Loading...
HomeMy WebLinkAbout5/4/2016 - STAFF REPORTS - 2.L. ALM aiOO .y a V N S cqil FOR N�p City Council Staff Report Date: May 4, 2016 CONSENT CALENDAR Subject: ACCEPTANCE OF THE VISTA CHINO AT FARRELL DRIVE STREET IMPROVEMENTS, FEDERAL AID PROJECT NUMBER CML 5282 (037), CITY PROJECT NO. 09-11 From: David H. Ready, City Manager Initiated by: Public Works and Engineering Department SUMMARY Formal City Council acceptance of the Vista Chino at Farrell Drive Street Improvements, Federal Aid Project No. CML 5282 (037), City Project No. 09-11, 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 Vista Chino at Farrell Drive Street Improvements, Federal Aid Project No. CML 5282 (037), City Project No. 09-11, 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 Vista Chino at Farrell Drive Street Improvements, Federal Aid Project No. CML 5282 (037), City Project No. 09-11, (A6593). STAFF ANALYSIS: On March 30, 2009, the Coachella Valley Association of Governments (CVAG) Executive Committee approved a Call for Projects for CVAG and its member jurisdictions using CVAG's allocation of Congestion Mitigation and Air Quality (CMAQ) funds made available through the current highway funding bill, the Safe, Accountable, Flexible, Efficient Transportation Equity Act: A Legacy for Users (SAFETEA-LU). ITEM No. 2..1... City Council Staff Report May 4, 2016—Page 2 Acceptance of City Project No. 09-11 In response, on May 11, 2009, the Public Works and Engineering Department responded to CVAG's Call for Projects for CMAQ funding, requesting consideration of funding to design and construct a new northbound dedicated right-turn lane on Farrell Drive at Vista Chino. Currently, the Vista Chino/Farrell Drive intersection is configured with two through lanes and one left turn lane for northbound traffic. A high volume of northbound traffic turns east (right) onto Vista Chino at the intersection, especially during peak hours. Through traffic waiting at the traffic signal in the right hand through lane frequently delay long queues of traffic. The construction of a dedicated right-turn lane will allow eastbound traffic to avoid a long queue of vehicles waiting to proceed through the intersection that are waiting for the traffic signal. The Public Works Department's request to CVAG was for $426,980 in CMAQ federal funds for an estimated $482,300 project, consistent with the CMAQ federal program reimbursement rate of 88.53% of project costs. On December 7, 2009, the CVAG Executive Committee reviewed and approved a total of $409,317 in CMAQ federal funding for the project, ($17,663 less than we requested). The Project has been identified as the Vista Chino at Farrell Drive Street Improvements, Federal Project No. CML 5282 (037), City Project No. 09-11, (the "Project"). A vicinity map of the project area is included as Attachment 1. f ♦ •,• • r Figure 1 On September 3, 2014, the City Council awarded a construction contract in the amount of $326,613 for the Project to Hillcrest Contracting, Inc.; included as part of the City Council's action was an authorization for the City Manager to approve cumulative change orders of up to 10% of the awarded construction contract amount ($32,661.30). Z City Council Staff Report May 4, 2016— Page 2 Acceptance of City Project No. 09-11 On July 15, 2015, the City Council authorized approval of Construction Contract Change Order No. 1 ("CCOV) in an amount not to exceed of $48,267.39 for additional work not included in the original contract; included as part of the City Council's action was an authorization for the City Manager to approve up to an additional $25,000 in cumulative contract change orders. The total maximum contract price authorized by the City Council was $399,880.39. Staff ultimately negotiated a slightly reduced price of $41,418.20 for the additional work approved by City Council via CCO1. Upon completion of the project, a final accounting of actual quantities of construction items was completed, and a final adjustment of the contract price was approved via Construction Contract Change Order No. 2 ("CCO2") in the amount of $28,911.41. The total adjusted contract price was $396,942.61 less than the City Council's authorization. A copy of CCO1 and CCO2 are included as Attachment 2. The Project was administered by a consulting engineering firm, Transtech, who has acted as the City's Resident Engineer. Transtech has determined that Hillcrest Contracting, Inc.; satisfactorily completed the Project on March 10, 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 Transtech received on April 25, 2016 and included as Attachment 3. 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 4. 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 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 operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public structures, facilities, mechanical equipment involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. Therefore, in accordance with Section 15301(a), staff determined that the Farrell Drive Right Turn Lane at Vista Chino (Hwy 111) Project is considered categorically exempt from CEQA; a Notice of Exemption was filed on December 27, 2011, and is included as Attachment 5. 3 City Council Staff Report May 4, 2016— Page 2 Acceptance of City Project No. 09-11 On December 19, 2011, Caltrans, acting as the lead agency pursuant to the National Environmental Policy Act ("NEPA"), made an environmental determination that the Project does not individually or cumulatively have a significant impact on the environment as defined by NEPA and is excluded from the requirements to prepare an Environmental Assessment ("EA") or Environmental Impact Statement ("EIS"), and there are no unusual circumstances pursuant to Section 6004 of 23 CFR 771.117. On the basis of this determination under federal delegation pursuant to Chapter 3 of Title 23, United States Code, Section 326 and a Memorandum of Understanding ("MOU") dated June 7, 2010, executed between the Federal Highway Administration ("FHWA") and the State of California, the State has determined that the Project is a Categorical Exclusion under 23 CFR 771.117 pursuant to activity (d)(1). A copy of the NEPA Categorical Exclusion is included as Attachment 6. FISCAL IMPACT The City received a federal CMAQ grant of $409,170 for the Project, with $40,000 allocated to the design phase and $369,170 allocated to the construction phase. Previously, the City budgeted $37,910 from Special Projects (Fund 160), $83,000 from Fund 133 (Special Gas Tax Improvement), and $50,000 from Fund 134 (Measure A Improvements) for the Project. The Project's overall budget, and incurred expenditures, is identified in Table 1: Table of Project Costs Amount Special Projects $37,910 CMAQ Federal Aid Grant $409,170 Gas Tax Fund $83,000 Measure A Fund $50,000 Design Services ($98,600) Project Administration ($32,184) Construction Management Services ($49,180 Construction Contract $396,943 Remaining Balance $3,173 Table 1 The Project did not require any General Fund (Fund 001) or Measure J Fund (Fund 260) budget. The City is holding retention of $19,847.13 for Hillcrest Contracting pending acceptance of the improvements and filing of the Notice of Completion with the County Recorder's office. Since this project is a conversion of a facility that already exists, the Finance Department does not need to add the cost of this project to the City's fixed asset system, as no new assets have been created in compliance with Governmental Accounting Standard Board (GASB) 34 Standards for Financial Reporting of Infrastructure Assets. 4 City Council Staff Report May 4, 2016— Page 2 Acceptance of City Project No. 09-11 SUBMITTED Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Assistant City Manager/City Engineer City Manager Attachments: 1. Vicinity Map 2. Contract Change Orders No. 1 and 2 3. Letter from Transtech 4. Notice of Completion (NOC) 5. Notice of Exemption (NOE) - CEQA 6. NEPA Categorical Exclusion ATTACHMENT s Department of Public Works and Engineering ���.,..• ,~ Vicinity Map s VIA ESCUELA 0 ¢ O a SANANGELORD _ ACACSA RD Q tt z SANDIA RD y . SERT PARK DE AVE j SAN MARINO RD rSMARONRDSAN JUAN RD ilk CHINO rr E VISTA I Legend - site O 500'Radius CITY OF PALM SPRINGS 7 ATTACHMENT 2 8 OtYA►M sp*i CITY OF PALM SPRINGS • 04Ism RN�P CONTRACT CHANGE ORDER To: Hillcrest Contracting Date: February 5, 2016 P.O. Box 1898 Project No: 09-11 Corona, CA 91718-1898 Project: Farrell Dr. Rt. Turn at Vista Chino Tel: (951) 273-9600 Improvements Change Order No: 01 Purchase Order 15-1085 Attn: Darcy Searle Account 133-4298-60076 261-4491-60076 160-4510-60076 CHANGES IN WORKICOST: This Contract Change Order No. 1 makes adjustments to an existing Bid Item and adds two new work items, generally identified as: Bid Item No. Description Price Quantity Total 24 Traffic Signal, Lighting 8 $16,474.50 -0.168LS -$16,474.50 Electrical System per Plan No. 5 of 6 NEW ITEMS Item Description Price Quantity Total A Video Detection System $53,799.17 1 $53,799.17 B Wireless Modem 1 $4.093.53 1 $4,093.53 TOTAL CHANGE ORDER AMOUNT $41,418.20 CHANGES TO CONTRACT TIME: Zero(0)working days will be added for Contract Change Order No.1. DUPLICATE ORIGINAL s Contract Change Order No. 1 February 5, 2015 Page 2 SOURCE OF FUNDS: The following accounts will be utilized: Item Description Amount Account Utilized C.O. #1 Ca dal Project Fund $28,915,85 261-4491-60076 Special Project Fund $989.33 160-4510-60076 Gas Tax Fund $11,513.02 133-4298-60076 REASONS FOR CHANGES: Following the bidding and award of the project it was determined that the approved plan did not sufficiently address the condition of the existing controller equipment cabinet. Specifically, that the electrical service was attached to the side of the cabinet and shared the same cast in place concrete base. This prevented the project from moving forward as designed. In an effort to avoid redesigning the project to include the purchase and construction of a new electrical service, it was determined that by switching from loop to video detection sufficient conduit space could be created in the existing controller base eliminating the need to demolish the base and install additional conduits. On