Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05094 - AMD CONSTRUCTION GROUP INC EXPAND TERMINAL HOLDROOMS ADD CHECKPOINT
DOCUMENT TRACKING Page: 1 Report: One Document Detail June 21, 2006 Condition: Document Number a5094, Document# Description Approval Date Expiration Date Closed Date A5094 Exp Terminal/Holdrooms-add checkpoint Project AIP3-06-0181-37&38... 05/04/2005 Company Name: AMD Construction Group Inc Address: 1403 N Batavia #101, Orange, CA 92867 Contract Amt. Total Paid Balance Group: AIRPORT $3,146,875.77 $3.146,875.77 Service: In File xRef: AIRPORT Ins. Status: No Certificate on file. Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid Res 21259 $2,780,000 not prov by dept 05/04/2005 $2,780.000.00 holding -asked JB about Material&labor Bond. 05/25/2005 to CA for sig 05/27/2005 to CM for sig 06/03/2005 distrib to Airport 06/07/2005 Work Directive Change No. 1, 2 &3 -copy to dept 07/15/2005 Work Directive Change No 4-copy to dept 08/04/2005 CO incr-distribtodept 1 2101/2 0 0 5 $7,109.70 Work Directive Change=$67k to CM for sig 12/02/2005 Work Dir 18-19 net decr of$16500 to CM 12/08/2005 Work Dir 5-19 distr. dupl orig & copy to dept. 12/09/2005 MO 7784 CO 2-not prov by dept 12/14/2005 $277,794.00 LO CO 2-pick up by dept - in file 12/21/2005 CO 3 - ret to dept for director's sig 1 2/2112 0 0 5 '() CO 3 -distrib to dept-in file 01/13/2005 $83,178.23 CO 4-to CM for sig 03/21/2006 $-1,206.16 NOC to Janet for recording 06/01/2006 * END OF REPORT " J CITY OF PALM SPRINGS SECURITY CHECKPOINT PHASE III CONSTRUCTION CHANGE ORDER To, AMD Construction Group Inc. Date. June 5, 2006 1403 N. Batavia, Suite 101 Project No. CP05-01 Orange, CA 92867 Protect Name: Security Checkpoint Phase III Change Order No. 05 Contract Purchase No. 516227 Attn: Firouz Ali Navi, President Account No A5094 Description of Change: Change Order Request No. 034,Steel reinforcement flat bars HVAC penetration into Elect Rm. $4,80S50 add Change Order Request No, 035, Electrical switch for roll-up door&Access panels $1,148.16 add Change Order Request No, 037, Delay due to roof schedule and L angle $1,104.78 add Change Order Request No, 038, Relocate break room plumbing to avoid roof penetration $381.92 add Change Order Request No. 039, Additional 60' overhead storm drain around structure $2,333.00 add Change Order Request No. 040, Credit for delete 120"copper piping (WD#6) -$3,300.00 sub Change Order Request No. 041, !i-tel, !tlascrmy extra s 1 1), RF!#7,, ?'s:1e CS,C?&CC,C5,04,C3 $3,419.58 add Change Order Request No.042, Rebuilt Cage-Extra (#5)-RFI 9113 $444.40 add Change Order Request No. 043,Arch Popout-Extra (#6)-RFI#119, RFI#124 $444.40 add Change Order Request No. 044, Column Mockup-Extra (#7)-RFI#133 $628.83 add Change Order Request No. 045, 16x16 pilaster steel emplacement(#2)-RFI#122,RFI#74 S461.76 add Change Order Request No. 046, Cleanouts(#$) $3,955.16 add Change Order Request No. 047, 16x16 pilaster(labor only) (#3) $1,755.38 add Change Order Request No. 048, Fire rated Backing in IT room $827.81 add Change Order Request No. 049, Delete Storefront in old egress area -$1,580.00 add Change Order Request No.050, Connections in HVAC vault $5,124.27 add Change Order Request No. 051, Replace granite tops with formica (Supervisor) -$1,798.00 sub Change Order Request No.052, Demolition of Terminal Overhang (old building) $20,320.19 add Change Order Request No. 053,Spread base for dust control at end of project $2,286.59 sub Change Order Request No. 054, Column reveal fix $2,400.00 add Change Order Request No. 055, Provide&Install Sensors in Offices $705.51 add Change Order Request No. 056,Add 110v to Checkpoint sliding doors $978A8 add Change Order Request No. 057, Demo stem wall for seating around office building $1,157,71 add Change Order Request No. 058, Disposal of Airport rubbish $894,36 add Change Order Request No. 059, Drill & Epoxy rebar at columns in office area(SLAMA) $1,999.04 add Change Order Request No, 060, OT Labor premium at CC line (SLAMA) $3,863.90 add Change Order Request No. 061, Extended field office support $19,995.27 add Closeout Credit, Reduced limits of Pedestrian Walkway Demolition -$1,500.00 sub Closeout Credit, Delete Temporary Retaining Wall &Site grading -$13660.00 sub Closeout Credit, Delete Temporary Continuous Cover over Temp Sidewalk -$1,500.00 sub Closeout Credit, Recover Engineering support(Brandow&Johnson) -$1,900.00 sub Closeout Credit, Delete door(400C)and wall in hallway _ -$850.00 sub Closeout Credit, incornplato metai roofing c!csures over smoking area -S1,500.00 sub Closeout Credit, Delete tape ,mud, paint for expansion joints -$1,500.00 sub Closeout Credit, Incomplete closeout documents (CAD files of'Record Drawings') -$2,000.00 sub Closeout Credit, Incomplete marked 'Spec'with actual product installation -$500.00 sub Closeout Credit, Allowance for funds not expended on CO#2 -$133817.00 sub Closeout Credit, Asphalt replacement, over excavated (CO#2) -$4,500.00 sub Closeout Credit, Credit for office glass window from frost to clear -$500.00 sub Closeout Credit, Semi-gloss paint for offices -$280.00 sub Closeout Credit, Trim/Grind manhole cover in checkpoint area -$300.00 sub Closeout Credit, Re-install handrail on balcony(Airport Directors balcony) -$940.00 sub Closeout Credit, Cut anchor bolts on bottom of glass partition separating exit&area -$150.00 sub Page I oft `^` ` AUTHORIZATION FOR CHANGE: See associated Change Order Requests attached: Summary of Cost/Time Original Contract Price $ 2,780,000 00 Total of all Previous Change Orders $ 366,875.76 Total of this Change Order $ 47,660,70 Total Contract Price $ 3,194,736.47 This Change Order(+nerease*(decreases)(unchanged)the contract time by 0 working days. I have received a copy of this Change Order Construction anager: and the above AGREED PRICES are acceptable Approval: ut, Date: 3 to the contractor. Parsons Aviation Depart nt Approval; By: l Reviewed By: Date: Assistant Aviation Ok-6rtor- /� Title: Operations & Planning '����/f^ p Date: a Approved by: Date:0- AviationDirec City Approval: d+-Bate:pkbf zM City Clerk Dater /7A City Manager Distribution: Original Conformed Copies Conformed - File Copy City Clerk - (1) Aviation Director 11% Contractor (1) Procurement& Contracting (1) FAA (1) Finance (1) Airport File (1) Parsons (1) i Pave 2 of 2 PARSONS • Palm Springs International Airport Construction Costs Review For Security Checicpoint �+ Security Checkpoint Construction Budget: 1. ORIGINAL CONTRACT SUM................................................. $2,780,000.00 2. Contingency for Unknown conditions (5%)........................ $139,000.00 3. ADDITIONAL CONTRACT WORK (Demo)....................... $277,294.00 4. COST SUM TO PLANNED............................................ $3,196,294.00 5. TOTAL COST AT COMPLETION..... $3,194,236.50 $ AUTHORIZED CONTINGENCY (5%).............................. $136,942,46 ■ CO#1 $7,109.70 • CO#2 w w • CO#3 $83,178.23 • CO#4 -$1,206.17 • CO#5 $47,860.70 $ TOTAL CONTINGENCY USED........................ $136,942,46 $ CONTINGENCY REMAINING.......................... $2,057.54 w Change Order#2 was an addition in the Scope of Work for Approved by the City Council $277,794.00 PSP Construction Cost Review PARSONS July 31,2006 DOC # 2006-0414041 06/08/2006 08:00A Fee:NC Page 1 of 2 RECORDING REQUESTED BY: Recorded in Official Records CITY OF PALM SPRINGS County of RiversideLarry W. Ward Assessor, County Clerk d Recorder AND WHEN RECORDED MAIL TO: I IIIIII III III IIIII IIII IIII IIIII IIIII I IIIII IIII III City of Palm Springs P. O. Box 2743 M S if PAGE SIZE Gq PCOR NOCGR RMF MIS. Palm Springs, CA 92263 I� Attn: Office of the City Clerk rA R L T COPY LONG I REFU^!C� NchG ExgM Filing fee EXEMPT per Government Code 6103 TP NOTICE OF COMPLETION AMD Construction Group, Inc. - CP 2005-01 - A5094 Title of Document THIS AREA FOR RECORDER ' S USE ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3.00 Additional Recording Fee Applies) Return To: Tax-Exempt-Government Agency City Clerk City of Palm Springs City of Palm Springs Pursuant to Government Code Sec. 6103 P.O. Box 2743 (Free of Charge) Palm Springs, CA 92263-2743 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California, is a municipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 20th day of April, 2006. 5. The name of the contractor(if named)for such work of improvement was: AMD Construction Group, Inc. 6. The public work of improvement;.`which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Expand Terminal/Holdrooms-add Checkpoint Phase 3. 7. The property address or location of said property is: Palm Springs International Airport, 3400 East Tahquitz Canyon Way, Palm Springs, California 92262. 6. City Project No. 2005-01, Agreement No. A5094, Resolution No. 21259. DATED: 6/1/2006 CITY OF PALM SPRING >7 REVIEWED BYE "jf GGc� ,�� By: l-iE3lli2.t( lic fTR-o Director of Aviation RICAKU 5, GuftZN JAME:S THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. ?esThompson rk Lacn dcxu nq ad'n©which this ce a use slr,J l is anEach 5 corwied w be as so. ue and caucca 009,ir of'he©rsgon3U I� oba GsOo mi 0 c.";ss Ord in my aa'vacc. 4 Cs- u c1,,, ' I Ccunny oC Rivo -kl , P:nN mia ' •L1•r�� I� � �i�,tiD.' r�ae CeMi Bcaftn mum fe2 an reed io to a WffdIFEDCOPT AMD Construction a_ CITY OF PALM SPRINGS Security Checkpoint Phase Ili SECURITY CHECKPOINT PHASE III CO 4 Agreement A5094 CONSTRUCTION CHANGE ORE Res 21259, 05-04-05 To: AMD Construction Group Inc. Date: March 6,2006 1403 N. Batavia, Suite 101 Project No. CP05-01 Orange, CA 92867 Project Name Security Checkpoint Phase III Change Order No.04 Contract Purchase No. 516227 Attn: Firouz Ali Navi, President Account No.A5094 Description of Change: Change Order Request No. 009, Purchase Rollup Coiling Door, $8,032.00 add Change Order Request No. 011, Fire Proof Sprinkler Flow Test $822.00 add Change Order Request No. 012, Electrical Unknown Conditions Resolved $5,204.00 add Change Order Request No. 013, Provide&Install back boxes for Doors,100,300A,300B,300C,400A,400B$6,396.00 add Change Order Request No. 014,Additional Taping, Dens Deck, Monokote, Framing, Drywall $13,412.84 add Change Order Request No. 015, Protect Plenum at Existing Terminal(CC Line) $2,452.00 add Change Order Request No. 016,Credit(Use of Holdroom in lieu of renting Trailers) -$2,744.00 sub Change Order Request No. 017,Acid Washing of existing Windows (Ops Area) $550.50 add Change Order Request No. 018, Demolition of Ceiling in old outside smoking area $3,192.90 add Change Order Request No. 019,Credit(Use of Airport restrooms+cleaning)in lieu of rentals -$1,420.48 sub Change Order Request No. 020,Credit(Substitution of terrazzo for carpet) -$44,550.09 sub Change Order Request No. 021,Additional Ledger angles $8,769.00 add Change Order Request No.022,Credit for deletion of limestone(Wall and Bench)office space -$13,741.05 sub Change Order Request No. 023, Net change for,deletion of wall 7B,move existing -$1,781.58 sub Change Order Request No. 024, Replace bottom glass panels(Type 7)Screening Stations $4,175.14 add Change Order Request No. 025,Credit(delete type 7A wall-selectee lane) -$5,621.04 sub Change Order Request No. 026, HVAC ductwork changes $3,232.41 add Change Order Request No. 027,Additional Security Fence Changes $2,498.64 add Change Order Request No. 028,Credit(delete card reader and button on roll-down grill) -$1,107.29 sub Change Order Request No. 029,Change Lighting Fixture types(outdoor)security checkpoint $2,588.36 add Change Order Request No. 030, Demolish parapet existing terminal/checkpoint entrance $1,197.85 add Change Order Request No. 031,Additional Drywall&patching on added areas $507.73 add Change Order Request No. 032, Install Gravel around temporary walkway(Checkpoint) $2,204.00 add Change Order Request No. 033, Purchase and Install 30KVA xfmr $4,524.00 add AUTHORIZATION FOR CHANGE: See associated Change Order Requests attached: Summary of Cost/Time Original Contract Price $ 2,780,000.00 Total of all Previous Change Orders $ 368,081.93 Total of this Change Order $ -1,206 19 Total Contract Price $ 3,146,875.77 This Change Order'c""macs)(decreases)(unchanged) the contract time by 0 working days. Per discussions with Parsons, all AMD field supervision and cost as well as time extensions to be determined as a Whole at the end of the project. 1 have: received a copy of this Change Order Construction M °pager: and the above AGREED PRICES are acceptable Approval: ,. �� D�n to the contractor. Parsons Aviation Departme t Approval: By: /_.-� Reviewed By: ` Date, tJaVt.k&Vr ' Assistant Aviation Di tor— Operat� & PlaryiTrIg Title: 2i {- Approved by: Date: Date: l j✓ / Aviation Director Page 1 of 2 ', ANDIOR aab -City Approval: ?t7l, 4_ , ate: IL APPROVED BY UP(COUNCIL Date:S) ityManager Distribution: Original Conformed Copies Conformed - File Copy City Clerk (1) Aviation Director (1) Contractor (1) Procurement&Contracting (1) FAA (1) Finance (1) Airport File (1) Parsons (1) Page 2 of 2 O� fAI.M, S, F s MEMORANDUM ars;Ct' c'"1</fit» TO: Janet Buck Aviation FROM: Kathie Hart, CMC Chief Deputy City Clerk DATE: March 24, 2006, 2006 SUBJECT: AMD - A5094 Change Order No. 4 Attached are two (2) duplicate original copies of the above referenced agreement for your files and distribution. We have kept the original copy for our records. Please feel free to contact our office if there are any concerns. /kdh Attachment PPALM Sp Q'c CITY OF PALM SPRINGS " OFFICE OF THE CITY CLERK rQ�rFox _.P TRANSMITTAL TO: Mayor and Members of the City Council COPY: David H. Ready, City Man er IFROM: James Thompson, City (DATE: March 21, 2006 RE: AMD Construction —A5094 WE ARE SENDING YOU THE FOLLOWING: Change Order No. 4 for AMD Construction for City Project No. 2005-01 for Expand Terminal/Holdrooms. Council Authorized Change Orders NTE $ 139,000.00 Previously Submitted $ 90,287.93 Change Order No. 4 $ - 1,206.16 Grand Total $ 89,081.77 Pursuant to City Council direction on May 4, 2005, the Council requested updates as the change orders occur. 5.C. AWARD CONSTRUCTION CONTRACT TO AMD CONSTRUCTION GROUP, INC FOR — EXPAND TERMINAL/HOLDROOMS — ADD CHECKPOINT PROJECT (AIP 3-06-0181-37 AND 38, CITY PROJECT NO. 2005-01: Richard Walsh, Director of Aviation, provided background information as outlined in the staff report dated May 5, 2005. The City Council requested the City Manager update the City Council as change orders occur. ACTION: 1) Adopt Resolution No. 21259, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING AN AGREEMENT WITH AMD CONSTRUCTION GROUP, INC., IN THE AMOUNT OF $2,780,000 FOR - EXPAND TERM INAL/HOLDROOMS-ADD CHECKPOINT PROJECT AT THE PALM SPRINGS INTERNATIONAL AIRPORT (AIP 3-06-0181-37 AND 38 CITY PROJECT NO. 2005-01), ESTABLISHING THE PROJECT ADMINISTRATOR AND ADMINISTRATION PARAMETERS;" 2) Authorize the City Manager to execute all necessary documents; and 3) Direct the City Manager to update the City Council as change orders occur. A5094. Motion Councilmember Mills, seconded by Councilmember Pougnet and unanimously carried on a roll call vote. Distribution List: Mayor Oden Mayor Pro Tern Foat Councilmember McCulloch Councilmember Mills Councilmember Pougnet CONTRACT ABSTRACT Contract Company Name: AMD Construction Group Company Contact: Ali Navi Summary of Services: Security Checkpoint Phase III - Construction Contract Price: Change Order#4 - Decrease of (1,206.11�7) Funding Source: 415-6400-56062 Contract Term: No change Contract Administration Lead Department: Aviation Contract Administrator: Richard Walsh Contract Approvals Council/Community Redevelopment Agency Approval Date: 5/4/05 (includes approval for CO's up to 5%) Minute Order/ Resolution Number: R21259 Agreement No: 5094 Contract Compliance Exhibits: Yes Signatures: Yes Insurance: On file Bonds: On file Contract prepared by: Steve Zehr Submitted on: 3/16/06 By: Janet Buck Page 1 of 2 Kathie Hart From: Janet Buck Sent: March 21, 2006 11:37 AM To: Kathie Hart Cc: Steve Zehr Subject: RE: AMD - HELP Kathie there is a penny error in the addition/subtraction of the change order items. The total is $1,206.16 not$1,206.17 as listed Based on the correct amount the new contract price is $3,146,875.77 as listed on the change order. How would you like us to handle the penny difference? Thanks,jb -----Original Message----- From: Kathie Hart Sent: Tuesday, March 21, 2006 11:27 AM To: Janet Buck Subject: AMD - HELP Importance: High Janet My calculations do not match yours. O May I ask you to double check your figures? There's a one cent difference. Your change order shows a new TOTAL CONTRACT PRICE as $3,146,875.77. Let me know— ok? AMD A5094 orig 2,780,000.00 C01 7,10970 CO2 277,794.00 CO3 83,178.23 C04 (1,206.17) $ 3,146,875.76 Thx! "�f' r 03/21/06 AMD Construction Group Inc. CITY OF PALM SPRINGS Security Checkpoint Phase III SECURITY CHECKPOINT PHASE III CO 3 AGREEMENT 45094 CONSTRUCTION CHANGE ORD Res. 21259, 5-4-05 To: AMD Construction Group Inc. Date: October 24,2005 1403 N. Batavia, Suite 101 Project No. CP05-01 Orange, CA 92867 Project Name: Security Checkpoint Phase III Change Order No. 03 Contract Purchase No.516227 Attn: Firouz Ali Navi, President Account No.A5094 Description of Change: 3 Work Directive Change No.OOpt C tinge Order Request No.01,Grading Changes..........$27,219.28 add Work Directive Change No. 009, Change Order Request No. 05, Remove Louvers above Existing CMU at Cooling Tower Enclosure.......... $4,721.64 add Work Directive Change No. 010, Change Order Request No. 06, Framing at CC Line in accordance with RFI-79 and ASK-15..........$7,943.60 add Work Directive Change No.011, Change Order Request No. 07, Concrete Changes.......... $14,510.81 add Work Directive Change No.012, Change Order Request No. 08, Install Site Storm Drain.......... $28,782.90 add AUTHORIZATION FOR CHANGE: See associated Work Directive Changes Summary of Cost/Time Original Contract Price $2,780,000.00 Total of all Previous Change Orders $ 284,903.70 Total of this Change Order $ 83,178.23 Total Contract Price $ 3,148,081.93 C//7 This Change Order (decreases`{-uneha ed the contract time b wer#in -da s- 9 f+nsreas��� n9 ) Y-0- 9 y �i- X,9— Avtzr-rn 0J&1,4A1q cdai4cLS a) -nk C'r'zi4 r i;Jzllz wzc> I_y R6 I have received a copy of this Change Order Construction M nager: and the above AGREED PRICES are acceptable Approval: za Ta't e: 1 2 IIJ e,5- to the contractor. I parsons ZZ Aviation Depart nt Approval: By: _ `% f Reviewed By: Date: <% Assistant Aviation ,Victor- Title: Pla i g �r�✓Z����_-.a/� ' yy Z -Approved by: Date:' �-�� Date: /���.