Loading...
HomeMy WebLinkAbout7/11/2012 - STAFF REPORTS - 2.Q. P�o ALM Sb iy c u n + corraun2 r c4`10:0v. P CITY COUNCIL STAFF, REPORT DATE: July 11, 2012 CONSENT AGENDA SUBJECT: CHANGE ORDER NO. 1 AND 2 TO AGREEMENT NO. A6147 WITH CS CONSTRUCTION AND AMENDMENT NO. 4 TO AGREEMENT NO. A5348 WITH REYNOLDS SMITH AND HILL, INC. FOR AIRPORT PERIMETER FENCING (AIP 3-06-0818-048 2011) FROM: David H. Ready, City Manager BY: AIRPORT DEPARTMENT SUMMARY Two change orders to the construction and one amendment to the construction management contracts for the Federal Aviation Administration funded security fencing project underway at Palm Springs International Airport. RECOMMENDATION: 1. Approve Contract Change Order No.1 ($91,112.35 and 66 additional calendar days) and No. 2 ($88,046.18 and 45 additional calendar days) to construction Contract Agreement AIP 3-06-0818-048 2011 with CS Construction. 2. Approve Contract Amendment 4 to Agreement No. 5348 in the amount of $33,977.00 for construction management services with RS& H 3. Authorize the City Manager to execute all necessary documents. STAFF ANALYSIS Under the recommendation of the Airport Commission, the City Council previously approved a Federal Aviation Administration sanctioned project for the enhancement of the security perimeter at Palm Springs International Airport. Two FAA grants have since been received and accepted by City Council for the design and then subsequent construction of the project which is still underway. The Transportation Security Administration and the Federal Aviation Administration are in full support of the project as it will enhance the integrity of the airport's overall security program. ITEM N06 IQ City Council Staff Report July 11, 2012 -- Page 2 Change Orders for Airport Security Fence Project Due to a variety of unforeseen site conditions, final quantity adjustments, and owner initiated post bid field modifications essential for maximizing the customization of a new state-of-the-art security systems technology, these change orders are necessary to compensate the contractor for additional materials, labor, and general conditions, and remunerate the project engineer for corresponding construction oversight time and service. The total of these change orders, which also included several deducts in its calculations, have been reviewed by airport staff and the City's consulting engineer and appropriately documented to ensure all costs are within the Federal Aviation Administration grant eligibility tolerances. Adjustments to the project scope include: Revised CCTV mounting on new tower cab roof, fence modifications to accommodate new airport buildings for the City's incubator project, additional vegetation clearing, additional gate removal, location changes for CCTV cameras, El Cielo CMU wall grade modifications, upgraded conduits, radar system location infrastructure changes, contract period extension, final field quantity adjustments, and miscellaneous fence layout modifications to address tenant use issues and security plan requirements. FISCAL IMPACT These additional costs are within the Federal Aviation Administration allowances and the total is not to exceed $213,135.53. Funds are available in the FY 12/13 budget account numbers 416-6601-56119, 416-6401-56122 and 416-6401-56123. The existing grant will provide funding for 95% of this amount and the maximum amount the Airport Fund will be responsible for is $10,656.78. 1 Thomas Nolan Executive Director, Airport David H. Ready, Cii ri ger Attachments: Change Order Detail 02 CHANGE ORDER NO. 1 PROJECT TITLE: PERIMETER FENCE IMPROVEMENTS AIP No. 3-06-0181-048-2012 INVITATION FOR BIDS(IFB)12-01 CONTRACT NO.: N/A CONTRACT DATE: November 2, 2011 CONTRACTOR: CS Construction, Inc. The following changes are hereby made to the Contract Documents: Incorporate the following changes into the Contract Documents: 1. Work Order Directive#1, Change per Code Review, dated December 7,2p11 and associated Contractor Proposed Change Order No. 9 2. Work Order Directive#2, Camera Locations on Berm,dated December 7,2011 3. Work Order Directive#3, CMU Wall Dimensions,dated December 12,2011 and associated Contractor Proposed Change Order No. 1 4. Work Order Directive#4,Area F Fence Installation Details,dated January 9,2012 5. Work Order Directive#5, Proposed CMU Wall Replacement with Fence, dated January 9, 2012 6. Work Order Directive #6, School District Site Fencing, dated February 1,2b12 and associated Contractor Proposed Change Order No. 6 7. Work Order Directive#7, Fence Re-alignment near Gate#12,Area A, dated March 1, 2012 8. Work Order Directive#8, Radar Relocation and Mounting Details, dated April 5,2012 and associated Contractor Proposed Change Order No.4 9. Work Order Directive#9, Revised CCTV Mounting on New ATCT,dated April 6,2012 10. Work Order Directive#10, Deletion of Removal of Existing Fence in Area J1 dated April 5, 2012 and associated Contractor Proposed Change Order No. 11 11.Work Order Directive#11, CMU Bond Beam,dated April 5,2012 12. Response to Request for Information#7, Privacy Slats—Area J, dated Novjember 2, 2011 13. Response to Request for Information#19,Work Area A—Conduit and Retaining Wall, dated January 5, 2012 and associated Contractor Proposed Change Order No. 21. 14. Response to Request for Information#30,Work Area I -Fence Location and Gates, dated March 22, 2012 and associated Contractor Proposed Change Order No. 5. 15. Contractor Proposed Change Order No. 13, Remove and Replace Gate 12' 16. Response to Notice of Claim for Project Delays Associated with Permitting. 17. Modifications to estimated quantities and pay items as described on the attached unit price worksheet Justification: 1. Revisions were required to the plans to address permit review comments provided by EsGil Corporation on behalf of the City of Palm Springs. The Owner originally approved a not to exceed amount of $10,163.00 based upon the original proposal by the Contractor. The Contractor submitted a Proposed Change Order, including invoices from Landmark, their laboratory and inspector,for$19,538.24.The proposed amount includes laboratory costs associated with the Contractor's quality control,which is subsidiary to the items requiring the testing. Revising the calculations to remove the laboratory costs and sales tax on services results in an increase of$16,311.12. Effort associateb with the required special inspections will be measured and paid for under force account per General Provisions 90-05 under new pay item 04200.2, Provide Special Inspection. 