Loading...
HomeMy Public PortalAboutC-22-005 - J.A.URBAN INC. AMENDMENT NO. 1 2023 JULY 12AMENDMENT NO. 1 TO PUBLIC WORKS AGREEMENT THIS AMENDMENT TO PUBLIC WORKS AGREEMENT ("Amendment") by and between the CITY OF CARSON, a California municipal corporakiQp+("City") d J% . Urban, Inc., a California corporation ("Contractor"), is effective as of the ay of , 2023. RECITALS A. City and Contractor entered into that certain Public Works Agreement dated October 19, 2021 ("Agreement") whereby Contractor agreed to complete City Project No. 1656: Community Center Bathroom Renovation ("Project"), for a Contract Sum not to exceed $1,561,857.00. B. During City Council meeting of October 19, 2021, where the City Council awarded Contractor the contract to complete the Project, the City Council also approved a 15% contingency in the amount of $234,278.55 to provide for funding of any unforeseen circumstances during construction. C. The Project has required City and Contractor to approve various change orders identified as Change Orders 1, 2, 3 and 4 (collectively, "Change Orders 14"), because of construction delays caused by design changes due to site conditions found during demolition, supply chain issues to procure materials, and delays to meet the operations of the current facility. The total amount of Change Orders 1-4 is $218,267.77 and the work is substantially completed. D. Additional change orders in the amount of $44,484.41 and $32,221.74 are now needed to approve additional work including for tile, floors, drywall and a water fountain ("Change Order 5") and for restroom stalls and electrical work ("Change Order 6") which, when added to $218,267.77 for Change Orders 1-4 (together, "Collective Change Orders"), will increase the Contract Sum to $1,856,830.80. E. The City and Contractor now desire to amend the Agreement and to have City Council ratify and approve the Collective Change Orders to (i) expand the Scope of Work to include the scope included in the Collective Change Orders, (ii) increase the Contract Sum to $1,856,830.80 to incorporate the added cost for the work contained in the Collective Change Orders, and (iii) extend the Project completion deadline to June 30, 2023. TERMS 1. Contract Changes. The Agreement is amended as provided herein (new text is identified in bold italics, deleted text in stfike thfough): A. Section 1.1 (Scope of Work) of the Agreement is hereby amended to read in its entirety as follows: 01007.0006/869715.1 "1.1 Scope of Work. The Contractor shall perform all of the work, furnish all labor, materials, equipment, tools, utility services, and transportation, and comply with all of the specifications and requirements in the Bid Documents for the project entitled Project No.1656 — Community Center Bathroom Renovation and Exhibit "A-1" ("Project"). Exhibit "A-1," which is attached hereto and incorporated herein by this reference, represents the work set out in the Collective Change Orders. All such work shall be performed in a good and workmanlike manner, as reasonably determined by the City, and shall be performed in compliance with all local, state, and federal laws and regulations. As used herein, "Bid Documents" refers to all of the documents included in the solicitation of bids for the Project, including but not limited to, the Invitation for Bids, Instructions to Bidders, Bid or Bid Proposal, Contract Documents, Special Provisions, Technical Provisions, Construction Plans, Standard Plans, Drawings, Reference Specifications, all applicable permit requirements, any addenda, any applicable Project Labor Agreement, and any other documents included, referenced, or incorporated therein. The Bid Documents are incorporated into this Agreement and made part hereof. In the event of any conflict between the terms of the Bid Documents and this Agreement, the terms of this Agreement shall govern." B. Section 2.1 (Contract Sum) of the Agreement is hereby amended to read in its entirety as follows: "2.1 Contract Sum. Subject to any limitations set forth in this Agreement, City agrees to pay Contractor the amounts set forth in Contractor's Bid, attached hereto as Exhibit A and incorporated herein by this reference. Subject to any additions or deductions that may be made by change order or amendment, and any penalties or damages that may be assessed against Contractor, Contractor shall receive total compensation of One Million Eight €tee Hundred Fifty Sixes 9ne Thousand Eight Hundred Thin +ifty Seven Dollars and Eighty Cents 00/108 ($1,856,830.80 $1,561,857.00) ("Contract Sum") for completion of the work." C. Section 3.1 (Schedule of Performance) of the Agreement is hereby amended to read in its entirety as follows: "3.1 Schedule of Performance. Contractor shall complete the Project by no later than June 30, 2023 within ghty fi-ve appr-eved by the City in w-Fifing. Time is of the essence. If the work is not completed within said time period, liquidated damages shall apply. The term of this Agreement shall expire one (1) year following City's acceptance of the Project." 2 01007.0006/869715.1 2. Continuing Effect of Agreement. Except as amended by this Amendment, all provisions of the Agreement shall remain unchanged and in full force and effect. From and after the date of this Amendment, whenever the term "Agreement" appears in the Agreement, it shall mean the Agreement, as amended by this Amendment to the Agreement. 3. Affirmation of Agreement; Warranty Re Absence of Defaults. City and Contractor each ratify and reaffirm each and every one of the respective, rights and obligations arising under the Agreement. Each parry represents and warrants to the other that there have been no written or oral modifications to the Agreement other than as provided herein. Each parry represents and warrants to the other that the Agreement is currently an effective, valid, and binding obligation. Contractor represents and warrants to City that, as of the date of this Amendment, City is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. City represents and warrants to Contractor that, as of the date of this Amendment, Contractor is not in default of any material term of the Agreement and that there have been no events that, with the passing of time or the giving of notice, or both, would constitute a material default under the Agreement. 4. Adequate Consideration. The parties hereto irrevocably stipulate and agree that they have each received adequate and independent consideration for the performance of the obligations they have undertaken pursuant to this Amendment. 5. Authority. The persons executing this Amendment on behalf of the parties hereto warrant that (i) such parry is duly organized and existing, (ii) they are duly authorized to execute and deliver this Amendment on behalf of said party, (iii) by so executing this Amendment, such party is formally bound to the provisions of this Amendment, and (iv) the entering into this Amendment does not violate any provision of any other agreement to which said parry is bound. [SIGNATURES ON FOLLOWING PAGE] 01007.0006/869715.1 IN WITNESS WHEREOF., the parties hereto have executed this Amendment on the date and year first -above written. ATTEST: leap R. Bradshaw, City Clerk 111 1 �%!Jgil �i ;il FAI I n W*11 aw 114114 =3 a I yj go] Sunny K. Soltani, City Attorney [rit] CITY OF CARSON, a municipal corporation Lida Davis -Holmes, Mayor C'''0 N, �_' UNI, 0 Wme� DaVid V. JAytre- Title: President, Secretary Address: 702 S. Primrose Ave. Monrovia, CA 91016 Two corporate officer signatures required when Contractor is a corporation, with one signature required from each of the following groups: 1) Chairman of the Board, President or any Vice President; and 2) Secretary, any Assistant Secretary, Chief Financial Officer or any Assistant Treasurer. CONTRACTOR'S SIGNATURES SHALL BE DULY NOTARIZED, AND APPROPRIATE ATTESTATIONS SHALL, BE INCLUDED AS MAY BE REQUIRED BY THE BYLAWS, ARTICLES OF INCORPORATION, OR OTHER RULES OR REGULATIONS APPLICABLE TO CONTRACTOR'S BUSINESS ENTITY. 4 01007.0006/869715.