Loading...
HomeMy WebLinkAboutA7275 - WESTERN SURETY COMPANY CONTRACT ABSTRACT 2 Originals: Contract Change Orders No. 24T—No.27T Contract Company Name: Western Surety Company Company Contact: Richard Tropp (Benchmark Consulting Services) Summary of Services:, CP# 15-05, Police Department Remodel (Takeover) Contract Price: $686,390.09 (includes CCO #24T-#27T totaling $55,432.55) Funding Source: 261-1395-59444 Contract Term: 244 Calendar Days Contract Administration Lead Department: Engineering Services Contract Administrator: Marcus Fuller/Joel Montalvo Contract Anorovals Council Approval: April 17, 2019 Change Order#23T: November 6, 2019 Change Order#24T- #27T: TBD Agreement Number: A7275 Contract Compliance Exhibits: Attached Signatures: Attached Insurance: On file Bonds: N/A Contract Prepared By: Engineering Services Submitted on: 04/13/2020 By: Vonda Teed IAn 1 I 1 �Qpiiqy.� . 10 ' < , CITY OF PALM SPRINGS CONTRACT CHANGE ORDER CqS/FOA��w To: Western Surety Company Date: 11-15-19 151 North Franklin Street, 171 Floor Project No: CP 15-05- Chicago, II 60606 Project: Palm Springs Police (951) 788-0703 Dept. Remodel Rebid Change Order No: 24T Attn: Richard Tropp (Benchmark Consulting Services, LLC). CHANGES IN CONTRACT: 1. Perform additional metal framing for fire extinguisher cabinet openings per RFI #11 in Project 400 (reduced). 2. Perform additional metal framing for Project 300 Detective's Bureau soffit per RFI #28 revised Detail 3/A4.1. 3. Perform additional metal framing for Project 400 Men's &Women's Locker Room benches per RFI #9R1. 4. Perform additional metal framing for ceiling framing in the showers of Project 400 to accept new recessed lighting per RFI #49. 5. Perform additional metal framing for installation of doorjamb and drywall at the main entrance to the Men's Locker Room per RFI #29 & SKA-029. 6. Perform additional metal framing for the Project 200 report Writing Room per RFI #104. CHANGES IN COST: Total Net Change Order Amount: $16,683.00 REASONS FOR CHANGE: BFI's submitted identified errors in the specifications and plans, field conditions upon completion of demolition exposed areas which required additional work. CHANGES TO CONTRACT TIME: No days will be added to the contract for the work indicated herein. SOURCE OF FUNDS: 261-1395-59444 Contract Change Order No. 24T DATE: 11-15-19 Page 2 SUMMARY OF COSTS: Council Approved Amount: $3,381,830.00 Original Completion Date: 184 Calendar Day Previous Change Orders $1,003,213.98 Previous Days Added 0 This Change Order: $16,683.00 Days Added 0 Revised Contract Amount: $4,401,726.98 Revised Completion 11-1-19 [SIGNATURES ON-NEXT PAGE] Contract Change Order No. 24T DATE: 11-15-19 Page 3 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Western Suretv Comaanv 11/25/19 Signature Date Richard Tropp, Authorized Representative i Printed Name and Title City of Palm Springs Recommended Bv: Jo tj Putrino/Senior Public Works Date I pector, Willdan,Engineering Recommended Bv: l I Marcus Fuller, Assistant City Manager/ Date City Engineer Approved Bv: 3e ZZ �� Davi ity Manager Da e I Attest Bv: oy ZZ 'zo� j A ony Mejia,rity CI rk Date Distribution: Original Conformed Copy: Conformed - File Copy: ppaoveosycnvcouNc Contractor (1) Engineering Pay File (1) �121�b \ 'A City Clerk (1) Project City File (1) Purchasing (1) Finance (1) i FW KEMP BROS Change Order Re uest CONSTRUCTION- Project: City of Palm Springs-Police Department Remodel COR: 10-T KBCI No.: 39001 Date: 11 7 19 Description: Re-frame(3)fire extinguisher cabinets in accordance with RFI 011 response.Soffit framing at Men's Locker Room in accordance with RFI 028 response.Framing for restroom,benches in accordance with RFI 09A. Modify ceiling at showers in accordance with RFI 49.Doorjamb framing at Men's Locker Room in accordance with RFI 029.Remove and reinstall drywall to install backing to support added casework in accordance with RFI 104: Exclusions: Subcontractor: (See attached Sub Cost Proposal) AMOUNT Rutherford CDR#003 with adjustment $ 533 Rutherford CDR#OOS $ 7,326 Rutherford COR#006 $ 778 Rutherford CDR#00711. $ 697 Rutherford CDR#008 $ 585 Rutherford CDR#013 $ - 912 i/79-L /5 73 f " $ $ OHP S% $ 787 Direct Labor Costs: NAME HOURS RATE AMOUNT Project Manager , _ $ 122 $ - Superintendent $ 107 $ Project Engineer - $ 96 $ -- BIM/Project Documentation $ 78 $ OHP 18% $ - Direct Materials, Equipment&Other Costs: ITEM CITY UNIT •RATE AMOUNT $ OHP 10% $ Cost Recap: AMOUNT Direct Labor,Materials,Equipment&Other Costs - $ - Work Performed by Subcontractor(s) S ! $ Bond 1% $ 165 TOTAL COR VALUE: $ d6;684" 2107 Crystal Street 1026 Maine Ave., Ir—i p Los Angeles, CA 90039 Clovis,CA 93619 RU�p�WERF®RDCO? F: 323.665.0328 F: 559900.4145 License #399033 License;9399033 Change Order Document TO: Hal Hays Construction DATE: 1/11/2018 ATTN: Tifani Barnes JOB#: 17-152 EMAIL: RCI COR#: 003R1 JOB NAME: Palm Springs Police Department G.C. TACKING#: DESCRIPTION OF WORK: Change order for framing of 4 fire extinguisher cabinet openings in P400, Per RFI #011. BREAKDOWN: HR. RATE QTY. UNIT AMOUNT COMMENTS LABOR Regular $75.77 7 HRS $ 530.39 Overtime $103.28 0 HRS $ - DGubletime $130.79 0 HRS $ - 0 HRS $ - 0 HRS $ - 0 HRS $ - MATERIAL $80.00 + Tax 9.5m $ 87.60 EQUIPMENT Rolling Units $50.00 0 Day $ - $0.00 0 Day $ $0.00 0 Day $ SCAFFOLD $0.00 0 Day $ - SUBSIMISC. FREIGHTIDELIVERY $250.00 0 LS $ - $0.00 0 LS $ - $0.00 0 LS $ - COR Sub Total: $ 617.99 15.0% O&P $ 92.70 0.00% Bond $ - COR TOTAL: $ -71 t- $533 QUALIFICATIONS 1.ADDITIONAL TIME MAYBE REQUIRED ON THE PROJECT SCHEDULE FOR THE WORK DESCRIBED ABOVE 2.ALL GASIELECTRIC EQUIPMENT USED FOR THIS CDR WILL BE CHARGED ATA 1-DAY MINIMUM RENTAL 'THIS PROPOSAL IS FOR THE DESCRIBED WORK ONLY.PRICING IS BASED ON THE CURRENT PROJECT STATUS.RUTHERFORD