Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
7/19/2017 - AGREEMENTS
a CITY OF PALM SPRINGS CONTRACT CHANGE ORDER •C'�<IFORN�P To: ATP General Engineering Contractors, LLC Date: May 7, 2018 4211 Ponderosa Ave., Ste. C Project No: 17-01 San Diego, CA 92123 Project: 2017 Pavement Rehabilitation P (619)777-8100 Change Order No: 04 F (858)292-1079 Purchase Order: 18-0648 Account: 260-4493-50809 Attn: Donald Daley, Jr. CHANGES IN WORK: Item Adjustments at Contract Unit Prices This change order provides for contract quantity adjustments for the following contract items: Bid Item Item Description Quantity Unit Price Total No. 4 Roadway Pulverization(Depth =9") 43,657 SF $0.06/SF $2,619.42 5 Unclassified Excavation (Export) 650 CY $35.00/CY $22,750.00 6 Pulverized Base Material (Depth = 6") 64,729 SF $0.09/SF $5,825.61 7 0.1' Cold Mill AC Pavement -83,549 SF $0.22/SF ($18,380.78) 8 2" Cold Mill AC Pavement -300 SF $0.23/SF ($69.00) 9 0.1'Asphalt Concrete Overlay Type C2 -253.52 TON $55.00/TON ($13,943.60) 10 2"Asphalt Concrete Overlay Type C2 48.44 TON $55.00/TON $2,664.20 11 Asphalt Concrete Type C2 (Depth 2.5") 1,767.07 TON $52.00/TON $91,887.64 12 Asphalt Concrete Type C2 (Depth 3") 282.12 TON $52.00/TON $14,670.24 13 Remove and Reconstruct Curb Ramp Type A -3 EA $5,700.00/EA ($17,100.00) 16 Adjust Water Valve to Grade- DWA Std. W 111 19 EA $450.00/EA $8,550.00 17 Adjust Sewer Manhole to Grade-City Std. 402 6 EA $750.00/EA $4,500.00 13A Additional Concrete- R&R Curb Ramp-Type A -3 EA $109.23/EA ($327.69) FO Supply New Valve Cans 14 EA $192.42/EA $2,693.88 1-1 Subtotal $106,339.92 Contract Change Order No. 04 May 7, 2018 Page 2 Adjustment of Compensation at Agreed Lump Sum This change order provides an Adjustment of Compensation at Agreed Lump Sum for unused field orders item. Bid Item Item Description Quantity Unit Price Total No. 19 Field Orders -1 LS $3,955.76 ($3,955.76) Subtotal . ($3,955.76) Total Change Order Amount $102,384.16 CHANGES TO CONTRACT TIME: Zero (0)working days are being added as a result of this change Order. SOURCE OF FUNDS: Funds are available from the following account(s): 134-4498-50225 REASONS FOR CHANGE: This change order provides for adjustments to contract quantities per actual field measurements of work performed on the project. Lastly, this change order provides an adjustment of compensation for unused field orders on the project. SUMMARY OF COSTS: Original Contract Amount: $ 2,869;70.0:00 Original Completion 80 Working Days This Change Order: $ 102,384.16 Days Added 0 Days Previous Change Order(s): $ 280,616.31 Previous Days Added: 19 Days Revised Contract Amount: $ 3,252,700.47 Revised Completion 99 Working Days [SIGNATURES ON NEXT PAGE] Contract Change Order No. 04 May 7, 2018 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor ATP General Engineering T-z?--WIS Contractors, LLC rr I Signature �n Date �Itt9- mY77�X7 1n;��Y01PC I YIA11� Printed Name and Title Interwest Consulting Group Siqna ire ' Date I��A�1 �IHt-'iZr (^.oN51�uGr�oNMHA.)AGF�L Printed Name and Title City of Palm Springs Recommended % 1, , Nu— 671 Thomas Garcia, City Engineer Date Approved By: I''�G4 7 Inild W�l ---- 4;e'H. Ready, City Manager I Date AAttest By: -7 Anth 11NMe 'a, CI k I 15ate Distribution: Original Conformed Coo v: Conformed - File Copv: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasinq (1) Finance (1) 60 