Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A7110 - TBU Inc - Engineering Services
aysw s CITY OF PALM SPRINGS yt ,. CONTRACT CHANGE ORDER qt roa'! To: TBLI, Inc. 244 Maple Ave., Suite T Beaumont, CA 92223 CHANGE ORDER SUMMARY Date: May 18, 2018 Project No: 16-12 Project: Sonora Rd. Storm Drain Change Order No: 01 Purchase Order: 18-1199 Account: 135-4370-55000 Utility conflicts to the proposed storm drain installation were encountered in various locations. Change One (1), identifies both additional work (new items), and adjustments to existing bid item quantities necessary to complete the storm drain installation. CHANGES TO WORK AND COST NEW ITEMS: A. Redesign of Planned Inlet Structures The existing inlet to the new storm drain is located within an easement between two residences and consisted of a concrete channel that discharged through the curb face to street drainage. Project drawings indicated that the concrete channel would be reconstructed to discharge into a modified catch basin. This existing channel restricted flow unnecessarily and would likely require future maintenance. The outlet connection was redesigned to include an accessible manhole/drop box that would intercept flow from the existing 18" +/- elliptical corrugated metal pipe and lower the flow elevation so that it could be discharged via 18" HDPE into the back of the new catch basin underground. In addition to addressing the maintenance issue this change also results in a lower profile and appearance of the structures within the front yards of the adjacent residences. The work resulted in elimination of bid items 12, 16 and 18, and consisted of the following new items: Remove and dispose of existing parkway drainage channel and landscaping $3,700.00 Construct PCC Manhole/Drop Box on Existing Elliptical Pie $8,000.00 Install 18" HDPE from Drop Box to New Catch Basin $1,500.00 Install Modified Catch Basin/Inlet at Station 56+57 $8,000.00 Grading of Landscape Areas and Placement of Rock to Match Existing $2,000.00 Subtotal: $23,200.00 B. Construction of Catch Basin and Lateral on North side of Sonora Rd. As designed and bid, the project did not include a catch basin to take water off of the North Side of Sonora Rd. Once under construction members of the public complained that there was daily nuisance water on the street and that a catch basin should be installed. It was found that there was a series of down and under drains that extended to the West Side of El Cielo Rd. ultimately discharging through a grate adjacent to approx. Station Contract Change Order No. 01 CP 16-12 Sonora Road Strom Drain May 18, 2018 Page 2 55+25. This `wet' drain discharged the water to surface drainage causing standing water and vector issues. It was agreed that a new catch basin and 12" HDPE lateral would be constructed at the location of the existing outlet so that the drainage pipe could discharge into the new catch basin. This work consisted of the following items: Demolition and Removal of Existing Drain Structure $972.69 Construct Modified Catch Basin $8,000.00 Remove/Dispose Existing Curb, Gutter and Sidewalk $450.00 Construct Approx. 40 SF PCC Sidewalk $800.00 Install Approx. 60 LF 12" HDPE lateral from Main Line to Catch Basin $2,700.00 Subtotal: $12, 922.69 C. Pipe Reconfiguration to Avoid Conflicting Utility At the East end of the project the 18" storm drain was planned to cross existing SCE utility conduits. Upon excavation it was discovered that the conduits were encased in concrete and in direct conflict with the storm drain. Going above was not an option due to cover and going underneath resulted in the flow line falling below the outlet elevation. Ultimately the pipeline was extended from the Manhole at Station 51+00 directly to the original outlet location. The original 12" pvc pipe was left in place resulting in the deletion of Bid Item 7 and the removal of the existing inlet, Bid Item 11. In addition, there were additional costs for reconstructing the existing drop inlet, the creation of a new junction structure and additional costs for potholing the SCE lines in various locations to determine a crossing point. The additional costs consist of the following: Potholing Crew and Equipment to Locate Crossing location $2,024.19 Reconstruction of Drop Inlet including installation of new traffic rated grate $4,900.00 Construction of new PCC Junction Structure 18x18x12 with Clean out $3,700.00 SUBTOTAL: $10,624.19 D. Installation of Dual 12" PVC Pipes Due to Utility Conflict At approximately Station 56+25 Storm Drain placement was stopped due to a conflict with a previously unknown and unmarked SCE conduit. There was no way to continue with the 18" HDPE pipe. The contractor was directed to proceed by completing the installation using two (2), class 200 PVC pipes. Because of this, it was necessary to install an additional unplanned manhole structure to transition from 18" pipe to the two 12" pipes. This change resulted in the following additional costs: Construct PCC Manhole $4,000.00 Install 100 LF 12" PVC Drain Pipe and necessary Fittings $4,750.00 Compensation for Crew Downtime Caused by Utility Conflict $420.99 SUBTOTAL: $9,170.99 Contract Change Order No. 01 CP 16-12 Sonora Road Strom Drain May 18, 2018 Page 3 E. Hydro -seeding of Grass Areas within Golf Course Excavation within the golf course resulted in disturbance to the existing Bermuda grass. The disturbed areas will be fine graded and hydro -seeded at the Agreed Price/Lump Sum indicated below: Fine Grade and Hydro -seed of Disturbed Areas within Golf Course 1 $2,750.00 SUBTOTAL $2,750.00 REDUCTIONS TO BID SCHEDULE QUANTITIES: ITEM DESCRIPTION QUANTITY ADJUSTMENT UNIT UNIT PRICE AMOUNT 7 Remove 12" PVC -116 LF $9.00 $1,044.00 11 Remove Existing Inlet -1 EA $2,200 $2,200.00 12 Remove Parkway Drain -1 EA $1,500 $1,500.00 13 Install 18" HDPE Storm Drain -71 LF $95.00 $6,745.00 16 Construct Inlet D72D -1 EA $7,500 $7,500.00 18 Construct Parkway Drain 705 -6 LF $7,800 $46,800.00 19 Construct Pipe Support -3 EA $2,500 $7,500.00 23 Construct Cross Gutter -80 SF $20.00 $1,600.00 24 Field Orders AL $12,500.00 TOTAL OF DEDUCT ITEMS: ($87,389.00) CHANGE ORDER TOTALS: Total of new and Additional Items $58,667.87 Total of Deduct Items 1 ($87,389.00) CHANGE ORDER TOTAL / NET DEDUCT AMOUNT: ($28,721.13) This is a final, balancing change Order. Summary of Costs below represents final contract price. Contract Change Order No. 01 CP 16-12 Sonora Road Strom Drain May 18, 2018 Page 4 CHANGES TO CONTRACT TIME: Five (5) working days are being added as a result of this change order. SOURCE OF FUNDS: The following account will be credited in the amount of $28,721.13: 135-4370-55000 SUMMARY OF COSTS: Oriqinal Contract Amount: $ 220,559.00 Oriqinal Completion This Change Order: $ (28,721.13) Days Added Previous Chanqe Order(s): $ 0.00 Previous Days Added: Revised Contract Amount: $ 191,837.87 Revised Completion [SIGNATURES ON NEXT PAGE] 30 Working Days 5 Days 0 Days 35 Working Days Contract Change Order No. 01 CP 16-12 Sonora Road Strom Drain May 18, 2018 Page 5 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor TBU, Inc.4�a-Z% 11r Signature Date �Ic.� J • ��w:� a � K . ai4s.•o.�..�� Printed Name and Title City of Palm Springs Recommended B hy-L .51L� Thomas Garcia, City Engineer Approved By: I V A David H. Ready, City Manager Attest By: Ar4ony Mella,.OFy Clerk Distribution: Original Conformed Copy: Contractor (1) City Clerk (1) Conformed - File Co Engineering Pay File (1) Citv Proiect File (1) Purchasinq (1) Finance (1) Date Date (014 Zts I t' Date P%PPROVED By DEY14RttAV;NT AEAt► 'tLrta, �a� -gal • 13 '1110 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this Npday of �9;g'1 , 2018, 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 TBU Inc., a California Corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 The Work comprises the installation of an 18-inch diameter High Density Polyethylene (HDPE) storm drain pipe. Installation includes storm drain manholes, modified curb inlet catch basin, modified drain inlet, modified parkway drain, modified curb and gutter, modified pipe culvert headwall with riprap, underground utility line adjustments and relocations, trench excavation, blanket protection, pipe support and other appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. 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 delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. SONORA ROAD STORM DRAIN IMPROVEMENTS ORIGINAL BID CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AND10R AGREEMTEMENT AND BONDS - PAGE 1 ARTICLE 3 -- CONTRACT PRICE 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 Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Two Hundred Twenty Thousand Five Hundred Fifty Nine Dollars and Zero Cents ($220,559.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. 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, Local Business Preference Program — Good Faith Efforts, Non - Discrimination Certification, Non -Collusion Declaration, 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 1 to 1, inclusive, and all Construction Contract 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 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, 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 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 3 a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the 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. 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. SIGNATURES ON NEXT PAGE SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, CALIFORNIA By10 David H. City Manager ATTEST: APPROVED BY THE CITY COUNCIL: Date -�J.-(sn• Agreement No. By nthony J. Mejia, MMC Cht f%✓ City Clerk APPROVE TO FORM: By Edward Z. Kotkin City Attorney RECOMMENDED• By Thomas Garcia, P.E. City Engineer SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 5 CONTRACTOR By: TBU Inc., a California Corporation Firm/Company Name By: 14 w Signature (notarized) Name: C.ir10$-I— W`lD.tE� Title: VrC.6 P( atUF�A?r" 40.11 By: Si nature (notarized) Name: 1� -3• Goa-Ta i , 5a- Title: 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. (This Agreement must be signed in the above space by one having authority to bind the Contractor to the terms of the Agreement.) State of Coli Foaj)r ca ) County of [Q1qra-c.ur3-c. )ss 3.1.1$ before me, r4tc4w,G KUA� PDifi2)jNe;- c- personally appeared C46gAAC's - 0 A&W-n1 who proved to me on the basis of satisfactory evidence to be the person(g) whose name(K) is/afie subscribed to the within instrument and acknowledged to me that he/sh@Ahey executed the same in his/Iorlt#eir authorized capacity(ies), and that by his/4exf#he#r signatures(o) on the instrument the person(m), or the entity upon behalf of which the person(,) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Signature:G�j (This Agreement must be signed in the above space by one having authority to bind the Contractor to the terms of the Agreement.) State of C" eoa4 rr, ) County of k.rG"%-Pc )ss On 3.2--J? before me, M%cAt4tr, V-- UAw • %Jo-1AxLq Fuat►e- personally appeared "TED 7 Gwil-T9c'j, SR - who proved to me on the basis of satisfactory evidence to be the person(s) whose namekt) is/arse subscribed to the within instrument and acknowledged to me that he/sheftgey' executed the same in his/heA44air authorized capaci44iesj, and that by his/he4##;eir signaturesW on the instrument the person(,efJ, or the entity upon behalf of which the person) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Notary Signature:.-0 &0/4j, Notary Seal: �!lCHELL �KILDAY otary Seal o COMM. #2062306 a Notary Public - California Z Riverside County Comm. E ires Mar. 27, 2018 LQMICHELLE KILDAY COMM. #2062306 a Notary Public - California � Riverside County 'i Comm. Expires Mar. 27, 2018 SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 PAYMENT BOND AGREEMENT AND BONDS - PAGE 6 ra V WON �WW�T II t 0mmma mm e 5 aMMio a ;ONT .-TORS STATE LICENS BOAR %& Contractor's License Detail for License # 781050 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Business Information TBUINC 244 MAPLE AVENUE SUITE T BEAUMONT, CA 92223 Business Phone Number:(951) 769-0647 This license is current and active. iAll information below should be reviewed. B - GENERAL BUILDING CONTRACTOR C12 - EARTHWORK AND PAVING C34 - PIPELINE A - GENERAL ENGINEERING CONTRACTOR Entity Corporation Issue Date 06/29/2000 Expire Date 06/30/2018 License Status Classifications Bonding Information Contractor's Bond Data current as of 3/5/2018 9:47:56 AM This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY Bond Number: 63969 Bond Amount: $15,000 Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual TED JOSEPH BURTON SR certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required. Effective Date: 02/26/2008 BQI's Bond History Workers' Compensation This license has workers compensation insurance with the REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number:TBWC705823 Effective Date: 03/24/2016 Expire Date: 03/24/2018 Workers' Compensation History Cindy Berardi From: Cindy Berardi Sent: Tuesday, March 27, 2018 3:58 PM To: Luz Pope Cc: Vonda Teed Subject: TBU Inc. A7110 In processing the contract I noticed the workers' compensation coverage expired on 3/24/18. Please contact the vendor for updated workers' comp. coverage, and if they don't change anything else in the process, it should be ready to go to the City Attorney for signature. Also, can I get the specs. on a cd to import into the file? Thank you. Cynthia A. Berardi, CIVIC Chief Deputy City Clerk City of Palm Springs P. O. Box 2743 Palm Springs, CA 92263 (760) 323-8204 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules List of Subcontractors Local Business Preference Program Good Faith Efforts Non -Collusion Declaration Non -Discrimination Certification Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non -responsive and subject to rejection. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 COVER SHEET BID FORMS - PAGE 1 BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID PROPOSAL BID FORMS - PAGE 2 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non -Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: l' 7,3. 11176, Bidder: --TgtJ -ff',c- By: (Signature) Title: \/ t SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID PROPOSAL BID FORMS - PAGE 3 BID SCHEDULE Schedule of Prices for Construction of the: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization - - - LS $ ,pl CXM 00 2. Temporary Traffic Control - - - LS '2 o00 0� $ 3. Water Pollution Control - - - LS $ 1 Cco00 4. Clearing, Grubbing and Removals - - - LS $ Zsc v • 60 5. Sheeting, Shoring, and Bracing - - - LS 3t Q.ro o0 $ 6(F). Earthwork (Export) 410 CY $ ?�i.50 $ CI o0 Remove Existing 12" PVC 7. Storm Drain Pipe 116 LF $ oo $ 8. Remove Existing Sidewalk 40 SF $ 00 $ 00 9. Remove Existing Curb and Gutter 20 LF DO $ !41 $ 0000 10. Remove Existing Cross Gutter 110 SF $ $ 4$S.°� 11. Remove Existing Drainage Inlet 1 EA $ ZZOO.$ 12. Remove Existing Parkway Drain 1 EA $ 150000 $ 1 SDO o0 13. Install 18" Diameter HDPE Storm 781 LF Drain Pipe (including fittings) $ gS.pO $ ¢ Ig5.00 14. Construct Headwall and Rip Rap Outlet Structure 1 LS $ q • °` 00 $ S'co. Note: "(F)" identifies a "Final Pay" item, and shall be paid in accordance with Section 9-1.4 of the Special Provisions. Name of Bidder or Firm SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID SCHEDULE BID FORMS - PAGE 4 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Item Description Estimated Unit Unit Amount No. Quantity Price 15. Construct Modified Curb Inlet Per City Std. Dwg. 700 1 EA $ S,0�� $ DUO o0 16. Construct Drainage Inlet Per 1 EA Caltrans Std. Dwg. D72D $ .150o.", $ -115m 00 17. Construct Storm Drain Manhole 2 EA °° Per RCFC Std. Dwg. MH251 $ 410C)0.°O $ $I 000. 