July 15, 2015 City Council approved Change Order No. 1 in an amount not to exceed $48,267.39, the actual cost to complete this work was $41,418.20. The associated changes are as follows: Bid Schedule, Item 24, Traffic Signal, Lighting & Electrical System: The contract will be credited due the deletion of certain items of work that will no longer be necessary. These include the demolition and reconstruction of the signal controller base, the deletion of traffic loops and the elimination of new conduit runs. -$16,474.50 Lump Sum/Agreed Price. New Item A, Video Detection System: Furnish and install a 4 camera video detection system in accordance with the revised traffic signal drawing, at the Lump Sum/Agreed Price of$53,799.17 New Item B, Wireless Modem: Caltrans has required that a wireless modem be provided and installed within the existing traffic signal controller cabinet.This will be completed for the lump sum/agreed Price of$4,093.53. SUMMARY OF COSTS: Original Contract Amount: $326,613.00 Original Completion January 6, 2016 This Change Order: $ 41,418.20 Days Added 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ $368,031.20 Revised Completion January 6, 2016 SIGNATURES ON NEXT PAGE 10 Contract Change Order No. 1 February 5,2015 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Hilicrest Contracting ko 4AX,-6 a/Lt .3-/J 1/16 (Sign(anture�/ Date Of,�.,.. f a2YZvi Myi� Prinfed Name and Title Transtech Engineers Recommended By., - AS -tb Fad Kurt Aijg, Resident Engineer Date City of Palm Springs Recommended By: 3 O Marcus Fuller Date Assistant City Manager/City Engineer Approved By: � ';o-�6 David H. Ready, City ger Date Attest By: James Thompson, City Clerk Date Distribution: Original Conformed Cony: Conformed - File Copy: Contractor (1) Engineering Pay File (1) Clty Clerk (1) City Prolect File (1) Purchasing (1) Finance (1) APPRONEO Zy CITY COUNCIL Vista Chino Farrel CCO Summary Contract Change Order Number 1 Bid Item# Description Price Markup Subtotal Bond 1% Total 24 Traffic Signal,Lighting and Electrical System per Plan No.5 of 6 24.1 Eliminate TS loops and cable 3881 172 $ (4,053.00) 24.2 Eliminate temporary relocation of TS controller 2050 102.5 5 (2,152.00) 24.3 Eliminate new conduit and utilize existing 9780 489 $ (10,269.00) Total $ (16,474.00) New Items Description Price Markup 5% Subtotal Bond 1% Total A Video Detection System $ 50,730.00 $ 2,536.50 $ 53,266.50 $ 532.67 5 S3,799.17 a Wireless Modem $ 3,860.00 $ 193.00 $ 4,053.00 $ 40.53 $ 4,093.53 Total of Bid Items and New Items $ 41,418.70 i✓ (V HILLCREST CONTRACTING General Engineering Contractors License#471664A To: City of Palm Springs Date: 7/28/15 Revised October 1, 2015 Public Works Department 3200 Tahquitz Canyon Way Subject: Request for Change Order#t101 Palm Springs, CA 92263 Job Title: 09-11 Attention: Mike Lytar Job Number: 2612 We are sending you❑ herewith the following❑ under separate cover: REQUEST FOR CHANGE ORDER#001.1 —per the plan modifications of the traffic signals at the intersection of Vista Chino and Farrell Dr. ITEMS QTY U/C COST Furnish and install 4 camera video detection system 1 LS $53,799.17 $53,799.17 Furnish and install wireless modem in existing TS Controller I LS $ 4,093.53 $ 4,093.53 Total Adds $57,892.70 Items to be deducted off of contract Delete the installation of TS loops and loop cable, & install advance loops as shown on revised plans 1 LS -$ 4,053.00 -$ 4,053.00 Delete the temporary and relocation of the ex TS Controller cabinet 1 LS $ 2,152.50 -$ 2,152.50 Delete the installation of conduit #2,3,4, 5 & 6 1 LS -$10,269.00 -$10,269.00 Total Deducts •$16,457.72 For your: Perusal ❑ Approval ❑ Files ❑ Quotation ❑ Sincerely, Darcy Searle Project Manager/QSP 2612—RFC#I Electrical adds&deducts P.O.Box 1898• Corona,California,92078-1098• (951)273-96009FAX (951)273-9608 13 belco elscnor group September 30,2015 Hlllc rst Contracting,Inc. y� \ J Serial No.14-0035.006rev4 1467 Circle City Dr. Corona,CA 92879 Attention: Ms.Darcy Seale, Project Manager Reference: Farrell Dr. Right Turn Lane at Vista Chino Project City of Palm Springs Project No.09.11 Belco Job No. 14-0035,Hillerest Job No.2612 Subject: Price Proposal for Traffic Signal Modifications at the Intersection of Vista Chino and Farrell Dr. Belco PCO No. 14-0035-I.00rev Dear Ms.Seale: Eiecno•Belco Electric is pleased to provide you with a price proposal for the modifications of the traffic signals at the intersection of Vista Chino nud Foci-ell Dr. for the above referenced project. The following details are provided in this proposal: 1. PCO 14-0035-I.01 New Item A Scope of work: Furnish and install 4-camera video detection system. Lump sum price:$50,730.00 2. PCO14.0035-1.02 Scope of work: Furnish and install wireless nnodem in existingTS controller. New Item B Lump sum price:$3,660.00 3. PCO14-0035.1,03 Scope of work: Delete the instatlation traffic signal loops and loop cable,and install advance loops as shown on revised drawing. Lump sum price:-$3,881,00 Credit to Bid Item #24 4. PCO14-0035-1.04 Scope ofwork: Delete the temporary find relocation of the existing traffic signal controller cabinet. Lump sum price: -$2,050.00 Credit to Bid Item#24 4331 Schaefer Ave. Chino,CA 91710 bC Q o We think about a better world (909)993.5470 Office .wiwrwa�n www.eletnerbNcocem (909)993-5476 Fax CA Ucense 738518 14 belco elecnor group S. PCO14.0035-1.05 Scope of work: Delete the installation of Conduit Nos.2,3,4, 5 aid 6. Credit Sid Item #24 Lump sum price: -$9,780,00 6. PCO14.0035-1.05 n pC� Scope o o�it: Procu id store TiuiFc Signal es,arm and gear(4 i ns Q$5 ea.) Q Luny sif rmpri, ;',',00.00 i If these proposals are acceptable, please provide a change order or written direction to proceed with this work. Should you have any clneslions or concerns, please do not hesitate to contact nic at(909)993-5470 ext.234. Sincerely, Eleanor Betco Electric, Inc. Thorns Gebelin Project Manager Transportation Division 4331 Schaefer Ave. Chino, CA 91710 belco Wa think about a beuei wm 10 (909)993.5470 Office .i��,a�aw www,el6rnornelw.mm (909)993.5476 Fax CA License 738518 15 FjELO. T1;MAL%jNO;EA80RP,R10E SN!!rM1ARY(@63 ls414.Po1DeIWI'. =r .i 8ELCO PCO NO: 14-0035.1,0111" O 9kIP.tKkN1 r: °' P AIATRRNLib 'LB_RHRS "DATE: w39rza1a MATERIALS PAGE 2 $33,830.00 32.00 MATERIALS PAGE $0.00 0.00 'DESCRIPTION OF WORK OR CHANGE�. MATERIALSPAGE4 ".Do 0.00 FURNISH AND INSTALL VIDEO DETECTION SYSTEM AT THE MATERIALS PAGE6 so= 0.00 INTERSECTION OF VISTA CHINO AND FARREL DR, MATERIALS PAGE som 0.00 MATERIALS PAGE 7 $0.00 0.00 SUBTOTAL 533.830.00 3x SALES TAX 9.00% WINE" A% $1.36320 am .. TOTAL MISCELLANEOUS HARDWARE 0 6% $1.601.60 16% TOTAL MATERIAL COSTS: 539,919A0 $6,067.91 S46,907.31 rINFOREMAN OR. C-9KDOWN&v'=4S:;Yr' s''"c% i.`HOURS x- S.1RA1E511 d'-..` �E76TiS'a.'.`: FOREMAN•REGULAR RATE 0 $90.65 MOD EMAN-OT RATE 0 128.10 50.00 •REGt1LAR RATE 8 583.76 687000 -OT RATE 0 $117.74 $0.00 MAN WIREMAH-RED.RATE 8 $70.85 6614.00 MAN WIIEMAN-Or RATE 0 M07.39 $0.00 RENTICE•REGULAR RATE f0 667Jz8 $1,00208 ELEC.APPRENTICE-OT RATE 1 0 $93.65 1 $0.00 LABORER•REGULAR RATE 0 $84.10 $0.00 LABORER•OT RATE 0 380.76 $0.00 OPERATOR RATE 0 $88.78 $0.00 C0.4i MARKUP TOTAL OPERATOR RATE 0 $113.82 60.00 20% TOTAL OR COSTSj S2,307.68 $473.51 $2,041.22 ENoIN INo'. S RSIi PROJECT MANAGER 0 $90.00 $0.00 DESIGN ENGINEER KIDORDINATM 0 $76,00 50.00 PROJECTBNOWEER 0 $6040 $0.00 CAD ENGINEER 0 $60.00 $0.00 COST wA RIWP TOTAL PROJECT ASSISTANT 0 $40.00 50.00 20% TOTAL INDIRECT COSTS: $0.00 $0.00 $0.00 T109 . 0.VIPI.(CAVTRSNS.gATES3fJ6N�sw -`:HO.VR873 1#liA7EN` .'.'�:'EXYb:."i 06.12 PICKUP TRUCKMR. 0 $27.33 sm 20-28 UTILITY WORK TRUCWHR. 18 571.82 61, 49.12 016,026 AIR COMPRESSOR ONLY8IR. 0 $36.14 50.00 20.28 BATCH TRUCK WAAIXERIHR. 0 $10.38 iDAO 30.48 CRANE TRUCKJHR. 0 $Km $0.00 12.20 BUCKET7RUCKRIR. 8 $71.69 $573.52 am DUMPTRUCK AKLESNIR. 0 $72.07 $0.00 2020 DELNFAY TRUCK 20K-2 n1a. o $36.04 50.00 12.20 WATER TRUCK 12K-20 R. 0 $33.46 $0.00 DUMP TRAILEWHR. 0 $15.00 $0.00 TM ARROWBOARDIHR. 0 $3.39 30.00 25WJ BACKHOE JD4100 HR. 0 $80.73 $0.00 BACKHOE TRAILERIHR 0 $20.00 $000 TRENCHERGAY 0 $225.08 $0.00 rnRY MARKUP TOTAL 15% TOTAL TOOLSIEOUIP.COSTS: 61=64 $268.40 61JI Im SIJSCONTRAOTS '�'':` ?:.,. „b.:':., v�:OTY_RA X Ll'_-. 4. �14 ikwA $0.00 So.00 DIM MARKUP TOTAL $0.00 6% TOTAL SUBCONTRACT COSTS: 30.00 $0.00 $0.00 �Z MARKUP 74TAL SUBTOTAL COSTS: $44.009.72 $0,719.84 $%.729.66 vs Asf; `.Wil SUBTOTAL PERCENT DESIGN SERVICES I moo 1 7.75% 1 $0.00 eONDING 1 $0.00 1 1.00% 1 $000 1 To.00 i GRANO TOTAL OF THIS56 CHANGE ORDER: 01729.86 Backup for new Item A !t s Backup for Video Detection System New Item A BELCO MATERIALS AND OPERATIONS BREAKDOWN PROJECT: POO NO: OIRECTNE NO: ESTOAATEDBY CHECKED BY DATE 0J3012016 •...'.a;:' .;;MATERIAL bR OPERATION' 71 TY .:`:PRICE":,:. PEO 7EXVMCE J iLABORUNR: 'PER. nE T;LAHOR! 4 CAMERAVDS SYSTEM 1 32,460.00 E 32.480.00 1600 E 16.00 trERISCOAXCABLE 1,000 0.45 E 460.00 E DOD ITERIS VIDEO POWER CABLE 1,000 0.90 E 900oo E 0.00 INSTALL VDS CABLES 1 E 0.00 16.00 E WOO 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 000 0.00 0.00 0,00 D.00 0.00 0.00 0.00 0.00 0.00 0.00 0.OG 0.00 0.00 0.00 0.00 0.00 0.00 o.ae 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 DOD 0.00 0.00 0.00 0.00 0.00 0.00 9.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 D.00 0.00 O.DD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 B.00 0.00 0.00 0.00 0.00 DOD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 f TOTALS 33,830.00 32.00 f 17 Backup for Install of Wireless Modem New Item B Til LUMATERUL'.ANRLADDR'PRICE'SUMMARY,O,,ctiPRCDSI"e Wr.D/IMi)=' .''iY; BELCO PCONO: 14A0364.021a OESORM719N. MATERIALS LBR NRS: DATE: W3012015 MATERIALSPAGE2 $2,407.00 4.00 MATERIALSPAGE3 $0.00 000 :'PESCRIP71ONOFWORK OR CHANGE ' MATERIALSPAGE4 $040 000 FWRISITANDINSTALL LTE 40 WHELESS MUMM W1 MATERIALS PAOE6 $O.OD 0.00 ETHERNET PORT AND TWO INTERNAL ANTENNAS IN THE EXISTING TS CONTROLLER AT THE INTERSECTION OF VISTA MATERIALS PAGE WOO 0.00 CHINO AND FARREL DR. MATERUILSPAOE7 $0.00 0.00 SUBTOTAL $2,487.00 4 BALES TAX 9.00% M22A3 EIGHT 2 4% wee COST MARKUP TOTAL MISCELLANEOUS HARDWARE a a% 1 $12325 15% TOTAL MATERIAL COSTS' $2,91 LOS $436.65 $3.347.72 ELEL4 ON"SREAK DOWN`s;' Fi.: 2T:'-1.. >:,HOUR32• 11.,NATIEE 9KTI$Ae GENERAL FORD-REGULAR RATE 0 590.16 $0.00 GENERAL FOREMAN-OT RATE 0 $120.10 $0.00 FOREMAN-REGULAR RATE 0 SS3.76 $0.00 FOREMAN-OTRATE 0 $117.74 SO.DD JOURNEYMAN YAREMAN-REG.RATE 2 S713.96 $16310 JOURNEYMAN WIRENAN-OT RATE 0 $107.39 SQOO ELEC,APPRENTICE-REGULAR RATE 2 $61.08 $136.16 ELEC.APPRENRCE•OT RATE 0 $1106 S0.00 LABORER-REGULAR RATE 0 $54.10 SOAO LABORER-OTRATE 0 1016.76 $0.00 OPERATOR-REGULAR RATE O 03.78 $0.00 COST TEAR TOTAL OPERATOR.OT RATE 0 W3.82 $0.00 20% TOTAL LABOR COSTS: 4289.00 $57.01 $340.87 E EERINGGOSTB' f;'-"+ .