APPROVED BY Cr1Y COUNCIL ��c�y,�E• �I,olt� A1oQ� Q «,$A CITY OF PALM SPRINGS CONTRACT CHANGE ORDER r�t00%+°gyp To: ATP General Enqineerinq Contractors, LLC Date: March 9, 2018 4211 Ponderosa Ave., Ste. C Project No: 17-01 San Dieqo, CA 92123 Project: 2017 Pavement Rehabilitation P (619)777-8100 Change Order No: 03 F (858)292-1079 Purchase Order: 18-0648 Account: 260-4493-50809 Attn: Donald Daley, Jr. CHANGES IN WORK: Extra Work at Agreed Unit Prices This change order provides for Extra Work at Agreed Unit Prices for the completion of additional parking lots, which were not included in the contract documents. Items indicated with an (F) are final pay items and quantities will not be adjusted. Prices listed below are inclusive of all costs and markups. Item Item Description Quantity Unit Price Total No. 3-1 Mobilization 1 LS $12,860.00/1-S $12,860.00 3-2 Traffic Control 1 LS $7,052.00/1-S $7,052.00 3-3 Water Pollution Control 1 LS $645.00/1-S $645.00 3-4 Roadway Pulverization 94,500 SF $0.06/SF $5,670.00 3-5(F) Unclassified Excavation 1,080 CY $35.00/CY $37,800.00 3-6 Pulverized Base Material 94,500 SF $0.18/SF $17,010.00 3-11 AC Type C2 (D=2.5") 1,190 TON $60.00/TON $71,400.00 3-12 AC Type C2 (D=3") 330 TON $60.00/TON $19,800.00 3-18 Striping & Marking 1 LS $4,535.00/1-S $4,535.00 Subtotal $176,772.00 Total Change Order Amount $176,772.00 CHANGES TO CONTRACT TIME: A total of five (5) working days are being added as a result of this change order. SOURCE OF FUNDS: Funds are available from the following account(s): 134-4498-50225 ARHM Overlay Contract Change Order No. 03 March 9, 2018 Page 2 REASONS FOR CHANGE: This change order provides compensation for extra work at agreed unit prices for completing the following parking lots and access roads: • Parking Lot at Frances Stevens Park • Parking Lots at Demuth Park • Access Road at Demuth Park These parking lots and access road were not included in the contract documents to be performed as part of this project. The pavement condition at these locations is similar to the streets being performed as part of the contract. The additional work will take approximately five (5) additional working days to complete. SUMMARY OF COSTS: Original Contract Amount: $ 2,869,700.00 Original Completion 80 Working Days This Change Order: $ 176,772.00 Days Added 5 Days Previous Change Order(s): $ 103,844.31 Previous Days Added: 14 Days Revised Contract Amount: $ 3,150,316.31 Revised Completion 99 Working Days [SIGNATURES ON NEXT PAGE] Contract Change Order No. 03 March 9, 2018 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor ATP General Engineering f �'yS' wrE Contractors, LLC Signature Date Jiff 'Zo4l P✓� Printed Name and Title i&4� Interwest Consulting Group 3�2S�2o1� Signature Date �iAu�c iTL FCerus�az✓cno,� A,4W A6W Printed Name and Title City of Palm Springs �) Recommended By: Y Y q , Thomas Gar ia, City Engineer Date i / G Approved By: �•�� avid H. Ready, City Manager ate Attest By: %V r A hony i y Clerk Date Distribution: Original Conformed Coo v: Conformed- File Copy: Contractor (1) Engineering Pay File (1) Citv Clerk (1) City Protect File (1) Purchasinq (1) Finance (1) Gp3 APPROVED BY CITY MANAGER 7=L TP �'�. GENERAL ENGINEERING CONTRACTORS A 4211 Po ntlerosa Ave,Ste C I San Diego/CA/ 92123 t)619.777.8100 1 f)858.292.1079 paving our roads Breen Contractor License f!502506 1 DIR No.10012615 1 DUNS