�/! �s Aviation-Director City Approval: City:Cler�kAPPROVED BY CITYCOUNCI9 �jy City r �OtX1'tOVYr� �'� (.f1 IATU ���I t7US7 Distribution: t Original Conformed Copies Conformed - File Copy City Clerk (1) Aviation Director (1) Contractor (1) Procurement& Contracting (1) FAA (1) Finance (1) Airport File (1) Parsons no �q (1) no „ . WORK DIRECTIVE CHANGE No.003 PROJECT: CONTRACTOR: AMD Const.Group Inc. EXPAND TERMINALlHOLDROOMS-ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO.2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Resolve underground utility conflicts and other unknown conditions. Purpose of Work Directive Change: Uncover and remove or relocate all unknown utilities encountered during demolition and excavation for the building foundations. Attachments:CM Serial Letter 006 dated July 11, 2005 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim fora Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: U oX Time and Materials ❑ Contractor's records D Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation co co ❑ Other Negotiated Lump Sum o Estimated increase(decrease) in Contract cEstimated increase(decrease)in Contract Time: TBD days. a Price:$15.000.00 If the change involves an increase,the If the change involves an increase, the estimated time is not to be exceeded without s' estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation D ment Approve By. Date:fit`-�F�' By' �— Dater arsons P oject Manager Aviation Director City Appro 1: Aviation Department Re ' By: J/� -0�- Date: C 7 !6 c Agreemient /under I I Clerk By: Date,duj ZkJ Reviewed &LI ector- '-- ana er Date:�1 Procuremen?l 14t�trac iNg g Initials,Date P.O.Nuimber• 5C 11- . //� CITY OF PALM SPRINGS SECURITY CHECKPOINT PHASE III RECORD OF NEGOTIATION Date: December 13, 2005 Change Order Request No. 01 Work Directive Change No. 004/yild Description of Change: Grading Changes During the site demolition and prior to the excavation and site grading, the Contractor encountered several buried utilities that were unknown at the time of bid. The Contractor claimed that these unknown conditions caused his subcontractor to alter his means and methods for the site preparation and grading. In order to minimize schedule impacts, the Contractor was directed to proceed with the work, tracking the labor and material, while the Owner assessed the impacts. Work Directive Changed jrwas created to direct the Contractor to complete the work as expeditiously as possible. j The Contractor submitted a proposal of$63,760.00 for the work. Upon review of the proposed and as-built schedules, it was determined that the Contractor had in fact been impacted by the unknown conditions. The Engineer's Estimate for this impact was$22,486.64. The Contractor and the Project Manager met on November 15, 2005 and reviewed the issues and impacts related to the buried utilities and agreed to a comprehensive settlement. The parties agreed to $24,259.57 for the work, and with GC mark-up for overhead, profit, bond and insurance they agreed to $27,219.28 as fair and reasonable compensation for this change. It was also agreed that any changes to the contract time would be addressed separately. W" Contractor: Z�s Construction Manager: t t�cecC WORK DIRECTIVE CHANGE No. 009 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Remove Louvers at Chiller Enclosure Walls Purpose of Work Directive Change: The existing louvers, above the CMU walls enclosing the chillers, require removal in order to extend the wall height for the new construction. The demolition of the existing louvers was not clearly defined in the design documents. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices o Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(deGiease)in Contract Time: 0 days. Price: Not to exceed 5$ 000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construct* n Manager Recommendation: Aviation Department Approval By: t ki Date:L9 OS y Dater- arsons Pr ject Manag Aviation Director City Ap val: Aviatio Department Revi ed: B . u Date: P ity Cler By: Date: f F G y Assistant Aviatio rector— Date:A& Operations & Planning ity. anager APPROVED BY CITY COUNCIL eb C� �1 ,,Ir0dG. CITY OF PALM SPRINGS SECURITY CHECKPOINT PHASE III RECORD OF NEGOTIATION Date: September 9, 20D5 Change Order Request No. 05 Work Directive Change No. 009 Description of Change: Remove Louvers above Existing CMU at Cooling Tower Enclosure The design documents did not clearly note the removal of the existing louvers as part of the demolition plan. During the bidding process an RFI (No. 1) was received and the answer was included as an addendum to the Bid Documents. The RFI questioned two areas that contained louvers, but the answer was not clear and specific to both areas. The Contractor submitted a proposal of$4,860 for the subcontracted work. The Contractor and the Construction Project Manager met on September 8, 2005 and agreed to $4,200 for the subcontracted portion of the work. With GC mark-up for overhead, profit, bond and insurance they agreed to $4,721.64 as fair and reasonable compensation for this change. It was also agreed that the contract time will be . 'CC,. 1 Contractor: Construction Project Manager: AC WORK DIRECTIVE CHANGE No. 010 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Provide Additional Framing and Gypsum Wall Board at Parapets along Column Line CC Purpose of Work Directive Change: Following demolition of the existing building's overhang, it was discovered that the area above the ceiling was a air plenum. This required the end to be enclosed with a fire rated system, which was not anticipated in the original design. Additionally, the stud framing and supports for the parapets on either side of the expansion joint require modification due to constructability issues. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease) in Contract Time: 0 days. Price: Not to exceed $20,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval-, t � By: ? V Date: IZ ( 65-By: + Date: 1, �_>-_-1 arsons Project Manag Aviation Director City Appr al: Aviation epartment Re 'end: By: Date: y Clerk By: , t Date: �< Assistant Aviation 151rector— r k Date: 0t Operations & Planning Ci y Manager APPROVED BY CITY COUNCIL 1S -0 q,at E,F CITY OF PALM SPRINGS SECURITY CHECKPOINT PHASE III RECORD OF NEGOTIATION Date: December 8, 2005 Change Order Request No. 06 Work Directive Change No. 010 Description of Change: Framing at CC Line in accordance with RFI-79 and ASK-5 Upon demolition of the overhang from the existing building, it was discovered that the space between the ceiling and roof of the existing building was a return air plenum. In order to maintain the integrity of the existing building's system, it was necessary to alter the framing details and wall type as indicated in the Contract drawings. The Contractor submitted a proposal of $7,943.60. The Construction Manager reviewed the proposal and accepted $7,943.60 as fair and reasonable compensation for work required to perform this change. It was also agreed that the contract time will be . 40- IeO&LXt� /Oftk_(�, r2 Contractor. Project Manager: VJzn�� WORK DIRECTIVE CHANGE No. 011 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS-ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Modify Column and Wall Foundations along Column Line CC Purpose of Work Directive Change: The design documents did not account for the existing building's foundations. During excavation for the new foundations, it was discovered that the existing foundations would interfere with the new work. The Contractor will need to modify the new foundations so as not to disturb the existing foundations. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease)in Contract Time: 0 days. Price: Not to exceed $16,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval By: Date: 1,9 l d By: Date: arson Project Manager Aviation Director City Approval: Aviatio Department Revi gd: By: Date: !L d r - a/ pianager rk By: C Date:f Assistant Aviatio irector— Date: Operations & Planning FPPRUEQ BY CP?FY CDlI^ICI CITY OF PALM SPRINGS SECURITY CHECKPOINT PHASE III RECORD OF NEGOTIATION Date: December 13, 2005 Change Order Request No. 07 Work Directive Change No. 011 Description of Change: Concrete Changes Dudng the site excavation, the Contractor encountered existing foundations for the existing building that encroached into the new foundations for the new building. The Structural Engineer reviewed the situation and issued direction to the Contractor to revise the new foundations. The Contractor and his subcontractor requested additional compensation due to the impacts of these revisions. The Contractor submitted proposals totaling $16,091.80 for the work based on subcontractor request for $14,314.00(Slama COR 01). Based on a review of the directed changes and the work as performed in the field, the Construction Manager determined that the subcontractor had incurred additional costs to install the foundations. The Contractor and the Project Manager met on November 08, 2005 and reviewed the issues and impacts related to the concrete work and agreed to a comprehensive settlement for all impacts to date. The parties agreed to $12,907.68 for the work, and with GC mark-up for overhead, profit, bond and insurance they agreed to$14,510.81 as fair and reasonable compensation for these changes. It was also agreed that any changes to the contract time would be addressed separately. Contractor: Construction Manager.' > b.lG WORK DIRECTIVE CHANGE No. 012 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Install Site Storm Drain Purpose of Work Directive Change: The design documents did not account for the tie-in of the new building's roof drains into the Airport's storm drain system. The Contractor will need to extend the existing system to the building and make the connections. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase (decrease) in Contract Time: 0 days. Price: Not to exceed $35,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Constructi n Manager Recommendation: Aviation Depart Approva By: -L,,P Date: la 't 0 By: Date: arsons roject Manag r Aviation Director City A val: Aviatiol Department Rev e ed: I¢ Date:rZ T 0 By: Date: j A 'ssistantAviation D ctor— Date:-9-e_ Operations & Planning �ity Manager APPROVED SY CI:Y COUNCIL CITY OF PALM SPRINGS SECURITY CHECKPOINT PHASE III RECORD OF NEGOTIATION Date: December 8, 2005 Change Order Request No. 08 Work Directive Change No. 012 Description of Change: Install Site Storm Drain The design documents did not account for the tie-in of the new building's roof drains into the Airport's storm drain system. The Contractor will need to extend the existing system to the building and make the connections. The Contractor submitted a proposal of $36,529.75 for the work as detailed in the response to RFI 85. The Engineer's Estimate for this same work was$33,040.00. Upon review, it was determined that the storm drain connection location could be moved so as to avoid disturbing the apron area, and the revised Engineer's Estimate for this work was$25,182.00 The Contractor submitted a revised subcontractor proposal of $26,193.32, which with mark-up, bond and insurance would amount to$29,499.99 The Contractor and the Construction Manager met on December 7, 2005 and agreed to $25,600 for the subcontracted portion of the work. With GC mark-up for overhead, profit, bond and insurance they agreed to $28,782.90 as fair and reasonable compensation for this change. It was also agreed that the contract time will be. . Zdd«4&( 77 Contractor: %✓ _ Construction Manager: �pALM SA CITY OF PALM SPRINGS " OFFICE OF THE CITY CLERK k k Y *o `°=•o,<, "'gyp" q<,FoRN` TRANSMITTAL TO: Mayor and Members of the City Council COPY: David H. Ready, City Manag r FROM: James Thompson, City r (DATE: January 12, 2006 RE: AMD Construction Chang Or er No. 3 WE ARE SENDING YOU THE FOLLOWING: Change Order No. 3 for AMD Construction for City Project No. 2005-01 for Expand Terminal/Holdrooms. Council Authorized Change Orders NTE $ 139,000.00 Previously Submitted $ 7,109,70 Change Order No. 3 $ 83,178.23 Grand Total $ 48,712.07 Pursuant to City Council direction on May 4, 2005, the Council requested updates as the change orders occur. 5.C. AWARD CONSTRUCTION CONTRACT TO AMD CONSTRUCTION GROUP, INC FOR — EXPAND TERMINAL/HOLDROOMS — ADD CHECKPOINT PROJECT (AIP 3-06-0181-37 AND 38, CITY PROJECT NO. 2005-01: Richard Walsh, Director of Aviation, provided background information as outlined in the staff report dated May 5, 2005, The City Council requested the City Manager update the City Council as change orders occur. ACTION: 1) Adopt Resolution No. 21259, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING AN AGREEMENT WITH AMD CONSTRUCTION GROUP, INC., IN THE AMOUNT OF $2,780,000 FOR - EXPAND TERM INAL/HOLDROOMS-ADD CHECKPOINT PROJECT AT THE PALM SPRINGS INTERNATIONAL AIRPORT (AIP 3-06-0181-37 AND 38 CITY PROJECT NO. 2005-01), ESTABLISHING THE PROJECT ADMINISTRATOR AND ADMINISTRATION PARAMETERS;" 2) Authorize the City Manager to execute all necessary documents; and 3) Direct the City Manager to update the City Council as change orders occur. A5094. Motion Councilmember Mills, seconded by Councilmember Pougnet and unanimously carried on a roll call vote. Distribution List: Mayor Oden Mayor Pro Tern Foat Councilmember McCulloch Councilmember Mills Councilmember Pougnet M E M O R A N D U M TO: Steve Zehr l Assist. Director of Aviation FROM: Kathie Hart, CIVIC Chief Deputy City Clerk DATE: January 12, 2006 SUBJECT: AMD - A5094 Change Order No. 3 Attached are three (3) duplicate original copies of the above referenced agreement for your files and distribution. We have kept the original copy for our records. Please feel free to contact our office if there are any concerns. /kdh Attachment CONTRACT ABSTRACT Contract Company Name: AMD Construction Group Company Contact: Ali Navi Summary of Services: Security Checkpoint Phase III - Construction Contract Price: Change Order#3 - $83,178.23 Funding Source: 415-6600-56062, 415-6400-56062 Contract Term: No change Contract Administration Lead Department: Aviation Contract Administrator: Richard Walsh Contract Approvals Council/ Community Redevelopment Agency Approval Date: 5/4/05 (includes approval for CO's up to 5%) Minute Order/ Resolution Number: R21259 Agreement No: 5094 Contract Compliance Exhibits: Yes Signatures: Yes Insurance: On file Bonds: On file Contract prepared by: Steve Zehr Submitted on: 12/21/05 By: Janet Buck WORK DIRECTIVE CHANGE No. 005 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Delete the terrazzo floor finish within the new checkpoint area and substitute with carpet. Purpose of Work Directive Change: The Owner has decided to eliminate the terrazzo floor within the checkpoint and instead install carpet tiles. The carpet will be of three colors and the pattern will follow the contract design for the terrazzo. This change will provide a credit to the Owner in both cost and time. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated '^Grease(decrease) in Contract Estimated i^.,Grease(decrease) in Contract Time: 9 days. Price: Not to exceed ($65,000.00)credit If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Dep^arlment*proval B _ 9 ,'Date ; «y QJ � Parsons P oject Manager Aviation Director City Ap royal: Aviatioartment Review d: By: Date: ity Clerk By: .',� op4 o e = Datef Z'A i /Assistant Aviation ' ector— Date: Operations & Planning City Manager APPROVED By CITY COUNCIL WORK DIRECTIVE CHANGE No. 006 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS-ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Change area drain to tie into storm drain and eliminate hose bib, trap primer and vent in accordance with Gensler Bulletin Number 2. Purpose of Work Directive Change: The 4"waste line does not exist where indicated in the plumbing drawings and therefore the area drain must be redirected to tie into the adjacent storm drain. To be code compliant, the hose bib and related trap primer and vent must also be eliminated since the drain will not be connected to the waste system. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lumo Sum Estimated increase(decrease) in Contract Estimated ;norease(decrease) in Contract Time: 0 days. Price: Not to exceed ($10.000.00) credit If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Depa en t Approv I— A l <" ,,, / o .-W'f ��K Rafe' By': �I ✓K, ��A c Date: BV: 0 Parson Project Manage Aviation`Director City Ap - val: Aviatior f)Department Rev' vGed: By: Datel e e Oeil7 �7F1 - Y Clerk By: .- a � � Dater ` 6 �p 9 Assistant Aviation hector— B /`' Date: Operations & Planning Zity Manager APPROVED BY CITY COUNCIL WORK DIRECTIVE CHANGE No. 007 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Change layout of electrical convenience outlets within the security checkpoint and revise ceiling heights at various locations in accordance with Gensler Bulletin Number 3. Purpose of Work Directive Change: Bulletin Number 3 was issued as a follow up to a series of Electrical Requests for Information that resulted in the removal and relocation of electrical outlets, revised ceiling heights to accommodate field conditions and other clarifications. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase (decrease)in Contract Time: 0 days. Price: Not to exceed $15,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: / Aviation Department A proval By: z� I �'✓i c Date: /�11 Bybate,. 'Parsons/Project Manager Aviation Director City Approval: Aviation epartment Revievd: By: Date: � � '�" yC rk By: l .2 Date: b 0� Assistant Aviation Director— B : Date:, Operations & Planning L�ity Manager APPROVED BY CIVI COUNCIL J:�.�:'7a^Cv "-. `a a Pau 0 WORK DIRECTIVE CHANGE No. 008 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Install Closure Plate at South Edge of Exterior Seating Area Metal Deck Purpose of Work Directive Change: The Contract Documents contain a conflict between the Structural and Architectural Drawings related to the deck support angle at the south end of the Exterior Seating Area. In order to resolve the conflict, the Contractor is directed to install a closure plate as indicated in RFI 203 and RFI 203-R1. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase(decrease)in Contract Estimated increase (decrease) in Contract Time: 0 days. Price: Not to exceed $1,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Constructiofy Manager Recommendation: Aviation D en� pro, h , tl J I� /`' By: p"37.4 �r, 0'L ) _.., Date: /K, f o By: � Date: Parsons P oject Manager � Aviation Director City Ap yal: Aviation apartment Revi ed: By: Date: g � ty Clerk By. �� �� Date: �-i)(�.Z°"9 Assistant Aviation bi ctor— Date: Q goy Operations & Planning ?APPROVED anager BY CITY COUNCIL WORK DIRECTIVE CHANGE No. 009 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Remove Louvers at Chiller Enclosure Walls Purpose of Work Directive Change: The existing louvers, above the CMU walls enclosing the chillers, require removal in order to extend the wall height for the new construction. The demolition of the existing louvers was not clearly defined in the design documents. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease)in Contract Time: 0 days. Price: Not to exceed $5,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval By: i/; Date: By: = � �R Data: Parsbns P cject Manager Aviation Director City Approval: ,/D Aviati Department e ed: By: Dater, ,15 y Clerkray-<p By. Date: ®�Assistant Aviati n Director— B i _ Date: RICO Operations & Planning Iy Manager APPROVED BY Cni 'COIINCII_ i WORK DIRECTIVE CHANGE No. 010 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Provide Additional Framing and Gypsum Wall Board at Parapets along Column Line CC Purpose of Work Directive Change: Following demolition of the existing building's overhang, it was discovered that the area above the ceiling was a air plenum. This required the end to be enclosed with a afire rated system, which was not anticipated in the original design. Additionally, the stud framing and supports for the parapets on either side of the expansion joint require modification due to constructability issues. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase (deGFease) in Contract Time: 0 days. Price: Not to exceed $20,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Constructi I n Manager Recommendation: Aviation Department Approvl aalll v u r?° G_ ' it.. Date: Datz: By: A' 9 . Parsons(Pr6ect Manager(—) Aviation Director City Approval: Aviation Department R iew d: B . Dater: / �� � ' y Clerk By: LJ� b 4 —9b Dated /AssistantAviati�rector— �b Date: 92 Del Operations & Planning `i�Manager APPROVE) DY CI1Y COUNCIL. %�a�iYn-a✓7i.C�yor/ Cdlr�Y'cr��,�'�fl-�➢rr'S r 4lr WORK DIRECTIVE CHANGE No. 011 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Modify Column and Wall Foundations along Column Line CC Purpose of Work Directive Change: The design documents did not account for the existing building's foundations. During excavation for the new foundations, it was discovered that the existing foundations would interfere with the new work. The Contractor will need to modify the new foundations so as not to disturb the existing foundations. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices u Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease)in Contract Time: 0 days. Price: Not to exceed $16,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval I By: . - iz �d r e Date: h� V �_ By: .