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