IS ENTITLED TO COMPENSATION FOR ADDITIONAL COSTS IF THE PROJECT STATUS CHANGES BEFORE APPROVAL FURTHERMORE,THE STATED PRICE DOES NOT INCLUDE ANYAMOUNT FOR COSTS RESULTING FROM IMPACTS,WHETHER THE IMPACTS ARE CAUSED BY SCHEDULING,RESCHEDULING,OUT OF SEQUENCE OPERATIONS,TRADE CONGESTION,OTHER DISRUPTIONS, DELAYS OR ACCELERATION.RUTHERFORD EXPRESSLY RESERVES THE RIGHT TO COLLECT FULL OVERHEAD AND PROFIT FOR ANY OF SUCH IMPACTS.' Submitted By: Approved By: Sinai 1. Uebluavu Brian Liebman Tifani Bames Rutherford Co.,Inc. Hal Hays-Construction 2107 Crystal Street 1026 Maine Ave., �1pp ppq�q p�r� Los Angeles, CA 90039 Clovis, CA 93619 RU 8 � ERFOR®COz T: 323.666.5284 T: 559.900.4134 J F: 323.665.0328 F: 559.900.4145 License#399033 License #399033 Change Order Document TO: Hal Hays Construction DATE: 2l1I2018 ATTN: Tifani Barnes JOB#: 17-152 EMAIL: RCI COR#: 005 JOB NAME: Palm Springs Police Department G.C. TACKING #: DESCRIPTION OF WORK: Change order for added framing at P300 Men's Locker Room soffit framing 31A4.1, Per RFI #028. BREAKDOWN: HR.RATE QTY. UNIT AMOUNT COMMENTS LABOR Regular $75.77 68 HRS $ 5,152.36 Overtime $103.28, 0 HRS $ - Doublelime $130.79 0 HRS $ - 0 HRS $ - 0 HRS $ - 0 HRS $ - MATERIAL $1,112.50 + Tax 9.50% $ 1.218.19 EQUIPMENT Rolling Units $50.00 0 Day $ - $0.00 0 Day $ - $D.00 0 Day $ - SCAFFOLD $0.00 0 Day $ - SUBSIMISC. FREIGHTIDELIVERY $250.00 0 LS $ - $0.00 0 LS $ - $0.00 0 LS $ - COR Sub Total: $ 6,370.55 15.0% O&P $ 955.58 0.00% Bond $ - COR TOTAL: $ 7,326 QUALIFICATIONS 1.ADDITIONALTIME MAY BE REQUIRED ON THE PROJECT SCHEDULE FOR THE WORK DESCRIBED ABOVE 2.ALL GASIELECTRIC EQUIPMENT USED FOR THIS CDR WILL BE CHARGED AT A 1-DAY MINIMUM RENTAL -THIS PROPOSAL IS FOR THE DESCRIBED WORK ONLY.PRICING IS BASED ON THE CURRENT PROJECT STATUS.RUTHERFORD IS ENTITLED TO COMPENSATION FOR ADDITIONAL COSTS IF THE PROJECT STATUS CHANGES BEFORE APPROVAL FURTHERMORE,THE STATED PRICE DOES NOT INCLUDE ANY AMOUNT FOR COSTS RESULTING FROM IMPACTS,WHETHER THE IMPACTS ARE CAUSED BY SCHEDULING,RESCHEDULING,OUT OF SEQUENCE OPERATIONS,TRADE CONGESTION,OTHER DISRUPTIONS, DELAYS OR ACCELERATION.RUTHERFORD EXPRESSLY RESERVES THE RIGHT TO COLLECT FULL OVERHEAD AND PROFIT FOR ANY OF SUCH IMPACTS' Submitted By: Approved By: FrUIv6 UebwitA. Brian Liebman Tifani Barnes Rutherford Co.,Inc. Hal Hays Construction 2107 Crystal Street 1026 Maine Ave., Los Angeles, CA 90039 Clovis, CA 93619 RU py�HERFOR®CQz T:323.666.5284 T: 559.900.4134 IL F: 323.665.0328 F: 559.900.4145 h' License #399033 License r399033 Change Order Document TO: Hal Hays Construction DATE: 2/1/2018 ATTN: Tifani Barnes JOB #: 17-152 EMAIL: RCI COR#: 006 JOB NAME: Palm Springs Police Department G.C. TACKING #: DESCRIPTION OF WORK: Change order for framing at P340 Men's &Women's restroom benches 9/A2.11, Per RFI #009.1. BREAKDOWN: HR. RATE QTY. UNIT AMOUNT COMMENTS LABOR Regular $75.77 8 HRS $ 606.16 Overtime $103.28 0 HRS $ - Doublelime $130.79 0 HRS $ - 0 HRS $ - 0 HRS $ - 0 HRS $ - MATERIAL $84.00 + Tax 9.5o% $ 70.08 EQUIPMENT Rolling Units $50.00 0 Day $ - $0.00 0 Day $ - $0.00 0 Day $ - SCAFFOLD $0.00 0 Day $ SUBS/MISC. FREIGHT/DELIVERY $250.00 0 LS $ - $0.00 0 LS $ - $0.00 0 LS $ - COR Sub Total: $ 676.24 15.0% 0&P $ 101.44 0.00% Bond $ - COR TOTAL: $ 77B QUALIFICATIONS 1.ADDITIONALTIME MAY BE REQUIRED ON THE PROJECT SCHEDULE FOR THE WORK DESCRIBED ABOVE 2.ALL GASIELECTRIC EQUIPMENT USED FOR THIS CDR WILL BE CHARGED ATA 1-DAY MINIMUM RENTAL -THIS PROPOSAL IS FOR THE DESCRIBED WORK ONLY.PRICING IS BASED ON THE CURRENT PROJECT STATUS.RUTHERFORD IS ENTITLED TO COMPENSATION FOR ADDITIONAL COSTS IF THE PROJECT STATUS CHANGES BEFORE APPROVAL FURTHERMORE,THE STATED PRICE DOES NOT INCLUDE ANY AMOUNT FOR COSTS RESULTING FROM IMPACTS,WHETHER THE IMPACTS ARE CAUSED BY SCHEDULING,RESCHEDULING,OUT OF SEQUENCE OPERATIONS,TRADE CONGESTION,OTHER DISRUPTIONS, DELAYS OR ACCELERATION.RUTHERFORD EXPRESSLY RESERVES THE RIGHT TO COLLECT FULL OVERHEAD AND PROFIT FOR ANY OF SUCH IMPACTS' Submitted By: Approved By: gnaw "ClovIoV6 Brian Liebman Tifani Barnes Rutherford Co.,Inc. Hal Hays Construction 2107 Crystal Street 1026 Maine Ave., r{�r�pp®®4B� Los Angeles, CA 90039 Clovis,CA 93619 pgl�g p HERFORDCOz T:323.666.5284 T: 559.900.4134 F: 323.665.0328 F: 559.900.4145 License#399033 License#.399033 Change -Order Document TO: Hal Hays Construction DATE: 2/13/2018 ATTN: Karun Mani JOB#: 17-152 EMAIL: RCI COR#: 007R JOB NAME: Palm Springs Police Department G.C. TACKING#: DESCRIPTION OF WORK: Change order for modifying ceiling framing in Showers to accept new recessed lighting, per RFI #49. BREAKDOWN: HR. RATE QTY. UNIT AMOUNT COMMENTS LABOR Regular $75.77 8 HRS $ 606.16 Overtime $103.28 0 HRS $ - Doubletime $130.79 0 HRS $ - 0 HRS $ - 0 HRS $ - 0 HRS $ - MATERIAL $0.00 + Tax 9.50% $ EQUIPMENT Rolling Units $50.00 0 Day $ - $0.00 0 Day $ - $0.00 0 Day $ - SCAFFOLD $0.00 0 Day $ - SUBSIMISC. FREIGHTIDELIVERY $250.00 0 LS $ - $0.00 D LS $ - $0.00 0 LS $ - COR Sub Total: $ 606.16 15.0% O&P $ 90.92 0.00% Bond $ - COR TOTAL: $ 697 QUALIFICATIONS 1.ADDITIONALTIME MAY BE REQUIRED ON THE PROJECT SCHEDULE FOR THE WORK DESCRIBED ABOVE 2.ALL GASTELECTRIC EQUIPMENT USED FOR THIS CDR WILL BE CHARGED ATA 1-DAY MINIMUM RENTAL -THIS PROPOSAL IS FOR THE DESCRIBED WORK ONLY.PRICING IS BASED ON THE CURRENT PROJECT STATUS.RUTHERFORD IS ENTITLED TO COMPENSATION FOR AUDITIONAL COSTS IF THE PROJECT STATUS CHANGES BEFORE APPROVAL FURTHERMORE,THE STATED PRICE DOES NOT INCLUDE ANY AMOUNT FOR COSTS RESULTING FROM IMPACTS,WHETHER THE IMPACTS ARE CAUSED BY SCHEDULING,RESCHEDULING,OUT OF SEQUENCE OPERATIONS,TRADE CONGESTION,OTHER DISRUPTIONS, DELAYS OR ACCELERATION.RUTHERFORD EXPRESSLY RESERVES THE RIGHT TO COLLECT FULL OVERHEAD AND PROFIT FOR ANY OF SUCH IMPACTS.' Submitted By: Approved By: grta ' La.ebvwavl. Brian Liebman Karun Mani Rutherford Co.,Inc. Hal Hays Construction Los A geles,Street 1026 Maine Ave., n gglg p �pr� Los Angeles, CA 90039 Clovis, CA 93619 I �u1JTf3➢I5RF®R®C0? F: 323.6650328 F: 559.900.4145 `J License#399033 License#399033 Change Order Document TO: Hal Hays Construction DATE: 2/13/2018 ATTN: Karun Mani JOB #: 17-152 EMAIL: RCI COR#: 008 JOB NAME: Palm Springs Police Department G.C. TACKING #: DESCRIPTION OF WORK: Change order to intstall jamb framing & drywall at door opening Men's Locker Room, per RFI#29 &SKA-029. BREAKDOWN: HR.RATE QTY. UNIT AMOUNT COMMENTS LABOR Regular $75.77 6 HRS $ 454.62 Overtime $103.28 0 ,HRS $ - Doubletime $130.79 0 HRS $ - 0 HRS $ - 0 HRS $ - 0 HRS $ - MATERIAL $49.70 + Tax 9.50% $ 54.42 EQUIPMENT Rolling Units $50.00 0 Day $ - $0.00 0 Day $ - $0.00 0 Day $ - SCAFFOLD $0.00 0 Day $ - SUBSIMISC. FREIGHTIDELIVERY $250.00 0 LS $ - $0.00 0 LS $ - $0.00 0 LS $ - COR Sub Total: $ 509.04 15.0% O&P $ 76.36 0.00% Bond $ - COR TOTAL: $ 586 QUALIFICATIONS 1.ADDITIONAL TIME MAY BE REQUIRED ON THE PROJECT SCHEDULE FOR THE WORK DESCRIBED ABOVE 2.ALL GASIELECTRIC EQUIPMENT USED FOR THIS COR WILL BE CHARGED ATA 1-DAY MINIMUM RENTAL -THIS PROPOSAL IS FOR THE DESCRIBED WORK ONLY.PRICING IS BASED ON THE CURRENT PROJECT STATUS.RUTHERFORD IS ENTITLED TO COMPENSATION FOR ADDITIONAL COSTS IF THE PROJECT STATUS CHANGES BEFORE APPROVAL.FURTHERMORE,THE STATED PRICE DOES NOT INCLUDE ANY AMOUNT FOR COSTS RESULTING FROM IMPACTS,WHETHER THE IMPACTS ARE CAUSED BY SCHEDULING,RESCHEDULING,OUT OF SEQUENCE OPERATIONS,TRADE CONGESTION,OTHER DISRUPTIONS, DELAYS OR ACCELERATION.RUTHERFORD EXPRESSLY RESERVES THE RIGHT TO COLLECT FULL OVERHEAD AND PROFIT FOR ANY OF SUCH IMPACTS.' Submitted By: Approved By: gr%aw L.iebmatn. Brian Liebman Karun Mani Rutherford Co.,Inc. Hal Hays Construction s 2107 Crystal Street 1026 Maine Ave., Los Angeles, CA 90039 Clovis, CA 93619 RUTHERFOR COF0 T:323.666.5284 T:559.900.4134 F: 323.665.0328 F:559.900.4145 License#399033 License#399033 Change Order Document TO: Hal Hays Construction DATE: 9/27/2018 ATTN: Karun Mani JOB#: 17-152 EMAIL: RCI COR#: 013 JOB NAME: Palm Springs Police Department G.C. TACKING#: DESCRIPTION OF WORK: Change order for extra work in Report Room area P200, per RFI#104. BREAKDOWN. HR.RATE QTY. UNIT AMOUNT COMMENTS LABOR Regular $75.77 58 HRS $ 4,394.66 Overtime $103.28 0 HRS $ - Doubletime $130.79 0 HRS $ - 0 HRS $ - 0 HRS $ - 0 HRS $ - MATERIAL Y ' $373.96 + Tax 9.50% $ 409.49 EQUIPMENT Rolling Units $50.00 0 Day $ $0.00 0 Day $ $0.00 0 Day $ SCAFFOLD $0.00 0 Day $ SUBSIMISC. s FREIGHTIDELIVERY a ;=$250 00 `lI LS $ 2W00 a y $O OO re 01 LS $ 1 ' $000 s Oj LS $ - Fs CDR Sub Total: $ 5,054.15 15.0% 0&P $ 758.12 0.00% Bond $ - COR TOTAL: $ 5,812 ..aYi., ..Tom',Esc� .� - i.�� .. �w:. .�.i . � ✓. QUALIFICATIONS 1.ADDITIONALTIME MAYBE REQUIRED ON THE PROJECT SCHEDULE FOR THE WORK DESCRIBED ABOVE 2.ALL GAS/ELECTRIC EQUIPMENT USED FOR THIS CDR WILL BE CHARGED ATA 1-DAY MINIMUM RENTAL -THIS PROPOSAL IS FOR THE DESCRIBED WORK ONLY.PRICING IS BASED ON THE CURRENT PROJECT STATUS.RUTHERFORD IS ENTITLED TO COMPENSATION FOR ADDITIONAL COSTS IF THE PROJECT STATUS CHANGES BEFOREAPPROVAL FURTHERMORE,THE STATED PRICE DOES NOT INCLUDE ANY AMOUNT FOR COSTS RESULTING FROM IMPACTS,WHETHER THE IMPACTS ARE CAUSED BY SCHEDULING,RESCHEDULING,OUT OF SEQUENCE OPERATIONS,TRADE CONGESTION,OTHER DISRUPTIONS, DELAYS OR ACCELERATION.RUTHERFORD EXPRESSLY RESERVES THE RIGHT TO COLLECT FULL OVERHEAD AND PROFIT FOR ANY OF SUCH IMPACTS.' Submitted By: Approved By: gtiatn. Llebvwatn. Brian Liebman Karun Mani Rutherford Co.,Inc. Hal Hays Construction Joseph Putrino From: Frank Urrutia <frank@urrutiaarchitects.com> Sent: Friday, November 8, 2019 8:25 AM To: Joseph Putrino - Cc: Richard W Tropp;Joel Montalvo; Marina Acosta Subject: RE: PS PD Request For Rutherford Change Order Joe: The revised change order amounts appear to be acceptable. Thank you. Frank FRANCISCO J. URRUTIA, FARA Architect )C7467) Urrutio Marks Architects urrutici marks archlto Cis Y� 165124m2 R PSm Smrt U92262 4 (760)327-6800 1 From: Loni Zuschlag [mailto:LZuschlag@kempbros.com] Sent:Thursday, November 7, 2019 4:21 PM To:Joseph Putrino<JPutrino@willdan.com> Cc: Richard W Tropp<rtropp@benchmark-consulting.com>;Joel Montalvo<Joel.Montalvo@palmspringsca.gov>; Marina Acosta<Marina@urrutiaarchitects.com>; Frank Urrutia<frank@urrutiaarchitects.com> Subject: RE: PS PD Request For Rutherford Change Order Hi Joe, Please review the attached change order 10-T, replacing Hal Hays 38. We have reviewed the comments provided by the Architect and take exception to the comment noted to Rutherford's change request 013. This request includes a cost of $223 for notched backing and 21 hrs of installation, no additional wall framing. Additionally, the added backing was required on all walls totaling 336 sf. Thank you, Loni From: Richard W Tropp<rtroop(abenchmark-consultina.com> ' Sent: Monday, October 21, 2019 10:54 AM 1 To: Loni Zuschlag<LZuschlas@kempbros.com> Subject: FW: PS PD Request For Rutherford Change Order FYI. Once you have had a chance to look at this, let's discuss Rutherford. Richard Tropp Benchmark Consulting Services, LLC 16755 Von Karman Ave.,Suite 200 Irvine, CA 92606 949.622.0300 949.6221.0303 Direct 949.813.5864 Cell www.benchmark-consulting.com From:Joseph Putrino (mailto:JPutrino@willdan.com] �! Sent: Monday,October 21,2019 10:51 AM To: Richard W Tropp<rtropp@ bench mark-consultina.com> Cc:Joel Montalvo<Joel.Montalvo@Palmsprindsca.goy>;Joe Lara<ilara@kempbros.com>; Marina Acosta (marina@urrutiaarchitects.com)<marina@urrutiaarchitects.com>; Frank Urrutia<frank@urrutiaarchitects.com> Subject: PS PD Request For Rutherford Change Order Rich, Please find the Architects response to the