__ Date: ar ons rojec Manage Aviation Director City Appr al: Avoatio Department Revie 4: By: Date: T � y � ty Clerk J B f""°a Date:v" Assistant Aviation'Dire tor— B ✓ Date:�o�l yr Operations & Planning j"anager APPROVED BY CITY COUNCIL �_A� �_.'���5� �- •ova WORK DIRECTIVE CHANGE No. 012 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Install Site Storm Drain Purpose of Work Directive Change: The design documents did not account for the tie-in of the new building's roof drains into the Airport's storm drain system. The Contractor will need to extend the existing system to the building and make the connections. if a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease)in Contract Time: 0 days. Price: Not to exceed $35,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval g - By: & t . ,�s'� `J� . Date: 1•31P C' By: p _ Date:fp Par ons ro)ect Manager/ Aviation Director City Approval: Aviation 0epartment Revie ed: By: Date: f7�. 0* ty Clerk By: �, t tl `� Date:d fkj Assistant Aviation Dlpabtor- 1_1�q Date:a Dk Operations & Planning C,it>°i�Manager �� APPROVED BY CRY COUNCIL pppr. rye WORK DIRECTIVE CHANGE No. 013 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Furnish Roll-Down Grill for Checkpoint Entrance Purpose of Work Directive Change: The Door Schedule that was included in the Contract Drawings indicated the Roll-Down Grill as"Existing Door to be removed and reinstalled...". The remark was meant for the sliding doors that are to be relocated. There is not an existing roll-down grill that could be relocated. The design intent was to have the Contractor furnish and install the grill. This change will compensate the Contractor for the cost to provide the grill, with installation already included within the contract documents. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease] in Contract Time: 0 days. Price: Not to exceed $11 000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval i l3 �JL ,, � Date: ��t 6 V3y: .-- - :1 Date: Y 214 Parsons Project Manager7— Aviation Director City Approval: Aviaticr�Department Revie 7 R : Date:!? � Db y ity Clerk By: Date: Assistant Aviation D' ctor- Date:. /��`® Operations & Planning 171ty Manager APPROVED BY Cali"COUNCIL WORK DIRECTIVE CHANGE No. 014 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Work Premium Time to Complete Ledger Angles and Metal Decking for Roofs Purpose of Work Directive Change: This Change would compensate the Contractor for the premium portion of the labor cost, allowing the Contractor to accelerate portions of the work in order to recover time to the project schedule for impacts caused by various changes. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase(decrease) in Contract Estimated increase(decrease) in Contract Time: 2 days. Price: Not to exceed $4,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Constructi n Manager Recommendation: Aviation Department Approval By: a i r2 Jt c Date: l- tl D_� By: 9 ._. Date: Parsons Pi oject Manager(/ Aviation Director City Appiswal, Avian Department Reviewo' By 4Z-- Dater ✓,r ity Clerk By =�� � -�/,..'.✓`. ¢' Date: 'Assistant Aviation Director— Lkl„O Date: :0 Operations & Planning OCity Manager rj APPROVED RYCR COMM L WORK DIRECTIVE CHANGE No. 015 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Install Ledger Angles and Framing at Various Locations to Support Metal Decking Purpose of Work Directive Change: The design drawings failed to adequately detail all of the ledger angles, bearing walls and box beams required to support the roof deck. This Change will provide compensation to the Contractor for the labor and materials required to install the additional supports. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated Iraerease(decrease) in Contract Estimated increase(decrease) in Contract Time: 0 days. Price: Not to exceed $20,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization- Construction Manager Recommendation: Aviation Department Approva-\ By: Date: lalf t �, By: � �'�Date:) arsons grolect Manager Aviation Director City Approval: Aviation epartment Reviewed: B m Date:_I DS + � ity Clerk By: Date:7Z.a s s h Assistant Aviation Dv r— Date: �u Operations & Planning ity Manager APPROVED BY C611'C09ffiICI!. WORK DIRECTIVE CHANGE No. 016 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Install Dens-Deck Roof Board at Parapets Purpose of Work Directive Change: The design drawings indicated various details for the backing boards at the roof parapets. To resolve various constructability issues the Contractor was directed to install Dens-Deck roof boards at all parapets that are covered by the roofing membrane. This change will compensate the Contractor for the difference in material and installation costs between the Dens-Deck and the various systems as indicated in the contract drawings. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated '^,, oFease (decrease) in Contract Estimated increase(decrease)in Contract Time: 0 days. Price: Not to exceed $5,000.00 if the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval By: �' �4, c vu� S.a��r`' Date: /2 f( t By: Date: Parsrons Prolect Manager,' Aviation Director City Approval: Aviation epartment RevieWW: B Sns Date: Z g By: 'C� y Clerk Z �-i � Assistant Aviation Dir6ctor— B : f Date_. Operations & Planning 11,Nty Manager APPROVED BY CITY COMICH WORK DIRECTIVE CHANGE No. 017 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS-ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO, 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Remove Existing Plaster Ceiling at Future Break Room and Fireproof Existing Structure Purpose of Work Directive Change: In order to install the suspended ceiling in this area, the Contractor must remove the existing plaster ceiling. The design drawings did not indicate the existing ceiling to be removed. When the plaster ceiling is removed,the areas fire rating will be affected, necessitating the Fireproofing of the underside of the existing roof structure. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase(decrease) in Contract Estimated increase(decrease) in Contract Time: 0 days. Price: Not to exceed $10,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Constructiop� Manager Recommendation: Aviation Department App[o al i By: ,�.,` , 5 14 Jtit XDate: d l By: � '�`� Date:_R — aJ arsons Project Manager Aviation Director City Approval: Aviation e?artment Reviev ed: By: Date: 11 11 Z5 t A' Clerk By: � 4 a c� ��/ Date: p V Assistant Aviation Director— By. Date:_✓ Operations & Planning ty anager 0T WORK DIRECTIVE CHANGE No. 018 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS-ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO, 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Change Fixture Type 18 per RFI 51 and Gensler Bulletin 06 Purpose of Work Directive Change: The specified type 18 fixture's ballast is not available for the specified compact fixture housing. The type 18 fixture shall be changed from the specified model to model#C2-154T5-6-T3-277 in order to maintain the compact size of the specified fixture and provide improved lighting for the intended application. This work was recommended by the Architect in their Bulletin Number 06. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated inn ease(decrease) in Contract Estimated increase(deerea in Contract Time: 0 days. Price: Not to exceed $3,500.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Deenenro al By: ., ,'� �� 41� �.IB:.�a�� Date: i ���� By: - Dat4 I 'Pars'ons roject Manager Aviation Director City Approval: Aviation epartment Revijewed: By: — Date:CZ,Zf ( ` 4anager By: "), t Date: dIBC .9j,. /Assistant Aviation Did for— By Date: 3 Ls !Z Operations & Planning APPROVED Ui C I COUNCIL Cit '7 5 y os -A5 WORK DIRECTIVE CHANGE No. 019 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Change Stone Veneer from Yosemite Slate Stone to Silver Sesame Veneer Ledger Stone Purpose of Work Directive Change: Change the specified stone veneer from "Yosemite Slate" stone to "Silver Sesame"veneer ledger stone. Modify the surrounding steel angle frame at the feature wall as recommended in Gensler Bulletin Number 04. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated inure: (decrease) in Contract Estimated increase(decrease) in Contract Time: 0 days. Price: Not to exceed ($20,000.00) credit If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation De rtment App va By. T c c I Date: c By: �,� r ` _ � Date: ?=3 ParsonsPProject Mana er Aviation Director a �-J City Approval: Aviation De p rtment Reviewed: By: i ovo_ Date: _?_ r K By: P � Date: P � Clerk Assistant Aviation Di ect r— — By: Date: t 2 S 05 Operations & Planning . APPROVED BY CITY cfl(lf3 j City Man r 5q6+0_5 R of o� ?AtM Sp fi MEMORANDUM t T� TO: Steve Zehr Assistant Aviation Director-Operations & Planning FROM: Cindy Berardi l4j Deputy City Clerk DATE: December 9, 2005 SUBJECT: AMD Construction Group, Inc. A5094 Work Directives 5-19 Attached are your copies of Work Directives 5-19 as well as a set of duplicate originals for the contractor. As usual, we have retained a set of originals for our files. /cab attach. Q V ALM SpRi CITY OF PALM SPRINGS " OFFICE OF THE CITY CLERK k OP.1tE 'V M c�`'F°"`'�P TRANSMITTAL TO: Mayor and Members of the City Council COPY: David H. Ready, City Mana r FROM: James Thompson, City r DATE: December 8, 2005 IRE: AMD Construction Change Order Memo No. 2 WE ARE SENDING YOU THE FOLLOWING: Work Directive Change Nos. 18 and 19 for AMD Construction for City Project No. 2005- 01 for Expand Terminal/Hold rooms. Council Authorized Change Orders NTE $ 139,000.00 Previously Submitted $ 74,109.70 Work Directives No. 18 and 19 (16,500.00) decrease Grand Total $ 57,609.70 Pursuant to City Council direction on May 4, 2005, the Council requested updates as the change orders occur. 5.C. AWARD CONSTRUCTION CONTRACT TO AMD CONSTRUCTION GROUP, INC FOR — EXPAND TERMINAL/HOLDROOMS — ADD CHECKPOINT PROJECT (AIP 3-06-0181-37 AND 38, CITY PROJECT NO. 2005-01: ACTION: 1) Adopt Resolution No. 21259, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING AN AGREEMENT WITH AMD CONSTRUCTION GROUP, INC., IN THE AMOUNT OF $2,780,000 FOR - EXPAND TERMINAL/HOLDROOMS-ADD CHECKPOINT PROJECT AT THE PALM SPRINGS INTERNATIONAL AIRPORT (AIP 3-06-0181-37 AND 38 CITY PROJECT NO. 2005-01), ESTABLISHING THE PROJECT ADMINISTRATOR AND ADMINISTRATION PARAMETERS;" 2) Authorize the City Manager to execute all necessary documents; and 3) Direct the City Manager to update the City Council as change orders occur. A5094. Motion Councilmember Mills, seconded by Councilmember Pougnet and unanimously carried on a roll call vote. Distribution List: Mayor Oden Mayor Pro Tem McCulloch Councilmember Foat Councilmember Pougnet Councilmember Mills WORK DIRECTIVE CHANGE No. 020 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Delete Type 7A Glass Barrier Wall at Security Queue Room 100 and Security Room 300 Purpose of Work Directive Change: The Glass Barrier Wall for the security queue was deemed unnecessary by TSA and the Airport. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated iRGFP;;';P. (decrease) in Contract Estimated increase (decrease) in Contract Time: 0 days. Price: Not to exceed ($5,000.00) credit If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviatio entA�p-ovaall� 2-D By: ze,�e Date: a Z 1rW0.5�y: Dater >84 Parsons rofect Manager Aviation Director Cit ppr val: Aviatio epartment RgViewe By. . "_� ate:_=� ity Clerk By: f2.,)-ee't Date:G4&s•za),j - 0� - �' Assistant Aviation Dir or- /t3y: �- -?� ,�� Date: \ k Operations & Planning / City Manager ' APPROVED BYC!I� COUNCIL � a!a5�c �Vgvovo.t �5f Co Mir I ip� WORK DIRECTIVE CHANGE No. 021 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINALIHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Perform Flow Test of the Existing Fire Sprinkler System Purpose of Work Directive Change: In order to complete his design and receive the Fire Marshall's approval of the fire sprinkler system for the new construction, the Contractor needed flow rate information for the existing system. The necessary information was not available from the Owner or the Water District, necessitating that the Contractor perform tests to determine the flow rate. If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated 'increase(decrease) in Contract Estimated increase(decrease) in Contract Time: 0 days. Price: Not to exceed $1,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: / Aviation Department Approv I B l6 /i ahtt Date J /��r i �By��cci r y: Date: Parsons Fp oject'Manager Aviation Director City ppr val: Aviatio D partment RevieWedn. �y �►�^ '+,�Q4�° Date: _ g / ity Clerk By: 1 ,CIO ✓ 4 Date: ra�E)a-a Assistant Aviation Dire or— y: Date: --Ub Operations & Planning / ,i� City Manager APPROVED BY MCQUNCiL 00 ?lam �.� � a� MEMORANDUM 41 F0 Rc;'1� TO: Steve Zehr Assist. Director of Aviation FROM: (AI, 'ttathie Hart, CMC Chief Deputy City Clerk DATE: January 12, 2006 SUBJECT: AMD - A5094 Work Directive 21)& 21 Attached are two copies each of the above referenced Work Directives for your files and distribution. We have kept the original copy for our records. Please feel free to contact our office if there are any concerns. I'kdh Attachment AMD - A5094 - SUMMARY Work Directive Amount 5 (65,000.00) 6 (10,000.00) 7 15,000.00 8 farthdGe ing 9 5,000.00jj 10 20,000.00 11 16,000.00 1 0 u 0 12 35,000.00 5 ° 0 1T 0 - 13 11,000.00 20 0 0 F. 14 4,000.00 1 6 0 0 0 - 15 20,000.00 > 0 C 0 16 5,000.00 1 1 0 u o 17 10,000.00 4 , 0 0 0 20 000 „ 6�,000.00 5 , 0 00 10 , COI, Plus CO 1 7,109.70 67 0 0 0 7j109.70 ��cof /�5� p ALM Sp '?n CITY OF PALM SPRINGS c OFFICE OF THE CITY CLERK TRANSMITTAL 'TO: Mayor and Members of the City Council COPY: David H. Ready, City Man/a�er,., (FROM: James Thompson, City C�I,_r,'., DATE: December 6, 2005 l RE: AMD Construction Change Order Memo No. 2 WE ARE SENDING YOU THE FOLLOWING: Work Directive Change Nos. 5-17 for AMD Construction for City Project No. 2005-01 for Expand Term in al/Hold rooms. Council Authorized Change Orders NTE $ 139,000.00 Previously Submitted $ 7,109.70 Work Directives No. 5-17 $ 67,000.00 Grand Total $ 74,109.70 Pursuant to City Council direction on May 4, 2005, the Council requested updates as the change orders occur. 5.C. AWARD CONSTRUCTION CONTRACT TO AMD CONSTRUCTION GROUP, INC FOR — EXPAND TERM INALIHOLDROOMS — ADD CHECKPOINT PROJECT (AIP 3-06-0181.37 AND 36, CITY PROJECT NO. 2005.01: ACTION: 1) Adopt Resolution No. 21259, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING AN AGREEMENT WITH AMD CONSTRUCTION GROUP, INC., IN THE AMOUNT OF $2,780,000 FOR - EXPAND TERMINAL/HOLDROOMS-ADD CHECKPOINT PROJECT AT THE PALM SPRINGS INTERNATIONAL AIRPORT (AIP 3-06-0181-37 AND 38 CITY PROJECT NO. 2005-01), ESTABLISHING THE PROJECT ADMINISTRATOR AND ADMINISTRATION PARAMETERS;' 2) Authorize the City Manager to execute all necessary documents; and 3) Direct the City Manager to update the City Council as change orders occur. A5094. Motion Councilmember Mills, seconded by Councilmember Pougnet and unanimously carried on a roll call vote. Distribution List: Mayor Oden Mayor Pro Tern McCulloch Councilmember Foat Councilmember Pougnet Councilmember Mills 4 WORK DIRECTIVE CHANGE No. 004 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Authorize the Contractor to work overtime to complete the grading operation, with the Owner paying for the premium portion of the overtime cost. Purpose of Work Directive Change: The Contractor has submitted a Request for Change due to unknown conditions impacting the grading work. The Request includes time impacts. While the Construction Manager and Engineer are evaluating the Request,the Contractor has been directed to proceed with the work. This Change would further allow the Contractor to accelerate this work in order to mitigate any impacts to the project schedule. Attachments: AMD Letter dated July 27, 2005 Subject: Change Order Request#01 -Grading Changes If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: X Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation Other Neqotiated Lump Sum Estimated increase (decrease) in Contract Estimated increase(decrease)in Contract Time: TBD days. Price: Not to exceed $6,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Constructions Manager Recommendation: Aviation Depart ment Appµroyk)t, y .l vt �/ :) fie, III .rl. y_ 2q `5 ili g^f By: r,i ; y' k/ l). .4 ? M. Date: f B '� Date: - Parsons Prdject Manage Aviation Director City Approval: Aviation epartment Reviewed: Qq Cr -- Dafe: c� GL _ y Clerk ��pp By: " ,�LJI"' vi y� Date: ice,/e F2 F , 77 r Assistant Aviation Director- "� y: f AI Dater GAT/ Operations& Planning City Manager w'i 1-4-` K APPROVED BY CITY COUNCIL Wt ?Wq �4.00 *04 AMU Wnou Jcuon Group CITY OF PALM SPRINGS Security Checkpoint Phase III Corp. CO#2 AGREEMENT#A5094 SECURITY CHECKPOINT PHASE III MO 7784 12-14-05 CHANGE ORDER To: AMD Construction Group, Inc. Date: 14 December 2005 1403 N- Batavia, Suite 101 Project No. CP05-01 Orange, CA 92867 Project Narne: Expansion/Holdroom-Security Checkpoint Phase III-Construction Change Order No. 2 Contract Purchase No. A-5094 Attn: Mr. Ali F. Navi, President Account No. Description of Change: This change order confirms the additional construction work needed for demolition existing hold room and surrounding asphalt and courtyard. (See attached'Exhibit A'for specific additional scope of work description and Exhibit B for unit cost breakout): Summary of Cost/TIme Original Contract Price $2,780,000.00 Total of all Previous Change Orders $ 7,109.70 Total of this Change Order $ 277,794.00 Total Contract Price $3,064,903.70 This Change Order(increases)(dec-reases+Junehangeothe contract time by f25Lworking days. I have received a copy of this Change Order Construction Manager: and the above AGREED PRICES are acceptable 11 �� /' <-^' to the contractor Approval: e -4 toe B J ate: /277� as� arsons Aviation Depart lent Approval:�� By Reviewed By: - i ." f .5 tapt•Aviatiorlpicector �,. . 