Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
05343 - IMPERIAL PAVING COMPANY 2005-06 2006-07 ARHM OVERLAY CP 05-22
CITY OF PALM SPRINGS CALIFORNIA P_O.Box 2743,Palm Springs,California 92263,(760)323-8253 Department of Public Works and Engineering NOTICE OF ACTION FOR: ■PUBLIC AND/OR ©PRIVATE JNIPROVENIENTS TO: Imperial Paving Company ACCEPTANCE DATE: December 22,2006 13555 East Imperial Highway PROJECT: CP#05-22,2005/2006&2006/2007 Whittier,CA 90605 ARAM Overlay AGREEMENT NO. 5343 MIMJTE ORDER NO. 7915 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLICIMPROVFMFNTS PRIVATE IMPROVEMENTS Loops 38 EA. Curbing _ L.F. ARHM Street Pavioe__- _ 792,000 S.F. Street Pavin mm S.F. Concrete Street Paving 29500 S.F. Sidewalks S.F. Spandrel Installation_ 2,000 S.F. Driveway Approaches S-F- Cold Plane Ex A.C.Pavement 72,039 S.F, Bike Paths S.F. Sewer Mains L.F. Sewer Mains L.F- Sewer Laterals L.F. Sewer Laterals L.F. Adjust Sewer Manholes 20 EA. Sewer Manholes EA. Storm Drains L.F. Storm Drains L_F_ Survey Monuments EA. Survey Monuments EA. EA. S.F. Location: Indian Canyonhriec at Garnet Road:Taehevah Drive from Avenida Caballeros to Farrell Drive; Crdle Encilia from Ramon Road to Arenas Road;and Belardo Rq_d_from Tahquitz Canyon Way to Arenas Road. C.P.S.Drawing No(s). Per Plans-anA Specifications Permit No.-J3928 Contracior(s)actually doing the work Imperial Paving Company,Manhole Adjusters,PRSI,Global Read Sealing,J&S Stripine,CESM and Rubberized Crackfiller Sealant Incorporated. Notify your bonding companylbank to release the following bonds: No. 0434958 in the amount of$ 650,205 Performance C.- of L)C, No. 0434958 in the amount of S 650,205 Payment O& 03 1 O"7 No. in the amount of$ Monuments No. Lathe amount of S Maintenance Security No. in the amount of S Correction&Repair Construction bond in the amount of S for Engineer: CITY ENGINEER Bond Co./Bank:International Fidelity insurance Company Comments; INAL CONTRACT AMOUNT- 625 858,77 Submitted by: Dated; Z--z 1-0 7 V - Senior Public Works Inspector n'' c: Approved by: r Dated: r X1�7 - Director of Public Works/City Engineer Go Distribution:Original 0 Engineering Cl'Fde;Copies to:Addrnssee,City Clerk,NOA Binder,Svc K Maimcn:mce Munger,Building,and Faeilitie Index W 0702 DOC # 2007-0142726 03/01/2007 08:00A Fee:NC page 1 of I Recorded in official Rccords County of Riverside Larry W. Ward Rssessar, County Clerk & Recorder 11111111111111111111111111111111111111111111111111IN S R U PAGE SIZE I DA I MISC I LONG RFD I COPY Recording Requested By And � When Recorded Return To: M A L 465 42G PCOR NCDR 5MF NGt1 exwm City of Palm Springs Attn:City Clerk P.O.Box 2743,Palm Springs,CA 92263-2743 (SPACE ABOVE YFnS LINE POR RECORDING D$E) (ExE•Mn FROM RECORDING FEE PER GOV CODE§6103) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs,California,is amunicipal corporation,organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices of Completion. 3. The address ofthe City ofPalm Springs is City Hall,3200 E.Tahquitz Canyon Way,Palm Springs,California(P_0-Box 2743,Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 22"d day of December,2006. 5. The name of the contractor(if named)for such work of improvement was:Imperial Paving Company,13555 East Imperial Highway, Whittier,CA 90605. 6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows:2005/2006&2006/2007 ARUM Overlay Project. 7. Nature of Interest:Fee Owner 8. The property address or location of said property is:Indian Canyon Drive at Garnet Road;Tachevah Drive from Avenida Caballeros to Farrell Drive;Calle EnciGa from Ramon Road to Arenas Road;and Belardo Road from Tahquitz Canyon Way to Arenas Road. 9_ City Project No.05-22,Agreement Number:5343,Minute Order Number:7915 CITY OF PALM SPRINGS: REVIEWED BY: 1" ' ` JL t DATED: Z"Z - D 7 /qe o ublic Works Inspector BY: DATED: l/v Director of Public Works/City Engineer David J.Barakian LAMES THOMPSON,being duly sworn,says: That he is the City Clerk of the aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion,and knows the contents thereof,and that the facts stated therein are true; that as said City Clerk,he makes this v '�Ofiepfion on behalf of said mpnicipal corporation. City Clerk-James Thompson Index No. 0207 CITY OF PALM SPRINGS a2 CONTRACT CHANGE ORDER To: Imperial Paving Date: January 5,2007 13555 E.Imperial Hwy Project No.: 05--22 Whittier,CA 90605 Project: 05106 and 06/07 AR>IM Overlay Change Order No.: One (1) Contract Purchase No.: 716045 Account Numbers: 4498.30225 Minute Order No.: 7915 Agreement No-! 