Change Order requested by Rutherford Construction.,Please note Item 04, this credit has already been taken and is Contract Change Order#3. Thank You, Joe Putrino Willdan Engineering Senior Public Works Observer iputrino@wilidan.com Cell 760-413-1702 From: Marina Acosta<Marina@urrutiaarchitects.com> Sent: Monday,October 21,2019 10:10 AM To:Joseph Putrino<JPutrino@willdan.com> Subject: FW: PS PD Request For Change Order Joe, Please see email below in regards to the change order from Rutherford Construction. Kind regards, Marima Marina Acosta, Senior Project Manager Marina@urrutioarchitects.com 2 urrutica; ma rocs arohItoots 16511.Urg Dc PUm Wig,W N62� (7601327-6800 J From: Frank Urrutia<frank@urrutiaarchitects.com> Sent:Saturday, October 19, 2019 7:50 AM To: Marina Acosta <Marina@urrutiaarchitects.com> Subject: RE: PS PD Request For Change Order Manna: I have reviewed the change orders proposed in the above attachment. The following are my comments: 03R1 —Framing 4 fire extinguishers—RFI 011 ($711.00) o Revised and resubmit change order showing only 3 fire extinguishers added to the Men's Lockers. One recessed fire extinguisher was already shown in the Women's Lockers as keynote 60 on sheet A2.3. Gv 0 ti I 04— Credit for Difference between suspended metal framed ceiling and joist metal stud framing in P400 Men's Shower—RFI 037($-853.00) o This credit is NOT included in the cover sheet and should be included. 05—P300 Locker Room Soffit Framing— RFI 028 ($7,326.00) o This change Order is not for the P300 Locker area but for the P300 Detective Bureau Remodel. No exceptions taken-Approved. • 06—P400 Men's and Women's Lockers built in benches— RFI 09.1 ($788.00) o No exceptions taken—Approved. • 07R—P400 Men's Shower area to modify ceiling to accept recessed light fixture—RFI 049— ($697.00) o No exceptions taken—Approved. 08—Install new doorjamb framing and drywall for door leading into Men's Locker room—RFI 029— ($585.00) o No exceptions taken—Approved. • 09— Men's and Women's Sauna Door framing due to incorrect dimensions provided—RFI 059— ($1,548.00) o This change order is not Approved. Original drawings on sheet A7.1 for doors 1 and 3 and details 6, 8, 9, 10, 11, and 12 on sheet A7.2 clearly show aluminum frames on the original plans. This was not a change, therefore, change order is denied. • 10— Modifying soffit framing in P300 due to steel beams interfering with lights—RFI 69— ($5,593.00) o This change order is not acceptable and not approved. See change order 05 where approval was given to reframing soft to accommodate lights and A/C diffusers. Once beams were discovered in ceiling, diffusers were eliminated and return air diffusers were placed in suspended ceiling according to pictures submitted of the ceiling beams, the framing had not occurred yet for the diffusers. Therefore, this change order is denied. 13— Extra framing and drywall in Report Writing Room - RFI 104— ($5,812.00) 3 o This change order, to our knowledge did not involve any framing, only new drywall(about 68 SF vs. 336 SF). Revised change order to reflect added 68 SF of drywall only. Let me know if you have any questions. Frank FRANCISCO J. URRUTIA, FARA, NCARB Architect UA DESIGN CONSULTING 25219 Fjerdingren Place Custer,SO 57730 (760) 409-8786 frank@uadesiqnconsulting.com From: Marina Acosta Sent: Monday,September 16, 2019 4:51 PM To: Frank Urrutia<frank@urrutiaarchitects.com> Subject: FW: PS PD Request For Change Order Kind regards, MwriaA Marina Acosta, Senior Project Manager Marina@urrutioarchitects.com urrutici. m a rats archItcctsl ' 1W.1 Lung DL RdnWrg%G1 922-62 _ (760)_N7-6800_ From:Joseph Putrino<JPutrino@willdan.com> Sent:Wednesday,August 7, 2019 2:40 PM To: Marina Acosta <Marina@urrutiaarchitects.com> Cc: Frank Urrutia<frank@urrutiaarchitects.com>; 'Richard W Tropp' <rtr000 benchmark-consulting.com> Subject: PS PD Request For Change Order Marina, Rutherford Construction is requesting a change order for extra work per the RFI responses to RFI#9.1, 11, 28, 29, 49, 59, 69 &104. 1 don't recall any additional work requests for Rutherford during the Project. Can you please review and confirm if extra work was directed in the RFI responses and/or reject any that are not additional work. Please note page #1 on the transmittal is incorrect as it references electrical work in the description, not framing work. 4 Thank You, Joe Putrino Willdan Engineering Senior Public Works Observer iPutrino0wlldon.com Cell 760-413-1702 This email has been scanned for spam and viruses. Click here to report this email as spam. 5 O ,� :c CITY OF PALM SPRINGS r : CONTRACT CHANGE ORDER To: Western Surety Company Date: 11-15-19 151 North Franklin Street, 171 Floor Project No: CP 15-05 Chicago, II 60606 Project: Palm Springs Police (951) 788-0703 Dept. Remodel Rebid Change Order No: 25T Attn: Richard Tropp (Benchmark Consulting Services, LLC). CHANGES IN CONTRACT: REPLACE EXISTING SMOKE DETECTORS WITH NEW ADDRESSABLE SMOKE DETECTORS AND CONNECT TO NEW NOTIFIER ADDRESSABLE FIRE ALARM PANEL, INCLUDING 100% TEST OF NEW SMOKE DETECTORS CONSISTING OF: 68 NOTIFIER ADDRESSABLE SMOKE DETECTORS 68 NOTIFIER BASES FOR SMOKE DETECTORS . Troubleshoot existing fire alarm system. In the Penthouse replace missing smoke head and end of line resistor. Basement area in Narcotics was missing end of line resistor. Two (2) smoke detector heads bypassed and replaced and installed resistor. Troubleshoot grounds & shorts on,ground (jail) level and lower level (including lockers) level. CHANGES IN COST: Total Net Change Order Amount: $38,326.47 REASONS FOR CHANGE: The existing fire alarm system is malfunctioning continuously, a condition that existed prior to construction. A detailed survey by JJJ Enterprises confirms that parts for such an older system are not