2. The locations of cameras C-88 and C-89 were revised to ensure that the cabling between the cameras CITY OF PALM SPRINGS,RIVERSIDE COUNTY VIII-8 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 03 and the radio transmitter does not exceed 100m per the Category 5 standard. The Contractor submitted a Proposed Change Order for the costs of supervision and additional surveying. This Proposed Change Order was denied by the Engineer on the basis that the supervision of the work by the project manager was concurrent with other duties and that the surveying is included in the lump sum bid for Project Survey and Stakeout. Therefore,there are no cost or time changes are associated with this item. 3. In order to minimize the construction impacts to existing AOA Gate 29,the proposed location of a segment of the CMU wall was moved 2-feet west such that the proposed wall coincides with the existing fence location. The contractor is required to remove and replace the existing AOA Gate 29 including posts,sliding rails,and operator as required to facilitate construction. The Engineer has identified cost decrease of$720 and no time change associated with the deletion of 2 linear feet of pay item 04200, Install New Concrete Masonry Unit Wall with Metal Security Topping. The Contractor has identified a cost increase of$2,281.91 associated with additional work required at Gate 29. Correcting the calculation.of Contractor markup,removing concurrent supervision, removing sales tax on services and eliminating bond cost based on negotiations held April 23,2012 results in a revised contractor identified cost of$2,251.70. When combined,the resulting cost change is an increase of$1531.70 and there is no change in contract fime. This effort will be measured and paid for as a lump sum under new pay item F-162-8.1 Remove and Reinstall Existing AOA Gate#29,which price shall be full compensation for furnishing all materials,and for all preparation,erection,and installation of these materials,and for all labor equipment,tools, and incidentals necessary to complete the item. 4. The footing for the existing noise wall extends approximately beyond the wall to the property line and into the proposed fence alignment. In order to not disturb the existing footing for the wall and not install the fence on private property,a detail was added to the plans to require the contractor to mount the fence posts to the existing wall using mounting brackets that bolt through the existing wall. No cost or time changes are associated with this item. 5. In order to provide future tenant access to the ramp, Palm Springs International Airport staff requested that a 24-foot wide opening be left in the proposed CMU wall in work Area M adjacent to Signature Flight Support and the opening be closed with 7-foot high chain link fence. The modifications to quantifies including the deletion of 24 LF pay item 04200, Install New Concrete Masonry Unit Wall with Metal Security Topping,and the addition of 24 LF of pay item F-162-1.1, Furnish and Install 7-ft Chain Link Fence with 3-Strands of Barbed Wire, associated with this change result in a cost decrease of$7,824.00 and no change in time. 6. In order to incorporate additional facilities with aeronautical use into the AOA, the Owner requested that additional fence removal,Gearing and grubbing, and new 7-foot fence installation be completed in Areas I and J. The Contractor presented a Proposed Change Order in the amount of$9,017.00 and one additional day for additional bracing that was required above the unit price bid due to the complex geometry of the additional fence line. The Contractor's proposal for additional compensation was denied in accordance with General Provision 40-02,Alteration of Work and Quantities. This change results in an approximate cost increase of$22,400 based upon an additional 500 LF of Clearing and Grubbing (P151-1), 500 LF of Remove and Dispose Existing Chain Link Fence with Accessories(P-151-2), and 350 LF of Furnish and Install 7-ft Chain Link Fence with 3-Strands of Barbed Wire(F-162-1). 7. The originally proposed layout of the fence is in close proximity to an existing CMU wall approximately 16"high. The originally proposed distance is not sufficient to provide for the construction of the fence post footings without disturbance or removal of the wall, therefore the fence alignment is being revised further east to allow adequate space for construction without disturbing the existing wall. 8. The location of Radar#1 was revised to a location providing better visibility of the area to be monitored based upon a recommendation from the equipment manufacturer. The radar unit mounting details were revised to provide a concrete column of 3'beneath the 3' monopole provided with the radar unit to provide increased height and,therefore,increased coverage. CITY OF PALM SPRINGS,RIVERSIDE COUNTY VIII-9 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 04 9. The Contractor initially proposed: Pro osal No. Cost Increase Time Increase Comments 4 $195,259.00 0 days Included changes to Radar#3 subsequently not accepted b Owner 4-R1 $229,615.50 30 days Included changes to Radar#3 subsequently not accepted by Owner 4-R2 $44,807.72 12 days Included additional overhead for additional time 4-R3 $44,635.62 12 days Submitted by the contractor due to error in 4-R2 4-R4 $44,569.00 42 days Included additional overhead for additional time, 12 days for construction and 30 days for inte ration. 4-R5 $33,452.85 42 days Corrected the calculation of Contractor markup, removing concurrent supervision,removing sales tax on services and eliminating bond cost based on negotiations held April 23,2012. Addressing additional general conditions separately. The changes to Radar#2 result in a cost increase of$1,840.00. Pay item 13711-15, Furnish and Install Radar 2(R-2,C-86)ICx STS-1400 Radar Unit and Defend IR 50 mm complete with 1-yr Extended Warranty,is deleted and is replaced by pay item 13711-15.1, Furnish and Install Radar 2(R-2,C-86) ICx STS-1400 Radar Unit and Defend IR 50 mm complete with 1-yr Extended Warranty at a unit price of$467,840.00 based upon the original unit price bid plus the resulting cost increase. The changes to Radar#1 result in a cost increase of$31,612.85. Pay item 13711-16, Furnish and Install Radar 1,(R-1,C-85)ICx STS-1400 Radar Unit and Defend IR 50 mm complete with 1-yr Extended Warranty,is deleted and is replaced by pay item 13711-16.1, Furnish and Install Radar 1, (R- 1,C-85)ICx STS-1400 Radar Unit and Defend IR 50 mm complete with 1-yr Extended Warranty, at a unit price of$497,612.86 based upon the original unit price bid plus the resulting cost increase. During change order negotiations on April 23,2012,the Contractor and Engineer agreed to address increases in contract time and associated general conditions separately so there will be no time impact associated with this change specifically. 