5343 CHANGES IN WORK/COST h FHB 5%//j Increase/Decrease to Contract Quantities �eorl'ig94�, nr Schedule A Item No, 3 Cold Mill AC Pavement -152 @ $0.38/SF ($57.76) Item No. 5 Adjust Sewer Manhole -1 @ $930.00/EA ($930,00) Schedule B Item No. 3 Cold Mill AC Pavement -2745 @ $0.38/SF ($1,043.10) Item No. 4 1.5" ARHM Overlay 4175 @ $1.18/SF $4,926.50 Item No, 5 Adjust Water Valve -17 @ $725.00/EA (12,325,00) Schedule C Item No. 3 Cold Mill AC Pavement 4941 @ $0.35/SF $1,729.35 Item No. 4 1.5" ARHM Overlay -7094 @ $1.15/SF ($8,158.10) Item No. 5 Adjust Water Valves -8 @ $725.00/EA ($5,800.00) Item No, 7 Adjust Drain Clean-out -2 @ $700.00/EA ($1,400.00) Item No. 8 Traffic Loop Detector 2 @ $350.00/EA $700.00 Schedule D Item No. 3 Remove PCC 100 @ $4.00/SF $400,00 Item No. 4 Cold Mill AC Pavement 1.5" 736 @ $0.52/SF $382,72 Item No. 5 Cold NO AC Pavement 4" 326 @ $0.86/SF $280,36 Item No. 6 1.5" AC Overlay 122 @ $1.40/SF $170.80 Item No. 7 4" AC Overlay 486 @ $3.00/SF $1,458.00 Item No. 8 6"Misc. Base -600 @ $7.80/SF ($4,680.00) TOTAL NET CHANGE ORDER DECREASE AMOUNT ($24,346.23) REASONS FOR CHANGES: All increases and decreases to the above quantities(wjth the exception of Water Valve Adjustments), were due to the actual quantities required in the field being more or less than the original estimate. I Water valves in the locations of the proposed overlay work in bid schedules S and C are the property of the Desert Water Agency. Following the award of the contract,Agency personnel were informed of the anticipated cost to adjust their facilities to final pavement grade and asked ifthey would like the City to proceed with the work- In accordance with past precedent, the Agency would be required to reimburse the City for the cost of the adjustments. The City has been informed by DWA that they would prefer to perform the adjustments themselves and therefore they were deleted from the project. 4 working days have been added to the contract for a deferment in the work at the Garnet and Indian site due to the Thanksgiving holiday. Note: No additional mark ups will be added to any item on this Change Order.All costs are final. D. SOURCE OF FUNDS The following account will be credited: 4498-50225 05106 and 06/07 ARIIM Overlay Project Summary of Costs Contract Time Original Contract Amount: $650,205,00 Original Completion Date: February 8,2007 This Change Order: $(24,346.23) Days Added for this C.C.O.: —4-- Previous Change Order($): $0 Previous Days Added: --0^- Revised Contract Amount: $625,858.77 Revised Completion Date: February 15,2007 1 have received a copy of this Change City Approval: Order and the above AGREED PRICES �/ q are acceptable to the contractor- Submitted by Date*f q-7 0 Senior Public Works Inspector 1� - L By�"G.1J��� li� Approved by C/�"� Daze Contractor City-Engineer ' R �} Date 5 d 4tresEe pager Date rk Distribution: - Original Executed Cooies Conformed-File Copy Contractor (1) Engineering File (1) City Clerk (1) Senior Public Works Inspector (1) Finance (1) APPROVED BY CITY COUNCIL c)'� APPROVED BY CIS'MANAGER L � 4 AGREEMENT ' THIS AGREEMENT made this `b day of ®L\ in the year 2006, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Imperial Paving, Co. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: 2006/2006 & 2006/2007 ARHM OVERLAY CITY PROJECT NO. 05-22 The Work is generally described as follows: Cold milling and grinding of existing asphalt concrete pavement; construction of asphalt rubber hat mix (ARHM) overlay; construction of asphalt concrete pavement and overlay; removal and replacement of existing Portland cement concrete cross-gutter and spandrel; traffic striping and markings; and all appurtenant work at the following locations: 1- Belardo Road —Arenas Road to Tahquitz Canyon Way 2. Intersection of Indian Avenue and Garnet Avenue 3. Calle Encilia— Ramon road to Arenas Road 4. Tachevah Drive —Avenida Caballeros to 670' E/O Cerritos Road ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein- They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City If the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or 2005/2006&2006/2007 ARFIM OVERLAY AGREEMENT FORM CITY PROJECT NO.05.22 AGREEMENT AND 80ND5- PAGE 1 7/26106 delay (but not as a penalty), the Contractor shall pay the City the sum of $2,475 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 -- CONTRACT PRICE $650,205.00 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid ' and Bid Schedule(s). ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers o to inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions- Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents- ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents- 2005/2006&2006/2007 ARHM OVERLAY AGREEMENT FORM CITY PROJECT No-05-22 7/26106 AGREEMENT AND BONDS - PAGE 2 The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY - OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA • 1 �� - ®� Minute Order No. 7915 _ City clerk res�; 1 2cccP Date September 20, 2006 APPROVED AASTO FORM: Agreement No. 5343 B &�4 y City Attorney Date CONTENTS APPROVED: By yXP- (City Engineer Date (,6 By �'L� s APPROVED BY CITY COUNCIL city M4qage-,�— n l a (A•)o•D b�h�a�� Date 1b-ab 2005/2006&2006/2007 ARHM OVERLAY AGREEMENT FORM CITY PROJECT N0.05-22 7126l06 AGREEMENT AND BONDS- PAGE 3 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer- CONTRACTOR: Name: t C n eo. Check one:—Individual_Parinershiporporation Address: _1 5a1� E• mrwl'v�"w' By, lI e By/� vim^ pgKature(notarized) f Signature(notarized) Name: �✓a1� I� c.vqq�fcN�, Name: 6tiris keip Title: Pj� G 1- !_ / S�n'r Title: -- (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) i State of Cl State of ❑ County of ❑ss County of ❑ss On On before me, before me, personally appeared personally appeared personally known to me (or proved to me on the personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) basis of satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within whose name(s) is/are subscribed to the within instrument and acknowledged to me that instrument and acknowledged to me that he/she/they executed the same in his/her/their he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or signature(s) on the instrument the person(s), or the the entity upon behalf of which the person(s) entity upon behalf of which the person(s) acted, acted, executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: • Notary Seal: Notary Seal: AGREEMENT FORM AGREEMENT AND SONOS- PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r.'�.�',�-.,,�,-.��...._�•�'i"-� Mzac:.rz�c�ctr-.��,.ax"C� •�=�c'<�.�.cr:,rr.F:nzar.�nc�:�cr-�:-tar? r State of California I ss. County of L-b,; :�r�a lam$ I� fi f On v / before me, I' Oalr.• Name mnd Title Pt olficer( g -pane Doe Note, rCl.-) personally appeared WAIIV 6& 1st. 3fawn j c �1,_�' 'YI-J I. // Names)of Signer(s) -vpersonally known to me ry proved to me on the basis of Satisfactory evidence FRITZ DOW GOY to be the person(s) whose name(s) is/are �q Comm a14577V -" Subscribed to the within instrument and ^ns NOTARY PUBLIC CAWFORNIA �• l,QSANcErescouNFY ? acknowledged to me that he/she/they executed My Comm.EiOre$MAY a,200E the same In his(her/their authorized DR -Vn-W-0KVEE�W1, capacity(les), and that by his/her/their signature(s) on the instrument the person(s) or the entity upon behalf of which the persons) r? acted, executed the instrument. c i WITNESS my hand and fficial seal Ploce NOInry Sea,Above nsw 0�rvo OPTIONAL f Though the in/ormatlon oelow is not required by law it may prove valuadle to persons retyiny on tho documnnt h and could prevent(rauduten!removal and reattachment or this form to another document. ISi �41 Description of Attached Document Title or Type of Document Document Date Number of Pages S' sI Signer(s) Other Than Named Above: Capacity(les) Claimed by Signer Sgnnr's Name '3 C� Individual '• • Top al lhuu a,li i, Corporate Officer—Title(s)- >; I Partner—, __ Llmitod C General Attorney In Pact r Trustee i Guardian or Conservator Other: fi Signer Is Representing. :�:�u�-.L•'�..�tiG�,�G'c`�<:�'�i�?t(..u.—iu,�Cc�L�G'��i-GC+�T�e�,'Ci7"c.��nL�Lr;:�X•w�r2��cC r.^�.,r.�.-�..�^�-n:�: C r991 Natmml NolarY A,,15rdoi,on•9350 00 Soto Ave PC eox 2a02•Chatswonh CA 91913-2402 Prod No 6907 Reorder Call Tpll-Free 1 BOO NO 6527