18' Construct Modified Parkway Drain Per City Std. Dwg. 705 6 LF $ -1$a0 00 $ 0 0 00 Construct Pipe Support for Conduits 19. Across Trenches per SPPWC Std. 3 EA b50O oo -lS� co Plan 224-2 $ $ 20. Reconstruct Sewer Lateral per SPWWC Std. Plan 223-2 2 EA $ �0ao $ �t000 ao 21. Construct Modified Curb and Gutter Type A3 per City Std. Dwg. 200 20 LF $ 1 2,6oo $ Z5OD 22. Construct Sidewalk per City Std. Dwg. 210 40 SF $ Uoo $ &0 00 23. Construct Cross Gutter per City Std. Dwg. 200 110 SF oo 2�1 00 00 $ $ 24. Field Orders - - - AL $12,500 'An allowance has been provided for Field Orders in accordance with Section 9-3.5 of the Special Provisions. The Contractor shall be limited to payment for Field Orders authorized by the Engineer up to and not exceeding the allowance specified. Name of Bidder or Firm SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID SCHEDULE BID FORMS - PAGE 5 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ ZZni 15Sq . ao (Price in figures) l".ao 1�vJ'arr� ~Cu��J�-[ `t��lovsc�r.� D Fvl� l-�►nli�r�,o �-i F-T'-r n� ��1� J�� I laps (Price in words) �11� ZCeo CATS The Bidder acknowledges the following conditions of the Bid: QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. --VC30 `j11JC_ Name of Bidder or Firm SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID SCHEDULE BID FORMS - PAGE 6 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non -responsive. A. BIDDER'S PORTION OF WORK Page 1 of I 1. Name of Prime Contractor: &v _211-1U 2. Bid Items / Portion of Work to be Self-Performedless than 100% of the contract): � �(if I- 2- A l W 9l O C31 1 3 / IR h */r - T tAAVs -%- 014 00iOk 3 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: Zl �, o00 Performed: �1, -04 l • z3 • I8 By signing the Bid Form, Contractor hereby certifies that it will perform not less than 50% of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor (Check One) ❑ First Tier; 2Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: 1 • �s �2v �; a � �s� 3. Address: 31q00 LJS� U54000Z.j CAN 92S 30 4. Bid Items/Portion of Work: I3 < 8 -% 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 9ai• ` -11- • 599 a qq Z 2.oSte ❑ < $1 M ❑ < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor j S( 9 -3-6 Registration No: Io9 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: 604 BIDDER'S LIST OF SUBCONTRACTORS - (Continued) SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LIST OF SUBCONRACTORS DECEMBER 14, 2017 BID FORMS - PAGE 7 Copy this page as needed to provide a complete listing. Page of 1. Type of Subcontractor (Check One) ❑ First Tier; 2-econd Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: 3. Address: 19 to L5 E (2G,r✓ 5 VC8"-N �S CA 19'2--2 4. Bid Items/Portion 9f Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: Of0j - -1 g2. 16 (✓O l ❑ < $1 M ❑ < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor S 15 Do 00 Registration No: 100= ,100 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: az( 0 1. Type of Subcontractor (Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ < $1 M ❑ < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor (Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ < $1 M ❑ < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 LIST OF SUBCONRACTORS BID FORMS - PAGE 8 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 16-12 Bid Opening Date l • 2S The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub -Contracting)", which states: The prime contractor shall use good faith efforts to sub -contract the supply of materials and equipment to local business enterprises and to sub -contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub -contractors, or by demonstrating that no local sub -contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub -contractors shall include notification of this subsection. The City Council or Director may reject as non -responsive the bid of any contractor proposing to use sub -contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON -RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: 0004- Local firms that will furnish materials or supplies to the Bidder for this project: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LOCAL BUSINESS PREFERENCE PROGRAM DECEMBER 14, 2017 GOOD FAITH EFFORTS BID FORMS - PAGE 9 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation nn] 5kye; 'ri 23.1'd bl� `r-c-� t . z 3 • � �S . 23 • L� SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LOCAL BUSINESS PREFERENCE PROGRAM DECEMBER 14, 2017 GOOD FAITH EFFORTS BID FORMS - PAGE 10 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) c, V'O 4Soo - a`a �P", 061 D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: t� PTs�S �co,J- l_ V-S Names, addresses and phone numbers of firms selected for the work above: k,-� NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LOCAL BUSINESS PREFERENCE PROGRAM DECEMBER 14, 2017 GOOD FAITH EFFORTS BID FORMS - PAGE 11 NON -COLLUSION DECLARATION The undersigned declares: I am the t c4--- Pr24e,sty E,. of -TP_-u -.T4,j L the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of foregoing is true and correct and that this I. Z3 - l $ _- , at (Date) (City) Signature SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14. 2017 the State of California that the declaration is executed on CP. (State) NON -COLLUSION DECLARATION BID FORMS - PAGE 12 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS As suppliers of goods In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. We agree specifically: To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. 2. To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM —TB>u � NAME OF PERSON SIGNING v'1lt,t�,.S TITLE OF PERSON SIGNING Qiu� DATE 1. 7-3 . l r Please include any additional information available regarding equal opportunity employment programs now in effect within your company. 0/1),- SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 NON-DISCRIMINATION CERTIFICATION DECEMBER 14, 2017 BID FORMS -PAGE 13 BID BOND KNOW ALL MEN BY THESE PRESENTS, That T.B.U., INC. as Principal, and U.S. SPECIALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of TEN PERCENT OF GREATER AMOUNT BID dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Worts required under the Bid Schedule(s) of the City's Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Buds" and the "Instructions to Bidders° enters into a written Agreement on the Form of Agreement Included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain In fUII force and effect. In the event suit Is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND SEALED, this 19TH day of JANUARY 2018. EXECUTEDD 0 By T.B/, , IN Print Name and Title. CHARLES WHALEN, VICE PRESIDENT By Signature (NOTARIZED) Print Name and T(de: EXECUTED FOR THE SURETY: gy U.S. S ECIALTY INSURANCE COMPANY Slgrtature (NOTARIZED) Print Name and Tile: JOHN G. MALONEY, ATTORNEY -IN -FACT SONORA ROAD STORM DRAIN IMPROVEMENTS BiD BOND (BID SECURITY FORM) CITY PROJECT NO, 16-12 3i0 FORMS - PAGE 14 DECEMIM 14, 2017 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL .. 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 Califomia County of SAN DIEGO On 1/19/2018 before me, Date personally appeared SANDRA FIGUEROA, NOTARY PUBLIC Here Insert Name and Title of the Officer JOHN G. MALONEY Name(s) of Signer(e) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ere subscribed to the within instrument and acknowledged to me that he/sF�e,'they executed the same in his ;--'err'R,eir authorized ca aci p ty(ise), and that by his/tierA#►e* signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. SAN DRA FIGUERIOA r- COMM. # 2162642 z SAN DIEGO COUNTY QQ NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES " AUGUST 14 2020 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature A _ Signature of oi4y Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: CapacityCes) Claimed by Signer(s) Signer's Name: JOHN G. MALONEY ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 1,92014 National Notary Association - www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) ltem#5907 _ _ OF AT+ III I, 'I :I'll lI IIII I'�'i'I AMERiCA�3N�r( MMTY COMAA I 'i 1' I NP9 T COMPANY— ' UNITED STATES SURETY COMPANY U.S. SPE iAI TY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bond' Co assumed name of eri actors Indemnity Com an T Tn,W states Sure Companya lead tn� � ty �? Y, _ t3'� M� to ecialty Ins I corporationlltnics"), do b,�tsa -- John G. Maloney, Mark D, Iatarola or Helen Maloney of Escondido, California is l raey(s)-in-fad mftuvwiecapacity if a ii above, with full= — tccname, place , tVv)�owledge an a Ands, recogninds= o�nsurttents or contractstrrioclude riders, sents of sureIvUlfig tW Nffd penalty does not exceed *****Vifteen Million****** Dollars ($ **I5,000,000.00*'ry. This Power of Attorney shall expire without further action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adoptedby the Boards of Directors of the Companies: I '3 T=r a csident, any Vi r �I s President, an}�cr -v i retary shall be i st . d i any one or I n ty(s)-in-Fact to —d = i half of the Conn _ t 1 I ��Ilil!I�� —Avorney-in-Fact may be given full, power an hority or and in the name of and on behalfthe Company, to execute, acknowledge ant iv andallbonds, recognizances, contracts, agreements or indemnity and other .conditional or obligatory undertakings, including any and all consents for ,the release of retained percentages and/or final estimates on engiugering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected _bye at- -� — -- _ ,I� Dill lull I �I �L--- aenature of any a — crileif Company here �e t NY power of alto cc tti y power of attorne— I' raeile signature or fa l . binding upon the _ r o Hato which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 3 st day of November, 2016. 61CONKRAM SE". 36,,i66 certificate is State of California County of Los Angeles SS: 7Y COMPANY .u. 6. _ BW _=_OMPANY U.S. SPA _ _ WMPANY s ME— lag - By: Y 5 a F Daniel P. Aguilar, Vice Presi ent snly the identity �Iiea 4 d the less, accuracy, or� �tll t t c• On this 1 st days_ limber, 2016, before me Sabina M a notary public, npany, Texas ; n I' Surety Cl' ttesbed to theerson, or the It I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing WITNESS. my hand and official seal. ' ;oiler, Vice President of Raj tome them - — ie persosacted ex it tni'e and coriect: 128258 ' ` — —_ —_ 111llrnli ouunry Nov 3, 201s� I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said CIaMp.aig@&vII&N1= in full farce and etl t e r' a solution of the B^�„� irtut in the Power of A=r_-arf _ ree I have hereunto I III lied the seals of s He's E An eles, CalifAR of JANUARY �2 018 — g _ ?'\ Corporate Seals M WWII to_ A — CALIFORNIA •. rC.aZQ,qam= 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 19T11 personally ' 22.1$ before me, M < c-N-r_- L k w_ 1_N�..-� Date Here Insert Name and Title of the Officer appeared C c r Name) of SigneAV who proved to me on the basis of satisfactory evidence to be the persong whose name(9) is/aFe subscribed to the within instrument and acknowledged to me that he/sb4AJ;ay executed the same in his/her,4h r authorized capacitypes), and that by his/li e r signatureK on the instrument the person(sj, or the entity upon behalf of which the person(gf acted, executed the instrument. MICHELLE %pp COMM. #2062306 z Z Notary Public • California M Riverside County o P Comm. Expires Mar. 27, 2018 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. c L��,&L4 Signature Signature of Notary Publ OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: %D Pocaa • Document Date: Number of Pages: t Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: s ;zUe4d,6� C'Corporate Officer — Title(s): J? ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I. 15\• 1Sr Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationaiNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 Maloney& Associates 435 West Grand Avenue Escondido, CA 92025 760.738.2610 fax 760.738.6855 www.maloneybonds.com OB55425 BID BOND RESULTS Contractor: T.B.U., INC. Bid Date: January 25, 2018 Obligee: City of Palm Springs Project Title: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Please provide the Company Name and Bid Amount for the following: Low Bidder: 2nd Bidder: 3rd Bidder: Amount: Amount: $ Amount: $ If your bid is not listed above - provide your Bid Amount: $ Comments: Please FAX back to our office as soon as Bid Results are known: (760) 738-6855 Thank you for helping us to provide better service by your quick response! BID BOND MOW ALL MEN BY THESE PRESENTS, That T.B.U., INC. as Principal, and U.S. SPECIALTY INSURANCE COMPANY as Surety, are held and fumly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of. TEN PERCENT OF GREATER AMOUNT BID dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, wall and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, Jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to sold City to perform the WorK required under the Bid Schedule(s) of the City's Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 NOW THEREFORE, if said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters Into a written Agreement on the Form of Agreement Included with said Contract Documents, fumishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain In full force and effect. In the evert suit Is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be fixed by the court. SIGNED AND 3EALED, thlS 19TH day of JANUARY . 2018, EXECUTED FOR THE PRINCIPAL: By T.B.U., INC. Signature (NOTARIZED) Print Name and Tdle: CHARLES WHALEN, VICE PRESIDENT By Signature (NOTARIZED) Print Name and Tilde: EXECUTED FOR THE SURETY: By U.S. SPECIALTY INSURANCE COMPANY Signature (NOTARVM) Print Name and Title: JOHN G. MALONEY, ATTORNEY -IN -FACT SONORA ROAD STORM DRAIN IMPROVEMENTS BID BOND (BID SECURITY FORM) CITY PROJECT NO, 16-12 BID FORMS - PAGE 14 DECEMBER 14, M7 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non -responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: TL�&2 --C"G Telephone Number: (1 ) i k,05i- D1,4`•], - Facsimile Number: lo9• -1113-7 E-Mail: — Cl-,_o - c1 ne--� Tax Identification Number: c>::i o q 2 iq Q 4. TYPE OF FIRM Individual Partnership ✓ Corporation (State ) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business CONTRACTOR'S LICENSE: Primary Classification State License Number(s) `1'610SQ Supplemental License Classifications 6t CA-2-1 C-3d _ BUSINESS LICENSE: Yes No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety Address �ao\ S. eq cDc . Surety Company Telephone Numbers: Agent (71010 ) "13$• 21e to Surety (51 , ) 640t • D`l90 SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 BIDDER'S GENERAL INFORMATION DECEMBER 14, 2017 BID FORMS - PAGE 15 Ai 7 3 0 BIDDER'S GENERAL INFORMATION (Continued) List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: / S•rz�/ -rRs,� Number of years experience as a contractor in this specific type of construction work: -2-U List at least three related projects completed to date: a. Owner Address ZBio Garrru-A ODmcD, Cj-� q2'6 6o Contact Class of Work-J Phone Contract Amount jJ2 oo 22 Project MCP u�.W, 0 IF Date Completed 00,J Zo n Contact Person 5arn0t;�lsa,) Telephone number 951 -z-tD s+,7---1 b. Owneru.� o.Address `6So Cwa Contact C. "'t,: Class of Work 5knr4v,,,'pap.W r!EvysuO Ca t4-n�I /C"c.r` Phone 019. 84S• 2- 9 1 Contract Amount 4C,0 0C)o Project Date Completed -:Sr20 XA Contact Person a+J Telephone number 'IS1z- li t C. Owner Gnj. Nwtt,, Address Z$"To Gnnx_ ,LP- q2'Fg�o Contact �n2, m.s5c.Ea-J Class of Work Phone GS 1 2`to SVI S' Contract Amount S1S} 1$l0 Project MDP t1me_ Date Completed Zd t4 Contact Person LoZ Asit" Telephone number Sc.1z-1 Name of Project Manager/Superintendent: 10. Name(s) of person(g) who inspected job site: c-VreL-Le- 4A SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 BIDDER'S GENERAL INFORMATION DECEMBER 14, 2017 BID FORMS - PAGE 16 Recording Requested By: City of Palm Springs When Recorded Mail To: Name: Anthony J. Mejia, Ci , Clerk Street Address: 3200 E Tahquitz Canyon Way City & State: Palm Springs, CA 92262 2018-0252971 06/22/2018 12:55 PM Fee: $ 0.00 Page 1 of 2 Recorded in Official Records County of Riverside Peter Aldana Assessor -County Clerk -Recorder 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, ect.) 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 92262 3. The name and address of the direct contractor for the work of improvement as a whole is: TBU Inc., 244 Maple Ave., Suite T, Beaumont, CA 92223 Al O 4. This notice is given for (check one): M Completion of the work of improvement as a whole. 