9 Title: E a( tom" - Approved by: � -` Date:k—I� �'�s Date: Aviation Director City Appro Date: City Clerk Date: 17 e I City Manager Distribution: Original Conformed Copies Conformed - File Copv City Clerk (1) Aviation Director (1) Contractor (1) Procurement& Contracting (1) Finance (1) Attachments: 1. Exhibit A-Scope of Work Parsons (1) 2. Exhibit B-Cost APPROVED BY CITY COUNCIL �a9 1�,t1t la•1�•0� ��� C iGINIAL IkW 1V I J,te,^r(I% ift EXHIBIT A Change Order No. 2—Scope of Work Description of Change: This change order is in conformance with existing contract documents specifically Section 40 of the Contract documents and confirms the additional construction work needed by the owner. (Additional scope of work): A. COMMUTER HOLD ROOM DEMOLITION— Demolish and Dispose of Commuter Hold Room Building (Gates 17A, 17B, 18A, 18B, 19A, 19B)and Adjacent Gate(s) 14, 15A, 15B, 16A, 16B, Areas, Walkways and Landscape complete as shown on the plan or as directed by the engineer including, but not limited to: All structures, roofs, canopies, slabs, sidewalks, walls, glass walls, retaining walls, stairs, ramps, furnishings, systems (HVAC and HVAC controls, water, fire sprinkler, electrical, phones, pay phones, public address, Flight Information Display, Security Access Control, CCTV, airline data), curb and gutters, irrigation, landscaping and trees. Notes: Salvage Items: box(and/or palletize) and deliver to airport maintenance)— 1. Signs—Interior and Exterior(Gates, Directional, Exits and Clock) 2. Lights and Speakers—Ceiling Cans Lights (w/bulbs) and Ceiling Speakers 3. HVAC Registers 4. Door Panic Hardware complete 5. "Microlite" Light Control System components 6. Fire Sprinkler Valve Assembly/Controls 7. Sliding Doors and Frame 8. Palm Trees(all 10' and taller)—Dig out, haul to storage and plant(irrigation by other) a) Provide alternative costs assessment to replace instead of haul and store. Systems: (allowances for system disconnects)— 1. Plumbing (domestic and fire)disconnect and cap, allowance 2. Electrical Power—disconnect and cable, allowance 3. Electrical Low Voltage, Misc. Data, Public Address and Communication—allowance to disconnect and reprogram 4. HVAC—allowance to disconnect and reprogram Siemens system, use airport vendor 5. Fire Sprinkler System—allowance to disconnect and reprogram Simplex System, use airport vendor 6. CCTV, Security Access Control and Flight Information Display Systems—allowance to disconnect, reprogram and salvage equipment, use airport vendor 7. Gate 2(Remote)Microwave Transmitter—relocate from canopy to Generator Bldg, roof, use airport vendor Plans, Specifications and References—The attached plans and specifications and references are a part of this Change Order.The references(plans and specifications marked reference only)shall be used in pricing and work to further clarify the demolition scope of work.All conditions, requirements, plans and specifications of the original contract shall apply. B. ASPHALT CONCRETE PAVEMENT REMOVAL—Demolish and Dispose of Asphalt Concrete Pavement for construction of New Regional Jet Terminal.All work shall be accomplished in accordance with the plans and specifications. P-140 PAVEMENT REMOVAL specification shall apply. C. SCHEDULE—Provide a schedule of events sufficiently detailed to track progress. Submit the initial schedule with Exhibit B for review and agreement.The schedule will reflect a start date NLT 3 January 2006 with completion NLT 31 January 2006. f� 11/20/2005 16:46 9513432010 CENTRAL CITY ENTERPR PAGE 02 PROPOSAL 1578 CENTRAL CITY ENTERPRISES PMe ors Contractors LIMM#�661925 5935 Rickenbacker Acme RIVERSIDE, CALIFoRNIA 92504 ("I)343-2000 FAX (951)30-2010 Q: AMD CONSTRUCTION GROUP 714-771-2924 1Il28/2005 1403 N.BATAVIA 7 L� SUITE 101 PALM SPRINGS INTERNA'noNAL AIRPORT ORANGE CA 92867 COMPUTER HOLDROOM DEMO 34W TAHQU[1Z CANYON WAY � aoa rrbke " .. . 11dis�yfRdlm REVISED 11-28.05 ABOVE JOB BID PER PLANS BY GENSLE ,DATE 63.05,SHEETS AAOI-OOA,L01M SCOPE OF WORK AS FOLLOWS: (CHANGE ORDER 1): L REMOVE EXISTING COMPUTER HOLD ROOM MEASURING APPROXIMATELY 2000 SQ.FT FOOTINGS UP TO 3' THICK 2.REMOVE EXISTING ASPHALT PAVING MEASURING APPROXIMATELY 12.00 SQ.Fr.UP TO I'THICK. 3,REMOVE EXWM4G CANOPY MEASURING APPROXIMATELY 200'X 16'- 4.REMOVE EXISTING CONCRETE WALKWAY MEASURING APPROXIMATELY 200'X IV X UP TO F THICK. 5-DEMOLISH EXISTING COURTYARD PAVING. 6.DEMOLISH EXISTING STEEL AND GLASS GUARD RAIL. MOBILIZPAIION:$7,5W.00INCLUDES(1)MOVE-ON- ASPHALT AND PCC REMOVAL-$5%950.00 STRUCTURE DEMO AND WALKWAY=S 85,0W-M DEMOLISH PALM TREES(17)-$9,5W.00 PRICE=5154,950-00 PRICE IS BASED ON ONE MOVE-ON. e Propose horeby to fumisft mz riW and labor—complete in eccwdance wph the above specifications,form sdm of: �uut'd dollars($ CMfd ), P 10 be made as WOW VERY 30 DAYS PERCENTAGE COMPLETE RETENTION TO BE PAID V 91N 30 DAYS OF CODiMMON OF EMOL1TION. r ma *is"WOW w be as f ddW.AP wak M be DmVeNd H a pr6%Wll t .•. atDOtfFp n M4wd prwbi AM Wwafum IX dpi"M him abore rpamk Mftr¢ d MW imaki�ry eB iedawsls.vrahmm�aiafmtyupmwa *1"e mrimaR e.andbx ar srn �Mpru[ere ONY Fl dti Y�rakx A9 aainerrieras�brg!'rpm SNK aaikrio IX brivN auraanauR SMwto c+ryire.IIXroda.and otle+eW�+y vawaxs.Oir Note:Thls pl'Opp9W may be orlem we lAycmied by wdhdmwn by us if not accepted wfrhin 5 days. ceptance of Proposal--Ti.above pdcai.a�ddcWax and w!smwuc Y Wd am NWby sweped.You are ANh tmd lu 6o ft work 9 of .PaymantWA4sma.Je as oudir2d Wine. Sigtekxe — D EXHIBIT R UNIT PRICE/QUANTITY CHANGE ORDER NO. 2 Central City Item No. Description Quantity UOM Unit Price Amount 1 General Conditions/AMD 1 LS 26,962.00 26,962.00 Structure(s) Demolition -CHR, Gates and Walkways/Asphalt and PCC Removal(Complete) 2 1 LS 154,950.00 154,950.00 3 Site Preparation and Earthwork for Structures and Walkways 1000 CY 20.00 20,000.00 4 Dry Well Removal and Sub grade Reconstruction 1 LS 9,000.00 9,000.00 5 Disconnect Fire Sprinkler System Allowance T&M 5,000.00 5,000.00 6 Disconnect Low Voltage, Misc. Data, Public Address and Communication Allowance T&M 5,000.00 5,00000 7 Disconnect CCTV, SACS and PIDS Allowance T&M 10,000.00 10,000.00 8 Gate 2 Remote Microwave Transmitter relocation Allowance T&M 6,344.00 6,344.00 9 Relocate Palm Trees 15 Ea 2,500.00 33.000.00 COST(Relocating Trees) $270,256 AMD MARK-UP $40,538 Contengency $0 TOTAL CHANGE ORDER COST with tree relocation $310,794 OPTION:TOTAL CHANGE ORDER COST without tree relocation $277,794 Signature: CONTRACT ABSTRACT Contract Company Name: AMD Construction Group Company Contact: Ali Navi Summary of Services: Security Checkpoint Phase III - Construction Contract Price: Change Order#2 - $277,794.00 Funding Source: 415-6600-56062, 415-6400-56062 Contract Term: Increase 25 days Contract Administration Lead Department: Aviation Contract Administrator: Richard Walsh Contract Approvals Council/ Community Redevelopment Agency Approval Date: 12/14/05 Minute Order/ Resolution Number: MO 7784 Agreement No: 5094 Contract Compliance Exhibits: Yes Signatures: Yes Insurance: On file Bonds: On file Contract prepared by: Steve Zehr Submitted on: 12/15/05 By: Janet Buck CITY OF PALM SPRINGS AMD Construction Group Inc: Security Checkpoint Phase III SECURITY CHECKPOINT PHASE III CO 1 AGREEMENT #5094 Res 21259, 5-4-05 CONSTRUCTION CHANGE ORDL._ To: AMD Construction Group Inc. Date: October 24, 2005 1403 N. Batavia, Suite 101 Project No. CP05-01 Orange, CA 92867 Project Name: Security Checkpoint Phase III Change Order No. 01 Contract Purchase No. 5 f&?-? ' Attn: Ali Navi, President Account No. �k Q�,C)94 Description of Change: Work Directive Change No.001,Remove and Dispose of Palm and Citrus Trees.......... ($25,000.00)deduct Work Directive Change No. 002, Contractor's Change Order Request #02, Gensler Bulletin No. 1 - Relocate Feeder Cables for Temporary Holdroom Transformer..........$25,164.97 add Work Directive Change No. 003, Contractor's Change Order Request#03-Resolve Underground Utility Conflicts and Unknown Conditions..........$3,638.34 add Contractor's Change Order Request#04-Slurry to Protect Cogeneration System Piping..........$3,316.39 add AUTHORIZATION FOR CHANGE: Summary of Cost/Time Original Contract Price $2,780,000.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ 7,109.70 Total Contract Price $2,787,109.70 This Change Order(increases)(deGreases)(unchanged)the contract time by 0 working days. I have received a copy of this Change Order Constructio onager: ------ and the above AGREED PRICES are acceptable Approval: ;tom e: �d 7L 7, 5 to the contractor. Parsonss Aviation Depa ent Approval ' y �//may i y: L � Date: % "' B :_ ,> Reviewed B f Assistant Aviatio •Director- O ,---1 & P .nirgg Title: `:7�E .e>i�H./�� �,� 1j _- Approved by: _ Date: Date: viarion Director�" /,. a "e �. ! N ��y✓ aS�,J,/ City Approval: �u/ r `^--7 'S!��� 4 _mate:��� . 0 "�'•_ All 1�111e) ! /'[� �y`�tGv}�d� � ... f CClerkT i Date: ) 2 �v1,✓� �s' f� �Jl��i?<_ r,7 %�'�� Ci Manager P APPROVE® Cl' Ci NCjl Distribution: �eli�i a �� ()��1�,,m� AU•1 n 41Yb^ Original Conformed Copies on ,rmetl Fle Cmp �- ;c AND/OR AGREDAFMT City Clerk (1) Aviation Director (1) Contractor (1) Procurement&Contracting (1) Finance N1 PARSONS 100 West Walnut Street• Pasadena, California 91124• (626) "0-2000• Fax; (626) 440-2630•W W .parsons.com Palm Springs International Airport — Construction Management Services 3400 E.Tahquitz Canyon Way,Suite OFC•Palm Springs,California 92262-6966•(760)318-3902•FAX(760)318-3815 July 27,2005 Serial Letter 012 Via email and hand Mr. Ali Navi AMD Construction Group, Inc. 1403 N. Batavia, Suite 101 Orange, CA 92867 Subject: Certified Copy of Work directive Change 001 Dear Mr.Navi, Attached is a certified copy of Work Directive Change No. 001 to remove and dispose of the palm and citrus trees. A copy of this document was previously provided to you. The Owner has accepted your proposed credits and will issue a Change Order for this work. If you have any questions concerning this issue, please contact me at(760)318-3902. Sincerely, Bill Sorfleet Construction Manager Cc: Parsons PM file L ALM SO, A. City of Palm Springs * Office of the City Clerk * HC�R'ORAiE0,y9 C 3200 G. Tahquitz Canyon Way • Palm Springs, California 92262 �Q' Tel:(760) 323-8204 • Fax:(760) 322-8332 - Web: www.ci.palm-springsxa.us q<I FORN STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS ) I, Kathie Hart, Chief Deputy City Clerk, of the City of Palm Springs, California, do hereby certify that the attached copy of Work Directive Change No. 1, AMD Construction Group Inc, City Project 2005-01/FAA Project No. 3-06-0181-37 and 38 is a true and correct copy that and same has not been amended or altered. DATED this 19th day of July, 2005. 0-6 Kathie Hart, CMC Chief Deputy City Clerk Post Office Box 2743 0 Palm Springs, California 92263-2743 wO WORK DIRECTIVE CHANGE No. 001 PROJECT: CONTRACTOR: AMD Const.Group Inc. EXPAND TERMINAL/HOLDROOMS -ADD DATE OF ISSUA14CE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Remove and dispose of the palm and citrus trees rather than removing and relocating the trees as required by the contract documents. Purpose of Work Directive Change: To expedite the work and provide a cost savings to the Owner, the trees will be removed and disposed of rather than attempting to salvage. The Landscape Architect has agreed that the proffered credit is fair and reasonable for the work involved. Attachments: CM Serial Letter 002 dated June 09, 2005 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract . i Price: Time: U z C ❑ Time and Materials ❑ Contractor's records ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum o Estimated i erea:e(decrease)in Contract Estimated:aGFease(decrease) in Contract Time:u days. P Price:$(25.000.00) If the change involves an increase, the 04, If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation D Approv By: Date: 7 O By: — Dater Parsons FVoject Manage Aviation Director ;City oval:Aviatio Department Re 'eVV ty Cler By' � ssistantAvia n or— J/ Date:G if Operations &Planning ity Manager Reviewed and approved by o Procurement & Contracting 1l� Initials Date = , S� P.O. Number_ PARSONS 100 West Walnut Street- Pasadena, California 91124- (626) 440-2000- Fax: (626)440-2630-www.parsons.com Palm Springs International Airport — Construction Management Services 3400 E.Tahquitz Canyon Way,Suite OFC-Palm Springs,California 92262-6966-(760)318-3800-FAX(760)318-3815 June 9,2005 Serial Letter 002 Via fax and mail Mr.Ali Navi AMD Construction Group,Inc. 1403 N.Batavia, Suite 101 Orange, CA 92867 Subject: Tree Removal Dear Mr.Navi, We have received your email of June 9,2005,subject:La Cresta Tree.pdf,containing your subcontractor's proposal to relocate four trees as identified by the Owner. Due to the cost and time savings proffered,the Owner has decided to dispose of all trees that have been identified for removal. You are hereby directed to proceed with the removal and disposal of the trees. You will be issued a Change Notice for this work. If you have any questions conceming this issue,please contact we at(415)725-1415. Sincerely, `�Bill Sorfleet Construction Manager Cc: file I ', CONSTRUCTION GROUP Commercial a Industrial Governmental June 03, 2005 Ed Howard Parsons Transportation Group 3400 E. Tahquitz Way, Ste. OFC Palm Springs, CA 92262 Re: Palm Springs Airport Expand Terminal/Holdrooms-Add Check Point 3 Dear Ed, We recommend the requirement to relocate the specified trees to be changed to removal and disposal of the trees. This suggestion is based on the following reasons. 1) The relocation without any guarantee/maintenance contract will drastically lower the chances of the trees surviving the move. We think as much as 30% of the trees may not make it thru the heat of this summer. 2) 2nd move to the new location some time down the road may result in more of the trees not making it due to the shock. 3) Out of the ones that do make the first relocation some may not be suitable for new location and therefore would be another cost to maintain them and or dispose of them at that time. 4) We have a budget of $38,000 for this relocation and you will save $25,000 (less $6,000 for cutting and disposal and $7,000 for root removal and disposal). This money can go toward new palm trees the size and type your landscape architect may rather have. 5) This change will save as much as 7 days in the schedule. As you know the completion date is critical to the airport operation at its Dec. peak time. 6) The sight of ailing trees (about to fall over due to wind) on the main road next to the airport is not what anyone wants to look at every day. 1403 N. Batavia, Suite 101 9 Orange, CA 92867 714/771-2924 • Fax 714/771-2972 7) We do not recommend trying to save some and dispose of others. This will not help us much in the schedule nor will the savings be significant (Once we bring a sub the credit will go down substantially), so please consider this as either/ or only. If we don't hear from you by wed 6/8 we will continue as per contract and will give the sub a notice to mobilize. Sincerely, AMD Construction Group, Inc. Ali Navi President Encl. PARSONS 100 West Walnut Street• Pasadena, California 91124 • (626) 440-2000 • Fax:(626) 440-2630•www.parsons.com Palm Springs International Airport — Construction Management Services 3400 E.Tal quitz Canyon Way,Suite OFC•Palm Springs,California 92262-6966-(760)318-3902•FAX(760)318-3815 July 27,2005 Serial Letter 013 Via email and hand Mr- Ali Navi AMD Construction Group, Inc. 1403 N. Batavia, Suite 101 Orange, CA 92867 Subject: Certified Copy of Work directive Change 002 Dear Mr.Navi, Attached is a certified copy of Work Directive Change No. 002 to relocate the feeders for the transformer and high mast light. A copy of this document was previously provided to you. We have received your cost proposal and have accepted the added costs portion of the proposal. We are in the process of reviewing the credits offered and will respond in the near future. If you have any questions concerning this issue, please contact me at(760)318-3902. Sincerely, _l Bill Sorfleet Construction Manager Cc: Parsons PM file I� OF PALS S10 City of Palm Springs V rCi Office of the City Clerk �RROR/AEO 3200 Tahgwrz Canyon Way• palm Springs,California 92262 Cq� Fp P, TEL:(760)323-8204•TDD.(760)864-9527 STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS ) I, Kathie Hart, Chief Deputy City Clerk, of the City of Palm Springs, California, do hereby certify that the attached copy of Work Directive Change No. 2, AMD Construction Group Inc, City Project 2005-01/FAA Project No. 3-06-0181-37 and 38 is a true and correct copy that and same has not been amended or altered. DATED this 19th day of July, 2005. Kathie Hart, CMC Chief Deputy City Clerk Post Office Box 2743 • Palm Springs, California 92263-2743 WORK DIRECTIVE CHANGE No. 002 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINAUHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Retain the holdroom outdoor transformer and the apron high mast light. Relocate the feeders per Bulletin 1. Purpose of Work Directive Change: The outdoor transformer and high mast light were noted for removal, but must remain due to Airport operations. The feeders for these devices interfere with the new building foundation and require relocation. Attachments: CM Serial Letter 005 dated July 06, 2005 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon_will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: X Time and Materials ❑ Contractor's records Q ❑ Unit Prices ❑ Engineer's records c� � 16- ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase(decrease) in Contract °O Estimated increase(decrease)in Contract Time: TBD days. Price:$20,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. 1-v without further authorization. Construction Manager Recommendation: By: Date:?1u-sue Aviation Director By: ° eu Date: arsons PAect Manager City A at: By. Date: 16 ity,Clerk Aviation epartment Rev' ed: ( _ Date:b 1 By: to Date: ✓ tyJ anger _ ssistant Aviatio ctor- Operations & Planning Agreement overlunder 125,000 Aviation Department Approval eviewed and approved by Procurement& Contr acting tetar p�aYocnrz 5;�r vWX40k 4AA Lqs a t 0—tole a uvAevtc2%-:, Initials Date `t t5 trasig. vksoll" haeeL%-A c ULke& w1Lk P.O.Number SiG2�'1 AMD Construction Group, Inc. 1403 N. Batavia, Ste. 101, Orange, CA 92867 (714 )771-2924, ( 714 )771-2972 fax Change Order Request Expand Terminal/Holdrooms -Add Check Point Phase 3 Descriptions: COR#: 02 Work Directive#002 - Bulletin #1 - RFI #25 Date: 8/8/2005 Re-route feader cables for airfield lighting due to unforseen conditions Subcontractor AMD Portion Labor Materials RDM Electric $ 22,373.26 Project schedule was interupted from 07-05-05 to 07-29-05, a total of 25 calendar days. Work days allocated to WD#002 is 15 Superintendent (8 x 15 = 120 hrs) @$51.37/hr 6,164.40 (5 hrs OT) @$68.60/hr 343.00 Field Office (8 x 15 = 120 hrs) @$31.83/hr 3,819.60 (5 hrs OT) @$39.85/hr 199.25 Project Manager (1/3 of 120) @$70/hr 2,800.00 (Remainder of work days(4) allocated to WD#003 Subtotals: 22,373.26 13,326.25 O& P for Subcontracted work @ 10% $ 2,237 O& P for AMD Labor @ 20% $ 2,665 O&P for AMD Materials @ 15% $ - Subtotal: $ 40,602 Elond @ 1% $ 406 Insurance @ 1.2% $ 487 (Total Change Order Request: $ 41,008 [,dditional Calendar Days: Estimated 25 Qualifications: AMD has performed the work deligently based on work order issued. In return, we expect the same in processing the change order and payment time. Should this proposal not be accepted within next 5 days, AMD reserves the right to withdraw this proposal and proceed to collect additional expenses such as Extended Home Office overhead, loss of bonding capacity, loss of potential earnings, costs to reschedule subcontractors, and other related delay impact costs. Change Order Request 8/9/2005 111/12/2005 09:34 9095911599 RDM ELECTRIC CO, INC PAGE 01 back up COR #02 RDH' Up Na 539194 Tr4ti� Gm, lac. 13901 Mo9n050 AWM9.CM0 CA 9177 0-7030.I9091591-Mm•F=(9091 591-1 699 Monday,Xuly 11,2005 Ali Navi AMD Construction Group,Inc. Re: RUM Change Order#1 Ralletin#1 Palm Springs International Airport This change order proposal is based on revised sheets E02.02,and E00.02 dated 7.1-05. Credit We are providing a credit for the demolition of the 1 SOKVA xfur,the SODA 3P CB,pull boxes,and conduit that will be removed when the hold rooms come ouL We am also giving a_credit for rclocatin$(1)power]land hole,and extending 3"PVC wt(4)03SO and (1)#2 to panel DP-1. C it Rxtr We are providing an extra for the re-routing of conduits,and cable as necessary.This includes:Running 3"PVC wt(4)#350 and(1)#2 from the existing 150 KVA xfmr to a new 24x36xl2"Nema 3R Box.We we also running an 1 '/ PVC wt(4)#6 from an existing hand]tole to the sam weathaproof box.(The extra site work for these conduits is included.)From there we are continuing the 3"conduit and conductors above the ceiling to new panel.DP-i.From the weatherproof pull box we are intercepting an existing 6'"conduit.We will run(4)9350 rncm.,(1)#2,and(4)#6 in the existing conduit and install a new 24x36x12"Nema 1 box as shown.From,there we will install(1)3" EMT and(1)1 y"EMT with conductors to the locations required in the electrical room, We will then remove the existing cable,conduit,and pull box that is shown to be damolished. Extra Amoant............ _$34.668.18 Total Change Order#1,lmyn�riv $22373.26 Uh want will requirre 7days ojier&ccVtanee. Itespectfidly, V'r,/�� Anthony Gerdes Chief Estimator?Project Manager . _ w.64 9095911599 RDM ELECTRIC Co. INC PAGE 02 WAGE RATE WORK SHEET PROJECT: Palm Spring Airport JOB NUMBER: 05-30 COMPANY: RDM Efectric Co.Ine. 13901 Magnolia Avenue Chino,Ca 91710 ,i,`•xr,L� H. tl �iat3S� `c;+W+,rk�+ „�,»�^ rT g ,,.