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES sienno M- { hglifi, On 2023 before me, i &earl j blit , personally appeared DaVO 1,i- 3,4 i , proved to me on the basis of tisfactory evidence to be the person(s) whose names(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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. SIENNA M. GRANT" WITNESS my hand and official seal. Notary Public - CANOtmis LOS Mots County Signature:Commission N 2351144 g *MV Comm. Expires MMr 13, 2025 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER 01007.0006/869715.1 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT IGNER(S) OTHER THAN NAMED ABOVE TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: (NAME OF PERSON(S) OR ENTITY(IES)) 01007.0006/869715.1 TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT IGNER(S) OTHER THAN NAMED ABOVE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. STATE OF CALIFORNIA COUNTY OF LOS ANGELES On , 2023 before me, , personally appeared , proved to me on the basis of satisfactory evidence to be the person(s) whose names(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. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. 2 01007.0006/869715.1 CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) NUMBER OF PAGES ❑ GUARDIAN/CONSERVATOR ❑ OTHER SIGNER IS REPRESENTING: DATE OF DOCUMENT (NAME OF PERSON(S) OR ENTITY(IES)) SIGNERS) OTHER THAN NAMED ABOVE 2 01007.0006/869715.1 EXHIBIT "A-1" COLLECTIVE CHANGE ORDERS SEE ATTACHED 01007.0006/869715.1 TO CONTRACTOR: JA Urban Inc. Attn: David V. James President 702 South Primrose Ave. Monrovia, CA 91016 Type of Change Order: CHANGE ORDER PROJECT TITLE: Project No. 1656 — Community Center Bathroom Renovation PROJECT NO: 1656 CHANGE ORDER NO: 1 — Increase / Decrease in Contract Quantities X Agreed Lump Sum Time Extension Only Change Requested by: City of Carson DATE: June 13, 2022 Change in Contract Unit Prices Time and Materials (Estimated) (Notice to Proceed with Not To Exceed Estimated Amount) Time and Materials (Final Price and Time) You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. Description of work to be done, estimate of quantities, and prices to be paid: Segregate between additional work at current or revised contract unit prices, agreed lump sum price, and time & materials. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is used and no allowance will be made for idle time. 1. Asbestos/Lead Limited Survey $3,981.68 Contractor Ordered an Asbestos/Lead survey for the project as required prior to demolition work. A copy of the Report is found in the Project files for reference. Change Order #1 Page 1 of 3 2. Additional removal of concrete slab for Restrooms at an agreed upon price of Addition concrete removal required, during initial demolition it was determined that the initial assumption of a 5 inch thick slab was in fact 9 inches thick. This changed condition has been shown to both the Project Architect and Building Inspector. 3. Time extension for Sub -Contractor substitution The contractor was given the Notice to Proceed on March 9, 2022 to begin work on March 21, 2022. Due to changed conditions in schedule and site conditions the project has experienced delays outside of the control of the contractor. The original contract was for 85 calendar days. This change order adds 122 calendar days to the original contract, which will end on October 14, 2022. Tis includes two federal holidays of the Fourth of July and Labor Day. Compensation for all the above additional work shall be provided in accordance with the attached JA Urban Change Order Requests By reason of this order, the time of completion will be adjusted as follows: deferred This Change Order is not valid until signed by the City of Carson The original Contract Amount was............................................................. $ 1,561,857.00 Net change by previously authorized Change Orders ............................................. $ 0.00 The Contract Amount will be increased by this Change Order in the maximum amount of.............................................................................. $78,189.18 The revised Contract Amount is .................................. ..................... $1,640,046.18 THIS CHANGE ORDER CONSTITUTES FULL, FINAL, AND COMPLETE COMPENSATION TO THE CONTRACTOR FOR ALL COSTS, EXPENSES, OVERHEAD, PROFIT, AND ANY DAMAGES OF EVERY KIND THAT THE CONTRACTOR MAY INCUR IN CONNECTION WITH THE ABOVE REFERENCED CHANGES IN THE WORK, INCLUDING ANY IMPACT ON THE REFERENCED WORK OR ON ANY OTHER WORK UNDER THE CONTRACT, ANY CHANGES IN THE SEQUENCES OF ANY WORK, ANY DELAY TO ANY WORK, ANY DISRUPTION OF ANY WORK, ANY RESCHEDULING OF ANY WORK, AND ANY OTHER EFFECT ON ANY OF THE WORK UNDER THIS CONTRACT. BY THE EXECUTION OF THIS CHANGE ORDER, THE CONTRACTOR ACCEPTS THE CONTRACT PRICE CHANGE AND THE CONTRACT COMPLETION DATE CHANGE, IF ANY, AND EXPRESSLY WAIVES ANY CLAIMS FOR ANY ADDITIONAL COMPENSATION, DAMAGES OR TIME EXTENSIONS, IN CONNECTION WITH THE ABOVE -REFERENCED CHANGES. WE, THE UNDERSIGNED CONTRACTOR, HAVE GIVEN CAREFUL CONSIDERATION TO THE CHANGE PROPOSED AND HEREBY AGREE, IF THIS PROPOSAL IS APPROVED, THAT WE WILL ACCEPT AS FULL PAYMENT THEREFORE THE PRICE SHOWN ABOVE. Change Order #1 Page 2 of 3 6/13/22 CONTRACTOR'S REPRESENTATIVE Date Name Signat REVIEWED BY: ?k 6-13-22 Frisco White, AIA. Date Design Principal SUBMITTED BY: 'k, " 6/13/2022 Kenneth Yo ng P.E. Date Senior Civil Engineer RECOMMENDED BY: 6 , q 6 Gilbert M. Marqlez, -PYE Date City Engineer APPROVED BY: 6/ 14lza EliZa Jo Whitman, PE, LEED AP Datd Pu lic rks Director THE FOLLOWING PAGES ONLY INCLUDE CHANGE ORDER ATTACHMENTS Change Order # 1 Page 3 of 3 'E JA R B A N CHANGE ORDER REQUEST Client City of Carson PROJECT Community Center Restroom Renovations PROJECT ADDRESS 801 E. Carson St. Carson CA 90745 DATE I 22 -Apr -22 COR NUMBER 1 2R ITEM NO. DESCRIPTION COST 1 Provide labor, equipment and disposal for added concrete slab thickness from 5" to 9". Restroom B $ 18,249.00 Work to be done by a replacement sub. 2 Provide labor, equipment and disposal for added concrete slab thickness from 5" to 9". Restroom D $ 18,285.00 Work to be done by a replacement sub. 3 Provide labor, equipment and disposal for added concrete slab thickness from 5" to 9". Restroom E $ 18,285.00 Work to be done by a replacement sub. 4 Provide labor, equipment and disposal for added concrete slab thickness from 5" to 9". Restroom A $ 18,255.00 Work to be done by a replacement sub. SUBTOTAL $ 73,074.00 OVERHEAD & PROFIT (5%) $ 3,653.70 Bond (2%) $ 1,461.48 TOTAL COST $ 78,189.18 Total Change In Contract Days 80 I OWNER APPROVAL I CONTRACTOR Signature 1 �� Name: Timothy M. Daniels Date: Project Manager 5/27/22 7738 Burnet Avenue Van Nuys, CA 91405 TEL: 800-64$•6469 C O N C R E T E C U T T I N G ! N C FAX: 818-778-1895 DEMOLITION ESTIMATE Date: May 26, 2022 Company: JA Urban Address: 702 South Primrose City: Monrovia, CA 91016 Office Contact: Kyle Espiritu Email: k IyePSpiritu(oDiaurban.com Office Telephone: 626.790.8060 I Cell # Job Name: City Of Carson Community Center Address: 701 E. Carson Street City: Carson, CA 90745 RESTROOM A Protection 1 LS Electric flat saw 9" concrete slab on grade 101 LF Break & remove 9" concrete slab on grade including the 501 SF RESTROOM A $ 18,255.00 RESTROOM B Protection 1 LS Electric flat saw 9" concrete slab on grade 93 LF Break & remove 9" concrete slab on grade including tile 482 SF RESTROOM B $ 18,249.00 RESTROOM C Protection Electric flat saw 9" concrete slab on grade Break & remove 9" concrete slab on grade including tile 1 LS 96 LF 526 SF RESTROOM C $ 18,285.00 RESTROOM E � �� __�..� ��� � ✓� Protection 1 LS Electric flat saw 9" concrete slab on grade 102 LF Break & remove 9" concrete slab on grade including the 554 SF PATH OF TRAVEL FLOOR PROTECTION INCLUDED PAYMENT EVERY 30 DAYS 1 MOVE -ONS INCLUDED, WORK PERFORMED ON REGULAR HRS, NO WEEKEND WORK NO LAYOUT INCLUDED NO REMOVAL OR WORKING AROUND UNDERGROUND UTITIIES NO ENGINEERING, PLAN CHECK COSTS, PERMITS OR FEES INCLUDED LABOR, EQUIPMENT & DISPOSAL INCLUDED IN THE ABOVE NOTED ITEMS NO SHORING OR BARRICADES INCLUDED NO WORK ON OR AROUND HAZARDOUS MATERIALS INCLUDED NO CUTTING OR CORING FOR ENGINEERED TRADES INCLUDED DUST OR NOISE BARRIERS NOT INCLUDED ELECTRICAL, GAS or WATER SHUTOFF NOT INCLUDED Derek Koral Mobile: 818-389-2793 FAST FORWARD CONCRETE CUTTING, Inc. LICENSE # 592985 TOTAL PRICE $ 18,285.00 5126122 DATE JA Urban - Carson Community Center - Proposal Revised PRINTED 5/26/2022 - 4:18 PM PAGE 1 OF 1 PAGES CCNICU)"t CCUING PHONE: 562-634-4021 COMPANY FAX: 562-634-2305 14005 ORANGE AVE., PARAMOUNT, CA. 90723 1 X (QUOTATION: JOB ORDER LIC.