0 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 20`h day of June, 2018, there was completed upon the herein described property a work of improvement as a whole (or particular portion of the work of improvement as provided in CA Civ. Code §8186) a general description of the work provided: City Project 16-12, Sonora Road Storm Drain intercepts the existing surface outlet storm drain from Tract 5078 and conveys the subsurface drainage into a new underground 18" storm drain pipe along Sonora Road east to the Tahquitz Creek Golf Course, ending in a drywell system. 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: Sonora Road east to the Tahquitz Creek Golf Course. 9. The street address of said property is: Not Applicable 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 the laws of the S to of California that the foregoing is true and correct. Date: T,, m 21 Z o 1$ By: .�-.. Signature of Owner or Owner's Authorized Agent Thomas Garcia, Director of Engineering Services / City Engineer City of Palm Springs Page 1 of 2 VERIFICATION I, Thomas Garcia , state: I am the Director of Engineering Services/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 3-vc.e- 7- ( 'LOV5 (date), at Palm Sarings(city), CA (State). Signature of Owner or Owner's Authorized Agent Thomas Garcia, City Engineer City of Palm Springs 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 12 Z a 2 (date), before me, 8 Notary lPublic (name and title of officer) personally app ed �P 6M /1S rCli eA- who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I, certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. KIMBERLY S. FLOYO Signature Commission # 2127367 zto Notary Public - California n ZRiverside County -- My Comm. Expires Oct 17, 2019 Page 2 of 2 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this Mp`day of & i 2018, 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 TBU Inc., a California Corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 The Work comprises the installation of an 18-inch diameter High Density Polyethylene (HDPE) storm drain pipe. Installation includes storm drain manholes, modified curb inlet catch basin, modified drain inlet, modified parkway drain, modified curb and gutter, modified pipe culvert headwall with riprap, underground utility line adjustments and relocations, trench excavation, blanket protection, pipe support and other appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. - The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. 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 delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. SONORA ROAD STORM DRAIN IMPROVEMENTS ORIGINAL BID CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AND/OR AGREEME 'EMENT AND BONDS - PAGE 1 ARTICLE 3 -- CONTRACT PRICE 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 Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Two Hundred Twenty Thousand Five Hundred Fifty Nine Dollars and Zero Cents ($220,559.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. 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, Local Business Preference Program — Good Faith Efforts, Non - Discrimination Certification, Non -Collusion Declaration, 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 1 to 1, inclusive, and all Construction Contract 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 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, 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 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 3 a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the 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. 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. SIGNATURES ON NEXT PAGE SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, CALIFORNIA By -� David H. City Manager I_ 611 *3 ; APPROVED BY THE CITY COUNCIL: Date 1-6--I. Agreement No. �1 nthony J. Mejia, MMC �'� City Clerk APPROVE TO FORM: By Edward Z. Kotkin City Attorney RECOMMENDED• By 7- Thomas Garcia, P.E. City Engineer SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 5 CONTRACTOR By: TBU Inc.. a California Corporation Firm/Company Name r' By. Signature (notarized) Name:_ C40,-t Title: VIM l?t4EF--►VE*-3' By: ~ Si nature (notarized) Name: �60 �• t3o�To�.� , 52 Title: 'jiac4L'--- N:S t 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. (This Agreement must be signed in the above space by one having authority to bind the Contractor to the terms of the Agreement.) State of Coa.i F=rztJt a ) County of 9g GR_S►r.-,E. )ss On 3 l t $ before me, ttgqVAL glIgay. tJDTAaVFU&UC, personally appeared C46rla.s - u,-)A& e-,J who proved to me on the basis of satisfactory evidence to be the personV whose name(, is/a-e subscribed to the within instrument and acknowledged to me that he/seexecuted the same in his/4a;Ahe►r authorized capacity0es), and that by his/HeFffiheir signatures(.$) on the instrument the person(s), or the entity upon behalf of which the person(,g) acted, executed the instrument. (This Agreement must be signed in the above space by one having authority to bind the Contractor to the terms of the Agreement.) State of GN4 (--n d e r* ) County of k-rGr %Va )ss On 3•z•t$' before me, Mic,4e4tr, W:6k&... • ►Jo-I&Q-? FVSB IC - personally appeared ^CAD it aoa-Tp0+ SCZ- who proved to me on the basis of satisfactory evidence to be the person(wl whose namek5) islare subscribed to the within instrument and acknowledged to me that he/s4ekhey executed the same in his/heir authorized capaci44ie- ), and that by his/her#iek signaturesW on the instrument the persono, or the entity upon behalf of which the personsr) acted, executed the instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: ��� ��;�,�%%,c./ Notary Signature: Notary Seal: MIICHELLE KILDAY otary Seal: MICHELLE KILDAY o COMM. #2062306 z o6-My COMM. #2062306 z cc Notary Public - California o WNotary Public - California p z Riverside County ZRiverside County COMM. Expires Mar. 27, 2018 Comm. hires Mar. 27, 2018 SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT N0. 16-12 DECEMBER 14, 2017 PAYMENT BOND AGREEMENT AND BONDS - PAGE 6 N LU UJ 0 m � W .. W aka 1 CONTRACTORS STATE UE BOARD up Contractor's License Detail for License # 781050 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. Data current as of 3/5/2018 9:47:56 AM Business Information T B U INC 244 MAPLE AVENUE SUITE T BEAUMONT, CA 92223 Business Phone Number:(951) 769-0647 Entity Corporation Issue Date 06/29/2000 Expire Date 06130/2018 License Status ......... . This license is current and active. All information below should be reviewed. Classifications B - GENERAL BUILDING CONTRACTOR C12 - EARTHWORK AND PAVING C34 - PIPELINE A - GENERAL ENGINEERING CONTRACTOR .......... Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY_ +Bond Number: 63969 Bond Amount: $15,000 :Effective Date: 01/01/2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual TED JOSEPH BURTON SR certified that he/she owns 10 percent or more of the voting stock/membership interest of this company; therefore, the Bond of Qualifying Individual is not required - Effective Date: 02/26/2008 BQI's Bond History Workers' Compensation .. This license has workers compensation insurance with the REDWOOD FIRE AND CASUALTY INSURANCE CO Policy Number:TBWC705823 Effective Date: 03/24/2016 Expire Date: 03/24/2018 Workers' Compensation History Cindy Berardi From: Cindy Berardi Sent: Tuesday, March 27, 2018 3:58 PM To: Luz Pope Cc: Vonda Teed Subject: TBU Inc. A7110 In processing the contract I noticed the workers' compensation coverage expired on 3/24/18. Please contact the vendor for updated workers' comp. coverage, and if they don't change anything else in the process, it should be ready to go to the City Attorney for signature. Also, can I get the specs. on a cd to import into the file? Thank you. Cynthia A. Berardi, CIVIC Chief Deputy City Clerk City of Palm Springs P. O. Box 2743 Palm Springs, CA 92263 (760) 323-8204 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as "Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules List of Subcontractors Local Business Preference Program Good Faith Efforts Non -Collusion Declaration Non -Discrimination Certification Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non -responsive and subject to rejection. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 COVER SHEET BID FORMS - PAGE 1 BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number 'i Date I - li - l% Number Date Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO, 16-12 DECEMBER 14, 2017 BID PROPOSAL BID FORMS - PAGE 2 In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non -Collusion Declaration, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: l • 13 • i<� Bidder: ---V6V -_1-'3C-- 0 Title: (Signature) \I k c,E' SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14. 2017 BID PROPOSAL BID FORMS - PAGE 3 BID SCHEDULE Schedule of Prices for Construction of the: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization - - - LS $ ,pt cco 00 2. Temporary Traffic Control - - - LS 3 Oao ol--% $ 3. Water Pollution Control - - - LS $ 1 00 4. Clearing, Grubbing and Removals - - - LS $ 5. Sheeting, Shoring, and Bracing - - - LS $ 6(F). Earthwork (Export) 410 CY $ 2h50 $ b 00 Remove Existing 12" PVC 7 Storm Drain Pipe 116 LF $ 9.00 $ k,k4 p4 S. Remove Existing Sidewalk 40 SF $ U 00 $ cbDO 00 9. Remove Existing Curb and Gutter 20 LF $ 4,r, cO $ ciao-00 10. Remove Existing Cross Gutter 110 SF $ (3 $ $ o0 11. Remove Existing Drainage Inlet 1 EA $ ��.go $ ZZOO 00 12, Remove Existing Parkway Drain 1 EA $ ISOo $ 1500. °O 13. Install 18" Diameter HDPE Storm Drain Pipe (including fittings) 781 LF $ woo $ 1q- IDS oa 14 Construct Headwall and Rip Rap Outlet Structure 1 LS 00 �S� $gq,300-00 $ Note: "(F)" identifies a "Final Pay" item, and shall be paid in accordance with Section 9-1.4 of the Special Provisions. 7,aO _S,�) C_ Name of Bidder or Firm SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID SCHEDULE BID FORMS - PAGE 4 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Item Description Estimated Unit Unit Amount No. Quantity Price 15. Construct Modified Curb Inlet Per City Std. Dwg. 700 1 EA $ S,00D, $ 16' Construct Drainage Inlet Per 1 EA Caltrans Std. Dwg. D72D $ �SD�,00 $ 15DD, 17' Construct Storm Drain Manhole 2 EA °° Per RCFC Std. Dwg. MH251 $ 41000 °O $ $r 000. 18. Construct Modified Parkway Drain Per City Std. Dwg. 705 6 LF $ -1 Go� oo $ ( o0 Construct Pipe Support for Conduits 19, Across Trenches per SPPWC Std. 3 EAr70 2/00 `lS� o0 Plan 224-2 $ , $ 20. Reconstruct Sewer Lateral per SPWWC Std. Plan 223-2 2 EA $ Wad $ 4}W ao 21. Construct Modified Curb and Gutter Type A3 per City Std. Dwg. 200 20 LF $ ( oo $ ZSiaD010 22. Construct Sidewalk per City Std. Dwg. 210 40 SF SOf?no $ $ 23. Construct Cross Gutter per City Std. Dwg. 200 110 SF oo 00.as $ $ 24. Field Orders - - - AL $12,500 *An allowance has been provided for Field Orders in accordance with Section 9-3.5 of the Special Provisions. The Contractor shall be limited to payment for Field Orders authorized by the Engineer up to and not exceeding the allowance specified. Name of Bidder or Firm SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 BID SCHEDULE BID FORMS - PAGE 5 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ Z?.r�� 5�� . `a° (Price in figures) lino -lv�J-:V� -TWtE*J� -1 ou50,0 D t'i\A�, A-j rJDrz�.0 T-� F-F%-e 00& PC I iA(Z=S (Price in words) pip 2.�.o Cam►-rr� The Bidder acknowledges the following conditions of the Bid: QUANTITIES OF WORK: The quantities of worts or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any "missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. --VGO 7Z[.tJ C-- Name of Bidder or Firm SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO, 16-12 DECEMBER 14, 2017 BID SCHEDULE BID FORMS - PAGE 6 BIDDER'S LIST OF SUBCONTRACTORS As required under Section 4104 of the Public Contract Code, the Bidder shall list below the name and the location of the place of business of each subcontractor who will perform work or labor or render service to the prime contractor in or about the construction of the work or improvement, or a subcontractor licensed by the State of California who, under subcontract to the prime contractor, specially fabricates and installs a portion of the work or improvement, in an amount in excess of one-half of 1 percent of the prime contractor's total bid or, in the case of bids for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the prime contractor's total bid or ten thousand dollars ($10,000), whichever is greater. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non -responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid, the Bid shall be considered non -responsive. A. BIDDER'S PORTION OF WORK Page 1 of J 1. Name of Prime Contractor: —T&j —SaJ c- 2. Bid Items I Portion of Work to be Self -Performed (if less than 100% of the contract): Ak: I, Z 4 ' W a 'i 13 /T,2;u 891. - T oAvs 8 %- 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: Zl�, o00 Performed: ? q, 1. I • By signing the Bid Form, Contractor hereby certifies that it will perform not less than 50% of the Contract Work with its own forces. B. LIST OF SUBCONTRACTORS 1. Type of Subcontractor (Check One) ❑ First Tier; IiErtecond Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: . t-A 3. Address: 31°l oo S t1 S•1r %ZZ_, Cc�. CIS 30 4. Bid Items/Portion of Work: 13 i 8 -0/0 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 1�ai•-1-12• 0�92Ec>SV 11<$1M 171<$5M 11<$10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor 1 st - 13 % Registration No: tOOOp 3rct-5,,k 10. Percentage of Contracted Work: 604 11 DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: BIDDER'S LIST OF SUBCONTRACTORS — (Continued) SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14. 2017 LIST OF SU 7 BID FOORMSRMS - - PAGE AG7 Copy this page as needed to provide a complete listing. Page of 1. Type of Subcontractor (Check One) ❑ First Tier; 2 6econd Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: oo 3. Address: 4. Bid Items/Portion Work: �3 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: °IArj •'-1q2. 2ZZ,1 L ("o1 ❑ <$1M ❑ <$5M ❑ <$10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor 15$ 00, oc Registration No: ! OCCM� M 10. Percentage of Contracted Work: 11 DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: 3' (o 1. Type of Subcontractor (Check One) Trucking) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ < $1 M ❑ < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor Registration No.- 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: 1. Type of Subcontractor (Check One) Trucking) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. 2. Subcontractor Name: 3, Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ < $1M ❑ < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 LIST OF SUBCONRACTORS BID FORMS - PAGE 8 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 16-12 Bid Opening Date t • 2S . \S The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub -Contracting)", which states: The prime contractor shall use good faith efforts to sub -contract the supply of materials and equipment to local business enterprises and to sub -contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub -contractors, or by demonstrating that no local sub -contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub -contractors shall include notification of this subsection. The City Council or Director may reject as non -responsive the bid of any contractor proposing to use sub -contractors that fail to comply with the requirements of this subsection. FAILURE TO IDENTIFY GOOD FAITH EFFORTS ON THESE FORMS MAY BE SUFFICIENT CAUSE TO FIND THE BID NON -RESPONSIVE. BIDDERS SHALL ENSURE ALL APPROPRIATE GOOD FAITH EFFORTS ARE IDENTIFIED. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: dopt- Local firms that will furnish materials or supplies to the Bidder for this project: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LOCAL BUSINESS PREFERENCE PROGRAM DECEMBER 14, 2017 GOOD FAITH EFFORTS BID FORMS - PAGE 9 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement J lll- B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation - N 5 $mot0g 1.23•t�d �1P(a p�sP�-��-T � • Z3' l g kz'; l 06 �c-�nti•7�•o2- � . 