Loading...
HomeMy WebLinkAbout24B279 - Riverside Construction Company, Inc.CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Contract Change Order No. 1 Riverside Construction Company, Inc. Jason Moore, Vice President jmoore@rivconstruct.com South Palm Canyon Drive Bridge Replacement at Tahquitz Creek Channel, City Project 12-02 $10,830,913 (includes CCO#1 for $320,000) 03/31/2025 - 12/01/2026 On file Jason Moore, jmoore@rivconstruct.com Engineering Services Joel Montalvo / Juan Segoviano X1096 October 10, 2024, Item 1K 24B279 Contract Change Order No. 1 - TBD Yes Yes Yes Department Yes No Contract Change Order No. 1 is attached. N/A 07/14/2025 Vonda Teed Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 Page 1 of 6      CITY OF PALM SPRINGS  CONTRACT CHANGE ORDER NO. 001: a. Environmental Compliance,  b. Asbestos Abatement, c. Traffic Control Revisions     CP 12‐02 South Palm Canyon Drive   Bridge Replacement At Tahquitz Creek Channel Project,   Federal Aid Project # BRLS‐5282(042)    Contractor: Riverside Construction Company, Inc.                                           Date: June 25, 2025    CCO 001.a Environmental Compliance, CCO 001.b Asbestos Abatement and CCO 001.c Traffic Control  Revisions will be issued to the Contractor in accordance with Section 2‐7, “Changes Initiated by the Agency,”  of Part II of the Special Provisions.     The changes explained in detail are below.    a. Environmental Compliance:    CONTRACT CHANGE ORDER SUMMARY    In accordance with Section 2‐7, “Changes Initiated by the Agency,” of Part II of the Special Provisions,  the City is issuing this Change Order to incorporate additional scope related to environmental  compliance and mitigation. This includes:  1. the removal of existing bird nests and the painting of areas beneath the bridge prior to nesting  season.   2. the pruning palm trees including associated traffic control.   3. the construction of temporary scaffolding beneath the bridge for the installation of bat  mitigation devices.   4. Providing support for the project biologist to ensure compliance with all applicable  environmental requirements as directed by the engineer.     CONTRACT CHANGE ORDER COST – Force Account (Time & Material)     This Change Order shall be paid as extra work on a force account basis (time & Material), in  accordance with Section 3‐3, “Extra Work,” of the Greenbook (Standard Specifications for Public  Works Construction).    The Contractor will be compensated for actual costs of labor, materials, equipment, and  subcontractor work as incurred in performing the work described in this Change Order. Payment will  include applicable markups as allowed under Section 3‐3. Force account records must be submitted  daily and approved by the Engineer to substantiate all costs.    Final compensation will be based on verified actual costs as documented in daily force account  records and may vary from the estimated total shown above.     Total Change Order 001.a Amount: $100,000.00    Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 Page 2 of 6      b. Asbestos Abatement:    CONTRACT CHANGE ORDER SUMMARY    In accordance with Section 2‐7, “Changes Initiated by the Agency,” of Part II of the Special Provisions,  the City is issuing this Change Order to incorporate additional scope related to removal and disposal  of existing asbestos pipes underneath both westerly and easterly sidewalks of the bridge, including  necessary traffic related to this work.      CONTRACT CHANGE ORDER COST – Force Account (Time & Material)     This Change Order shall be paid as extra work on a force account basis (time & Material), in  accordance with Section 3‐3, “Extra Work,” of the Greenbook (Standard Specifications for Public  Works Construction).    The Contractor will be compensated for actual costs of labor, materials, equipment, and  subcontractor work as incurred in performing the work described in this Change Order. Payment will  include applicable markups as allowed under Section 3‐3. Force account records must be submitted  daily and approved by the Engineer to substantiate all costs.    Final compensation will be based on verified actual costs as documented in daily force account  records and may vary from the estimated total shown above.     Total Change Order 001.b Amount: $100,000.00    c. Traffic Control Revisions    CONTRACT CHANGE ORDER SUMMARY    Pursuant to Section 2‐7, 'Changes Initiated by the Agency,' of Part II of the Special Provisions, the City  is issuing this Change Order to include:  1. the addition of a Changeable Message Sign (CMS) on Indian Canyon Drive,   2. the installation of several construction signs as directed by the City,   3. and the removal of the existing median on South Palm Canyon Drive just north of East Sunny  Dunes Road to implement the Revised Traffic Control Plans, as shown on Sheets 4 and 5 of  this Change Order.    CONTRACT CHANGE ORDER COST – Force Account (Time & Material)     This Change Order shall be paid as extra work on a force account basis (time & Material), in  accordance with Section 3‐3, “Extra Work,” of the Greenbook (Standard Specifications for Public  Works Construction).    