�'i".`•.'.•_ `,''NOWRS_i t.'.RATEL9:' 41'F7LT S„i` PROJECT MANAGER D $90.00 SOAO DESIGN ENGINEER(COORDINATION) 0 $78.00 $0.00 PROJECTENGINEER 0 60.00 $0.00 AO ENGINEER 0 SWA I 50.E COST MARKUP TOTAL PROJECT ASSISTANT 0 $40.00 SO.00 20% TOTAL INDIRECT COSTS: $0.00 $0.00 20.00 EOUIVIONJRANS.RATES:3 Or ;e:HOURSt-, APRATEV b4t iCFI'; 00-12 PICKUP TRUCK44R. 0 $27.33 $"0 20.2E UTILITY WORK TRUCKIHR. 2 $71.02 1143.04 0184126 AIR COMPRESSOR ONLYAIR. 0 S38.0 60.00 20.28 BATCH TRACK WAUXERMR, 0 440.38 $0.00 3648 CRANETRUCKAOL 0 399.76 $0.00 1240 BUCKET TRUCKMR. 0 S71Jf9 SOAO 3AXL OUMP TRUCK AXL MR. 0 472.07 $0.00 20.28 DdPVERYTRUCK OK-2 R. 0 830.04 SOJX1 12.20 WATER TRUCK 12K- 0 333.48 40.00 OLN,IPTRAB•ERMR. 0 $16.00 SOAO TM ARROWBOARDMR. 0 33.39 $On I 26MJ BACKHOE JD 4100 HR. 0 $60.73 $On BACKHOETRAILEWHR. 0 $20.00 $0.00 TRENCHEPIOAY 0 S2Y/.00 $0.00 9Gs7 MARKUP TOTAe. 16% TOTAL TOOL8IEQUIP.COSTS: 4142.64 $21.65 $165.19 SUSCONTRAOTSb ir? ��„;, kAANM IT `.!'t:,.MONO, xPaz,a SO O, $0.00 rm MARKUP im SO 00 6% TOTAL SUBCONTRACT COSTS: 110A0 $0.00 $0.00 am MBBKUP Em SUBTOTAL C08TS: $3,34276 3515.02 $3.169.78 SUBTOTAL;l PERCENT I F ',._EX $,t- DESIGN SERVICES 50.00 7.76% ;0.00 $000 BOND14G $0.00 1 1.00% 1 $0.00 1 $0.00 GRAND TOTAL OF THIS CHANGE ORDER: $2.881.78 18 Backup for Wireless Modem New Item B BELCO MATERIALS AND OPERATIONS BREAKDOWN PROJECT: POO NO: DIRECTIVE N0: ESTIMATED BY CHECKED BY 047E OrAW015 is:.:aMATERIAI,'ORYIPEMTK7N:f' .: ": , 'OT0 `'P.RICei , 1?E EKT PRICE' '�IABORLINR.' ePER' t C Bggl WIRELESS MODEM 1 2.467.00 E 2467.00 4.00 E 4.00 0.00 0.00 0.00 0.00 0.00 0.00 D.00 0.00 0.00 0.00 am 0.00 am 0.00 0.00 C.00 D.OD 0.00 moo 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 B00 0.00 D.00 0.00 0.0D 0.00 0.00 0.00 0.00 MOD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.06 0.00 0.00 0.010 0.00 0.00 0.00 0.00 O.Co D.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.01) 0.00 0.00 0.00 0.00 0.00 "a 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.DO 0.00 0.00 0.00 0.00 0.0D 0.00 0.00 0.00 O.Do 0.00 0.00 0.00 i 0.00 0.00 TOTALS 2,467.00 4.00 19 Backup to Deletion of Traffic Loops Bid Item #24 Credit FIELD MATERIAL AND LABOR PRICE SUMMARY(Sae Rim Sheel7 fof Deta6a) BELCO PCO NO: 14.00354.03m] DESCRIPTION IMATERIALS LBRHR9. DATE: SM2015 MATERIALS PAGE 2 ($212.00) (4.00) MATERIALS PAW $0.110 0.00 DESCRIPTION OF WORK OR CHANGE MATERIALS PAGE 70.00 0.00 DELETE THE INSTALLATION OF TRAFFIC SIGNAL LOOPS. MATERIALS PARES 30.00 0.00 INSTALL ADVANCE LOOPS ONLY. MATERIALS PAGE 30110 0.00 MATERIALS PACE $0.00 0.00 SUBTOTAL (5212.OD •4 SALES TAX&9M% -SID.OB FREIGHT 8 4% ($8.48 COST MARKU TOTAL MISCELLANEOUS HARDWARE@A% (510.60) 16% TOTAL MATERIAL COSTS: (52E0.16) ($37.62) (S287.08) FIIB.DlABt7R BREAKDOWN HOURS RATE EXTS GENERAL FOREMAN-AEGUI.ARRATE 0 SWAS $0.00 GENERAL FOREIUAN•OT MTE D $128.10 $000 FORElAAN-REGULAR RATE 0 $03.15 $0.00 FOREMAN-OTRATE 0 $117.74 $0.00 JOURNEYMAN WREMAN-REG.RATE 4 $70.85 ($163,70) JOURNEYMAN WREMAN•OT RATE 0 $107.30 $0.00 EC.APPRENTICE-REGULAR RATE .2 58 m (SI36.30) EUEC.APPRENTICE-OT RATE 1 0 1 $03.05 $OAO LABORER-REGULAR RATE 0 804.10 $OAO LABORER-OT RATE 0 $80.76 $000 ERATOR.REGULAR RATE 0 583.78 S0.00 COST (MARKUP TOTAL OPERATOR-OT RATE 0 $113.82 $0.00 20% TOTAL LABOR COSTS• ($289.06) (S57.81) (5348.87) ENGINEERING COSTS HOURS RATE EXTS PROJECT MANAGER =0S7&00 $0.00 OESIGN ENGINEER(COORDINATION) $ON PROJECT ENGINEER $0.00 CAD ENGINEER 40.00 cost MARKUP TOTALPROJECT ASSISTANT 40.00 20% TOTAL INDIRECT COSTS: $0.00 40.00 $0.00 CODER CALTTUIWS RATE53N6) HOURS RATE EXTS M12TRUG17Mt. 0 $27.33 50.00 20.28WORK TRUCKMR •2 371.82 (3113.04016.025PRESSOR ONLYIHR. 0 $36.14 $0.00 20 28RIG(WM XERIHR. 0 540.36 $0.0030.48RUCWHR. 0 599.76 iO.OD 12.20TRUCIUM 0 $71.09 S0.00 3MLUCK AXLE R. 0 $72.07 $0.00 20-28 UMY TRUCK (•2B 0 $30.04 $0.00 12.20 WATER TRUCK 121(•20KYF9R. 0 $33.48 So DID OLIMPTRAKERMR. 0 516.00 SOAO TM ARROWBOARDIHf4 0 i3.39 $OAO i 2WDJ BACKHOE JD 4100". 0 $60.73 $0.00 OACKHOE TRALERVII 0 $20.00 $0.00 TRENCHERIDAY 0 $226.00 i0.00 COST TOT i 169E TOTAL TOOLSIEOUIP.COSTS: (514364) (i21.56) (SI65.10) SUBCONTRACTS OTY I18A EXTS DELETE TYPE V LOOPS 7 •5240.00 S1pB0 DELETE TYPE'EL(70P8 iT •S216A0 53066. S�9Y N� TOTAL I i ADD TYPE E ADVANCE LOOPS 3 4600,00 12.400.00 5% TOTAL SUBCONTRACT COSTS: ($2.905.0% (S146.75) (53,081.76) SDI MARKUP TOTAL i SUBTOTAL COSTS; 43,017.80 4263.63 43.881.40 SUBTOTAL I PERCENT I EXTS OESI(NJ SERVICES $0.00 1 7.76% 1 $0.00 30.00 BONDING $0.00 1 1.00% 1 $0.00 $0.00 GRANO TOTAL OF THIS CHANGE ORDER: ($3,861.40) 20 Backup to deletion of DLC Cable and installation. Bid Item #24 Credit BELCO MATERIALS AND OPERATIONS BREAKDOWN PROJECT: PCO NO: DIRECTIVE NO: ESTIMATED BY CHECKED BY DATE 913012015 r.•,rP:.�^ ::."IMTERIALOR OPERATION ' , "'.OTY. MER AEKT PRICA.'.' .'tABADRUNIT ?PER ',=TcWBOR' DELETE OLD CABLE 630 -0.40 E -212A0 0.00 E 0.00 DELETE DLC CABLE(LABOR) 1 0.00 E 0.00 •4.00 E 4.00 0.00 0.00 0.00 0.00 0.00 000 0,00 0.00 0.00 0.00 0.00 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.OD 0.00 OAO 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.oD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.OD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 on 0.00 0.00 0.00 0.90 0.00 O.OD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 (LOD o.o0 0.00 70TALS 212.00 -4.00 21 Backup for New Item A ITESI Ilersrinc. MichaelGiilaroot EQUIPMENT QUOTATION 1100Camegie Avenue RodefX Quote R0D002228 ' Suite100 Phone: - Santa Am,CA927as-SSS1 Emag: rodelIOvesizomnet September 29, 20fS r-pntraRar Agems/t Palm Springs,City of DeRvery Term: FOB Shipping Point Contramor: PIDIMName: Z01506MO Palm Springs Vista Gin SR- Payment Terms: NET 300ays ( ill)at Ferrell Ore amen System Refemnc : Palm Springs Vista Orin tSR-111)at Farrell Dr4 omen System Fax or emad Purchase Orden to:949-270.9441 or rsardeni®itari<.mm. Please include Quote Number on your Purchase order- Prices are valid for 30 days from the date of quote unless extended In writing. Prices on this quote include materiat only unless othenyise stated. For questions regarding this quotation,pieam contact the representative listed above. Vim Chin SR-1]3 at FYrdl Or Product Nanm Product Description Qtv UnitPrice Ern.Pries EDGE2EM2-PAK Vantage Edge2 Extension Module-2Channel,24VDC,Includes RI45 EMCABLE) 6 EDGECONNECT-PAK fteris Vantage EdgeConnect.I addressable Ethernet module(Includes EM Cables,Ethernet Patch Cable,MultFYideo 1 Cable Ethernet Crossover Cable,Null Modern Serial Cable,US8 Mouse,Software,&Manuall %CON-171N 171n.I.CO Color Monitor,w/brewer.(IU nick mount drawer w/integrated fold doom monRor) 1 SURGEPAN Power&Video Surge Protection Panel w/mourning for up to 4 Suppressors(Din Ran Configuration) 1 TURN ON SUPPORT Turn on requests outside of normal business hours M-F8-.MM-SAOpm will require a$L250.00 additional charge. 1 VEC-EDGE2-IN-PAK liens Vantage Edge2 Processor with SmanCycle technology-l Camera InPUL 24VDC(I"use with VECTOR Sensor only) 4 VECTOR Iteris Vantage Vector Sensor System-Includes WOR camera In environmental enclosure,radar 4 sensor,interface bme,120/240V internal power supply,manual,and ship kit $32ABOAD ImportontNete v. SUBTOTAL $32,480.00 This quotation and arty resulting order are subject to hens'Roadway Sensor Products Standard Terns and Conditions of Sale attached hereby or available at htto:yywww.iteds.comtRS-Std-TC.odf.which arc incorp Bated herein try this reference. FREIGHT TAX $2,923.20 RodefX is an authorized Iteris Sales Representative for Iteds Roadway Semon products and may sign quotations on IteriV behalf with a total sales prim of SMADD Ofless.Quotations that exceed$80,000In tool price must be approved by an Authorized Iteris Signature. TOTAL $35,403.20 Authorized Iterts Signatures Date Michael Girardot,RodefX Cris.mc Ca:rSCM4N Sermmaer 29,a115 li ergs 1 a t N Backup for New Item B Tam Gebelin Belc Belco-Elecnor Group . •S% o a m Reg Change Order to JobN 14-0035 QUOTATION Quote M SCCO83115CO Estimator: Shellie Campbell Agency: Palm Springs City of (760)734-5031 Job Name: Farrell Drive Right Turn Lane at Vista Chino scampbell@mccaln-ine.com Bid Date: 8/31115 Bid Item Description Price Vista Chino at Farrell Dr City 1, Wireless Modem with (2)Antennas, and Tech SupporL $2,467.00 NO other material is included with this bid Standard lead-time is 4 weeks for delivery Bid per receipt of revised Plans against Const Note#1. Any request for revision may result to a price change, NO BID on Video Det Sys McCain Inc. is an international corporation with factories,vendors and suppliers located throughout the world. Unless specifically noted,we are not aware and/or may not comply with Buy America requirements particular to this project. This quote valid for 30 days. Reference Total $2,467.00 Prices firm for 30 days. Freight included. Add sales tax. Sale is subject to McCain's standard terms and conditions. The information transmitted is intended only for the person or entity to which it is addressed and may contain confidential and/or legally privileged material. Any review,retransmission,dissemination or other use of,or taking of any action in reliance upon,this information by persons or entities other than the intended recipient is prohibited. AV If you received this in error,please contact the sender and delete die material from any computer. I 23 _ ills fly I I • e, I, 6ilFlFj, it ,1 '�r ! I i •,. t� If F F F F �f �9s [ �ii i II "I • II 1 F a_.. + 5 4 F` e eg � � § • ,� fig. i' `[ ' _ ti q IY Ewa Tw rauuv° L Oa e tx s I s ! . 6 a Baas ®m m®mm , 24 SZ ®Mromlam [¢doe© a .. .. .J . i S , �� •i I I I I`I •- e0000f t� ,(,)�'' ' �� ` ` ,` ! p 3�', it t � ; t e7p� I p I + Sp1RMORM MINE Y -�' •C .S e4.