HomeMy WebLinkAbout9/7/2016 - STAFF REPORTS - 1.K. ALM Sp4
iy
U c
V N
O°•oeeno+45
CA4
1FOR City Council Staff Report
Date: September 7, 2016 CONSENT CALENDAR
Subject: ACCEPTANCE OF THE BICYCLE CORRIDORS, PHASE 1, CITY
PROJECT NO. 13-32
From: David H. Ready, City Manager
Initiated by: Engineering Services Department
SUMMARY
Formal City Council acceptance of the Bicycle Corridors, Phase 1, City Project No. 13-32,
(the "Project") is required to document the completion of the public works improvement,
and to allow the City's filing of a Notice of Completion with the Riverside County
Recorder in accordance with Section 9200 of the California Civil Code.
RECOMMENDATION:
1) Accept the public works improvement identified as the Bicycle Corridors, Phase 1,
City Project No. 13-32, as completed in accordance with the plans and specifications;
and
2) Authorize the City Engineer to execute and file for recordation with the Riverside
County Recorder a Notice of Completion for the Bicycle Corridors, Phase 1, City
Project No. 13-32.
STAFF ANALYSIS:
On March 4, 2015, the City Council awarded a construction contract to All American
Asphalt, California corporation, in the total contract amount of $1,320,405 for the Bicycle
Corridors, Phase 1, City Project No. 13-32, (the "Project"). The original scope of the
Project included the following bicycle facilities:
1. Escoba Dr. / EI Cielo Rd. / Civic Dr. Corridor:
• Escoba Drive (E. Palm Canyon Dr. to El Cielo Road): Class 2 bike lanes
• El Cielo Road (Escoba Drive to Tahquitz Canyon Way): Class 2 bike lanes
• Civic Drive (Tahquitz Canyon Way to Alejo Road): Class 3 bike route
ITEM NO.
City Council Staff Report
September 7, 2016— Page 2
Acceptance of City Project 13-32, Bicycle Corridors, Phase 1
2. Alejo Road Corridor:
• Belardo Road to Via Miraleste: Class 3 bike route
• Via Miraleste to Orchid Tree Lane: Class 2 bike lanes
• Orchid Tree Lane to Civic Drive: Class 3 bike route
3. Belardo Road Corridor:
• Sunny Dunes Road to Baristo Road: Class 2 bike lanes
• Baristo Road to Tahquitz Canyon Way: Class 2 bike route
• Tahquitz Canyon Way (Belardo Road to Museum Way): Class 2 bike lanes
• Museum Drive (Tahquitz Canyon Way to Amado Road): Class 2 bike lanes
• Amado Road to Alejo Road: Class 3 bike route
4. Calle Encilia Corridor:
• Ramon Road to Alejo Road: Class 2 bike lanes
A project location map of the Bicycle Corridors, Phase 1 project is provided in Figure 1.
'`;,... RACQUET CLU9 ROAD W - H
a
m YISTA,ICHINOL_
O W
l
a
OS Y d W
zALEJO ROAD
a t '
u TAH CANy WAY
J �_
W
V
RAMOMiROAD.. o,
w w
MESQUITE)AVENUE w
f' I
i E':PALM CANYDN�DRIYE -EK96L DRIVE
Figure 1
02
City Council Staff Report
September 7, 2016— Page 2
Acceptance of City Project 13-32, Bicycle Corridors, Phase 1
As part of its action on March 4, 2015, the City Council included authorization for the
City Manager to approve a construction contract change order in the estimated amount
of $50,000 to included Class 3 bicycle routes with green back Sharrows and bike route
signage on Mesquite Ave. (from Camino Real to Sunrise Way), and on Via Escuela
(from Sunrise Way to Gene Autry Trail). City Council further authorized the City
Manager to approve additional cumulative change orders of up to $50,000. The total
maximum contract price authorized by City Council was $1,420,405.
During construction, pursuant to the City Council's authority, the City Manager
administratively approved the following construction contract change orders ("CCOs"):
• CCO1 in the amount of $69,054.30 for additional work, including the Via Escuela
bike route striping and signage authorized by Council;
• CCO2 for a credit of ($33,741.42) for adjustments to final quantities and additional
work;
• CCO3 in the amount of $6,321.92 for final accounting of actual quantities of
construction items completed, additional work that included the installation of Class
2 bike lanes on El Cielo Road (between Tahquitz Canyon Way and Ramon Road)
approved by City Council on September 2, 2015
The total cumulative amount of approved CCOs for the Project is $41,634.80, or 3.2%
of the original contract amount. A copy of CCO1 , CCO2 and CCO3 are included as
Attachment 1.
The Project was administered by the City's on-call construction management firm,
Willdan Engineering, who has acted as the City's Resident Engineer. Willdan has
determined that All American Asphalt, Inc.; satisfactorily completed the Project on July
5, 2016, has conducted a final inspection and found the work to be in compliance with
the plans, specifications and standards of the City of Palm Springs as evidenced by
letter from Willdan Engineering received on August 8, 2016 and included as
Attachment 2.
Staff recommends that the City Council accept the Project, as required by Section 9200
of the California Civil Code, and authorize the City Engineer to file and record a Notice
of Completion within 15 days of the City Council's action. A copy of the Notice of
Completion to be submitted to the County is included as Attachment 3.
ENVIRONMENTAL IMPACT:
Section 21084 of the California Public Resources Code requires Guidelines for
Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines
are required to include a list of classes of projects which have been determined not to
have a significant effect on the environment and which are exempt from the provisions
of CEQA. In response to that mandate, the Secretary for Resources identified classes
of projects that do not have a significant effect on the environment, and are declared to
03
City Council Staff Report
September 7, 2016— Page 2
Acceptance of City Project 13-32, Bicycle Corridors, Phase 1
be categorically exempt from the requirement for the preparation of environmental
documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects
consist of the maintenance of existing highways and streets and allows for
implementation of traffic signal modifications and installation of facilities for health and
safety reasons, therefore the Project was considered categorically exempt from CEQA,
and a CEQA Notice of Exemption was filed and recorded with the Riverside County
Clerk.
FISCAL IMPACT
The Project was funded in part by the Measure J Capital Fund (Fund 260) and the Gas
Tax Fund (Fund 133). The Project's overall budget, and incurred expenditures, is
identified in Table 1:
Table of Project Costs Amount
Measure J Fund 261 $739,309
Gas Tax Fund (133) $774,052
Total Budget $1,513,361
Design Services ($59,670
Project Administration ($28,772
Construction Inspection $62,879
Construction Contract $1,362,040
Total Cost $1,513,361
Remaining Balance $0
Table 1
The Project did not require any General Fund (Fund 001) budget. The City is holding
retention of $68,101.99 for All American Asphalt, Inc., pending acceptance of the
improvements and filing of the Notice of Completion with the County Recorder's office.