23 • l� SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LOCAL BUSINESS PREFERENCE PROGRAM DECEMBER 14, 2017 GOOD FAITH EFFORTS BID FORMS - PAGE 10 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally ($) Of Performs Item Contract YIN 18"; 0 C� 13 4 70� 7 a iKv- Sl-�ctp; �a ti10 l 3 _ tJX%r UrtN�-1 �i r l3 061 D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: 00 61 aosnl st Sri Names, addresses and phone numbers of firms selected for the work above: pI,* NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 LOCAL BUSINESS PREFERENCE PROGRAM DECEMBER 14, 2017 GOOD FAITH EFFORTS BID FORMS - PAGE 11 NON -COLLUSION DECLARATION The undersigned declares: I am the \l t c.f_- of —TEu -a�-3 C__ the (Title of Officer) (Firm/Company) party making the foregoing bid. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation. The bid is genuine and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, or to refrain from bidding. The bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder. All statements contained in the bid are true. The bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such purpose. Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 1 7-3. 1 % , at «v . vl- T CP- (Date) (City) (State) Signature SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 NON -COLLUSION DECLARATION BID FORMS - PAGE 12 CERTIFICATION OF NON-DISCRIMINATION BY CONTRACTORS As suppliers of goods In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to their race, religion, color, sex, age, marital status, ancestry, national origin, sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition. Such actions shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. We agree specifically: To establish or observe employment policies, which affirmatively promote opportunities for minority persons at all job levels. Z To communicate this policy to all persons concerned, including all company employees, outside recruiting services, especially those serving minority communities, and to the minority communities at large. 3. To take affirmative steps to hire minority employees within the company. FIRM —TL2>u --C..)C— NAME OF PERSON SIGNING C4�k-s v'30'-c TITLE OF PERSON SIGNING DATE l • Z3 • I T Please include any additional information available regarding equal opportunity employment programs now in effect within your company. 0/ r,,,- SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 NON-DISCRIMINATION CERTIFICATION DECEMBER 14, 2017 BID FORMS -PAGE 13 -3f�]=i•?�I�l KNOW ALL MEN BY THESE PRWONTS, That T.B.U., INC. as Principal, and U.S. SPECIALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, California, hereinafter called the "City" In the sum of: TEN PERCENT OF GREATER AMOUNT BID dollars (not Jess than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, wocutws, administrators, suc owssors, and assigns, jointly and severally, tlrmly by thew preserb. WHEREAS, said Prinoipal hea submitted a Bid to said City to perform the Work required under the Bid Schedule(s) of the CWs Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 NOW THEREFORE, if said Nnapal is swoMed a Contract by said City, and within the time and In the manner required In the "Naks Inviting Bids' and the "instructions to Bidders` enters Into a written Agreement on the Form of Agreement included with said Contract Documents, furnishes tho required Certificates of Insurance, and fumishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain In full Toros and effect. In the event suit Is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by sald City in such suit, including a reasonable aftomey's fee to be frxed by the court. SIGNED AND SEALED, thIS 19TH day of JANUARY , 201I3. By T Print Name and Title: CHARLES WHALEN, VICE PRESIDENT By Signature (NOTARIZED) Print tear: and r(de: EXECUTED FOR THE SURETY: By U.S. S ECIALT-YyIINSURANCE COMPANY -I gtpnature (NCTARUD) Print Now and life: JOHN G. MALONEY, ATTORNEY -IN -FACT SONORA ROM STORM DRAIN IMPROVEMENTS BID BOND (BID SECURITY FOW CITY PROJECT NO. 16-12 SID FORMS - PAGE 44 DECE ME R 14, X1 7 CALIFORNIA• r <:2:�:�..: �� . <i.�%�i{!_ :rti-r:�: -ir! � ac�a�ri.�Na�^: .a�c�:O.Yawa �¢n.�Y�:. •i;ic..:�a:�N:2:r �; i. :�:�; �;G:� 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 SAN DIEGO On 1/19/2018 Date personally appeared before me, SANDRA FIGUEROA, NOTARY PUBLIC Here Insert Name and Title of the Officer JOHN G. MALONEY Name(s) of Signer(e) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isleFe subscribed to the within instrument and acknowledged to me that homey executed the same in hi ek authorized ca act p ty('Ies), and that by his/#mWtheif signature(e) on the Instrument the person(e), or the entity upon behalf of which the person(e) acted, executed the instrument. SANDRA FIGUEROA COMM. # 2162642 SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES " AUGUST 14 2024 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of o Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacityriies) Claimed by Signer(s) Signer's Name: JOHN G. MALONEY ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: CI Corporate Officer — Titie(s): ❑ Partner — ❑ Limited 0 General ❑ Individual ❑ Attomey in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: @2014 National Notary Association • www.Nationa]Notary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 II OF AT uq'I' l��ji �' IN —._. — AMERICAi C IMNITY COMP COMPANY - — m UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas _ _ f e ' J tors Indemnity Com�ny, es Surety ComLaaany2—a land _--- rl �• — ectal dame o� � ' icarporationill>��}rnies"), dobit , Bond' Co assumed n - _- Jahn G. Maloney, Mark D, Iatarola or Helen Maloney of Escondido, California fctii— names lace tinowledge ati a a' If I ds' with fttIl yO — — — — _ — _ _ — _^a act if , p _ , recognt— ==ot_i= ot�nstrnmlmts or contracts_ iPo�clude riders, a f' a seats of suretyo _ tf >sd penalty does not exceed ******Fifteen Million****** Dollars ($ **15,000,000.00*I. This Power of Attorney shall expire without further action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: _ = flit _ d t�sident, any Vi r I s President, anN f cr — Mir =rotary shall bead i -sty - Fp ri d > t any one or I by(s)-in-Fact to 11=q id n f half of the Coor-m Barney -in -Fact maybe given full power anG horny or and in the name of and on behal a the Mmpany, to execute, acknowledge and rver; any and ate bands, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents far the ielease of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by & W&L. I k siiieae_ nature of any a = riff Company here' c Itpower of attot in power of attomeraaile signature or fa nding upon theme-- d o rtal ft tawhich it is attached. — i'II I _ IN WITNESS WHEREOF, The Companies have caused this instalment to be signed and their corporate seals to be hereto affixed, this =1st day of November, 2016. —_ ITY COMPANY Bft OMPANY _ — AMERICA C _ t UNITED Y U.S. SPIM& WI — MPANY Ifl �gn11 Il lie l// II 4¢ II fY IV ,1 llJlniffll,�li - - 0 5 hCTpgs c,°'�' µo fit,• .,r, m: o'•. + •..� Q' iY Q .V 9EFY:]0.1Y9Y.fO= x yi} IafP i J r� 4''',Y S 4': � F rmtwiurm O i X _= v 3 By: t�G.•rw. � ' * � N .....�. a g ilar, Vice Presit�ent z��•., e= z s.•. a me li. '� III ���. - w l c f fiver a is atta a�ilWaa a lya cuidentio r it d the _ State of California County of Los Angeles SS: On this j t da}4 fiber, 2016, before me SabiaaM M a notary public, personally appeaud _1! Aguilar, Vice President of_Amen=— - n�npany, Texas I tes Surety Cow � — urance Compy — m _ o t ftMdence to be th h cribed to the wil n��m — dged to me the Wm end that by hi sig' person, or the en ' oliite person acted, e i I certify, under PENALTY OF PERJURY under the laws of the State of California that the, foregoing paragraph is true and correct. WITNESS my hand and official seal. IN4 MORGFNSTEIHBIH _ — ffi jell "t s I 129255 pla r Enly tornh I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Comparty and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said solutions of the B -' ^{ r`trtitut in the Power of .ref � �I, � De CI � _ � � _ INWMAW-WrE C v in full force id e e _ ri l have hereunto d the seals of s * e' } Angeles, Califo of _JANTIAE�Y=_ 2018. Corporate Seals ¢'- �_ en 3 IKio Lo, -.1c if 1 In and l'T i���� CALIFORNIA ALL-PURPOSIE ACKNOWLZDGMENT CIVIL CODE fy-{/AY- V-1 J 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 iLvnE ) On I.22•IS Date personally appeared before me, �� c-N e.ta:�_ 1QSuD ....1 Here Insert Name and Title of the Officer Cis vJ >,� Namq*) of Signeyit) who proved to me on the basis of satisfactory evidence to be the person' whose named is/are subscribed to the within instrument and acknowledged to me that he/sbsAJ;ay executed the same in his/4e64149iir authorized capacity0es), and that by hls/I Heir signatureK on the instrument the person(, or the entity upon behalf of which the personK acted, executed the instrument. MICHELLE KILDAY Comm. #2062306 z Notary Public - California Riverside County o Comm. Tres Mar. 27, 2018 Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. c Signature Signature of Notary Publ OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: 'U%0 t3cv-jo • Document Date: 1 , it Number of Pages: l Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: s w � Itorporate Officer — Title(s): Ji? ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationalNotary.org-1-800-US NOTARY (1-800-876-6827) Item #5907 Maloney& Associates 435 West Grand Avenue Escondido, CA 92025 760,738.2610 fax 760.738.6855 www.nx*neybonds.com OB55425 BID BOND RESULTS Contractor: T.B.U. , INC. Bid Date: January 25, 2018 Obligee: City of Palm Springs Project Title: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 Please provide the Company Name and Bid Amount for the following: Low Bidder: Amount: $ 2nd Bidder: Amount:______________ 3rd Bidder: Amount: $ _. If your bid is not listed above - provide your Bid Amount: Comments: Please FAX back to our office as soon as Bid Results are known: (760) 738-6855 Thank you for helping us to provide better service by your quick response! KNOW ALL MEN BY THESE PRMMTS, That T.B.U., INC. as Principal, and U.S. SPECIALTY INSURANCE COMPANY as Surety, are held and fhrtrlly bound unto the City of Palm Springs, California, hereinafter called the "City" in the sum of TEN PERCENT OF GREATER AMOUNT BID dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourseWs, our heirs, executors, administrators, xrcoessors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to sold City to perform the WorK required under the Bid Schedule(s) of the City'S Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 NOW THEREFORE, if said Principat is awarded a Contract by said City, and within the time and In the manner required in the "Notice lrwi#ng Bids" and the "Instructions to Bidders' enters into a written Agreement on the Form of Agreement Included with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain In full force and effect. In the event suit Is brought Upon this Bond by said City, and City prevails, saki Surety shall pay all costs incurred by said City in such suit, including a remnable attorneys fee to be fixed by the court. SIGNED AND SEALED, this 19TH day of JANUARY 2015. EXECUTED FOR THE PRINCIPAL: By T,B.U., INC. Signature (NOTARIZED) Print Name and Title: CHARLES WHALEN, VICE PRESIDENT By Signature (NOTARIZED) Print Name and Tide: EXECUTED FOR THE SURETY: By U.S. SPECIALTY INSURANCE COMPANY Signature (NOTARIZED) Print Name and Tire: JOHN G. MALONEY, ATTORNEY -IN -FACT SONORA ROAD STORM DRAIN IMPROVEMENTS BIQ BOND (BID SECURITY FORM) CITY PROJECT NO.16-12 BID FORMS - PAr;E 14 DECEMBER 14, 2017 BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non -responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: -1-0:0 ___5__)G Z A Telephone Number: {( )1 Ole qr] Facsimile Number: { qsj) —f 3'7 E-Mail: Can ry__,� Tax Identification Number: ' c�,9 cD 2 2. TYPE OF FIRM Individual Partnership ✓ Corporation (State C4"'- ) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification State License Number(s)—1'6IO' cQ Supplemental License Classifications Q 2 G54- 4. BUSINESS LICENSE: Yes e"- No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety VS F_�C_ c>c>A Address 1ao1 S. �� z.ca� S�. . Sw• \moo Surety Company .4SScc��cic�S Telephone Numbers: Agent (Zt.v zte to Surety (3i.o ) (,401.Z)990 SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 BIDDER'S GENERAL INFORMATION DECEMBER 14, 2017 BID FORMS - PAGE 15 BIDDER'S GENERAL INFORMATION (Continued) 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: 12- 5� �5 / SE>u/ �fZCJ45 y tcc- Prz- 7. Number of years experience as a contractor in this specific type of construction work: 21, n a List at least three related projects completed to date: a. Owner Address 2%-io Garr U--My, • Ooaco, CA, qz� La Contact Class of Work, Phone q%.yio• 5y S. Contract Amount 4'I-g , oo 2- Project MDP Uoc- 0 t F Date Completed rsw Zo 1-1 Contact Person Telephone number 9st -2`TD• -� ►.au.Z; b. Owner "-6 A me ow-ws A Wvc. Address `6So CJwo�224.C,...t, Txz- Contact �a a,+J Class of Work 5rrn�1•:rJ !E�¢as;oJ Cara of Phone c19 • $4,5. 2J9 1 Contract Amount 4So CC30 Project &Iev"85f:� ]En P - Date Completed 20 14 Contact Persons ,�,jp J Telephone number C. Owner L. o�- tJgz-Co Contact �Dg: ps. V a,-J Phone G�5►•2"to 5�.1 Project "oP tAe qS t • 1945. Zlli t Address z$-tn CAwLv-- DrvE;• 'J°czca�c� Q2$1to Class of Work Contract Amount �515► i Date Completed Re, z , m- Contact Person C.aaz Rslc€w Telephone number GSI . Z.'lo • 15(.?--1 Name of Project Manager/Superintendent: 10. Name(s) of person(s) who inspected job site: c44�L.tr-- k Ltg%.q SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 BIDDER'S GENERAL INFORMATION DECEMBER 14, 2017 BID FORMS - PAGE 16 AcoRE® CERTIFICATE OF LIABILITY INSURANCE ila./ DATE1MMrOWYYYY) 1 2/26/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE. A CONTRACT BETWEEN THE ISSUING INSURER(Sj, AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not corder rights to the certificate holder in lieu of such endorsement(s). PRODUCER Ki.chael Ehrenfeld Company 2655 Camino Del Rio North #200 San Diego CA 92108 NAM, CONTACT Leslie Frankenberger PHONE (619)683-9990 FAX No:1619)603-9999 E-MAIL ADDRESS: leslief@ehrenfeldiaeurance.com INSURERS AFFORDING COVERAGE NAIC A INSURERA:Ironshore Specialty Insurance 25445 INSURED TSU, INC. 244 Maple Ave. Ste T 3S6au01ont CA 92223 INSURERB.WeSt American Insurance CcavaW 44393 INSURER C:NatiOnal Union Fire Ins Co 19445 INSURERD:Redwood Fire & Casualty Company 11673 INSURER E:Ohio Security Insurance Co. 24082 INSURERF: COVERAGES CERTIFICATE NUMBER:17-18 Master REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTA TYPE OF INSURANCE AD L BR POLICYNUMBER LICY EFF POLICY EXP LIMITS X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 11000,000 CLAIMS -MADE ❑X OCCUR GE ToA PREMISES Ea ORENTEDccurrence $ 50r000 MED EXP (Any one person) $ 5r 000 AGS0009306 9/23/2017 9/13/201.8 PERSONAL 8 ADV INJURY $ 11000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 I/ POLICY 12K PECT Los I PRODUCTS - COMP/OP AGG $ 21000,000 $ OTHER: AUTOMOBILE LIABILITY Ea accident IN MIT $ 1,000,000 X BODILY INJURY (Per person) S ANY AUTO B ALLOWNED SCHEDULED AUTOS AUTOS BANS0704561 9/13/2017 9/13/2018 BODILY INJURY (Per acddent) S X PROPERTY DAMAGE P r ident $V NON -OWNED E HIRED AUTOS AUTOS / BACEE $ X UMBRELLA LIAR X OCCUR EACH OCCURRENCE $ 4,000,000 AGGREGATE $ 4,000,000 C EXCESS UAB CLAIMS -MADE �BZ015235294 DED I I RETENTION $ 9/13/2017 9/13/2018 WORKERS COMPENSATION XPER OTH STATUTE ER AND EMPLOYERS' UABILITY YIN ANY PROP RIETOR(PARTNERlEXECUTIVE NIA E.L EACH ACCIDENT $ 1,000,000 E.L DISEASE- EP. EMPLO $ 1,000,000 D (MandalaryInNH) EXCLUDED? TEMS09230 3/24/2017 3/24/2018 If yes, descr be under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMB $ 1 000 000 E Installation Floater SM56704561 9/13/2017 9/13/2018 UMN $25,000 Pollution Coverage Lend $250,000 DESCRIPTION OF OPERATIONS I LOCATIONS / VEHICLES (ACORD 101, Addidonal Remarks