�l1 .f 1 � 1r e.®�. r t I! Y (�t jeF6�jgiijtt l �l. T-TT. � I}y . S_; '! 'I - _� S f�Yftac ff� tec owl fill, ' I lil R I s a`! t18 Itit! a tk ! - i�b.; •tit .. t+r t 1 ....., ...1 , f ' ai� a �. . ,,+ � g V' irrerr '� iriE 1. .�` 4 , cn r / w $� | � � � •• , .' _... ,. ,. | • ` § , ] |i /! | � | J � , � .. • i ! . § / /�E KI MIT � � : _ Ir lid, — | ( _� \_ . _ - ® • _ ii ) lit � � ! /—` �/ � , ■ , too , / : v • � § � ' � � � i � _ � � | T. —. \ . � ; �| | |)� 3M@| |, m.. | �! | | h H | 9 _ | , 26 Ot?AM �4 CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Cq<lFORM��. To: Hillcrest Contracting Date: February 23, 2016 P.O. Box 1898 Project No: 09-11 Corona, CA 91718-1898 Project: Farrell Dr. Rt. Turn at Vista Chino Tel: (951) 273-9600 Improvements Change Order No: 2 Purchase Order 15-1085 Attn: Darcy Searle Account 134-4498-60076 CHANGES IN WORK/COST: This Contract Change Order No. 1 makes adjustments to existing Bid Items and adds six new work items, generally identified as: Bid Item No. Description Price Qu ntity Total 5 1 Project Info Si ns $1,000.00 -2 each ($2,000.00) 6 3" AC $120.00 +33.47 tons $4,016.40 7 6" Base $104,00 +22.16 CY $2,304.64 8 T e A3 6" C&G $22.00 +3.00 If $66.00 9 T e A2-8 8" C&G $23,00 -60 If 10 4" PCC Colored Sidewalk $430.00 -10 c ($4,300.00 12 1 10" PCC Pavement $10.00 -900 sf ($9,000.00) 13 8" PCC Bus Pad 1 $380.00 +7.50 c $2,850.00 R24 Type A1-8 8" Curb $15.00 -14 If ($210.00 Curb & Gutter Transition $25.00 +18 if $450.00 Remove Ex AC Pavement $1.45 -1836 sf ($2,662.20) Remove Ex PCC C&G $7.80 +7 If $54.60 Relocate Bus StopEq. $4,000.00 -1 LS ($4,000.00 Remove Existing Tree $1,200.00 +2 each $2,400.00 Traffic Signal, Lighting & $10,269.00 +0.105 LS $10,269.00 Electrical System SUBTOTAL ($1,141.56) NEW ITEMS Item Description Price Quantity Total A I K-rail and Crash Cushions 1 911,004.00 1 1 $11,004.00 B Cold plane AC 15,520.00 1 1 1 $5 520.00 J C R&R Pull Boxes $5,671.86 1 $5,951.45 D Install Thermo Markin for X Walks $1,940.00 1 $1,940.00 E Survey $805.00 1 $805.00 F Caltrans Permit Fees $4 828.52 1 $4,828.52 {!j SUBTOTAL UQ052.97 TOTAL CHANGE ORDER AMOUNT $28,911.41 0 27 Contract Change Order No. 2 February 5, 2015 Page 2 CHANGES TO CONTRACT TIME: 0 working days will be added for Contract Change Order No.2. SOURCE OF FUNDS: The following accounts will be utilized: Item Description Amount Account Utilized C.O. #2 Local Measure A $28,911.41 134 4498 60076 REASONS FOR CHANGES: Bid Schedule, Items 5,6,7,8,9,10,12,13,14,15,18,19,21,22 Actual quantities were more or less than the original estimate in the amounts indicated. Bid Schedule, Item 24, Traffic Signal, Lighting & Electrical System: Caltrans insisted that new conduit runs be installed as indicated on the original plans and refused to utilize the existing conduit. This eliminated the credit of $10,269.00 that had been taken on CCO 1 and the cost for this work was put back into the item. New Item A, K-rail and Crash Cushions: Caltrans requested that the Contractor place crash cushions and K-rail along the right shoulder of eastbound Vista Chino (Rte 111). This work was not specified in the original contract. $11,004.00 Lump Sum/Agreed Price. New Item B, Cold-plane Existing AC: Cold-plane existing two NB Farrell lanes adjacent to the new right hand turn lane in order fix some localized pavement failures. $5,520.00 Lump Sum/Agreed Price. New Item C, R&R Pull Boxes: Project plans called for reusing the existing pull boxes. These boxes were broken and had to be replaced with new boxes. Work included removing and disposing of the old boxes, purchasing and installing new boxes and sidewalk repair. $5,955.45 Lump Sum/Agreed Price. New Item D, Additional Striping and Markings: installation of button detail for lane lines that were removed by cold-planing. Repair of existing thermoplastic crosswalk markings. $1,940.00 Lump Sum/Agreed Price. New Item E, Survey: Install construction staking to facilitate the relocation of an existing water meter and backflow device prior to construction. $805.00 Lump Sum/Agreed Price. New Item F, Caltrans Permit Fees: Procure encroachment permit from Caltrans. Not originally identified in the project specifications. $4,828.52 Lump Sum/Agreed Price. 28 Contract Change Order No. 2 February 5, 2015 Page 3 SUMMARY OF COSTS: Original Contract Amount: $326,613.00 Original Completion January 6, 2016 This Change Order: $ 28,911.41 Days Added 0 Previous Change Order(s): $ 41,418.20 Previous Days Added: 0 Revised Contract Amount: $ $396,942.61 Revised Completion January 6, 2016 •'•"SIGNATURES ON NEXT PAGE 29 Contract Change Order No. 2 February 5, 2015 Page 4 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Hilicreat Contracting Ito&d' - Y"r-/� ignature Date Qd4z° ,4 fie /9/1 /N � Print d Name and Titles Transtech Engineers Recommended By: ' 3 - ,s - t� Kurt Pegg, Res, t Engineer Date City of Palm Springs ' !) Recommended By: Mar s Fuller Date Assistant City Manager/City Engineer Approved By; David H. Ready, City Mager r Date Attest By: to I James Thompson, City Clerk Date Distribution: Oftnal Conformed Coon. Conformed- File Coov: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasing (1) Finance (1) APPROVED BY CITY COUNCIL a Ihth 2'm P�b�S1'� 30 Vista Chino Farrel CCO Summary Contract Change Order Number 2 Bid Item q Description I Price —markup s% Subtotal Bond 1% Total 5 Project Info Signs $ (2,000.00) 6 3"AC 40 7 6"Base $ 2,304.64 66,00 8 Type A3 6'C&G $ 2,3 9 Type A2-8 8"C&G $ 66.00 10 4"PCC Colored Sidewalk 5 (4,300.00) 12 10"PCC Pavement $ (9.000.00) 13 B"PCC Bus Pad $ 2,850.00 14 Type A1-8 8"Curb $ (210.00) 15 Curb&Gutter Transition $ 450.00 18 Remove Ex AC Pavement $ (2,662.20) 19 Remove Ex PCC C&G $ 54.50 21 Relocate Bus Stop Eq $ (4,000.00) 22 Remove Existing Tree $ 2,400.00 24 Traffic Signal,Lighting and Electrical System per Plan No.5 of 6 5 10,269.00 Total $ (1,241.56) New Items Description Price Markup 15% Markup 5% Subtotal Bond 1% Total A K-rail and Crash Cushions 5 11,004.00 $ - $ - $ 11,004.00 8 Cold Plane AC $ 5,520.00 $ $ $ 5,520.00 C R&R Pull Boxes 5 5.671.86 $ 283.59 $ $ 5,955.45 D Install Thermo Marking for X Walks $ 1,940.00 $ - $ - $ 1,940.00 E Survey $ 700.00 $ 105.00 $ $ - $ 805.00 F Caltrans Permit Fees $ 4,828.52 $ - $ $ - $ 4,828.52 Total of Bid Items and New Items $ 28,911A7 W t— HILLCREST CONTRACTING General Engineering Contractors License#471664A City of Palm Springs Date: November 2,2015 Revised 1/4/16 Public Works Department 3200 Tahquitz Canyon Way Subject: Request for Change Order#002.1 Palm Springs,CA 92263 Job Title: 09-11 Attention: Mike Lytar Job Number: 2612 We are sending you ❑ herewith the following ❑ under separate cover: REQUEST FOR CHANGE ORDER#002.1—Changed conditions from bid: Our bid was based off the special provisions for Vista Chino and Farrell Drive,City project#09-11. We have run into some unknown changed conditions from our original bid to project conditions. The reason not known at bid time is that the original Caltrans permit and requirements was not included with the bid documents. Additional to above, at bid time,we determined our work areas to be under the City's special provisions #7-1-21 items#4 and#5 which provided us with our area for excavations parallel to the lane for purpose of the concrete pavement/pavement widening. We designed our traffic control plans in accordance with the City's special provisions#7-1-21,45 and Caltrans Sid. provisions section#7-7-01-04 which allows us to establish and maintain a 4:1 slope in lieu of using K-rail. After many months of plan reviews with Caltrans,the City requested us to provide K-rail due to Caltrans not approving the traffic control plans without it. Caltrans Permit fee's $ 4,582.52 New Item F Caltrans Permit extension fee's $ 246.00 Traffic Control K-Rail and Crash Cushions $11,004.00 lNew Item A Total $15,832.52 We are requesting to be reimbursed for the associated cost with these changed conditions. For your: p Perusal ❑ Approval ❑ Files ❑ Quotation Sincerely, Darcy Searle Project Manager/QSP 2612-RFCN002.0 P.O.Box 1898 9 Corona,California,92878.1898• (951)273-9600oFAX (951)273-9608 32 STATE OF CALIFORNIA•DEPARTMENT OF TRANSPORTATION ENCROACHMENT PERMIT Permit No. TR-0120 REV.602012 06-16-6-DY-1100 sVComle1PM In compliance with: 08-RIV-111 PM 52.37-PM 52.43 ® Your ate application of lyacaIDbar 21, 2016 O4/06/2015 ❑ Utility Notice ee Paid eposn Of No. 6582,s2 edormance Bond Amount(1) ayment Bond Amount(z) ❑ Agreement of 0.00 0.00 No. d Company ❑ R(WConlrad of No. and Number(1) d Number(2) TO: Hillcrest Contracting, Inc. 1467 Circle City Drive Corona, CA 92879 Attn: Darcy Searle, Project Manager (951) 273-9600 ,PERMITTEE and subject to the following,PERMISSION IS HEREBY GRANTED to: Entering upon State right of may at the intersection of State Route 111 (SR-111) and Vista Chino, to add a right turn lane and modify the traffic signal as per plans date stamped October 24, 2013 by the Coltrane Encroachment Permit Office, and/or as directed by the Department Representative. New Item F A. pre-job meeting with the assigned Caltrans Representative, abrahas Ebrahaus, 909-383-4508, is required at least 7 days prior to start of any work under thin permit) railure to do so my result in Vomit revocation with no prejudice. THIS PERMIT IS NOT A PROPERTY RIGHT AND DOES NOT TRANSFER WITH THE PROPERTY TO A NEW OWNER. The following attachments are also included as part of this permit(Check applicable): ®Yes ❑No General Provisions In addition to fee,the pennittee will 0 Yes ❑No Utility Maintenance Provisions be billed actual costs for: N Yes ❑No Storm Water Special Provisions ®Yes ❑No Review ®Yes ❑No Special Provisions ❑Yes ® ® No A Cal-OSHA permit,if required:Permit No. �Yes ❑ND inspection ❑No Field Work ❑Yes ®No As-Bunt Plans Submittal Route Slip for Locally Advertised Projects ❑Yes ®No Storm Water Pollution Prevention Plan/Water Pollution Control Plan (if any Caltrans effort expended ❑Yes ®No The Information in the environmental documentation has been reviewed and considered prior to approval of this permit. This pem0t is void unless the work Is completed before_oetobar 29. 