SUBMITTED
Marcus L. Fuller, MPA, P.E., P.L.S. David H.Read P
Assistant City Manager/City Engineer City Manager
Attachments:
1. Contract Change Orders No. 1, 2 & 3
2 Letter of Acceptance from Willdan Engineering
3. Notice of Completion (NOC)
04
ATTACHMENT 1
05
,r
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: AN American Asphalt Date: July 30,2015
PO Box 2229 Project No: 13-32
Corona,CA 92878-2229 Project: Bicycle Corridors Phase 1
Tel:(961) 736-7600
Change Order No: 01
Purchase Order: 15.1127
Attn: Gordon KIne Accounts: 133-4298-50292
260-4500.59445
CHANGES IN WORK:
A. This Contract Charge Order Item Includes changes to the estimated bid Item quantities, adjustment to
the contract unit price for bid Item quantities leas than 75% of the specified quantity in Bid Schedule A,
and additional work generally identified as:
Ow Adius9tments
Bid Schedule
Romo.. A riptlon Quantity Coat Per Unit Total
A-25 milling 0.25'on Escoba Dr(from
Palm Cyn Dr to El Clelo Rd)for slurry -3,420 SF $0.16 •$547.20
A-27 -mR1ng 0.25"on El Clelo Rd(Iron 13,520 SF $0.1fi $2,163.20
Or to Ramon Rd for sit seal
A-29 mill exie6ng AC pavement—
arfabla Thickness on El Clele Rd 4,930 SF $0,16 $780.50
A 30 saaNrg,vack fBfng,conslructiar -147.36 $92.22 513,5a9.54
2"AC overlayon El Cielo Rd TON
A-31 emova Exieti g Ramp and Construct 1 EA $4,577.74 54,577.74
B Access Ram
A-32 pgrade Existing Curb Ramp with 5 EA 5886.00 53,430.00
run ated tomes
TOTAL SCHEDULE A ITEMS -$1 D,037.00
Unit Price Ad lusftmmts
Bid Schedule A Unit t�t
Item No. P8� Quantity uatmenf Total
R Price Adjustment for
A-32 de Existing Cub Ramp 5 EA S102.90 S514.50
CCO Rem 1N.a Truncated Domes
TOTAL AMOUNT FOR UNIT PRICE ADJUSTMENT ITEMS $514.50
`tUPLtG.)WLLG O6
On..IC INIAL
a
Contract Change Order No. 1
July 3O,2015
Page 2
NEW Items
Now Items Description Quantity Cost Per Unit Total
COO Item 1.b emove and Reconstruct
Ramp(C kranthy over 10 EA $4.135.43 $41,364.30
25%of Bid Schedule A Item
1
COO Item 1,c urnish Colored Concrete for rb Ram 30 CY 55.00 $1,650.00
COO hem 1.d WAR Sign and Post on via usle 5+Ep $1 a3 75 $9 99250
COO hem 1.e y White Tfwrtnoplsstic
Roadway Bicycle 54 EA $105.00 $5.670.00
arwngs on VIa Escueia
COO Item 1.1 alnl Groan Background to
h ad Markings on 54 FJl j370.00 S19,9B0.00
EscuelTOTAL AMOUNT FOR NEW ITEMS 578,57B ti0
TOTAL CHANGE ORDER AMOUNT $59 D54.30
REASON FOR CHANGES:
Schedule A Items 25,27,29,30, 31,and 32
The actual quantities of bid schedule these Items necessary to complete the work were more or less than the
original estimate In the amounts Indicated.
COO hem 1.a: Schedule A,Bid Item 32
The actual quantity of this t11d schedule hem necessary to complete the work was less than the original
estimate. Total truncated dome Installations are less than 75%of the bid quantity. This charge order atom
provides for an adjustment(increase)to the unit price for Bid Item Schedule A No.32(Upgrade Existing Curb
Ramp with Truncated Domes)for installed quantities less than 75%of the bid quantity, pursuant to SSPWC 3-
2.2.3. Refer to Cont, or Change Order Request No.3.
NEW ITEMS:
COO hem 1.b: Schedule A. Bid ham 31
The actual quantity of this bid schedule item necessary to complete the work was more than the original
estimate in the amount Indicated. Total curb ramp reconstructions exceeded the bid quantity by more than
125%. This change order provides for an adjustment (decrease)to the unit price for Bid Item Schedule A hem
No.31 (Remove Existing Curb Ramp and Construct Type B Access Ramp)for installed quantities in excess of
125%of the bid quantity,pursuant to SSPWC 3.2.2.2. Refer to Contractor Change Order Request No.2.
07
Contract Change Order No. 1
July 30, 2015
Page 3
CCO hem 1.c: Colored Concrete
This project required reconstruction of existing curb ramps which were not ADA compliant within the project
limits. Approxknately 12 of the 16 existing curb ramps to be reconstructed were previously constructed with
colored concrete. This change order compensates the Contractor for the added cost to furnish colored
concrete to match existing,for the exlsting curb ramps which were originally constricted with colored concrete.
Refer to Contractor Change Order Request No.2.
CCO Items 1.d through Item IA: Via Escuela Bike lane Signing and Striping
These hems compensate the contractor for furnishing and installing Me lane signs (R81), shared roadway
signs (R4-11), and themwplastic shared roadway markings with green backgrounds on Via Escuela between
Gene Autry Trail and Sunrise Way,per City direction. Refer to Contractor Change Order Request No.5.
CHANGES TO CONTRACT TIME:
10 additional working days will be added for Contract Change Order Nos.1.b and t.c.
5 additional working days will be added for Contractor Change Order Nos. 1.d though 1.1.
SOURCE OF FUNDS:
Funds are avallable In the following account(s):
Quantity Adjustments,Unit Price Adjustments,and CCO Items 1.a to 1.c:633,411.00
Account133-4298-50292
Via Escuela Blke Lane Signing&Striping[COO Items t.d through t.f):$35,642.50
Account260.4500-59445
SUMMARY OF COSTS:
Original Contract Amount: $ 1,320,405.00 Original Completion 42 Working Days
This Change Order. $ 69,054.30 Days Added 15
Previous Change Order(s): $ Previous Days Added: 0
Revised Contract Amount: $ 1,389,459.30 Revised Completion 57 Working Days
SIGNATURES ON NEXT PAGE""
08
Contract Change Order No. 1
July 30,2015
Page 4
1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor
7 1J
All American Asphalt / / 13.