# 368275 A BILL JA URBAN JOB NAME TO: JOB ADD. COMMUNITY CENTER 701 E. CARSON STREET CROSS ST CITY CARSON, CA MAP SEE: kyle.espiritu@iaurban.com DATE PH.# DAY P.O.# JOB# BID To KYLE ESPIRITU TIME PHONE 626 790-8060 From Trk 65' TO 126' Inside Work YES FAX Height Vac./Plastic YES BID BY David Richens (562)857-6027 Scaffold Move --Ins 4 DATE 5/20/2022 Steel RESTROOM A Overtime NO 1 ELEC. SLAB SAWING: CUT PERIMETER & DICE FOR REMOVAL - 568 LF. VACUUM $17,500.00 $17,500.00 & HAUL SLURRY. BREAK & REMOVE 500 SF - 13.8 CY. RESTROOM B 1 ELEC. SLAB SAWING: CUT PERIMETER & DICE FOR REMOVAL - 568 LF. VACUUM $17,200.00 $17,200.00 & HAUL SLURRY. BREAK & REMOVE 480 SF - 13.3 CY. RESTROOM C 1 SLAB SAWING: CUT PERIMETER & DICE FOR REMOVAL - 568 LF. VACUUM $19,900.00 $19,900.00 JELEC. & HAUL SLURRY. BREAK & REMOVE 527 SF - 14.60 CY. RESTROOM D 1 ELEC. SLAB SAWING: CUT PERIMETER & DICE FOR REMOVAL - 695 LF. VACUUM $22,600.00 $22,600.00 & HAUL SLURRY. BREAK & REMOVE 575 SF - 15.90 CY. NOTE: CONCRETE CORING COMPANY PAYS PREVAILING WAGE & CAN COMPLY WITH A PLA. Note: ilf job cancels after we've dispatched. there will be a $500.00 show -up fee ******** EXCLUSIONS: JOB TOTAL: $77,200.00 LAYOUT, OVERTIME, PLANS & PERMITS, STANDBY TIME @ $175.00/HR. REG. TIME, DISPOSAL OF HAZARDOUS MATERIALS, HEAVY STEEL,(#6 BAR OR LARGER), NOTIFICATION OF DIG ALERT EXTRA COSTS FOR INSURANCE NOT COVERED BY OUR NORMAL POLICY. PRICES SUBJECT TO CHANGE IF CONDITIONS ON JOB VARY FROM THIS QUOTATION! Quote is valid for 60 days. Customer has read and agrees to the above conditions and prices: Customer's signature: Print BAYV 1 E W DEMOLITION May 12, 2022 ATTN: Tim Daniels J.A. Urban, Inc. Subject: Selective Demolition Project: City of Carson Community Center -Slab Demo Address: 701 E Carson St. Carson, CA 90745 Bayview Proposal No.: 222-2306 Bid Documents: Email from Kyle Espiritu, dated 5/9/22. SAYVIEWSERVICES.COM Bayview Demolition Services, Inc. proposes to furnish all supervision, labor, materials, and equipment to perform the selective demolition at the above referenced location as identified in "Demo Slab.pdf' from Kyle Espiritu. Base Price: $85,900.00 Scope of Work: 1. Sawcut/Break Dispose of —501 SF concrete slab on grade at Restroom A with a max depth of 9 inches. 2. Sawcut/Break Dispose of —482 SF concrete slab on grade at Restroom B with a max depth of 9 inches. 3. Sawcut/Break Dispose of —528 SF concrete slab on grade at Restroom C with a max depth of 9 inches. 4. Sawcut/Break Dispose of —555 SF concrete slab on grade at Restroom D with a max depth of 9 inches. 5. All utilities to be cut/capped/safe offed prior to Bayview mobilization. 6. All interior restroom finishes to be removed prior to Bayview mobilization. 7. Demolition to be completed in phases, Includes 4 mobilizations. Approximately 4 working days per restroom. Alternates: 1. Performance & Payment Bond. ADD 1.5% to base bid This proposal is contingent on the inclusion and acceptance of the following items: Schedule & Wage Rate: 1. This price is based on eight (8) hour work shifts, work hours from 7:00 AM to 4:30 PM —Monday through Friday, 2. Weekend, off -hour, overtime, and holiday work is excluded from this proposal. 3. This price is based on Public Prevailing Wage adjustments and PLA requirements. Exclusions: 1. Excludes Fees, Surveys, Testing, Layout, Engineering or Any Permits other than SCAQMD & Cal OSHA Notifications as required for Demolition. 2. Excludes Utility Work to Include Location, Disconnects, Capping, Relocation, Removal, Installing Temporary or New Service. 3. Excludes Enclosures, Weatherproofing, Patching and Sealing of Any Kind. 4. Excludes Site Security, Fencing, Barricades, Traffic and Pedestrian Control, Canopies, Shoring, Safety Railing, Fire -watch, Elevator Servicing and Restroom Facilities. 5. Excludes Concrete Scanning. 6. Excludes Salvage for Others. 7. Excludes Soil Excavation. Bayview Demolition Services, Inc. (LIC 764068) 6925 San Leandro Street, Oakland, CA 94621 15535 Garfield Ave., Paramount, CA 90723 0 510.562.6181 0 510.562.6182 a) 213.419.5431 0 213.419.5439 BAYYIEW DEMOLITION Clarifications: BAYVIEwSERVICES.COM 1. This proposal is based on reaching a mutually agreed upon schedule and contract. 2. Please note that this proposal may omit certain items contained in the demolition drawings as listed in the exclusions. The scope of work is limited to the items referenced above in the scope/pricing breakdown. 3. Bayview Demolition Services is not responsible for design errors or for faulty plans or specifications. 4. This proposal does NOT include costs associated with OCIP/CCIP enrollment. If OCIP/CCIP enrollment is required there will be an overall 2% increase in pricing. 5. Bayview Demolition Services will not be responsible for deductibles under builder risk policy, wrap-up, or other project insurance policies, exceeding $10,000 per occurrence. 6. Owner or General Contractor must provide an Asbestos and Lead Survey, representative of the work area, prior to commencing work. 7. Bayview Demolition Services, Inc. is a Union Contractor. 8. Sufficient temporary power and water is to be provided by the Owner or General Contractor, 9. This proposal assumes that all required utility safe -offs are complete prior to mobilization. All utilities to be cut with a visual air gap from the source. Bayview will not be held liable for schedule delays or costs associated with safe -off interruptions. 10. This proposal is based on a single phase/mobilization, unless otherwise noted, additional phasing and/or mobilizations will incur a minimum cost of $1,500.00 per mobilization. 11. Pricing is based on continuous uninterrupted operations. Clear access to work areas to be given at all times. Impeded work areas/flow may necessitate "out of sequence" work, not covered in this proposal. 12. Continuous access to a predetermined load out point is mandatory, this includes elevator usage when applicable. 13. This proposal assumes that all layout for demolition is completed by the appropriate trades or General Contractor prior to mobilization. Layout will include green markings for items to be removed and red markings for items to remain. (Green means "Go" — Red means "Stop") 14. Bayview Demolition Services will not be responsible for the negligent acts of others (except for our own subcontractors), including architects, engineers, other contractors, inspectors, etc. 15. Bayview Demolition Services will not be responsible for indemnity broader than "caused by our negligence." 16. Any flooring glue or adhesive removal associated in this scope includes 3-dimensional removal only. Full removal that requires specialty equipment is not included in this proposal. 17. All concrete slab depths were assumed no thicker than 6". 18. Bayview Demolition reserves all salvage rights; metal recycling is accounted for in this proposal. Any metals removed by others will result in a change order equal to the value appropriated. 19. Items identified in the bid documents to be demolished will only be salvaged after receipt of a written notification of change in scope. All changes in scope must be validated by the estimator prior to execution in the field. 