available and the existing systems can't be integrated into the new system installed for Project 100 through Project 400. No requirements for upgrading the existing fire alarm are included in plans or specifications. CHANGES TO CONTRACT TIME: An additional 60 calendar days is added to the contract. As stated above this work is not included, in the contract. A complete review by Maintenance & Engineering concludes the added scope of work is necessary. The additional time is needed to complete the survey of the existing system, prepare materials list, develop,the scope of work needed, secure materials, perform the work, complete all testing and inspections. SOURCE OF FUNDS: 261-1 3 9 5-59 444 Contract Change Order No. 25T DATE: 11-15-19 Page 2 SUMMARY OF COSTS: Council Approved Amount: $3,381,830.00 Original Completion Date: 184 Calendar Day Previous Change Orders $1,019,896.98 Previous Days Added 0 This Change Order: $38,326.47 Days Added 60 Revised Contract Amount: $4,440,053.45 Revised Completion 12-31-19 [SIGNATURES ON NEXT PAGE] Contract Change Order No. 25T DATE: 11-15-19 Page 3 j I I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Western Suretv Companv 02/26/20 Signature Date Richard Tropp, Authorized Representative Printed Name and Title t City of Palm Springs Recommended Bv: a-� 7-1oZt7 seph Putrino/Senior Public Works Date Inspector, Willdan Engineering Recommended Bv: r�I Marcus Fuller, Assistant City Manager/ Date ity Engineer / oU 2 2sa Z� Aooroved Bv: a . Ready, City Manager Date k I Attest Bv: hony Meji Dat 1 Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) APPROVED BY CITY uN i� City Clerk (1) Project City File (1) R1215 I j1 �Iq Purchasing (1) Finance (1) K KEMP BROS Change Order Re uest CONSTRUCTION Project: City Palm Springs-Police Department Remodel Springs-Police Department Remodel COR: 009.1-T 11/12/2019 KBCI No.: 39001 Date: 1 28 2020. Description: Replace existing smokedetectors With addressable type and'connection to new addressable fire alarm panel. Troubleshoot and repair existing fire alarm system as directed by the City. Exclusions: Subcontractor: (See attached Sub Cost Proposal) AMOUNT JJJ Enterprises $ 23,820.00 JJJ Enterprises $ 12,320.00 $ $ OHP 5% $ 1,807.00 Direct Labor Costs: NAME HOURS RATE AMOUNT Project Manager $ 122 $ - Superintendent $ 107 $ - Project Engineer $ 96 $ - BIM/Project Documentation $ 78 $ - OHP 18% $ - Direct Materials,Equipment&Other Costs: ITEM Q1Y UNIT RATE AMOUNT Is OHP 10% $ Cost Recap: AMOUNT Direct Labor,Materials,Equipment B:Other Costs $ - - Work Performed by Subcontractor(s) $ 37,947.00 Bond 1% $ 379.47 TOTAL CORVALUE:1 $ 38,326.47 ,r,P,'ENTERPRISES P.O. BOX (�60)747 3050 a FAX (760)7747-756120963021 Date: November 12,2019 TO: KEMP BROS. Attu:JOE Fax: CELL 562-320-9698 e-mail:jlara(eb empbros.com Re: PALM SPRINGS POLICE DEPT.-REPLACEMENT OF OLD SMOKE DETECTORS Sender: PETE CAMEJO YOU SHOULD RECEIVE 1 PAGE(S), INCLUDING THIS COVER SHEET. IF YOU DO NOT RECEIVE ALL THE PAGES, PLEASE CALL 760-747-3050 EXT. 205 FOLLOWNG IS OUR PRICE TO REPLACE EXISTING SMOKE DETECTORS WITH NEW ADDRESSABLE SMOKE DETECTORS AND CONNECT TO NEW NOTIFIER ADDRESSABLE FIRE ALARM PANEL,INCLUDING 100%TEST OF NEW SMOKE DETECTORS CONSISTING OF:- 68 NOTIFIER ADDRESSABLE SMOKE DETECTORS 68 NOTIFIER BASES FOR SMOKE DETECTORS TOTAL COST $23,820.00 EXCLUSIONS:NEW WIRE,PATCHING AND PAINTING. i JJJ Enterprises Invoice PO Box 463021 Escondido, CA 92046 Invoice Number Phone: (760)747-3050 87669 Fax: (760)747-7561 Invoice Date 1/27/2020 Bill To: Kemp Bros Re: Palm Springs Police-Trouble 10135 GearyAve Troubleshoot Santa Fe, CA90670 Palm Springs, CA Job No Customer Job No Customer PO Payment Terms Due Date 19804 Net 30 Days 2/26/2020 Quanti Description U/M Rate/Unit Price 28.00 9/9/19&9/11/19:Troubleshoot existing fire alarm system. 110.00 3,080.00 Penthouse-found missing smoke head and end of line resisitor. Basement area in Narcotics was missing end of line resistor. Found 2 smoke heads bypassed and replaced. Installed resistor. 84.00 1211/19 to 12/30/19-Troubleshoot grounds&shorts on ground 110.00 9,240.00 pail) level and lower(including lockers) level. Subtotal $ 12,320.00 Sales Tax(if applicable) $ 0.00 Total Due $ 12,320.00 Thank you for your business! I �`r _ ; lea as.. CITY OF PALM SPRINGS CONTRACT CHANGE ORDER '�4«FoaN`P; To: Western Surety Company Date: 11-15-19 151 North Franklin Street, 171 Floor Project No: CP 15-05 Chicago, II 60606 Project: Palm Springs Police (951) 788-0703 Dept. Remodel Rebid Change Order No: 26T Attn: Richard Tropp (Benchmark Consulting Services, LLC). CHANGES IN CONTRACT: / Remove and replace concrete sidewalk and the ADA ramp at the parking lot area south to the main entracnce of Project 200. . CHANGES IN COST- Total Net Change Order Amount:$5.259.26 REASONS FOR CHANGE: The existing sidewalk and ADA ramp do not meet ADA requirements. This work is not included in plans and specifications. CHANGES TO CONTRACT TIME: No days will be added to the contract for the work indicated herein. SOURCE OF FUNDS: 261-1 3 9 5-59444 Contract Change Order No. 26T DATE: 11-15-19 Page 2 SUMMARY OF COSTS: Council Approved Amount: $3,381,830.00 Original Completion Date: 184 Calendar Day Previous Change Orders $1,058,223.45 Previous Days Added 0 This Change.Order: $5,259.26 Days Added 60 Revised Contract Amount: $4,445,312.71 Revised Completion 12-31-19 [SIGNATURES ON NEXT PAGE] Contract Change Order No. 26T DATE: 11-16-19 Page 3 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to I)I Western Suretv Companv 02/26/20 1 Signature Date Richard Tropp, Authorized Representative Printed Name and Title City of Palm Springs Recommended Bv: oZ- 77-Zozo W trino/Senior Public Works Date Inspector, Willdan Engineering Recommended Bv: Marcus Fuller, Assistant