„r Date
(�nrdN ILLS r �r, ,uf/AFT
Printed N me and Title
>
City of Palm r2arings ,/ p
Recommended By: 5/G
As stani City Manager/City Engineer I Date
Approved By: _, Q/O:a 1 IS
//.z69vtd H. Ready, City Manager Date
Attest By:
James Thompson, City Clerk Date
Distribution:
Original Conformed C9U: Conformed-File COW
Contractor 0) Engineering Pay File (1) AMOVEDBYCITYY ANAGER
City Clerk (1) City Project File (1)
Purchasing (1) �, 9m ( �1(y
Finance
09
#1.a Backups
ALL AMERICAN
ASPHALT
Tw CITYOFPA6MSMUNGS 6/17/1S
3200E.TAwunzCANYDNWAr COR.'V0: 003
PALMSPRINGS CA 92262 AM lox o: 26942
Am: ABKB BUSTOS
Rg, BlcKle Corridor..Phase I CP 13.32
Imylya newatmav: oowmr U.VTCW gT;
I Moayv&4WPW Ramps IRA TnacmedDa S Et $102,90 $514,l0
Add imd con om*n due to&oww In bid Bem 0exur thm 25%
ONgNmI bid ltem wra II EA.De in gwamlry is 45
APPRDVED REVISE&RESUBMIT
APPROVBAAS NOTED I I REJECTED
COMMEVTS
RECEIVED BY, TRANSMITTED BY,
GORDONKLINE
PUBLIC WORKS ESTIMATOR!PROJECT MANAGER
10
CCO Item #1.b 8 1.c Backup
.4
Tm CITY OF PALM SPRINGS 71L4STR7TtALDArE: 6/161IS
3200FTANOUITLCANYONWAY CORNo: 002
A4W SPRI.WGS CA 92262 A"Jam No: 26942
AM: WKE 9U370S
Re: Blcwle Corridors,Ame I CP 13-32
IMWNa t oXAmrm uvn enm Tyra:
I Remove d Replocr MCA(Qu WWa 125%ofald heml V"IO EA S4.133.43*'* S41,354.30
2 Addpv Cubk YardforSeoJteldPn A&CIIDamae Sand ICY SS3.00 VI TBD
(Pleme mote o minimum load ofti CYforaolor concrete will be ehargrd)
14
WarAft DaW m requ d to be added ra am awmelfor the above work
APPROYED REVISE&RESUBMIP
APPROVED ASNOTED REJECTED
COMMENTS
The City agrees to the revised unit price submitted, and the unit price submitted for colored
concrete. Colored concrete shall only be installed where existing ramps are colored concrete.
City will agree to 10 additional working days to be added to the contract,
RECEIYEDBK MAivswn rED aY,
Mike Bustas
t}6.17.2Q15
GORDONIILINE
PUSUC WORKS ESTIMATOR/PROJECT MANAGER
11
0
F
1
•
e � _
®�M r_
1
it
i
1
I a -
ROM
6
I ... Y �' .... '.' . `.A. e
a
erffy if Case R will fit without demolishing existing
1 c N landscaping/ptants. Case B ramps may be more suitable
paving limits will only
t go to the north side of
the intersection, so
the ramps on the
south side do not
yJ have to be
reconstructed
� t
;( Cl LOE!
I
f
13
4L
.............
� I
« 144 44&z��
LANr:
"on
I
P w �,
i4 V*
uli-A..
Lilt
N _
i
_ . 15
9 '
g e
e
_
a
r
I
L 4
16
9�E FPY
1 -5^.I EE i li
♦♦ x x x x > >
o
a
��. _.. if a
a
wonayaxaus� i r'7`a"—"'""'
n
i
i
_T7n�h411H.lXVM� YT'�Y,vw...a tL� ".maiyq�
veatlaraydp Aerarp �_•YI _ wra ese,+
:m:.YF.+Ss •'.Re
ntN E14nartlY4 A. im2rwtw tRrrot RSy GRrm��
r.iarnan Mi RnmNC�` } Y4f
1c*.'wwrr�leasgw�!LttTflf.l t�liMMlt4 �w?et£
18
/ ! CCO Item#1.d fhrou h t.f Backup
ALL"ER1CAN
ASPHALT
-
TO: MYOPPALMSPRINGS 7110115
3200 E.TAHOUM C NMV WA COR Mo; 005
PAG.MSPRIN4 Cf 92262 AMlvOM1o: 26942
Aran AOKE BU=S
Re; Bkvcle Corridors,Phase 1 CP 13-32
ImmNa Q6fL'iurmY: wA.Ynzr Uxrrcarr: wrAL,
Im"S&pdna d.Slam On YlO Er dr
2 ImwUParldSknper Ory4fPo6n SpdffpSId Drg,614perpkn Si*EA $183,75 $9.922.50
3 APOIPxklrr 7hrmwhWk PowW R-dnvy Rk 3t*MwVWp-r-fh + 54 EA $105,00 s5.670.00
AM6MSWodordPAm 250-Ahm
4 PokrrAe RadVvmdla SkmrdAwdwwp'k(wft Wi 34 EA $370,00 $1919Mno
TOW Ckennae Order RtyrN;Zr viraftw
Mike Bustos
APPROYED RENSEd'RESU8MI7' 0718,2015
APPROYEDASNOTED REJECTED
C10MME,V7S
RECEIYEDdY, TRANSMITTED R};
GORDONKMNE
19
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: All American Asphalt Date: January 15,2016
PO Box 2229 Project No: 13-32
Corona,CA 92878-2229 Project: Bicycle Corridors Phase i
Tel:(951)736-7600
Change Order No: 02
Purchase Order: 15-1127
Attn: Gordon Kline Accounts: 133-4298-50292
CHANGES IN WORK:
A. This Contract Change Order Item Includes changes to the estimated bid hem quantities (through
December 2015)in Bid Schedules A, B,C,and D, and additional work generally Identified as:
QuanB Adnstments-133 ScheduleA
Bid ScheduleA ascription Cost Per
Item No. P Quantity Unit Total
A•10 4"White Thermoplastic Sold Llne -11,919 LF $0.32 (93,614.08)
A-11 4"VYhltes hermoplastic Diagonal
rMa 24'S 154 LF $0.21 $32.34
A-18 ply WNW Thermoplastic Pavement WbrdarkInq 9 EA $705.00 (5315.00)
A-17 ply 12"White Thermoplastic Limn Line 34 LF $2.10 $71.40
A-18 ply White Thennoplaatic Type f V(Left) -300 LF $63.00 ($393.00)
A-19 pH VN1ne Thermoplastic Type IV(Right) 11 EA $63.00 5893.00
A-20 Ply White Thermoplastic Type I(Through) 2 EA $63.00 5128.00
A 24 o ° oP
dInstallNew Existing
Detection -2 EA $310.00 (8620.00)
sealing,sack-filling,ccnstnxlbn of
A•28 ubber Polymer Modified Slurry(RPMS) 3,420 SF $0 28
all appurtenant work on Escoba Drive ($aes 20)
E.Palm C Dr.to EI Clelo Rd.
