case of Contractor's default, from terminating the Contractor. ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor’s Bid Proposal is TWENTY-SIX MILLION THREE HUNDRED TWENTY-TWO THOUSAND AND ZERO CENTS ($26,322,000.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE Revised 4.13.23 Page 3 of 8 Business Preference Program – Good Faith Efforts, Non- Discrimination Certification, Non- Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda Numbers 1 to 3, inclusive, and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES All notices shall be in writing and either served by personal delivery or mailed to the other party. Written notice to the Contractor shall be addressed to Contractor’s principal place of business unless Contractor designates another address in writing for service of notice. Notice to the City shall be addressed to the City as designated in the Notice Inviting Bids unless the City designates another address in writing for service of notice. Notice shall be effective upon receipt or five (5) calendar days after being sent by first class mail, whichever is earlier. Notice given by facsimile shall not be effective unless acknowledged in writing by the receiving party. ARTICLE 8 -- INDEMNIFICATION Contractor shall provide indemnification and defense as set forth in Section 7-15 “Indemnification,” of the Special Provisions. ARTICLE 9 -- PREVAILING WAGES Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE Revised 4.13.23 Page 4 of 8 from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 10 -- CONFLICT OF INTEREST Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one (1) year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. ARTICLE 11--NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a “prohibited basis”). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City’s lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 12 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE Revised 4.13.23 Page 5 of 8 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. Each and every provision of law required to be included in these Contract Documents shall be deemed to be included in these Contract Documents. The Contractor shall comply with all requirements of applicable federal, state and local laws, rules and regulations, including, but not limited to, the provisions of the California Labor Code and California Public Contract Code which are applicable to this Work. Compliance with Economic Sanctions in Response to Russia's Actions in Ukraine. When funding for the services is provided, in whole or in part, by an agency controlled of the State of California, Consultant shall fully and adequately comply with California Executive Order N-6-22 (“Russian Sanctions Program”). As part of this compliance process, Consultant shall also certify compliance with the Russian Sanctions Program by completing the form located in Exhibit “A” (Russian Sanctions Certification), attached hereto and incorporated herein by reference. Consultant shall also require any subconsultants to comply with the Russian Sanctions Program and certify compliance pursuant to this Section. ARTICLE 13 – PROJECT LABOR AGREEMENT 13.1 Generally The Work is subject to the City’s Community Workforce Agreement dated [MMM] [DD], 2021 (“CWA” or “Project Labor Agreement” or “PLA”), a copy of which is on file with the City, available upon request, and incorporated herein by reference as if fully set forth herein. Contractor and all subcontractors of Contractor of any tier shall at all times comply with the requirements of the PLA in the prosecution of the Work. Contractor has executed or agrees to execute and be bound by the terms of the PLA either directly or through the Letter of Assent (a form of which is attached to the PLA as Exhibit “B” and referred to herein as the “LOA”), and Contractor shall furnish evidence of compliance with the same to City prior to the commencement of any Work. Contractor further agrees to require, or has already required, each of its subcontractors, of whatever tier, to agree in writing in the form of a LOA to be bound by each and every provision of the PLA prior to the commencement of Work or at the time of such subcontract, whichever occurs first. 13.2 Subcontractors Contractor shall include, and shall require all of Contractor’s subcontractors of any tier to include, contractual provisions in all contracts they enter into for the performance of the Work, requiring each subcontractor, of every tier, who furnishes any labor for the performance of Work, to comply with the provisions of the PLA at no additional cost. 13.3 Condition of Payment Compliance by Contractor and all of Contractor’s subcontractors of any tier with the requirements of the PLA shall be a condition of Contractor’s right to payment under this Agreement. DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE Revised 4.13.23 Page 6 of 8 13.4 Reformation Any requirement currently set forth in, or hereafter developed, adopted or implemented pursuant to the terms of the PLA, that is applicable to the Project, that is not set forth herein or that is by mistake incorrectly stated, shall be deemed to be inserted in this Agreement and shall be read and enforced as though it were included herein; and, if through mistake or otherwise any such requirement is not inserted or if inserted and requires correction, then upon request of either party this Agreement shall forthwith be amended to make such insertion or correction. 