Loading...
HomeMy WebLinkAboutA7119 - NATURES IMAGE IncCal ifornia Automobile Insurance Co mpany P.O . BOX 10730 SANTA ANA, CA 92711-0730 Cu stomer Service: (800) 503-3724 A MERCURY J~ INSURANCE RECEIVED APR 2 1 2025 BUSINESS AUTO POLICY OFFICE OF THE CITY CL ~ITIONAL INSURED Renewal Declarations Effective Date: 06/15/2025 NAMED INSURED : DESERT RAIN WATER TRUCK SERVICES 83331 WAGON RD INDIO, CA 92203-2837 AGENT: PALM VALLEY INS SVCS INC 45541 OASIS ST IN DIO, CA 922014357 (760) 775-7256 SCHEDULE Insurance Company: Ca lifornia Automobile Insu r a n ce Co mpa ny Policy Number: BA040000027941 Policy Period: From: 06/15/2025 to 06/15/2026 at 12:01 AM Sta nd a rd Time at your mailing address Additional Insured: CITY OF PAL M SPR ING S Address: 3200 E Tahquitz Canyon Way , Palm Springs CA 92262 Endorsements Attached: CA 20 48 10 13 -Designat e d In sured AUTOMOBILE LIABILITY PROVIDED Limits of Insurance: $1,000,000 CS L MCADS910720 Page 1 of 1 California Automobile Insurance Company P.O. BOX 10730 M E R C U RY SANTA ANA, CA 92711-0730 Al INSURANCE Customer Service: (800) 503-3724 BUSINESS AUTO POLICY ADDITIONAL INSURED Renewal Declarations Effective Date: 11/11/2024 NAMED INSURED: AGENT: SAM'S FENCE, INC. SOS FIRST INSURANCE SERVICES CORP 66215 HARRISON ST 75108 GERALD FORD DR STE 2 THERMAL, CA 92274-9721 PALM DESERT, CA 92211 (760)345-7979 SCHEDULE Insurance Company: California Automobile Insurance Company Policy Number: BA040000010575 Policy Period: From: 11/11/2024 to 11/11/2025 at 12:01 AM Standard Time at your mailing address Additional Insured: THE CITY OF PALM SPRINGS Address: 3200 E Tahquitz Canyon Way, Palm Springs CA 92262 Endorsements Attached: CA 20 4810 13 - Designated Insured AUTOMOBILE LIABILITY PROVIDED Limits of Insurance: $1,000,000 CSL RECEIVED OCT 15 2024 OFFICE OF THE CITY CLERK MCADS910720 Page 1 of 1 201i-0031115 Recording Requested By: City of Palm Springs When Recorded Mail To: Name: Anthony-J. Mejia, City Clerk Street Address: 3200 E Tahquitz Canyon Way_ Citv & State: 01/29/2019 11:48 AM Fee: $ 0.00 Page I of 2 Recorded in Official Records County of Riverside Peter Aldana Assessor -County Clerk -Recorder 1111UNK0,1P1Y�'W7IIV SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (CA Civil Code §§ 8180-8190, 8100-8118. 9200-9208) NOTICE IS HEREBY GIVEN THAT: `D� I. 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: Natures Image, Inc., 20361 Hermana Circle. Lake Forest, CA 92630 A-1111 4. This notice is given for (check one): ® Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement (per CA Civ. Code §8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement (as provided in CA Civ. Code §8186), the name and address of the direct contractor under that contract is: Not Applicable 6. The name and address of the construction lender, if any, is: Not Applicable 7. On the 9`h day of January, 2019, 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: Dunn Road Property Rehabilitation. City Project 17-04 8. The real property herein referred to is situated in the City of Palm Spring's . County of Riverside State of California, and is described as follows: Assessor's Parcel Number 635-40-01 I, with geographic coordinates of Latitude 33.64527 and Longitude -1 16.47866 at the center of the 40 acre parcel. 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 I�}ys of the State�ef C fo is that the foregoing is true and correct. Date: tff D1 Zo y: 'Signature of O ner or Owner's Authorized Agent Marcus L. Fuller, Assistant City Manager/City Engineer City of Palm Springs Page I of? To: Natures Image, Inc. 20361 Hermana Circle Lake Forest, CA 92630 CHANGES IN WORK/COST: New Items: CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: October 30, 2018 Project No: 17-04 Project: Dunn Road Remediation Change Order Two (2) Final/Balancing Purchase Order 18-1368 CO2-A Barbed Wire Removal Several strands of barbed wire fencing extended across the West side of the property for approximately 1500 LF. The fence support were no longer present and the wires were lying on the ground. The removal of this wire was not included in the original scope of work. At the request of the Conservancy the barbed wire was collected and properly disposed of at the Lump Sum/Agreed Price of $3,189.00. CO2-B Removal of Hidden Shelter On the East side of the property a handmade shelter had been created under an existing grove of oak trees. The shelter had been dug in under the low hanging trees and numerous personal articles and various building material had been used in its construction. At the request of the Conservancy the shelter was disassembled and all associated debris was properly disposed of at the Lump Sum/Agreed Price of $3,189.00. CO2-C Dead Tree Removal In various locations on the property predominantly scatted throughout the Southern portion of the lot. The dead trees remain from the time that the property was being cultivated commercially and the quantity is estimated at 350. This item allows for the collection and chipping of the dead trees on site. This work will be performed at the Agreed Price/Lump Sum of $14,655.00. CO2-D Raking Force Account At the completion of stockpiled debris removals an area previously identified and contracted for surface raking only was found to contain dumped debris to a depth of approximately 1 foot on average. The area spanning approximately 1.3 acres was turned over using grading equipment and then surface raked. This item represents the cost for performance of surface raking in order to remove surface debris on a force account basis at a cost of $981.33. CO2-E Additional Grading The previously unidentified debris field of approximately 1.3 acres referenced in item CO2-D was turned over using grading equipment so that hand removal of underlying debris could begin. This item is for the equipment and operator necessary to perform the work on a force account basis at a cost of $1,867.82. CO2-F Hand Removals of Additional Debris At the completion of work identified in items CO2-D and CO2-E above it was determined that hand removals of both surface and sub -surface debris in the unidentified debris field should continue to the extent that funding allowed. The Contractor was asked to provide removal crews to work on a time and materials basis. This work consisted of sifting of the debris field, surface raking, and hand picking of debris. Due to the Contractors obligations to other project it was agreed that crews would work when their scheduled allowed. Work took place on various dates between August 20, x Contract Change Order No. 002 DATE: 10/30/18 Page 2 2018 and October 26, 2018, for a total of 18 additional days of work. The actual labor, materials and equipment were tracked and applicable mark ups applied. The dates and cost of additional work are as follows: DATE: COST 8/20/18 $3,886.63 8/21/18 $3,886.63 8/22/18 $3,886.63 8/23/18 $6,975.40 8/24/18 $6,975.40 8/28/18 $4,251.85 8/29/18 $3,886.63 8/30/ 18 $3, 329.23 8/31 /18 $5,860.61 9/4/18 $8,231.57 9/5/18 $7,313.40 9/6/18 $3,886.63 9/7/18 $10, 891.98 10/18/18 $3,947.96 10/19/18 $3,947.96 10/25/18 $2,531.38 10/26/18 $5,921.95 Total T&M Work: $89,611.84 x Contract Change Order No. 002 DATE: 10/30/18 Page 3 Adjustments to Contract Quantities: The following represents adjustments to the original contract for items of work that utilized less than the originally estimated quantity: Schedule A Item Amount Reduced Price total 1 B Tribal Monitoring -46 Days $748.00/Da -$34,408.00 1 C Trail and Sin -1 Lump Sum $1,500.00 -$1,500.00 3a Geologist/Biologist -6 Days $690.00/Da -$4,140.00 3c Non-Haz Disposal -244.14 Tons $51.00/Ton -$12,451.14 3d Hazardous Disposal -1 Lump Sum $60,000.00 -$60,000.00 Total Deductions-$112,499.14 Total/Net Change Order Amount: $994.85 CHANGES TO CONTRACT TIME: 17 working days are being added for additional T&M work associated with New Item CO2-F SOURCE OF FUNDS: Prop 1 Grant for Dunn Road (Account No. 261-4491-50336) SUMMARY OF COSTS: Original Contract Amount: $ 1,491466.00 Original Completion 60 Days This Change Order: $ $994.85 Days Added 17 Previous Change Order(s): $ ($687,855.00) Previous Days: -20 Revised Contract Amount: $ 804,605.85 Revised Completion 57 Days [SIGNATURES ON NEXT PAGE] Contract Change Order No. 002 DATE: 10/30/18 Page 4 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to Natures Image, Inc. Signature j Date Printed Name and Title Citv of Palm Sprinqs Recommended Bv: IP1JLA— vl I �' 18 Marcus Fuller, Assistant ity Manager Date Approved Bv: N \P, David H. Ready, City Manager Date Attest Bv: A ony ejia, City Clerk Date Distribution: Original Conformed Copy: Contractor (1) City Clerk (1) Conformed - File Co Engineering Pay File (1) Project City File (1) Purchasing (1) Finance (1) APPROVED BY DEPARMENT HEAD I qu. `fit To: Natures Image, Inc. 20361 Hermana Circle Lake Forest, CA 92630 CHANGES IN WORK: Removed Items: CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: Project No: Project: Change Order Purchase Order March 21, 2018 17-04 Dunn Road Remediation One (1) 18-OXXX A. Remove Contract Item 5: Biological Restoration (Project Initiation Requirements) B. Remove Contract Item 6: Biological Restoration (Restoration Activities) C. Remove Contract Item 7: Biological Restoration (Maintenance and Monitoring Activities) D. Remove Contract Item 8: Perimeter Fencing CHANGES IN COST: This change order wholly deductive for the lump sum bid items as follows: Description Total Biological Restoration Project Initiation Requirements) $111,879 Biological Restoration Restoration Activities $152,267 Biolo ical Restoration Maintenance and Monitoring Activities $258,602 Perimeter Fencing $165,107 Total Net Net Change Order Amount: ($687,855)Order Amount: ($687,855) CHANGES TO CONTRACT TIME: 20 working days are being removed for these changes such that the total project working days are 40. SOURCE OF FUNDS: Prop 1 Grant for Dunn Road (Account No. 261-4491-50336) Contract Change Order No. 001 DATE: 3/21/18 Page 2 SUMMARY OF COSTS: Original Contract Amount: $ 1,491466.00 Original Completion 60 Days This Change Order: $ ($687,855.00) Days Added (20) Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 803,611.00 Revised Completion 40 Days [SIGNATURES ON NEXT PAGE] Contract Change Order No. 001 DATE: 3/21/18 Page 3 I have received a copy of this Change Order and the above AGREED PRICES are acceptable to ILNatures Image, Inc. /10113 Signature Date 4ert csCcr Printed Name and Title Citv of Palm Springs Recommended Bv: h q r ' Thomas Garcia, City Engineer Da e Approved Bv: $ 3 19 WCDa ' Manager Date Attest Bv: Distribution: 3 tU Lthony M ,City a e Original Conformed Copy: Conformed -File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) Project City File (1) Purchasing (1) Finance (1) APPROVED BY CITY COUNCIL w�J.• . 3I[I A111°1 ACKNOWLEDGMENT A Notary Public or other ofcer 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 Orange) On April 10, 2018 before me, Sara Koenig, Notary Public, personally appeared Michelle Caruana who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, 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. m SARA KOENIG r Signature (Seal) U COMM... 2072498 n NOTARY PUBLIC .CALIFORNIA W (p ORANGE COUNTY LJ My Term Exp. June 24, 2018 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 3" day of M , 201` , by and between the City of Palm Springs, a charter city, organized and e ' ting in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Natures Image, 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: DUNN ROAD PROPERTY REHABILITATION CITY PROJECT NO. 17-04 The Work comprises the removal and remediation of hazardous and non -hazardous wastes, and re -naturalization of a vacant City -owned 40-acre parcel located off of Dunn Road in the Pinyon Flat area north of Alpine Village within the most southerly portion of incorporated Palm Springs. The property is identified by Assessor's Parcel Number 635-060-011, with geographic coordinates of Latitude 33.64527 and Longitude-116.47866 at the center of the 40 acre parcel. The Contractor will be required to coordinate cultural monitoring, biological monitoring, and geological monitoring by appropriate professionals, as required by the Remediation and Restoration Plan. The Work includes restoration and re -vegetation of the disturbed areas. 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. 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 One Million Four Hundred Ninety One Thousand Four Hundred Sixty Six Dollars ($1,491,466). 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 01 to 03, 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. 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 — CONFLICT OF INTEREST AND NON-DISCRIMINATION 9.1 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor -in -interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Agreement. 9.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Agreement nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Agreement and for one year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Agreement. 9.3 Covenant Against 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 (Le., 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 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 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 7 BY David H. Rea City Manager ATTFCT- 0 APPR09VE13 S TO FO By Edward Z. Kotkin City Attorney RECOMISAENDED: B r Y Thomas Garcia, P.E. City Engineer APPROVED BY THE CITY COUNCIL: Date Agreement No. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14, 2017 AGREEMENT AND BONDS - PAGE 5 CONTRACTOR By: Natures Image, Inc., a California Corporation Firm/Company Name By: Signature (notarized) Name: Mii hek Title: �r-e�,l p[.er1T By: OJ�� � IV Signature Ized) Name: M i clhell eL. iLru yrx, Title:�T0. V 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 (This Agreement must be signed in the above space by one having authority to bind the space by one having authority to bind the Contractors to the terms of the Agreement.) Contractor to the terms of the Agreement.) State of 1 State of O&L I lo IrvuAL-1 County of ss County of ss On Avyl 1 10 a-O On n I i r) before me, A: II&CV14 %-efore me, SGl -A' VI -I f 14, c�Yu personally appeared M' ersonally appeared V12 (&2tLo- C'A►'i!.G who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the personV) whose name(al evidence to be the person(' whose name($'] is/are subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hA/her/tMir authorized capacity(iq6), and that by I /her/th.piF signatures;R) on the instrument the person(s), or the entity upon behalf of which the person�$f acted, executed the instrument. acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(i,94), and that by t W/her/tllr signatures(K on the instrument the personA, or the entity upon behalf of which the person( 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 paragraph is true and correct. WITNESS my hand and official seal Notary Sign Not— Q-1- SARA KOENNIIGG COMM ... 2072498 n 0 •�' NOTARY PUBUC-CALIFORNIA -4 ORANGE COUNTY 41 m My Term Exp. June 24.2018 1 DUNN ROAD PROPERTY RESTORATION CITY PROJECT NO. 17-04 MARCH 21, 2018 laws of the State of California that the foregoing paragraph is true and correct. tZ a(LL WITNESS my hand and official seal. Notary Signature: Notary Seal: SARA KOENIG m COMM ... 2072498 C) Ujj "�' NOTARY PUBLIC -CAI FORMA -1 j ORANGE COUNTY G) My Term Exp. June 24, 2018 PAYMENT BOND AGREEMENT AND BONDS - PAGE 6 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: DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 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 1 Date 12/07/17 Number 2 Date 12/21/17 Number 3 Date 1/11/18 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. DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 BID PROPOSAL NOVEMBER 17, 2017 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: 1/18/18 Bidder: Natures Image, Inc. By: �Signaturej Title: EVP & COO DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 BID PROPOSAL NOVEMBER 17, 2017 BID FORMS - PAGE 3 LUMP SUM BID SCHEDULE (Continued) DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 Special Note: All work identified in the Remediation and Restoration Plan, and required by the Special Provisions, shall be furnished, complete in place, including all associated trades, construction of all site improvements, and completing all associated work necessary to complete the removals, remediation and restoration of the property, and the subsequent 5-year monitoring and maintenance of the re - vegetation plan. In submitting this Lump Sum Bid, the Bidder acknowledges that there will be no separate or additional payment made for completing the work required hereunder this Bid Schedule. TOTAL BID PRICE — BID SCHEDULE: For the lump sum price of: 1,491,466.00 (Price in figures) One million, four hundred ninety-one thousand four hundred sixty-six (Price in words) SPECIAL ACKNOWLEDGEMENT: The Lump Sum Price identified in this Bid Schedule identifies and commits the Bidder to a "Firm Fixed Price" cost, and all other incidental or additional costs required to complete the work as identified in the technical specification requirements. The Lump Sum Price is inclusive of all other costs, including all materials, supplies, labor, vehicles, equipment and ancillary costs required to complete the work. Natures Image, Inc. Name of Bidder or Firm DUNN ROAD PROPERTY RESTORATION PROJECT BID SCHEDULE CITY PROJECT NO. 17-04 BID FORMS - PAGE 11 NOVEMBER 17, 2017 LUMP SUM BID SCHEDULE OF VALUES DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 Description of Work Schedule of Values Item 1 — Cultural resources monitoring and mitigation $ $84,926.00 Item 2 — Hazardous and Non -Hazardous Debris Removal and Remediation (Project Initiation Requirements) $ $158,950.00 Item 3 — Hazardous and Non -Hazardous Debris Removal and Remediation (Debris Removal) $553,932.00 Item 4 — Hazardous and Non -Hazardous Debris Removal and Remediation (Leaking Drum Removal) $5,803.00 Item 5 — Biological Restoration (Project Initiation Requirements) $ $111,879.00 