rack-sealing,crack-filling,construction of
A-28 PMS and all appurtenant work on EI Clelo 13,520 SF $0.29 $3,785.60
d from Escobe Dr to Ramon Rd
A-33 Orders 1 LS ($1,500.00) (57,500.00)
TOTAL SCHEDULE A ITEMS ($2,822.941
DUPLICATE
ORIGINAL 20
Contract Change Order No.2
January 15,2016
Page 2
Quantity Adjustments—Bid Schedule B
Bid Schedule B eseription Quantity Cost Per Total
Item No. Unit
B4 nshud Double Yellow Unes(Raised -54 LF $1.05 ($56.70)
B-5 sst uct White Channalizing Line(Raised -130 LF $1.31 ($170,30)
B-6 ply$"White Thermoplastic Bike Lane .3,707 LF $0.42 (31.556.94)
&7 ply 6"White Thermoplastic:Bike Lane -2 429 LF $0.32 ($777.28)
rdersedion Line
&e 4"White Thermoplastic Sid Line 3,288 LF $0.32 $1,052.16
B 9 ply 4"White Thermoplastic:Olagonal -4,23a LF $0.21 ($889.96)
uffer Markings Q 241 Spacing
B-10 end
Thermoplastic"Bike Lane" _17 EA $105.00 ($1,785.00)
8-13 pply Me Therm e Moplastic Shared 14 EA $105.00 $1.470.00
BicycB-14 ppl White Thermoplastic Pavement Word -2 EA $106.00 ($210.00)
arking
B-16 ly White Thermoplastic Type N(Left) -2 EA $83.00 ($126.00)
5-13 aid Orders -1 LS $10,000.00 ($10,000.00)
ALT-1 aint Green Background to Bike Lane .17 EA $560.00 ($9,520.00)
arkings
ALT-2 aint Green Background to Shared 14 EA $490.00 $6,880.00
oedway Markings
TOTAL SCHEDULE B ITEMS ($15,710.04)
Quantity Adjustments—Bid Schedule C
Bid Schedule C ins
fon Quantity Cost Per Total
Item No. Unit
C-3 White Lane Urges(Railed -20 LF $0.32 ($6.40)
C4 dDouble Yellow Lines(Raised -634 LF $1.05 ($665.70)
C-6 fet White Channelixing Line(Raised 418 LF $1.31 $547.58
C-7 6"White Thermoplastic Bike Lane -1,200 LF $0.42 ($504.00)
C-8 ply 6"White Thermoplastic Bike Lane -21 LF $0.3 ($6.72)
nterseetlon Une
C-9 ppiy 4"While Thermoplastic Sold Une 13 LF $0.32 $4.18
C-10 y 4"White Thermoplastic Diagonal -897 LF $021 ($188.37)
Markings 24°Spacing
qQ
C-11 iy White Thermoplastic"Bike Lana' 14 EA $105.00 ($1,470.00)
21
Contract Change Order No.2
January 15,2016
Page 3
C-12 jalnurb Red -166 LF 51.37 (5227.42)
C-15 M�e Thermoplastic Pavement 1 EA 5105.DD $105.00
C-16 12"White Thermoplastic Limit Line 270 LF $2.10 $567.00
C-18 WMte Thermoplastic Type IV(Left) 8 EA $63.00 $504.00
C-21 on Exlating Vehicle Detection Loop. 2 EA $310.00 $620.00
New Vehide DeledlonC-22 ApllrgD.25 Inches on Akjo Road -15,991.5 SF $0.16 ($2,558.64)
elardo Road to Civic Drive
sealing,crado-filing,construction of
Polymer Modified Slurry(RPMS),
C-23 appurtenant work on Aie)o Road 6638.5 SF SD.26 (51,725.49}
elardo Road to Civc Drive
C-24 rders 1 LS $13,110.00 ($13,110.00)
ALT 1 aint Green Background to Bike Lane -14 EA $560.00 ($7,840.00)
TOTAL SCHEDULE C ITEMS (525,955.00)
Quantity Adjustments-BidScheduleD
Bid Schedule D ascription Quantity Coat Per Total
Item No. Unit
DA Double Yellow Lines(Raised -1,235 LF $1.05 (51,296.76)
0.5 VR:md
YellowMedtsnIsland(Raised -40LF $1.05 ($51.45)
D-B Yellow Two-Way Left Tum Lane _1050 LF $0.95 ($997.50)
arkers0.7 arkaWNte Channelzlrg Une(Raised _722 LF $1.31 ($945.82)
D-8 White Thermoplastic Bike Lane -223 LF 50.42 ($93.66)
D 9 y 8'White Thermoplastic Bike Lane 58 LF $0.32 (518.56)
Wndon Une
D-10 pply V White Thermoplastic Sold Line -1,161 LF $0.32 ($368.32)
D-11 4"Whte Thermoplastic Diagonal 25 LF $0.21 $5.25
offer Marldrigs @ 24'Spacina
D-12 ly Whille Thermoplastic"Bike Lane" 15EA 5105.00 (51,675.00)
D-13 aint Curb Red -250 LF $1.36 ($340.00)
natal Post S Sign Per City of Palm
0.14 n s 19 EA $183.75 $3,491.75
priD-16 plyMarldna Ahfts Thermoplastic Pavement -3 EA $106.00 ($315.00)
0.17 Waite Thermoplastic Type W(Left) -4 EA $83.00 ($252.00)
22
Contract Change Order No.2
January 15,2016
Page 4
D-18 PN VYNte Thermoplastic Type fV(Right) -2 EA $63.00 ($126.00)
D-19 Fnudall
Existing Vehicle Detection Loop 4 EA $310.00 $1,240.00
all New Vehicle Detection Loop
lkrg 0.25 Inches on Cale Endla
D-20 mon Road to Tahquilz Canyon 28,249.80 SF $0.15 $4,619.97
uing,crack-filing,construction of
Polymer Modfied Slurry(RPMS),
D-21 ppurtenant work an Cale Enclia 28,249.80 SF $0.26 $7.344.95
mon Road to Tahqulz Canyon
D-22 aid Orders -1 LS $10,000.00 ($10,000.00)
ALT-1 uInt s Background to Bike Lanaarking -15 EA $560.00 ($6,400.00)
TOTAL SCHEDULE D ITEMS ($8,178.64)
TOTAL QUANTITY ADJUSTMENTS ($52,666.62)
New Items
ascription Quantity Cost Per Total
New Items Unit
CCO Item#2A remium Labor Wages and DumpsBe
Fees for Saturday Work on El 1 LS $3,200.00 $3,200.00
to
CCO item#2.B im-milling 0.25'on Andreas Rd from 22,660 SF $0.16 $3,609.60
alle Encilla to Indian Can Dr
CCO hem#2.0 rack-sealing,crack-filing,consW Won of
PMS and all appurtenant work on Andreas 22,560 SF $0.26 $5,565.60
d from Calls Encile to Indian Canyon Dr
CCO Item#2.D -raft
Control for additional micro-mi ft,
rack-sealing,crack-filling and construction 1 LS $1,000.00 $1,D00.00
f"MS on Andreas Rd from Celle Endtia
Indian Ca Or
CCO Item#2.E talon Control for additional mkxo-miling,
rack-sealing,crack-filing,and construction 1 LS $3,000.00 $3,000.00
f RPMS on Celle Encils from Tahq uhz
anyon Way to Amado Rd
'CCO Item 02.F emoblize crack-seal crew and slurry seal
due to convention delay on Cale 1 LS $2,250.00 $2.250.00
ndila
TOTAL NEW ITEMS $18,925.20
TOTAL CHANGE ORDER AMOUNT ($33,741.42)
23
Contract Change Order No.2
January 15,2016
Page 5
REASON FOR CHANGES:
Schedule A Items 10-11. 16-20,24.26,28,33, ALT 1 &ALT 2,Schedule B Items 4-10, 13-14, 16,18,&A LT 1
&ALT 2,Schedule C Items 34,6-12. 15-16, 18,21-24,&ALT 1, Schedule D Items 4-14. 16-22,&ALT 1:
The actual quantities of these Rams necessary to complete the work(through Decam bar 2015)were more or
less than the original estimate in the amounts indicated.