20. This proposal is valid for 60 days from the proposal date. All information provided in this proposal is proprietary and may not be released without the express written consent of Bayview Demolition Services, Inc. Bayview Demolition Services, Inc. (LIC 764068) 6925 San Leandro Street, Oakland, CA 94621 15535 Garfield Ave., Paramount, CA 90723 0 510.562.6181 10 510.562.6182 © 213.419.5431 0 213.419.5439 BAYV I E W DEMOLITION Acceptance BAYVIEWSERVICES.COM This proposal is valid for 60 days from the proposal date. All information provided in this proposal is proprietary and may not be released without the express written consent of Bayview Demolition Services, Inc. If you have any cluestions, please feel free to contact me at (951)236-2753 or etorres@bavviewservices.com. Sincerely, Emmanuel Torres Estimator/ Project Manager etorres@bavviewservices.com Title: Printed Name: Signature: Date: Acceptance Sayview Demolition Services, Inc. (LIC 764068) 6925 San Leandro Street, Oakland, CA 94621 15535 Garfield Ave.. Paramount, CA 90723 10 510.562.6181 0 510.562.6182 0 213.419.5431 Q 213.419.5439 ROGMN CONSTRUCTION SERVICES, INC. May 27, 2022 JA URBAN INC. 702 S. PRIMROSE AVE. MONROVIA, CA 91016 Attn.: Kyle Espiritu, REVISED PROPOSAL CITY OF CARSON COMMUNITY CENTER BATHROOM SLAB DEMO 701 E. CARSON STREET CARSON, CA 90745 Thank you for inviting ROGMA Construction Services, Inc. to submit a revised bid for the demolition trade on your project. We hope you will appreciate the professional workmanship and results that come from our 30 years of doing business in Southern California. We are pleased to submit the following proposal. I. Base Bid: ROGMA's lump sum bid is: $ 99,600.00 (NINTY-NINE THOUSAND SIX HUNDRED DOLLARS). II. Scope of Work: Our scope of work includes provision of all necessary labor and equipment to remove the following*: Per SLAB DEMO TAKE OFF Demolition Plan Sheet N/A Dated: 5-9-2021 Area :A $ 23,528.00 ■ 501 SF Up to 9" Thick: 501 SF ■ Furnish & Install Protection for Demo Area Only Area :B $ 24,280.00 ■ 485 SF Up to 9" Thick: 485 SF ■ Mobilization: 1 EA ■ Furnish & Install Protection for Demo Area Only Area :C $ 25,540.00 ■ 430 SF Up to 9" Thick: 530 SF ■ Mobilization: 1 EA ■ Furnish & Install Protection for Demo Area Only Area :D $ 26,252.00 ■ 555 SF Up to 9" Thick: 555 SF ■ Mobilization: 1 EA ■ Furnish & Install Protection for Demo Area Only III. Alternate: 1. Per Each Additional Phase: 1 EA ADD: $ 3,600.00 Page 1 of 2 1328 WILLOW STREET, LOS ANGELES, CA 90013 1 P (213) 620-11441 F (213) 620-04071 STATE LICENSE: 618878 P 22-364 •ROGMA is committed to reducing the flow of demolished materials into landfills. We transfer removed materials to a certified diversion facility whenever it is practicable and such facilities are available and have capacity to accept the load. If your Job requires a certain percentage of diversion for demolished materials, please let us know and we will work with you to ensure our services meet your needs. ROOMN CONSTRUCTION SERVICES, INC. CLARIFICATIONS: 1. Machine floor scrape does not include grinding or guarantee 100% adhesive removal. 2. General Contractor's superintendent is responsible for laying -out demolition scope of work. 3. All items identified to be demolished and removed, including all recyclables/salvage materials, are part of this bid and become property of ROGMA. 4. This prevailing wage demolition bid is valid for 90 days DEMOLITION PROTECTION IS PROVIDED FOR OUR DEMOLITION ONLY: This revised proposal includes provision and placement of all necessary protection material and installation for ROGMA's demolition work only. It is ROGN A's policy and practice to remove all installed protection at the conclusion of each job phase. ROGMA expressly disclaims responsibility and liability for any protection left in place at the request of the client after ROGMA has ceased work at the premises. The client assumes ownership and responsibility for any demolition protection left in place upon such request and agrees to indemnify and hold harmless ROGMA with relation to all alleged injuries, claims, lawsuits and/or any other legal actions or proceedings, arising from or relating to the same. ROGMA's protection for demolition work generally includes but is not necessarily limited to window/blinds, path of travel through corridor(s), freight elevator(s) and loading dock. Protection requirements may vary based on the nature of a job and the job location. EXCLUSIONS: ■ All items not expressly included in the base bid or alternates stated herein ■ City permits and building services fees ■ Hard demo unless otherwise noted ■ Under -floor demo work ■ Any contaminated materials (i.e., asbestos) ■ Patching and preparation for new finishes ■ Furniture, Cubicle, Workstations ■ Temporary lighting and portable toilets ■ Landscaping, Planter ■ Thin -set mastic and adhesive removal ■ Carpet and wall -covering backing ■ Ceiling wire clips & remnants of prior demo ■ Job phasing ■ Floor slab & wall x-rays ■ Safe -off and disconnect utility lines ■ Job layout and job phasing ■ Shoring and barricades ■ Liquidated damages ■ Unforeseen conditions Acceptance of this proposal and/or ROGMA's commencement of work on the job by request of the client shall be an acknowledgment that the client has read, understood, and agreed to the terms herein. Sincerely, i Robert Matranga Indicate alternate numbers approved: Page 2 of 2 1328 WILLOW STREET, LOS ANGELES, CA 90013 I P (213) 620-11441 F (213) 620-0407 ( STATE LICENSE: 618878 P 22-364 'ROGMA is committed to reducing the flow of demolished materials into landfills. We transfer removed materials to a certified diversion facility whenever it is practicable and such facilities are available and have capacity to accept the load. If your job requires a certain percentage of diversion for demolished materials, please let us know and we will work with you to ensure our services meet your needs. CHANGE ORDER PROJECT TITLE: Project No. 1656 — Community Center Bathroom Renovation TO CONTRACTOR: PROJECT NO: 1656 JA Urban Inc. Attn: David V. James CHANGE President ORDER NO: 2 702 South Primrose Ave. Monrovia, CA 91016 Type of Change Order: Increase / Decrease in Contract Quantities X Agreed Lump Sum Time Extension Only Change Requested by: City of Carson DATE: September 1 , 2022 Change in Contract Unit Prices Time and Materials (Estimated) (Notice to Proceed with Not To Exceed Estimated Amount) Time and Materials (Final Price and Time) You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. Description of work to be done, estimate of quantities, and prices to be paid: Segregate between additional work at current or revised contract unit prices, agreed lump sum price, and time & materials. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is used and no allowance will be made for idle time. 1. Frame new wall at Restroom C for an agreed upon price of $12,658.58 Architect provided a sketch for the bracing of the new stud wall in Restroom C. The original iron framing was not braced and does not meet building codes and standards. The new bracing will provide adequate support for Restroom Remodel. Change Order #2 Page 1 of 3 2. Remove existing framing in Restroom C for the agreed upon price of $2500.00. The existing framing was inadequately braced and needed to be removed. 3. In order to control water the water for the individual restrooms without shutting down the entire Community Center it was recommended that adding Ball Valves to the individual Restrooms. Compensation for all the above additional work shall be provided in accordance with the attached JA Urban Change Order Requests By reason of this order, the time of completion will be adjusted as follows: deferred This Change Order is not valid until signed by the City of Carson The original Contract Amount was............................................................. $ 1,561,857.00 Net change by previously authorized Change Orders .................................... $ 78,189.18 The Contract Amount will be increased by this Change Order in the maximum amount of.............................................................................. $17,414.14 The revised Contract Amount is................................................................ $1,657,190.32 Project Completion Date: October 14, 2022 THIS CHANGE ORDER CONSTITUTES FULL, FINAL, AND COMPLETE COMPENSATION TO THE CONTRACTOR FOR ALL COSTS, EXPENSES, OVERHEAD, PROFIT, AND ANY DAMAGES OF EVERY KIND THAT THE CONTRACTOR MAY INCUR IN CONNECTION WITH THE ABOVE REFERENCED CHANGES IN THE WORK, INCLUDING ANY IMPACT ON THE REFERENCED WORK OR ON ANY OTHER WORK UNDER THE CONTRACT, ANY CHANGES IN THE SEQUENCES OF ANY WORK, ANY DELAY TO ANY WORK, ANY DISRUPTION OF ANY WORK, ANY RESCHEDULING OF ANY WORK, AND ANY OTHER EFFECT ON ANY OF THE WORK UNDER THIS CONTRACT. BY THE EXECUTION OF THIS CHANGE ORDER, THE CONTRACTOR ACCEPTS THE CONTRACT PRICE CHANGE AND THE CONTRACT COMPLETION DATE CHANGE, IF ANY, AND EXPRESSLY WAIVES ANY CLAIMS FOR ANY ADDITIONAL COMPENSATION, DAMAGES OR TIME EXTENSIONS, IN CONNECTION WITH THE ABOVE -REFERENCED CHANGES. WE, THE UNDERSIGNED CONTRACTOR, HAVE GIVEN CAREFUL CONSIDERATION TO THE CHANGE PROPOSED AND HEREBY AGREE, IF THIS PROPOSAL IS APPROVED, THAT WE WILL ACCEPT AS FULL PAYMENT THEREFORE THE PRICE SHOWN ABOVE. CONTRACTOR'S REPRESENTATIVE Change Order #1 Page 2 of 3 Date Name Signature REVIEWED BY: 47� 9-1-22 Frisco White, AIA. Date Design Principal SUBMITTED BY: t Q G z -z, _ Kenneth Young , P.E. Date Senior Civ' gineer RECOMMENDED BY: Gilbert M. Mar uez,Y.E. Date City Engineer ': ` APPROVED BY:M-7 ti�Jlt'44 - -- Eliza kIbne i man, PE, LEED AP Dat cWorks Director THE FOLLOWING PAGES ONLY INCLUDE CHANGE ORDER ATTACHMENTS Change Order #1 Page 3 of 3 EJA U R B A N SUBCONTRACTOR CHANGE ORDER CLIENT City of Carson PROJECT City of Carson Project No. 1656 PROJECT ADDRESS 701 E Carson St. Carson, CA 90745 DATE I 13 -Jul -22 COR NUMBER 1 3 ITEM NO. DESCRIPTION COST YOU ARE DIRECTED TO MAKE THE FOLLOWING CHANGES IN THIS CONTRACT: 1 Reframe existing framed walls at Restroom C per RFI 25. Reinforce existing framed wall at east of Gender $ 11,830.45 Neutral 207 if it remains due to existing plaster at exterior. Added GC Mark up @5% and Bond @2% $ 828.13 2 Cost to remove existing framing in restroom C. per RFI 25 $ 2,500.00 Performed by GC 3 Provide install main shut off vales serving Restrooms B, C and D per RFI 29 $ 2,108.00 Added GC Mark up @5% and Bond @2% $ 147.56 4 This is the cost to add (1) Lavatory per Restroom C - Option A sketch in the Women's Restroom. $ 3,992.00 Cost for added coring and patch $ 1,000.00 Per new layout emailed 4/27/22 Added GC Mark up @5% and Bond @2% $ 279.44 SUBTOTAL I$ 22,685.58 Sum of THIS approved change order: $ 22,685.58 Net change by PREVIOUS authorized change order(s): $ 78,189.18 Original contract sum: $ 1,561,857.00 NEW CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 1,662,731.76 Contract time will be changed by (in days) 15 SUBCONTRACTOR CONTRACTOR Timothy M. Daniels Project Manager 7/21/21 Carson Community Center Restrooms -- RESTROOM 'C' - MEN SCALE: 1/7'= 14' Carson Community Center Restrooms RESTROOM 'C' - WOMEN SCALE: 1/2'= 1-0" B Carson Community Center Restrooms RESTROOM 'C' - MEN OPTION 'A' SCALE: 1/7'= 1-0" April 27, 2022 engineered t E Systems Tim Daniels VIA EMAIL J.A. Urban, Inc. Re: City of Carson — Community Center RR Remodel EWP-003: 4in SOV to Isolate RR B, C & D ACCO Job #60640142 Dear Tim: This is the cost to cut in (1) 4in Press Isolation Valve to have control of the Domestic Cold Water for Restrooms B, D and D. ' Inclusions: Please see below: • Building Shut Down of Water Main (Building Engineer to be present — ACCO to help with shut down and drain down) o Night Work Included • Locate. 4in .!Main serving Restroorbs B, C;and D • Cutt in 4in_-Press;Shut Off Valve; • Re -Energize Domestic Water System and Check for Leaks Clarifications: • Building Engineer to Flush Out all Air Pockets from DCW System at all Fixtures • LEAD TIME FOR VALVE: 3-5 Days Exclusions: • Weekend Work EWP-003 — 4in SOV to Isolate RR B, C and D: $2;108 Please feel free to contact us at your earliest convenience should you have any questions or concerns. Sincerely, Franklin Le I Project Manager I ACCO Engineered Systems I Plumbing Extra Work Proposal Labor and Material Breakdown ACCO Job # : 60640142 Date Job Name: Carson RR Remodel Extra Work Proposal # Description of work: This Is the cost to cut In (1) 4in SOV to Isolate RR B, C & D (as a group; not individual). Pricing Breakdown: Plumbing -Field General Conditions Sales Tax Warranty Reserve (Direct cost + Sub: TOTAL COST + Overhead + Fee Total Extra Work Proposal Price 10.25% 1.00% en ineered t I systems 4/27/2022 3 $ 1,584.92 $ 132.78 $ 89.71 $ 18.07 $ 1,825.48 10% $ 182.55 5% $ 100.40 $ 2,108.43 Time extension required because of labor added by this change is 0.8 workdays This proposal includes 2 hours of straight time, 4 hours of overtime, hours of double time, & - hours of shift work. ACCO is: Proceeding with this work: Waiting for authorization: X "his price does not include any cutting or patching of drywall, electrical, painting, or other general construction. The cost of this change includes )nly those direct costs which can be identified at this time. There are no impact or ripple costs and no delay costs included in this proposal. ihould it be determined at a later date that we are experiencing impact cost because of multiple changes, delays, or causes beyond our control, ve will submit those costs at that time. Submitted by: Fra*uk..iy Le/ Project Manager Approved by: Signature Date: Date: 4/27/2022 ACCO Engineered Systems 1 of 1 4/27/2022 EWP #: 3 Extra Work Proposal Breakdown engineered Job #: 60640142 ' I systems Job Name: Carson RR Remodel Date: 4/27!2022 PLUMBING -FIELD INSTALL RRs(M on _ HRS= HWSHWn LABORR.AM LABOR$ MAIIEFwSfOTHER I TOTALS" Material Handing 5.0% 1 S 99.15 S 99.15 S S 99.15 Add i 4in SOV 1.0 4.0 S 122.11 S 610.57 $ 875.20 S 1,495.77 PWmbiny•Tko t - -HR5 -lits leK --tIRS -UIBOR RATE LABORS:-- .VATFAULS -TOTALS PlumbingField Totals: 2.0 4.0 0.0 . S 709.72 1 S 975.20 1 S 1,584.92 ACCO Engh,,—d 5pt-, 1 oI 1 427IM22 Z FEMUSM I WOLSELEY FERGUSON ENTERPRISES, LLC #603 2750 SOUTH TOWNE AVENUE POMONA, CA 91766 Phone: 909-517-3085 Fax: 909.613-1607 13:43:28 APR 27 2022 Bid No: B670844 Bid Date: 04/27/22 Quoted By: JXQ Customer: ACCO ENGINEERED SYSTEMS 888 E WALNUT ST ---MAIN ACCOUNT --- FILE 495912 PASADENA, CA 91101 Cust PO#: 640142 liver To: rom: John Quezada omments: FERGUSON ENTERPRISES LLC #1350 Price Quotation Phone: 909-517-3085 Fax: 909-613-1607 Item Description A77VLF14A01 LF 4 BV BRS BALL & STEM PXP XLC 3-5 Day Lead Time Item Code Description Cust Phone: 818-244-6571 Terms: NET 10TH PROX Ship To: ACCO ENGINEERED SYSTEMS 888 E WALNUT ST ---MAIN ACCOUNT --- FILE 495912 PASADENA, CA 91101 Job Name: 060640142 Quantity Net Price UM Total 1 875.199 EA 875.20 Net Total: $875.20 Tax: $0.00 Freight: $0.00 Total: $875.20 Notice A77VLF14A01 LF 4 BV BRS BALL & STEM PXP XLC m WARNING: Cancer and Reproductive Harm - www. P65Wamings.ca.gov Quoted prices are based upon receipt of the total quantity for immediate shipment (48 hours). SHIPMENTS BEYOND 48 HOURS SHALL BE AT THE PRICE IN EFFECT AT TIME OF SHIPMENT UNLESS NOTED OTHERWISE. QUOTES FOR PRODUCTS SHIPPED FOR RESALE ARE NOT FIRM UNLESS NOTED OTHERWISE. Page 1 of 1 CONTACT YOUR SALES REPRESENTATIVE IMMEDIATELY FOR ASSISTANCE WITH DBE/MBE/WBE/SMALL BUSINESS REQUIREMENTS. Seller not responsible for delays, lack of product or increase of pricing due to causes beyond our control, and/or based upon Local, State and Federal laws governing type of products that can be sold or put into commerce. This Quote is offered contingent upon the Buyer's acceptance of Seller's terms and conditions, which are incorporated by reference and found either following this document, or on the web at https://www.ferguson.com/content/website-info/terms-of-sale Govt Buyers: All items are open market unless noted otherwise. LEAD LAW WARNING: It is illegal to install products that are not "lead free" in accordance with US Federal or other applicable law in potable water systems anticipated for human consumption. Products with 'NP in the description are NOT lead free and can only be installed in non -potable applications. Bu er is solely responsible for product selection. WATER FLOW RATE NOTICE: Lavatory Faucets with flow rates over 0.5 GPM are not allowed for'public use' in California. COVID-19 ORDER: ANY REFERENCE TO OR INCORPORATION OF EXECUTIVE ORDER 14042 AND/OR THE EO -IMPLEMENTING FEDERAL CLAUSES (FAR 52.223-99 AND/OR DFARS 252.223-7999)) IS EXPRESSLY REJECTED BY SELLER AND SHALL NOT APPLY AS SELLER IS A MATERIALS SUPPLIER AND THEREFORE EXEMPT UNDER THE EXECUTIVE ORDER. 