10. The drawings for three CCTV cameras to be mounted on the new ATCT and cable routing to these cameras were revised based upon coordination the FAA. 11. The Owner decided to leave the existing fence in place in order to comply with directives from the Transportation Safety Administration(TSA). The segment of fence to remain begins at North Civic Road, runs along the north edge of the rental car lots,and terminates at an existing hangar building and will provide clear space between the new AOA fence and the existing rental car lots. The Contractor submitted Proposed Change Order No. 11 for$3,166.60, including additional supervision,and two additional days because equipment could not access soil stockpiled adjacent to the fence requiring the buried portion of the fence mesh to be backfilled by hand. During negotiations on April 23,2012, it was determined that the markup for overhead and profit was calculated incorrectly.Additional costs for supervision and bond do not apply as they are included in the markup for overhead and profit. Sales tax is applicable only to materials. Based on these discussions,an amount of$2,0k00 was agreed. This effort will be measured and paid for under new pay item F-162-9.1, Backfill Dog Fence Trench by Hand, per linear foot at$2.50 per linear foot,which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment,tools, and incidentals necessary to complete the item. 12. The masonry subcontractor inquired as to how to construct the bond beam on the CMU wall in Work Area M with the supplied material providing adequate grout coverage to the reinforcing steel. The block supplied for the bond beam does not have a closed bottom. Installation of the reinforcing steel at the bottom of the bond beam course directly above a grout screen will not result in satisfactory coating of the CITY OF PALM SPRINGS,RIVERSIDE COUNTY VIII-10 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 05 reinforcing steel with grout. Installation of the reinforcing steel at the top of the bond beam course makes the installation of the metal cups required for the installation of the metalitop rail extremely challenging. The result is the contractor shall construct the bond beam in accordance with an attached sketch will resulting in the top two course of CMU being fully grouted. The Contractor issued a Proposed Change Order No. 10 for this work which was denied because the Contractor's choice of material,a knockout bond beam in lieu of a lintel bond beam, initiated the extra. 13. The Owner requested that Item F-162-4, Furnish and Install 7-foot High Privacy Slats,be removed from the scope of the project because their installation would result in the inability to see through the fence posing a security issue. Pay item F-162-4, Furnish and Install 7-foot High Privacy Slats, is deleted from the project resulting in a cost decrease of$43,200.00. 14. After clearing and grubbing the existing fence line in Area A,the Contractor discovered a conduit mounted to the existing fence and a small CMU block wall. The response to RFI#19 directed the Contractor to remove and replace the existing electrical conduit and to remove the existing CMU wall. The Contractor submitted Proposed Change Order No.2 in the amount of$11,797.09. Subsequently, the Engineer, RPR and Contractor visited the site and determined,with concurrence of the Owner,that the distance between the proposed fence and the existing CMU block wall could be increased to facilitate the installation of the fence without the demolition of the wall. However,the existing conduit will need to be removed from the existing fence and new conduit and wiring installed on the new fence. The Contractor submitted a revised proposed change order in the amount of$7,854.00 and no additional time which was approved by the Owner in the construction coordination meeting on March 21,2012. This effort will be measured and paid for as a lump sum under new pay item P-151-3.1 Remove and Replace Existing Electrical,Area A,which price shall be full compensation for furnishing all materials, and for all preparation,erection,and installation of these materials,and for all labor equipment,tools, and incidentals necessary to complete the item. 15. Following the issuance of Work Directive Order#6, the Contractor issued RFI#30 confirming the Owner's desire to maintain ADA access at an existing gate location which was scheduled to be removed. A new F-162-5, 12-foot manual sliding gate is required at this location. The modifications to quantities associated with this change result in a cost increase of$11,000 and no change in time. 16. The contractor removed and replaced the existing ADA Gate 12 including posts,sliding rails,and operator as required to facilitate construction because the fence on both sides of the gate was being removed and replaced eliminating support for the gate during construction. The Contractor submitted a Proposed Change Order for$1,657.00 and one calendar day. During negotiations on April 23,2012 it was determined that the markup for overhead and profit was calculated incorrectly.Additional costs for supervision and bond do not apply as they are included in the markup for overhead and profit. The Contractor submitted a revised Proposed Change Order for$1,081.11. The resulting cost change is an increase of$1,081.11 and contract time will be addressed separately. This effort will be measured and paid for as a lump sum under new pay item F-162-10.1 Remove and Reinstall Existing ADA Gate#12, which price shall be full compensation for furnishing all materials, and for all preparation,erection,and installation of these materials,and for all labor equipment,tools,and incidentals'necessary to complete the item. 17. On 14 February 2012, the Contractor submitted a Notice of Claim for Project Delays associated with receiving the building permit from the City of Palm Springs. Based on a time impact analysis,the Engineer determined that not more than 10 days and no additional costs will be allowed for this delay and notified the Contractor as such on 1 March 2012. The baseline schedule submitted by the Contractor allowed 24 days for permitting beginning on 21 OCT11 and ending on 23NOV11.The Contractor's progress schedule, submitted 17 January 2012,shows an actual duration of 34 days beginning on 21OCT11 and ending on 07DEC11,a difference of 10 days. This increase in duration does not affect the end date of the project because no tasks are linked to the permitting process task in the Contractor's schedule. During change order negotiations on April 23,2012, the Contractor requested an additional 102 days associated with Proposed Change orders, including 35 for delays associated with permitting. The CITY OF PALM SPRINGS,RIVERSIDE COUNTY VIII-11 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 06 Engineer identified 77 days when applying the logic described in the paragraph above. After evaluating the efforts requiring additional time,the Engineer determined that 25 of the additional requested days were associated with activities that could occur concurrently iresulting in a justifiable additional of 52 consecutive calendar days. On May 7, 2012, the Contractor submitted a recovery schedule that identified the contract extending 66 days beyond the original schedule. The Engineer analyzed the recovery schedule and determined that the 66 days is justifiable based upon the difference between the Contractor's baseline schedule for the beginning of installation of the radar equipment and the issuance of Work Order Directive#8, Radar Relocation and Mounting Details on April 5, 2012. During the change order negotiations on April 23,2012,the Contractor identified the extended overhead following costs associated with additional contract days: Project supervision: $85/hour to$105/hour Per diem: $80/man/day Office/trailer rental:$726/month J John: $103/month Assuming 66 