Schedule D Items 20 and 21:
The actual quantities of these Rams necessary to complete the work were more than the original estimate in
the amounts indicated.
Micro-milling,crack-sealing,crack-filling,and slurry seal on Calls Encills from the south side of Arenas Rd to
the north side of Tahquhz Canyon Way was deleted from the contract.
Mlcro-mIlling,crack-sealing,crack-filling,and RPMS slurry seal on Celle EncRia from the north side of Tahquitz
Canyon Way to the north side of Amado Rd was added to the contract.
CCO Item 2A:
In order to maintain schedule,Contractor was directed to perform micro milling an El Cielo at Ramon Road on
a Saturday, resulting In additional costs for premium wages and opening fees for material dumpsite.
CCO Items 2.13 through 2.0:
Extra work to perform micro-milling,crack-sealing,crack-8lling,and RPMS slurry seal on Andreas Rd between
Celle Encilia and Indian Canyon Dr was completed at the request of the Tribe under agreement for
reimbursement
CCO Item 2.E:
Additional traffic control required during micro-milling,crack-sealing,crack-filling,and RPMS slurry seal
activities on the added street segment of Celle Encilia from Tahquhz Canyon Way to Amado Rd.
CCO Item 2.F:
Remobllization of crack-sealing and slurry seal crews due to scheduling delays caused by convention held
during the week of August 3-7. Contractor was notified that the scheduled street w ork on Celle Encilla had to
be postponed until at the convention was complete.
CHANGES TO CONTRACT TIME:
12 additional working days will be added for Contract Change Order Item Nos. 2.B through 25. Five of the
waking days being added are due to delays and rescheduling of work around the convention schedules on
Cage Endia. The other seven working days are being added to perform the additional work on Celle Encilia
and Andreas Rd.
24
Contract Change Order No.2
January 15,2016
Page 6
SOURCE OF FUNDS:
Funds are available in the following account(s):
Quantity Adjustments:(952,666.62)
New Items:$18.92520
Account 133A29B-50292
SUMMARY OF COSTS:
Original Contract Amount: $ 1,320,405.00 Original Completion 42 Working Days
This Change Order. 9 (33,741.42) Days Added 12
Previous Change Order(s): 8 69,054.30 Previous Days Added, 15
Revised Contract Amount: 5 1,355,717.88 Revised Completion 69 Working Days
•"•SIGNATURES ON NEXT PAGE'•"
25
a
Contract Change Order No.2
January 15,2016
Page 7
1 have received a copy of this Change Orde r and the above AGREED PRICES are acceptable to Contractor
All American Asphalt /'O� r
ignature Date
Gard„ 11Iw E PM
Printed Name and Title
Recommended eri /�/J/� ,�f
tNitldan Encineerl a �'7 /,y1� 2 Z'f
Signature Date
faf�iCSrOsr 1' KI+Grt 6aYt
Printed Name and Title
City F Palm Sorinas
� 1
As Isla it City Manag /City EF91d1ber Date
Approved By: �y7s� �/' � *�•11•fib
Da eady,City Manager Date
Attest By:
James Thompson,City Clerk Date
Distribution: APpRUM BY CITY MAMN IER
Oricinai Conformed Copy: Conformed-File Coov; �+
Contractor (1) Engineering Pay File
City Clerk (1} City Project File (1)
Purchasing
Finance (1)
26
r m
CITY OF PALM SPRINGS
CONTRACT CHANGE ORDER
To: All American Asphalt Date: July 12, 2016
PO Box 2229 Project No: 13-32
Corona, CA 92878-2229 Project: Bicycle Corridors Phase 1
Tel: (951)736-7600
Change Order No: 03
Purchase Order: 15-1127
Attn: Gordon Kline Accounts: 133-4298-50292
CHANGES IN WORK:
A. This Contract Change Order item includes changes to the estimated bid item quantities in Bid Schedule
A, C, and additional work generally identified as:
Quantity Adjustments—Bid Schedule A
Bid Schedule A scri tion Cost Per
Item No. p Quantity Unit Total
A-8 legend
Piy 6"Thermoplastic Bike Lane Per 22 LF $0.42 $9.24
ltrans Standard Plan A20D,Detail 39
A 9 ply 6"Thermoplastic Bike Lane Per 476 LF $0.32
ltrans Standard Plan A20D. Detail 39A ($152.32)
A-10 ply 4"White Thermoplastic Solid Line 106 LF $0.32 $33.92
A-11 ply 4"White Thermoplastic Diagonal 16 LF $0.21 $3.36
ffer Markings 24'Spacing
ply White Thermoplastic"Bike Lane"
A-12 Per Caltrans Standard Plan A24D 10 EA $105,00 ($1,050.00)
d CA MUTCD Fi ure 9C-3.
A-13 nt Red Curb 286 LF $1.37 ($391.82)
A-14 nstall Post and Sign Per City of Palm -8 EA $183.75 ($1,470.00)
rings Standard Dw .624 Sign Per Plan
ply White Thermoplastic Shared
A-15 oadway Bicycle Marking Per Caltrans 25 EA $105.00 ($2,625.00)
evised Standard Plan A24C 250'
ALT-1 aint Green Background to Bike Lana g EA $560.00 $4,480.00)
Markin s
ALT-2 aint Green Background to Shared 41 EA $370.00
oadwa Markin ($15,170.00)
TOTAL SCHEDULE A ITEMS ($25,292.62)
QuantityAdjustments—Bid Schedule C
Bid Schedule C escription Quantity Cost Per Total
Item No. Unit
ply White Thermoplastic"Bike Lane"
C-11 egend Per Caltrans Standard Plan A24D 2 EA $105.00 $210.00
nd CA MUTCD Fi ure 9C-3
27
Contract Change Order No. 3
July 14, 2016
Page 2
C-12 aint Curb Red 245 LF $1,37 $335.65
pply White Thermoplastic Shared
C-14 Roadway Bicycle Marking Per Caltrans 8 EA $105.00 $840.00
Revised Standard Plan A24C @ 250' Max.