Item 6 — Biological Restoration (Restoration Activities) $ $152,267.00 Item 7 — Biological Restoration (Maintenance and Monitoring Activities) $ $258,602.00 Item 8 — Perimeter Fencing $ $165,107.00 Total Lump Sum Bid: $ $1,491,466.00 SPECIAL ACKNOWLEDGEMENT: The Schedule of Values corresponds to the "Firm Fixed Price" cost identified in the Bid Schedule and is being used solely as the basis of determining the Schedule of Values for the various items of work required in the Remediation and Restoration Plan. The lump sum bid amount identified hereon shall match the Fixed Firm Price identified on the Lump Sum Bid Schedule. The amount identified in Item 7 for Maintenance and Monitoring Activities will be excluded from the contract amount awarded for the work, and will be used as the basis for a separate contract entered into between the City and Contractor for the 5-year monitoring period required by the Remediation and Restoration Plan. Natures Image, Inc. Name of Bidder or Firm DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 BID SCHEDULE NOVEMBER 17, 2017 BID FORMS - PAGE 12 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: Natures Image, Inc. 2. Bid Items / Portion of Work to be Self -Performed (if less than 100% of the contract): 1,5,6,7 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: Performed: $968,100.00 Performed: 65% 1-18-18 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; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: Sam's Fence, Inc. 3. Address: 66-215 Harrison St, Thermal, CA 92274 4. Bid Items/Portion of Work: g (8700 linear feet of cable railing) 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 760-345-2088 875156 ❑ < $1 M ® < $5M ❑ < $10M ❑ < $15M ❑ > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor $113,990.00 Registration No: 1000008147 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes R) No 12. DBE Certification No.: 8% DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 NOVEMBER 17, 2017 LIST BID FORMS FORMSOF RACTORS B-PAGE 13 BIDDER'S LIST OF SUBCONTRACTORS - (Continued) Copy this page as needed to provide a complete listing. Page Z of Z 1. Type of Subcontractor (Check One) M First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor (e.g. Trucking) 2. Subcontractor Name: American Integrated Services, Inc. 3. Address: 1502 E. Opp St. Wilmington, CA 90744 4. Bid Items/Portion of Work: 2, 3, 4 (partial - not to include monitor/s) 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 310-522-1168 757133 ❑ < $1 M ❑ < $5M ❑ < $10M ❑ < $15M ® > $15M 8. Amount of Contracted Work: 9. DIR Public Works Contractor $409,376.00 Registration No: 1000003411 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ® No 12. DBE Certification No.: 27% 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: ❑ < $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.: DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 LIST OF SUBCONRACTORS NOVEMBER 17, 2017 BID FORMS - PAGE 14 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 17-04 Bid Opening Date 1/18/18 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: Windmill Construction & Excavation TELOS Environmental JP/Mayra Local (Local Trash Removal) Local firms that will furnish materials or supplies to the Bidder for this project: DUNN ROAD PROPERTY RESTORATION PROJECT LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 17-04 GOOD FAITH EFFORTS NOVEMBER 17, 2017 BID FORMS - PAGE 15 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 Craigslist (See Attached) 01/03/2018 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 TELOS Environmental 01/03/2018 Email Sam's Fence Co. 01/03/2018 Email Desert Prestige Ornamental Ironworks 01/03/2018 Craigslist/Email Allen Fence Co. 01/03/2018 Email JP/Mayra (Local Trash Removal) 01/03/2018 Email Diamond Environmental Services 01/03/2018 Email BB and L Inc. 01/12/2018 Phone/Email Fomotor Engineering 01/11/2018 Phone/Email JHA Engineering 01/11/2018 Phone/Email NV5 Engineering 01/11/2018 Phone/Email DUNN ROAD PROPERTY RESTORATION PROJECT LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 17-04 GOOD FAITH EFFORTS NOVEMBER 17, 2017 BID FORMS - PAGE 16 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 W Of Performs Item Contract (Y/N) Item 3 Yes As per requested varies varies Item 4 Yes As per requested varies varies Item 8 Yes As per requested varies varies 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: Fomotor Engineering, 225 S. Civic Dr. Ste. 1-5 Palm Springs, CA 92262 (760) 323-1842 (NO BID) Feiro Engineering, 75-060 Gerald Ford Dr. Ste. 3 Palm Desert, CA 92211 (760) 346-8015 (NO BID - see attached) Coachella Valley Engineers, 77933 Las Montanas Rd. Ste. 101 Palm Desert, CA 92211 (760) 360-4200 (NO BID) BB&L Inc., Grading & Underground, 45116 Commerce St. Indio, CA 92201 (760) 775-2222 (NO BID) Names, addresses and phone numbers of firms selected for the work above: Sam's Fence Co.. 66-215 Harrison St. Thermal CA (760) 354-2088 NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. DUNN ROAD PROPERTY RESTORATION PROJECT LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 17-04 GOOD FAITH EFFORTS NOVEMBER 17, 2017 BID FORMS - PAGE 17 �F t L. image natures Invitation to Bid January 15, 2018 20361 Hermana Circle Lake Forest, CA 92630 P 949 680-4400 F 949 680-4450 Natures Image Inc. is seeking quotes/bids for the supply of materials, equipment and services to local business enterprises whose work force resides in the Coachella Valley for the following: Project: Dunn Road Property Restoration Project, City Project No. 17-04 Owner: City of Palm Springs Location: Palm Springs, CA Bid Date: January 18, 2018 @ 3:30 pm Contact: David A. Carl, Estimator Natures Image, Inc. 20361 Hermana Circle Lake Forest, CA 92630 Email: dcarl@naturesimage.net Phone: (Office) 949-680-4436 (Cell) 949-254-2063 Fax: 949-680-4450 Quotes are requested for the following items: Item 1 — Cultural resources monitoring and mitigation, Item 3 — Hazardous & Non -Hazardous Debris Removal and Remediation (Debris Removal), Item 4 — Hazardous & Non -Hazardous Debris Removal and Remediation (Leaking Drum Removal), Item 6 — Biological Restoration (Restoration Activities), Item 7 — Biological Restoration (Maintenance and Monitoring Activities), Item 8 — Perimeter Fencing Plans and specs are available at no cost to interested firms/businesses via email or phone request. Natures Image, Inc. is willing to break -down bid items into economically feasible units to facilitate participation from local firms. Additionally, local businesses may contact Natures Image, Inc. for assistance with procurement of necessary bonding, insurance, line of credit, equipment, supplies, or materials. Natures Image, Inc. is an Equal Opportunity Contractor We will bid this contract Type of Service or Supplies: ( ) We will not be participating in this contract 20361 Hermana Circle �Lake Forest, CA 92630 ; natures image P 949 680-4400 F 949 680-4450 Primary services requested: Land Surveying, Cultural Monitoring, Geological Monitoring, Biological Monitoring, Non -Hazardous Debris/Junk removal & hauling (3000+ cubic yards), Hazardous material removal & hauling (leaking drum, half -full of diesel fuel) & affected soils, Cable rail fencing (9000+/- linear ft.), Equipment rental services Please Note: This project is DIR — California State Prevailing Wages palm springs I manage posting T . Page 1 of 2 CL palm springs > labor gigs > [ log in ] [ create account ] This posting has been deleted from craigslist. L?j Repost this Posting I You will have the opportunity to make changes before it is made live. [learn morel L Posted 15 days ago on: 2018-01-03 11:29am ........................................ Contact Information: Request for Subcontracting Proposal - City of Palm Springs Project (Dunn Rd. Palm Springs, CA) a,;t Ran -ton Road wad East Palrli Canyon Drive en Invitation to Bid January 3, 2018 dunn rd compensation: As described in specifications Natures Image Inc. is seeking quotes/bids for the supply of materials, equipment and services to local business enterprises whose work force resides in the Coachella Valley for the following: Project: Dunn Road Property Restoration Project, City Project No. 17-04 Owner: City of Palm Springs Location: Palm Springs, CA Bid Date: January 18, 2018 @ 3:30 pm https://post.craigslist.org/manage/6446702846/vgprun?lang=en&cc=us 1/18/2018 palm springs I manage posting Page 2 of 2 Contact: David A. Carl, Estimator Natures Image, Inc. 20361 Hermana Circle Lake Forest, CA 92630 Quotes are requested for the following items: Item 1 - Cultural resources monitoring and mitigation, Item 3 - Hazardous & Non -Hazardous Debris Removal and Remediation (Debris Removal), Item 4 - Hazardous & Non -Hazardous Debris Removal and Remediation (Leaking Drum Removal), Item 6 - Biological Restoration (Restoration Activities), Item 7 - Biological Restoration (Maintenance and Monitoring Activities), Item 8 - Perimeter Fencing Plans and specs are available at no cost to interested firms/businesses via email or phone request. Natures Image, Inc. is willing to break -down bid items into economically feasible units to facilitate participation from local firms. Additionally, local businesses may contact Natures Image, Inc. for assistance with procurement of necessary bonding, insurance, line of credit, equipment, supplies, or materials. Natures Image, Inc. is an Equal Opportunity Contractor () We will bid this contract Type of Service or Supplies: ( ) We will not be participating in this contract Primary services requested: Land Surveying, Cultural Monitoring, Geological Monitoring, Biological Monitoring, Non -Hazardous Debris/Junk removal & hauling (3000+ cubic yards), Hazardous material removal & hauling (leaking drum, half -full of diesel fuel) & affected soils, Cable rail fencing (9000+/- linear ft.), Equipment rental services Please Note: This project is DIR - California State Prevailing Wages https://post.craigslist.org/manage/6446702846/vgpnm?lang=en&cc=us 1/18/2018 From: David Carl To: David Bcc: "allenfenceco ftahoo.com"; "allenfenceco(alamail.com" Subject: City of Palm Springs Project No. 17-04 - Dunn Road Restoration Date: Wednesday, January 03, 2018 4:36:10 PM Attachments: CaMans Plan Cable Railina.odf Cal -Frans Specs Cable Railina.odf Invitation to Bid - Dunn Rd.Ddf image001.ona image003.ioa imaae004.ono imaae007.ioo imaae008.ona imaae009.ioa Hello Allen Fence Co. Team, As per our discussion on the phone — attached you will find our invitation to bid as well as Caltrans standard plan and specs. The entire Plans/Specs are available at (I apologize, the files are a little large for most email servers): http://www.ci.palm- springs.ca.us/government/departments/procurement-contracting/bids-proposals (DUNN ROAD PROJECT) In regard to the specifications provided by the City of Palm Springs, the extent to which they have specified this cable railing is as follows: 8. Perimeter Fencing - Contractor shall retain a California licensed land surveyor to identify the property lines and corners of the parcel; property corners shall be established. - Contractor shall furnish and install 4-feet high cable railing along all property lines, and adjacent to both sides of Dunn Road where it extends through the parcel, in accordance with Caltrans Standard Plan B11-47. Estimated length of cable railing is 6600 linear feet along the perimeter of the parcel, with 1050 linear feet along both sides of the Dunn Road extension through the parcel; total length of cable railing is 8700 linear feet. - All work associated with installation of cable railing shall be monitored by the cultural, biological and ecological monitors to ensure disturbance to adjacent and undisturbed areas is avoided. (*Natures Image, Inc. will take care of the monitors) In regard to the specification provided by the City of Palm Springs, the extent to which they have specified insurance requirements are as follows: At a minimum, on all contracts, Commercial General Liability, Commercial Automobile Liability, and Worker's Compensation insurance shall be provided. General Liability Insurance Requirement - $1,000,000 for each occurrence (combined single limit for bodily injury and property damage), $2,000,000 aggregate for products -completed operations, $1,000,000 umbrella or excess liability. Commercial Automobile Liability Requirement - $1,000,000 combined single limit per accident Worker's Compensation Insurance Requirement—$1,000,000 Bodily Injury by Accident ea. accident, $1,000,000 Bodily Injury by Disease ea. employee, $1,000,000 Bodily Injury by Disease policy limit. I am sorry for the confusing specifications, but it seems you have a good idea of how to read/interpret them — having worked with the City of Palm Springs on various other projects, as discussed. I will be attempting to sway the City's Engineer in the direction of a more simple barbed wire fencing system, as it would seem more appropriate for the application — all around. In particular, I am trying to sway them towards something more like Caltrans A86, as the purpose is solely to keep grazing cattle out. If you have any other recommendations, please do share. Please feel free to call me on my cell with any questions (949) 254-2063 Thanks & Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: David Carl To: "craigslist reply 1ab2" Subject: RE: Request for Subcontracting Proposal - City of Palm Springs Project Date: Friday, January 05, 2018 8:27:31 AM Attachments: image001.pna imaae002.jpa imaae003.jpa image004.ona imaae005.ona image006 Jpo Hello again Ray, I am sorry for not getting you the plans/specifications yesterday — as promised, I was out of the office due to a family/personal occurrence. Due to the large size of the files, most servers will not allow sending/receipt of such a file. You can pull all plans and specs directly from the City of Palm Springs E-Procurement website by using the following link: http://www.palmspringsca.gov/government/departments/procurement- contracting/bids-proposals This project is titled the Dunn Road Restoration Project. Please make sure to view all addenda. Please also note: DIR — California State Prevailing Wages apply for this project. I have sent over an RFI list to the Director of Engineering Services, Tom Garcia, and requested a potential change in fencing type/Caltrans spec. I will keep you updated as soon as we receive a response. Feel free to call me directly with any questions or concerns at (949) 254-2063 Thanks & Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: craigslist reply 1ab2[mailto:1ab27f841ce03e7dbd3b5f6530ec1557@reply.craigslist.org] Sent: Thursday, January 04, 2018 8:44 AM To: zpcxw-6446702846@gigs.craigslist.org Subject: Request for Subcontracting Proposal - City of Palm Springs Project Hello David, My name is Ray I am with a company called Desert Prestige Ornamental Iron we are located here in the Palm Springs area. I would like to bid on the cable railing for the Dunn Road Property Restoration Project. Is there any way you can send me the specs on the fencing that you are requesting. Also your contact information. Please fill free to give me a call or email with questions. Thank you Ray Perez Desert Prestige Ornamental Iron (760) 774-6568 CA License # 963737 Original craigslist post: hUs:Hl2almsi2rings.craigslist.org/lbg/6446702846.html About craigslist mail: hilps:Hcraigslist.org/about/help/emai]-relay Please flag unwanted messages (spam, scam, other): https://craigslist.org/rofl2lbOebO3c7cl d471 d4e14f57aa7283e4fad5c65f.1 r r From: David Carl To: "bbandlinc(o)amail.com" Subject: Pictures - City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 (6) Date: Friday, January 12, 2018 2:06:22 PM Attachments: DSCF4784.JPG Addendum No. 1 for City Project No. 17-04.odf Addendum No. 2 for City Project No. 17-04.0f Addendum No. 3 for City roiect No. 17-04.0f imaae001.ona imaae002.ioa image003.ioa imageQ04.ono imaoe005.ono imaoe006.ioo Could you please confirm that the photos were received. Feel free to contact me anytime with addition questions. The majority of Addendum 1 & 3 were RFIs generated by Natures Image, Inc. —to which we may RFI his response if inadequate. Again, Please Note: DIR — CA State Prevailing Wages Apply Thanks, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: David Carl To: "Sabrina Andrews" Subject: RE: Price/Quote Request, City of Palm Springs - Dunn Road Restoration, City Project No. 17-04 Date: Thursday, January 11, 2018 1:20:53 PM Attachments: image001.ono imaae002.ioa imaae003.ioa imaae004.ona imaae005.ona imaae006.ioa imaae008.ioa imaae009.pna imane012.ioa Sabrina, Great — thank you for the receipt. David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 We Treat Your Project as a Partnership From: Sabrina Andrews [mailto:sandrews@cve.net] Sent: Thursday, January 11, 2018 1:16 PM To: David Carl Subject: RE: Price/Quote Request, City of Palm Springs - Dunn Road Restoration, City Project No. 17-04 Hi David, This is to confirm that I am in receipt of your email and will forward it on to our surveying team. Thank you. Sincerely, Sabrina Andrews Project Coordinator Coachella Valley Engineers 77933 Las Montanas Rd Suite 101 Palm Desert, CA 92211 (760) 360-4200 Sandrews@cve.net 0 From: David Carl[mailto:dcarl(@naturesimage.net] Sent: Thursday, January 11, 2018 10:08 AM To: Sabrina Andrews Subject: Price/Quote Request, City of Palm Springs - Dunn Road Restoration, City Project No. 17-04 Hello Coachella Valley Engineers Survey Team, As per our discussion - Natures Image, Inc. is working on a bid for the City of Palm Springs — for which there are some surveying requirements. We would like to request a quote/bid for the land surveying requirements of the project. If it seems too vague, we would also be more than happy to receive a cut sheet of your hourly rates. The project is for the City of Palm Springs, Dunn Road Restoration Project, City Project No. 17-04 — you may find the full plans/specs here: http://www.palmspringsca.gov/government/departments/procurement-contracting/bids-proposals In order to avoid searching through the specifications, my current understanding of the requirements are stated as follows: 8 Perimeter Fencing: Contractor shall retain a California licensed land surveyor to identify the property lines and corners of the parcel; property corners shall be established. Please Note: DIR — California State Prevailing Wages Apply Feel free to contact me directly at (949) 254-2063 with any questions or concerns. Thanks & Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership c From: David Carl To: "Steve Lantis" Subject: RE: Price/Quote Request, City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 Date: Friday, January 12, 2018 8:45:12 AM Attachments: imaoe001.ono imaoe002.ioo imaae003.ioo imaoe004.12no imaoe005.ono imaoe006.ioo imaae008.ioa image009.ona image012.iog Steve, Thank you for the response. I will save your contact for future projects in your area. Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimagee.net www.naturesimage.net We Treat Your Project as a Partnership From: Steve Lantis [mailto:steve@feiro.net] Sent: Friday, January 12, 2018 8:42 AM To: David Carl Cc: Ron Feiro Subject: RE: Price/Quote Request, City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 Hello, Thank you for contacting us but we will not be interested in bidding on this project. Steve Lantis, PLS Feiro Engineering 75-060 Gerald Ford Dr. Ste.3 Palm Desert, Ca. 92211 (760) 346-8015 From: David Carl[mailto:dcarl(@naturesimage.net] Sent: Thursday, January 11, 2018 10:07 AM To: Steve Lantis <stevePfeiro.net> Subject: Price/Quote Request, City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 Hello Feiro Survey Team, As per our discussion - Natures Image, Inc. is working on a bid for the City of Palm Springs —for which there are some surveying requirements. We would like to request a quote/bid for the land surveying requirements of the project. If it seems too vague, we would also be more than happy to receive a cut sheet of your hourly rates. The project is for the City of Palm Springs, Dunn Road Restoration Project, City Project No. 17-04 — you may find the full plans/specs here: gip: www.palmspringsca.gov/government/departments/procurement-contracting/bids- rho osals In order to avoid searching through the specifications, my current understanding of the requirements are stated as follows: 8 Perimeter Fencing: Contractor shall retain a California licensed land surveyor to identify the property lines and corners of the parcel; property corners shall be established. Please Note: DIR — California State Prevailing Wages Apply Feel free to contact me directly at (949) 254-2063 with any questions or concerns. Thanks & Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl (@ naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: David Carl To: Ihillig fomotor" Subject: RE: City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 Date: Thursday, January 11, 2018 9:07:11 AM Attachments: image001.ona image002.ioa imaae009.ipa Phillip, That would be great. This bid will be submitted no later than the afternoon of January 18th however, if you could get it into us a few days in advance — it would be greatly appreciated and allow us more time to review numbers/complete our bid process. Thanks & Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: phillip fomotor [mailto:phillip@fomotor.com] Sent: Thursday, January 11, 2018 9:05 AM To: David Carl; Jonathan Guzman; matt@fomotor.com Subject: RE: City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 Received this David, We will review and put together a price and/or forward our prevailing wage hourly rate sheet. When do you need this by? Thanks for asking! Phillip Fomotor, P.E., P.L.S. Fomotor Engineering 225 S. Civic Drive, Suite 1-5 Palm Springs, CA 92262 P: 760.323.1842 x 14 1 F: 760.323.1742 Cell: 760.413.0114 phillip(@.fomotor.com From: David Carl[mailto:dcarl(anaturesi mage. net] Sent: Thursday, January 11, 2018 8:59 AM To: phillip(Womotor.com Subject: City of Palm Springs, Dunn Road Restoration, City Project No. 17-04 Hello Fomotor Engineering Team, Natures Image, Inc. is working on a bid for the City of Palm Springs — for which there are some surveying requirements. We would like to request a quote/bid for the land surveying requirements of the project. If it seems too vague, we would also be more than happy to receive a cut sheet of your hourly rates. The project is for the City of Palm Springs, Dunn Road Restoration Project, City Project No. 17-04— you may find the full plans/specs here: http://www. aImspringsca.gov/government/departments/procurement-contracting/bids- rrooposaIs Please Note: DIR— California State Prevailing Wages Apply Feel free to contact me directly at (949) 254-2063 with any questions or concerns. Thanks & Regards, David Carl 949.680.4400 1 Estimator Le Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarllcDnaturesimage.net www.naturesimage.net We Treat Your Project as a Partnership 1.19 B From: David Carl To: "john(@ihaengineering.com" Subject: Quote/Price Request, City of Palm Springs - Dunn Road Restoration, City Project No. 17-04 Date: Thursday, January 11, 2018 9:02:06 AM Attachments: image001.ona 0maae002.ioa imaae003.ipa image004.ono image005.ona imaae006.jpa Hello JHA Engineering Team, Natures Image, Inc. is working on a bid for the City of Palm Springs — for which there are some surveying requirements. We would like to request a quote/bid for the land surveying requirements of the project. If it seems too vague, we would also be more than happy to receive a cut sheet of your hourly rates. The project is for the City of Palm Springs, Dunn Road Restoration Project, City Project No. 17-04 — you may find the full plans/specs here: http://www.palmspringsca.gov/government/departments/procurement-contractin /bids -proposals Please Note: DIR — California State Prevailing Wages Apply Feel free to contact me directly at (949) 254-2063 with any questions or concerns. Thanks & Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: JORAM PIN EDA To: zoocw-6446702846 ar)gigs.craigslist.ora Subject: Re: Request for Subcontracting Proposal - City of Palm Springs Project Date: Monday, January 08, 2018 10:17:41 AM Attachments: image006.ioa image002.ioa image005.ona Hello Dave, Per our conversation early today, First and foremost, Thank you for the opportunity to bid in this upcoming project, as I mention Mayra who is the owner of the company and I, Her Office and field assistant will look at this project and go from there... Respectfully. On Mon, Jan 8, 2018 at 8:04 AM, craigslist 6446702846 <z cp - 6446702846(o,gi s.craigslist.org> wrote: Hello Joram, Thank you for the email and interest in the Palm Springs — Dunn Road Restoration Project. You can find and download all plans/specs/addenda here 4 http://www. alms r�ingsca.gov[ government/departments/procurement-contracting/bids-proposals This is the Dunn Road Restoration Project. Please Note: This job is DIR — California State Prevailing Wage Rates. I will give your business a call to confirm receipt of this email and discuss services requested/required by Natures Image, Inc. a little later this morning. Feel free to call me anytime with questions or concerns at (949) 254-2063 Thanks & Regards, David Carl From: JORAM PINEDA To: David Carl Subject: Re: City of Palm Springs, Dunn Road Restoration, City Project No 17-04 PICTURES (4) Date: Tuesday, January 09, 2018 2:09:25 PM Attachments: image009.jaa image011.Dna image012.joa imageffl1jaa image010.joa image008.Dna Just i notice ,the email is genovevacordes4l(a).uma,� it com I'm trying to get hold of waste management now but i may need the zip code actually i do need it, do you have it ? please advise Respectfully. On Tue, Jan 9, 2018 at 2:07 PM, David Carl <dcartanaturesima,ge.net> wrote: Joram, Thank you for the notification of receipt. Feel free to reach out via phone or email with any additional questions. That is a bummer that the trash company does not cover the area — please keep me posted on this topic, as it is a complicated matter. I do not think Jenoveva received the pictures as I received an auto -response from Yahoo server describing a failed attempt to email. I must have misheard you on the phone. If you could forward the pictures, that would be fantastic. Otherwise, please send over her contact. I heard: Jenovevacordes4l(@yahoo.com — it would be nice to have both of your contacts for future correspondence in regard to upcoming projects. Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949,680,4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: JORAM PINEDA[mailto:pcjpineda72(a)amail.com) Sent: Tuesday, January 09, 2018 1:53 PM To: David Carl Subject: Re: City of Palm Springs, Dunn Road Restoration, City Project No 17-04 PICTURES (4) Received we will study the photos and call you if we need more info ... by the way the trash company does not cover that area ... I think is Waste management i will check that out... Respectfully. On Tue, Jan 9, 2018 at 12:07 PM, David Carl <dcarl(pnaturesimage.net> wrote: NO David Carl 949,680.4400 1 Estimator F Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1 949,680,4400 www. natures image.net We Treat Your Project as a Partnership d a Joram Pineda 760.637.4378 MOBILE. " KEEP MOVING FORWARD " C Joram Pineda 760.637.4378 MOBILE. " KEEP MO F17NG FOR WARD " 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1 949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: JORAM PINEDA[maiIto: b4a3ea9091dd3e139652777046f8b07(areplly.crai_slist.org] Sent: Sunday, January 07, 2018 6:57 PM To: zocxw-6446702846Ccbgigs.craigslist.org Subject: Request for Subcontracting Proposal - City of Palm Springs Project Hello David, We are a local trash removal firm, please send us the link or location where to get the plans so we can submit a bid Thank you for your time in advance Respectfully. 760,567 9285 ask for Mayra or J.P. at 760 637 4378 https:// ap lmsi2rings.craigslist,orgllbg/d/request-for-subcontractingl6446702846.html Original craigslist post: https:Hpalmsprings.craigslist.orgLg/6446702846.htmi About craigslist mail: https:Hcraigslist.org/about/help/email-relay Please flag unwanted messages (spam, scam, other): htts:/p /craigslist.org/mf/7146128eO811d59b5a61423295c8ecbfe286d58f.1 Original craigslist post: https:// ap lmsrings.craigslist.org/lbg/6446702846.html About craigslist mail: htt s:/n /craigslist.org about/help/email-relay Please flag unwanted messages (spam, scam, other): htti2s:Hcraigslist.org/mf/001 bb2dacabbff27b59f4379676bOfe l 0fd968Od.1 Joram Pineda 760.637.4378 MOBILE. " KEEP MOVING FORWARD " Original craigslist post: htti2s:// ap lmsl2rings.craigslist.org/lbg/6446702846.html About craigslist mail: htts:/p /craigslist.org/about/help/email-relax Please flag unwanted messages (spam, scam, other): htWs://craigslist.org/mf/a3fU924d 1 f7dO96e7e934b7O8f79f239a7l 4cd8e.1 M From: JORAM PINEDA To: David Carl Subject: Re: Zip Code Date: Tuesday, January 09, 2018 7:00:45 PM Attachments: imaae005.Dna imaae006.ioa imaae002.ioa Received Joram Pineda On Jan 9, 2018 3:21 PM, "David Carl" <dcar (j�naturesimage.net> wrote: 92561 David Carl 949,680,4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949,680,4400 &MAVATAMAIRM1 • " We Treat Your Project as a Partnership From: David Carl To: Drecisiongaragedoors" Subject: RE: Contact Us - David A. Carl Date: Monday, January 15, 2018 8:42:40 AM Attachments: Invitation to Bid - Dunn Rd.Ddf CalTrans Plan Cable Railina.Ddf CalTrans Specs Cable Railing.& Hello Lisa, The project is the Dunn Road Restoration Project, City Project No. 17-04. Attached are the Caltrans standard plans/specs and some additional contact information for myself and Natures Image, Inc. Again, I apologize for the tardiness of this request. If you guys are able to provide an estimate, it would be greatly appreciated. Thanks, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership -----Original Message ----- From: precis iongaragedoors [mailto:precisiongaragedoors(&verizon.net] Sent: Monday, January 15, 2018 8:35 AM To: David Carl Subject: RE: Contact Us - David A. Carl Hi David, Which job is it that you are wanting the quote for? Lisa Price -----Original Message ----- From: Insite Metrics - Website Contact [mailto:website contactsp_insitemetrics.com] Sent: Monday, January 15, 2018 8:30 AM To: precisiongaragedoors@verizon.net; eric@uprightcommunications.com Subject: Contact Us - David A. Carl ACTION: Contact PAGE: lip://www.precisiongaragedoorsandgates. com/contact-preci sion-garage-doors.g= NAME: David A. Carl PHONE: 9492542063 From: David Carl To:"sammyh.maniacitruckinainc(@cimail.com" Subject: Quote/Pricing Request - City of Palm Springs, Dunn Road Restoration Project Date: Thursday, January 11, 2018 3:51:04 PM Attachments: DSCF4624.JPG DSCF4629.JPG imaae001.Dna imaae002.ioa imaae003.ioo imaae004.Dna image005.Dng imaae006.iDa Hello Sammy, As per our discussion, could you please send over pricing for both end -dump and super 10 dump trucks? Additionally, we utilize semis with low -boy trailers for equipment transport on a regular basis (we sold our truck and trailer last year) — it would be helpful to have your hourly rates for these, if you would like me to consider using your services for them as well. What areas do you cover? Our work includes San Diego County— Santa Barbara County, inland and beyond. I've attached a couple images of what I recall to be the worst of the dirt road for you to reference and potentially advise on whether or not we should be using end -dump or super 10 trucks. There are some fairly steep grade changes — regardless of how we regrade the road. Thank You — We Appreciate Your Assistance, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 120361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership COMMENTS: Hello Precision Team, We are bidding an upcoming project in your area for which some fencing/cable railing will be required (approximately 8700 linear feet). This is a DIR - CA State Prevailing Wages job. I'm sorry in advance for not getting this information and invitation to bid to you sooner, however, we were waiting on an addendum which included some important fencing questions. The bid is going out on Thursday and we would need a proposal/bid by Wednesday. If there is any way we could pull this off - we would love to utilize your proposal/bid in our final numbers. The complete plans/specifications can be found here: httD://www.DalmsDrinizsca. eov/2ovemment/deDartm ents/nrocurement-contractin ¢/bids-nronosal s I will be happy to provide any/all additional information as requested to the best of my ability. Please contact me at your earliest convenience. (949) 254-2063 Thanks, David A. Carl Estimator - Natures Image, Inc. ADDITIONAL INFO: imEmailField: dcarl@naturesimage.net Source: Referred Source: yelp.com Path: http://www,precisiongaragedoorsandgates.com/ http://www.12recisiongaragedoorsandgates.com/gates-and-fences-yucca-val ley hU://www.12reci siongaragedoorsandgates.com/contact-preci sion-garage-doors From: David Carl To: "samsfenceCulaol.com" Subject: City of Palm Springs Project 17-04, NI Bid 17-123 Dunn Road Restoration Fencing RFP Date: Wednesday, January 03, 2018 2:39:08 PM Attachments: image001.Dna imaae003.ioa image004.Dna Invitation to Bid - Dunn Rd.Ddf Carrrans Plan Cable Railonamdf CalTrans Specs Cable Railing.pdf imaae002.iDo imaae005.Dna imaae006.jpa Hello Sams Fence Team, As per our discussion on the phone — attached you will find our invitation to bid as well as Caltrans standard plan and specs. In regard to the specifications provided by the City of Palm Springs, the extent to which they have specified this cable railing is as follows: 8. Perimeter Fencing - Contractor shall retain a California licensed land surveyor to identify the property lines and corners of the parcel; property corners shall be established. - Contractor shall furnish and install 4-feet high cable railing along all property lines, and adjacent to both sides of Dunn Road where it extends through the parcel, in accordance with Caltrans Standard Plan B11-47. Estimated length of cable railing is 6600 linear feet along the perimeter of the parcel, with 1050 linear feet along both sides of the Dunn Road extension through the parcel; total length of cable railing is 8700 linear feet. - All work associated with installation of cable railing shall be monitored by the cultural, biological and ecological monitors to ensure disturbance to adjacent and undisturbed areas is avoided. (*Natures Image, Inc. will take care of the monitors) In regard to the specification provided by the City of Palm Springs, the extent to which they have specified insurance requirements are as follows: At a minimum, on all contracts, Commercial General Liability, Commercial Automobile Liability, and Worker's Compensation insurance shall be provided. General Liability Insurance Requirement - $1,000,000 for each occurrence (combined single limit for bodily injury and property damage), $2,000,000 aggregate for products -completed operations, $1,000,000 umbrella or excess liability. Commercial Automobile Liability Requirement - $1,000,000 combined single limit per accident Worker's Compensation Insurance Requirement — $1,000,000 Bodily Injury by Accident ea. accident, $1,000,000 Bodily Injury by Disease ea. employee, $1,000,000 Bodily Injury by Disease policy limit. I will be attempting to sway the City's Engineer in the direction of a more simple barbed wire fencing system, as it would seem more appropriate for the application — all around. From: David Carl To: samsfence(cbaol.com Subject: Clarifications/Photos - Dunn Road Property Restoration Project, City Project No. 17-04 (MAP) Date: Monday, January 15, 2018 4:09:04 PM Attachments: Mao.odf image001.ang imaoe002.ioa imaae003.ioa innaae004.Dna imaae005.ana irnaae006.ipo This is the best map we were provided. If you hop on Google Earth and follow Palm Canyon Dr. until it turns into Dunn Road —from that point, follow Dunn approximately 1 mile North and you will see the site clearly. David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle 1 Lake Forest, CA 92630 