2015 This permit is to be strictly construed and no other work other then specifically mentioned is hereby authori2ed. No project work shall be commenced until all the Other necessary permits and the environmental clearances have been obtained - PERMIT ENGINEER:Surinder Sagha APPROVED: RELATED PERMIT(S):08.12-N-SN-0421 COPIES TO: 08.12-N-SN-042 t:no plane John Bulinsld,Acting DISUICI Director Fie E.Ebrahem,TE,Elect. BY. M.Mortis,TE,Civil Banning Mabdenenw:no plans RIqrJ0A D H,P. .- @Engineer FM 91 1436(08 Permit AM) 33 darcy@hillcrestcontracting.com From: darcy@hillcrestcontracting.com Sent: Wednesday, October 28,2015 11:14 AM To: 'Sangha,Surinder S@DOT(surindersangha@dot.ca.gov)' Cc: 'fawzi.zedan@dot.ca.gov';'martin,morris@dot.ca.gov' Subject: FW:Submit Time Extension got permit 88-17-DP-1100 08--RIV-111-PM52.43 Importance: High Surinder, We are requesting a time extension for permit#08-14-DP-1100-08-RIV-111-PM52.37-PM52.43 I will drop off a check in the amount of$246.00later this afternoon—should I make an appointment to see you? Please let me know if I need to provide anything else. New Item F Only rain water down storm drains The d"arger shell comply with the requirem ants In this Order No.2009-0009-DWQ LAMES no.CASo00002 to meat the provision contained In Division 7 of the Callfornla Water Code(commixing with sec Von 13000)old regldations adopted "rounder,and the provisions of the federal clean water ad ad raglda8ans and guidelines adopted theraunda. A copy of tiro CGP Is available for your redew In my office—t467 Circle City Drive,Corona,CA 92879 Thank you, 1�anc y Seance PraJett Monger1QSP/CESSW11Storm Woter Pollution Control Monger MA W, HILLCREST CONTNACTINO, INC, 951.858-9493 CeH# 951.273.9600 ext#113 951-273.9608 Fox# i ON(itif N11Al17Y NOfIf I. f lu, 1md61 m,ig rr n I I;nu Arun d u:d 111 ivih=tp,tl wdd',idl iar the sale us"of tilt,intruded I('ripirnl(ti). Any mvirr,,aw,+Ird I ibu:i, n n,d el m'oy n:ht-I* :sl rk lly prniub:Irdifyouh:Ive1,ct,ivoti thVa comniorm otiin in oI i of ph d,r nobly tl w alit r i im Rini ly by I I. III '.d I, I,mi•:+al;r, Md.Illy (lo dtt,ichmrnl.(roll,yew computer. Thank You. 1 34 From: Morris,Martin@DOT[mal kQ:Martin.morriscadot.ca.cio Sett: Friday,October 23, 2015 10:13 AM To:darcv8hiikrestcontractina.com Cc: Ebraham,Ebraham T@DOT subject: 5ubmit Time Extension Please submit Time Extension for the project in Palm Springs.The Time extension expires on 10/29/2015. Thanks. Martin Morris Encroachment Permit Inspector 909-393-4207 2 35 i• PURCHASE ORDER H I LLC RE ST P. 0. No: 60400 CCNTAACTING, INC. 1467 CIRCLE CITY DRIVE Job No: 2612 P.O.Box loge PHONE(961)273.9600 CORONA,CA 92878.1898 FAX(961)273.960e Date: 9/3/2015 VENDOR: Jensen Precast Corporation Ship To: Chandler& E St 14221 SAN BERNARDINO AVE San Bernardino SBDO-606-H-5 FONTANA, CA 92335 Phone No.(760) 761-0896 FAX No.(909)350-0654 Quote No. Job Location: FARRELL DR. RIGHT TURN LANE AT Item Description Quantity UM Unit Price Extended Price 1 Barrier Rental 2W 20.00 EA 100,000 2,000.00 2 delivery&handling charge 6.00 EA 600.000 3.600.00 3 crane truck 2.00 EA 900.000 1,800.00 Total Purchase Order $7,400.00 Price Conditions: New Item A Remarks: Ordered by: Darcy Searle Signature: Note: The Job Number and the Purchase Order Number must be included on your invoice for payment. If this Information is missing,your invoice will be returned to you. 36 jEqRWMFW jmWW RECEIVED DEC 2 8 2015 INVOICE ECAST Corporate Office Invoice ID: SC59286 825 Steneri Way•Sparks,NV 89431 Invoice Dale: 12/22/2015 (775)352-270D•Fax(775)359-63M Customer ID: HILLOOS Too Free IBM 914-2705 Order Number. SC213888 Customer PO: 6D400 Sold To Ship To Hillotesl Contracting FARREL DRIVE&VISTA CHINO P.O.Box 1898 PALM SPRINGS,CA Corona,CA 92878.1878 RENTAL PERIOD44 W65-12/16/15 +o 12 9Lam+h -- — — . - Ordered Shipped Description Tax Unit Price Amount 20 20 BARRIER-RENTAL 20' CA-Riverside 40.0000 800,00 RENTAI.PERIOD it/ia9s.iwe/r5 ><� Atil rY r.✓ c\ 3ac�cu� DELOATS New Item A vENDOR# JOB OLIANTITY_ n ACCT PRICE ITEM #___ --EXTENSION C APPROVAL_ G OK TO P.lY CK'D BY Terms Summery AmQygl Net 30 days 3800.00 Tax Summary gnnoupt CA Statewide Base Sales and Use Tax $80.00 Riverside County District Tax E4 00 Sub Total 800.00 Tax 64.00 Remit To Jensen Precast SITE CONT:BILL/CELL#951 283 3982 Freight 0.00 Corporate Headquarters Payments 0.00 825Steneri Way Prior Billing 0.00 Sparks,NV 89431 Untied States of America Grand Total $64.00 USD Sales Rep: Omar Negrette SUBJECT TO TERMS AND CONDITIONS ON THE FACE AND REVERSE SIDE HEREON 37 , PURCHASE ORDER HILLCREST P. O. No: 60806 CONTRACTINO, INC. 1667 CIRCLE CITY DRIVE Job No: 2612 P.O.BOX loge PHONE(9511273•9500 CORONA,CA 92978.1828 FAX(951)273.960g Date: 1 012712 01 6 VENDOR: TRAFFIC SAFETY SOLUTIONS, L Ship To: FARRELL DR. &VISTA CHINO 3482 LA MIRADA DRIVE PALM SPRINGS 756-G-6 SAN MARCOS,CA 92069 Phone No.(760)212-1470 FAX No.(760)295-4846 Quote No. Job location:FARRELL DR. RIGHT TURN LANE AT Item Description Quantity UM Unit Price Extended Price 1 Absorb TL3 6 element 1.00 MN 1,395.000 1,395,00 2 Deliver&Install absorb 1.00 EA 220.000 220.00 3 Return Charge 1.00 EA 195.000 195.00 Total Purchase Order $1,810.00 Price Conditions: a s 130 New Item A Remarks: Ordered by: Darcy Searle Signature: Note: The Job Number and the Purchase Order Number must be Included on your Invoice for payment If this information is missing,your invoice will be returned to you. 38 RECEIVED DEC 21 2015 P1e RA a I C INLAND EMPIRE DIVISION Invoice13217 LAURELDALE AVE R TIONS DOWNEY,CA 90242 /NVOICENUMBER: 71-03 4 4 5-1 5 Dispatch Inquiry:855.326.5953 INVOICEDArE: 12/14/15 Billing Inquiry:888$33-3777 ILLCREST CONTRACTING ' 50806I28121PALM SPRINGS Jabs: 60606/26121PALM SPRINGS ccounts Payable 'JERRY GLAIR P/O Number. 60808/2812/PALM SPRINGS 0 BOX 1898 951-273-SBW JS Confect: JERRY BLAIR ORONACA 91779 PALM SPRINGS CA Job Site Phone:951-273.96w Dffica Phone: 951-273.9600 . ustlDtk 82780 FARRELL DR AND VISTA CHINO Delivery Insfnrcuons: —11113f2015 02:27 PM..---ALEXA SANDOVAL --- DELIVERY AND SET UP OF EQUIPMENT 11/16115 Rental Contract Number: IE02745-15 tort Rent Date: 11/16/15 Status Oty Item Description and Rate Days From Thru Rate Rate Date Date Each Ext Out 1 ABSORB 350 6 ELEMENT 28 11/18/15 12/13115 1395.00 1395.00 155.08Vay 465.0a*Wuk 1395.0014 Week 1 DY MfN City Description Reg OT DT Reg OT DT Labor Rate Rate Rate Subtotal 1 Traffic Control On-site Labor Per Hour DELIVERYISET 220.00 1.00 220.00 UP 11/16115 VENDOR N DEL DACE ���j JOB H P.0.1t.14@2�7 New Item A ACCT It QUANTITY L ITEM If PRICE APPROVAL EXTENSION OK TO r,r1 CK'D BY q.51,U Invoice Summary: RM&C.O.D.Accounts,Depose Estimate Due Upon Delivery.Credit Accounts are due $1.395.09 and payable net 30 days from Invoke dale.This invoice Is subject to additional terms end nd8fons prMted on the reverse side hereof,IlmXing the seller's warranty,obkgations f220. and ezdudkV Aablkly for consequential damages. $1,615. -- - — F Contractk IE02745-15 Customer:HILLCREST CONTRACTING Page 1 of 1 39 HILLCREST CONTRACTING General Engineering Contractors License#471664A City of Palm Springs Date: December 9,2015 Public Works Department 3200 Tahquitz Canyon Way Subject: Request for Change Order#004 Palm Springs,CA 92263 Job Title: 09-11 Attention: Mike Lytar Job Number: 2612 We are sending you [] herewith the following ❑ under separate cover: REQUEST FOR CHANGE ORDER#004.0—Changed field condition: Underground Traffic Signal Conduits reverse credit on cco#I 1 LS $10,269.00 Total $10,269.00 For your: Perusal ❑ Approval ❑ Files ❑ Quotation Sincerely, Darcy Searle Project Manager/QSP Bid Item#24 Backup 2612-RFC8004.0 P.O.Box 1898•Corona,California,92878.1898 0 (9SI)273-9600orAX (9S1)273.9608 40 belco elecoor group December 3,2015 Hillcrest Contracting,Inc. Serial No. 14-0035-012 1467 Circle City Dr. Corona,CA 92879 Attention: Ms. Darcy Seale,Project Manager Reference: Farrell Dr. Right Turn Lane at Vista Chino Project City of Palm Springs Project No. 09-11 Belco Job No. 14-0035,Hillcrest Job No.2612 Subject: Price Proposal for Traffic Signal Modifications al the Intersection of Vista Chino and Farrell Dr. Belco PCO No. 14-0035-1.05 Dear Ms. Seale: Elecnor Belco Electric is pleased to provide you with a price proposal for the modifications of the traffic signals at the intersection of Vista Chino and Farrell Dr.for the above referenced project.Belco was directed by Callrans, Translech and Hillcrest to install the underground traffic signal conduits as per plan. The following details are provided in this proposal. Bid Item #24 I. PCO14-0035-1.05 Scope of work: The installation of Conduit Nos. 2,3, 5 and 6. Lump suns price: $9,780.00 Please provide a change order for this agreed to work. Should you have any questions or concerns, please do not hesitate to contact me at(909)993-5470 ext.234. Sincerely, Elencnor Belco Electric,Inc. 1 4331 Schaefer Ave. Chino,CA 91710 - , (909)993-5470 Office beleo www.elecnorbelco.co (909)993-5476 Fax CA License 736518 41 b: belco eiecnor group Thomas Gebelin Project Manager Tmosportation Division 4331 Schaefer Ave. •.. Chino,CA 91710 belC0 vve think at"ll _1 1,01" .."odd (909)993-5470 Office q„un www.elecnorbelco.com (909) 993.5476 Fax CA License 738518 42 HILLCREST CONTRACTING Genera!Engineering Contractors License# 471664A City of Palm Springs Dale: December 16,2015 Public Works Department 3200 Tahquitz Canyon Way Subject: Request for Change Order#005 Palm Springs,CA 92263 Job Title: 09-11 Attention: Mike Lytar Job Number: 2612 We are sending you Y herewith the following ❑ under separate cover: REQUEST FOR CHANGE ORDER#005.0—Cold Plane: Cold Plane Existing Lanes I LS $5,520.00 Total $5,520.00 For your: ❑ Perusal ❑ Approval (0 Files ❑ Quotation Sincerely, INew Item B Darcy Searle Project Manager/QSP 26 t 2-RF0005.0 P.O.Box 1896 0 Corona,California,92878-1898 a (951)273.96009FAX (9511273-9608 43 Details Report For: 2612 FARRELL DR. RIGHT TURNLANE AT VI Hilkrest Contracting JERRY BLAIR 12 I612015 Ph. Item Daerlpdon X 12 COLD PLANE Qrmndiy V/FI Unit cost rural Carr hlnrghl% Unir Psire! oral 2,400600 SF $2.00 $4,806.25 14.85 2,30 $5,520,00 a- Activity COLD PLANE Crew EXCAVATION WITH PLANE Activity Qty 2,40000 SF Rare: Days: TotalCos(: 4,80625 Day: 2,400.00 SF 2400 SF Labor 1.00 Hour: 300.00 SF Equipment 1.00 UallCOSI; 