Schedule, may be alhched M mare space is rewired) Re:Sonora Road Storm Drain Improvements City Project No. 16-12 The City of Palm Springs, it officials, employees and agents are named as an £dditional insured with 12rims non-contribUtOW wording per forms CG20100413 & CG20370413 attached. Insur & Waiver on Auto per CA8810. JWJ of subr ation on wor ers• anpensation per WC990410B attached. WRAP Exclusion Endorsement applies per CG21540196 form attached. Should any of the above described policies be cancelled before the expiration date thereof, the company/agent will mail 30 g= written notice to the Certificate Holdgr, named City of Palm Springs Procurement & Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Reilly/LESLIF 01988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD INS025 pol4oi) POLICY NUMBER: AGS0009306 COMMERCIAL GENERAL LIABILITY CG 2010 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations Additional Insureds shown in a written contract, or Any Location written agreement that includes primary and non-contributory wording. The inclusion of one or more Insured under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged. I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property This insurance does not apply to "bodily injury" or damage or personal and advertising injury'.property damage" occurring after: caused, in whole or in part, by: 1. All work, including materials, parts or 1. Your acts or omissions; or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the 1. The insurance afforded to such additional injury or damage arises has been put to its intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 2010 0413 POLICY NUMBER: AGS0009306 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED -- OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Additional Insureds shown in a written contract, or written agreement that includes primary and non-contributory wording where required. The inclusion of one or more Insured under the terms Of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged Location And Description Of Completed Operations The insurance afforded by this policy for the benefit of the additional insured does not apply to 'property damage' to any building, structure or appurtenant structure intended to be occupied as a 'private residence'. The term "private residence" includes single family homes or residences, multi -family homes or residences. Apartments are not considered 'private residences". Information required_to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "Your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 C Insurance Services Office, Inc., 2012 Page 11 of 1 Policy #BAW56704561 COMMERCIAL AUTO CA 88 10 0110 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II — LIABILITY COVERAGE, paragraph A.1. —WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization haveagreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an "insured": (1) Only with respect to the operation, maintenance or use of a covered "auto"; (2) Only for "bodily injury" or "property damage" caused by an "accident"which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit CA 8810 01 10 ®2010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Policy #BAW56704561 COMMERCIAL AUTO CA88100110 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV— BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our 5. Other Insurance a. For any covered "auto" you own, this Coverage Form provides primaryinsurance. For any covered "auto"you don't own, the insurance pro-vided by this Coverage Form is ex- cess over any other collectible insurance. However, while a covered"auto" which is a "trailer" is con- nected to another vehicle, the Liabil-ity Coverage this Coverage Formprovides for the "trailer" is: (1) Excess while it is connected to a motor vehicle you do not own. (2) Primary while it is connected to a covered "auto" you own. rights are waived also. CA 88 10 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 04 10B (Ed. 9-14) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be 2% of the total manual premium otherwise due on such remuneration. The minimum premium for this endorsement is $350. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. BLANKET WAIVER Person/Organization Job Description All CA Operations SCHEDULE Blanket Waiver — Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Waiver Premium 5968.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 03/24/2017 Policy No. TBWC809230 Endorsement No. Insured Tsu,Inc Premium $ Insurance Company Redwood Fire And Casualty Insurance4 ! Countersigned by �L WC 99 0410E (Ed. 9-14) , I RONSHO 111 IRONSHORE SPECIALTY INSURANCE COMPANY 75 Federal Street Sth Floor Boston, MA 02110 Toll Free: (877) IRON411 Policy Number:, AGS0009305 Insured Name: IOU, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION - WRAP-UPS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following exclusion is added to Paragraph 2., Exclusions of Section I — Coverage A -- Bodily Injury and Property Damage Uability and Paragraph 2., Exclusions of section I — Coverage B — Personal And Advertising Injury Liability: This insurance does not apply to "bodily injury", "property damage", "personal or advertising Injury" arising out of any project where Insurance is provided under a "wrap•up" or any similar rating plan or Insurance program. The following definition is added to Section V — DEFINITIONS: "Wrap-up" means: 1. Any construction project controlled by an Owner or Contractor for which Insurance is not required to be provided by the Named Insured; or 2. Any agreement or contract by or under which all contractors and/or subcontractors working on a specified project are insured under one or more policies by a single carrier for liability arising out of such project. ALL OTHER TERMS, CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. Authorized Representative CGLALG.0104 (0910) Page i of 1 DATE IMWDDNYYY) A6"Rf? ® CERTIFICATE OF LIABILITY INSURANCE 3/23/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the pollcy(les) must be endorsed. It SUBROGATION Is WANED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such andorsement(s). PRODUCER CONTACT Leslie rrankenberer NAME_---------------------__. _g.._.._.---.,......__....._..____..._--------'— Michael Ehrenfeld Company PHONEc�eaU: (619)683-9990 {wc, No): 1619)683-9999 2655 Camino Del Rio North ADDRESS, leslief@ehrenfeldinsurance.com - -.,,.. #200 INSURERS) AFFORDING COVERAGE NAIC 0 San Diego CA 92108 INSURERA:Ironshore Spec aiy- Insurance _-_ _ 25445 INSURED INSURER B Rest American Insurance -Company - -------- _L 94393— TBU, INC, INSURER CNational Union Fire Ins Co 19445 244 Maple Ave. Ste T INSURER D :Redwood Fire & Casualty Company 11673 tE: [Beaumont CA 92223 I INSURER F : envl=l?ar.Fc rtFRTIFI(:aTF mIIu1RF -ia-19 RFvl.glnN NIINIRFRI THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INS"POLICY £FF POLICY EXP-------- L TYPE OF INSURANCE POLJCY NUMBER MIO Mn] LIMITS X i COMMERCIAL GENERAL LIABILITY I EACH OCCURRENCE ' 1 1,000,000 ` A ! j CLAIMS -MADE - X -, OCCUR _ r-- - I------- t-OAMAGE TO RENTED -- 'I ,PREMISES -La occurtence�_TE-_ _ 50,000 - - - - AGS0009306 9/13/2017 9/13/2018 !. MED EXP (Any one person) $ 5,000 ------1 P_ERS_ONAI, & AOV INJURY ' $, 000, 000 GEN'L AGGREGATE LIMIT APPLIES PER. _ GENERAL AGGREGATE $ 2,000,000 POLICY R JEG LOC PRODUCTS COMPIOP AGG $ 2,000,000 OTHER: r I AUTOMOBILE LIABILITY ! COMBINED SINGLE LIMIT S 1 , 000, 000 ��a �r.TJd_Bfrll_ -- B X ANY AUTO --- j 8001LY INJURY (Per person) $ ALL OWNED SCHEDULED HAN56704561 AUTOS AUTOS 9/13/2017 9/13/2016 BODILY INJURY (Per accident)' $ I— X NON -OWNED ! PROPERTY DAMAGE HIRED AUTOS -__ - AUTOS (Per accident'.._.---. 3._...._.......-__....----._—..., SACEE S X '', UMBRELLA UAB X OCCUR EACH OCCURRENCE s 4'—000 J-Q00 ---- —EXCESS LIA9 CU5JMS-MADE 1AGGREGATE ---- s—_,----410DO1200 DED i iRETENTIONS HE015235294 5/13/2017 9/13/2018 1 $ WORKERS COMPENSATION X 'P R ; OTH- STATUTE_._ •_E_R__— AND EMPLOYERV LIABILITY YIN' 'ANY PROPRIETOPIPARTNERIEXECUTIVE E.L EACH ACCIDENT S 1,000,000 D OFFICERMIEMHER EXCLUDED? — N / A (Mandatory in NH) - TBNC912825 3/24/2018 3/24/2010 - i E.L DISEASE - EA EMPLOYEE S —_ 110�O, ODO- Ildescribe under DESCRIPTION OF OPERATIONS bebw E.L. DISEASE - POLICY LIMIT: 5 11000,000 I I DESCRIPTION OF OPERATIONS I LOCATIONS! VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is regalrad) Re:Sonora Road Storm Drain Improvements City Project No. 16-12 The City of Palm Springs, it officials, employees and agents are named as an additional insured with primary non-contributory wording per forms CG20100413 s CG20370413 attached. Additional Insgrad & Waiver on Auto per CAMO. Waiver of subrogation on workers' aompen_sation per WC990410B attached. WRAP Exclusion Endorsement applies per CG21540199 form attached. Should f 2e above described policies be cancelled before the expiration date thereof, the company/agent will mail 30 days written notice to the Certificate Holder named. SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Palm Springs THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN I W ACCORDANCE WITH THE POLICY PROVISIONS, Procurement ar Contract .0 N% U 6 do 4 3200 E. Tahquitz Canyon Way Palm Springs, CA 922 62 ! AUTHORIZED REPRESENTATIVE t Reilly/LESLIF ®1988-2014 ACORD CORPORATION. All rights reserved. ACORD 2512014101) The ACORD name and logo are registered marks of ACORD INS025 (201401) POLICY NUMBER: AGS0009306 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: VZ COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Additional Insureds shown in a written contract, or Any Location written agreement that includes primary and non-contributory wording. The inclusion of one or more Insured under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged. [Informabon required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 0 Insurance Services Office, Inc., 2012 CG 20 10 0413 POLICY NUMBER: AGS0009306 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name of Additional Insured Persons) Or Organization(s) Additional Insureds shown in a written contract, or written agreement that includes primary and non-contributory wording where required. The inclusion of one or more Insured under the terms of this endorsement does not increase our limits of liability. All other terms and conditions remain unchanged The insurance afforded by this policy for the benefit of the additional insured does not apply to 'property damage' to any building, structure or appurtenant structure intended to be occupied as a 'private residence'. The term "private residence" includes single family homes or residences, multi -family homes or residences. Apartments are not considered "private residences". I Information required to complete this Schedule, if not shown above, will be shown in the Declarations. I A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by ..your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However- 1 . The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 0413 0 Insurance Services Office, Inc., 2012 Page 1 of 1 Policy #BAW56704561 COMMERCIAL AUTO CA88100110 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREIFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. 3. ADDITIONAL INSURED BY CONTRACT, AGREEMENT OR PERMIT SECTION II — LIABILITY COVERAGE, paragraph A.I. —WHO IS AN INSURED is amended to include the following as an insured: h. Any person or organization with respect to the operation, maintenance or use of a covered "auto", provided that you and such person or organization haveagreed in a written contract, agreement, or permit issued to you by governmental or public authority, to add such person, or organization, or governmental or public authority to this policy as an "insured". However, such person or organization is an 'insured": (1) Only with respect to the operation, maintenance or use of a covered'auto'; (2) Only for "bodily injury" or "property damage" caused by an "accident"which takes place after you executed the written contract or agreement, or the permit has been issued to you; and (3) Only for the duration of that contract, agreement or permit CASS 10 01 10 ©201 n Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. Policy #BAW56704561 COMMERCIAL AUTO CA 88 10 0110 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ ITCAREFULLY. BUSINESS AUTO COVERAGE ENHANCEMENT ENDORSEMENT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM With respect to coverage afforded by this endorsement, the provisions of the policy apply unless modified by the endorsement. 19. WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US SECTION IV — BUSINESS AUTO CONDITIONS, paragraph A.5., Transfer of Rights of Recovery Against Others to Us, is amended by the addition of the following: If the person or organization has waived those rights before an "accident" or "loss", our 5. Other Insurance a:' For any covered "auto" you own, this Coverage Form provides primaryinsurance. For any covered "auto"you don't own, the insurance pro-vided by this Coverage Form is ex- cess over any other collectible insurance. However, while a covered"auto" which is a "trailer" is con- netted to another vehicle, the Liabil-ity Coverage this Coverage Formprovides for the "trailer" is: (1) Excess while it is connected to a motor vehicle you do not own. (2) Primary while it is connected to a covered "auto" you own. rights are waived also. CA 8810 01 10 02010 Liberty Mutual Insurance Company. All rights reserved. Includes copyrighted material of Insurance Services Office, with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 0410E (Ed. 9-14) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT-CALIFORNIA BLANKET BASIS We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) The additional premium for this endorsement shall be 2% of the total manual premium otherwise due on such remuneration. The minimum premium for this endorsement is $350. This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. SCHEDULE BLANKET WAIVER Person/Organization Blanket Waiver — Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. Job Description All CA Operations Waiver Premium 6968.00 This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 03/24/2017 Policy No. TBWC809230 Endorsement No. S Insured 'FgU.Inc Premium Insurance Company Redwood Fire And Casualty Insurance Countersigned by WC 99 0410B (Ed. 9-14) I RONSf-iORE l�l IRONSHORE SPECIALTY INSURANCE COMPANY 75 Federal Street Sth Floor Boston, MA 02110 Tall Free. (877) IRON411 Policy Number:, AGS0009305 Insured Name: TBU, Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. EXCLUSION - WRAP-UPS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIASIVTY COVERAGE PART The following exclusion Is added to Paragraph 2., Exclusions of Section I — Coverage A — Bodily Injury and Property Damage Liability and Paragraph 2-, Exclusions of Section I — Coverage B — Personal And Advertising Injury Liability. This Insurance does not apply to 'bodily Injury", "property damage", "personal or advertlslag injury" arising out of any project where Insurance Is provided under a'wrap-up" or any similar rating plan or Insurance program. The following definition is added to section V — DEFINITIONS: "Wrap-up" means: 1. Any construction project controlled by an Owner or Contractor for which Insurance Is not required to be provided by the Named Insured; or 2. Any agreement or contract by or under which all contractors and/or subcontractors working on a specified project are insured under one or more policies by a single carrier for liability arising out of such project. ALL OTHER TERMS, CONDITIONS AND EXCLUSIONS REMAIN UNCHANGED. Authorized Representative CGL.ALG.010440910) Page 1 of 1 BOND NO.: 1001076742 PREMIUM: $3,176.00 PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMENT BASED ON FINAL CONTRACT PRICE PERFORMANCE BOND — PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City"), has awarded to the undersigned Contractor, (hereinafter referred to as the "Contractor"), an agreement for the work described as follows: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, the Contractor is required by said Contract to perform the