consecutive calendar days, of which the Contractor will continue working 5 days per week(71% of the available time)with project supervision at a rate of$95 per hour eight hours per day results in additional project supervision costs of$35,829.00. Assuming project supervisor on per diem, consistent with the Contractors staffing throughout the project,for 66 days at$80 per day results in per diem costs of$5,280.00. Assuming office and porta-john rentals are monthly at a rate of $726.00 and$103.00 respectively for a period of three months results in office costs of$2,178.00 and porta-john costs of$309.00. Therefore,the total extended overhead costs due the Contractor total to $43,595.57. These additional overhead costs will be paid under new pay item 18. Based upon the changes described above, modifications to estimated quantities and pay items are required and are described on the attached unit price worksheet. CHANGE TO CONTRACT PRICE Original Contract Price: $2,741,240.00 Current contract price, as adjusted by previous Change Orders: $2,741,240.00 The Contract Price due to this Change Order will be increased by$91,112.35 The new Contract Price due to this Change Order will be: $2,832,352.35 CHANGE TO CONTRACT TIME The Contract Time will be increased by 66 consecutive calendar days resulting in 217 Consecutive calendar days from Notice to Proceed to Substantial Completion and 30 consecutive Calendar days from Substantial Completion to Final Completion. Notice to Proceed Date:2 November 2011 Original Substantial Completion Date: Original Final Completion Date: 1 April 2012 1 May 2012 Substantial Completion Date, as adjusted by Final Completion Date, as adjusted by previous previous Change Orders: Change Orders: 1 April 2012 1 May 2012 CITY OF PALM SPRINGS,RIVERSIDE COUNTY VIII-12 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 07 Substantial Completion date due to this Change Final Completion date due to this Change Order will Order will be: be: ,S June 2012 6 July 2012 Approvals Required: To be effective,this order must be approved by the Owner if it changes the slope of the objective of the project,or as may otherwise he required under the terms of the Contract,General Provisions or Spepai Provisions. Engineer Reocimmendat for May 2525,2012 .+ JF. nes H.D PE,Proj.Mgr.(RS&H) Date Gontrachx Approval: r-" --�"`✓ �'`"'"1,_._ �S 2 ^`r` 7 sfe RrtsJ f R44gr.(CS Construction) Date ar A. Denton - Vzce ?res_dent bate City Approval: Approved By: Thomas Nolan,Executive Director(PgP) Date Approved By -- David H. Ready,City Manager Date Attest By: -Tames Thompson, City Clerk bat8 Contractor acknowledges and agrees, on behalf of Contractor, all Subcontractors and all Suppliers,that, except as provided above, the stipulated compensation provided for in this Change Order includes payment for all ,cork contained in this Change Order, plus all payments for interruption of Schedules, incremental extended overhead vests. acceleration costs,delay and all impact. ripple effect or cumulative impact on all otter work under this Contract. In addition, Contractor agrees that this Change Order comprises the total Compensation due Contractor,and all Subcontractors and all Suppliers,for the work or change defined in this Change Order, including all impact.on any Unchanged work, except for the additional time related issues noted above,if required. plizuk 'on Original Conformed Copv: Conformed-File Cony Contractor (1) Engineering Pay File (1) City Clerk (1) Deputy Director(PSP) (1) rocurement (1) {1) Approved subject to the availability of Federal funds inanw and limitations of the Grant Agreement. Gate Manager- LAVA©O CAN 0 At" CON'TRAC7AQM ITEZ BE PORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMaER 21,201 t PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 08 Change Order Summary Changein Changein Item Date Description Contract Price Contract Time Work Order Directive#1,Change per Code Reviewand 1 12/7/2011 associated Contractor Pro osed Chan a Order No.9 $ 16,311.12 0 2 12/7/2011 Work Order Directive#2,Camera Locations on Berm $ p Work Order Directive#3,CMU Wall Dimensions,and 3 12/12/2011 associated Contractor Proposed Change Order No. 1 $ 1,531.70 0 4 1/9/2012 Work Order Directive#4,Area F Fence Installation Details $ 0 Work—Order Directive#5,Proposed CMU WaII 5 1 1/9/2012 Replacement with Fence $ 7,824.00 Work Order Directive #6,School District Site Fencing and 6 2/1/2012 associated Contractor Pro osed Chan a Order No.6 $ 22,400.00 0 Work Order Directive#7,Fence Re-alignment near Gate 7 3/1/2012 #12,Area A $ 0 Work Order Directive#8,Radar elocution and mounting Details,dated April 5,2012 and associated Contractor 8 4/5/2012 Pro osed Change Order No.4 $ 33.452.85 0 Work Order Directive#9,Revised CCTV Mounting on New 9 4/6/2012 IATCT $ _ 0 Work Order Directive#10,Deletion of Removal of Existing Fence in Area J and associated Contractor Proposed 10 4/5/2012 Chan a Order No. 10 $ 2,030.00 0 11 4/5/2012 Work Order Directive#11,CMU Bond Beam $ 0 12.Response to Request for Information#7,Privacy Slats 12 11/2/2011 —AreaJ $ 40320.00 0 Response to Request or n ormation#19,Work Area A— Conduit and Retaining Wall,and associated Contractor 13 1/5/2012 Pro osed Chan a Order No.2. $ 7,854.00 0 espouse to equest or Information#30,WorK Area I- Fence Location and Gates,and associated Contractor 14 3/2/2012 Proposed Chance Order No.5 $ 11.000.00 0 Contractor Proposed Change Order No.13,Remove and 15 5/14/2012 Re lace G2 2 $ 1,081.11 0 Responsete 1 to Notice of Claim for Project De ays Associated 16 5/23/2012 with Permitting $_ 43,595.57 - 66 - - i7 5/23/2012 Modifications to estimated quantities and pay items $ 0 otal Change in Contract Price $ 91,112.35 Original Contract Price $ 2,741,240.00 Current Contract Price,as adjusted by previous Change Orders $ 2,741,240.00 New Contract Price due to this Change Order $ 2,832,352.35 O to CONTRACT QUANTITY AND VALUE ANALYSIS Reynolds,Smith and Hills,Inc. Palm Springs International Airport-Perimeter Fence Improvement Date Prepared:05/23/2012 FAA AIP Project Number 3-06-0181-048-2012 Prepared By:,lames H.Duke III,PE RSBH Project No.224-7196-002 File Name: As Rw 3- y n i' it z `m a ' ",�Mk5'0kii01YNd a'L.n"s:. niillx�g� �S �a i 7 N�`ad, # t '{ CM UOt F`f'� `U E 2lJA :- �. �-; a .fl1AF11TTt1' UWtf PRICE BIDAMOUWT Base Bid P-100 1 Mobilization(Not to Exceed 7%of Base Bid) LS 1 $ 80,000.00 $ 80,000.00 1 $ 80,000.00 $ 80,000.00 P-iooa kddldr,nal 0 71f'seaa3 duem Z;ymiert Tx,leE;;asi8h'ecChBchfC.' .. �': .,',,,. :. =:,g ° "r } $r P-102-1 I Safely and Security(Not to Exceed 2%of Base Bid) LS 7 I$ 20,000.00 $ 20,000.00 1 $ 20,000.00 $ 20 000.00 P-104-1 Project Survey 8 Stakeout(Not to Exceed 3%of Base Bid) LS 1 $ 20,000.00 $ 20,000.00 1 $ 20,000.00 $ 20,000.00 P-105-1 Temporary Construction Items(Not to Exceed 1%of Base Bid) LS 1 $ 12,000.00 $ 12,000.00 1 $ 12,000.00 $ 12,000.00 P-105-2 Temporary Chain Link Fence LS 1 $ 30,000.00 § 30,000.00 1 $ 30,000.00 $ 30,000.00 1R4. $ .1$Od r:$ 122,040.00 ; i "' $ pea 11Gbilti"' -.