0 HOW ARE WE DOING? WE WANT YOUR FEEDBACK! Scan the QR code or use the link below to complete a survey about your bids: p _ https://survey.medallia.com/?bidsorder&fc=2028&on=5000 May 20, 2022 engineered systems Tim Daniels VIA EMAIL J.A. Urban, Inc. Re: City of Carson — Community Center RR Remodel EWP-004: Restroom C — Option A ACCO Job #60640142 Dear Tim: This is the cost to add (1) Lavatory per Restroom C Option A sketch in the Women's Restroom. Inclusions: Please see below: • Add (1) Lavatory in Women's Restroom in Restroom C — per Option A. o (1) Undermount Lavatory: TOTO LT542G ■ Mounting of Undermount by Countertop Sub o (1) Faucet & Soap Dispenser: Sloan ESD -411 -CP ■ Please note: EWP-002 — Lavatory Faucet Alternate has not been answered yet (faucet pricing subject to change depending on response) • Additional Pipe & Fittings and mounting for: Sanitary WasteNent, Domestic Cold/Hot Water • Layout • Testing and Inspection • Insulation for Domestic Hot Water Clarifications: • We are not adding any cores — plumbing will be done above floor in -wall. Exclusions: • Weekend Work. • Plumbing Permits. EWP-004 — Restroom C — Option A: $3;3±32. Please feel free to contact us at your earliest convenience should you have any questions or concerns. Sincerely, Franklin Le I Project Manager I ACCO Engineered Systems I Plumbing Extra Work Proposal I en ineered Labor and Material Breakdown systems ACCO Job # : 60640142 Date : 5/20/2022 Job Name: Carson RR Remodel Extra Work Proposal # : 3 Description of work: This is the cost to cut in (1) 4in SOV to Isolate RR B, C & D (as a group; not individual). Pricing Breakdown: Plumbing -Field $ 2,935.11 Project Support $ 132.78 Subcontracts $ 60.00 General Conditions $ 132.78 Sales Tax 10.25% $ 166.56 Warranty Reserve (Direct Cost + Subs) 1.00% $ 34.27 TOTAL COST $ 3,461.50 + Overhead 10% $ 340.15 + Fee 5% $ 187.08 + Subcontracts Overhead/Fee 5% $ 3.00 Total Extra Work Proposal Price $ 3,991.73 Time extension required because of labor added by this change is This proposal includes 13 hours of straight time, hours of double time, & ACCO is: Proceeding with this work: Waiting for authorization: 1.6 workdays - hours of overtime, - hours of shift work. X This price does not include any cutting or patching of drywall, electrical, painting, or other general construction. The cost of this change includes only those direct costs which can be identified at this time. There are no impact or ripple costs and no delay costs included in this proposal. Should it be determined at a later date that we are experiencing impact cost because of multiple changes, delays, or causes beyond our control, we will submit those costs at that time. Submitted by: Fraf&Uw Le, Project Manager Approved by: Signature Date: 5/20/2022 Date: ACCO Engineered Systems 1 of 1 5/20/2022 EWP s: 3 Extra Work Proposal Breakdown engineered Job k: 60640142 1 � systems Jab Name: Carson RR Remodel Date: 5/20/2022 PLUMBING - FIELD INSTALL HAS(sm on HFIS(OD W4(MRIFT) LABOR RATE LABOR$ MATtsausronmtS -_ 1OTAL4 - .._ Material Handling __.._.. _._ _... _... _50 _..._. _.. Reseoan C -Option A- _ ._.Fixlures6Componenls {Seo attached broakdovmj_-_. _ __.____ .__.____ Clean-up for added work_ _. _ _.295 Field Consumables 1 .. 8.0 2.0 _. _ 1.0 _.. --_ DA 0.0 ..._ 0.0 _ _ 0.0 ..S _ 0.05 0.0 $....._._._. _. ,.99.15 S _99,15___5..._ $ 99.15 , S _ 793.21,_S. 798305__._.._1,300.00_ 99.15 301.00_ S $ _ s 24.02 $ 1,094.21 1,498.30 99.1.5 24.02 Non-Ptoductive Field General Foreman Time 2% 1.0 0.0 0.0 0.0 _ S 120.26 S _S 120.28 5 _ 120.28 ,Ph+rtibdg •Tkkats. -. - : - ...1119 sT) -.. taS:OTI -' Blas OTl. HRS(SKFn:... LABOR RATE LABOR$ , . MATERIALFPlumbing Field Totals: 13.0 0.0 0.0 0.0 $ 1,310.09. S 1,625.02 S 2,935.11 PROJECT SUPPORT W's(sn rns(on HRS (oT) -- 181S(SHFT) LABOR RATE LABORS TOTALS Pro ecl Managers 1.0 S 132.78 S 132.76 S 132.78 Project Support Totals: 1.0 0.0 0.0i 0.0 S 132.78 $ S 132.78 SUBCONTRACTS SLIBCOST s TOTAL s PiDe Insulation S 60.00 is 60.00 Subcontract Total: $ 60.00 $ 60.00 ACCO Figneuei Sy:tem: i of 1 SrV2022 EWP K: 3 Equipment & Plumbing Fixtures Job N: 60640142 Job Name: Carson RR Remodel Date: 6/20/2022 Totals: 1 $1,300.00 2 PLUMBING FIXTURES Materials Labor Noun Ouantiry ST OT DT Shift Subtotal T Vendor Oeaerl Uan Conn wrtlon Unit Total Unk Unk Unit Unk UrMe Total LAV Lavatory 8 ap i aucel bo Commercial 1 $ 1,300.00 31,300. 2.0 2.0 2. Total. 1 $1,300.00 2.0 ACCO Enp—d SyM ms I d I ®e td systems Carson Community Center Restrooms RESTROOM 'C' - WOMEN OPTION 'A' SCALE: I /7' = 1-0" May 26, 2022 J.A. Urban Inc. 702 S Primrosse Ave Monrovia, CA 91016 tim.daniels@iaurban.com (626) 790-8070 Attn: Tim Daniels Ref: Reframe existing walls at Restroom C Project: Carson Community Center Restrooms 1250 North Lakeview Avenue, Suite H Anaheim, CA 92807 CA License Number 1073632 (323) 481-3563 Alorenzo@ModernMFD.com Bids@ModernMFD.com COR # 1.2 Address: 701 East Carson St. Carson, CA 90745 Tim, Please see the costs below for the referenced scope above. Items: 1, Refrains existing framed walls at Restrooin C per RFI 25. Reinforce existing framed wall at east of Gender Neutral 207 if it remains due to existing plaster at exterior.` Labor Journeyman Labor Foreman Additional Hourly Burden Small Tools, Safety/PPE, and Insurances Framing Material (70) 6" Stud - 6005162-43 (12) 6" Track - 60OT150-43 Framing Material Accessories Clips, CRC, Pins, & Screws Equipment 48 Hrs @ $68.65 /Hr $3,295.20 16 Hrs @ $71.65 /Hr $1,146.40 64 Hrs @ $16.00 /Hr $1,024.00 1 Ea @ $3,709.38 /Ea $3,709.38 1 Ea @ $300.00 /Ea $300.00 1 Ea @ $767.83 /Ea $767.83 Subtotal: 10,242.81 Administrative OH: 1,024.28 P: 563.35 Total: 1 1,830.45 Modem Metal Framing & Drywall Inc. reserves the right to receive compensation for any added scope of work not included in the proposal, contract, or this change order request. Respectfully submitted, Agustin Lorenzo Modern Metal Framing & Drywall, Inc. CHANGE ORDER PROJECT TITLE: Project No. 1656 — Community Center Bathroom Renovation TO CONTRACTOR: PROJECT NO: 1656 JA Urban Inc. Attn: David V. James CHANGE President ORDER NO: 3 702 South Primrose Ave. Monrovia, CA 91016 Type of Change Order: Increase 1 Decrease in Contract Quantities X Agreed Lump Sum Time Extension Only Change Requested by: City of Carson DATE: October 27, 2022 Change in Contract Unit Prices Time and Materials (Estimated) (Notice to Proceed with Not To Exceed Estimated Amount) Time and Materials (Final Price and Time) You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. Description of work to be done, estimate of quantities, and prices to be paid: Segregate between additional work at current or revised contract unit prices, agreed lump sum price, and time & materials. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is used and no allowance will be made for idle time. 1. New door and Frame $2,755.68 Due to design changes to meet the existing conditions and new layout an additional door was needed. Change Order #2 Page 1 of 3 2. Cost of change of Restroom accessories $7,601.96 Request for change out of Paper towel dispenser's and Waste unit. Plans originally called out for recessed dispensers, it was determined that wall mounted was needed. Some of the originally specified equipment was discontinued after construction began. 3. Relocate existing electrical conduit to above ceiling $13,222.57 When removing the concrete slab in Restroom D an electric conduit and conductors where damaged, the conduits were inappropriately placed in the concrete slab rather than below the slab. The existing conduit was beyond repair so the conduits where rerouted to the ceiling. 4. Relocate and consolidate existing electrical boxes $10,354.43 When restroom D and C ceiling was removed it exposed existing junction boxes that are below new ceiling height. Demo existing junction boxes below ceiling height, intercept conduit and run new conduit to minimize junction boxes. 5. Provide and Install Fire Alarm Modifications $46,008.59 Provide and install fire alarm system to include conduit, testing and inspections. Provide plans and engineering for fire alarm modifications. The Fire Marshal has now required the FA system rather than what was on the approved plans. Compensation for all the above additional work shall be provided in accordance with the attached JA Urban Change Order Requests By reason of this order, the time of completion will be adjusted as follows: deferred This Change Order is not valid until signed by the City of Carson The original Contract Amount was Net change by previously authorized Change Orders ............ The Contract Amount will be increased by this Change Order in the maximum amount of ............ The revised Contract Amount is ... Project Completion Date: November 22, 2022 $ 1,561,857.00 .... $ 95,603.32 .... $79,943.23 $1,737,403.55 THIS CHANGE ORDER CONSTITUTES FULL, FINAL, AND COMPLETE COMPENSATION TO THE CONTRACTOR FOR ALL COSTS, EXPENSES, OVERHEAD, PROFIT, AND ANY DAMAGES OF EVERY KIND THAT THE CONTRACTOR MAY INCUR IN CONNECTION WITH THE ABOVE REFERENCED CHANGES IN THE WORK, INCLUDING ANY IMPACT ON THE REFERENCED WORK OR ON ANY OTHER WORK UNDER THE CONTRACT, ANY CHANGES IN THE SEQUENCES OF ANY WORK, ANY DELAY TO ANY WORK, ANY DISRUPTION OF ANY WORK, ANY RESCHEDULING OF ANY WORK, AND ANY OTHER EFFECT ON ANY OF THE WORK UNDER THIS CONTRACT. BY THE EXECUTION OF THIS CHANGE ORDER, THE CONTRACTOR ACCEPTS THE CONTRACT PRICE CHANGE AND THE CONTRACT COMPLETION DATE CHANGE, IF ANY, AND EXPRESSLY WAIVES ANY CLAIMS FOR ANY ADDITIONAL COMPENSATION, DAMAGES OR TIME EXTENSIONS, IN CONNECTION WITH THE ABOVE -REFERENCED CHANGES. WE, THE UNDERSIGNED CONTRACTOR, HAVE GIVEN CAREFUL CONSIDERATION TO Change Order #1 Page 2 of 3 THE CHANGE PROPOSED AND HEREBY AGREE, IF THIS PROPOSAL IS APPROVED, THAT VVEWILL ACCEPT A8FULL PAYMENT THEREFORE THE PRICE SHOWN ABOVE. CONTRACTOR'S REPRESENTATIVE Date Name Signature ~/ 10-31-22FtEV|EVVE[JB\~: /L��aFrisco White, AIA. DateDesign Principal 9/ SUBMITTED BY: 10-31-22 Kenneth Young , P.E. Date Senior Ci 'I Engineer Ell�' -~— RECOMMENDED BY: Gilbert M. Mai Date City Engi ieer�quez,)P.E. APPROVED BY: THE FOLLOWING PAGES ONLY INCLUDE CHANGE ORDER ATTACHMENTS Change Order #1 TO CONTRACTOR: JA Urban Inc. Attn: David V. James President 702 South Primrose Ave. Monrovia, CA 91016 Type of Change Order: CHANGE 0"ER PROJECT TITLE: Project No. 1656 — Community Center Bathroom Renovation PROJECT NO: 1656 CHANGE ORDER NO: 4 Increase / Decrease in Contract Quantities X Agreed Lump Sum Time Extension Only Change Requested by: City of Carson DATE: February 18, 2022 Change in Contract Unit Prices Time and Materials (Estimated) (Notice to Proceed with Not To Exceed Estimated Amount) Time and Materials (Final Price and Time) You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. Description of work to be done, estimate of quantities, and prices to be paid: Segregate between additional work at current or revised contract unit prices, agreed lump sum price, and time & materials. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is used and no allowance will be made for idle time. 1. Furr out wall $3,315.82 Due to existing conditions the wall in Restrooms B,C and D needed to be adjusted to accommodate the hand Dryers. Change Order #2 Page 1 of 3 2. Ceiling access door changes $1,915.38 Ceiling framing access and electrical wiring needed to be reworked to access the electrical wiring in the ceiling. 3. Cement Boarding over Block Wall $37,490.02 Per RFI 46 CMU walls in restrooms B,C and D needed to be finished for Wall covering install. Compensation for all the above additional work shall be provided in accordance with the attached JA Urban Change Order Requests By reason of this order, the time of completion will be adjusted as follows: deferred This Change Order is not valid until signed by the City of Carson The original Contract Amount was............................................................. $ 1,561,857.00 Net change by previously authorized Change Orders .................................. $ 175,546.55 The Contract Amount will be increased by this Change Order in the maximum amount of.............................................................................. $42,721.22 The revised Contract Amount is................................................................ $1,780,124.77 Project Completion Date: January 5, 2023 THIS CHANGE ORDER CONSTITUTES FULL, FINAL, AND COMPLETE COMPENSATION TO THE CONTRACTOR FOR ALL COSTS, EXPENSES, OVERHEAD, PROFIT, AND ANY DAMAGES OF EVERY KIND THAT THE CONTRACTOR MAY INCUR IN CONNECTION WITH THE ABOVE REFERENCED CHANGES IN THE WORK, INCLUDING ANY IMPACT ON THE REFERENCED WORK OR ON ANY OTHER WORK UNDER THE CONTRACT, ANY CHANGES IN THE SEQUENCES OF ANY WORK, ANY DELAY TO ANY WORK, ANY DISRUPTION OF ANY WORK, ANY RESCHEDULING OF ANY WORK, AND ANY OTHER EFFECT ON ANY OF THE WORK UNDER THIS CONTRACT. BY THE EXECUTION OF THIS CHANGE ORDER, THE CONTRACTOR ACCEPTS THE CONTRACT PRICE CHANGE AND THE CONTRACT COMPLETION DATE CHANGE, IF ANY, AND EXPRESSLY WAIVES ANY CLAIMS FOR ANY ADDITIONAL COMPENSATION, DAMAGES OR TIME EXTENSIONS, IN CONNECTION WITH THE ABOVE -REFERENCED CHANGES. WE, THE UNDERSIGNED CONTRACTOR, HAVE GIVEN CAREFUL CONSIDERATION TO THE CHANGE PROPOSED AND HEREBY AGREE, IF THIS PROPOSAL IS APPROVED, THAT WE WILL ACCEPT AS FULL PAYMENT THEREFORE THE PRICE SHOWN ABOVE. Timothy Daniels v( 2/28/23 CONT Name Change Order #1 Page 2 of 3 RESENTATIVE Signature nate REVIEWED BY: 3-3-23 Frisco White, AIA. Date Design Principal SUBMITTED BY: 3-6-23 g , Date Senior Civil Engineer RECOMMENDED BY:f 3-6-2023 Gilbert M. Marquez, P.E. Date City Engineer APPROVED BY: C 2� John ay pnd Date Ass' a at i y Manager Kenneth Y un P.E. THE FOLLOWING PAGES ONLY INCLUDE CHANGE ORDER ATTACHMENTS Change Order #1 Page 3 of 3 EJA U R B A N ., SUBCONTRACTOR ORDER CLIENT City of Carson PROJECT City of Carson Project No. 1656 PROJECT ADDRESS 701 E Carson St. Carson, CA 90745 PATE I 31 -Dec -21 GOR NUMBER 1 5 ITEM NO. DESCRIPTION COST YOU ARE DIRECTED TO MAKE THE FOLLOWING CHANGES IN THIS CONTRACT: 1 $ 3,096.00 Furr out wall over block wall for hand dyers per RFI 32 B,C,D $ 154.80 OHP Contractor @5% $ 65.02 Bond @ 2% 2 $ 1,788.40 Frame head -outs for access door for reworked electrical in ceiling B,C,D $ 89.42 OHP Contractor @5% $ 37.56 Bond @2% 3 $ 31,730.52 Install cement board over block wall with L5 finish per RFI 46 B,C,D $ 3,275.00 Added supervision for added scope $ 1,750.28 OHP Contractor @5% $ 735.12 Bond @2% 4 Cut existing block wall to receive new door frames $ 2,695.40 Labor to cut block wall 32 hours @$84.23 = $2695.40 $ 300.00 Equipment Rental 2@$150.00 $ 449.31 OHP Contractor @15% $ 68.89 Bond @2% SUBTOTAL ,$ 46,235.71 Sum of THIS approved change order: $ 46,235.71 Net change by PREVIOUS authorized change order(s): $ 180,817.99 Original contract sum: $ 1,561,857.00 NEW CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 1,788,910.70 Contract time will be changed by (in days) 30 SUBCONTRACTOR CONTRACTOR M. Daniels 12/31/22 tirt.TAr.FMAINc:fetzttYtt•AI tic. August 26, 2022 J.A. Urban Inc. 702 S Primrosse Ave Monrovia, CA 91016 tim.danielsC@iaurban.com iaurban.com Attn: Tim Daniels 1250 North Lakeview Avenue, Suite H F Anaheim, CA 92807 CA License Number 1073632 (323) 481-3563 Alorenzo(@ModernMFD.com Bids(a.ModernMFD.com (626) 790-8070 COR # 3.0 Ref: RFI #32: Hand dryers locations at block walls Address: 701 East Carson St. Project: Carson Community Center Restrooms Carson, CA 90745 Tim, Please see the costs below for the referenced scope above. Items: 1 RFI #32: Hand dryers locations at block walls. Furred Wall. Labor Journeyman Labor Foreman Additional Hourly Burden Small Tools, Safety/PPE, and Insurances Framing & Drywall Material (6) 4" Stud - 4005162-43 (2) 4" Track - 400T150-43 (3) WR Gypsum Board Sheets Framing Material Accessories Clips, CRC, Pins, & Screws Equipment 16 Hrs @ $68.65 /Hr $1,098.40 8 Hrs @ $71.65 /Hr $573.20 24 Hrs @ $16.00 /Hr $384.00 1 Ea @ $475.00 /Ea $475.00 1 Ea @ $150.00 /Ea $150.00 0 Ea @ $0.00 /Ea $0.00 Subtotal: 2,680.60 Administrative OH: 268.06 P: 147.43 Total: 3,096.09 Modern Metal Framing & Drywall Inc. reserves the right to receive compensation for any added scope of work not included in the proposal, contract, or this change order request. Respectfully submitted, Agustin Lorenzo Modern Metal Framing & Drywall, Inc. a :1tL"IA �tL•13II�t3��3i1t]�5'_it fit'. October 29, 2022 J.A. Urban Inc. 702 S Primrosse Ave Monrovia, CA 91016 tim.danieis aniaurban.com Attn: Tim Daniels (626) 790-8070 1250 North Lakeview Avenue, Suite H Anaheim, CA 92807 CA License Number 1073632 (323) 481-3563 Alorenzo(WodernMFD. ccm BidsaModernlWD.com COR # 4.0 Ref: RFI 27 - Framing for Ceiling Access Panels BCD Address: 701 East Carson St. Project: Carson Community Center Restrooms Carson, CA 90745 Tim, Please see the costs below for the referenced scope above. Items: 1 RFI 27 - Framing for Ceiling