City Manager/ ate City Engineer Approved Bv: / OBI IZZ L2z Za ' H. dy, City Manager Date 04l23 ileZ0 Attest Bv: i A ony Meji , Ci Date Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) APPROVED 2C,, BY T il2U1q City Clerk (1) Project City File (1) �12�r 1 Purchasing (1) Finance (1) Change Order Re uest KEMP BROS CI O NST1tUCTION Project: City of Palm Springs-Police Department Remodel COR: 011-T KBCI No.: 39001 Date: 11 13 19 Description: Remove and replace sidewalk and ramp as directed to meetADA requirements. Exclusions: Subcontractor: (See attached Sub Cost Proposal) AMOUNT A&S(6/10/19) $ 1,854.73 A&S(6/11/19) $ 1,348.03 A&S(6/12/19) $ 1,756.47 $ $ $ OHP 5% $ 247.96 Direct Labor Costs: NAME HOURS RATE AMOUNT Project Manager $ 122 $ - Superintendent $ 107 $Project Engineer $ 96 $ BIM/Project Documentation $ 78 $ OHP18% $ Direct Materials,Equipment&Other Costs: ITEM QTY UNIT RATE AMOUNT Is $ OHP 10% $ Cost Recap: AMOUNT Direct Labor,Materials,Equipment&Other Costs $ - Work Performed by Subcontractor(s) $ 5,207.19 Bond 1% $ 52.07 TOTAL COR VALUE: $ 5,259.26 Certified DBE,SBE,&MBE Commercial&Industrial Union Contractor A & S CEMENT CONTRAcrORs INC. 8140 Monroe Ave.Stanton,CA.90680 Bus.(714)220-2694 License No.467407 Fax. (714)220-0571 Date: 6/10/2019 DEMO Side Walk&Ramp Exceeding ADA SpeedMemo 2539 To: Kemp Bros. PROJECT: Palm Spring Police Department 10135 Geary Avenue 200 S. Civic Drive Santa Fe Springs,CA 90670 Palm Springs, CA 92262 $ 1.826.57 DESCRIPTION OF WORK: $ T&M to DEMO Sidewalk&ramp exceeding ADA Total: $ 1,826.57 Demo sidewalk&ramp Sock-Pile Site Work MATERIALS PURCHASED QTY Unit UNIT COST TOTAL Material Subtotal $ Sub Contractor QTY Unit UNIT COST TOTAL Subcontractor Subtotal $ - EQUIPMENT QTY Unit UNIT COST TOTAL Material Truck 1 day 250.00 250.00 Skid Steer 1 day 325.00 325.00 Skid Steer Attachment(Bucket&Breaker) 1 day 15D.00 150.00 Equipment Trailer 1 day 300.00 300.00 Equipment Subtotal $ 1,025.00 Labor Breakdown TRADE flafWorkers DAYS QTY HOURS HOURLY EXTENDED Forman 0 1 4 hrs 72.53 - Masons 1 1 4 hrs 70.55 282.20 Laborers 1 1 4 hrs 70.28 281.12 r Subtotal $ 563'. Labor$563.32 ate total M/U 20%$1 12.66 Equipment$1,025.00 Equipment Su 1 ,025.00 WU 15%$153.75 TAX 9% - Sub total 1.588.32 TOTAL $1,854.73 Markup a 238.25 Additional Labor/Mark Up 000 JWTAL $ 1,82 . A& S CEMENT CONTRACTORS, INC. S P E E D M E M 8140 MONROE AVENUE STANTON, CALIFORNIA90680 2539 (714)220-2694 TO: AT: PROJECT: ( r~ �� DATE: RE: Si rc DESCRIPTION OF WORK: _ LABOR USED: 1 i-(82i7 S EQUIPMENT USED: ii FF,3G. t CfC ' MATERIAL USED: DATE r(j �.��19 SIGNED lAlUrrC CII C v i i n+ni onn CrIMMAnni Certified DBE,SBE,&MBE Commercial&Industrial Union Contractor FA- S CEMENT CONTRACTORS INC. 8140 Monroe Ave.Stanton,CA. 90680 Bus.(714)220-2694 License No.467407 Fax. (714)220-0571 Date: 6/11/2019 Side Walk&Ramp Exceeding ADA SpeedMemo 2540 To: Kemp Bros. PROJECT: Palm Spring Police Department 10135 Geary Avenue 200 S.Civic Drive Santa Fe Springs,CA 90670 Palm Springs, CA 92262 $ 1,319.42 DESCRIPTION OF WORK: $ - T&M for Sidewalk&ramp exceeding ADA Total: $ 1,319,42 Load dump truck with concrete spoils. Haul off equipment Site Work MATERIALS PURCHASED QTY Unit UNITCOST TOTAL Material Subtotal $ - Sub Contractor" QTY Unit UNIT COST TOTAL Robert Mas Trucking 6 hrs 110.00 660.00 Subcontractor Subtotal $ 660.00 EQUIPMENT QTY Unit UNIT COST TOTAL Foreman Truck 1 day 250.00 250.00 Skid Steer 1 day 325.00 325.00 _ Equipment Subtotal '$ 575.00 Labor Breakdown `TRADE #of Workers DAYS QTY HOURS HOURLY EXTENDED Forman 1 1 4 hrs 72.53 290.12 Masons 1 1 4 hrs 70.55 282.20 Laborers 0 1 8 hrs 70.28 - Dl Subtotal $ 5 Labor$572.32 Material total - M/U 20%$1 14.46 Equipment Su 1 575.00 Equipment$575.00 TAX 9% - M/U 15%$86.25 Sub total 1,147.32 TOTAL: $1,348.03 Markup % 172.10 Addition or/Mark Up 000 - TOTAL $ 1,31 Certified DBE,SBE,&MBE Commercial&industrial Union Contractor A S CEMENT CoNTxAcTORS INC. 8140 Monroe Ave.Stanton,CA. 90680 Bus.(714)220-2694 License No.467407 Fax. (714)220-0571 Date: 6/lW2019 Side Walk&Ramp Exceeding% SpeedMemo 2538 To: Kemp Bros. PROJECT: Palm Spring Police Department 10135 Geary Avenue 200 S. Civic Drive Santa Fe Springs,CA 90570 Palm Springs,CA 92262 $ 1,719.08 DESCRIPTION OF WORK: $ - T&M for Sidewalk&ramp exceeding percentage Total: $ 1,719.08 Pour sidewalk&ramp with salt finish Site Work MATERIALS PURCHASED QTY Unit UNIT COST TOTAL Concrete 3 cy 101.79 305.37 Energy Surcharge 1' per load 25.00 25.00 Environmental Fee 1 per load 25.00 25.00 Lumbar2x4x16 4 each 2.50 10.00 Material Subtotal $ 365.37 Sub Contractor- QTY Unit UNIT COST TOTAL Subcontractor Subtotal $ - EQUIPMENT QTY Unit UNIT COST TOTAL Material Truck 1 day 250.00 250.00 Equipment Subtotal $ 250.00 Labor Breakdown TRADE #of Workers DAYS QTY HOURS HOURLY EXTENDED Forman 0 1 8 hrs - 72.53 - Masons 3 1 4 hrs 70.55 846.60 Laborers 0 1 8 hrs 70.28 - La ubtotal $ 0 Labor$846.60 Material Su I 365.37 M/U 20%$169.32 Equipment Subtot 250.00 Material$365.37 M/U 15%$54.80 TAX 9% 32.88 Equipment$250.00 Sub total 1,494.85 M/U 1.5%$37.50 Mark up 159a 224.23 Tax.$32.88 Additian or/Mark Up 0% - TOTAL:$1,756.47 TOTAL $ 1,719.08 A& S CEMENT CONTRACTORS, INC. S P E E D M E M O. 8140 MONROE AVENUE STANTON,CALIFORNIA90680 2538 (714) 220-2694 TO: AT: PROJECT -Q trn/C ,� PO t.�L�G DATE: � t2 RE.- DESCRIPTION OF WORK: _ �j�L SkDc-w 9-Al i i'U LABOR USED: EQUIPMENT USED: MATERL4,L USED: l) 44 M2 DATE SIGNED WHITE- FILE Y LOW- PM PINK- FOREMAN ROBEI TSON9s 10 C ROCK•SAND•BASE MATERIALS READY MIX CONCRETE (951)685-I.D. • (B04 834-7557 �n n{� �7O�C IE FED.I.D.