� L01- $ $ 9,3Y $ k"ni $ �a64ircu Pif51.3 G' 'arnove and Dlspd*Exis rig Chain Link Fake t�h Axessedes Lf� 11,$9d� $ 9.00 $ � 107 910 00 $ 9.00 § P-tbi21 Rumovea;,dDlapc5e£=isltog U,am L,nl,Foe&xn.h LF t ;iOQ S ?2,4a0 $ ,'n y ,.gP P-15 i-11 Re :v and rt.h a c x1,nmg electncai.Area A LS $ P-151-3 IRemove and Dispose Existing 14-ft Sliding Manual Gate EA 1 $ 280.00 $ 280.00 1 $ 280,00 $ 280,00 P-151-4 Remove and Dispose Existing 16-ft Manual Swing Gate with Privacy Slats EA 1 $ 280.00 $ 280.00 1 $ 280.00 $ 280.00 P-151-5 Remove and Dispose Existing Double Leaf Swing Electric Gate including Operator, Concrete P Bollards a s ries EA 1 $ 700.00 $ 700.00 1 $ 700.00 $ 700,00 P-151-6 Remove and Dispose Existing 4-ft Manual Pedestrian Gate EA 2 $ 70.00 $ 140.00 2 $ 70.00 $ 140.00 P-151-7 Remove and Dispose Existing 4-ft Manual Pedestrian Gate with Access Control EA 1 $ 140.00 $ 140.00 1 $ 140,00 $ 140,00 P-151-8 Remove and Dispose Existing Trees(0-2 ft Diameter) EA 5 $ 1,600.00 $ 8.000.00 5 $ 1,600.00 $ 8.000.00 P-151-9 Excavate,Remove and Dispose Excess Soil/Sand Piled Up Along Fence Line CV 615 $ 22.00 $ 13,530.00 615 $ 22.00 $ 13,530.00 F-182-t ;l=irtnfsh end'Iriet 4 i "Oheln Link Fenpe a7, a of Sargzil VArt rEA a 9o0 "- § 34, 0.'$ ':302,900.00 $- a4:nd: § - F-16211 FLrnc3 And mstaill 7:,Chain Link Fallon NNh.$vnY"' I`an t,or P+9annuf .Itt4 ., `:. g 8400 I$ - 5, 7d $. 9.00 S �'S:3tt; F-162-2 Furnish and In 13-ft Chain Link Fence with 3-Strands of Barbed Wire 1,470 $ 110.00 $ 161,700.00 1,470 $ 110.00 $ 161,700.00 F-162-3 Furnish and Install 16-ft Chain Link Fence with 3-Strands of Barbed Wire 350 $ 145.00 $ 50,750.00 350 $ 145.00 $ 50,750.00 "a82 4 `wf 'h and InitaH?Joat High 61u-(a S ('t..�' „ ` .. ' $ '48.00' $ ..;1> ,:.-00 32tY00 -0 $. .1E.Dt' F-162-5 Furnish and Install 12-foot Manual Sliding Gates 2 $ 11,000.00 $ 22,000.00 $ 11,000.00 $ - F-16:51 h`umahand Install 123ew(Manual Sliding G -( " 1 $ +P>100,OD $ . .3 $ 1f GS'460 S +d,OCttp70 F-162-6 Furnish and Install 12-foot Single Leaf Swing Electric Gate with Operator 1 $ 13,000.00 § 73,000.00 1 $ 13,000.00 $ 13,000.00 F 162 7 Furnish and Install New 20-foot SIDA Gate,with Hydraulic Pump and Control Box, 7 CC+�L�yy SI na e o lete $ 57,000.00 x$ry 57,000.00 1 $ 5µ7,y000.00 $ 57,000.00 ..�vM^T.'1`... : .... ... r ..;_�; .. '.::au' [..4.A .6i.. •,,^t i' ... :�.` :.'i iFi5N l: 9 :$ i"21�'TO. P» -9n pDogFreneeT2Ta'dy &net a ": �:cF $ zdu $ z610 x F hs2.1n^ etnove and Reinstall[€xisbAq AOA Qate#k'"2,- $ 2 00 10% IN"Concrete MasonryUnd Weil v*h Metal Security Topping UP 625 $ 380.00 $ 225,000 00 $ 360.00 $ - j4' 00.1 iy.5011 Ncv,Concrote Masonry Unit Wall min Metal Secwily Tvppm LF : $ 360.00 $ - 599 $ 39;Of, 5 1 E;e: '.3 U4200 pfov:de Spec 7l inspac%Al C FA $ _ - T 3 16 ail,12 s ,:?11.1� 13711 1 Furnish and Install Two Outdoor Pan-Tilt-Zoom Cameras(C-88,C-89)at the Sound LS 1 1 Berm $ 34,000.00 $ 34,000.00 $ 34,000.00 $ 34,000.00 13711.2 Furnish and Install One Outdoor Pan-Tilt-Zoom Camera(C-42)at the Fire Training LS 1 1 Center Area $ 23,000.00 $ 23,000.00 $ 23,000.00 $ 23,000.00 13711 3 Furnish and Install Conduit and Winng from Panel A located at the Fire Training Center LS 1 1 Area to the mera Control Pa at the Fire Train' ea $ 97,000.00 § 97,000.00 $ 97,000.00 $ 97,000.00 137114 Furnish and Install One Outdoor ParPTift-Zoom Camera(C-87)at the Air Museum LS 1 $ 15,000.00 $ 15,000.00 1 $ 15,000.00 $ 15,000.00 13711-5 Furnish and Install Three Outdoor Pan-Tilt-Zoom Cameras(C-90,C-91,C-92)at the LS 1 1 ew T $ 30,000.00 $ 30,000.00 $ 31 000,00 $ 30,000.00 13711-6 Furnish and Install 6 strand,Multimode Fiber Optic Cable to the New ATCT Camera LF 350 360 i-+ Comro Panel. $ 4.00 $ 1,400.00 $ 4.00 $ 1,400.00 O Page 1 of 2 CONTRACT QUANTITY AND VALUE ANALYSIS Reynolds,Smith and Hills,Inc. Palm Springs International Airport-Perimeter Fence Improvement Date Prepared:05/23/2012 FAA AIP Project Number 3-06-0181-048-2012 Prepared By.James H.Duke III,PE RS&H Project No.224-7196-002 File Name: .xts t s Fm . t ^`- - ` :- .'` ttSnonttruat+on v s v '. S° i AIOf ' IT y s 3r� i ,',.' -„ ip l fD MOUNT, 13711 7 Remove Existing Fiber Optic Came and Furnish and mine,,b strand,Mullimode Fiber tic Cabe LF 1900 $ 4.00 $ 7,600.00 1900 $ 4.00 $ 7.600,00 13711-8 Furnish and Install 6 Strand,Multimode Fiber Optic Came to Gate 7 Telephone Located LF 1500 at the and Reader Stand $ 4.00 $ 6,000.00 1500 $ 4.00 $ 6,000.00 13711 9 Remove Existing Fiber Optic Came and Furnish and Install12 strand,Muftimode Fiber Doric C able LF 1450 $ 5.00 $ 7,250.00 1450 $ 5.00 $ 7,250.00 13711-10 Furnish and Install pair#22 telephone cable to Gate 7 Telephone Located at the Card LF 1500 Reader tand. $ 1.00 $ 1,500.00 1500 $ 1.00 $ 1,500.00 13711 11 Furnish and Install Two Outdoor Pan-Tilt-Zoom Cameras,Card Reader(C-93,C-94, LS 1 Gate 7 card reader)at Gate7 $ 31,000.00 $ 31,000.00 1 $ 31,000.00 $ 31,000.00 13711-12 Furnish and Install Control Wiring for Gate 11 LS 1 $ 600.00 $ 600.00 1 $ 600.00 $ 600.00 13711-13 Furnish and Install Conduit and Wiring for Replacement Gate Operator Located cent t0 k West Facility. LS 1 $ 3,700.00 $ 3,700.00 1 $ 3,700.00 $ 3 700.00 13711 14 Furnish and install WI-FI Antenna on the Terminal Building,Including Conduit Wiring LS 1 Complete $ 6,800.00 $ 6,800.00 1 $ 6.800.00 $ 6,800.00 BASE BID TOTAL $ 1,552,240.00 $ 1,609,899.50 Bid Alternate No.1 imrrllal'Ad ineniiit2ai(er> :iE °Yrest' .; .„+ aPupe 4,Wand)abrm :-. complefeWith 1-yr Extended Wa i 1 $ 488,000,0p $ 468,000.00 $ 466,000,00 $ 13711.4 1'utA1[5batM install R0daf2(Fi2 > }{Ox Si 4.94(I T;0ddt Unit# dDefend i'dIM),mm e: to 4- W. , t ,, ' 1 b ; *5 rd'c;P4$ r 13711-ib " Furnfehadlnstaitl Radarf G4611CX 9 T5.1o6}ede Unlarttefend rR50 . �. 1 mm complete with 1-yr Extended Warranty $ 468000.00 $ 466,000.00 $ 466,000,00 $ - 13.T11 ?@i Furnish wd biclall Ra0X 1 1R-1-0-$sj ICx nTS-i 44G I'�nar Qnn`and Oa(end{R7i0 Tram f42trtlReia wfl#Y' Yr Lx, med:GTf aiQnty 13711 17 Furnish and install two 40-inch LCD monitors with Conduit wiring computers and associatedequipment LS 1 $ 18,000.00 $ 18,000.00 1 $ 18,000.00 1$ 18,000.00 13711-18 Furnish and install terminal building computer room equipment LS 1 $ 127,000.00 $ 127,000.00 1 1$ 127,00O.G01$ 127.000.00 13711-19 ICx Mobilization,Commissioning,Training LS 1 $ 93,000.00 $ 93,000.00 1 $ 93,000.00 $ 93 000.00 13711-20 ICx C2 and Site Survey LS 1 It 15,000.00 $ 15.000.00 1 $ 15.000.00 $ 15,000.00 13711-21 ICx System Integration LS 1 $ 4,000.00 $ 4,000.00 1 $ 4,000.00 $ 4.00—00 BID ALTERNATE NO.1 TOTAL $ 1,189,000.00 $ 1,222,462.85 TOTAL BASE BID PLUS BID ALTERNATE NO.1 $ 2,741,240.00 $ 2,832,352.35 Page 2 of 2 Substantial Completion date due to this Change Final Completion date due to this Change Order will Order will be: be: 6 Jur1e 2Di2 P,July 2012 Approvals Required: To be effective,this order must be approved by the Owner if it changes the scope of the objective of the project,or as may otherwise be required under the terms ofthe Contract,General Provisions or Special Provisions- r -,-,— Engineer Recxammenda' n: J- H.Dq& - ,PE,Proj.Mgr.