� k. r sad x,....Tx*, BASE RATE 32,58 UNION DUES(If applicable) TOTAL/HR RATE _ —32.58 FRINGES: HEALTH&WELFARE 0.00 PENSION 11.04 VACATIONIHOLIDAY 0•00 TRAINING 0•60 INDUSTRY FUND(If applicable) 0.00 COOPERATION COMMITTEE(If applicable) 0-00 TRAVEL 0.00 SUBSISTENCE 0.00 MISC.(Describe if applicable) TOTAL FRINGES 11.64 TAXES: 2.02 FICA @§.?0% Medicare @ 1.45% 2G3.0 SOi @ 6.20% ' ETT @.10% 0.03 FUt @�% 028 SUI @ 6.20% 2.02 TOTALTAXES 6.83 INSURANCE-AUTO/EPVTHEFT@5.b % 1.79 VACATION(BURDEN)@ 1 98% 0.65 HEALTH(BURDEN)@ 198% 0,55 TRAVEL(BURDEN)@ 16.6 % 5.05 TOOLS(BURDEN)@ 3.7% 1.19 TELECOM(BURDEN)@ 2A6 % 0-85 TOTAL TAXES,INSURANCE&BURDEN TOTAL HOURLY CASy f 61.22 07/12/2005 09:34 9095911599 RDM ELECTRIC CO. INC PAGE 03 0 /1L1i45__1$;F9 EM Elect s CO Inc -1 .r+o Itus'. Palm Wnp Aigvrt a g Cnda ,9unmy Totals Only(AII1 Material *a-04W $ -3,813.14 Quote $ 0.00 Sales Talc (7.'M $ _295.52 Total Material $ -4,108.66 labor Dirnct 04.61 hags A$61.22) $ -4,567.62 Non-Praduativo $ 0,00 Direct Job Expenses $ -1,Op.01 Subcontracts $ 0.00 Job Subtotal (Prins Oust) $ -9,719.29 Overhead (1%) $ -1,457,90 Profit (IM $ -1,117.73 Jab Total $ -12,294.92 Material to labor ratio: 0.47 Cost per square foot $ O.OD Sol ling price per square foot $ O.OD 1�C11ro5 15:59 Jch Exper U (AlD pag�J 1k�Lip}J,an Total Site Mork Credit $ -985.38 Truck Truck $ -57.63 Total $ -1,043.01 07/12/2005 09:34 9055911599 RDM ELECTRIC CO. INC PACE 04 07l11mZ-01 ItfALi lectric Co. Irc pa?e 1 pldq�pM�,_Alroort COP aEl Credit EXiEIlSidi BY I�ILISr in scrioti� m � 0tv Price U Ext, F"ritt lshor U FJ(t_(Bd9L 01 kaommy, Ftgs, &Boxes- 159 3' lockout 2.00 217.89 c -5,56 0.00 E -0.16 823 r field Knockout (labor only) -1.00 O.OD E 0.00 0.76 E -0.76 -01 Raceira)1, ftgs, &Buts Total --- -5.56 -0.92 -02 wire&Cable -- 27912 TOM CO Stranded Mire -250.OU 896.78 H 221.75 12.00 H -3.00 280 OSO O M dt Stranded Mire -1,00O.OU 3,46.33 H -3,456.33 32.40 H -32-4D 02 Mire&Cable Total 3,678.06 -35.4D --06 Und WmffKVSitn - 119 31 PYC Conduit -50.00 183.28 C -91,64 3.90 C -1.95 206 31 M Hale Adaptor -2.00 234.31 C -4.69 0.13 E -0.26 212 3' M Coupling -1.00 190.49 C -1.90 0.13 E -0.13 213 31 PVC Elbow -2.00 722.40 C -14 45 0,60 E -1.20 227 PVC Glue (fluent) -1100 890.18 C -8.90 0.00 E 0.00 236 3'x3' Base Spacer -6.25 126.65 C -7,92 MOD C -0.75 --06 Underground/Site Total 129.50 -4129 --07 Hisc -- 692&nave Existing 15O&YA Yfwr -1,00 O.00 E 0.00 6.00 E -6.00 692 Rtanx Existing MM 3P C8 -1.OD 0.00 E O,OD 2.00 E -2.00 693 kwve Existing PB and Conduits -2.00 0.00 E 0.00 8.00 E -16.00 693&nave&Re-iostalt tole -1.00 OA E 0.00 10.00 E -10.OD -07 Hisc Total - 0.00 34.00 job Total -3,813.14 74,61 07/12/2005 09:34 9095911599 RDM ELECTRIC CO. INC PAGE eS lY7/11A15 fuse MdM Elodri&Cb Inc. �1A8 NAVE• Pale So um Ajq mr_t COL tLjxt %Nmq Totals Only (All) Material Nan-Quoted $ toxin Quoted $ 0A Sales Tax (7.7% $ 815A Total Material $ 11,337.47 tabor Aired (181.30 ban Q$61.22) $ 1i,099.19 NarRrodactire $ 857X2 Direct Job Expwies $ 1,5%.OD subcootracts $ 2,514.00 Job Subtotal (Prima Lost) $ 27,405.68 Dftrhead 05%) $ 4,110.85 Profit (1m) $ 3,151.65 Jab Total $ 34,668,18 Material to labor ratio: 0.51 Cost per square foot $ 0.00 Selling price per square foot $ 0.00 !?7Llld1S 15;53 Mal lrJixe 1. { loll eagrA D=riotion Hares eke F or Extension J06 Access/Mobilisation 10.00 $ 44.04 39.00% $ 612,16 AsbwIts 4.09 $ 44.04 39.00% $ 244.86 Total $ 837.02 Dt�GC im Totem( Truck Charge $ 218.00 Material Handling $ 110.00 Owrete Encasement $ 1,270.00 Total $ 1,598.00 ODU/11515.1 ca tsSAlll Ws j('�rLQn Total Gmerete Pure $ 340.00 t)port Soils $ 700.0D etdhoe work $ 1,474,OD Total $ 2,514.00 07/12/2005 09:34 9095911599 RDM ELECTRIC CO. INC PAGE 06 OZ(l.LdO5.15M RMLELectric Co &n Pelt'$Ptilp�a A_i�yirJ COR #1 Extra EUDISIOV BV PM 1SeA1 Or cription Olv Price U Ext Prict�abnLU-Ext_abof_ 01 Raceway, Ftgs, &Boxes -- 100 1-1/21 EK 40.00 391.43 C 146.57 3.60 C 1.44 100 31 EH1 110.00 884.36 C 972.80 6.00 C 6.60 105 1-1/2" GKC 10.00 564.29 C 56,43 5.10 C 0.51 105 31 GRC 10.00 1,6M.08 C 160.81 9.90 C 0." 134 1-1/2" EHT Elbow 3.00 1,132.91 C 33.99 0.36 E 1.08 134 31 ENT Elbow 6.00 6,040,90 C 362.46 0.72 E 4.32 150 1-1/21 Comp Steel Insul Throat Cann 2-00 11164.81 C 23.30 0.32 E 0-64 150 31 Coop Steel Instil Throat Cam 4-00 5,995.51 C 239.82 0.60E 2.40 158 1-101 Compression Steel Cplg 7,00 975.55 C 68.29 0-21 E 2.17 158 31 Compression Steel Cplg 17.00 4,349.71 C 739.45 0.48 E 8.16 159 1-1/21 todmt 6.00 58A C 3.50 0.02 E 0.12 159 31 Locknut 8,00 277.89 C 22.24 0.00 f 0.61 160 1-1/21 Plastic Bushing 2.00 50.27 C 1.01 0-02 E 0.04 160 31 Plastic Bushing 2.00 219.51 C 4.39 0.06 E 0.12 176 1-1/2" Cut &Thread 1.00 O.00 E 0.00 0.35 E 0.35 177 3" Cut & Thread 1.00 0.00 E o.Go 0.90 E 0.90 177 61 Cut &thread 1.00 0.00 E 0.00 1.68 E 1.68 233 1-1/21 Urristrut Strop 6.25 143.36 C 8.96 9.60 C 0.60 234 3" Unistrut Strap 15.00 528.14 C 79.22 12.00 C 1.80 Z5 3/81 Hex Mat 80.00 17.39 C 13.91 0.24 C 0.19 255 Flange Beau Clap for 3/81 Thrd Rod 20.00 66.70 C 12-34 12,00 C 2.40 823 1-1/2" Field Knocked (labor only) 3.00 0.00 f 0.00 0.61 E 1.83 823 31 Field Knockout (labor only) 5.00 0.00 E 0.00 0.76 E 3.80 SU 61 Field Knockout (labor only) 2A0 0.00 E 0.00 0.94 E 1.88 01 Racexey, Fbp, &Boxes Total 2,%0.49 44.66 --02 Mire&Cable --- 279 #6 TWIN CU Stramkd Wire 1.000.00 388.09 H 388.10 8.40 N 8.40 279 #2 TWW CU Stranded Wire 335.00 941.28 N 315.33 12.00 N 4.02 280 035M TW#1 CU Straxled Wire 1,340.00 3,667.94 H 4,915.05 32.40 M 43.42 --02 Wire&Cable Total 5,618.48 55.84 --- 06 Undergromd/Site - 119 1-1/2" PYC Conduit 100.00 73.31 C 73.31 2.70 C 2.70 119 31 PVC Cauluit 130.00 183.28 C 238.26 3.90 C 5.07 206 1-1/21 PVC Male Adaptor 2,00 65.44 C 1.31 0.10 E 0.20 206 31 PYC Hale Adaptor 4.00 234.31 C 9.37 0.13 E 0.52 211 1-1/2" PVC Coupling 4.00 50.24 C 2.01 0.07 E 0.28 212 3" PVC Coupling 6.00 190.49 C 11,43 0.11 E 0.66 213 1-1/21 PVC Elbow 4.00 171.00 C 6.84 0.30 E 1.20 213 31 PVC Elbow 6.00 722.40 C 43.34 0.60 E 3.60 227 PVC Glue (Ouart) 1.00 W-18 C 8.90 0.00 E 0.00 Z36 2141 Base Spacer 12.50 114.17 C 14.27 12.00 C 1.50 236 310 Base Spacer 16.25 126.65 C 20.58 12.00 C 1.95 ---06 &&-rgrourd/Si to Total - 429.62 17.68 -- 07 Misc --- 255 3/81 All Thread 80.00 86.05 C 68.84 7.55 C 6.04 664 Unistrut (Beep) 16,00 40.98 C 74.56 12.00 C 1.92 10 Out 12 Gauge F-5/84-5/8 Channel (la 12-00 0.00 E 0,00 0.18 E 2.16 693 Remove Existing Disconnect Switch LOU 0.00 E 0.00 2.40 E 2.40 693 #350 WN Splices 4.00 34.70 E 130-80 1.UB E 4.32 07/12/2005 09:34 9095911599 RDM ELECTRIC CO. INC PAGE 07 07/it/OS 15•S3 RON.E1Nct�rLc_Co,10�:. pagy._2 LaaJn:yt1'�tgs�lalP�t-G9B ►1 Ezra EX)E115191I�Yg1A5£ lxenwp4sgliption _....... �' Prin�t_Ext_PCit�(3bsLU�atnr 693 02 Splices 1.00 13.74 E 13.74 0.72 E 0.72 693 06 Splices 4,00 Em E 23.28 0.30 C 1.20 693 61 GRC 10.00 4,875.00 C 487.50 24.00 C 2.40 693 61 2-flole Straps 2.00 8.5D E 17A 24.00 C 0.48 693 Remove Existing Pull Boot 1.00 0,00 £ 0.00 2.40 E 2.40 694 Remove Existing#350 NCH 54-M 0.00 E 0.00 16.20 N 8.42 694 Remove Existing#2 130.00 0.00 E 0.00 6.00 N 0,78 694 Remove Existing #6 400A O.OU E 0.00 4.7A H IAB 694 Compaction I.OD O.OD E 0.00 7,20 E 7.20 694 Survey EMMW Conduits IA 0.00 E U-00 12.00 E 12,00 832 20=121 Screw Cover Pull Box- Neva 1.00 340.20 E 340.70 3.30 E 3.39 846 i TZ021 Precast Pul[box I.OU 57.25 E 57.25 2.40 E 2,40 846 24x36x121 Screw Cover Pull Box- Om 1.00 290,25 E 290.25 3.30 E 3,30 -- 07 Nisc Total -- 1,513.42 63.12 Job Total 10,522,U1 181.30 PARSONS 100 West Walnut Street• Pasadena, California 91124 • (626)440-2000• Fax:(626) 440-2630•www.parsons.com Palm Springs International Airport — Construction Management Services 3400 E.Tahquitz Canyon Way,Suite OFC•Palm Springs,California 92262-6966•(760)318-3902•FAX(760)318-3815 July 21,2005 Serial Letter 007 Via email and hand Mr.Ali Navi AMD Construction Group,Inc. 1403 N.Batavia, Suite 101 Orange,CA 92867 Subject: Work Directive Change No.003 Dear Mr.Navi, Attached is a certified copy of Work Directive Change No.003 to resolve underground utility conflicts and other unknown conditions. We understand that the exploration for underground conflicts has been completed and that you are in the process of revising your RFIs to reflect the current conditions of the various utilities. There are a few utilities that must be preserved and protected during the construction and these have been noted in the field. Although these utilities do not appear to interfere with the building foundation and we will confirm this with the Structural Engineer. If you are aware of any conflicts please advise us immediately,along with any recommendation you may have for resolving the conflict. Please continue with the contract work and provide us with your detailed three week look-ahead schedule. Please submit your proposal of costs for the work that you performed under this directive so that we can issue a Change Order. If you have any questions concerning this issue,please contact me at(760)318-3902. Sincerely, Bill Sorfleet Construction Manager Cc: Parsons PM file O�pALMgAQ City of Palm Springs * * Office of the City Clerk 1 * eO•ro.,.�'• * 3200 E.Tahquirz Canyon Way • Palm Springs,California 92262 Tel:(760)323-8204 • Fax: (760)322-8332 • Web:www.ci.palm-springs.ca.us <rFOBN STATE OF CALIFORNIA ) COUNTY OF RIVERSIDE ) ss. CITY OF PALM SPRINGS ) I, Kathie Hart, Chief Deputy City Clerk, of the City of Palm Springs, California, do hereby certify that the attached copy of Work Directive Change No. 3, AMD Construction Group Inc, City Project 2005-01/FAA Project No. 3-06-0181-37 and 38 is a true and correct copy that and same has not been amended or altered. DATED this 19th day of July, 2005. �L � Kathie Hart, CMC Chief Deputy City Clerk Post Office Box 2743 • Palm Springs, California 92263-2743 (714)985.9374 P•1 D_ Slama Company, INC., 17098 Las Angeles Street, Yorba Linda, CA 92886 u�. s51287 Gommem w Concrete Phone: 714.985.1909 r ,/y�, Fax: 714.985.9374 1 © 4 : 1 � Crs GtG1' �'� grorx� elk) S oelA) AS . o 0, $W CONSTRUCTION AMOGROUP INC. Commercial • Industrial • Governmental August 9, 2005 Ed Howard Parsons Transportation Group 3400 E. Tahquitz Way, Ste. OFC Palm Springs, CA 92262 Re: Palm Springs Airport Expand Terminal/Holdrooms -Add Check Point 3 Dear Ed, Please find enclosed change order request 02 based on Work Directive #002 and change order request 03 based on Work Directive #003 for your use. We request that Contract Change Orders be issued immediately so that we may proceed to bill for the work. The work for these change order requests was completed in July and it will create a financial hardship for AMD if we are not paid in a timely manner. In addition, timely processing of change orders will insure AMD's willingness to perform future change order work. Sincerely, AMD Construction Group, Inc. 4� Ali Novi President Encl. 1403 N. Batavia, Suite 101 • Orange, CA 92867 714/771-2924 • Fax 7141771-2972 AMD Construction Group, Inc. 1403 N. Batavia, Ste. 101, Orange, CA 92867 ( 714 )771-2924, (714) 771-2972 fax Change Order Request Expand Terminal/Holdrooms -Add Check Point Phase 3 Descriptions: CDR#: 03 Date: 8/8/2005 Work Directive#003 Resolve underground utility conflicts and other Subcontractor AMD unknown conditions Portion Labor Materials _ $ Carniello 3,236.00 The work is estimated to have taken 4 working days. _ Superintendent (8 x 4 = 32 hrs) @ $51.37/hr 1,643.84 _ Field Office (8 x 4= 32 hrs) @ $31.83/hr 1,018.56 _ Laborer (8 x 4 = 32 hrs) Q$47.01 /hr 1,504.32 Project Manager (1/3 of 32) @ $70!hr 770.00 Subtotals: 3,236.00 4,936.72 O & P for Subcontracted work @ 10% $ 324 O & P for AMD Labor @ 20% $ 987 O & P for AMD Materials @ 15% $ - Subtotal: $ 9,484 Bond @ 1% $ 95 Insurance @ 1.2% $ 114 Total Change Order Request: $ 9,579 Additional Calendar Days: Included in COR#03 (WD#002) 4 Qualifications: AMD has performed the work deligently based on work order issued. In return, we expect the same in processing the change order and payment time. Should this proposal not be accepted within next 5 days, AMD reserves the right to withdraw this proposal and proceed to collect additional expenses such as Extended Home Office overhead, loss of bonding capacity, loss of potential earnings, costs to reschedule subcontractors, and other related delay impact costs. Change Order Request 8/9/2005 Aug 08 05 02: 30P CARNIELLO ENTERPRISES 8009492819 P. 1 back up COR#03 Carnilello Enterprises Invoke P. O. BOX 1728 DATE INVOICE4€ Upland, CA 91785 (909)981-2728 Fax(909)949.2819 07262005 8227 BILL TO SNIP TO AMD Construction Group,Inc. South End Airport 1403 N.Batavia 4101 Palm Springs,CA Ormia,CA 92867 Prevailing wage P.O.NO, JOB NO. DATE TICKET* QUANTITY ITEM/DESCRIPTI. . RATE AMOUNT 07/18/2005 9540 2 Travel 1Z5.00 250.00 8 Backhoe 114.00 912.00 07/19/2005 9533 8 Backhoe 114.00 912.00 07/202005 9541 8 Backhoe 114,00 912.00 2 Travel 125.00 250.00 Total $3,236.00 Aceormts wilh a balance over 30 days will be assessed a service charge of 3°/a permonfk annual rate of 36%plus collodion costs. Payments/Credits $0.00 Balance Due S3,236.00 AMOCONSTRUCTION GROUP INC. Commercial Industrial Governmental RECEIVED September 23, 2005 SEP 27 DEPT OF AVIA?ION Ed Howard Parsons Transportation Group 3400 E. Tahquitz Way, Ste. OFC Palm Springs, CA 92262 Re: Palm Springs Airport Expand Terminal/Holdrooms— Add Check Point 3 Subject: Change Order #04 Dear Ed, Please find enclosed change order request 04 regarding slurry over Co-Gen lines at 2 locations. Sincerely, AMD Co s ucti Grou , Inc. Ali Navi President Encl. 1403 N. Batavia, Suite 101 Orange, CA 92867 7141771-2924 Fax 71 417 7 1-297 2 r AMD Construction Group, Inc. 1403 N. Batavia,Ste. 101,Orange, CA 928E (714)771-2924, (714)771-2972 fi Change Order Request Expand Terminal/Holdrooms -Add Check Point Phase 3 COR #: 4 Date: 9/23/2005 Subcontractor AMD Description: Slurry over Co-Gen lines at two location Portion Labor Materials Slama Co. (See Attached) 2,950.00 'AMD field cost (See comment below) Subtotals: 2,950.00 - O & F'for Subcontracted work @ 10% $ 295.00 O & F'for AMD Labor @ 20% $ - 0 & F'for AMD Materials @ 15% $ - Subtotal: $ 3,245.00 Bond @ 1% $ 32.45 Insurance @ 1.2% 38.94 Total $ 3,316.39 `Per discussions with Parsons, all AMD field supervision and cost as well as time extensions to be determined as a whole at the end of the project. Change Order Request 9/23/2005 Q?PAM Sp CITY OF PALM SPRINGS OFFICE OF THE CITY CLERK k k c Ro,tEO nn cg41polt �P* TRANSMITTAL TO: Mayor and Members of the City Council COPY: David H. Ready, City Manager FROM: James Thompson, City CI'erl(_ DATE: November 30, 2005 C l y RE: AMD Construction Change Orders WE ARE SENDING YOU THE FOLLOWING: Change Order No. 1 for AMD Construction for City Project No. 2005-01 for Expand Terminal/Hold rooms. Council Authorized Change Orders NTE $ 139,000.00 Change Order No. 1 $ 7,109.70 Pursuant to City Council direction on May 4, 2005, the Council requested updates as the change orders occur. 5.C. AWARD CONSTRUCTION CONTRACT TO AMD CONSTRUCTION GROUP, INC FOR — EXPAND TERMINAL/HOLDROOMS — ADD CHECKPOINT PROJECT (AIP 3-06-0181-37 AND 38, CITY PROJECT NO. 2005-01: Richard Walsh, Director of Aviation, provided background information as outlined in the staff report dated May 5, 2005. The City Council requested the City Manager update the City Council as change orders occur. ACTION: 1) Adopt Resolution No. 21259, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING AN AGREEMENT WITH AMD CONSTRUCTION GROUP, INC., IN THE AMOUNT OF $2,780,000 FOR - EXPAND TERM INAL/HOLDROOMS-ADD CHECKPOINT PROJECT AT THE PALM SPRINGS INTERNATIONAL AIRPORT (AIP 3-06-0181-37 AND 38 CITY PROJECT NO. 2005-01), ESTABLISHING THE PROJECT ADMINISTRATOR AND ADMINISTRATION PARAMETERS;" 2) Authorize the City Manager to execute all necessary documents; and 3) Direct the City Manager to update the City Council as change orders occur. A5094. Motion Councilmember Mills, seconded by Councilmember Pougnet and unanimously carried on a roll call vote. Distribution List: Mayor Oden Mayor Pro Tern McCulloch Councilmember Foat Councilmember Pougnet Councilmember Mills Q?PAM Sp CITY OF PALM SPRINGS OFFICE OF THE CITY CLERK k k c Ro,tEO nn cg41polt �P* TRANSMITTAL TO: Mayor and Members of the City Council COPY: David H. Ready, City Manager FROM: James Thompson, City CI'erl(_ DATE: November 30, 2005 C l y RE: AMD Construction Change Orders WE ARE SENDING YOU THE FOLLOWING: Change Order No. 1 for AMD Construction for City Project No. 2005-01 for Expand Terminal/Hold rooms. Council Authorized Change Orders NTE $ 139,000.00 Change Order No. 1 $ 7,109.70 Pursuant to City Council direction on May 4, 2005, the Council requested updates as the change orders occur. 5.C. AWARD CONSTRUCTION CONTRACT TO AMD CONSTRUCTION GROUP, INC FOR — EXPAND TERMINAL/HOLDROOMS — ADD CHECKPOINT PROJECT (AIP 3-06-0181-37 AND 38, CITY PROJECT NO. 2005-01: Richard Walsh, Director of Aviation, provided background information as outlined in the staff report dated May 5, 2005. The City Council requested the City Manager update the City Council as change orders occur. ACTION: 1) Adopt Resolution No. 21259, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING AN AGREEMENT WITH AMD CONSTRUCTION GROUP, INC., IN THE AMOUNT OF $2,780,000 FOR - EXPAND TERM INAL/HOLDROOMS-ADD CHECKPOINT PROJECT AT THE PALM SPRINGS INTERNATIONAL AIRPORT (AIP 3-06-0181-37 AND 38 CITY PROJECT NO. 2005-01), ESTABLISHING THE PROJECT ADMINISTRATOR AND ADMINISTRATION PARAMETERS;" 2) Authorize the City Manager to execute all necessary documents; and 3) Direct the City Manager to update the City Council as change orders occur. A5094. Motion Councilmember Mills, seconded by Councilmember Pougnet and unanimously carried on a roll call vote. Distribution List: Mayor Oden Mayor Pro Tern McCulloch Councilmember Foat Councilmember Pougnet Councilmember Mills CONTRACT ABSTRACT Contract Company Name: AMD Construction Group Company Contact: Ali Navi Summary of Services: Security Checkpoint Phase III - Construction Contract Price: Change Order#1 - $7,109.70 Funding Source: 415-6600-56062 Contract Term: No change Contract Administration Lead Department: Aviation Contract Administrator: Richard Walsh Contract Approvals Council/ Community Redevelopment Agency Approval Date: 5/4/05 (includes approval for CO's up to 5%) Minute Order/ Resolution Number: R21259 Agreement No: 5094 Contract Compliance Exhibits: Yes Signatures: Yes Insurance: On file Bonds: On file Contract prepared by: Steve Zehr Submitted on: 11/23/05 By: Janet Buck \3 1 ' u 3 - CONTRACT ABSTRACT Contract Company Name: AMD Construction Group Company Contact: Ali Navi Summary of Services: Security Checkpoint Phase III - Construction Contract Price: Change Order#1 - $7,109.70 Funding Source: 415-6600-56062 Contract Term: No change Contract Administration Lead Department: Aviation Contract Administrator: Richard Walsh Contract Approvals Council/ Community Redevelopment Agency Approval Date: 5/4/05 (includes approval for CO's up to 5%) Minute Order/ Resolution Number: R21259 Agreement No: 5094 Contract Compliance Exhibits: Yes Signatures: Yes Insurance: On file Bonds: On file Contract prepared by: Steve Zehr Submitted on: 11/23/05 By: Janet Buck \3 1 ' u 3 - r WORK DIRECTIVE CHANGE No. 001 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINALIHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO, 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Remove and dispose of the palm and citrus trees rather than removing and relocating the trees as required by the contract documents. Purpose of Work Directive Change: To expedite the work and provide a cost savings to the Owner, the trees will be removed and disposed of rather than attempting to salvage. The Landscape Architect has agreed that the proffered credit is fair and reasonable for the work involved. Attachments: CM Serial Letter 002 dated June 09, 2005 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract -a Price: Time: S,J ❑ Time and Materials El Contractor's records ❑ Unit Prices ❑ Engineer's records k ❑ Cost plus fixed fee X Other Negotiation rn X Other Negotiated Lump Sum p- Estimated ^^n ease(decrease) in Contract Estimated+nc-rease(decrease) in Contract Time: L7)days. Liz Price: $(25 000.00) If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without t' estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval' By: Date: ? a By: Date:LLfl Parsons roject Manage Aviation Director City oval: y/ Aviatior♦yDepartment Reviewed: lBy. �++� f�f D'atea ��' 66 P � ity Clem Lg? << tl" By: _ 4i e�tfieanrQ n. b ��, 6 d 6 AssistantAwa$on I or- �.