ALT-1 Paint Green Background to Bike Lane 19 EA $560-00 $10.640.00
Markings
ALT-2 aint Green Background to Shared Roadway Markings 14 EA $925.00 $12,950.00
TOTAL SCHEDULE C ITEMS $24,976.65
Quantity Adjustments—Bid Schedule D
Bid Schedule 0 ascription Quantity Cost Per Total
Item No. Unit
ply White Thermoplastic"Bike Lane"
D-12 egend Per Caltrans Standard Plan A24D 17 EA $105.00 $1,785.00
nd CA MUTCD Figure 9C-3
ALT-1 aint Green Background to Bike Lane 1 EA $560.00 $560.00
arkin s
TOTAL SCHEDULE D ITEMS $2,345.00
QuanU Adjustments—Change Order
)ascription Quantity Cost Per Total
Bid Items Unit
CCO Item#1.13 As Esceula- Sign and Post 34 EA $1a3.75 ($6,247.50)
CCO Item#1.E fia Esceula-$harrow Markings -2 EA $105.00 ($210.00)
CCO Item#1.G Aa Escuela-Green Backgrounds 1 EA $370.00 ($370.00)
TOTAL CHANGE ORDER ITEMS
New Items—El Cielo Stri in
Iascription Quantity Cost Per Total
ftes Unit
#3.A dditional Move in by Striping Crews 1 LS $5,775.00 $5,775.00
#3.6 altr 6"Thermoplastic Bike Lane Per 4,390 LF $0.42 $1.843,80
alirans Standard Plan A20D, Detail 39
#3.0 pply 6"Thermoplastic Bike Lane Per 1287 LF $0.32 $41144
altrans Standard Plan AND. Detail 39A
#3.D pply 4'White Thermoplastic Diagonal752 LF $0.21 $157.92
Buffer Markin s 24'S acin#3.E aint Red Curb 659 LF $1.37 $902.83
#3.F nstall Post and Sign Per City of Palm 8 EA $183.75 $1.470.00
rin s Standard Dw .624 Si n Per Plan
#3.G aint Green Background to Bike Lane 1 EA $560.00 $560.00
arkin s
TOTAL NEW ITEMS $11,121.39
28
Contract Change Order No. 3
July 14, 2016
Page 3
TOTAL QUANTITY ADJUSTMENTS ($4,799.47)
TOTAL NEW ITEMS $11,121.39
TOTAL CHANGE ORDER AMOUNT $6,321.92
REASON FOR CHANGES:
Schedule A Items 8-15,ALT 1 &ALT 2, Schedule C Items 11-12, 14, &ALT 2, Schedule D Items 12&ALT 2,
CCO Items 1.D through 1.G:
The actual quantities of these items necessary to complete the work were more or less than the original
estimate in the amounts indicated.
CCO Items 3.A through 3.G
Per the City's request, additional striping was performed on El Cielo Road to add Class 3 bike lanes from
Tahqukz Canyon Way to Ramon Road.
CHANGES TO CONTRACT TIME:
2 additional working days will be added for Contract Change Order Item No 3.
SOURCE OF FUNDS:
Funds are available in the following account(s):
Quantity Adjustments: ($4,799.47)
New Items: $11,121.39
Account133-4298-50292
SUMMARY OF COSTS:
Original Contract Amount: $ 1.320,405,00 Original Completion 42 Working Days
This Change Order: $ 6,321.92 Days Added 2
Previous Change Order(s): $ 35,312,88 Previous Days Added: 27
Revised Contract Amount: $ 1,362,039.80 Revised Completion 71 Working Days
"'• SIGNATURES ON NEXT PAGE
29
Contract Change Order No. 3
July 14, 2016
Page 4
1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor
All American Asphalt YJ --I s G
Signature P Date
Vie- M
d 0
Print Name and Title
Recommended By:
MIldan Enaineerina `/ t f ? Zy f,
Signature Da e
141 E 9v5roS —/Li Sr/1E+47 c-N4;,*av .
Printed Name and Title
City of Palm Snrinus
G/
owt&
Ass nagei/City Engineer Date
Approved By:
David H. Ready, City Manager Date
Attest By:
James Thompson, City Clerk Date
Distribution:
Original Conformed Copy: Conformed-File Cony:
Contractor (1) Engineering Pay File (1)
City Clerk (1) City Project File 0)
Purchasing (1)
Finance (1)
30
4vCCO #3 Backup - Contractor Cost Proposal
ALL AMERICAN
ASPHALT
TO: CITY OF PAY SPRINGS TR:1\'SitrTTAL D,i m 12129115
3200F.. TAHOUIJ7.coimyxw.i}' CORNO: 009RI
PALdf SPRING$ CA 92262 AAA JOB No: 26942
A rrvt .HIKE BUSTOS
APPROVED
Re. Bic cle Corridors, Phase I CP 13-32 Mike Bustos
01.07.2016
ITEstNO. MCRIPTION OL'A.\rin.- UNITCOsT. TOTU:
El Gelo Striping Changes
1. Striping dlore•im(Cab Stripe attached) I IS $A500.00 $S•50000
5%Slark•up for Prime Contractor $175.00
1. Striping(York per Bid Una Pricing I LS 11,456.00
Total Change Order Request Price $27,231.00
Final CCO amount will be based on installed
uantities
APPROI ED REI'ISE&RESURd11T
dPPRO1WD AS NOTED RFJEC7'ED
COMMENTS
RECEIVED BY. TRANSMITTED BY,
CORDON KLINE
PUBLIC WORKS FST111,1ATOR/PROJECT MANAGER
+., l liiN "iV#NNIXtJ kt Jll�tfll+. offl _•vwv=
Project;
ITEM M QTY NNITS DESCRIPTION U 1T TOTAL
I EA Permanent n La ut natalla on ove-In 1,2 7 250.00
.�'• Thermo $tripe and aven`t' iisrker Installation ` �" ,.._.._.._,.
D 1 EA Move-In _,$, 2.250.00 I $ 2,250.00
E 1 EA Thermo Markle Ins{-Nation Itllove-in -' - — —
EA _ .._.____ .. . 5.. 1_,2so,00 I s 1 250.00
F 13
EA S1 Installation Move-In $ 750.00�. $ -- 750.00
... _.....___ _. __..__.