#33-0491865 Ilfn\\`JI U CUSTOMER JOB NUMBER I RO. DELIVERY DATE PLANT DEL FROM DATE NUMBER 06/12/19 06/12/19 473563 JOB ADDRESS ZONE COST.NO. JCN NO. 200 CIVIC DR 26940 190603 PALM SPRINGS A & S, CEMENT CONTRACTOR'S REMIT TO:P.O.BOX 3600 8140 MONROE AVENUE CORONA,CA 92878 STANTON CA 90680 TERMS: DUE 10TH OF MONTH FOLLOWING DATE OF INVOICE ICKETNO AR FINSH OUANfRY UNfT DESCRIPTION TAX UNIT PRICE AMOUNT TICI�TNO. JOB PDUR 4499392 10:35 11:10 35 10.00 CY 25301 2500 PSI 1" .6 Y 101.79 1,017.90 �y� 2 ENERGYSURC14G 25.00 EWFEEU�J1���L�D SUBTOTAL 67.90. (iJ � ,(� su6TGrAL 1,067.90 TOTAL MIN ALU W DMIN STANDBTMIN SALESTAX 98.78 TOTALCUAN ITY TERMS: INVOICES ARE DUEIOTH OF MONTH FOLLOWING DATE OFINVOICE. PASTDUE INVOICETOTAL ACCOUNTS SUBJECT TO A MONTHLY SERVICE CHARGE OF 1.5%. BUYER TO PAY REASONABLE 10.00 COSTS OF COLLECTION INCLUDING ATTORNEY FEES. 1,166.68 A& S CEMENT CONTRACTORS, INC. S P E E®M E M 8140 MONROE AVENUE STANTON, CALIFORNIA 90680 2540 (714)220-2694 TO: AT- PROJECT, DATE: {I I RE: 4 Pc l DESCRIPTION OF WORK: wl iz I LABOR USED: EQUIPMENT USED: i S IZA D MATERIAL USED: DATE .� l/ l SIGNED WHITE- FILE Y LOWS PINK- FOREMAN Invoice ROBERT MAS o PO BOX 342 6/11/2019 104 DOWNEY, CA 90241 562-644-2225 A&S CEMENT CONTRACTORS, INC 8140 MONROE AVE STANTON,CA 90680 1660963 6-11-19 / 200 CIVIC DR / PALM SPRINGS / END DUMP 6 110.00 660.00 Total 660.00 Balance Due 660.00 IN ShG,1= L�J' CITY OF PALM SPRINGS S CONTRACT CHANGE ORDER To: Western Surety Company Date: 1-31-2020 151 North Franklin Street, 17'" Floor Project No: CP 15-05 Chicago, II 60606 Project: Palm Springs Police (951) 788-0703 Dept. Remodel Rebid Change Order No: 27T Attn: Richard Tropp (Benchmark Consulting Services, LLC). CHANGES IN CONTRACT: Credit Project 100: Tile comers not installed per the attached punch list, Janitor Room, item #1. Credit Project 100: Tile base and wall tile not installed per the attached punch list, Janitor Room, item #2. Credit Project 200: Granite backsplash not installed per the attached punch list, Break Room, item#1. Credit Project 200: Two silestone thresholds not installed per the attached punch list, Men's Rest Room, item #1 and Women's Rest Room, item#1. Credit Project.300: Cup dispenser not installed per the attached punch list, Break Room, item#1. Credit Project 300: Silestone behind water cooler not installed per the attached.punch list, Break Room, item #2. Credit Project 400: Unacceptable (not ADA compliant) installation of the toilet paper dispenser in the ADA toilet per the attached punch list, Men's Locker Room, item#1. Credit Project 400: Cover panel under lavatories not installed properly per the attached punch list, Men's Locker Room, item#2. Credit Project 400: Electric clock not installed per the attached punch list, Men's Locker Room, item#3. CHANGES IN COST: Total Net Change Order Credit Amount: ($4.836.18) Credit REASONS FOR CHANGE: The contractor (Kemp Bros.) did not complete the installations as required and stated they would not return to do so. CHANGES TO CONTRACT TIME: No days will be added to the contract for the work indicated herein. SOURCE OF FUNDS: 261-1395-59444 Contract Change Order No. 27T DATE: 1-31-2020 Page 2 SUMMARY OF COSTS: Council Approved Amount: $3,381,830.00 Original Completion Date: 184 Calendar Day Previous Change Orders $1;063,482.71 Previous Days Added 0 This Change Order: ($4,836.18) Days Added 60 Revised Contract Amount: $4,440,476.53 Revised Completion 12-31-19 [SIGNATURES ON NEXT PAGE] t r Contract Change Order No. 27T DATE: 1-31-2020. Page 3 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to l Western Suretv Companv 03/02/20 Signature Date i i Richard Tropp, Authorized Representative i Printed Name and Title l I City of Palm Springs Recommended Bv: 3-3-Z-e,zo ep Putrino/Senior Public Works Date j Inspector, Willdan Engineering II Recommended Bv: I Marcus. Fuller, Assistant City Manager/ Date f City Engineer a Aooroved Bv: zo ! Davi . R y, City Manager Date ! Attest Bv: 04 23 IZ-Zo I ony Mej , Ci Date Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) City'Clerk (1) Project City File (1) PPROVEpBYCrfYCOUNCIL Purchasing (1) 1 �1eJ �H y � ��� Finance (11 JWILLDAN I Police Department Remodel Rebid Engineering City Project No. 15-05 Cost Breakdown CCO #27T Project 100 Janitor Room: Delete the installation of ceramic tile corner pieces, tile base and wall tile as shown on the attached punch list, items#1 &#2. Labor: Twelve (12) hours @ $57.78 ($693.36) Material: L.S. ($150.00) Project 200 Break Room: Delete the back splash behind the refrigerator. Labor: Two (2) laborers four (4) hours each, 8 hours @ $57.78 ($462.24) Material: 40 S.F. @ $45.00 ($1,800.00) Project 200 Men's &Women's Rest Room: Delete silestone thresholds in two rest rooms. Labor: Two (2) hours @ $57.78 ($115.56) Material: L.S. ($100.00) Project 300 Break Room: Delete the supply and installation of the cup dispenser. Labor: One (1) hour @ $57.78 ($57.78) Material: L.S. ($25.00) Delete the installation of the silestone behind the water cooler. Labor: Four (4) hours @ $57.78 ($231.12) Material: 6 S.F. @ $45.00 ($270.00) Project 400 Men's Locker Room: Delete the installation of proper ADA requirement for the toilet paper dispenser. Labor: Four (4) hours @ W.78 ($231.12) Material: L.S. ($500.00) Delete work for cover panel under lavatories. No Deduct Delete the installation of the electric clock. L.S. ($200.00) Total Credit Amount ($4,836.18) VWILLDAN I Police Department Remodel Rebid "A Engineering City Project No. 15-05 Punch List Update 1-29-2020 Project 100: Janitor Room: 1. Tile corner pieces were not used, instead the corners were filled with grout. Incomplete as of 1-15-2020. Shown on the original punch list. 2. Tile coved base is not installed at the wall to the right of the wall cabinet, also the cabinet shall have tile coved base per detail 7/A2.4.The small walls to the right of the cabinet and left of the left of the door is to be tiled not painted drywall. The