13.5 Conflicts In the event of a conflict between the PLA and any other provisions of the Contract Documents, the PLA shall control. 13.6 Costs of Compliance Contractor represents and warrants that it has included in its bid all costs of compliance with the requirements of this Section 13. 13.7 Not a Limitation The requirements of this Section 13 are in addition to, and not a limitation upon, the other applicable provisions of the Contract Documents. SIGNATURES ON NEXT PAGE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE 12/28/2023 DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE 12/19/2023 Brown & Brown Insurance Services of California, Inc License #0D04053 1001 Mark Avenue, Suite 201 Carpinteria CA 93013 Philip Gajic (805) 965-0071 (805) 690-3200 Philip.Gajic@bbrown.com Woodcliff Corporation 11835 W Olympic Blvd Suite 825 Los Angeles CA 90064 Gemini Insurance Company 10833 Travelers Property Casualty Company of America 25674 State Compensation Insurance Fund of CA 231751 23-24 GL, BA, UMB, WC A Policy Contains an OCIP Exclusion Y VCGP029442 04/19/2023 04/19/2024 1,000,000 100,000 10,000 1,000,000 2,000,000 2,000,000 A VCGP029442 04/19/2023 04/19/2024 1,000,000 B 10,000 CUP0S88046922NF 04/19/2023 04/19/2024 4,000,000 4,000,000 C Y Y 910454523 07/01/2023 07/01/2024 1,000,000 1,000,000 1,000,000 Project: Plaza Theatre Rehabilitation – City Project No. 18-04 Address: 128 S. Palm Canyon Dr, Palm Springs, CA 92262 City of Palm Springs, its respective elected officials, officers, employees, agents, and representatives are included as Additional Insureds under the General Liability per the attached form CG 20 10 07 04, as required by written contract. General Liability policy is Primary and Non-Contributory per the attached form VE 09 73 04 20, as required by written contract. Waiver of Subrogation applies to the Workers Compensation per the attached form 10217 (REV. 7-2014), as required by written contract. City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs CA 92262 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INSURER(S) AFFORDING COVERAGE INSURER F : INSURER E : INSURER D : INSURER C : INSURER B : INSURER A : NAIC # NAME: CONTACT (A/C, No): FAX E-MAIL ADDRESS: PRODUCER (A/C, No, Ext): PHONE INSURED REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. OTHER: (Per accident) (Ea accident) $ $ N / A SUBR WVD ADDL INSD THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. $ $ $ $PROPERTY DAMAGE BODILY INJURY (Per accident) BODILY INJURY (Per person) COMBINED SINGLE LIMIT AUTOS ONLY AUTOSAUTOS ONLY NON-OWNED SCHEDULEDOWNED ANY AUTO AUTOMOBILE LIABILITY Y / N WORKERS COMPENSATION AND EMPLOYERS' LIABILITY OFFICER/MEMBER EXCLUDED? (Mandatory in NH) DESCRIPTION OF OPERATIONS below If yes, describe under ANY PROPRIETOR/PARTNER/EXECUTIVE $ $ $ E.L. DISEASE - POLICY LIMIT E.L. DISEASE - EA EMPLOYEE E.L. EACH ACCIDENT ER OTH- STATUTE PER LIMITS(MM/DD/YYYY) POLICY EXP (MM/DD/YYYY) POLICY EFF POLICY NUMBERTYPE OF INSURANCELTR INSR DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) EXCESS LIAB UMBRELLA LIAB $EACH OCCURRENCE $AGGREGATE $ OCCUR CLAIMS-MADE DED RETENTION $ $PRODUCTS - COMP/OP AGG $GENERAL AGGREGATE $PERSONAL & ADV INJURY $MED EXP (Any one person) $EACH OCCURRENCE DAMAGE TO RENTED $PREMISES (Ea occurrence) COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR GEN'L AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT LOC CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY) CANCELLATION AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. CERTIFICATE HOLDER The ACORD name and logo are registered marks of ACORD HIRED AUTOS ONLY DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE VE 09 73 04 20 Includes copyrighted material of Insurance Services Office, Inc. with its permission Page 1 of 1 Policy Number: VCGP029442 VE 09 73 04 20 Insured Name: Woodcliff Corporation Number: 41 Effective Date: 04/19/2023 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. PRIMARY AND NONCONTRIBUTORY – OTHER INSURANCE CONDITION This endorsement modifies insurance provided under the following: Commercial General Liability Coverage Part The following is added to the Other Insurance Condition and supersedes any provision to the contrary: Primary And Noncontributory Insurance This insurance is primary to and will not seek contribution from any other Commercial General Liability insurance available to an additional insured under your policy, but only if: (1)The additional insured is a Named Insured under such other Commercial General Liability insurance; and (2)You have agreed in writing in a contract or agreement that this insurance would be primary and would not seek contribution from any other Commercial General Liability insurance available to the additional insured. Coverage granted to an additional insured remains subject to all terms, conditions, limitations, and exclusions set forth in the endorsement form that conferred the additional insured status. In the event of conflict between this endorsement and an endorsement conferring additional insured status, then the endorsement conferring additional insured status shall govern the scope of coverage available to the additional insured. All other terms and conditions of this Policy remain unchanged. DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE DocuSign Envelope ID: 83CF87EF-DAA4-4E4A-8B46-4A0B29833CEE