-� B u + Date:,_ 65 Operations & Planning ?j°E ty Manager Reviewed and approved by Procurement & Contracting Inidals=:j7 Datejk4g P.O. Number��a�a L 11 PARSONS 100 West Walnut Street•Pasadena, California 91124• (626) 440-2000 • Fax: (626)440-2630•www.parsons.com Palm Springs International Airport — Construction Management Services 3400 E.Tahquitz Canyon Way,Suite OFC•Palm Springs,California 92262-6966•(760)318-3800•FAX(760)318-3815 June 9,2005 Serial Letter 002 Via fax and mail Mr.Ali Navi AMD Construction Group,Inc. 1403 N.Batavia, Suite 101 Orange, CA 92867 Subject: Tree Removal Dear Mr.Navi, We have received your email of June 9,2005,subject:La Cresta Tree.pdf, containing your subcontractor's proposal to relocate four trees as identified by the Owner. Due to the cost and time savings proffered,the Owner has decided to dispose of all trees that have been identified for removal. You are hereby directed to proceed with the removal and disposal of the trees. You will be issued a Change Notice for this work. If you have any questions concerning this issue,please contact me at(415)725-1415. Sincerely, E QQQ j k Bill Sorfleet Construction Manager Cc: file i] AMAGGCONSTRUCTION —O Commercial * industrial * Governmental June 03, 2005 Ed Howard Parsons Transportation Group 3400 E. Tahquitz Way, Ste. OFC Palm Springs, CA 92262 Re: Palm Springs Airport Expand Terminal/Holdrooms -Add Check Point 3 Dear Ed, We recommend the requirement to relocate the specified trees to be changed to removal and disposal of the trees. This suggestion is based on the following reasons. 1) The relocation without any guarantee/maintenance contract will drastically lower the chances of the trees surviving the move. We think as much as 30% of the trees may not make it thru the heat of this summer. 2) 2nd move to the new location some time down the road may result in more of the trees not making it due to the shock. 3) Out of the ones that do make the first relocation some may not be suitable for new location and therefore would be another cost to maintain them and or dispose of them at that time. 4) We have a budget of $38,000 for this relocation and you will save $25,000 (less $6,000 for cutting and disposal and $7,000 for root removal and disposal). This money can go toward new palm trees the size and type your landscape architect may rather have. 5) This change will save as much as 7 days in the schedule. As you know the completion date is critical to the airport operation at its Dec. peak time. 6) The sight of ailing trees (about to fall over due to wind) on the main road next to the airport is not what anyone wants to look at every day. 1403 N. Batavia, Suite 101 • Orange, CA 92867 714/771-2924 • Fax 714/771-2972 7) We do not recommend trying to save some and dispose of others. This will not help us much in the schedule nor will the savings be significant (Once we bring a sub the credit will go down substantially), so please consider this as either/ or only. If we don't hear from you by wed 6/8 we will continue as per contract and will give the sub a notice to mobilize. Sincerely, AMD Construction Group, Inc. 41y Ali Navi President Encl. WORK DIRECTIVE CHANGE No. 002 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERMINALIHOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Retain the holdroom outdoor transformer and the apron high mast light. Relocate the feeders per Bulletin 1. Purpose of Work Directive Change: The outdoor transformer and high mast light were noted for removal, but must remain due to Airport operations. The feeders for these devices interfere with the new building foundation and require relocation. Attachments: CM Serial Letter 005 dated July 06, 2005 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: X Time and Materials ❑ Contractor's records ?a ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation X Other Negotiated Lump Sum Estimated increase (decrease) in Contract a' Estimated increase(decrease) in Contract Time: TBD days. c Price: $20,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without az c. estimated amount is not to be exceeded further authorization. without further authorization. g , ~'Construction Manager Recommendation: Date: Aviation Director By: 2 uJeu Date: _/[¢�(1$� arsons P ject Manager // City Appro al: gy, psx Date: 'i it45 ity Clem Aviation epartment Reviewed: %a X _ Date: By: 4� n� >�"� $ Date:09� pity onager Assistant AviatiorkDir6ctor— Operations & Planning Agreement over/under $25,090 Aviation Department Approval `'Reviewed and approved by � d Procurement & Contracting �' .TV' t�F6 1.!L °lajyr ,vq.o_elecV G�h`_aca� ew e� -ti.w.c e w�' a# _✓y `T• is o �,Y. £¢�L rat (LdiW�VI Initials Date P.O. Number "`.�G4 Z--21 _ PARSONS 100 West Walnut Street• Pasadena, California 91124• (626)440-2000• Fax: (626) 440-2630•www.parsons.com Paltn Springs International Airport — Construction Management Services 3400 E.Tahquitz Canyon Way,Suite OFC•Palm Springs,California 92262-6966•(760)318-3902•FAX(760)318-3815 July 6,2005 Serial Letter 005 Via email and hand lvk.Ali Navi AMD Construction Group,Inc. 11403 N.Batavia, Suite 101 Orange, CA 92867 Subject: Bulletin 01 Dear Mr.Navi, Due to the location of the feeder cables for both the holdroom transformer and the apron high mast lights and in response to RrI 25,the Engineer has issued Bulletin 01. The Bulletin covers the reroute of the conduits and conductors away firm the new construction and also affects the installation of the feeder to the new distribution panel,DP-1. Please submit your proposal for this additional work in accordance with Specification Section 01250. You are further directed to proceed with this work and track all costs on a Time and Material basis pending approval of your proposal and issuance of a Change Order. Work Directive Change No. 002 is being issued for this work. If you have any questions concerning this issue,please contact me at(760)318-3902. Sincerely, Bill Sorfleet Construction Manager Cc: Parsons PM file Comment ID11.,the nutlehn founts Gensler / usedtomodifyconstnmtio.documents Bulletin Number 1 a1111;dor guaranteed maxwmum pncc (OMP)IL does butpeogetheconn ect project Date sum or schedule,babnay function as an PSIA-Expand Terminal/Holdrooms Add 07.01.05 Estnnala Request,Notice of0laratcatla➢ Checkpoint Phase 3(Part 1) or Field Order Wits.are no..usury or sched➢Io changes Project Location Architect's Project Palm Springs,CA 1ioi°ar 05.0201.019 0,gon client in. xhie is page Palm Springs Airport 6BL 1 of To Attention Parsons Bill Sortleet Aaaree6 3400 E.Tahquitz Canyon Way,Ste.OFC City State Ste Palm Springs CA Code 92262 Delivered via. ❑ Messenger ® ..ad ❑ Facsamnle carried ❑ Express ❑ Picic-up ❑ C-maul Address ❑ Mall ❑ UPS ❑ Rebsite Address This D 11.1in conveys to Conev-aetor(ca-,nun el 11m to n., n.rc ❑ Architect's Authorization for Minor Changes A1cnlecl mcommontic InallAcnllonn 1.I1a Wmk n..."In,Id— El Architect's Clarification / Supplemental Instructvons lua Ili-ecl1w,Imm rn nlnco.1 Mlnrncry suyyknrcvrul gslruononr lonnl onmuml Whall,nm Ilro Wmk In occmtlnnco-1 IFo lollowmp oupplomonml mmmn.,,o ❑ Archite Ct's Confrrnla tion of a Pveld Order rue Ilrle eullolrn Imp.In pin n.1 n Frele oc, I nnl nIM—1 ma A.11,1-1 vcrnol InaW moue I.Ilhm,11 1.n m,_ n IIA, , a nn—Ian Wow Nmo Tlo An—In—.M1 l-m an—1,-Imp.ro Po 1.11 np tome ➢n Ot,,v(v),vlonrmWivn sj—11n,cvnlnmmmnµ)0 c 11.1 n.I..ruary i-.1 m nccoNonro rrun II,.cn,ro aocumonlc, ..Ih.,l ON,,n canlmcl an.-11,rim. ❑ Architect's Request for Contractor s Proposal (ua. I1h,eulmnn Imm I,nb=.vl im&—v"o LI eam.cuhmll. I.tl pr.pocvl or 0,n9.n In Ik.CeI r oc l ... rm tar T .Inr m i-u v rr mi....mr r rrn en 6u mll Iffin leg. Im"14.ImIng 1..141.11 of Ik.tlal..n WhUl you amapme rmmil,u Y.r go—Il Tlrm a nm o c oli onll.r n cola n ci,nnt,srn rv—er a rnmolmn 1,pmmnd wW In. Wmk tl.—IIi In 11,pmpmotl mobnnallona ® Other se a—m.tl Wl.w Attachments Electrical Drawings E00.02 and E02 02(Dated,July 1,2005-Bulletin 1) Requested by o Issued by Gensler by Hector Ayala. gagnaa issued by Culner by Date Signed ❑ 1a,w a, Pboro m onotl c .n.l.r Accepted by Bill SOrtlect Data Contractor by signed ❑ P.p.uoQ IW—m .11,el e.o 1.G.nger ❑ AI en,,nd nistrihution Bill Sorfleet(Parsons),Gensler,file Prepared by Gensler ➢ate Signed by Hector Ayala 07.01.05 instruction / Description / References / Dates This Bulletin is being issued by the Electrical Engineer(Levine Seegel)in response to RFI#25 generated by the General Contractor(AMD). It involves re-routing of feeder cables for the airfield lighling due to unforeseen field conditions. ,...m.w.n,mnn...1.e. ntl.n, s„r11,nm,rm„ ,rmmm aumn 1,1 nsasa 'mweFowEn ecr'�te KEYNOTES s Palm Springs Intemationa]Auport L - - -- - - -- -- - J _" ��LEVINE/ =SEECEL � I 0 rrrrri ---Trrrrr v r�ii -wp.,r1-_ .wnarIr_ -a w,. rIr -•Ir. ai-..--er --,er" a n --------------------------- - SHEET NOTES - - -"___-_"-___________L_____________________________ _ _____________________________ _ _ _ _ _ ____________ � SINGLE LINE DIAGRAM - SECURITY AREA �ZppppIiU =� ll - _ 1 KEY PLAN i%Pmin�c"x°suni sx"ra1°"u s vawr 1 , _ w� _s - E00.02 WORK DIRECTIVE CHANGE No. 003 PROJECT: CONTRACTOR: AMD Const. Group Inc. EXPAND TERM INAL/HOLDROOMS -ADD DATE OF ISSUANCE: CHECK POINT PHASE 3 CITY'S PROJECT NO. 2005-01 PALMS SPRINGS INTERNATIONAL AIRPORT FAA PROJECT NO. 3-06-0181-37, -38 You are directed to proceed promptly with the following change(s): Description: Resolve underground utility conflicts and other unknown conditions. Purpose of Work Directive Change: Uncover and remove or relocate all unknown utilities encountered during demolition and excavation for the building foundations. Attachments: CM Serial Letter 006 dated July 11, 2005 If a claim is made that the above change(s) have affected Contract Price or Contract Time, any claim for a Change Order based thereon will involve one of the following methods of determining the effect of the change(s): Method of determining change in Contract Method of determining change in Contract Price: Time: X Time and Materials ❑ Contractor's records �» ❑ Unit Prices ❑ Engineer's records ❑ Cost plus fixed fee X Other Negotiation ❑ Other Negotiated Lump Sum oEstimated increase (decrease) in Contract Estimated increase (deereasa)in Contract Time: TBD days. Price: $15,000.00 If the change involves an increase, the If the change involves an increase, the estimated time is not to be exceeded without estimated amount is not to be exceeded further authorization. without further authorization. Construction Manager Recommendation: Aviation Department Approval,� By: 1 Date: 't f��iBy: >�=? �� a, � Date: arsons P oject Manager Aviation Director City Appro I: 9 AviationgDepartment Reviet20d: By: az*n�+e— `( — Date: "� f a 94`1 A-reement erhiiider $ OAff it Clerk.: b By: J(� ���c� a9 Date:f i1 eaA &N ' r ector— Reviewed �'xA Dater, Procureimenip& ont�aC t g f Tanager p Ynitiais � Date ��� P.O. Nuimber PARSONS 100 West Walnut Street• Pasadena, California 91124• (626) 440-2000 • Fax: (626) 440-2630•www.parsons.com Palm Springs International Airport — Construction Management Services 3400 E.Tahquitz Canyon Way,Suite OPC•Palm Springs,Cahfomia 92262-6966•(760)318-3902•FAX(760)318-3815 July 11,2005 Serial Letter 006 Via email and hand Mr.Ali Navi AMD Construction Group,Inc. 1403 N.Batavia, Suite 101 Orange, CA 92867 Subject: Underground Utility Conflicts Dear Mr.Navi, We have received your Requests for Information numbered 32 through 46 related to various utilities and concrete foundations uncovered during the demolition phase. The RFIs, as written, have insufficient information to allow the Architect to respond and therefore it would be best to handle each item on a case by case basis in the field. In most instances, direction has already been provided for the resolution of the conflict. In other cases additional information has been requested from your forces,such as fully uncovering the utility to determine its source and/or verifying its location relative to the new foundation. As I have instructed before, you are to proceed with the work to remove and/or relocate these utilities. Please submit your proposal for this additional work in accordance with Specification Section 01250. You are further directed to proceed with this work and track all costs on a Time and Material basis pending approval of your proposal and issuance of a Change Order. Work Directive Change No. 003 is being issued for this work. If you have any questions concerning this issue, please contact me at(760)318-3902. Sincerely, Q Bill Sorfleet Construction Manager Cc: Parsons PM file It AMD Construction Group, Inc. Expand Terminal Holdrooms-Add Checkpoint AGREEMENT #5094 R_es 21259, 5-4-05 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FAA AIP PROJECT NO. 3-06-0181-37, -38 CITY PROJECT NO. 2005-01 EXPAND TERMINAL/HOLDROOMS -ADD CHECK POINT PHASE 3 THIS AGREEMENT, made and entered into this 5`s day of May, 2005, by and between the City of Palm Springs, California,Party of the First Part,and AMD Construction Group,Inc., Contractor,Party of the Second Part. WITNESSETH: Article 1. For and in consideration of the payments and agreements hereinafter mentioned,to be made and performed by the said Party of the Fast Part, and under the conditions expressed in the bonds bearing even date to these presents and hereunto annexed, said Party of the Second Part agrees with said party of the First Part, at his or her own proper cost and expense, to do all the work and furnish all materials, except such as are mentioned in the specifications to be furnished by said Party of the First Part, necessary to complete in good workmanlike and sub- stantial manner all of the work for: Improvements to Pahn Springs International Airport, FAA AIP Project No. 3- 06-0181-37, -38, City Project No. 2005-01, in accordance with the drawings, proposal, description of work, and special provisions therefor, and also in accordance with the technical specifications for this project, at the first pub- lication of the Invitation for Bids,and all other codes and ordinances referred to and thereby made a part hereof. The limits and location of said work to be done is shown upon the City of Palm Springs Drawings entitled Improvements to Palm Springs International Airport, FAA AIP Project No. 3-06-0181-37, -38, City Project No. 2005-01,consisting of numbered sheets which said sheets are hereby made a part of this Agreement. Article 2. Said Party of the Second Part is responsible for furnishing all said materials and labor,furnishing and removing all plants, temporary work or structures, tools and equipment, and doing all the work contemplated and embraced in this Agreement; also, for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expense incurred by or in consequence of the suspension or discontinuance of work except such as, in the said specifications, are expressly stipulated to be borne by the City, and for well and faithfully completing the work and whole thereof, in the manner shown and described in the said drawings and specifications and in accordance with the requirements of the Engineer. The City shall pay and the Contractor shall receive in full compensation therefor,the prices for the several items named in the bidding sheet of the proposal. Article 3. The said,Party of the First Part hereby promises and agrees with the said Contractor to employ and does hereby employ the said Contractor to provide the materials and do the work according to the terms and conditions herein contained and referred to for the unit prices bid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; mid the said Parties for themselves, their heirs, executors, administrators, successors and assigns,do hereby agree to the full performance of the covenants herein contained. Article 4. A. Contract Documents: The Contract Documents consist of. Notice Inviting Bids, Instructions to Bidders and the Federal Supplementary Instructions; the prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations; Federal Wage Rates of the U.S. Dept. of Labor; the accepted Bid Schedule, the Schedule of Values or cost-loaded CPM schedule on lump-sum projects, Equipment or Material Proposed(when required);Bidder's General Information;Bid Security or Bid Bond; Affirmative Action, Minority Business Enterprise, and Equal Employment Opportunity Certificates; this Agreement; Worker's Compensation Certificate; Performance Bond; Payment Bond; Statement of DBE/WBE Participation; Certificate of Non-Segregated Facilities; Notice of Award; Notice to Proceed; cl0 V-1 ;FNDAj,, ,,..,�_LEMEdw DBE/WBE Participation; Certificate of Non-Segregated Facilities; Notice of Award; Notice to Proceed; Notice of Completion; General Conditions of the Contract; Supplementary General Conditions of the Contract; Technical Specifications; Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover Sheet of the Drawings; inclusive; and all Change Orders and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. B. Order of Precedence of Contract Documents: 1. In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents,the order of precedence shall be as follows: a. Change Orders or Work Directive Changes b. Agreement c. Federal Requirements d. Addenda C. Contractor's Bid(Bid Forms) f. Supplementary General Conditions g. Notice Inviting Bids h. Instructions to Bidders i. General Conditions of the Contract j. Technical Specifications k. Referenced Standard Specifications 1. Contract Drawings in. Referenced Standard Drawings. 2. With reference to the Drawings the order of precedence shall be as follows: a. Figures govern over scaled dimensions b. Detail drawings govern over general drawings C. Addenda or Change Order drawings govern over Contract Drawings d. Contract Drawings govern over standard drawings e. Contract Drawings govern over shop drawings Article 5. Contract Clauses and Requirements for Construction Contracts. A. General and Labor Clauses for All Construction Contracts and Subcontracts. 1. Airport Improvement Program Project. The work in this contract is included in Airport Improvement Program Project No. 3-06-0181-37, -38 which is being undertaken and accomplished by the Sponsor in accordance with the terns and conditions of a grant agreement between the Sponsor and the United States under the Airport and Airway Safely, Capacity,Noise Improvement, and Intermodal Transportation Act of 1992, as amended, pursuant to which the United States has agreed to pay a certain percentage of the costs of the project that are determined to be allowable project costs under the Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof,or the United States,by the contract,makes the United States a party to this contract. 2. Consent to Assignment. The Contractor shall obtain the prior written consent of the Sponsor to any proposed assignment of any interest in or part of this contract. 3. Convict Labor. No convict labor shall be employed under this contract. 4. Veterans' Preference. In the employment of labor (except in executive, administrative, and supervisory positions),preference shall be given to qualified individuals who have served in the military service of the United States [as defined in Section 101 (1) of the Soldiers' and Sailors' V-2 Civil Relief Act of 1940, as amended, 50 App. U.S.C. 511 (1)] and have been honorably discharged from the service,except that preference may be given only where that labor is available locally and the individual is qualified to perform the work to which the employment relates. 