2.003 Actual: 1.00 Labor Quantity Hours Days Unit Cost GENFO GENERAL FOREMAN G 1.00 3.00 MR IOD $79.76 $239.28 LAB 1 LABORER GROUP 1 2.00 3.00 MR 100 $58.66 $351.97 Total $59125 Equipment Quantity Hours Days Una Cost TRPU PICKUP TRUCK I.Do 3.00 MR 1.00 $20.00 $60.00 TRW20 WATER TRUCK 20W G 1.D0 3.00 MR 1.00 $105.00 $315.00 CPSAR BARTMILL COLOPLANE 1.00 4.00 MR 1.00 $450,00 $1,800.00 SWEEP SWEEPER 1.00 4,00 MR 1.00 $165,00 $660.00 Total $2.63500 Trucks Quantity Unit Cost TRKSU SUPER 10 DUMP TRUC 8.00 $85,00 $6W.OD New Item B Total :BBO.00 Other Quantity Unit Cost EOM 3 EQUIPMENT MOVE RA V00 $450 00 $450.0D DMP2 DUMP FEES-ACIPCC 2.00 $125.00 $250.00 Total $700.00 Act Note; /lens Note., Page 1 of 2 44 HILLCREST CONTRACTING General Engineering Contractors License# 471664A City of Palm Springs Date: February 3,2016 Public Works Department 3200 Tahquitz Canyon Way Subject: Request for Change Order#007 Palm Springs, CA 92263 Job Title: 09-11 Attention: Mike Lytar Job Number: 2612 We are sending you herewith the following ❑ under separate cover: REQUEST FOR CHANGE ORDER#007.0—Belco's Extra work: Extra rmvl&replacement of 6 broken/cracked is ph 1 LS $5,955A5 Total $5,955.45 For your: g PerusalApproval ❑ Files ❑ Quotation Sincerely, / Darcy Searle Project Manager/QSP New Item C Backup 2612-RFC#007.0 P.O.Box 1B98 o Corona,California,92878 1B98 o (951)273-9600oFAX (9St)273-9608 45 belco elecrior group February 2,2016 Hlllcrest Contracting,Inc. Serial No.14-0035-014 1467 Circle City Dr. Corona,CA 92879 Attention: Ms. Darcy Scafo,Project Manager Reference: Farrell Dr.Right'Nrn Lane at Vista Chino Project City of Palm Springs Project No.09-11 Belco Job No. 14-0035,Hillcrest Job No.2612 Subject: Price Proposal for Traffic Signal Modifications at the Litersection of Vista Chino and Farrell Dr. Belco PCO No. 14-0035-3.0&3.1 Dear Ms.Scale: Eleenor Belco Electric is pleased to provide you with a price proposal for removal and replacement of 6 broken and cracked traffic signal pull boxes at the intersection of Vista Chino and Farrell Dr.for the above referenced project as directed.The following details are provided in this proposal. 1. PCO 14.0035-3.0 and 3.1 Scope of work: Removal and replacement of 6 broken and cracked traffic signal pull boxes. Lump sum price: $5,671.86 Should you have any questions or concerns, please do not hesitate to contact me at(909)993-5470 ext. 234. Sincerely, Elleec�nno�r Belco Electric,Inc. /) Thomas Gebelin Project Manager Transporlation Division 433L Schaefer Ave. Chino,CA 91710 lco We think )twit a Wtter worie (909)993.5470 office I W."r v 909 993-5476 Fax ,�.,.a p,aup www.elecnorhalmcym ( 1 CA License 738518 G 4331 SCHAEFER AVE. CHINO,CA 91710 b e I co 909.993.5470 909.993.5476 FAX elecnor group DAILY EXTRA WORK REPORT LICENSE LICENSE NO,738518 h DATE Id, /I�6y 1 / ,61 11 T w ,H P SA SU JUtl NUMBER �j JOB NAME Cl'�L SP,c�IS CONTRACTOR/OWNER � f� f1 JOB LOCATION T+ n-w PERSON OF AUTHORITY DES RTPTION OF EXTRA WOR(: 0 eft4sb 3 n .+' — gs xd r. L3a rEs „-ti 004)L -,-Is se f~&,A:b 3-Q, /�IFP'Q�� BL,� CON/yry _ljT..j✓r}3(.S: Qa#P3 fNFi7t� .r.. I CONFIRM THE QUANTITY OF TIME AND MATERIAL DRSCRIBF.D HEREIN HAS BEEN USED FOR THE WORK AS STATED ABOVE. BEI.CO REPRESENTATIVE. CONTRACTOR/OWNER REPRESENTATIVE ana O/T IIEU Dry' EMPLOYEE NAME CLASS Ilan Has BRIPLOYRE NAME CLASS Has HRs a $WTI— AA0I`!/n>r r1`'3 8 0 ppC9A� /�iI4f1 Leksrt 6P O' QTY DESCRIPTION QTY DESCRIPTION W 3 ti6 Cif w !vo Z W a J S W h t EQ # EQUIPMBNT DESCRIPTION REG OR EQ Y EQUIPMENT DESCRIPTION RAG D/T Has Has Q HRs III& w %01 Ala, 0 0 0 F m BILLING METHOD BILLING RATES w ❑ GREENBOOK ❑ STANDARD APPROVED BY DATE u U CALTRANS LI OTHER OBACKCHARGE REC'D IN ACCTING a0 ❑ OTHER 0 WHITE-MAIN OPPICE CANARY.FOREMAN PINE CLI EHT(ONNk EAR.CON'fRACTOA/ON'NI'.n'S nfliNTl 7 R!.IECQ.MATERIAL AND LABOR PRICE SUMMARY(S4dPi(i4Shee14 for Warq BELCO PCO NO: 3 DESCRIPTION MATERIALS LBRHRS, DATE: 2/112016 MATeRIALS PAGE 2 5286.00 0.00 MATERIALS PACE 3 $0.00 0.00 DESCRIPTION OF WORK OR CHANGE MATERIALS PAGE 4 SoDo 0.00 On 1119I2018 replace 3 uallic signal poll boxes.Boxes wen: MATERIALS PAGE 8 $0.00 000 cracked and broken MATERIALS PAGE 0 $0.00 000 MATERIALS PAGE 7 30.00 000 SUBTOTAL $285.00 0 SALES TAX 8.00% 1 $25.05 FREIGHT 04% 1 $11.4 1 1 MARKUP 70TAL MISCELLANEOUS HARDWARE a 5% 1 $14.26 1 15% TOTAL MATERIAL COSTS: $330.30 $50.46 $388.75 FIELD;L'ABOR.SREAX. ._ "'-_ HOURS '...RATE S GENERAL FOREMAN-REGULAR RATE 0 $00.85 $0.00 GENERAL FOREMAN-OT RATE 0 5128.10 $0.00 FOREMAN-REGULAR RATE S $83.75 $670.00 FOREMAN-OT RATE 0 $117.74 $0.00 JOURNEYMAN WIREMAN-REG.RATE 0 $76,55 $0.00 JOURNEYMAN WIREMAN-OT RATE 0 $107.39 $0.00 ELEC.APPRENTICE-REGULAR RATE 0 557AS $0.00 ELEC.APPRENTICE.OT RATE 0 $93.66 6D.00 LABORER-REGULAR RATE S $84.10 $512.80 LABORER-OT RATE 0 388.70 SDAD OPERATOR-REGULAR RATE 0 583.7B $D.00 COST MARKUP TOTAL OPERATOR-OTRATE 0 $113.82 $0.00 20% TOTAL LABOR COSTS: $1.102.80 $230.66 $1.419.36 ENQINFFAINGCOSTS',' - HOURS RATE WT$ PROJECT MANAGER 0 S9000 $0.00 DESIGN ENGINEER OORDBJATI 0 $76.00 S0.D0 PROJECT ENGINEER 0 $80.00 $0.00 CAD ENGINEER 0 S60.D0 $0.00 COST MARKUP TOTAL PROJECT ASSISTANT 0 $40.00 SD.00 20% TOTAL INDIRECT COSTS:j $0.00 $0.00 $0.00 gGGpE,' EOUIR<.ICAU7NAN5tiATESy1t¢)!i 'HOURS.r. RATE- ;EO$ 00.12 PICKUP TRUCKJHR. 0 $27.33 50.00 20.25 UTILITY WORK TRUCK HR. 6 $71,82 $674.60 01"26 AIR COMPRESSOR ONLYMR, 8 SWA4 $28t12 20.28 BATCH TRUCK WILIOLERMR. 0 140.36 $0.00 38.48 CRANE TRUCKIHR. 0 $99.75 $0.00 12.20 BUCKET TRUCKAIR. 0 571.09 $0.00 3AXL DUMP TRUCK 3AXLE"R, 0 $72.07 $0.00 20.28 DELIVERY TRUCK 201628K)MR. 0 $36.04 $0.00 12.20 WATER TRUCK 12K-20)WR. 0 $33.46 $0.00 DUMP TRAILER/MR, 0 $moo $000 TM ARROWBOARDIHR 0 $3.39 $0.00 2509J BACKHOE(J0410G)WHR 0 $80.73 $0.00 SACKHOE TRAILERIHR. 0 $20.00 $0DO TRENCHERIDAY 0 $225.00 $0.00 COST MARKUP TOTAL 15% TOTAL TOOLSIEQUIP.COSTS: $053.68 $120.55 $993.23 SUBCONTRACTS. ...: :}.',_.."l -." r:. ... CITY ' . .;URd EXTS sD.DID$006 COST MARKUP TOTAL $0.00 5% TOTAL SUBCONTRACT COSTS: $0.00 $040 $0.00 COST MARKUP TOTAL SUBTOTAL COSTS: $2,332.78 $416.60 $2.799.34 r .:^ ery -F2na..�n.:`'..iu'•SY`SUB70TALI PERCENT I".EXTIII DESIGN SERVICES $0.00 7.75% y0.00 $0.00 SONDNG $0.00 1 1.00% 40.00 $0.00 D GRAND TOTAL OF THIS CHANGE ORDER $2,790.34 4331 SCHAEFER AVE, CHINO, CA 91710 b e I co 909993.5470 909,993.547E FAX elecnorgroup DAILY EXTRA WORK REPORT LICENSE NO. 738518 JOB NUMBER A DATE I� � I� 17 ✓ A 1p 11 T IV� $A w JOB NAME Pf}'�.� !'�� r CONTRACTOR/OWNER Cfty ! /f l-A't�!J(Z r7A JOB LOCATION �'�-V_T_ _C � G 14—mll'crLC PERSON OF AUTHORITY DESCRIPTION OF EXTRA WORK: 161441asE' 3 A4COPXe- IBa"Os M010 � A- I CONFIRM THE QUANTITY OF TIME AND MATERIAL DESCRIBED HEREIN HAS BEEN USED POR THE WORK AS STATED ABOVE. BELCO REPRLS NTJ VE CONTRACTOR/OWNER REPRESENT KNVE ' ER{PLOYBE NAME CLASS Ind o1i EMPLOYEE NAME. C[.ASS NBC OfT T / HIS II um Nas A9.ly W QTY DESCRIPTION A, QTY DESCRIPTION F W W B .J Lu t a F EQ p EQUIPMENT DESCRIPTION RKV IIIT EQ ft EQUIPMENT DESCRIPTION •EU U/T HIS is NS9 IINS a WOE& a w E J17LN,C y 0 O 0 ti H DILLING METHOD DILLING RATES 7 w O GREENDUUK Q STANUARU APPROVED BY DATE u. ❑ CALTRANS ❑ OTHER 0 ❑ BACKCHARGE REC'D IN ACCTING K O OTHER O K WIIITE MAIN OFFICA CANAEY-FOREMAN PINK O.IENT(6KNEML LUNTXALT09 I OWNIW' ACAN1) HELD.MArfWALMIp;mRaRICE:6UMMA,R_Y(SeB,P;Kaa.&leel>t,krDMaWI BELCOPCONO: 3.1 DESCRIPTION MATERIAL$1 LBR.HRS•I DATE: 2/112010 MATERIALS PAGE 2 $276.00 0.00 MATERIALS PAGE 3 $0.00 0.00 DESCRIPTION OF WORK OR CHANGE MATERIALS PAGE 4 $0.00 0.00 On 1/1412016 replace 311a16c signal pt4 bons,Boxes ware MATERIALS PAGE 5 $0.00 0.00 necked and broken MATERIALS PAGE 0 $D.DO 0.00 MATERIALS PAGE/ $0.D0 0.00 SUBTOTAL $276.00 0 SALES TAX 0 9.00% $24.75 FREIGHT 04% 1 $11.OD COST MARKUP TOTAL MISCELLANEOUS HARDWARE*6% $13.75 16% TOTAL MATERIAL COSTS: $324.50 $48.08 $373.18 FIELD,I'RBOR BREAKDOWN., 'HOURS RATE , EXT$ GENERAL FOREMAN-REGULAR RATE 0 $90.65 $0.00 GENERAL FOREMAN-OT RATE 0 $128.10 $0.00 FOREMAN-REGULAR RATE 4 $83.75 $335.00 FOREMAN-OT RATE 0 $117.74 $0.00 JOURNEYMAN WIREMAN-REG.RATE 0 $70,85 S000 JOURNEYMAN WIREMAN-OT RATE 0 $107.39 50.00 ELEC.APPRENTICE-REGULAR RATE 0 $67AB S . ELEC.APPRENTICE-OT RATE 0 $03E5 $D.OD LABORER-REGULAR RATE 8 $64.10 $61100 LABORER-OT RATE 0 $85.76 $0.00 OPERATOR-REGULAR RATE 0 $83.7a $0.00 COST MARKUP TOTAL OPERATOR-OT RATE 0 $i13.82 30.00 20% TOTAL LABOR COBTS:j $847.80 $109.56 $1.017.36 E901NE$13WGCOST$ 5 HOUQ$� ; RATE I .itV.3r:-: PROJECT MANAGER 0 $90AD $0.00 DESIGN ENGINEER(CCORDINATIONIL 0 $76.00 $0.00 PROJECT ENGINEER 0 $60.00 $0.00 CAD ENGINEER 0 $50.00 $0.00 COST MARKUP 101AL PROJECT ASSISTANT 0 $40.00 3D.00 20% TOTAL INDIRECT COSTS: $0.00 $0.00 $0.00 EQUIP.(OALk"ANS'R).kTE$31116). %HOURS. 0&12 PICKUP TRUCK". 0 %27.33 $C.00 20-28 UTILITY WORK TRUCH/HR. 8 $7i.62 $674.60 010.026 AIR COMPRESSOR ONLYIHR. 0 $38.14 $269.12 20-28 BATCH TRUCK WIMMERM 0 $40.38 $0.00 38-48 CRANE TRUCKIHR. 0 $09.75 10.00 12.20 BUCKET TRUCKIHR. 0 $71.89 $0.00 3AXL DUMPTRUCK(3 AXLEWHR. 0 472.01 $0.00 20.28 DELIVERY TRUCK K-211WR. 0 $36.04 $0.00 12-20 WATER TRUCK(12K-20K R. 0 $33.40 $0.00 DUMP TRAILER". 0 $15.00 ".Do TM ARROWBOARDIHR, 0 $3.39 $0.00 2609J BACKHOE JD 410G R. 0 $00.73 $0.00 BACKHOE TRAILERIHR. 