(RS&H) Date Contractor Approval: � c` (CS Construction} Date ��r+Y�--�. Dzni<or; - Vice President Qate City Approval: Approved By: Thomas Nolan,Executive Director(PSP) Date Approved By' David H. Re City Manager Date Attest By. James Thompson,City Clerk Gate Contractor acknowledges and agrees, on behalf of Comtractor, all Subcontractors and all Suppliers, that, except as provided above, the stipulated oDmpensation provided for in this Change Order includes payment for all work contained in this Change Order, plus all payments for interruption of schedules, incremental extended overhead costs, acceleration costs,delay and all impact, ripple effect or cumulative impact on all other work under gtis Contract. In addition, Contractor agrees that tltss Change Order comprises the total compensation due Contractor, and all Subcontractors and all Suppliers,for the work or change defined in this Change Order, including all impact on any unchanged work. except for the additional time related issues noted above,if required. Psgakmlklm Qriornal Cortforrred Conn Conformed—PLk Cony Contractor (1) Engineering Pay File (1) City Clerk (1) Deputy Director(PSP) (1) Procurement (1) Finance '(1) — CITY OF PALM SPRINGS,RIVERSI6E CCUNT'! VIII-15 -�-�����-�-CONTRACT AtSMENISTRATtON FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 12 CHANGE ORDER NO.2 PROJECT TITLE: PERIMETER FENCE IMPROVEMENTS AIP No. 3-06-0181-048-2012 INVITATION FOR BIDS (IFB) 12-01 CONTRACT NO.: N/A CONTRACT DATE: November 2, 2011 CONTRACTOR: CS Construction, Inc. The following changes are hereby made to the Contract Documents: Incorporate the following changes into the Contract Documents: 1. Response to Request for Information#56, 13' & 16' Fence Top Rail, dated June 4, 2012 and associated Contractor Proposed Change Order No. 12-R1. 2. Work Order Directive#1, Change per Code Review, dated December 7, 2011 (incorporated via Change Order No. 1) and associated Contractor Proposed Change Order No. 15 3. Contractor Proposed Change Order#16, Additional Posts, Rails, Braces, Fittings, Nuts, Bolts and Tension Wires, Work Area 1 4. Contractor Proposed Change Order#18, Remove and Reinstall Existing AOA Gate#47 5. Contractor Proposed Change Order#19, New Fencing over Unforeseen Concrete Slab, Work Area 1 6. Contractor Proposed Change Order#20, Remove Existing Buried Asphalt, Work Area A 7. Contractor Proposed Change Order#22, In-Pavement Loops at Gate#34 8. Contractor Proposed Change Order#24, New Equipment Rack, Gate#34 9. Contract Time Extension 10. Modifications to estimated quantities and pay items as described on the attached unit price worksheet 11. Estimated final quantity adjustments 12.Allowance for other unanticipated project related costs Justification: 1. During installation of the subject fence, it was determined that the top tension wire could not be installed without pulling the new fence posts out of plumb, thus additional bracing was required. The Contractor submitted PCO#12-R1 for$5,253.00 and 18 days for material and labor associated with the additional bracing. During change order negotiations on June 27, 2012, it was agreed that time impacts would be addressed separately. This effort will be measured and paid for as a lump sum under new pay item F- 162-11.2 Additional Bracing for 13'and 16' Fence, which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. 2. Revisions were required to the plans to address permit review comments provided by EsGil Corporation on behalf of the City of Palm Springs. One changed required the post spacing of 16-foot high fence to be reduced from 10 feet to 9 feet. The Contractor submitted a proposed change order for$2,367.00 and 1 day. During change order negotiations on June 27, 2012, it was agreed that time impacts would be addressed separately. This effort will be measured and paid for as a lump sum under new pay item F- 162-12.2 Reduce Fence Post Spacing for 16-ft Chain Link Fence with 3-Strands of Barbed Wire, which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. CITY OF PALM SPRINGS, RIVERSIDE COUNTY VIII-8 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 9 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION 13 3. Changes were made to the fence alignment in Work Area I requiring additional posts, rails, braces, fittings, nuts, bolts and tension wires. Previous, similar, change orders had not been considered because there is an existing pay item for the fencing to be installed and any additional fence would be paid under the existing line item as an extension to the quantity. The Contractor disagreed stating that there was a documentable increase in materials and labor due to changes in the number of direction changes in the fence since the fence was estimated based upon the number of changes in direction. The Engineer replied that if additional labor and materials are allowed for additional changes in direction, a credit is due to Owner for work not performed when the in-line posts are not set. The Contractor agreed. This effort will be measured and paid for as a lump sum under new pay item F-162- 13.2 Additional Posts, Rails, Braces, Fittings, Nuts, Bolts and Tension Wires, Work Area I, which price shall be full compensation for furnishing all materials, and for all preparation, 'erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item 4. The Contractor identified Gate 47 in Work Area J as a slide gate in the field and stated that the gate was shown as a swing gate in the plans. The Engineer noted that all existing gates were shown with the same symbol on the plans whether they were a slide or a swing gate. The Engineer was not notified by the Contractor of this perceived changed condition but did agree that additional effort was required to install new fence on either side of the slide gate when compared to a swing gate. This effort will be measured and paid for as a lump sum under new pay item F-162-14.2 Remove and Reinstall Existing Gate#47, which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. 5. While excavating foundations for the fence posts in Area I, the Contractor identified a buried concrete slab on the proposed fence alignment. The Contractor issued Request for Information (RFI)#60 identifying the condition and the depth of the concrete at 6 inches to 12 inches deep. The Contractor cancelled the RFI and resubmitted the RFI without providing information as to the depth of the concrete slab below the ground surface. The Contractor submitted a change order proposal for additional materials and labor associated with switching from fence on ground to fence on pavement to fence on ground over the concrete slab. This effort will be measured and paid for as a lump sum under new pay item F-162-15.2 Furnish and Install 7-ft Chain Link Fence with 3-Strands of Barbed Wire over Unforeseen Concrete Slab, Work Area 1, which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. 6. During excavation for fence post footings in Area A, the Contractor identified!a 16"x8"x250' line of asphalt pavement approximately 4 inches to 6 inches below the ground surface. No RFI was issued to the Engineer and the Engineer was not otherwise notified of this changed site condition. The Contractor moved forward with the removal of the material. This effort will be measured and paid for as a lump sum under new pay item F-162-16.2 Remove Existing Buried Asphalt, Work Area A, which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. 