5. Withholding, Sponsor from Contractor. Whether or not payments or advances to the Sponsor are withheld or suspended by the FAA, the Sponsor may withhold or cause to be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of wages required by this contract. 6. Nonpayment of Wages. If the Contractor or any subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the Sponsor may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment or advance of funds until the violations cease. 7. FAA Inspection and Review. The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. 8. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs 1, 3, 4, 5, 6, and 7 of this section and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into,together with a clause requiring this insertion in any further subcontracts that may in turn be made. 9. Contract Termination. A breach of paragraphs 6,7 and/or 8 may be grounds for termination of the contract. B. Miscellaneous Clause Requirements for All Construction Contracts and Subcontracts Unless Otherwise Indicated. During the performance of this contract,the Contractor, for itself, its assignees and successors in interest(hereinafter referred to as the"Contractor")agrees as follows: I. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation (Title 49, Code of Federal Regulations, Part 21), as they may be amended from time to time, (hereinafter referred to as the Regulations), which are incorporated by reference and made a part of this contract. 2. Nondiscrimination. The Contractor,with regard to the work performed by it during the contract, shall not discriminate on the grounds of race,sex,age,color,or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race,sex,age,color,or national origin. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directive issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the Sponsor or the FAA to be pertinent to ascertain compliance with such Regulations, orders and instructions. V-3 Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the Sponsor or the FAA as appropriate,and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the nondiscrimination provisions of this contract,the Sponsor shall impose such contract sanctions as it or the FAA may determine to be appropriate,including,but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies,and/or b. Cancellation,termination or suspension of the contract,in whole or in part. 6. Incorporation of Provisions. The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the regulations or directives issued pursuant thereto. The Contractor shall take action with respect to any subcontract or procurement as the Sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the Sponsor to enter into such litigation to protect the interests of the Sponsor and,in addition,the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 7. Breach of Contract Terms - Sanctions. Contracts/Subcontracts shall contain such contractual provisions or conditions which will allow for administrative, contractual or legal remedies in instances where Contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. A sample clause is: "Any violation or breach of the terms of this contract on the part of the Contractor/Subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement." The terms and conditions of paragraph 80-09 of the General Provisions of these Contract Documents are hereby made a part of this agreement as fully as if set out at length herein. 8. Contract Termination. (For contracts in excess of$10,000.) This contract may be terminated by the Sponsor for default or any other conditions or circumstances beyond the control of the Contractor. Termination conditions, the manner by which it will be effected and the basis for settlement are as follows: "In the event that the Sponsor is prohibited from completing the project because of conditions or circumstances beyond the control of either the Sponsor or the Contractor such as, but not limited to, an Executive Order of the President with respect to the prosecution of war or in the interest of national defense or an order of any State or Federal Court permanently prohibiting the construction of the project,the Sponsor,acting by and through its Airport Manager,may terminate the Contract or portion thereof by giving at least ten (10) days written notice thereof to the Contractor. When the Contract,or any portion thereof, is terminated before completion of all items of work in the Contract,payment will be made for the actual number of units or items of work completed at the Contract price. On items or units which are only partially completed,payment will be made in proportion to the completed work as determined by the Engineer in his sole and absolute discretion,bears to the total bid price. Acceptable materials,obtained or ordered in the work at the time of such termination, shall at the option of the Sponsor be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at the point of delivery. V-4 The intent of this provision is to provide a method of equitable settlement with the Contractor in the event of termination of the Contract because of conditions or circumstances beyond the control of either party. Loss of anticipated profits shall not be considered. It is also the intent of this provision that a settlement for the work performed shall not relieve the Contractor or his surety from responsibility for defective work and/or materials on the completed portion of the work,nor for labor and materials as expressed in the surety bond or bonds. The Airport Manager or his authorized representatives shall be given full access to all books,correspondence and papers of the Contractor relating to this Contract in order to determine the amounts to be paid on account of the termination of the Contract." 9. Riahts to Inventions - Materials. (For contracts or agreements involving imported products, processes,methods, etc.) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the recipient of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the Sponsor. C. Access to Documents,Records,Etc. 1. For All Cost Reimbursement Tvne of Contracts. The Contractor shall maintain an acceptable cost accounting system. The Sponsor, the Administrator of the FAA and the Comptroller General of the United States, or an authorized representative of either, shall be allowed access to the Contractor's records which are pertinent to the contract for the purpose of accounting and audit. The Contractor shall maintain all required records for three years after the Sponsor makes final payment and all other ending matters are closed. 2. For All Nerrotiated Contracts in Excess of$10,000. The Contractor shall maintain an acceptable cost accounting system. The Sponsor, the FAA,the Comptroller General of the United States, or any of their duly authorized representatives, shall be allowed access to any books, documents,papers and records of the Contractor which are directly pertinent to an AIP project(s) for the purpose of making audit, examination, excerpts and transcriptions. The Contractor shall maintain all required records for three years after the Sponsor makes final payment and all other pending matters are closed. D. Labor Contract Clauses for All Construction Contracts and Subcontracts in Excess of$2,000. 1. Minimum Wanes. a. All laborers and mechanics employed or working on the site of the work will be paid unconditionally and not less often than once a week,and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits(or cash equivalent thereof)due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section(b)(2)of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics,subject to the provisions of paragraph(1)(iv)of this section;also,regular contributions made or costs incurred for more than a weekly period. (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually V-5 performed,without regard to skill,except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time sent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under(1)(ii)of this section and the Davis-Bacon poster(WH-1321)shall be posted all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. b. The contracting officer shall require that any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations;and (2) The classification is utilized in the area by the construction industry;and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. c. If the Contractor and the laborers and mechanics to be employed in the classification(if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division,Employment Standards Administration,U.S.Department of Labor,Washington,D.C.20210. The Administrator,or an authorized representative,will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). d. In the event the Contractor, the laborers or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate),the contracting officer shall refer the questions,including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator,or an authorized representative,will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). e. The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(c) or (d) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. f. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. V-6 g. If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program,provided that the Secretary of Labor has found,upon the written request of the Contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set as in a separate account assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). 2. Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withliold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same Prime Contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same Prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor, the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, Sponsor, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payroll and Basic Records. a. Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker,his or her correct classification, hourly rates of wages paid(including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof as described in I(b)(2)(B) of the Davis- Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of labor has found under 29 CFR 5.5(a)(1)(iv)that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section I(b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the cotmnitment to provide such benefits is enforceable, that the plan or program is financially responsible,and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB Control Numbers 1215-0140 and 1215-0017). b. The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, Sponsor, or owner, as the case maybe, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph (3)(a) above. This information may be submitted in any form desired. Optional Forum WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005-00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The Prime Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of the Management and Budget under OMB Control Number 1215-0149). V-7 C. Each payroll submitted shall be accompanied by a"Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(a) above and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. d. The weekly submission of a properly executed certification set forth of the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance"required by paragraph(3)(c)(2)of this section. e. The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. The Contractor or subcontractor shall make the records required under paragraph(3)(a) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, Sponsor, applicant or owner,take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. a. Apnrenfices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training,or with a State Apprenticeship Agency recognized by the Bureau,of if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency(where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid V-8 not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits, in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed unfil an acceptable program is approved. b. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than fill fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program,the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. C. Equal Employment Opportunitv. The utilization of apprentices,trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246,as amended,and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3,which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through(10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. V-9 The Prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all contract clauses in 29 CFR Part 5.5. 7. Contract Termination:Debarment. A breach of the contract clauses in paragraph(1)through(10) of this section and paragraphs (1) through (5) of the next section below may be grounds for termination of the contract,and for the debarment as a contractor and subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts I and 5 are herein incorporated by reference in this contract. 9. Disputes Concernina Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor,or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act of 29 CFR 5.12(a)(1). _ (it)No part of this contract shall be subcontracted to any person or firm ineligible for award of a Govermment contract by virtue of section 3(a)of the Davis-Bacon Act of 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. E. Contract Work Hours and Safetv Standards 1. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty homy in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all homy worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Waves;Liquidated Damages. In the event of any violation of the clause set forth in paragraph 1 above, the Contractor or any subcontractor responsible therefor shall be liable for the unpaid wages. In addition,such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of$10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any other V-10 Federal contract with the same prime Contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Prime Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The Prime Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4. 5. Working Conditions. No Contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards(29 CFlt Part 1926)issued by the Department of Labor. F. Equal Employment Opportunity Clause For All Construction Contracts and Subcontracts Exceeding 10000. During the performance of this Contract, the Contractor agrees as follows, except any contracts/subcontracts (or certifications preliminary thereto) with a state or local government or any agency,instrumentality or subdivision of such governments which does not participate in work on or under the Contract or subcontract. 1. The Contractor will not discriminate against any employee or applicant for employment because of race,color,religion, sex,age, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color religion, sex or national origin. Such action shall include, but not be limited to the following: employment, upgrading, demotion, or transfer; recruitment or recruit- ment advertising; layoff or termination;rates of pay or other forms of compensation; and selection for training including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will,in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race,color,religion,sex,age,or national origin. 3. The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or worker's representatives of the Contractors' commitments under this section,and shall post copies of the notice in conspicuous places available to employees and applicants for employment. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provision of this nondiscrimination clause. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, as amended,and of the rules,regulations and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965,as amended,and by rules,regulations and others of the Secretary of Labor,or pursuant, thereto, and will permit access to his books, records and accounts by the FAA and the V-11 Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be canceled, terminated or suspended in whole or in part and the Contractor may be declared ineligible for further Government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965,as amended,or by rule,regulation or order of the Secretary of Labor,or as otherwise provided by Law. 7. The Contractor will include the portion of the sentence immediately preceding paragraph 1 and the provisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules,regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended, so that such provisions will be binding upon each subcontractor of Vendor. The Contractor will take such action with respect to any subcontract or purchase order, enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with litigation with a subcontractor or Vendor as a result of such direction by the FAA the Contractor may request the United States to enter into such litigation with a subcontractor or Vendor as a result of such direction by the FAA the Contractor may request the United States to enter into such litigation to protect the interests of the United States. G. Disadvantaged Business Enterprises(DBE) 1. Contractor Responsibilities: The Contractor shall agree to the below stated Department of Transportation Policy and Disadvantaged Business Enterprises Obligation and further agree to insert the following clauses a,b,and c in any subcontracts. a. Policy. It is the policy of Palm Springs International Airport to ensure that DBEs, as defined in 49 CFR Part 26,have an equal opportunity to receive and participate in DOT- assisted contracts.It is also our policy: 1. To ensure nondiscrimination in the award and administration of DOT-FAA-AIP assisted contracts: 2. To create a level playing field on which DBEs can compete fairly for DOT-FAA- AIP assisted contracts: 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBEs; 5. To help remove barriers to the participation of DBEs in DOT-FAA-AIP assisted contracts;and 6. To assist the development of firms that can compete successfully in the market place outside the DBE Program. b. DBE Obligation. The contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. c. Compliance. Failure by the Contractor to carry out these requirements is a material breach of this contract,which may result in the termination of this contract or such other remedy as lire recipient deems appropriate. V-12 2. Documentation. The Contractor shall keep such records as are necessary to show compliance with the Sponsor's DBE Program and,on the request of the Sponsor, shall make such records available for review by the Sponsor and the FAA. H. Clean Air and Water Pollution Control Requirements for All Construction Contracts and Subcontracts Exceedina$100,000. Contractors and Subcontractors agree: 1. That any facility to be used in the performance of the contract or to benefit from the contract is not listed on the Environmental Protection Agency(EPA)list of Violating Facilities. 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended,42 U.S.C. 1857 or seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq.relating to inspection,monitoring, entry,reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder. 3. That as a condition for award of a contract they will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities. 4. To include or cause to be included in say contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. I. Bonding Clauses for Construction Contracts and Subcontracts. 1. The Contractor agrees to furnish a performance bond for 100 percent of the contract price. This bond is one that is executed in connection with a contract to secure fulfillment of all the Contractor's obligation under such contract. 