1949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: David Carl To: 'Tyronetrouoe(avahoo.com" Subject: RFP for NI Project 17-123 Date: Wednesday, January 03, 2018 11:35:55 AM Attachments: Invitation to Bid - Dunn Rd.Ddf image001.Dno image002.ioo image003.ioo imaQe004.Dna image005.Dno image006Jpa Hello Telos Environmental Group, Please see the attached request for proposal/bid regarding an upcoming bid opportunity for which Natures Image, Inc. will be bidding as a prime contractor. Feel free to contact me with any questions or concerns via cell: (949) 254-2063 Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1 949.680.4400 dcarl(@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership From: David Carl To: "windmillconstCalamail.com" Subject: City of Palm Springs - Dunn Road Restoration, City Project No. 17-04 Date: Thursday, January 11, 2018 2:39:19 PM Attachments: imaae001.Dna imaae002.ioa imaae003.ioQ imaae004.Qna imaae005.Dna imaae006.ipa Hello Simon, Firstly, thanks for your interest in assisting Natures Image, Inc. throughout this project. We are a Habitat Restoration firm as well as a Biological Monitoring/Resources firm. That being said —we are mostly interested in the seeding, biological monitoring, archaeological monitoring etc etc... We would be willing to regrade the access road — if that's something you were not comfortable with. We are primarily looking for assistance with the junk/debris removal and/or the hauling of stockpiled materials. You can find the full plans/specs here: http•//www palms r�ingsca gov/i7overnment/departments/procurement-contracting/bids-pro op sals Please Note: DIR — CA State Prevailing Wages Apply to this job Call me anytime at (949) 254-2063 Regards, David Carl 949.680.4400 1 Estimator Natures Image, Inc. 1 20361 Hermana Circle I Lake Forest, CA 92630 1949.680.4400 dcarlC@naturesimage.net www.naturesimage.net We Treat Your Project as a Partnership 66-215 Harrison St. Thbrrhal, CA 92274 e visa° CUSTOMER NATURES IMAGE, INC. CONTACT David Carl - dcarl(@,naturesima_ MAILING ADDRESS 20-361 Hermana Cr. Lake Forest. CA 92630 JOBSITE ADDRESS Dunn Rd. Palm SDrinas. CA 92262 19 PROPOSAL AND CONTRACT "604 Phone (760) 345-2088 ' INC-Phone (760) 397-0213 FENCE, I Fax (760) 397-0123 LIC. #875156 DATE January 15, 2018 ge.net CELL PHONE (949) 254-2063 SAM'S FENCE, INC. proposes to furnish all materials, tools, and to perform all labor necessary to complete the following: INSTALL approx. 8,700 Lineal feet of 4 Strands of 1/4 inch GALVANIZED cable. MATERIALS WE WILL BE USING: 2-3/8 TERMINAL posts - SS-20 --> (Cal -Trans spec's) 1-7/8 LINE posts - SS-20----------> (Cal -Trans specs) 1-3/8 BRACING - <as needed>. (318" Holes drilled in posts). (Turnbuckles placed @ beginning & then EVERY 200' along cable run). ADDITIONAL <walking> gates will cost $250.00ea. ALL posts WILL BE set in cement. 1 Year warranty on ALL work performed. NOTE: Price given, is for normal digging, should "additional" equipment be required price WILL change. NOTE: PRE-VAILING wage applies! HOME PHONE WORK PHONE (949) 680-4400 FAX * ALL MATERIALS REMAIN PROPERTY OF CONTRACTOR, WHO RETAINS THE RIGHT TO REMOVE THEM UNLESS PAID FOR! Contractor guarantees all workmanship to be of the highest standards by thoroughly skilled mechanics, also materials are to be of the highest quality by leading manufacturers. A charge of 25% of cash contract price will be made in case of cancellation of this order, by property owner or agent, of which he or she agrees to pay upon demand after refusing to allow the work to proceed within agreed terms. FENCES SET TO PROPERTY STAKES - NOT RESPONSIBLE FOR PROPERTY LINES. ALL WORK DONE BY LICENSED AND FULLY INSURED CONTRACTORS. Terms of Payment shall be as follows: Net 30 A 1 Yz% Monthly late charge will be applied to the balance if payment not received per terms of contract. THIS PROPOSAL IS VOID IF NOT ACCEPTED WITHIN 30 DAYS. Amount of Sale $113,990.00 PLEASE SIGN AND RETURN WHITE COPY Retain yellow copy to this contract for your invoice. Your cancelled check is your receipt. * You, the buyer, may cancel this transaction at any time prior to midnight of the third business day after the transaction. To cancel this transaction, mail or deliver a signed and dated copy of this cancellation notice or send a facsimile to Sam's Respectfully submitted, By Fence Inc., no later than midnight. You are authorized to furnish all n above proposal for which I agree I hereby cancel this transaction. Signed Sales Tax $ TOTAL $113,990.00 Down Payment > and labor required to compete 5merVentioned in the the amount mentioned In said4AboosaJ Uth the terms thereof Signed Date Date NOT RESPONSIBLE FOR UNDERGROUND UTILITY LINES NON -COLLUSION DECLARATION The undersigned declares: am the EVP & COO of Natures Image, Inc. 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 1-18-18 at Lake Forest CA (Date) (City) (State) gnatur DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 NOVEMBER 17, 2017 NON -COLLUSION DECLARATION BID FORMS - PAGE 18 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 Natures Image, Inc. NAME OF PERSON SIGNING TITLE OF PERSON SIGNING EVP & CO DATE 1-18-18 Please include any additional information available regarding equal opportunity employment programs now in effect within your company. DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 NON-DISCRIMINATION CERTIFICATION NOVEMBER 17, 2017 BID FORMS -PAGE 19 BID BOND KNOW ALL MEN BY THESE PRESENTS, Bond No. CSBA-6706 That Natures Image, Inc. as Principal, and The Ohio Casualty 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 (10%) of 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 Work required under the Bid Schedule(s) of the City's Contract Documents entitled: DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO.17-04 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, 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, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 15th day of ,January 2018. EXECUTED FOR THE PRINCIPAL: yature� Image, In Sig-MtV e (NOTARIZED) Print Name and Title: lC�01L By ---. Signatuali (NOTARIZED) Print Name and Title: Avla mow J T;Y-, EVP + COb EXECUTED FOR THE SURETY: The Ohio Casualty Insurance Company By Signature (NOTARIZED) Print Name and Title: Dwight Reilly, Attorney -in -Fact DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 NOVEMBER 17, 2017 BID BOND (BID SECURITY FORM) BID FORMS - PAGE 20 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. State of California ) County of Orange) On January 18, 2018 before me, Sara Koenig, Notary Public, personally appeared Michelle Caruana and Andrew J. Fox who proved to me on the basis of satisfactory evidence to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same in their authorized capacities, and that by their signatures on the instrument the persons, or the entity upon behalf of which the persons 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. Signature (Seal) SARA KOENIG COMM ... 2072498 m NOTARY PUB C4A1JFOUNIY 0MORANGW My Term Exp. June 24, 2018 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. State of California County of Orange ) On January 15. 2018 before me, Adrian Benkert-Langrell, Notary Public (insert name and title of the officer) personally appeared Dwight Reilly 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 PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature rt-Langrell (Seal) ADRIANBENKERTLANGRELL COMM.#2214263 M Notary Public -California C ORANGE COUNTY LL THIS POWER OF ATTORNEY IS NOT ....ID UNLESS IT IS PRINTED ON RED BACKG,.OUND. Bond No. CSBA-6706 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. Certificate No. 7928190 - Liberty Mutual Insurance Company The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That The Ohio Casualty;lnsurance Company is a corporation duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company is a corporation duly organized under the laws of the State. of.indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Arturo Ayala; Michael Castaned8 Daniel HuckabA Dwight Reilly; Shauntla Rozelle Ostrom all of the city of Orange state of CA, each individually' if there be more than one named, its true and lawful attorney=in-fad to make, execute, seal, acknowledge and deliver, for and on its behalf as surety artd as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall be as binding upon the Companies as if theyhave been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power of Attorney; has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 27th day of October 2017 QJa\�oNennnr&'9� ��JPdpc'ua.