._ .� $
' Estimated Inatail Items(Pay—`i•�""�or Taker-Off
. y _.. Actual Install Quern to Be Paid $ _
Apply 6"Whtia hermoplastic BikeLane Line Per - -
—_a—_ „4490 LF Caltrans Standard Plan Detail 39 $ $
,-- apply 8"White Thermop�astic 81ke,Lane tins Per �
LP Caltrans Stands Plan Dita{1 39A $ ,; $
,. : y 4"White The 1®eras c D Qnal Buffer '•�
11 -22 Markln 41 S' " ` $ s
' _ ., m x
12 _17 EA, Par C ns Standard
$- P'i an
3 2540L Red1 _ matal- G_9tandSTgn d ,Cr ; ft y ofAa Pm Spdgs
4 9 EA Standard Ow . 624. Sign Per Plan
App WhiteThennopiestic
Shared Roadway - $ "�-
BicycleMarkings Per Caltrans Revised Standard
15 3 EA, _ Plan Q 250' Max $ $
14A 8 EA Install New SI non Exiatin Post/LI ht Pole '}._d .._ _ _ 9__. $ $
17 EA _ Paint Green Back round to Bike Lane Ma._,rkFngs '.g
• .Paint Green Background to Shared�Roadway
2 3 EA !Markings $ $
$
Extr Total S
Additional Terms:
Mitten authorization required Prior to scheduling and extra work commencement
A. All terns per original quote
AGREED TO AND ACCEPTED:
BY:
(Slgnauur) (Duty)
CHANGES OR DELETIONS OF ANY REM MUST BE APPROVED PRIOR TO BID TIME 32
ESTIMATOR:RYAN ISRAEL
2040 East Steel Road, Colton Ca 92324
Phone: (909) 884-7170 Fax(909) 884-7106
Fax: (909) 884-7106 Cell: (916)212-3240
General Engineering Class A CA#685387
Signatory to Laborers Union Local 1184
ESTIMATOR: Ryan Israel
Extra Work Quotation Extra Work#5 El Cielo Only December 29, 2015
CAL STRIPE PROJECT NUMBER: 15086
BID DATE /TIME: 12/28/2015 @ 10:00am
PROJECT OWNER: City of Palm Springs
PRIME CONTRACTOR: All American Asphalt
PROJECT DESCRIPTION: Bicycle Corridors, Phase 1
CONTRACT/PROJECT NO: 631100"279630
I. Cal Stripe Ine.'s subcontract proposal is good fur 61l days only. Prices arc haled on Plans& Specificatiom available at bid time including all
addenda.
2 If this proposal is acccpled it is to he incorptxated as an exhibit to the Contract or purchase order. A signed purchase order. or subcontract is
required prior to commencement of any work associated with this proposal.A baseline schedule.complete set of plans and specs(including special
provisions)will be provided with the subcontract agreement,
3. Contractor to provide mohnhly progress payment..for all completed work in accordance w ith the bid pricing schedule. Monthly progress pavmenls
must be received in full by Cal Stripe no later than 10 calendar days alter ate Contractor receives payment from Owner.Retention percentage on
monthh•progress payments to be no greater than the percemage retained by the Owner an its payments to the Contractor. If Owner reduces the
retention percentages on payments to the Contractor.the Contractor shall likcwisc reduce the retention pcn;%:ntagc on payments to t'ai Stripe. full
retention to be released no later than thirty'(30)days alter comp[cumn of Cal Stripe's stage.phase or permanent work.
a. All changes to the original scope of work or proposed extra work must be directed by the Contractor in writing prior to Cal Stripe performing this
cork.No extra work or additional work will be perfumhcd he ithout written authorization.
5. Any required Testing.Engineering.Design.Permits.Liwmwc or Applications.and the like to be provided by the Prime.or Owner.
6. If the Prime Contractor requires a bond.the Prime Contractor shall pay ror the cost of the bond. Calstripe's bond rate is 1.5 %. Calstripe carries
S5.000.000,00 of insurance coverage only.Additional coverage's required by the Prime to he paid by the Prime.C'alsiripe does not cam railroad
insurance.
7 Par the purpose orthis Subcontract Quotation one(1)move-in is considered to be a period of consecutive eight(8)hour daps orcontinuous work,
not including weekends and holidays. Any discontinuities in this period.other than weekends and holidays• or for our own convenience,will be
charged as an additional move-in at the Addition morain charge stated below.
H. Traffic control plans arc not included.All lane closure requests are to be submitted by the Prime contractor.
9. Calstripe requites the work area to be unobstructed by other operations while stripe rcmovad and stripe installation is being performed.
10. A baseline schedule and written notification is required a minimum of 30 calendar days prior to the commencement or work and for each
additional move-in.
33
12-2014SF
El Cielo Striping Cost Estimate
Bid Schedule A
Bid Schedule Description Cost Per
Item No. P Quantity Unit Unit Total
ALT 1 Paint Green Background to Bike Lane Markings 17 EA $560.00 59,520.00
ALT 2 paint Green Background to Shared Roadway Markings 3 EA $370.00 $1,11D.00
Apply 6" White Thermoplastic Bike Lane Line Per Caltrans
8 Standard plan A20D,Detail 39 4,490 LF $0.42 $1,885.80
9 Apply 6" White Thermoplastic Bike Lane intersection Line
Per Caltrans Standard plan A20D,Detail 39A 1,360 LF $0.32 $435.20
11 Apply 4"White Thermoplastic Diagonal Buffer Markings @ 2,245 LF $0.21 $471.45
24'Spacing
12 Apply White Thermoplastic"Bike Lane"Legend Per Caltrans
Standard Plan A24D and CA MUTCD Figure 9C•3, 17 EA $105.00 $1,785.00
13 Paint Red Curb 2,540 LF $1.37 $3,479.80
14 Install Post and Sign Per City of Palm Springs Standard Dwg.
624 Sign Per Plan 9 EA $183.75 $1,653.75
15 Apply White Thermoplastic Shared Roadway Bicycle 3 EA $105.00 $315.00
Marking Per Caltrans Revised Standard Plan A24C @ 250'
N/A Install Sign 8 EA $100.00 $8D0.00
SUBTOTAL $21,456.00
��OPos�L.
34
i
'•p��4ati i '.
_ roe,u•w.vNt•aw..ats.�a
m.ww.
i
<t y
m.reroa uwwp.
,aT, maa.raae.a -�eaw aerou
p'
- t
t r
/¢IMTMYPF Y!•MYM M v2
Rra•.tN aourttpitlMp
W MM.w4iu pY.a
EL C1ELO RD, FROM TAHQUITZ CANYON WAY TO RAMON RD
CLASS II BUFFERED BIKE LANES CONVERSION
EXHIBIT "A"
City Council ACTION SUMMARY
March 4, 2015
Page 4
GRANT PROGRAM AND CONDITIONALLY ACCEPTING GRANT IF
OFFERED, AND DESIGNATING PROJECT REPRESENTATIVE,
CONTRACT MANAGER AND FISCAL AGENT;" and 2) Authorize the City
Manager to all necessary documents associated with the 2014 Water-
Energy Grant Program. S. Approved as part of the Consent
Calendar.
EXCLUDED CONSENT CALENDAR:
2.H. AWARD A CONSTRUCTION CONTRACT TO ALL AMERICAN ASPHALT,
INC. IN THE AMOUNT OF $1,320,405 FOR THE BICYCLE CORRIDORS
PHASE 1 PROJECT(CP 13-32):
Councilmember Mills requested City Staff clarify the scope of the contract,
requested Staff address the traffic studies and the General Plan, and provided
further detail on certain sections of streets proposed with bike lanes.