The Contractor will be compensated for actual costs of labor, materials, equipment, and  subcontractor work as incurred in performing the work described in this Change Order. Payment will  include applicable markups as allowed under Section 3‐3. Force account records must be submitted  daily and approved by the Engineer to substantiate all costs.    Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 Page 3 of 6    Final compensation will be based on verified actual costs as documented in daily force account  records and may vary from the estimated total shown above.     Total Change Order 001.c Amount: $120,000.00                                                          Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 Page 4 of 6   Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 Page 5 of 6    Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 Page 6 of 6    CONTRACT CHANGE ORDER COST – Force Account (Time & Material)     Total Change Order 001 Amount: $320,000.00    CHANGES TO CONTRACT TIME    No time adjustment is granted under this Change Order 1.a. Any impact to the project schedule resulting  from this work will be evaluated upon receipt of proper documentation and a written request from the  Contractor in accordance with Section 6‐6, “Delays and Extensions of Time,” of the Greenbook. Time  consideration is hereby deferred.      Time: Deferred    SUMMARY OF COSTS    Original Contract Amount: $10,510,913.00 Construction Start Date: 03/31/2025  Previous Change Orders: $0.00 Previous Agreed Completion Date: 12/01/2026  This Change Order Amount: $320,000.00 Working Days Added: 0  Revised Contract Amount: $10,830,913.00 Revised Completion: 12/01/2026      The undersigned Contractor hereby agrees to the terms, conditions, and pricing of this Change Order.  Execution of this Change Order constitutes full and final settlement for all costs and impacts (direct and  indirect), except for time, which is deferred for Change Order 1.a as noted above. The Contractor reserves  the right to submit a request for time adjustment in accordance with Section 6‐6, “Delays and Extensions  of Time,” of the Standard Specifications for Public Works Construction (Greenbook).  This Change Order is hereby acknowledged and accepted:        Riverside Construction Company, Inc.         Signature – Ryan Camp, Project Manager  Date       City of Palm Springs            Recommended By:       Ibrahim Bakirci, Resident Engineer (Consultant)  Date       Recommended By:       Joshua Nickerson, Project Manager (Consultant)  Date       Recommended By:       Joel Montalvo, City Engineer  Date       Approved By:       Scott C. Stiles, City Manager  Date        Attest By:       Brenda Pree, City Clerk  Date          06/26/25 Jason Moore, Vice President 06/30/2025 Docusign Envelope ID: 6B345EB8-AAFA-412D-A45F-84FA12FE7BB5 7/14/2025 7/14/2025 7/14/2025 CONTRACT ABSTRACT Contract/Amendment Name of Contract: Company Name: Company Contact: Email: Summary of Services: Contract Price: Contract Term: Public Integrity/ Business Disclosure Forms: Contract Administration Lead Department: Contract Administrator/ Ext: Contract Approvals Council/City Manager Approval Date: Agreement Number: Amendment Number: Contract Compliance Exhibits: Insurance: Routed By: Bonds: Business License: Sole Source Co-Op CoOp Agmt #: Sole Source Documents: CoOp Name: CoOp Pricing: By: Submitted on: Contract Abstract Form Rev 8.16.23 Authorized Signers: Name, Email (Corporations require 2 signatures) Agreement (Construction Contract) Riverside Construction Company, Inc. Bryan Lounsbury blounsbury@rivconstruct.com South Palm Canyon Drive Bridge Replacement at Tahquitz Creek Channel, City Project 12-02 $10,510,913 To be determined by the Notice to Proceed On file Donald M. Pim, dpim@rivconstruct.com Bryan Lounsbury, blounsbury@rivconstruct.com Engineering Services Joel Montalvo / Francisco Jaime X8750 October 10, 2024, Item 1K 24B279 N/A Yes Yes Yes Department Yes No Agreement, Bonds, and Insurance are attached. N/A 10/28/2024 Vonda Teed Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB AGREEMENT 24B279 (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 10th day of October, 2024, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Riverside Construction Company, Inc., a California corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: SOUTH PALM CANYON DRIVE BRIDGE REPLACEMENT AT TAHQUITZ CREEK CHANNEL CITY PROJECT NO. 12-02 The Work comprises of reconstruction of the bridge over Tahquitz Creek Channel, reconstruction of channel slopes, street reconstruction of South Palm Canyon Drive from E. Sunny Dunes Road to approximately 900 feet south of E. Sunny Dunes Road consisting of curb and gutter, sidewalk, storm drain, and landscaped medians and parkways, singing and striping, Traffic Signal improvements, installation of temporary traffic signals for a construction detour, and installation of a 16” Domestic Waterline. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. The parties also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor will pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB 10/30/2024 Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB Docusign Envelope ID: EE3B2E2D-A285-4848-AA41-A706271DF4CB