terms thereof, and to provide a bond both for the performance and guaranty thereof. NOW, THEREFORE, we, the undersigned Contractor, as Principal, and: U.S. SPECIALTY INSURANCE COMPANY a corporation organized and existing under the laws of the State of TEXAS , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City in the SUM Of TWO HUNDRED TWENTY THOUSAND FIVE HUNDRED FIFTY NINE AND 001100 Dollars ($ 220,559.00 ), said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the bounden Contractor, his or its heirs, executors, administrators, successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the said Contract and any alteration thereof made as therein provided, on his or its parts, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill the one year guarantee of all materials and workmanship; and indemnify and save harmless the City, its officers and agents, as stipulated in said Contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. The said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition to the terms of the Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and iY does hereby waive notice of any such change, extension of time, alteration of addition to the terms of the Contract, or to the Public Work or to the Specifications. No final settlement between the City and the Contractor shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 PERFORMANCE BOND DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 1 PERFORMANCE BOND — PUBLIC WORKS (CONTINUED) Contractor and Surety agree that if the City is required to engage the services of an attorney in connection with enforcement of the bond, each shall pay City's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this 23RD day of FEBRUARY , 2018. CONTRACTOR: T.B.U. INC. Check one: individual, partnership, X corporation (This Performance Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Performance Bond.) CONTRACTOR: By: T.B.U., INC. signature (NOTARIZED) Print Name and Title: CHARLES WHALEN, VICE PRESIDENT By: signature (NOTARIZED) Print game and Title: SURETY: By U.S. SPECIALTY INSURANCE COMPANY a,,— 6 . d�i� -- signature (NOTARIZED) Print Name and Title: MARK D. IATAROLA, ATTORNEY -IN -FACT By submitting this Performance Bond, the Contractor and Surety acknowledge the provisions of the Contract Documents with regard to Section 6-4 "Default by the Contractor', as further amended by the Special Provisions, SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 PERFORMANCE BOND DECEMBER 14. 2017 AGRFFMFNT ANr1 RnNnS, - PAGF 2 PERFORMANCE BOND — PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $ 14.40 per thousand. PREMIUM IS FOR CONTRACT TERM AND IS SUBJECT TO ADJUSTMET The total -amount of premium charged. $ 3,176.00 BASED ON FINAL CONTRACT PRICE (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of process in California if different from above) (Telephone Number of Surety and Agent or Representative for service of process in California) SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 U.S. SPECIALTY INSURANCE COMPANY 801 SOUTH FIGUEROA STREET, SUITE 700 LOS ANGELES CA 90017 MALONEY AND ASSOCIATES 435 WEST GRAND AVENUE ESCONDIDO, CA 92025 310/649-0990 (SURETY) 760/738-2610 (AGENT) PERFORMANCE BOND AGREEMENT AND BONDS - PAGE 3 State of County of On PERFORMANCE BOND -- PUBLIC WORKS (CONTINUED) ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. before me, Date Name, Title of Officer personally appeared NAME(S) OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(les), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State identified herein, that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature of Notary ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document MUST BE ATTACHED TO THE DOCUMENT Number of Pages DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s) Other Than Named Above SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 PERFORMANCE. BOND DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •. C:%.�i �Q!:�L!•.�C!•.ii!•.tiC!:��'/.•.iQ!.�fl:�t �i �iS:iC!•.�flv�C!.iC..�C�s�C �i.�.�i.:�f.�.�C f f C..�f f�i i�'.:�i�i ¢�2�'�:�:!:�S/:�S�i/sad/•�C!:�: siC.:it! 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 SAN DIEGO On 212312018 Date personally appeared before me, SANDRA FIGUEROA, NOTARY PUBLIC , Here Insert Name and Title of the Officer MARK D. IATAROLA Names) of Signer(a) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isfere subscribed to the within instrument and acknowledged to me that heA5heft4ey executed the same in his elr authorized capacity0es), and that by his/4eW*e4 signature(s) on the instrument the person(e), or the entity upon behalf of which the person(e) acted, executed the instrument. SANDRA FIGUEROA Z COMM. # 2162642 Z SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIA e My COMMISSION EXPIRES AUGUST I4, 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature ,a_ Signature lofNotary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(lies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): [I Partner — El Limited © General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Others Signer Is Representing: L:C-'S.�'!:�.:�.:t.'.ti;i�'_,:��4�:-�!y��".�r:�✓4��'.��,n'!:\!.W'.,ti4�,S�✓'.1�r\✓.�:�/.\'!:�..\,.\'F:�_!%\:.:\J•s�'✓,a%:`tF:�-.�.�..\�.��.�a=l�.�,:',�a�'.�:' . — POWER OF ATTORNEY AMERICAN�GON `RAV-TORS INDEMNITY COMPANY TEXAS BONDING COMPANY — - UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Comfy, JJnited,-States Surety Company, a Maryland corporation arid- T - pecialty Insurance Company, a Texas corporation (eolleet ve It `Mm;=ies"), do by these presents make, constitute and-appotnt John G. Maloney, Mark D. Iatarola or Helen Maloney of Escondido, California its true and -lawful Attorney(s)-in-fact, each in their separatecapacity if more than one is!0 d above, with full z6auftrity at hereby conferred in its name, place and stead, to execute, acknowledge and delivej Oonds, recagnina ndertKi or other instruments or contracts of suretyship to aclude riders, amendments, and ''eb'risents of surety, goo the- bond penalty does not exceed ******Fifteen Million****** Dollars (k **15,000,000.00* . This Power of Attorney shall expire without fixrther action on November 3,2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: B"4esalved, that the President, any Vicc-Presid'CAt, tiny Agjsta nt Vice -President, any Secretary or any Assistant cretary shall be and isjterebyvested with full power and authority to appoint any one or more suitable pt 'spiis,I�aslAttotney(syin-Fact to represent and act for and on behalf of the Company�s*cct to the following provisions: Rliomey-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Anomey-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authimis&afficerand seat of the Company heretofore or hereafter affixed to any power of attorney or any cortificate relating - thereto by facsimile, and any power of attorney�oreer ca facsimile signature or facsimile seal shall be valid and binding upon the!D�rripany with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of November, 2016, AMERICAN CONTRACTORS INDEMNITY COMPANY Tmia BalitruNc COMPANY Corrporate UNITED STATES SURETY COMPANY U.S. SPMATMINSURANCEOGNIPANY IOU "o a\QO� D N G CO'yi .+d`y �.... s �.• .. r rya"............. - a^ ; „6, ;seer. u.>9ec n a ? �•; y9 • •t n s o = -,y,, ::i, �� ' ' _ Daniel P. r, Vtce rese t — Aguila P `,iis Woo A notary public or other officer completing d��rtifiqatq--yerfflesmly the identity of the individual who sighed the document to which this certificate is attached, and th ►00ness, accuracy, or validity of that document. =- State of California County of Los Angeles SS: g notary public, personally appeared IMP. Aguilar, Vice President of American On this 1st day of November, 2016, before me, Sabina Mgrgen�teany Contractors indemnityCompany, Texas Bonding Co any, Unttpd,;fates Surety Company and U.S. S& t ttrance Company who proved to me on the basis of satisfactory evidence to be the person whose name A sobicribed to the within i09tMmC—=.andwUcNbdged to me thathe executed the same in his authorized capacity; and that by his signature on the instrument tAc' person, or the entity upon ltstf ofVhAd Me person acted, executed the instrument. i certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. SABINA MOROENSTEIN Gommission 2129258 -- Signature =-- (Seal) fYtt dry Public California its Angeles County fly �C: Film. 131145 Nov 3, 2011 1, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attomey, executed by said Coiiipatrrca v, hjr,ill_ in full force and a Fr t;j ftlrthermore, the resolutions of the Boarxls =Directors, set out in the Power of Attorney are ft It ess Whereof, I have hereunto in hand and affixed the seals of sue_ Companies at Los Angeles, California_th RD day of FEBRUARY .2018. ``11„NI 111 11111i111 ,„ll `,,,,1„I11f llyl �' �,,,N111IIINlII'l Corporate Seals yeotsµrcTagdy� �s,$URe^ y yor`D'so. Ho_ a*s�t,�osur8 wk _ :sew z` x a , Bond No. 10010 7 6 7 4 2 , ,r. , �,� r a ft r Kio Lo istaetry "'N% y 4013 'iiFCA '•..fq r ........ No. llll',II„N�" —_ Agency CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 �2w���pE On 3 - t - VS6 Date before me, VULX-P.^-e N30-TcP--� 9UQA_A C_ Here Insert Name and Title of the Officer personally appeared W� Name(a) of SignerK who proved to me on the basis of satisfactory evidence to be the personW whose name(e,) is/ar& subscribed to the within instrument and acknowledged to me that he/s4aA14ey executed the same in his/her/their authorized capacity0o, and that by his/hem-ftheir signature(e) on the instrument the person(a), or the entity upon behalf of which the person(z) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. c NICHELIE KILDAY COMM.42062306 Signature JC4� rotary Public - California o Signature of Notary Publi Riverside County Fly Comm Ex it A1lar. 27,1111 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Peafaw-oact- P.—am. 'fit U 0 Rm Document Date: Number of Pages: 4 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Sig er's Name: CA441,A,4 orporate Officer — Title(s): VKCT-- RLGSi; nr � ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator J Other: Signer Is Representing: -2-• 2131 - X-r Signer's Name: Corporate Officer — Title(s): L- Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact Trustee L7 Guardian or Conservator F_ Other: Signer Is Representing: C2014 National Notary Association - www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 BOND NO.: 1001076742 PREMIUM INCLUDED IN PERFORMANCE BOND PAYMENT BOND — PUBLIC WORKS KNOW ALL MEN BY THESE PRESENTS, WHEREAS, the City of Palm Springs, a charter city, organized and existing in the County of Riverside, California, as Obligee, (hereinafter referred to as the "City'), has awarded to the undersigned Contractor, (hereinafter referred to as the "Contractor"), an agreement for the work described as follows: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 (hereinafter referred to as the "Public Work"); and WHEREAS, the work to be performed by the Contractor is more particularly set forth in that certain Agreement (Construction Contract) for the said Public Work awarded to the Contractor and approved by the City for the Project hereinabove named, (hereinafter referred to as the "Contract"), which Contract is incorporated herein by this reference; and WHEREAS, said Contractor is required to furnish a bond in connection with said Contract and pursuant to Section 9550 of the California Civil Code. NOW, THEREFORE, we, the undersigned Contractor, as Principal, and: U.S. SPECIALTY INSURANCE COMPANY a corporation organized and existing under the laws of the State of TEXAS , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City, and to any and all persons, companies, or corporations entitled to file stop payment notices under Section 9100 of the California Civil Code, in the sum of TWO HUNDRED TWENTY THOUSAND FIVE HUNDRED FIFTY NINE AND 001100 Dollars ($ 220,559.00 ), said sum being not less than 100 percent of the total amount payable by the City under the terms to the said Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said Contractor, his or its heirs, executors, administrators, successors, or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery, or power used in, upon, for, or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of paid Contractor and his Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Sections 9550 through 9560 of the Civil Code, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies, and corporations entitled to serve stop payment notices under Section 9100 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 PAYMENT BOND DECEMBER 14, 2017 AGREEMENT AND BONDS PAGE 5 PAYMENT BOND — PUBLIC WORKS (CONTINUED) The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or additions to the terms of the said Contract or to the work to be performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration, or addition to the terms of the Contract or to the work or to the Specifications. No final settlement between the City and the Contractor hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. Contractor and Surety, an admitted surety insurer, further agree that if the City or any entity or person entitled to file stop payment notices is required to engage the services of an attorney in connection with the enforcement of this bond, each shall be liable for the reasonable attorneys fees incurred, with or without suit, in addition to the above sum. SIGNED AND SEALED, this23RD day of FEBRUARY , 2018. CONTRACTOR: T.B.U., INC. Check one: individual, _ partnership, x corporation (This Payment Bond must be signed by representatives and/or officers having appropriate authority to bind the Contractor and Surety to the terms of the Payment Bond.) EXECUTED FOR THE CONTRACTOR: By: T.B.U., signature (NOTARIZED) Print Name and Title: CHARLES WHALEN, VICE PRESIDENT By: signature (NOTARIZED) Print Name and Title: EXECUTED FOR THE SURETY: By U.S. SPECIALTY INSURANCE COMPANY signature (NOTARIZED) Print Name and Title: MARK D. IATAROLA, ATTORNEY -IN -FACT SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16.12 PAYMENT BOND DECEMBER 14, 2017 AGREEMENT AND BONDS PAGE 6 PAYMENT BOND — PUBLIC WORKS (CONTINUED) The rate of premium on this bond is $ 0.00 per thousand. The total amount of premium charged: $ PREMIUM INCLUDEO IN PERFORMANCE BOND (The above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with Federal, grant, or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of process in California if different from above) (Telephone Number of Surety and Agent or Representative for service of process in California) SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 DECEMBER 14, 2017 U.S. SPECIALTY INSURANCE COMPANY 801 SOUTH FIGUEROA STREET, SUITE 700 LOS ANGELES, CA 90017 MALONEY AND ASSOCIATES 435 WEST GRAND AVENUE ESCONDIDO, CA 92025 3101649-0990 (SURETY) 7601738-2610 AGENT PAYMENT BOND AGREEMENT AND BONDS - PAGE 7 CALIFORNIA• . . r■ C:l-+�i �:.a�: :.:fit :!:i:�:r:�: \: t�:�. .�.rsC �.�y�!raa=�t�:f"-.\.�:�r ✓ �C!.C:!�. �.! �S!�C!:�: C�f.�C �: �C c.v�< :f:�<!:�i 4<:�:. 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 SAN DIEGO On 2/23/2018 Date personally appeared before me, SANDRA FIGUEROA, NOTARY PUBLIC , Here Insert Name and Title of the Officer MARK D. IATAROLA Name($) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(e) is/ere subscribed to the within instrument and acknowledged to me that hefsheAhey executed the same in hisA%4q4Iqeir authorized capacity4as), and that by his/4aW#iok signature(s) on the instrument the person(e), or the entity upon behalf of which the person(e) acted, executed the instrument. SANDRA FIGUEROA r^ COMM. # 2162642 Q SAN DIEGO COUNTY M NOTARY PUBLIC-CALIRORNIA2 MY COMMISSION EXPIRES AUGUST 14, 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature o 16tary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: MARK D. IATAROLA ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attomey in Fact O Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑1 Other: Signer Is Representing: !:\'�_,rr\:rr�,rr\✓�i\�!i\�!i\✓ri\.1ri�J!:\�/5\✓S\�J;\efr��✓:\%:\fl:\J:\%:ti,:\•1,:�:t-:\wr.'✓:�:\•fr.\�:�!i<�/„`!i��y�i\!