ACTION: 1) Adopt Resolution No. M "A RESOLUTION OF THE CITY
COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, MAKING
FINDINGS PURSUANT TO SECTION 891 OF THE CALIFORNIA STREETS
AND HIGHWAYS CODE FOR THE INSTALLATION OF GREEN
BACKGROUND FOR SHARED LANE MARKINGS AND BIKE LANE
MARKINGS;" 2) Award a construction contract to All American Asphalt for Bid
Schedules A, 8, C, and D, with the addition of Add Alternative Items No. 1 and
No. 2 of the Alternative Bid Schedules A, B, C, and D, in the total contract
amount of$1,320,405 for the Bicycle Corridors, Phase i (CP 13-32); 3) Approve
Change Order No. 1 in the estimated amount of $50,000 to include Class 3
bicycle routes with green back (Type B) Sharrows and bike route signage on
Mesquite Avenue (from Camino Real to Sunrise Way), and on Via Escuela (from
Sunrise Way to Gene Autry Trail); 4) Authorize the City Manager to approve and
execute construction contract change orders up to an additional amount of
$50,000; 5) Authorize the City Manager to execute all necessary documents; and
6) Direct staff to return with further information on El Cielo from Tahquitz Canyon
to Ramon. M. Motion Mayor Pro Tem Lewin, seconded by Mayor
Pougnet and unanimously carried on a roll call vote.
Councilmember Mills stated he has a business related conflict of interest with respect to
Item 2.J. Tract Map 30046, would not participate in the discussion or the vote, and left
Council Chamber.
2.J. TIME EXTENSIONS OF SUBDIVISION IMPROVEMENT AGREEMENTS FOR
VARIOUS PROJECTS:
Councilmember Foat requested Staff address the progress of the projects and why the
Racquet Club is not on the list, and requested Staff review other projects in the City for
their progress before further extensions.
36
ATTACHMENT 2
37
WI L L D A N I Bend;ng
your
August 8, 2016 Engineering reach
Mike Lytar
City of Palm Springs
Public Works Department
3200 E Tahquitz Canyon Way
Palm Springs, CA 92262
Subject: City of Palms Springs Bicycle Corridors, Phase 1
City Project No. CP13-32
Recommendation of Project Acceptance
Dear Mr. Lytar,
This letter shall serve as official recommendation that the City of Palm Springs formally accept
construction of the subject project and file Notice of Completion with the County.
All contracted work has been satisfactorily completed by the Contractor, All American Asphalt,
in conformance with the project plans and specifications.
Notice to Proceed was issued on June 15, 2015. The project was deemed substantially
complete on January 16, 2016, and the final punch list completion date was July 5, 2016.
The final construction costs for the project are as follows.
Original Contract Amount: $1,320,405.00
Total Change Order Amount: $109,137.89
Total Quantity Adjustments Amount: ($67,503.09)
Final Contract Amount: $1,362,039.80
Sincerely,
Mike Bustos, P.E.
Resident Engineer
Willdan Engineering
cc: Myke Lytar, City of Palm Springs
Engineering I Geolechnical I Environmental I Sustainability I Financial I Homeland Security
805.653.6597 1 800.491,1720 1 fax:805.643.0791 1 374 Poll Street,Suite 101,Ventura.CA 93001-2605 I w .willdan.com 39
ATTACHMENT 3
39
Recording Requested By:
City of Palm Springs
When Recorded Mail To:
Name
James Thompson,City Clerk
Street
Address 3200 E.Tahquitz Canyon Way
CiryB State Palm Springs,CA92262
SPACE ABOVE THIS LINE FOR RECORDERS USE
NOTICE OF COMPLETION
(CA Civil Code§§818MI90,8100-8118,9200-9208)
NOTICE IS HEREBY GIVEN THAT:
1. The undersigned is an owner of an interest of estate in the hereinafter described real property,the nature of which interest or estate is:
Fee (e.g.fee, leasehold,joint tenancy,etc.)
2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co-owners are:
Name Street and No. City State
City of Palm Springs 3200 E.Tahquitz Canyon Way Palm Springs CA
3. The name and address of the direct contractor for the work of improvement as a whole is:
All American Asphalt,400 E.Sixth Street Corona,CA 92878
4. This notice is given for(check one):
0 Completion of the work of improvement as a whole.
❑ Completion of a contract for a particular portion of the work of improvement(per CA Civ.Code§8186).
5. If this notice is given only of completion of a contract for a particular portion of the work of improvement(as provided in CA Civ.Code
§ 8186),the name and address of the direct contractor under that contract is:
Not Applicable.
6. The name and address of the construction lender,if any,is:
Not Applicable.
7. On the 5th day of July 20 16 ,there was completed upon the herein described property a work of improvement as a
whole(or a particular portion of the work of improvement as provided in CA Civ.Code§ 8186)a general description of the work provided:
Bicycle Corridors Phase I,Project No.13-32
8. The real property herein referred to is situated in the City of Palm Springs County of Riverside
State of California,and is described as follows:
Alejo Road,Belardo Road,Calls Encilia,Civic Drive,El Cielo Road,and Escoba Drive as shown on Exhibit A attached hereto
9. The street address of said property is:
NIA
10. If this Notice of Completion is signed by the owner's successor in interest,the name and address of the successor's transferor is:
Not applicable
I certify(or declare)under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Date: By:
Signature of Owner or Owner's Authorized Agent-Assistant City Manager/City Engineer for City of Palm Springs
Marcus Fuller
®Porter Law Group,Inc.2013 Print Name
Page 1 of 2 40
VERIFICATION
I, Marcus Fuller state: I am the Assistant City Manager/City Engineer ("Owner","President",
"Authorized Agent","Partner",etc.)of the Owner identified in the foregoing Notice of Completion.I have read said Notice of Completion and know the
contents thereof;the same is true of my own knowledge.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct.
Executed on (date),at Palm Springs (City), CA (state).
Signature of Owner or Owner's Authorized Agent
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
On (date), before
me, Notary Public (name and title of
officer) personally appeared who 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 helshelthey 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 PURJURY under the laws of the State of California that the
foregoing paragraph is true and correct.
Witness my hand and official seal.
Page 2 of 2 Signature
41.
Exhibit "A"
PROJECT LOCATION MAP
(City Project 13-32, Bicycle Corridors, Phase 1)
N
RACQUE CLUE ROAD W E
_ =}` S
ISTA1CH.NOL,_ i�it1 L
0 Z Jj aEr !
�. 4 _ ........_
r'
a; z ALEJOI ROAD
1 _
w AN CANY N WAY
s w
J
W J
a
_ RAM ROAD__ o
J.m O
21}[ 8 T v W
r MESQUITE AVENUE W
�_ 1
9 i
E PALM CANYON DRVEEaRIVE
42