7. The Contractor identified that there does not appear to be a shadow loop associated with the existing gate operator at Gate#34. The tenant has expressed concern that with the safety loop and exit loop being some distance from the gate, there is the possibility a vehicle may be Between the loops when the gate begins to close. This effort will be measured and paid for as a lump sum under new pay item F-162-17.2 Furnish and Install In-Pavement Loop Detector, Gate#34, which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. 8. The gate operator for Gate 34 requires a new rack. The Contractor issued RFI #58 requesting the location of the new rack and proposing to install a pair of fence posts to support the new equipment. The Engineer concurred with the proposal pending the receipt of cost information from the Contractor. The Contractor submitted two change order proposals as options: PCO#23 for$830.00 to install a pair of fence posts to which the operator will be mounted and PCO#24 to furnish and install an equipment rack matching those installed elsewhere on the project. After review, the Engineer CITY OF PALM SPRINGS, RIVERSIDE COUNTY VIII-9 CONTRACT ADMINISTRATION FORMS y PALM SPRINGS 4 INTERNATIONAL AIRPORT PERIMETER FENCE IMPROVEMENTS SEPTEMBER 21,2011 ISSUED FOR CONSTRUCTION 1 recommended that an equipment rack matching those installed elsewhere on the project be furnished and installed. This effort will be measured and paid for as a lump sum under new pay item F-162-18.2 Furnish and Install New Equipment Rack, Gate#34,which price shall be full compensation for furnishing all materials, and for all preparation, erection, and installation of these materials, and for all labor equipment, tools, and incidentals necessary to complete the item. 9. On May 7, 2012, the Contractor submitted a recovery schedule that identified the contract extending 66 days beyond the original schedule. The Engineer analyzed the recovery schedule and determined that the 66 days is justifiable based upon the difference between the Contractor's baseline schedule for the beginning of installation of the radar equipment and the issuance of Work Order Directive#8, Radar Relocation and Mounting Details on April 5, 2012. This time extension was included in Change Order No. 1. During change order negotiations on June 27, 2012, the Contractor requested an additional 56 days from June 25, 2012 associated with Proposed Change orders and other delays on the project which would result in a final completion date of August 20, 2012. The Engineer evaluated the Contractor's progress against the recovery schedule and determined that the Contractor was 60 days behind schedule. The Engineer found justification for only 15 days due to delays associated with coordinating work to install CCTV cameras on the new air traffic control tower. Based on conversations with the Airport Director, the Engineer offered two proposals to the Contractor: • Forty-five (45) additional consecutive calendar days, without additional general conditions, as a good faith effort to minimize the Contractor's exposure to liquidated damages due to internal problems as a goodwill gesture. This time would be added to contract end dates specified in Change Order No. 1, resulting in a substantial completion date of July 20, 2012 and a final completion date of August 20, 2012. • Fifteen (15) additional consecutive calendar days, with appropriate negotiated general conditions and liquidated damages assessed. This time would be added to contract end date specified in Change Order No. 1, resulting in a substantial completion date of June 20, 2012 and a final completion date of July 21, 2012. The Contractor accepted the offer of forty-five(45) calendar days provided negotiated general conditions of$200.00 per day could be applied. These additional overhead costs will be paid as a lump sum under new pay item P-100-3, Additional Overhead due to Contract Time Extension per Change Order No. 2. 10. Based upon the changes described above, modifications to estimated quantitihs and pay items are required and are described on the attached unit price worksheet. 11. Due to differing conditions on the site, the City has exercised its right to add and remove work for the City's best interest. Therefore, it is anticipated that there will be adjustments to quantities of work performed that will have an impact on contract value. This value will not be awarded to the Contractor unless and until the completion of additional quantities of work have been accepted by the Engineer and recommended for payment to the City via Change Order to the construction contract. 12. Due to the potential for unforeseen site conditions, an allowance is recommended to allow the City to move forward with completion of the work. CHANGE TO CONTRACT PRICE Original Contract Price: $2,741,240.00 Current contract price, as adjusted by previous Change Orders: $2,832,352.35 CITY OF PALM SPRINGS, RIVERSIDE COUNTY WHO CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 1 S PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION The Contract Price due to this Change Order will be increased by$88,046.18 The new Contract Price due to this Change Order will be: $2,920,398.53 CHANGE TO CONTRACT TIME The Contract Time will be increased by 45 consecutive calendar days resulting in 262 consecutive calendar days from Notice to Proceed to Substantial Completion and 30 consecutive calendar days from Substantial Completion to Final Completion. Notice to Proceed Date: 2 November 2011 Original Substantial Completion Date: Original Final Completion Date: 1 April 2012 1 May 2012 Substantial Completion Date, as adjusted by Final Completion Date, as adjusted by previous previous Change Orders: Change Orders: 6 June 2012 6 July 2012 Substantial Completion date due to this Change Final Completion date due to this Change Order will Order will be: be: 20 July 2012 20 August 2012 CITY OF PALM SPRINGS, RIVERSIDE COUNTY VIII-11 CONTRACT ADMINISTRATION FORMS PALM SPRINGS INTERNATIONAL AIRPORT SEPTEMBER 21,2011 16 PERIMETER FENCE IMPROVEMENTS ISSUED FOR CONSTRUCTION Change Order No. 2 Summary Item Date Description Change in Change in Price Contract Time Response to Request for Information#56, 13- & 16' Fence Top Rail and associated Contractor Proposed Change 1 6/4/2012 Order No. 12-R1 $ 5,253.00 0 Work Order Directive#1, Change per Code Review, (incorporated via Change Order No. 1)and associated 2 12/7/2011 Contractor Proposed Change Order No. 15 $ 2,367.00 0 Contractor Proposed Change Order#16,Additional Posts, Rails, Braces, Fittings, Nuts, Bolts and Tension Wires, 3 6/13/2012 Work Areal $ 7,799.00 0 Contractor Proposed Change Order#18, Remove and 4 6/12/2012 Reinstall Existing AOA Gate#47 $ 540.50 0 Contractor Proposed Change Order#19, New Fencing over 5 6/13/2010 Unforeseen Concrete Slab,Work Area I $ 1,777.00 Contractor Proposed Change Order#20, Remove Existing 6 6/14/2012 Buried As, Work Area A $ 5,234.00 0 Contractor Proposed Change Order#22, In-Pavement 7 6/19/2012 Loo sat Gate#34 $ 1,922.00 0 Contractor Proposed Change Order#24, New Equipment 8 6/19/2012 Rack, Gate#34 $ 2,472.00 0 Additional Overhead due to Contract Time Extension per 9 6/27/2012 Change Order No. 2 $ 9,000.00 45 Modifications to estimated quantities and pay items as 10 described on the attached unit price worksheet $ 0 Inlcuded in items above 11 Estimated Final tit Adjustments $ 4020000 0 12 Other Unanticipated Pro , . Project Related Costs $ 11,481.68 0 otal Change in Contract Price $ 88,046.18 Original Contract Price $ 2,741,240.00 Current Contract Price, as adjusted by previous Change Order.