/r,�./i��./r.�yri\.i\:r\!i\�4A✓1�✓:\J:ti :t/:�.�\�� POWER AMERICAN COIF] INDEMNITY UFCOMP Y - PF' - — ANY ' ' �1yS BONDING COMPANY -- • I UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American q,'ppJr1#ctors Indemnity Company, United States Surety Company, a Maryland toM—Wation and U.S.Specialty Insurance Company, a Tex!11 'corporation (cull e ly lk "Companies"), do by these prese s_ ake, • the and appoint: John G. Maloney, Mark D. Intarola or Helen Maloney of Escondido, California its true and lawfcrlAttorney(s)-in-fact, e4drin their scp�apacity if more than one is named above, with fulLpamr—Undtauthority hereby conferredin.its name, place aid to execu lowledge and deliver any and all bonds, reeogntaa_fttrtndertaldns or other instruments or contracts suretyship -to'include riders, amendments, and consents of surety,pro the bond penalty does not exceed ******Fifteen Million****** Dollars ($ **15,000,000,00**1. This Power of Attorney shall expire without further action on November 3,2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resaved,�7111"c-President, any Viec-Pres,Qc'nj', iltii (,Assistant Vice -President, any�crchW or any. A0QAnt SeWhereby shall be and hereby vested witty iuIt- power and alto oft appoint any one or more suita'lile p4a00as tjoi ey(s)-in-Fact to rc nt and act Ork�half of the Company subject to the follI' provist s - Attorney -in -Fact may be given full power and authority for and in the name of and on bI the Company, to execute, acknowledge antEdeliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected b the — Be it - Resolved, that the signature of any authorized of iceFartdseeal of the Company heretofore or hereafter affixed to I Il4y power of attornzy or any cema relating _ thereto by facsimile, and -any power of attorney orUrtiftaft _ earing facsimile signature or facsimile seal shall be valid and binding upon the f arty wit t arty bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of November, 2016. - AMERLCA N. CONTRACTORS INDEMNITY COMPANY BONDING COMPANY i I ll UNITED At COMPANY U.S. SPEGIALTYINTISURANCE �MPANY --Corporate Seals jI/E Y rhh .+A gV ur�h, ,ySGIIM+Q I'r�,N•Im�ur nrh --___ '-- - raai9_A....�RS'a4 ��;��s...... Rf?°2 tea* o -.. boa O: '` s b= + - !lC2MPOWEO � •IaBy: a Daniel P. Aguilar:, Vice Prest ent 'vyyc',a;fFu lnd iF ''•nymi,.�a`, � �nnap,r+` A notary public or other officer completing this certtticatrft only the identity of the individual,d the _ document to which this certificate is attached, and notlh&truthfuIness, accuracy, or validity of that docurttent. _ State of California County of Los Angeles SS: On this=Lsidayof November, 2016, before me, Sabina Morgenstein, a notary public, personally appeand DwtLP. Aguilar, Vice President of American --- ConIlridamnity Company, Texas Bonding Company, United States Surety Company and U-S. c40 y urance Company who proved tome on the basis of satisfactory evidence to be the person. whose name is subscribed to the wiIhin instrumeavand addia ledged to me that he executed the same -in his -authorized capacity, and that by his signa��e, on, the instrument the person, or the entity upon bWW ofwhich the person acted, executed the instrument.--- I certify under PENALTY OF PERJURY under the laws of the State of Califomia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 5A61NA MOAGENSYEItV Commission * 2129258 — - _ (Seal) =- ANC+Hgi�por�y AP'au�helile: s.CCalifornia i=Signature0- 6mmlE Nv 9,g 1, Kio lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, w h ile in full force and effect; furtherrmI it ti,resolutions of the Bouds--&Directors ut in the Power of Attorney are in full force and effect 1n Witness Whereof, I have hereunto set my hand and affixed the seals of sa arnpanies-at Los Angeles, California -this 2 3RD day of FEBRUARY . 2018. Corporate Seals 111111lIIrti0w "a011!1N1111N,h ,,,,1111111111r/h rr x aI 14, ` Klo L4 Aistant Secretary— VN Bond No 1001E376742 W Agency No. �- 40 13 .. r••- ._ � -- Gq�Z �FORNt ,+`hryml pn11Nq� I,hF OF111''ti„p1 horn nHo++ + CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 personally appeared before me, r-k t CA*C- -L- 1� P�-�PD- Cacti kU f3u C- Here Insert Name and Title of the Officer Nameo of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(O whose namew is/ar$ subscribed to the within instrument and acknowledged to me that he/sheftfteq• executed the same in his/her/their authorized capacityDes), and that by his/hr,oFAh signature(a) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. . IIICNELLE KIIAAY o , y comm. 02062306 Z Notary Public • California Riverside Count y 9my Camni, Fyniroz Mar. 27, 2D1$ Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of Notary Pu lic OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: &)'- • Document Date: Number of Pages: ¢ Signer's) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Sigper's Name: C46.r"--S- W [3T Corporate Officer -- Title(s): -JP ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: •Z•z-3.t%, Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 BID BOND KNOW ALL MEN BY THESE PRIESONTS, That T.B.U., INC. as Principal, and U.S. SPECIALTY INSURANCE COMPANY as Surety, are held and firmly bound unto the City of Palm Springs, Califomia, hereinafter called the "City" in the sum of: TEN PERCENT OF GREATER AMOUNT BID dollars (not Jess than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourseNw, our heirs, executors, administrators, axx s>`sors, and assigns, jointly and severally, firmly by these presents. WHERl=.AS, said Prinopal has submitted a Bid to sold City to perform the Work required under the Bid Schedule(s) of the CJVe Contract Documents entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 NOW THEREFORE, if said Princ 4ml is awarded a Contract by said City, and within the time and in the manner required In the °Notica lnvitIng BIW and the "Instructions to Bidders" enters Into a written Agreement on the Form of Agreement Wuded with said Contract Documents, fumishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, Otherwise it shall remain In ME force and effect. In the event suit is brought upon this Bond by said City, end City prevalts, said Surety shall pay all casts incurred by said City in such suit, including a reasonable attomey's fee to befnced by the court. SIGNED AND SEALED, this 19TH day of JANUARY . K018. EXECUTEDI By T. Print Name and Title: CHARLES WHALEN, VICE PRESIDENT By ftnedure (NOTARLMD) Print Name and Tide: EXECUTED FOR THE SURETY: U.S. S ECIALT_YyIINSURANCE COMPANY Sinnaturo (NOTARIZED) Print Name and Tile: JOHN G. MALONEY. ATTORNEY -IN -FACT SONQRA ROAD STORM DRAIN IMPROVEMENTS BID BOND (BID SECURITY FORM) cnTY PRojr= NO. I -1Z 310 FORMS - PAGE 14 09CEMM U, 2017 C11-11FORNIA,. r OD \�r\v�ttilG�J�'.l:`tftil.'2�:\J:��•/:\�•/:\'�,.�2/.��!'�ti:/:`�!:�{!il2l•.\�/-.\�!•.\�!.tiC!:\ems•.\ �ii{:�i/_-.ice/Ski!:\+•/;�J:�J'.i,J:\J12/:\f/'.l2/.\t/.-\-��:1�F. :F.\ti/:l�/:�:/:�:/i\C/ 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 SAN DIEGO On 1/19/2018 before me, Date personally appeared SANDRA FIGUEROA, NOTARY PUBLIC Here insert Name and Title of the Officer JOHN G. MALONEY Name(s) of Signer(e) who proved to me on the basis of satisfactory evidence to be the person(e) whose name(e) Isfare subscribed to the within instrument and acknowledged to me that hefsHeAh executed the same in hlsA9er it authorized capacity, and that by his/ GW#*W signature(s) on the instrument the person(s), or the entity upon behalf of which the person(e) acted, executed the instrument. SANDRA FIGUEROA COMM. 8 2162642 Z SAN DIEGO COUNTY NOTARY PUBLIC-CALIFORNIAZ MY COMMISSION EXPIRES -AUGUST 14 2020 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature Signature of o Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Signer(s) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: JOHN G. MALONEY ❑ Corporate Officer — Title(s): ❑ Partner --• ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Titie(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other. Signer Is Representing: 02014 National Notary Association - www.NationaiNotM.org-1-800-US NOTARY (1-B00-876-6827) Item #5907 - - � — -- I� IiN I � ill I I�pl — llpll Iryl I ' ~•� - OF ATT'I AMElucnl ill_ 'c' mN Y Co Coi►O'AIVY _ UNITED STATES SURETY COMPANY U.S. SPEC ALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bondit o aaww assumed naive of eriq actors Indemnity Company,j1nitmLtotes Surety ComLaany,a May — — ecial Ins corporation Uil mies"), do b t — ty — � __ - John G. Maloney, Mark D, Iatarola or Helen Maloney of Escondido, California — Y`) —_ �.�owled a an a I tovq, with ft. ct_ name; place ._ — -- _ �t�l _rne s -m-fad ca act tf ,.� g ds, recogni -- _° — s �iWo ns t is or contracts ttt ti�o�clude riders, a ild ,a Reents of Buret) M biiid penalty does not exceed ******Fifteen Million****** Dollars ($ **15,000,000.00**►. This Power of Attorney shall expire without further` action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: sident, any Vi N sl III'' a President, an} eor_� i retary shall beAind tom— s-� - -- d _ _ � t any one or �y(s)4n-Fact to _ d_ half of the Carte t 1_ Forney -in -Fact may be given full power an hori or and in the name of and on bchali�the Company, to execute, acknowledge an iver; awn and all bonds, Y g P lYg Y recognizances, contracts, agreements or indemnity and other conditionalor obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling 'or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected EMLMy le Y au of attome ct�ti— I I power of atto c ti eu y £ Compan here r �r p !Mile signature or fa t binding upon the - ] _ o ital5i to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1 st day of November; 2016. AMERICAN C T ITY COMPANY imXLNA&SWOMPANY UNITED �lI Y U.S. Plll� S_ MWANY - — - I "•.rl, o 1111111111111 (N lllry IAV' � ,1411111IIIIlN r �S¢pCioRaa`ti49URFT j 13' Q.0 4 a�oy5neur� �ay� — — _�,;.... ....4p�y �h4, •., jA $ y�r •k�3,.`c Sc�a°1; .. .....,e o.�- �' �.� 5i �: i d'• B _;•, �,. Daniel P. Aguilar, Vice Prest�C ent - I I/l11111141115114 _ 411.= e.IIIIh1111MN1 ill' � -- MOW State of California - County of Los Angeles SS: _ ' — 1 notary public, personally —appeal Aguilar, Vice President of Americen�— of =)bede any, To be a mon Sabi tes Surety Cow w turance Comps - _ t P Y> _ cribed to the wt�mal dged to me thdiffic Aw i _ nd that by his Big person, or the end ole person acted, e I certify under PENALTY OF PERJURY under the laws of the State of California that the,foregoing paragraph is true and correct. WITNESS my hand and official seal. SABINA MORGENSTEIN — Y ---129255= — US e PM om - = __ -- - VV — _ — I�N onlyIt Nova. 2016 — �vlrts certi _ � Y" P I i �t d the — -- ficate is attar zt`Tu ness, acouracy,tor i f I, Iiio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is tt true and correct copy of a Power of Attorney, executed by said in fill. force and e � solutions of the Beirut in the Power of .mare - �rM I have hereunto )U1111! ed the seals of s e'er Angeles, Califo - - of JANUARY �2 d 18 R. Corporate Seals H411nlclr lllryh `N1141lalllnllrypq 1114�pN�i!„�r: P}Nlncuu ��•i. • c.1 � pN,........;C;+ Rs ��Y ...f�q,}-vy •� II ,•., - - -EEL ent � 'TVI3 iy,C4f(4 — yi�hyll*Ng41p;�ti• 1r'�ITgI°Innl�+r`'� IIIu ,q 'd� �';'' CALIFORNIAfACKNOWLEDGMENT CIVIL CODE .4\C�\C�\'✓.:\C/A���:\�'�y:��C���\�'- 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 _tZA On I. • 22.1$ before me, Mt t Date Here Insert Name and Title of the Officer personally appeared Cis Nam*) of Signed) who proved to me on the basis of satisfactory evidence to be the person' whose namew is/am subscribed to the within instrument and acknowledged to me that he/sh&A4@y executed the same in his/heW44eir authorized capacity(ies), and that by his/heW"r signatureK on the instrument the person($, or the entity upon behalf of which the personW acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. �ICHELLE KItDAY COMM. #2062306 Z Signature Z Notary Public. County California Riverside Couna Signature of Notary Public Comm. Expires Mar. 27, 2D18 Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: S10 F3oaa - �:�-.�o�-Pak+n ��z . Document Date: 1 S, Number of Pages: t Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CA$QArs w.� Aoe3 Corporate Officer — Title(s): li4 ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association • www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 INDEX OF SHEETS SHEET DESCRIPTION CITY OF PALM SPRINGS 1 TITLE SHEET 2-3 SONORA ROAD - STORM DRAIN PLAN AND PROFILE PROJECT LOCATION 4 CONSTRUCTION DETAILS PLANS FOR CONSTRUCTION OF GENERAL NOTES SONORA ROAD 1. ALL WORK SHALL BE IN ACCORDANCE WITH THE LATEST ADOPTED EDITION OF: a. CITY OF PALM SPRINGS STANDARD DRAWINGS b. STANDARD SPECIFICATIONS FOR PUBLIC WORKS CONSTRUCTION (GREEN BOOK), 2015 EDITION c. CALTRANS STANDARD PLAN, 2015 EDITION AND REVISED STANDARD PLAN F d. STANDARD PLANS FOR PUBLIC WORKS CONSTRUCTION, 2012 EDITION e. WHENEVER SPECIAL REQUIREMENTS CONFLICT ON ANY SUBJECT MATTER, THE CITY OF PALM SPRINGS �— CONSTRUCTION REPRESENTATIVE WILL DETERMINE WHICH SPECIAL REQUIREMENT AND/OR CODE WILL GOVERN. E Vida Lniuo to ChinoSTORM DRAIN IMPROVEMENTS PROJECT °°r.iovQriyPre=ere 2. THE GENERAL ITEMS OF WORK CONSIST OF, BUT ARE NOT LIMITED TO, PROVIDING TRAFFIC CONTROL, CONSTRUCTION OF HOPE STORM DRAIN, STORM DRAIN MANHOLE, CATCH BASIN AND OTHER ITEMS NOT MENTIONED - aaimsp _ THAT ARE REQUIRED BY THE PLANS AND SPECIFICATIONS. ism 2 Airport 3 ERa-Rd Ramon Rd Thousand Palms m°^d 3. ATTENTION IS DIRECTED TO SECTION 5 OF THE GREEN BOOK. IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO °ark tA_qua DETERMINE THE EXACT LOCATION OF ALL UNDERGROUND UTILITIES OR SUBSTRUCTURES, BY POTHOLING, PRIOR TO s �� DOING WORK THAT MAY DAMAGE SUCH FACILITIES OR INTERFERE WITH THEIR SERVICE. ALL UNDERGROUND UTILITIES :i lacinm Mountains E Pal C°^y 4nan shore Dr CITY PROJECT NO.16�12 OR SUBSTRUCTURES SHALL BE PROTECTED IN PLACE, UNLESS OTHERWISE SHOWN ON THE PLANS. IN THE EVENT r � , ' ANY SUCH UTILITY OR SUBSTRUCTURE IS DISTURBED OR DAMAGED, THE CONTRACTOR SHALL MAKE ANY REPAIRS GaaldFvrd4r NECESSARY TO THE SATISFACTION OF THE OWNER THEREOF AT NO COST TO CITY OF PALM SPRINGS AND SHALL Cathedral City �df o^ PAY ALL COSTS RESULTING FROM INTERRUPTION OF ANY SERVICE. PRIOR TO COMMENCEMENT OF CONSTRUCTION Rancho Frank Sinatra Dr �,� AND NOT LESS THAN 48 HOURS BEFORE CONDUCTING CONSTRUCTION OPERATIONS, THE CONTRACTOR SHALL Mirage `�� NOTIFY THE UNDERGROUND SERVICE ALERT (USA) AT 811 OR (800) 227-2600. NO COMPENSATION WILL BE _G DECEMBER 2017 ALLOWED FOR REPAIRING OF DAMAGE INCURRED BY THE CONTRACTOR TO ANY UTILITY. ik 11i Country Club Gf y a [ountry LluL 6r -- - C�- �h m V 4. THE CONTRACTOR'S ACTIVITIES SHALL BE CONFINED TO THE HOURS BETWEEN 7:00 AM AND 4:00 PM, MONDAY Ber THROUGH FRIDAY, EXCLUDING HOLIDAYS. WORK SHALL BE PROHIBITED ANY TIME ON SATURDAY, SUNDAY OR FEDERAL HOLIDAYS. DEVIATION FROM THESE HOURS WILL NOT BE PERMITTED WITHOUT THE PRIOR CONSENT OF Palm Desert Fred Waring Or THE CITY OF PALM SPRINGS' CONSTRUCTION REPRESENTATIVE, EXCEPT IN EMERGENCIES INVOLVING IMMEDIATE HAZARD TO PERSONS OR PROPERTY. "'�nv'`'�' ��' Indian Wells 5. A NOISE LEVEL LIMIT OF 86 DBA AT A DISTANCE OF FIFTY FEET (50') SHALL APPLY TO ALL CONSTRUCTION EQUIPMENT ON OR RELATED TO THE JOB WHETHER OWNED BY THE CONTRACTOR OR NOT. THE USE OF INDICATES AREA EXCESSIVELY LOUD WARNING SIGNALS SHALL BE AVOIDED EXCEPT IN THOSE CASES REQUIRED FOR THE SHOWN ON PROTECTION OF PERSONNEL. LOCATION MAP 6. CONTRACTOR SHALL FURNISH AND APPLY WATER AS REQUIRED, AND AS DIRECTED BY THE ENGINEER TO CONTROL DUST WHICH IS THE RESULT OF THE CONTRACTOR'S OPERATIONS. CONTRACTOR SHALL SWEEP AND WASH DIRT AND DUST FROM STREETS AND/OR SIDEWALKS ADJACENT TO THE PROJECT IF SAID DIRT AND/OR DUST IS A RESULT OF THE CONTRACTOR'S OPERATIONS. THE CONTRACTOR SHALL ALSO CLEAN ADJACENT STREETS BY WASHING OR POWER BROOMING, AS DIRECTED BY THE ENGINEER, OF ANY EXCAVATED OR REMOVED MATERIAL WHICH MAY HAVE BEEN SPILLED, TRACKED OR BLOWN ONTO ADJACENT STREETS OR AREAS. ALL USA/UTILITY VICINITY MAP MARKINGS SHALL BE REMOVED FROM ALL CONCRETE, ASPHALT CONCRETE, SIDEWALK, CURB AND GUTTER, ETC. AT N.T.S. THE END OF THE PROJECT. 