No.96.152-2740 TO: City of Palm Springs ATTN: Ran Schultz 431 S.Palm Canyon Dr,Ste 200 TEL: (714)293-0044 Palm Springs,CA 92262 EMAIL rschultz(@IMerwestOrp.Com DATE: 11/22/17 REQUEST FOR CONTRACT CHANGE ORDER: We propose to furnish all labor,equipment and materials necessary to complete the following items of work and conditions indicated herein.Contract terms and conditions apply. Project Name: 2017 Pavement Rehabilitation Request for Change Order 4 Rev 1212807 Owner Contract Ni City Project No.17-01 Rev 2112/10 ATP Job No.: 17-15 ITEM DESCRIPTION OF WORK APPROX UNIT UNIT PRICE TOTAL PRICE QUANTITY City Parkin Lob:AmnasAndian Cyn Rd,Francis Stevens Park&Demuth Park 1 Mobilization 1 LS 12,860.00 6 E nt 1 LS 3,870.00 $ 3,870.00 Labor Subsisfonce2 1 LS 4,192.50 $ 4,192.50 TRO f IS 3,048.70 $ 3,048.70 Bond 1 LS 1750.00 $ 1,750.00 2 Traffic Control 1 LS 7,052.00 $ P&N 1 LS 1,032.00 $ 1032.00 Fla r 1 LS 3,956.00 $ 3,956,00 E nt f LS $064.00 $ 2,064.00 3 Water Pollution Control 1 LS 645.00 $ 645.00 4 RoadwayPulverization 94.500 SF 0.06 $ 5,670.00 5 F Unclassified Excavation 1,080 CY 35.00 $ 37,800.00 6 Pulverized Base Material 91 SF 0.18 $ 17,011 11 AC Type C2 D=2.5" 1,190 TN 60.00 $ 71,401 A2 AC Type C2 D=3" 330 TN 60.00 $ 19,800.00 18 Parking Lot Striping 1 LS 4,535.00 4,535.00 _ RCO Value $ 171 Written acceptance of this RCO and issuance of a Contract Change Order is required prior to commencement of work identified herein. Original Contract Amount S 2669700.00 Prior Change Orders $ Value of this RCO $ 176,773.20 Revised Contract Amount $ 3,046A73.20 Current Cohn lotion lotion Da TBD Days Added b this RCO 5 Revised Completion Date TBD Change Order Assumptions I Notes I Conditions Proposal Accepted_rAuswir i 0.,,orRs,..amawa o„m ATP General Engineering By: By: February 12,2018 Jeff Richardson (619)922-0429 DATE Name: Title: Date: NOTICE'Under the Mechanics Use Law(California Code of Civil Procedure,Sachsen 1181 et seq J,any Contractor,su bcontrector,laborer,supplier or other person who helps to improve your property but is not paid for his wvB or suppliew has a nght to enforce a claim against your property,This means that after a court hearing,your property could be sold by a court officer and the proceeds of the sale used to satisfy ate indebtedness.This Can happen even if you have paid your own contractor in full,it the subcontractm,laborer er supplier remains unpaid' loft An Equal Opportunity Employer www.paveitgreen.com �PA�MspP�Z CITY OF PALM SPRINGS CONTRACT CHANGE ORDER q<iroaN�P To: ATP General Engineering Contractors, LLC Date: January 5, 2016 4211 Ponderosa Ave., Ste. C Project No: 17-01 San Diego, CA 92123 Project: 2017 Pavement Rehabilitation P (619)777-8100 Change Order No: 02 F (858)292-1079 Purchase Order: 18-0648 Account: 260-4493-50809 Attn: Donald Daley, Jr. CHANGES IN WORK: Extra Work at Agreed Unit Prices This change order provides for Extra Work at Agreed Unit Prices for the completion of two (2) additional streets, which were not included in the contract documents. Items indicated with an (F) are final pay items and quantities will not be adjusted. Prices listed below are inclusive of all costs and markups. Item Item Description Quantity Unit Price Total No. 2-1 Mobilization 1 LS $7,030.00/1-S $7,030.00 2-2 Traffic Control 1 LS $5,800.00/1-S $5,800.00 2-3 Water Pollution Control 1 LS $750.00/1-S $750.00 2-4 Roadway