= $ 2,832,352.35 New Contract Price due to this Change Order $ 2,920,398.53 -.i AMENDMENT NO. 3 TO AGREEMENT NO. 5348 —AVIATION CONSULTING SERVICES PALM SPRINGS INTERNATIONAL AIRPORT THIS THIRD AMENDMENT is made and entered into as of the 11th day of July, 2012 (the "effective date") by and between the CITY OF PALM SPRINGS, a Cali- fornia charter city and municipal corporation ("City"), and RS&H California, Inc., (herein "Consultant") is hereby amended effective July 11, 2012, as follow: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Air- port") located in Palm Springs, California for the convenience of thei general public. WHEREAS, City and Consultant entered into that certain Consulting Services Agreement No. 5348 for Aviation Consulting Services ("Agreement'), as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assign- ments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A" is scope of Services, is hereby amended to add the following on-call Engineering Services for additional resident professional services for the Perime- ter Fence Project, Federal Airport Improvement Project AIP No. 48. Task 1 — Perimeter Fence Project Representation $ 6,717.00 Task 2 - Additional Construction Administration Services $27,260.00 2. The agreement shall allow a lump sum up to $33,977.00 for professional services relating to the completion of the Perimeter Fence Project. Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] 18 RS&H Services Amendment No. 3 to Agreement 5348 Palm Springs International Airport IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRING, a municipal corporation', By: By: City Clerk City Manage k ,1�o APPROVE FORM:By: X/e�o�� City Attorney CONTRACTOR: Check one: _Individual_ Partnership_Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By: By: Signature (notarized) Signature (notarized) Title: Title: State of State of County of County of On before me, On before me, personally appeared personally appeared I who proved to me on the basis of satisfactory who proved to me on basis of satisfactory evi- dence to be the person(s)whose name(s) evidence to be the person(s)whose names(s) name(s)is/are subscribed to the within instrument is/are subscribed to the within instrument and acknowledged to me that he/she/they and acknowledged to me that he/she/they exe- cuted the same in he/her/their authorized executed the same in his/her/their authorized capacity(is), and that by his/her/their sigma- capacity(is), and that by his/her/their signa- ture(s)on the instrument the person(s), or the tares(s) on the instrument the person(s) or the entity upon behalf of which the person(s) the entity upon behalf of(which the person(s) acted, executed the instrument. acted, executed the instrument. I certify under PENALTY OF PERJURY I certify under PENALTY'i OF PERJURY under the laws of the State of California that the under the laws of the State of California that the foregoing paragraph is true and correct. a foregoing paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: 19 rmPAF vm to rF F/t lYOft6 F 6151'Wes,Cenfury Blvd-, Suite 1114 Las Angeles,CA 90045 (310)361-8577 Fax:(310)943 3320 June 7, 2012 Thomas Nolan, A.A.E. Palm Springs International Airport Suite OFC 3400 East Tahquitz Canyon Way Palm Springs, CA 92262 Subject: Perimeter Security Improvement Project and On-Call Engineering Services Fee Proposal for Additional Services Mr. Nolan: Please find attached a fee proposal for additional services related to '!the Perimeter Security Improvement Project at Palm Springs International Airport (PSP) and other requested on-call engineering services. The total proposed cost for these additional services is $27,260.00. The additional work is required due to an extension to the construction contract time and additional effort required to coordinate with the contractor. This proposal is in addition to the additional RPR services proposal of $Q,717.00 associated with onsite staff to support the construction of the CMU wall and to provide immediate response to any difficulties encountered during the continued construction of the CMU wall. The resulting increase requested is $33,977.00. Please let us know if you have any questions or need anything further. Very truly yours, REYNOLDS, SMITH AND HILLS, INC. Joseph P. Jackson Vice President—Aviation 20 PALM SPRINGS INTERNATIONAL AIRPORT ADDITIONAL SERVICES FEE PROPOSAL 060SOWA&YOUR WOOLD PERIMETER FENCE IMPROVEMENTS&CAPITAL IMPROVEMENT PROGRAM rCIP)DEVELOPMENT i SCOPEITASKTT E a v °K"E`w" �a Ea EfO � TOTAL BASIC SERVICES Additional Resident Project Representation Services Construction Services RPR Services - 1 40 40 0 TOTALHOURS 0 0 0 40 0 0 0 40 RATE. $82.00 $65.00 $63.00 $42.00 $62.00 '.$29.00 $20.00kUZODTOTRL DIRECT LABOR$ $0 $0 $0 $1680 $0 0 $0OVERHEAD 182.59%PROFIT 12.0%TOTAL BURDENED LABOR 3.17 OTHER DIRECT NONZALARY COSTS Plans Specs Reports REPRODUCTION $1.00 $0.50 $0.50 #SETS 60%Plans S em&Reports 3 $0 90%Plans,Specs&Reports 4 $0 100%Plans,Specs&Re ons 11 .$0 Conformed Plans&S 9 so Construction Phase Plans&Specs 11 $0 TOTAL REPRODUCTION $0 TRAVEL Air A., Car Hoteldb, MiDals #People #Days $0 $60 $160 $60 1 5 $0 $300 $800 .1 $300 kl,4 j SUBCONSULTANTS j TOTAL ODVs Total Pro ed Fee for: Additional Resident Pro ectRe resenWion Nwl s i i i i I i I i i I I I i 21 PALM SPRINGS INTERNATIONAL AIRPORT ADDITIONAL SERVICES FEE PROPOSAL 1d$P8dU7 FG YOFAF71YGRLlL'- PERIMETER PENCE IMPROVEMENTS&CAPITAL IMPROVEMENT PROGRAM(CIP)DEVELOPMENT . swcn e+ti u rna •urx SCOPEITASK TIRE. °^ TOTAL BASIC SERVICES Additional Construction Administration Services Construcdan S es ervic 0 20 30 W Canstnsbon Meetln s t0 95 A4mtlmal Canbaclar Caordredon 10 15 60 ENtlanel PaM17oM Recltlara Pro R esenlative 40. A4dtianalP Ma ait 3ma 4 12 6 TOTAL HOURS 4 37 0 140 0 0 0 181 !I - RATE. $82.00 $65.00 $63.00. $42.00 $62.00 $29.00 $20.00. $47.59. TOTAL DIRECT LABOR$ $328 $2405 $0 1 85,880 $0. 0 .$0 $$5•6126 OVERHEAD 182.59% $2921 ! PROFIT 12.0% 1 TOTAL BURDENED LABOR 00 3.171 $27260 OTHER DIRECT NON-SALARY COSTS i Plans SPers Reports .REPRODUCTION - - j $1,00 $0.50 $0.50 *SETS .. .60%Plans S 88 Re ns 3 $0 so 90%Plans S &Re rts 4 100%Plans S &R orts 11 8U i Conformed Plans&S am 9 $0 ConsWclim Phase Plans&SPeos it .i0 TOTAL REPRODUCTION $0 TRAVEL Air Car Hotel Meals. - a PeO le #0a $0 $60 $160 1 $0 $0 $0 $0 - $0 •I ' SUSCONSULTANTS $0 TOTAL ODC% T0ta1 Pro sed Fee for: Additional Construction Administration Services $27 280 22 .