2. The Contractor agrees to furnish a payment bond for 100 percent of the contract price. This bond is one that is executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the Contract. J. Buy American-Steel and Manufactured Products for Construction Contracts(San 1991) 1. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United Slates when funds are expended pursuant to a grant issued under the Airport Improvement Program. The following terms apply: a. Steel and manufactured products. As used in this clause, steel and manufactured products include(1)steel produced in the United States or(2)a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs(b)(1)or(2)shall be treated as domestic. b. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. c. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. V-13 2. The successful bidder will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract,except those a. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality. b. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest;or C. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. Article 6. The Contractor agrees to accept as his full and only compensation for the performance of all the work required under this Contract such sum or sums of money as may be proper in accordance with the price or prices set forth in the Contractor's Proposal attached hereto and made a part hereof covering all of the items. Article 7. To the extent allowed by law,the Contractor agrees to indemnify, defend and hold harmless the Sponsor,from any and all claims and damages to property and injury to persons which may arise both of and during operations under this Contract, whether such operations be by the Contractor or by any subcontractor or anyone directly or indirectly employed by the Contractor or any other employee or person employed or engaged on or about, of in connection with,the construction. Article S. Venue and jurisdiction of any action will only be brought in the Indio Superior Court,Riverside County,California. Attorney Fees, Costs,and Expenses of Litigation. In the event of a breach of this agreement,the breaching party shall pay to the non-breaching party all reasonable Attorney fees,cost and other expenses,incurred by the non- breaching party enforcing its rights as a result of said breach. Article 9. If any claim of lien or stop notice or any other demand for payment or security therefor, including claims or demands upon performance and payment of bond sureties for the Contract,is made or filed with the City or against the project with respect to this Contract by any person claiming under or through Contractor, including any Subcontractor or material supplier,or if at any time there shall be evidence of any claim of lien, stop notice or other demand for which,if established,the City or the project might become liable,then the City shall have the right to retain from any payment then due or thereafter to become due under the Contract or to be immediately reimbursed by Contractor for an amount sufficient to(i)satisfy,discharge and defend against any such claim of lien or stop notice or other demand,or any action or proceeding thereof which may be brought to judgment or award; (ii) make good any such non-payment, non-performance, damage, failure or default; and(iii) compensate the City for and indemnify it against any loss, liability, damage, cost and expense (including attorneys' and consultants' fees) which may be sustained or incurred in connection therewith. Should Contractor,any Subcontractor,or other person or any of them,make,record or file or maintain any action on or respecting a claim of mechanics'lien,a stop notice, equitable lien, payment or performance bond or lis pendens relating to the work, the Contractor shall immediately and at its own expense, secure, furnish and record appropriate statutory release bonds of bonding companies acceptable to the City which will extinguish or expunge said claim,stop notice or lis pendens and Contractor hereby agrees to indemnify,protect, defend and hold the City harmless from any such claim, mechanics' lien, stop notice, equitable lien,payment or performance bond or lis pendens. Article 10. Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended,or if delivered at or sent by registered or certified mail,postage prepaid,to the last business address known to the giver of the Notice. V-14 Article 11. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment,no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The total estimated cost for AIP Project No. 3-06-0181-37, -38 and City Project No.2005-01, thereof to be two million seven hundred eighty thousand dollars($2,780,000.00). Signature Page Follows V-15 -IN-WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRINGS a municipal corporation B} City Clerk ,,^^ City Manager ROVEp _ 1'TO FORM: APPROVED BY CITY COUNCIL By: City'Aftomey CONTRA,TOR: Check one: —Individual —Partnership Ycorporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board,President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. 7 By: C �� 3c' ✓Ls C:c�-t. Signature notarized) Signature(notarized) Name: � '.�-z•%C o''7 ,1 Y/' Name: AV, A41171i�� Title: Title: i State of Gi,t C%C 3 6 IPR State of County of Ors V`�S�-B-1 C:�- County of N?1_WJ C7 rC ot pC� -� On�+1"fv7�1,S before me,[ t°�Cdl7!'�c,JP$Va`.� Onr"�d� '.1-rybefore me,�'�SE2d11?E JAt/`� 11�D¢.r'1'Ai2-`� 01L30r-- eoc_:.�'r'Fj d't�L3Lf=- personally appeared_�rl iw V-z- i4. NAwd personally appeared O 9 A , HA Vt persmralt*lmown=Eo-fete-{arvproved to me on or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(b whose nameO Wave subscribed personO whose name(is/qm subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/shoMmy executed the same to me that he/sbP/.. '+executed the same in his/horJiheir authorized capacity("),and in his/hod.their authorized capacity(ies),and that by his<hob44wir signatures(on the that by his/heF/t,116r signatures($)on the instrument the personO,or entity upon instrument the person(o),or entity upon behalf of which the persomO acted, behalf of which the person(t)acted, executed the instrument. executed the instrument. WITNESS my hand and official spal. WITNESS my build and official sea Notary Signature: 1 lnn(Vfa"r V Notary Signature: 1 Vl r�,� v l / I Notary Seal: Notary Seal: ,..,, Vl'ISFP®�t�dA1fA y.�.w....�.,��,s..,....�,,.., a t{1[�M.#938J5113 a f a: KISHt3i�E LAVA r uomRYPaxc-cwFG"A COFl�7.�9389588 a ee # or�NCEcoutm NOTARYPRR C-CAUFORNW �_ A ., N Caff:R.�cu{t,Dec.10,20D6' •Si ORANGE COONIY ., a,.__.:.�, :..:•. c..,�_�,�� kfiy i;oamt.E:�.Dec.f0,ZW6 flaw U.S. Department Western-Pacific Region P.O. Box 92007 of Transportation Airports Division Los Angeles, CA 90009 Federal Aviation Administration RECEIVED May 2, 2005 MAY 0 4 2005 Mr. Richard S. Walsh, Director of Aviation 3400 E. Tahquitz Canyon Way, Suite OFC BY. DEPT OF AVIATION Palm Springs, CA 92262-6966 Dear Mr. Walsh: Palm Springs International Airport AIP Project No. 3-06-0181-37 a 38 (Expand terminal/holdroom, add check point, phase III) Concurrence with. Award In response to your letter, we concur with the recommendation to award subject contract for $2, 780,000.00 to AMD Construction Group, Inc. At this time, we strongly encourage you to review the assurances set forth in the grant agreement as well as those statements specifically certified to in the "Certification for Equipment/Construction Contracts." Please provide copies of the executed contract and bonds as well as a proposed date and time for the preconstruction conference. The Notice to Proceed should not be issued until we have reviewed this material. If you have any questions, please contact me at (310) 725-3627. Sincerely, k VLcA David Delshad Airports Program Engineer 05/17/2005 15:14 STATE COMPENSATION 4 915033153634 NO.590 P202 POLICYHOLDER COPY STATE P.0 BOX 420807, SAN FRANCISCO,CA 91 COMPENSATIDN NSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE ISSUE DATE: 05-17-2005 GROUP: POLICY NUMBER: 13543 0 0-2 0 04 CERTIFICATE ID: 79 CERTIFICATE EXPIRES: 07-DI.2005 07-01-2004/07.01-2005 CITY OF PALM SPRINGS 3200 EAST PAHQUITZ CANYON WAY 'PALM SPRYNCS CA 92262 This is to certify that we,have issued E valid Worker's Compensation insurance policy in a form approved by the California Insurante Commissioner to the employer named below for the policy period indicated. '-his policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an Insurance policy and does not amend,extend or alter the coverage afforded by the policy listed herein.Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate of insurance may be issued or to which it may pertain,the insurance aff❑rded by the policy described herein is subject to all the terms,exclusions,and eonditons,of such policy. 4 . c . ti AuTtIORREO REPRESENTATIVE MESIOENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE. ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 05-17-2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF PALM SPRINGS ENDORSEMENT #1600 - FIROUZ ALI NAVI P,S,T - EXCLUDED. ENDORSEMENT #2065 ENTITLED CERTIPICATE HOLDERS' NOTICE EFFECTIVE 07-01-1996 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. ENDORSEMENS $2570 ENTITLED WAIVER CF SUBROGATION EFFECTIVE 05-17-2005 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. THIRD PARTY NAME: CITY OF PALM SPRINGS ENIPLOYCR AID CONSTRUCTION GROUP, INC DBA: AMD CONST GROUP, INC 1403 N BATAVIA #101 ORANCE CA 928$7 [ALl,CNj PRNTEDI OS1]-2005 5CIF 90281E Anonpl rifle cnvliiwbonly ll YW hie a rauu mrormnrk nat rands YFFIGVU.STATE FUND OOCUMCNr" PAGE 10F1 DATE MMYDDAY" ACORO, CERTIFICATE OF LIABILITY INSURANCE OS/18/20 5 PRODUCER (714)525-S656 FAX (714)525-0400 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Multi-Pacific Insurance Agency, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 1370 Brea Blvd., #250 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER.THE COVERAGE AFFORDED BY THE POLICIES BELOW. FUllert0n, CA 92835 KAREN FARNHAM INSURERS AFFORDING COVERAGE NAIC4 INSURED AMD CONSTRUCTION GROUP INC. INSURERA. MT. HAWLEY INSURANCE CO. 1403 N. BATAVIA STE.101 INSURERS. PROGRESSIVE INSURANCE CO. ORANGE, CA 92867 INSURERC HUDSON SPECIALTY INSURANCE CO. INSURER D INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS MSR ADDT PIPE OF INSURANCE POLICY NUMBER, POLICYEFFECTWE POLICYEXPIRATION LIMITS ITR INFRr DAIE(MMIDPW3 DATF(MMTDPNj_ GENERALLIABILIW MGLO141599 01/14/2005 01/14/2006 EACHOCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED S 50,000 CLAIMS MADEOCCUR MEDSP(Anyaneperson) 0 5,000 A PERSONAL✓J,ADVINJURY $ 1,OOO,LLO GENERAL AGGREGATE $ 2,000,000 GEHL AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGG $ 1,000,000 POLICY rXI JEST n LOG AUTOMOBILE LIABILITY 020432510-2 03/12/205 09/12/2005 COMBINED SINGLE LIMIT ANVAUTO (Ea accident) S _ l,o©o,aDo ALL OWNED AUTOS BODILY INJURY B X SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY $ NON-OWNED AUTOS (Per arelde accident)[) PROPERTY DAMAGE S (Peraccldenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ �ANYAUTO OTHERTHAN EA ACC S AUTO ONLY ASS $ EXCESSIUMBRELLA LIABILITY IIXL0360797 05/20/2005 01/14/2006 EACH OCCURRENCE $ 1'000'000* OCCUR CLAIMS MADE AGGREGATE S 1,000,000* A *EXCESS OVER GENERAL & $ DEDUCTIBLE AUTO LIABILITY ONLY $ RETENTION $ T, WC STATU- WORKERS COMPENSATION AN D TOR LIMITS °ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ ANYPROPRIMBERESCLUDED1 CUiIVE —_ OFFlCER/MEMBER ECCLUDEO� El DISEASE-EA EMPLOYEE $ R yes,tloscnbe under SPECIAL PROVISIONS below EL DISEASE-POLICYLIMIT $ effiffdACTORS POLLUTION TBD 05/1.8/2005 95/18/2006 $1,000,000 Each Occ. C LIABILITY $1,000,000 Aggregate $10,000 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS 4DDITIONAL INSURED, PRIMARY WORDING AND WAIVER OF SUBROGATION APPLIES PER THE ATTACHED ENDORSEMENTS. RE: PALM SPRINGS PROJECT #2005-01 10 DAY CANCELLATION NOTICE FOR NON-PAYMENT OF PREMIUM CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED�¢B`E`yFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL*XXXRIIgR MIA.IL 30 DAPS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, CITY OF PALM SPRINGS x"x"Xx%)6)mNXiC*y4wXA XXx PALM E.SPRINGS, CA WAY XI lESDREP E'S T Cd'd€�' IQW- Xr 16Yi XXXXXXXXX' PALM SPRINGS, CA 92262 nu /BF®^ nSEPSES- T ACORD 26(2001108) ©ACORD CORPORATION 1988 fMPOh`;TANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must be endorsed.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED,subject to the terms and conditions of the policy, certain policies may require an endorsement.A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLA)€4 ER The Certificate of Insurance on the reverse side of this form sloes not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage of onded by the policies listed thereon. ACORD 25(2001108) Policy No. MGL'0138511 Mt Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM C) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations where required by written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for that insured by or for you. To the extent required under contract, this policy will apply as primary insurance to additional insureds scheduled above and other insurance which may be available to such additional insureds will be non-contributory. Section IV., Condition 4., of this policy is amended accordingly. All other Terms and Conditions of this Policy remain unchanged. CGL 216 (04/98) Page 1 of 1 Policy No. MGLO141599 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations where required by written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement) The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV — COMMERCIAL GENERAL I IARII ITY CONDITIONS)is amended by the addition of the following. We waive any right of recovery we may have against the person or organization shown in the Schedule above because of pay- ments we make for injury or damage arising out of your ongoing operations or"your work"done under a contract with that person or organization and included in the"piuducls-cumpleled upeialions hazard". This waivrr applies only to the person or organiza- tion shown in the Schedule above. CG 24 0410 93 Copyright, Insurance Services Office, Inc., 1992 Page 1 of 1 r -d PREMIUM: $35,088.00-BASED ON FINAL CONTRACT PRICE BOND NUMBER: 72BCSDA1699 PERFORMANCEBOND KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, AMD CONSTRUCTION GROUP,INC. _ as Principal,and_HARTFORD FIRE INSURANCE COMPANY as Surety, are held firmly bound unto the City of Patin Springs,a-charter city, organized and existing in the County of Riverside California,hereinafter called the "City," in the sum of: TWO MILLION SEVEN HUNDRED EIGHTY THOUSAND dollars, Tor the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: CITY PROJECT NO.2005-01 AIP PROJECT NO.3-06-0181-37,-38 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void,otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be fimiished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents, shall not - in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents,release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this 16 day of MAY 11-4ft 4-5 AMD CONSTRUCTIOTIJGROUP NGJ�, HARTFORD FI INSU ANCE COMPA Contractor / Surety By / BYUNG T. ULLICK ATTO EY-IN-FACT Title" Titl (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) VU-1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF ORANGE ) On 514� before me, JENNIFER C. MONEY NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. C.GIBONam #1470955 ibNc California u CW NTYsAFebmary17�20118� Aw5 \ t .N lt)0 V� (SEAL) NOTARY PUBLIC SIGNATURE YY OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT BOND NUMBER: 72BCSDA1699 PREMIUM INCLUDED IN PERFORMANCE BOND PAYMENTSOND KNOW ALL MEN BY THESE PRESENTS: That we, the undersigned, AMD CONSTRUCTION GROUP, INC. as Principal,and HARTFORD FIRE INSURANCE COMPANY as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside,California,hereinafter called the "City,"in the sum of: _TWO MILLION SEVEN HUNDRED EIGHTY THOUSAND dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the amrexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: CITY PROJECT NO. 2005-01 AIP PROJECT NO. 3-06-0181-37,-38 NOW THEREFORE, if said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment or other supplies used in,upon, for or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Llnemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and sections of other codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment or other supplies, appliances or power used in, upon, for or about performance of the work contracted to be executed or performed, or any person,company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth and also will pay, in case suit is brought upon this bond,a reasonable attotney's fee, as shall be fixed by the Court.This bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. V11-3 SIGNED AND SEALED,this 16 day of MAY X 005 AMD CONSTRUCTION GROUP, INC. HARTFORD FIRE IN RANG COMPANY Contractor Surely — E/ By YUNG T. MULLI K ATTORNEY4 ACT Title Title (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) V II-4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA ) COUNTY OF ORANGE ) On �� ��p�Q®Q before me, JENNIFER C. MONEY NAME OF NOTARY PUBLIC personally appeared, YUNG T. MULLICK personally laiown to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. JENNIFER C.GIBONEY WITNESS my hand and official seal. n COMM.#1470455 z � Notary Public California U; � � ORANGE COUNTY My Comm.Expiry FaMuuy 17,2005 J (SEAL) NOTARY PUBLIC SIGNATURE OPTIONAL INFORMATION TITLE OR TYPE OF DOCUMENT DATE OF DOCUMENT Direct Inquiries/Claims to: THEPOWER OF ATTORNEY 690 ASYLUM, ORD BOND NUE HARTFORD,CONNECTICUT 06115 call:888.266-3488 or fax:860-757.5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72-253453 Hartford Fire Insurance Company,a corporation duly organized under the laws of the State of Connecticut 0 Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company,a corporation duly organized under the laws of the State of Connecticut I Hartford Underwriters Insurance Company,a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company,a corporation duly organized under the laws of the State of Indiana t Hartford Insurance Company of Illinois,a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest,a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast,a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the"Companies")do hereby make, constitute and appoint, up to the amount of unlimited: James W Moilanen, Yung T. Mullick, Jennifer C. Giboney, Frances Lefler of Laguna Hills, CA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted In any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on July 21, 2003 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. �pttw� ties;.\ rru pro' - �i`u•<a�^`,^` .�"�:o:i:;�' _ c�Ett, . �x^xls�" ,vcoarawao beavrmrr.,^ � 6: x� 888I1/ ! c>taOt R\ 1 _ - +3 ti,l�,ISY «'�`amor nw • quMf X97B.r'- .;X979;'� - ' .[IP! •�µi�rlPn,.ue ._.0 p c Cl Paul A.Bergenholtz,Assistant Secretary David T.Akers,Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 23rd day of July, 2003, before me personally came David T.Akers, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hampden, Commonwealth of Massachusetts; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. 'aE�9� �C✓{�( �j�i4 Scott E Paselca Notary Public CERTIFICATE My Commission Expires October 31,2007 I, the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies,which Is still in full force effective as of MAY. 16, 2005 Signed and sealed at the City of Hartford. - �>arrin N>au � ))) �P�tt lxsos OR .,t lxs PP:ilrs"+e �+`,',�+�vN� l,auwr��s`- jx`,ecomowreo�}„x- .y�W ^ /O �` g lirI/ y1... 8 v8kv ^ y - ao('•cc� t= f 1 l•r '4rot�4Vv.,� �ifIANY. ! ♦ 1 9 �- 9i 17 xMxJ �j y � 'f� 1,. 97 7919 Gary W.Slumper,Assistant Vice President PDA 2004