Access Panels at RRs B, C and D Labor Journeyman Labor Foreman Additional Hourly Burden Small Tools, Safety/PPE, and Insurances Framing Material (10) Track or Stud Framing Framing Material Accessories Clips, CRC, Pins, & Screws Equipment 8 Hrs @ $68.65 /Hr $549.20 8 Hrs @ $71.65 /Hr $573.20 16 Hrs @ $16.00 /Hr $256.00 10 Ea @ $15.00 /Ea $150.00 1 Ea @ $20.00 /Ea $20.00 0 Ea @ $0.00 /Ea $0.00 Subtotal: 1,548.40 Administrative OH: 154.84 P: 85.16 Total: 1,788.40 Modern Metal Framing & Drywall Inc. reserves the right to receive compensation for any added scope of work not included in the proposal, contract, or this change order request. Respectfully submitted, Agustin Lorenzo Modern Metal Framing & Drywall, Inc. November 22, 2022 J.A. Urban Inc. 702 S Primrosse Ave Monrovia, CA 91016 tim.daniels(a?iaurban.com Attn: Tim Daniels (626) 790-8070 1250 North Lakeview Avenue, Suite H Anaheim, CA 92807 CA License Number 1073632 (323) 481-3563 Alorenzo aWodernMFD.com Bids6WodernMFD.com COR # 9.1 Ref: RFI #46: Cement Board at CMU walls ABCD Address: 701 East Carson St. Project: Carson Community Center Restrooms Carson, CA 90745 Tim, Please see the costs below for the referenced scope above. Items: 1 RFI #46: Cement board at CMU ABCD with L5 finish at areas to receive wall covering and not skimmed at areas to receive tile. Labor Journeyman 184 Hrs @ $71.65 /Hr $13,183.60 Labor Foreman 96 Hrs @ $74.65 /Hr $7,166.40 Additional Hourly Burden 280 Hrs @ $16.00 /Hr $4,480.00 Small Tools, Safety/PPE, and Insurances Framing & Drywall Material Cement board sheets 53 Ea @ $29.57 /Ea $1,567.21 Joint/Topping Compound 14 Ea @ $13.95 /Ea $195.30 All Purpose primer 10 Ea @ $11.68 /Ea $116.80 Mesh Joint tape 4 Ea @ $16.04 /Ea $64.16 Framing Material Accessories Tapcon Screws 14 Box @ $32.06 /Ea $448.84 Material Delivery 1 Ea @ $250.00 /Ea $250.00 Subtotal: 27,472.31 Administrative OH: 2,747.23 P: 1,510.98 Total: 31,730.52 Modern Metal Framing & Drywall Inc. reserves the right to receive compensation for any added scope of work not included in the proposal, contract, or this change order request. Respectfully submitted, Agustin Lorenzo Modern Metal Framing & Drywall, Inc. E U k 6 A M TIME AND MATERIAL DAILY LOG City of Carson, Community Center Project: Bathroom Renovation Subcontractor: CO Item/ #: DATE: may, DAY: �— Description and location of work Materials, Equipment, Tools, Disposal, etc... Approved by Super• n nature TIME AND MATERIAL DAILY LOG City of Carson, Community Center Project: Bathroom Renovation Subcontractor: CO Item/ #: DATE: (7,A) 6 DAY: Description and location of work C,u-� 4y 14.; Materials, Equipment, Tools, Disposal, etc... ro 1 L� i Superintendent Signature TO CONTRACTOR: JA Urban Inc. Attn: David V. James President 702 South Primrose Ave. Monrovia, CA 91016 Type of Change Order: CHANGE ORDER PROJECT TITLE: Project No. 1656 — Community Center Bathroom Renovation PROJECT NO: 1656 CHANGE ORDER NO: 5 Increase / Decrease in Contract Quantities X Agreed Lump Sum Time Extension Only Change Requested by: City of Carson DATE: April 4, 2022 Change in Contract Unit Prices Time and Materials (Estimated) (Notice to Proceed with Not To Exceed Estimated Amount) Time and Materials (Final Price and Time) You are hereby directed to make the herein described changes from the plans and specifications or do the following described work not included in the plans and specifications on this contract. Description of work to be done, estimate of quantities, and prices to be paid: Segregate between additional work at current or revised contract unit prices, agreed lump sum price, and time & materials. Unless otherwise stated, rates for rental of equipment cover only such time as equipment is used and no allowance will be made for idle time. 1. Demo Tile and Floors $16,436.40 Demo Tile and floors in the lobby of the Senior Center entrance to the restrooms. Price includes Material/Dumpster Fees, Labor and bonding Change Order #2 Pagel of 3 2. Cement board and Drywall rework $6,338.80 Price includes Cement board/ drywall rework and installation of backing 3. New wall and Floor rile $12,661.36 Price includes tile for walls and floors per new floor plan 4. New Water Fountains $7,761.09 Price includes labor and materials to replace existing water fountain to make the project water fountains 5. Electrical Rework $1,286.75 Price includes labor and materials to rework electrical for new fountains Compensation for all the above additional work shall be provided in accordance with the attached JA Urban Change Order Requests By reason of this order, the time of completion will be adjusted as follows: deferred This Change Order is not valid until signed by the City of Carson The original Contract Amount was............................................................. $ 1,561,857.00 Net change by previously authorized Change Orders .................................. $ 218,267.77 The Contract Amount will be increased by this Change Order in the maximum amount of ....................... The revised Contract Amount is Project Completion Date: June 30, 2023 ................................................. $44,484.40 ............................................ $1,824,608.77 THIS CHANGE ORDER CONSTITUTES FULL, FINAL, AND COMPLETE COMPENSATION TO THE CONTRACTOR FOR ALL COSTS, EXPENSES, OVERHEAD, PROFIT, AND ANY DAMAGES OF EVERY KIND THAT THE CONTRACTOR MAY INCUR IN CONNECTION WITH THE ABOVE REFERENCED CHANGES IN THE WORK, INCLUDING ANY IMPACT ON THE REFERENCED WORK OR ON ANY OTHER WORK UNDER THE CONTRACT, ANY CHANGES IN THE SEQUENCES OF ANY WORK, ANY DELAY TO ANY WORK, ANY DISRUPTION OF ANY WORK, ANY RESCHEDULING OF ANY WORK, AND ANY OTHER EFFECT ON ANY OF THE WORK UNDER THIS CONTRACT. BY THE EXECUTION OF THIS CHANGE ORDER, THE CONTRACTOR ACCEPTS THE CONTRACT PRICE CHANGE AND THE CONTRACT COMPLETION DATE CHANGE, IF ANY, AND EXPRESSLY WAIVES ANY CLAIMS FOR ANY ADDITIONAL COMPENSATION, DAMAGES OR TIME EXTENSIONS, IN CONNECTION WITH THE ABOVE -REFERENCED CHANGES. WE, THE UNDERSIGNED CONTRACTOR, HAVE GIVEN CAREFUL CONSIDERATION TO THE CHANGE PROPOSED AND HEREBY AGREE, IF THIS PROPOSAL IS APPROVED, THAT WE WILL ACCEPT AS FULL PAYMENT THEREFORE THE PRICE SHOWN ABOVE. Change Order #1 Page 2 of 3 CONTRACTOR'S REPRESENTATIVE Date Name Signature REVIEWED BY: Frisco White, AIA. Date Design Principal SUBMITTED BY: Kenneth Young , P.E. Date Senior Civil Engineer RECOMMENDED BY: Gilbert M. Marquez, P.E. Date City Engineer APPROVED BY: John Raymond Date Assistant City Manager THE FOLLOWING PAGES ONLY INCLUDE CHANGE ORDER ATTACHMENTS Change Order #1 Page 3 of 3 EJA U R B A N SUBCONTRACTOR CHANGE ORDER CLIENT City of Carson PROJECT City of Carson Project No. 1656 PROJECT ADDRESS 101 E Carson St. Carson, CA 90745 DATE 24 -Feb -23 COR NUMBER 1 6 ITEM NO. DESCRIPTION CONTRACTOR Signature COST YOU ARE DIRECTED TO MAKE THE FOLLOWING CHANGES IN THIS CONTRACT: Timothy M. Daniels Title: Project Manager 1 Cost to Scan slab in restroom E due to water main going underground 2/24/23 $ 950.00 Cost to remoblize demo sub due to water line going underground $ 1,748.00 Cost of added supervision for added scope $ 1,750.00 OHP Contractor @5% $ 134.90 Bond @ 2% $ 56.66 2 New door and Frame for revised sketch 1 restroom A due to space limatations $ 2,866.00 OHP Contractor @5% $ 143.30 Bond @2% $ 60.19 3 Install cement board over block wall with L5 finish per RFI 46 for restroom A $ 13,439.07 Added supervision for added scope $ 1,250.00 OHP Contractor @5% $ 734.45 Bond @2% $ 308.47 4 Add Sanitary Napkin Disposal Units in women restroom stalls (19ea) $ 1,197.00 Add coat hooks on restroom doors 30ea $ 1,480.00 OHP Contractor @15% $ 401.55 Bond @2% $ 37.63 5 Electrical invstgation for electrical inslab Condit $ 1,172.00 Repair of electical conduit from removed concrete slab $ 4,117.00 OHP Contractor @5% $ 264.45 Bond @2% $ 111.07 SUBTOTAL $ 32,221.74 Sum of THIS approved change order: $ 32,221.74 Net change by PREVIOUS authorized change order(s): $ 223,540.50 Original contract sum: $ 1,561,857.00 NEW CONTRACT AMOUNT INCLUDING THIS CHANGE ORDER: $ 1,817,619.24 Contract time will be changed by (in days) 120 SUBCONTRACTOR Name: Date: CONTRACTOR Signature Name: Timothy M. Daniels Title: Project Manager Date: 2/24/23