0 $20.00 $0,00 MWX Rental I day 1 $425.00 $425.00 COST MARKUP TOTAL 15% TOTAL TOOLSIEOUIP.COSTS: $1,208.88 $193.30 $1.481.98 SUBCONTRACTS - OTY UBM "EXT"$ :. SO 00 $GAO COST MARKUP TOTAL 50.00 5% TOTAL SUBCONTRACT COSTS: $0.00 $0.00 $0,00 COST m39m TOTAL SUBTOTAL COSTS: $2.460,06 $411.54 $2,072.62 _ SUBTOTAL PERCENT EXT$, DESIGN SERVICES $0.00 7.75% $0.00 to.00 BONDING $0.00 1 1.00% 1 $0.00 $0.00 GRAND TOTAL OF THIS CHANGE ORDER: $2,074.62 50 BELCO MATERIALS AND OPERATIONS BREAKDOWN PROJECT: PCO NO: DIRECTIVE NO: ESTIMATED BY CHECKED BY DATE 2=018 ,MKMRIALORAPERAT'ION ATY I PRICE PER EXT.PRICE LABOR UNIT PER EXT,LABOR No,6 P•box/Ad 2 76.00 150.00 0.00 3/4'gravel kwg 13 5.00 65.00 0.00 No.6 P-box/Id 1 80.00 60.00 0.00 0.00 0.00 0.00 0.00 0.00 0.D0 0.00 0.00 0.00 0.00 O.OD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 ODD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.OD 0.0D 0.00 0.00 0.00 0.00 O.OD 0.00 O.OD 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 O.OD 0.00 6.00 0.00 0.0D 0.00 0.00 0.00 0.00 0.00 0.00 000 0.00 Goo 0.00 0.00 0.00 0.00 0,00 0.00 0.00 On 0.00 0.00 0.00 0.00 0.00 O.DO 0,00 TOTALS 276.00 0.00 5 Hillcrest Contracting Po Box;9'8 Drive. GENERAL ENGINEERING CONTRACTORS Corona,CA 91718-1898 Ucense No.47i664A Telephone(951)273-9600 Riverside,San Bernadine,Orange,Los Angeles&San Diego Counties Fax (951)273-9608 To: Date: 11412016 CITY OF PALM SPRINGS From: Glenn Salsbury Quota No. 2250 Phone FAX: Email: We propose to furnish you labor and material in strict accordance with the plans and specifications as follows: PRICE TO INSTALL ADDITIONAL 12"WHITE THERMO CROSS AND INSTALL BUTTON DETAIL ON LANE LINE Item No. Description Quantity U/M UnItPrIce Total Price EXTRAS x 13 APPLY ADDITIONAL STRIPING 300 LF 5.00 1.500.00 x 14 INSTALL BUTTON DETAIL ON LANE LINE 200 LF 2.20 440.00 Total for EXTRAS $1,940.00 Total Proposal Price: $1,940.00 Special Condition Due to the volatility of current OIL PRICES we reserve the right to adjust contract unit prices as the oil prices affect our material suppliers. Hillcrest has no control over this economic condition and regret that we must pass this potential cost change to our customers. Submitted by: ----------- Date: __._..._-.------------------._.--- Accepted by: _ Date: New Item D Page 1 of 1 52 Superior Pavement Markings, Inc. p — PO Box 278 Pavement Markings Beaumont, CA 92223 License# 776306 Phone 951.845.2799 Union Local 1184 Order#1 for Job B11$6 Fax 951.845.6399 Change Submit To: �- — HILLCREST CONT, INC Farrell Drive Right Tu La rn ne at Viai Chino 1467 CIRCLE CITY DRIVE C P 09-11 CORONA,CA 92678 Palm Springs, CA TG: Date: Pm ect Manaaer Jobt4 --� —. -- # Price- - -EiA Price-) 1 jApply Additional 12"white Thermoplastic Crosswalk 306 LF _4.60. 1,350.00 2 i Install Button Detail on Lane Line _ 200 LF _ 2.00 400.00 $1,750.00 -- Description: Field Memo reference: PER BILL'S REQUEST rms:Doe and ADDITIONAL COST I $1,750.00 ya Te gems:opus Superior Pa vemeat Markings, CREDIT FOR THIS blecompletion, by: CHANGE ORDER —.�--_ _._.__....SubRuto.on"¢cazramvd--. Ywr accept the wrttan change order You we authorized o perform the work comprehended hereunder and Uwe agree to pay the said amount inaccordmixewiih the ternuset faith- fly signing this change order below Vwe agree to the auacbed Tams and Conditiorrs Date: Owner/Canomer: by: PLEASE SIGN AND REMIT L'OPV TO ABOVE ADDRESS New Item D page 1 of 1 53 Hillcrest Contracting Po Circle Box 1 9i8 Drive. GENERAL ENGINEERING CONTRACTORS Corona, CA 91718-1898 Lbm No.471664A Telephone(951)273-9600 Riverside,San Bernadine,Orange,Los Angeles&San Diego Counties Fax (951)273-9608 To: oate: 1/4/2016 CITY OF PALM SPRINGS From: Glenn Salsbury Quote No. 2250 Phone FAX: Email: We propose to furnish you labor and material in strict accordance with the plans and specifications as follows: PRICE TO INSTALL ADDITIONAL 12"WHITE THERMO CROSS AND INSTALL BUTTON DETAIL ON LANE LINE F Item No. Desedptlon Quantity U/M UnitPrice Total Price iEXTRA x 13 APPLY ADDITIONAL STRIPING 300 LF 5.00 1,500.00 i x 14 INSTALL BUTTON DETAIL ON LANE LINE 200 LF 2.20 440.00 Total for EXTRAS $1,940.00 i Total Proposal Price: 51,940.00 Special Condition Due to the volatility of current OIL PRICES we reserve the right to adjust contract unit prices as the oil prices affect our material suppliers. Hillcrest has no control over this economic condition and regret that we must pass this potential cost change to our customers. Submittedby: __.___. Date: Accepted by: _... . . Date: New Item D Page 1 of 1 54 HILLCREST CONTRACTING General Engineering Contractors License#471664A City of Palm Springs Date: November 2, 2015 Public Works Department 3200 Tahquitz Canyon Way Subject: Request for Change Order#003 Palm Springs,CA 92263 Job Title: 09-1 [ Attention: Mike Lytar Job Number: 2612 We are sending you r herewith the following ❑ under separate cover: REQUEST FOR CHANGE ORDER#003.0 Chao -d field condition. The City requested Hillcrest Contracting to provide survey for relocation of the water line for Desert Water. Survey for Desert Water 1 LS $805.00 Total $805.00 For your: ❑ Perusal Q Approval ❑ Files ❑ Quotation Sincerely, Darcy Searle New Item E Project Manager/QSP 2612-RFCN003.0 P.O.Box 1898•Carona,California,92078-1898 a (951)273.9600*FAX (951)273.9608 55 LAND SURVEY AND PLANNINGCONSULTANTS LSAP Consultants LLC Invoice No. 12056 P.O. Box 1060 Bill To Hillcrest conFacyng Desert Hot Springs Address 1457 Circle OtyDr. CA 92240 Corona, CA 92FfT— Phone 760-288-2232 Fax 760-671-4761 Phone Fax Email 11 Invoice Date JINVOICE October 30, 2015 PROPERTY DESCRIPTION: $700.00 Vista Chino & Farrell Dr. Palm Springs Date Descriptlon Amount =__� - ZFJ30]2015 ReToca-t on of'Wa-er pne -- - in our IeitieraatecF05=27-f5 —" "- "" Total Me —$7W.00 56 , J 3 48 028 V J S <W.M ' 5 OSBFP r 33 4880 li 5 O BFP . a -70 I N Q v 1 • s wm _ a 57 acy � :AAA 10 VC 'o 6 LZ ZV96 j -- n m Ln � � 1 tom' 7� •. � '. .S' .. .1. s .:. ••r-•� ,� •' .�r.r J' !1,.•�• , inomvS •r... r T.. • r, y. .:7:-'4J'�7.. ...+ .tiv'�.• • ��... r7 v. , r u It a t SWAG - au 14 10 1 6DD.00 SAVYCUFS —' r 26 :5p�A0 1. •• w SA COTB�=- � i 1 � ,r •. t � yt •:. i ., CAI 600.00 zY... 1 I 1F I. • ii thS s' r r .f. 1 r= t.y. t / Ji �• �� a•. J//J rti Ylyr� •�• -� , N / 61 SUNGARD PENTAMATION - FUND ACCOUNTING MANAGER PAGE NUMBER: 3 DATE: 03/24/16 CITY OF PALM SPRINGS EXPSTAlI TIME: 16:46:26 E%PENDITURE STATUS REPORT SELECTION CRITERIA: orgn.fund in ('160','133' ,'261'1 and expledgr.account.160076' ACCOUNTING PERIOD: 9/16 SORTED BY: PUNO,FUNCTICN,DEPARTMENT,IST SUBTOTAL,2ND SUSTOTAL,ACCOUNT TOTALED ON: FUND.FUNCTION,DEPARTMENT,IST SUBTOTAL PAGE BREAKS ON: FUND,FUNCTION,DEPARTMENT FUNCTION CAPITAL PROJECTS C CU FUNCTION - PUBLIC WORKS V OE PARTMENT-9491 STREET IMPROVEMENTS 1ST SUBTOTAL-5000 CAPITAL PERIOD ENCUMBRANCES YEAR TO DATE AVAILABLE YTD/ ACCOUNT - - - - - TITLE - - - - - BUDGET EXPENDITURES OUTSTANDING EXP BALANCE BUD 60076 FARREL/VISTACHINO NIB LA 347,011.97 99,138.82 46,803.98 271.292.14 28,915.85 91.67 TOTAL CAPITAL 347.011.97 99,138.82 46,803.98 271,292.14 28,915.85 91.67 TOTAL STREET IMPROVEMENTS 347,011.97 99,138.82 46,803.98 271,292.14 28,915.85 91.67 TOTAL PUBLIC WORKS 347,011.97 99,138.82 46,803,98 271,292.14 28,915.85 91.67 TOTAL CAPITAL PROJECTS 347,011.97 99,138.82 46,803,98 271,292.14 28,915.85 91.67 TOTAL REPORT 418,694.73 121,979.54 52,867.93 307,250.84 58,575.96 a6.01 N SUNGARD PENTAMATION - FUND ACCOUNTING MANAGER PAGE NUMBER: 2 DATE: 03/24/16 CITY OF PALM SPRINGS EXPSTAII TIME: 26:46:26 EXPENDITURE STATUS REPORT SELECTION CRITERIA: orgn.fund in ('160','133' ,'261') and expledgr.accoun[='60076' ACCOUNTING PERIOD: 9/16 SORTED BY: FUND,FUNCTION,➢EPARTMENT,IST SUBTOTAL,2ND SUBTOTAL,ACCOUNT TOTALED ON: FUND,FUNCPION,DEPARTMENT,IST SUBTOTAL PAGE BREAKS ON: FUND,FUNCCION,OEPARTMENT /' FUND-160 SPECIAL PROJECTS cc O FUNCTION-30 PUBLIC WORKS y DEPARTMENT-4510 TRAFFIC MITIGATION 1ST SU13TOTAL-S000 CAPITAL PERIOD ENCUMBRANCES YEAR TO DATE AVAILABLE YTD/ ACCOUNT - - - - - TITLE - - - - - BUDGET EXPENDITURES OUTSTANDING EXP BALANCE BUD 60076 FARREL/VISTACHINO N/B LA 989.33 .00 .00 .00 999.33 .00 TOTAL CAPITAL 989.33 .00 .00 .00 969.33 .00 TOTAL TRAFFIC MITIGATION 909.33 .00 .00 .00 989.33 .00 TOTAL PUBLIC WORKS 989.33 .00 .00 .DO 989.33 _00 TOTAL SPECIAL PROJECTS 989.33 .00 .00 .00 989.33 .DO W SUNGARD PENTAMATION - FUND ACCOUNTING MANAGER PAGE NUMBER: 1 GATE: 03/24/16 CITY OF PALM SPRINGS EXPSTAll TIME: 16:46:26 EXPENDITURE STATUS REPORT SELECTION CRITERIA: 0rgn.£und in ('160', '133',12611( and expledgr.accouht.160076' ACCOUNTING PERIOD: 9/16 SORTED BY: FUND,FUNCTION,DEPARTMENT,IST SUSTOTAL,2ND SUBTOTAL,ACCOUNT TOTALED ON: FUND,FUNCTION,DEPARTMENT,IST SUBTOTAL PAGE BREAKS ON: FUND,FUNCTION,DEPARTMENT FUND-133 SPECIAL GAS TAX IMPRVMENT C FUNCTION-30 PUBLIC WORKS DEPARTMENT-4298 IMPROVEMENTS 2106 FUND 1ST SUBTOTAL-5000 CAPITAL PERIOD ENCUMBRANCES YEAR TO DATE AVAILABLE YTD/ ACCOUNT - - - - - TITLE - - _ _ _ BUDGET EXPENDITURES OUTSTANDING UP BALANCE BUD 60076 FARREL/VISTACHINO N/B LA 70,693.43 12,840.72 6,063.95 35,958.70 28,670.78 59.44 TOTAL CAPITAL 70,693.43 12,840.72 6,063.95 35,958.70 28,670.7E 59.44 TOTAL IMPROVEMENTS 2106 FUND 70,693.43 12,840.72 6.063.95 35,958.70 28,670.78 59.44 TOTAL PUBLIC WORKS 70,693.43 12,840.72 6,063.95 35,958.70 28,670.78 59.44 TOTAL SPECIAL GAS TAX IMPRVME 70,693.43 12,840.72 6,063,95 35,958.70 28,670.78 59.44 c" A SUNGARD PENTAMATION FUND ACCOUNTING MANAGER PAGE NUMBER: 1 DATE: 03/24/16 CITY OF PALM SPRINGS EXPSTAII TIME: 16:50:52 EXPENDITURE STATUS REPORT SELECTION CRITERIA: orgn.fund.1134' and expledgr.accounf.160076' ACCOUNTING PERIOD: 9/16 SORTED BY: FUND,FUNCTION,D£PARTMEUT.IST SUBTOTAL,2ND SUBTOTAL,ACCOUHT TOTALED ON: FUND,FUNCTION,DEPARTMENT,IST SUBTOTAL Coo /f PAGE BREAKS ON: FUND,FUNCTION,DEPARTMENT L FUND-134 MEASURE A IMPROVEMENTS FUNCTION-30 PUBLIC WORKS DEPARTMENT-4498 LOCAL MEASURE A 1ST SUBTOTAL-5000 CAPITAL PERIOD ENCUMBRANCES YEAR TO DATE AVAILABLE YTD/ ACCOUNT - - - - - TITLE - - - - - BUDGET EXPENDITURES OUTSTANDING EXP BALANCE BUD 60076 FARREL/VISTACHINO N/B LA 93,677.50 1.210-00 10.00 33,759.00 49,906.50 40.36 TOTAL CAPITAL 83,677.50 1,210.00 10.00 33,759,00 49,908.50 40.36 TOTAL LOCAL MEASURE A 03,677-50 1,210.00 10.00 33,759.00 49,908.50 40,36 TOTAL PUBLIC WORKS 83,677.50 1,210.00 10.00 33,759.00 49,908.50 40.36 �! TOTAL MEASURE A IMPROVEMENTS 83,677.50 1,210.00 10.00 33,759.00 49,908.50 40.36 TOTAL REPORT 63,677.50 1,:10.00 /0.00 33.759-00 49,908.50 40.36 T :.J� ATTACHMENT 3 66 / TRANSTEch City of Palm Springs 07APR!2 Project: Farrell Dr.Right Turn Lane at Vista Chino City Project Number:09-11 Federal Project Number:CML-5282(037) This letter Is to act as the NOC that the project named Farrell Dr.Right Turn Lane at Vista Chino In the City of Palm Springs has been completed and accepted.The project was constructed to accordance with the plans and specifications and the Contractor has met all the requirements of the Contract. Sincerely, FeQ Kurt A. Pegg, PE Resident Engineer 13361 Benson Avenue ( Chino CA gipo 1 T go9 595 8599 1 F 9"590 8599 1 Transtech-mg 67 ATTACHMENT 4 68 Recording Requested By: City of Palm Springs When Recorded Mail To: Name James Thompson,City Clerk Street Address 3200 E.Tahquitz Canyon Way Ciry&State Palm