7. NO WORK SHALL BE STARTED WITHOUT FIRST NOTIFYING THE CITY OF PALM SPRINGS CONSTRUCTION REPRESENTATIVE. A PRE -CONSTRUCTION MEETING IS REQUIRED BEFORE START OF CLEARING AND EXCAVATION. 8. THE CONTRACTOR SHALL NOTIFY CITY OF PALM SPRINGS CONSTRUCTION REPRESENTATIVE WHEN THE CONSTRUCTION OPERATIONS ARE READY FOR THE FOLLOWING INSPECTIONS: POLICE PALM a. INITIAL INSPECTION: WHEN THE CONTRACTOR IS READY TO BEGIN WORK, BUT NOT LESS THAN TWO DAYS N' BEFORE ANY CLEARING OR EXCAVATION IS STARTED. b. TRENCHING / EXCAVATION INSPECTION: AFTER THE REQUIRED EXCAVATION IS EXPOSED AND PREPARED TO cm SPRINGS INSTALL THE STORM DRAIN IMPROVEMENTS AND REQUIRED CONCRETE FORM WORK, BUT BEFORE SAID WORK IS PERFORMED. INTERNATIONAL c. CONCRETE FORM WORK INSPECTION: AFTER THE REQUIRED CONCRETE FORM WORK IS PLACED, BUT BEFORE THE THE CONCRETE IS PLACED. s T r PORT SPRINGS d. COMPLETED CONCRETE INSPECTION: AFTER THE REQUIRED CAST -IN -PLACE CONCRETE WORK IS PLACED. HIGH SCHOOL SHOPPING e. FINAL IMPROVEMENT INSPECTION: WHEN ALL WORK HAS BEEN COMPLETED. CEN ER RAMON RAMON RD 9. FILLS SHALL BE COMPACTED TO A MINIMUM OF 95% OF THE MAXIMUM DENSITY AS DETERMINED BY CITY OF PALM O O SPRINGS CONSTRUCTION REPRESENTATIVE AND/OR THEIR GEOTECHNICAL REPRESENTATIVE. REUSE OF CLEAN O 0 GENE AUTRY EXCAVATED MATERIAL AS FILL SHALL BE ALLOWED. _ PLAZA O ODD WALM RT 0 O O 10. EXPORT SOILS MUST GO TO A LEGAL DUMPSITE OR TO A LEGAL PERMITTED SITE. Ckf O O 11. NO DIRT, ROCK OR CONSTRUCTION MATERIALS SHALL BE TRACKED OR DROPPED WITHIN THE PUBLIC O O RIGHTS -OF -WAY DURING THE TRANSPORTATION OF SAID MATERIAL OR EQUIPMENT ASSOCIATED WITH THE PROJECT. OOO ANY DEBRIS IN THE PUBLIC RIGHT-OF-WAY SHALL BE REMOVED IMMEDIATELY AND/OR AS DEEMED NECESSARY BY CLUB GOLF MESQ I THE CITY OF PALM SPRINGS CONSTRUCTION REPRESENTATIVE. ..• 12. ALL EXISTING DRAINAGE COURSES AT THE PROJECT SITE MUST CONTINUE TO FUNCTION, WHILE PROTECTED, w MESQUITE ESPECIALLY DURING STORM CONDITIONS. APPROVED PROTECTIVE MEASURES AND TEMPORARY DRAINAGE COURSE DINAR SHORE DRIVE PROVISIONS SHALL BE USED TO PROTECT THE SITE. IN ALL CASES, THE CONTRACTOR SHALL BE HELD LIABLE FOR :DEMUTH�::::::::::::::::::::::� :: ANY DAMAGE DUE TO OBSTRUCTING NATURAL OR MANMADE DRAINAGE PATTERNS. H ITZ :: PARK' 13. TRAFFIC CONTROL FOR ANY LANE CLOSURE OR ACCESS RESTRICTIONS SHALL BE PER W.A.T.C.H. HANDBOOK, THE CITY OF PALM CALIFORNIA MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (CA MUTCD) AND PRE -APPROVED BY CITY OF PALM CREEK SPRINGS LEGEND ABBREVIATIONS SPRINGS CONSTRUCTION REPRESENTATIVE PRIOR TO PLACEMENT. �ONIORK WAST ATER KNOTTS GOLF TREATMENT PLANT SOAK - 14. PROPOSED REVISIONS TO THE PLANS SHALL BE DRAWN IN RED PENCIL ON A FULL-SIZED COPY OF THE APPROVED © CATCH BASIN MANHOLE AC ASPHALT CONCRETE cirr PLANS. THESE REDLINED PLANS ARE THEN TO BE SUBMITTED TO THE CITY OF PALM SPRINGS CONSTRUCTION COURSE ADA AMERICANS WITH DISABILITIES ACT REPRESENTATIVE FOR REVIEW AND APPROVAL. IF ADDITIONAL CHANGES ARE REQUIRED, CONTRACTOR SHALL MAKE C TAHQUITZ CENTERLINE C&G CURB AND GUTTER REVISIONS AND RE -SUBMIT TO CITY OF PALM SPRINGS CONSTRUCTION REPRESENTATIVE FOR FINAL REVIEW AND C CREEK - — — — — — EX CURB CB B CATCH BASIN CABINET APPROVAL. CIF FA CE ACE EX EDGE OF PAVEMENT CO CURB FAT 15. CONTRACTOR SHALL ENSURE THAT EXISTING FEATURES SUCH AS UTILITIES, TREES AND OTHER OBJECTS ARE NOT DAMAGED DURING CONSTRUCTION. CONTRACTOR SHALL PROTECT ALL SAID ITEMS IN PLACE AND REPAIR OR LOCATION MAP CONST. CONSTRUCTION EX GUTTER DWG DRAWING REPLACE ANY DAMAGES AT HIS OWN COST. N.T.S. ELEC ELECTRIC F FIRE HYDRANT EX EXIST EXISTING 16. CONTRACTOR SHALL RELOCATE ANY IMPACTED IRRIGATION ELEMENTS, AT NO ADDED COST TO THE CITY OF PALM 40 / FIRE HYDRANT SPRINGS. FH GAS VALVE FS FINISHED SURFACE 17. WHEN APPLICABLE, CONTRACTOR SHALL ENSURE THAT REPAIRED OR RELOCATED IRRIGATION SPRINKLERS ADJACENT IRR IRRIGATION TO THE WORK ARE ADJUSTED TO AVOID OVER SPRAYS AND MAINTAIN 100% COVERAGE, AT NO ADDITIONAL COST --- --- RIGHT OF WAY LP LIGHT POLE TO THE CITY OF PALM SPRINGS. MAX MAXIMUM SEWER MANHOLE MH MANHOLE NO. NUMBER N.T.S. NOT TO SCALE STORM DRAIN MANHOLE PCC PORTLAND CEMENT CONCRETE PB PULLBOX STREET LIGHT PP POWER POLE PROP PROPOSED WATER VALVE PVC POLYVINYL CHLORIDE RFCD RIVERSIDE FLOOD CONTROL DISTRICT EX UTIL WATER RSP REVISED STANDARD PLAN SCH SCHEDULE EX UTIL GAS SPPWC STANDARD PLAN FOR PUBLIC WORKS CONSTRUCTION STD STANDARD SW SIDEWALK QROFESS/pN EX UTIL ELECTRIC o ZH Underground Service Alert TYP/(TYP) TYPICAL gEFORE r� EX UTIL SEWER ((2 oCall: TOLL FREE m 66810 1-8 EX ABOVE GROUND WATER NO. C_ _ 18 227-2600 NE c vie ° o��\* F °F °A`'� C. P. 16-12 TWO WORKING DAYS BEFORE YOU DIG NO. REVISION APPROVED DATE BENCH ELEV. PREPARED UNDER THE DIRECT SUPERVISION OF: DESIGN BY: CITY RIGHT —OF—: INITIAL DATE PREPARED BY: APPROVED BY: ER CHECK WAY CITY OF PALM SPRINGS, CALIFORNIA FILE N0. SHEET MARK O __ g _ DWG. N0. _ ` DRAWr' BY: �j SONORA ROAD STORM DRAIN LOCATION ��'$ �_ i sr� TRAFFIC L �, v 22 Executive Park, Suite 200 — Irvine, CA 92614 AK ENG'G CITY ENGINEER PHONE: (949) 655-3900 O FAX: (949) 655-3995 REVIEWED BY: DATE FIELD R.C.E. NO. DATE R.C.E. NO. DATE TITLE SHEET CADD FILE NAME R G B ENG'G 66810 09-30-2018 48279 OF 4 SHTS. 390 388 386 384 382 380 378 376 374 372 370 368 366 364 362 360 358 356 )'N IL0 J w 53+50 53+00 52+00 51 +00 50+00 -GOLF COURS LAKE CONSTRUCTION NOTES: \ OP 12 PROTECT IN PLACE. \ I F O REMOVE EXISTING IMPROVEMENT (TYPE PER PLAN). \ \ GOLF COURSE o O1 CONSTRUCT 18" HDPE PER PIPE BEDDING AND BACKFILL DETAIL ON SHEET 4, TRENCH AND PAVEMENT REPLACEMENT PER CITY OF PALM SPRINGS STD PLAN 115 AND PER THE SPECIFICATIONS. \ F \ I O CONSTRUCT 18" HDPE (DR-13.5) ELBOW (DEGREE PER PLAN) PER PIPE BEDDING AND BACKFILL DETAIL ON SHEET 4 AND TRENCH AND PAVEMENT REPLACEMENT PER CITY OF PALM SPRINGS STD PLAN 115. \ O CONSTRUCT MANHOLE NO. 1 PER RCFC STD DWG MH251. F \ I O REMOVE EXISTING GRATE INLET AND CONSTRUCT MODIFIED TYPE GT3 DRAINAGE SONORA ROAD \ \ INLET NL TC(MODIIFICATION:LTRANS STDPLNO AN RSP 'D72OPE OF BASIN FLOOR SHALL BE PER PLAN) 0 EXIST EG F 1 N00"01'20"W O7 EXISTING UTILITY TO BE RELOCATED BY OTHERS (OWNER PER PLAN). Lsn \ PROP -� EXIST CF 18" HDPE SD CONSTRUCT PCC CROSS —GUTTER TYPE D1 PER CITY OF PALM SPRINGS STD DWG \ R EXIST 12' 200. Ln / A PVC SD 13 A \ A A A D 11 CONNECT EXISTING 18" SD INTO PROPOSED DRAINAGE INLET. Fw_ P P EXIST P P P P� 1 0 12 CONSTRUCT MODIFIED PIPE CULVERT HEADWALL STRAIGHT (L=6.5') PER CALTRANS P w STD PLAN RSP D89 WITH RIP RAP PER DETAIL 12 ON SHEET 4 MODIFICATION: � PALM TREES N w Q w v) I N cn N= 0 cn 0' N= N= in H=H 1=3.17'). E — — — E X Ex — — E C — — — E — a E x — E — �C E X M E — — — - M <L w w 00 w V) w w w 00 0 w 0 N 10 w N � = 13 CONSTRUCT PIPE SUPPORT FOR CONDUITS ACROSS TRENCHES PER SPPWC STD s CO 04 h PLAN 224-2. i 00 — 8" S-- 8" S-- — 8" S — — — 8" S— — — 8" — — 8" S — — — 8" S + I N a � 0 `O 49+70 53+00 52+ 0 `n 50+09� (� ' UTILITY OWNERS W — — 8" W — —00 8" W — — 8" W — a 8" W — — — S — 8" W — — — 8" W — — — 8 51� +00 —8 W T— 8„ W --8„ — // + ❑A CITY OF PALM SPRINGS o _ _ _ � 2,�� 2"G — — — 2"G 2"G— — — ,,,� — �.•� 2"G - — 2"� — J LLJ _ / _ — E_ff — — E _ — _ E — E — E — � E E o — N 00 El SOUTHERN CALIFORNIA EDISON (SCE) Z w / Z N IU w I 0 N N L LJ w U � \ / / QQ N N O Q o0 o U w ` N CP o o w � m o I Cl. M� El SOUTHERN CALIFORNIA GAS COMPANY (SCG) _ cn cn � u) N w In w In o� CL N In 0 + m N (n N 3 I U) J Q, � cn + N cn c2 cn I N a N� El w m w 00 w� z w DESERT WATER AGENCY (DSA) (� w wX cc w Of w EXIST 2 GAS ww ww w 04 Z�oO w a0 w0 'n�' w w w Of w(nn Z�10� w oT Rim x- x w P EXIST 8" SEWER 7 1 P P 3 P 1 P C2) P P P 6 Q Lv p STREET g D I 13 6 11 V) sS N EXIST 8" WATER EXIST P/L (TYP) �� ROFESC GRAPHIC SCALE Underground Service Alert o j oP rH . q� ��,\�PgE ���Fti� zo o 10 zo 40 so REF ORE Y� i C=3 w O� Calk TOLL FREE � NO. C66810 S O N O RA COURT I� m 1-8W * RENEW 9-30-18 IN FEET 227-26W sT CIVII- �'�P 1 inch = 20 ft. 9TF OF C \F 0� TWO WORKING DAYS BEFORE YOU DIG NO. REVISION APPROVED DATE BENCH LEV. PREPARED UNDER THE DIRECT SUPERVISION OF: DESIGN BY: CITY RIGHT —OF—: INITIAL DATE PREPARED BY: APPROVED BY: MARK ER CHECK WAY CITY OF PALM SPRINGS, CALIFORNIA FILE N0. SHEET LOCATION o�s ®r P._���®_, DRAWN BY: DWG. N0. - o ® - - AK ENNG'GC : : SONORA ROAD 2 22 Executive Park, Suite 200 - Irvine, CA 92614 CITY ENGINEER PHONE: (949) 655-3900 • FAX: (949) 655-3995 REVIEWED BY: DATE FIELD R.C.E. NO. DATE R.C.E. NO. DATE STORM DRAIN PLAN &PROFILE CADD FILE NAME R G B ENG'G 66810 09-30-2018 48279 OF 4 SHTS. 388 388 386 386 384 384 382 382 380 FB 380 !Wlli* 374 372 370 368 366 364 362 360 al-11 Underground Service Alert REF ORE Yq'i r�__)� Calk TOLL FREE 1-800 � 227-2600 TWO WORKING DAYS BEFORE YOU DIG NO. REVISION Z ;�YII O� K I oil 9a 1 0 57+00 56+00 EMERALD COURT I � I _ �I1 Uj JXI.- o�W NzOwI A 00 — — — — — — — — A P A — 07 1 114 N= Ncn ZN5<00Wn W Ew E �m mI- W (V - u7� 0a-a-0b (0N 0 o 2 (0N u7N Lo CL N w00 ln z CiI 7, 8" S— 8" S — — 8" _ JG OQ„ — c° — 8" W — — 8" W — w — 8" W W 8" I 2 G 2 G 2� 'G— — 2 c�i� w U) zw �z 3:o Nam' MC W 0� 0 (/)� NILd LO W 00 0 0_ 2N 0 1 N�0 (! � V O NJ U) W 00 R_ p 00R� Xyz xY x-. xcn x> p ao z�-W N WdQ W W W 04 N W� zC�� 13 1 P P 5 4 9 NC P13D C D D 0 X w Q J J W 1 55+00 54+00 53+50 SONORA ROAD 3: FA LL. � w 0 P N U) 0 X w w N= I EXIST P/L — — — — I X M (TYP) j w cn O O E E — �� — E — I — E — — — E O STREET `V EXIST 8" SEWER - - - - - - - 8" S_8" — 8" �— — 8" � O N .5vt00 O M 54 00 — 8" w — — — — 8" — — 8'I' — — 8w z"G— " L — — — -'G — cl� U� I z _ \ 0 W I OU 00 O d � Ha H n> H~ H H O N x cn X x EXIST P/L x x Cn w wN w w w� ww w w �n (TYP) P P P P P 3 ] A 1 I 6 D D APPROVED DATE BENCH LEV. PREPARED UNDER THE DIRECT SUPERVISION OF: DESIGN BY: CITY RIGHT -OF-: INITIAL MARK ER CHECK WAY LOCATION Hgym® ems ®s ®® _ _, DRAWN BY: _ o � �JJ��1Q9 � 0 � _:. TRAFFIC 22 Executive Park, Suite 200 — Irvine, CA 92614 AK ENG'G PHONE: (949) 655-3900 • FAX: (949) 655-3995 REVIEWED BY: DATE FIELD R G B ENG'G QROFESS/ON �O FEZ H G_ ql m � NO. C66810 � * RENEW 9-30-18 k�l CIVII- F DF CA`\FO DATE PREPARED BY: a?2 au_�4 6 R.C.E. NO. DATE 66810 09-30-2018 APPROVED BY: 8" s__ 8" w 8" S_ — 2' G — — 2 G— 3 0 N N 0_ 0_ 0 LAW2 N< �C57< W N z C•� �P) 7j,--) CITY ENGINEER .E. NO. DATE 48279 0 Ln Ln V) N Lv z LL.I J W 2 2 (n U Q W 376 374 372 SCALE 360 HORIZ: 1 "=20' VERT: 1 "=4' 358 WIN CONSTRUCTION NOTES: OP PROTECT IN PLACE. OCONSTRUCT 18" HDPE PER PIPE BEDDING AND BACKFILL DETAIL ON SHEET 4, TRENCH AND PAVEMENT REPLACEMENT PER CITY OF PALM SPRINGS STD PLAN 115 AND PER THE SPECIFICATIONS. O CONSTRUCT 18" HDPE ELBOW (DEGREE PER PLAN) PER PIPE BEDDING AND BACKFILL DETAIL ON SHEET 4 AND TRENCH AND PAVEMENT REPLACEMENT PER CITY OF PALM SPRINGS STD PLAN 115. O CONSTRUCT MANHOLE NO. 1 PER RCFC STD DWG MH251. OREMOVE EXISTING PCC CURB AND GUTTER, SIDEWALK AND PARKWAY DRAIN AND CONSTRUCT MODIFIED PCC CURB INLET CATCH BASIN TYPE 'A' (W=3.5') PER CITY OF PALM SPRINGS STD PLAN 700 AND DETAIL 4 ON SHEET 4. O REMOVE INTERFERRING PORTIONS OF EXISTING PARKWAY DRAIN AND CONSTRUCT MODIFIED PARKWAY DRAIN (MODIFICATION: 4" THICK TOP SLAB) PER CITY OF PALM SPRINGS STD PLAN 705 (S=29") AND DETAIL 4 ON SHEET 4. O7 EXISTING UTILITY TO BE RELOCATED BY OTHERS (OWNER PER PLAN). O RECONSTRUCT SEWER LATERAL PER SPPWC STD PLAN 223-2. 99 CONSTRUCT MODIFIED CURB AND GUTTER TYPE A3 (MODIFICATION: 20" GUTTER PAN TO MATCH EXISTING) PER PALM SPRINGS STD PLAN 200. 13 CONSTRUCT PIPE SUPPORT FOR CONDUITS ACROSS TRENCHES PER SPPWC STD PLAN 224-2. 14 CONSTRUCT PCC SIDEWALK PER CITY OF PALM SPRINGS STD DWG 210. UTILITY OWNERS ElCITY OF PALM SPRINGS FB] SOUTHERN CALIFORNIA EDISON (SCE) F—c I SOUTHERN CALIFORNIA GAS COMPANY (SCG) FD] DESERT WATER AGENCY (DSA) GRAPHIC SCALE 20 0 10 20 40 e0 ( IN FEET ) 1 inch = 20 ft. CITY OF PALM SPRINGS, CALIFORNIA SONORA ROAD STORM DRAIN PLAN & PROFILE FILE NO. SHEET DWG. NO. 3 CADD FILE NAME OF 4 SHTS. SONORA ROAD Y L• ��. S A� PLAN VIEW SCALE: 1 " = 5' DRILL AND PLACE 24" LONG #3 DOWELS AT 12" ON CENTER EMBEDDED 6"f INTO EXISTING PCC OF PARKWAY DRAIN WITH SIMPSON SET EPDXY Underground Service Alert Calk TOLL FREE 1-8W 227-26W TWO WORKING DAYS BEFORE YOU DIG I NO. S/LY R/W 6» 29» 6» SECTION B—B SCALE: 1" = 5' HORIZ 1" = 1' VERT o EXIST PKWY DRAIN n c'i ---\ (TOP AND BOTTOM) 4.90' \ m O \ X. PCC PKWY CC-4 Ld \ P DRAIN/GUTTER BIZ 374.5f N V ------ - REINFORCING STEEL (NOT SHOWN) CONSTRUCT CONTINUOUS/LAP FROM CATCH BASIN TO PARKWAY DRAIN REVISION 0.50' 0.8'f CLEAR C P 2" GAS DEPTH: 4.0'f PER SCG POTHOLE 1mv 4.17' O� 00 rn FS SONORA ROAD 3.17' 11 0.50' PROP 18" HDPE SD PIPE O 367.45 INV SECTION A —A SCALE: 1"= 5' HORIZ 1"= 1' VERT MODIFIED CURB INLET AND PARKWAY DRAIN DETAIL APPROVED DATE BENCH MARK LOCATION 6.5' 5' MIN. PROPOSED 18" HDPE STORM DRAIN AND HEADWALL EXISTING / GROUND 1 --- —I I— --- fi 3 (MAX.) j NON GROUTED C/75 FACIL G CLASS RIP —RAP PCC SILL, CLASS 560—C-3250 SECTION C—C CONCRETE PROPOSED STRAIGHT HEADWALL C NON GROUTED 75 LB FACING CLASS RIP —RAP )F LAKE EMBANKMENT 6.5" IN 4" MIN. NON GROUTED 75 LB —#5 BARS FACING CLASS RIP —RAP O � o FILTER BLANKET 1 /4" ROCK PCC SILL, CLASS 560—C-3250 CONCRETE SECTION D—D OUTLET STRUCTURE DETAIL SCALE: NTS TRENCH WIDTH CLEAN PROJECT EXCAVATION IS SUITABLE AS BACKFILL 7 11111ir Q • Q a n� 111N W V) JU) 00 X 0 W a' W W Z 0 Z O J N Q C 0 r Q J W m z N > �o L O U W p G m Uj Q p ma_ H C 0o`- zo M� _L a 6" FROM INVERT, PREPARED UNDER THE DIRECT SUPERVISION OF: Ul Associ�99_ -®= 22 Executive Park, Suite 200 - Irvine, CA 92614 PHONE: (949) 655-3900 • FAX: (949) 655-3995 0 0 ° `o5ACKFILL ZONE zo o. o o ' o 12 6" MIN. ': 12" MAX. 77 UNDISTURBED SOIL, TYPICAL 1. TOTAL TRENCH WIDTH SHALL BE OD + 12" MINIMUM (OD+24" MAXIMUM). -- FINISHED SUBGRADE 2. IMPORTED BACKFILL, IF UTILIZED, SHALL BE PER THE STANDARD SPECIFICATIONS SECTION 217-2. SEE COPS STD 3. WHEN THE MAXIMUM TRENCH WIDTH IS EXCEEDED, THE PLAN 115 CONTRACTOR SHALL SUBMIT TO THE ENGINEER FOR APPROVAL, DRAWINGS WITH SUBSTANTIATING ENGINEERING CALCULATIONS FOR THOSE MODIFICATIONS OF PIPE STRENGTH AND/OR BEDDING WHICH WILL PROVIDE AN IN —PLACE FACTOR OF SAFETY EQUIVALENT TO THAT PROVIDED IN THE CONTRACT. 4. IMPORTED BEDDING SHALL BE PER THE STANDARD SPECIFICATIONS SECTION 217-1. 5. TRENCH SHORING WILL BE REQUIRED FOR ALL EXCAVATION. CAL —OSHA AND OTHER SAFETY REQUIREMENTS SHALL APPLY CONTINUOUSLY. 6. WORK NOT DONE IN THE PRESENCE OF THE CITY'S INSPECTOR IS —OD (PIPE BARREL) SUBJECT TO REJECTION UNLESS DIRECTED OTHERWISE IN ADVANCE. SEE NOTE 5 7. CERTIFIED COMPACTION TESTS OF SUB —GRADE WILL BE PERFORMED REGARDING TRENCH BY THE CITY PRIOR TO SURFACE IMPROVEMENTS. �Ulsmlllke PIPE BEDDING AND BACKFILL DETAIL DESIGN BY: ER CITY CHECK RIGHT -OF-: INITIAL WAY DRAWN BY: TRAFFIC AK ENG'G : REVIEWED BY: DATE FIELD R G B ENG'G NO SCALE /PROFESQ �O �EI H G_ ql W U1 Z m � NO. C66810 ;u * RENEW 9-30-18 * CIVIL- ��Q y�F OF-C A`'FO`� DATE PREPARED BY: R.C.E. NO. DATE 66810 09-30-2018 APPROVED BY: CITY ENGINEER E. No. DATE 48279 CONSTRUCTION NOTES: PO PROTECT IN PLACE. RO REMOVE EXISTING IMPROVEMENT (TYPE PER PLAN). OCONSTRUCT 18" HDPE PER PIPE BEDDING AND BACKFILL DETAIL ON SHEET 4, TRENCH AND PAVEMENT REPLACEMENT PER CITY OF PALM SPRINGS STD PLAN 115 AND PER THE SPECIFICATIONS. OREMOVE EXISTING PCC CURB AND GUTTER, SIDEWALK AND PARKWAY DRAIN AND CONSTRUCT MODIFIED PCC CURB INLET CATCH BASIN TYPE 'A' (W=3.5') PER CITY OF PALM SPRINGS STD PLAN 700 AND DETAIL 4 ON SHEET 4. OREMOVE INTERFERRING PORTIONS OF EXISTING PARKWAY DRAIN AND CONSTRUCT MODIFIED PARKWAY DRAIN (MODIFICATION: 4" THICK TOP SLAB) PER CITY OF PALM SPRINGS STD PLAN 705 (S=29") AND DETAIL 4 ON SHEET 4. 70 EXISTING UTILITY TO BE RELOCATED BY OTHERS (OWNER PER PLAN). 90 CONSTRUCT MODIFIED CURB AND GUTTER TYPE A3 (MODIFICATION: 20" GUTTER PAN TO MATCH EXISTING) PER PALM SPRINGS STD PLAN 200. 12 CONSTRUCT MODIFIED PIPE CULVERT HEADWALL STRAIGHT (L=6.5') PER CALTRANS STD PLAN RSP D89 WITH RIP RAP PER DETAIL 12 ON SHEET 4 (MODIFICATION: H=H 1=3.17'). 14 CONSTRUCT PCC SIDEWALK PER CITY OF PALM SPRINGS STD DWG 210. UTILITY OWNERS FA] CITY OF PALM SPRINGS FB]SOUTHERN CALIFORNIA EDISON �C SOUTHERN CALIFORNIA GAS COMPANY ❑D DESERT WATER AGENCY GRAPHIC SCALE 5 0 2.5 5 10 20 ( IN FEET ) 1 inch = 5 ft. CITY OF PALM SPRINGS, CALIFORNIA SONORA ROAD CONSTRUCTION DETAILS FILE NO. DWG. NO. CADD FILE NAME SHEET 4 OF 4 SHTS.