threshold is dirty with construction debris. Incomplete as of 1-15-2020. Shown on the original punch list. Project 200: Break Room: 1. The backsplash material does not extend/cover the whole area behind the refrigerator as per approved drawings, Detail 1 on Sheet A9.2. Incomplete as of 1-9-2020. City may consider a credit, please provide proposal. Shown on the original punch list. Men's Rest Room: 1. The Silestone threshold is not installed. Incomplete as of 1-9-2020 City may accept a credit, please provide proposal. Shown on the original punch list. Women's Rest Room: 1. The Silestone threshold is not installed. Incomplete as of 1-9-2020 City may accept a credit, please provide proposal. Shown on the original punch list. Added Item: 1. Main Entrance door has considerable size scratches on the interior side, scrapping in the pocket of the door. Incomplete as of 1-9-2020. Working with Magik Glass and Stanley Doors directly for correction. Project 300: Break Room: 1. Cup Dispenser-it is not installed. Incomplete as of 1-9-2020. Shown on the original punch list. 2. Silestone behind water cooler is missing. Key box to be removed and give to PSPD. Incomplete as of 1-9-2020. Shown on the original punch list. Project 400: Men's Locker Room: 1. The toilet paper/seat cover dispenser inside the ADA stall does not meet ADA requirements. The distance from the front of the toilet to the center of the toilet paper shall be 9". Refer to Sheet A2.5. Incomplete as of 1-9-2020. Shown on the original punch list. 2. The cover panel under the lavatories is not installed as per approved drawings. Should not be attached with visible screws. Use removeable Hafele attachments specified. Incomplete as of 1-9-2020. Shown on the original punch list. 3. Electric Clock at wall between restroom and shower areas is not installed. Incomplete as of 1-9-2020. Shown on the original punch list. Close Out Documents: 1. Submit record drawings with construction changes indicated. Incomplete as of 1- 9-2020. 2. Submit equipment warranties. Incomplete as of 1-9-2020. 3. Submit M&O manuals. Incomplete as of 1-9-2020. 4. Provide warranty bond per contract specifications. Incomplete as of 1-9-2020. Respectfully Submitted, WILLDAN ENGINEERING Joe Putrino Construction Manager v GENERAL PREVAILING WAGE DETERMINATION MADE BY THE DIRECTOR OF INDUSTRIAL RELATIONS PURSUANT TO CALIFORNIA LABOR CODE PART 7,CHAPTER 1,ARTICLE 2,SECTIONS 1770, 1773 AND 1773.1 FOR COMMERCIAL BUILDING,HIGHWAY,HEAVY CONSTRUCTION AND DREDGING PROJECTS CRAFT: #LABORER AND RELATED CLASSIFICATIONS DETERMINATION: SC-23-102-2-2019-2 ISSUE DATE:August 22,2019 EXPIRATION DATE OF DETERMINATION:June 30,2020*'The rate to be paid for work performed after this date has been determined.If work will extend past this date,the new rate must be paid and should be incorporated in contracts entered into now.Contact the Office of the Director-Research Unit for specific rates at(415)7034774. LOCALITY: All localities within Imperial,Inyo,Kern,Los Angeles,Mono,Orange,Riverside,San Bernardino,San Luis Obispo, Santa Barbara,and Ventura counties. Employer Payments Straight-Time Overtime Hourly Rates Classification a Basic Health Pension Vacation/ Training Other Hours Total Daily' Saturdayl'c Sunday (Joumeyperson) Hourly and and Payment Hourly and Rate Welfare Holidayd Rate 11/2X 11/2X Holiday CLASSIFICATION GROUPS Group 1 $35.24 7.47 8.90 4.87 0.69 0.61 8 5I 75.400 75.400 93.02 Group 2 35.79 7.47 8.90 4.87 0.69 0.61 8 58.33 76.225 76.225 94.12 Group 3 36.34 7.47 8.90 4.87 0.69 0.61 8 58.88 77.050 77.050 95.22 Group 37.89 7A7 8.90 4.87 0.69 0.61 8 60.43 79.375 79.375 98.32 Group 5 38.24 7.47 8.90 4.87 0.69 0.61 8 60.78 79.900 79.900 99.02 #Indicates an apprenticeable craft. The current apprentice wage rates are available on the Internet @ hn://www.dir.ca.gov/OPRL/PWAppWage/PWApl)WageStart.asp. To obtain any apprentice wage rates as of July 1,2008 and prior to September 27,2012,please contact the Division of Apprenticeship Standards or refer to the Division of Apprenticeship Standards'website at http://www.dir.ca.gov/das/das.html. a For classification within each group,see page 14. b Any hours worked over 12 hours in a single workday are double(2)time. Saturdays in the same work week may be worked at straight-time if job is shut down during work week due to inclement weather or similar Act of God,or a situation beyond the employers control. d Includes an amount per hour worked for supplemental dues RECOGNIZED HOLIDAYS:Holidays upon which the general prevailing hourly wage rate for Holiday work shall be paid,shall be all holidays in the collective bargaining agreement,applicable to the particular craft,classification,or type of worker employed on the project,which is on file with the Director of Industrial Relations. If the prevailing rate is not based on a collectively bargained rate,the holidays upon which the prevailing rate shall be paid shall be as provided in Section 6700 of the Government Code. You may obtain the holiday provisions for the current determinations on the Internet at http7//www.dir.ca.lzov/OPRL-/DPreWageDetenTiination.htm. Holiday provisions for current or superseded determinations may be obtained by contacting the Office of the Director-Research Unit at(415)703-4774. TRAVEL AND/OR SUBSISTENCE PAYMENT:In accordance with Labor Code Sections 1773.1 and 1773.9,contractors shall make travel and/or subsistence payments to each worker to execute the work. You may obtain the travel and/or subsistence provisions for the current determinations on the Internet at bgp,//www.dir.ca.gov/OPRL/DPreWageDetermination.htm. Travel and/or subsistence requirements for current or superseded determinations may be obtained by contacting the Office of the Director- Research Unit at(415)7034774. 13