Springs,CA 92262 SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code§§8180-8190,8100-8118,9200-9208) 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: Hillcrest Contracting,Inc. 1467 Circle City Drive,Corona,CA 92879 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 10th day of March 2016 ,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: City Project No.09-11,Farrell Right Turn Lane at Vista Chino(Hwy 111) 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: Intersection of Vista Chino(Hwy 111)and Farrell Drive 9. The street address of said property is: Intersection of Farrell Drive and Vista Chino(Hwy 111) 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 I of 2 69 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) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in his/herltheir authorized capacity(ies), and that by hislherltheir 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 70 ATTACHMENT 5 71 Notice of Exemption Form D To: Office of Planning and Research From: (Public Agency) City of Palm Springs P.O. Box 3044,Room 212 3200 East Tahquitz Canyon Way Sacramento,CA 95812-3044 Palm Springs, CA, 92262 County Clerk (Address) County of Riverside 2724 Gateway Drive Riverside, CA 92507 Project Title; Vista Chino at Farrell Drive Street Improvements Project Location-Specific: Southeast corner of the Farrell Drive and Vista Chino (SR 111)intersection Project Location—City; Palm Springs Project Location—County: Riverside Description of Nature,Purpose and Beneficiaries of Project: The proposed action consists of the demolition of the existing curb,gutter and sidewalk along the easterly side of Farrell Drive in order to create a new dedicated right turn lane onto Vista Chino.The project also includes the relocation of the existing SunLine Transit Agency bus turnout from its present location on the east side of Farrell Drive to the south side of Vista Chino approximately 200 feet east of the intersection. The project also includes the relocation of the traffic signal pole and equipment at the southeast corner and necessary upgrade of the existing traffic signal system. Name of Public Agency Approving Project: City of Palm springs Name of Person or Agency Carrying Out Project: Marcus L.Fuller,PE, PLS Exempt Status: (check one) ❑ Ministerial(Sec.21080(b)(1); 15268); ❑ Declared Emergency(Sec-21080(b)(3); 15269(a)); ❑ Emergency Project(Sec.21080(b)(4); 15269(b)(c)); 9 Categorical Exemption.State type and section number: Existing Facilities, Section 15301(c) i ❑ Statutory Exemptions.State code number: Reasons why project is exempt: The proposed action is necessary to reduce congestion at the intersection of Vista China and Farrell Drive by providing a dedicated rght,tum lane from northbound Farrell Drive to east bound Vista Chino. Presently,the northbound Farrell Drive is Improved vdN one dedicated left-vim lane and two through Wines;the right through rane serving a dual role and bough lane and fight-Wm lame.The rrew dedicated right-Wm lane will agwiate the long queues of northbound traffc mlffng to proceed through the intersection. The proposed MUM is made posetil M funding bough the Congestion Mitigation and Air Quality(CMAQ)federal aid program provided through the Safe,Accountable,FleAble and Efficient Transportation Equity Act—A Legaw for Users. (SAFETEA-LU). Lead Agency r Marcus L. Fuller PE PLS (760) 323-8253 ext. 8744 Contact Person: r Area Code/Telephone/Extension: If filed by applicant: 1.Attach certified document of exemption finding. 2.Has a Notice of Exemption been filed by the public agency approving the project? © Yes ❑No \Signature; d.j'(� U V Date: December2l,2011 Title: Assistant Public Works Director fa Signed yLeadAgen RECEIVED Date received for filing at OPR: ,0 Signed by Applicant ! DEC19 Revised 2005 28 1 lOj cu S LI t (e STATE CLEARING HOUSE 7 z ATTACHMENT 6 73 CATEGORICAL EXEMPTION/CATEGORICAL EXCLUSION DETERMINATION FORM 08/1RIV/Palm Springs CML 5282(037) Dist.-Co.-Hie-(or Local Agency) P.M/P.M. E.A. (State project) Federal-Aid Project No. (Local project)/Proj. No. PROJECT DESCRIPTION: ff3riefly describe project,purpose,location,limits, right-of-way right-ot-way requirements,and activities involved. Enter project description in this box. Use Continuation Sheet,it necessary The City of Palm Springs proposes to make improvements to the northbound Farrell Drive at the intersection with Vista Chino and eastbound Vista Chino east of the intersection- Improvements include the construction of a new northbound dedicated right turn lane on Farrell Drive. Improvements include relocation of the existing bus stop/turn-out from within the proposed dedicated northbound right-turn lane on Farrell Drive to the south side of Vista Chino immediately east of the intersection. Improvements also include relocation of traffic signal poles and equipment at the southeast comer of the Vista Chino/Farrell Drive intersection, including necessary upgrade of the existing traffic signal system. CEGA COMPLIANCE (for State Projects only) Based on an examination of this proposal,supporting information,and the following statements(See 14 CCR 15300 at seq.): • If this project falls within exempt class 3,4,5,6 or 11, it does not impact an environmental resource of hazardous or critical concern where designated, precisely mapped and officially adopted pursuant to law. • There will not be a significant cumulative effect by this project and successive projects of the same type in the same place,over time. • There is not a reasonable possibility that the project will have a significant effect on the environment due to unusual circumstances. • This project does not damage a scenic resource within an officially designated state scenic highway. • This project is not located on a site included on any list compiled pursuant to Govt.Code§65962.5("Cortese List'). • This project does not cause a substantial adverse change in the significance of a historical resource. CALTRANS CECIA DETERMINATION (Check one) ❑ Exempt by Statute.(PRC 21080[b]; 14 CCR 15260 at seq.) Based on an examination of this proposal,supporting information,and the above statements,the project is: ❑ Categorically Exempt.Class_ (PRC 21084; 14 CCR 15300 at seq.) ❑ Categorically Exempt.General Rule exemption.[This project does not fall within an exempt class,but it can be seen with certainty that there ism possibility that the activity may have a significant effect on the environment(CCR 15061[b][3]) N/A N/A Print Name:Environmental Branch Chief Print Name:Project Manager/DLA Engineer N/A N/A Signature Date Signature Date NEPA COMPLIANCE In accordance with 23 CFR 771.117, and based on an examination of this proposal and supporting information,the State has determined that this project: • does not individually or cumulatively have a significant impact on the environment as defined by NEPA and is excluded from the requirements to prepare an Environmental Assessment(EA)or Environmental Impact Statement(EIS),and • has considered unusual circumstances pursuant to 23 CFR 771.117(b) (htlp�//www.fhwa.dot.govihep/23cfr771.htm-sec 771 117). In non-attainment or maintenance areas for Federal air quality standards,the project is either exempt from all conformity requirements, or conformity,analysis has been completed pursuant to 42 USC 7506(c)and 40 CFR 93- CALTRANS NEPA DETERMINATION (check one) ® Section 6004: The State has been assigned, and hereby certifies that it has carried out,the responsibility to make this determination pursuant to Chapter 3 of Title 23, United States Code,Section 326 and a Memorandum of Understanding(MOU) dated June 7,2010,executed between the FHWA and the State. The State has determined that the project is a Categorical Exclusion under: ❑23 CFR 771.117(c):activity(c)L) ®23 CFR 771.117(d):activity(d)(1) ❑ Activity_ listed in the MOU between FHWA and the State ❑ Section 6005: Based on an examination of this proposal and supporting information, the State has determined that the project js a C�u Section 6005 of 23/U.S.C.327. Y / 110" /Pl,n� ti- jhv.r P in Name: Environmental Branch Chia -- Print ame:Project anger/DLA Engineer 7 / Z Signature V Date Briefly list environmental commitments on continuation sheet. Reference additional information, as appropriate(e.g.,air quality studies, documentation of conformity exemption,FHWA conformity determination if Section 6005 project; §106 commitments; §4(f);§7 results: Wetlands Finding: Floodplain Finding;additional studies;and design condition).Revised June 7,2010 Page i or 3 74 CATEGORICAL EXEMPTIOWCATEGORICAL EXCLUSION DETERMINATION FORM Continuation Sheet 08/RIV/Palm Springs CML 5282(037)__ Dist.-Co.-Rte. (or Local Agency) P.M/P.M. E.A. (State project) Federal-Aid Project No. (Local project)/Prof. No. Continued from page 1: Project Description: The City of Palm Springs proposes to make improvements to the northbound Farrell Drive at the intersection with Vista Chino and eastbound Vista Chino east of the intersection. Improvements include the construction of a new northbound dedicated right turn lane on Farrell Drive. Improvements include relocation of the existing bus stop/turn-out from within the proposed dedicated northbound right-turn lane on Farrell Drive to the south side of Vista Chino immediately east of the intersection. Improvements also include relocation of traffic signal poles and equipment at the southeast corner of the Vista Chino/Farrell Drive intersection, including necessary upgrade of the existing traffic signal system. Cultural: If human remains are discovered,State Health and Safety Code Section 7050.5 states that further disturbances shall cease in any area or nearby area suspected to overlie remains. and the County Coroner contacted. Pursuant to Public Resources code Section 5097.98, if the remains are thought to be native American,the coroner will notify the Most Likely Descendant(MLD). At this time,the person who discovered the remains will contact the Department District 8 Environmental Branch Chief,or his/her designee,so that the y may work with the MLD on the respectful treatment and disposition of the remains. Further provisions of PRC 5097.98 are to be followed as applicable. Permits: NPDES Permit Page 2of2 75