�Fo'br,� �� The Ohio Casualty Insurance Company 0 1919 ' o 1912 s Q lggt Liberty Mutual Insurance Company = S a West edcan Insurance Company �a'yF'r'hamesv�¢`y-0D g7�4SrAi.Hus%p2 Z' rNoinwP t 1 * * * * By: r� STATE OF PENNSYLVANIA ss David M. Carey: -Assistant Secretary COUNTY OF MONTGOMERY A) a On this 27th dayof October , 2017 , before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of Liberty Mutual Insurance N Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do, execute the foregoing instrument for the purposes p a3 therein contained by signing on behalf of the corporations by himself as a duly authorized officer. N > IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at King of Prussia, Pennsylvania, on the day and yearfirst above written. :y gP PAST COMMONWEALTH OF PENNSYLVANIA ONW F ���'� ✓v"'w'Gi� e4I �� Notarial Seal Teresa Pastella, Notary Public By: p L of Upper Merion Twp.. Montgomery County Teresa Pastella, Notary Public CtyPa`p My Commission Expires March 28, 2021 • Member, Pennsylvania Association of Notaries C Pry This Power of Attorney is made and executed pursuant to and by authority of the following By-laws and Authorizations of The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows: _ ARTICLE IV— OFFICERS — Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject ,;; to such limitation as the Chairman or the President may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective E e powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so O to executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attomey-in-fact under >% theprovisions of this article may be revoked at any time by Board, the Chairman, the President or by the officer or officers granting such power or authority. lic c s ARTICLE XIII — Execution of Contract= SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, rand subject to such limitations as the chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute, O seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations Set forth in their Z v respective Dowers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if signed by, the:president and attested by the secretary. Certificate of Designation —The President.of the Company:iaCt ag pursuant to the Bylaws of tfie Company, authorizes Dauld M. Carey Assistant Secretary to appoint such attomeys-in- fad as may be necessary to act on behalf of the Company lq :make, execute, seal, acknowledge and deliver as surety any:and all undertakings, bands, recognizances and other surety obligations. Authorization — By unanimous consent of the Companys Board of biirectors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the Company, wherever appearing upon a certified copy di anypower of. attomey issued by the Company in Ct)nneGtion with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually 0fftited =: 1, Renee C. Llewellyn, the undersigned, Asslsh'a'— licirs.0- The Ohio .Casualty Insurance Company,: Liberty .Mutual Insurance_ Company, and West American Insurance Company do hereby certify that the original power of attorney 6f.wlil6hi,the foregoing is a full, true and correct copy of the power of Attorney executed by said Companies, is in full force and effect and has not been revoked. .. . - IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seats ofsaid Companies this. 1.5th dayof January 12018 �L{`f INSV�, Pt'tNSUn,,� �1NSt/� - �yJ�oxroRe>,..r. rA'`" 0 1919 o Y 1912 q 1991 s By: Y' W b Oy �'Hnrnos`"VD m�r'Srncnt(>��� - - _ Renee C. Lie ssistant Secretary C �o vy d UJ C oo aM O� 3� OE LW No ,= O OC :a >� do �t t N�i1 E N M O v o H 19 219 of 300 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: Natures Image, Inc. 20361 Hermana Circle Lake Forest, CA 92630 Telephone Number: ( 949 ) 680-4400 Facsimile Number: ( 949 ) 680-4450 E-Mail: office@naturesimage.net Tax Identification Number: 33-0689073 2. TYPE OF FIRM Individual Partnership X Corporation (State CA ) Minority Business Enterprise (MBE) X Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification A & C27 State License Number(s) 720513 Supplemental License Classifications 4. BUSINESS LICENSE: Yes X No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety Dwight Reilly Address 790 The City Drive South, Ste. 200 Orange, CA 92868 Surety Company _ The Oh1g Casually Insurance Company Telephone Numbers: Agent (714) 627-4582 Surety ( 714 ) 516-1232 DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 BIDDER'S GENERAL INFORMATION NOVEMBER 17, 2017 BID FORMS - PAGE 21 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: Michelle Caruana President, Secretary & Treasurer John Caruana Vice -President 7. Number of years experience as a contractor in this specific type of construction work: 22 8. List at least three related projects completed to date: Great Basin Unified Air Pollution Control District a. Owner Address 157 Short Street, Suite 6, Bishop, AC 93514 Contact Grace A. McCarley Holder Class of Work Native Habitat Restoration Phone 760-872-8211 ext. 236 Contract Amount $1,146,000.000 Project Keeler Dunes Dust Control Date Completed Still in progress Contact Person Grace A. McCarley Telephone number 760-872-8211 ext.236 o eFi-f F b. Owner The County of Orange Address 1152 E. Fruit Street, Santa Ana, CA 92701 Public Works Department Contact Rory Pastor Class of Work Native Habitat Restoration Phone 714-834-3739 Contract Amount $716,030.66 Project Mason Regional Park Date Completed April 2011 Habitat es ora ion Contact Person Rory Pastor Telephone number 714-834-3739 C. Owner City of San Diego Address 9192 Topaz Way, San Diego, CA 92123 Contact Keli Balo Class of Work Native Habitat Restoration Phone 858-292-6423 Contract Amount $1,286,104.50 Project Rancho Mission Canyon Date Completed March 2013 Wetiand Mitigation Contact Person Keli Balo Telephone number 858-292-6423 9. Name of Project Manager/Superintendent: Mitch Farr 10. Name(s) of person(s) who inspected job site: TµvID 4 CRRL DUNN ROAD PROPERTY RESTORATION PROJECT CITY PROJECT NO. 17-04 BIDDER'S GENERAL INFORMATION NOVEMBER 17, 2017 BID FORMS - PAGE 22 I 11 C CONTRACTORS STATE UCENSE BOARD I Contractor's License Detail for License # 720513 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. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information NATURES IMAGE INC 20361 HERMANA CR LAKE FOREST, CA 92630 Business Phone Number:(949) 680-4400 Entity Corporation Issue Date 03/27/1996 Expire Date 03/31/2020 License Status This license is current and active. All information below should be reviewed. C27 - LANDSCAPING A - GENERAL ENGINEERING CONTRACTOR Classifications Bonding Information Contractor's Bond Data current as of 4/11/2018 2:04:57 PM This license filed a Contractor's Bond with SAFECO INSURANCE COMPANY OF AMERICA. Bond Number: 6138920 Bond Amount: $15,000 Effective Date: 01 /01 /2016 Contractor's Bond History Bond of Qualifying Individual The qualifying individual MICHELLE MC COLLOM CARUANA 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: 05/08/1998 This license filed Bond of Qualifying Individual number 024063265 for MITCHELL ROMNEY FARR in the amount of $12,500 with OHIO CASUALTY INSURANCE COMPANY (THE). Effective Date: 10/01 /2015 Workers' Compensation This license has workers compensa,. . insurance with the ZENITH INSURANCE Ct_ ?ANY Policy Number:Z12724950 Effective Date: 07/01 /2015 Expire Date: 07/01/2018 Workers' Compensation History Other Personnel listed on this license (current or disassociated) are listed on other licenses. ,4 7117 MERCURY Al INSURANCE. Notice of Cancellation YOUR INSURANCE COVERAGE WILL TERMINATE ON MAY 1, 2021 AT 12:01 AM PT Named Insured: SAM'S FENCE, INC. Your Agent: SOS FIRST INSURANCE SERVICES CORP (760)345-7979 Policy Number: BA040000010575 Policy Issued By: CALIFORNIA AUTOMOBILE INSURANCE COMPANY Date Mailed: April 15, 2021 Mailed From: Brea, CA Reason for Termination NON PAYMENT OF PREMIUM Important Message This notice does not extend or reinstate this policy. if cancellation has been requested by the Named Insured prior to the termination date above, said cancellation will be effective on the date requested. This is notice that your interest in this policy has been terminated. V) Z U-) or c O d a% > WN M ~ >r ax —� w Ja � CX o Q w } N V O W U N U- Policy Number: BA040000010575 THE CITY OF PALM SPRINGS 3200 E Tahquitz Canyon Way Palm Springs CA 92262-6959 MERCURY INSURANCE Contact Information leaOnline www.mercuryinsurance.com b Phone (888)637-2176 = Mail Check or Money Order 1W Your Agent SOS FIRST INSURANCE SERVICES CORP (760)345-7979 U-61 T 10/2013 California Automobile Insurance Company P.O. Box 10730 MERCURY RECEI'vED Santa Ana, CA92711-0730 CITY OF P ;LH SPRI INSURANCE AP Customer Service: (800) 503-3724 2011 APR 19 AN 9 52 BUSINESS AUTO POLICY ADDITIONAL INSURED Renewal Declarations Effective Date: 06/15/2021 NAMED INSURED: AGENT: DESERT RAIN WATER TRUCK SERVICES PALM VALLEY INS SVCS INC 83331 Wagon Rd 44967 OASIS ST Indio, CA 92203-2837 INDIO, CA 92201 (760)775-7256 SCHEDULE Insurance Company: California Automobile Insurance Company Policy Number: BA040000027941 Policy Period: From: 06/15/2021 to 06/15/2022 at 12:01 AM Standard Time at your mailing address Additional Insured: CITY OF PALM SPRINGS Address: 3200 E Tahquitz Canyon Way, Palm Springs CA 92262 Endorsements Attached: CA 20 481013 - Designated Insured Covered Autos: Limits of Insurance: AUTOMOBILE LIABILITY PROVIDED Symbol 7 - Specifically Described "Autos", Symbol 8 - Hired "Autos" Only, Symbol 9 - Nonowned "Autos" Only $1,000,000 CSL M DS 9107 11 Page 1 of 1