Pulverization 41,000 SF $0.12/SF $4,920.00 2-5(F) Unclassified Excavation 455 CY $35.00/CY $15,925.00 2-6 Pulverized Base Material 41,000 SF $0.16/SF $6,560.00 2-11 AC Type C2 (D=2.5') 640 TON $58.00lTON $37,120.00 2-16 Adj Water Valve Cover to Grade 5 EA $450.00/EA $2,250.00 2-17 Adj SMH Cover to Grade 5 EA $750.00/EA $3,750.00 2-18 Striping & Marking 1 LS $750.00/1-S $750.00 Subtotal $84,855.00 Total Change Order Amount $84,855.00 CHANGES TO CONTRACT TIME: A total of eleven (11) working days are being added as a result of this change order. 5 Five (5) working ar added as a result of the additional work. Six (6) additional working days are added to avoid public inconvenience during the week of the Thanksgiving holiday and also the week of the Christmas holiday. Contract Change Order No. 02 January 5, 2017 Page 2 SOURCE OF FUNDS: Funds are available from the following account(s): 266 4493-56013'E - q `fig$ REASONS FOR CHANGE: This change order provides compensation for extra work at agreed unit prices for completing the following streets: • Camino Norte from N. Via Monte Vista to N. Vine • N. Saturmino Dr. from E. Desert Palms Dr. to E. Amado Road Both of the above streets were planned for roadway rehabilitation, but were not included in the contract documents due to upcoming work planned by Desert Water Agency (DWA). DWA has completed the work on both Camino Norte and N. Saturmino Dr. and the streets are now available to be completed. The additional work will take approximately five (5) additional working days to complete. This change order also provides for six (6) additional working days due to the Thanksgiving holiday and the Christmas holiday. Both of these holiday weeks were limited to only three (3) working days. Due to the work involved, any delay would have left pulverized streets open to the public during the holiday and/or weekends. In order to avoid public inconvenience during these holiday periods, it was agreed to add three (3) working days during the week of Thanksgiving and an additional three (3)working days during the week of Christmas. SUMMARY OF COSTS: Original Contract Amount: $ 2,869,700.00 Original Completion 80 Working Days This Change Order: $ 84,855.00 Days Added 11 Days Previous Change Order(s): $ 18,989.31 Previous Days Added: 0 Days Revised Contract Amount: $ 2,973,544.31 Revised Completion 91 Working Days [SIGNATURES ON NEXT PAGE] Contract Change Order No. 02 January 5, 2017 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor ATP General Engineering Contractors, LLC Signature Date Printed Name and Title Interwest Consulting Group Si at re Date J q1j SG W-o LYZ, Printed ame and Title City of Palm Springs Recommended By: L ZY awl. Z-$-�$ Thoma arcia, City Engineer iate Approved By: vi . Ready, City Manager ate Attest By: �' lb Ar thonllMejja, C lerk bate Distribution: Oriainal Conformed Copy: Conformed- File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasinq (1) Finance (1) 02"APPROVED BY CITY MANAGER S.L 1 Yl 6 §ql 05.00 4M GENERAL ENGINEERING CONTRACTORS AT I , 4211 Ponderosa Ave,Ste I San Diego ICA/92123 619.77 f)858.292.1079 pevinB our rondo green `- Contractor License ill 50 1 DI 1 2506 I DR No.10012615 I DUNS No.96-152-2740 TO: City of Palm Springs ATTN: Ryan Schultz _ 431 S.Palm Canyon Dr,Ste 200 _ _ TEL: (714)293-OD44 Palm Springs,CA 92262 EMAIL rschultzaointerwestgn),com DATE: 11/22/17 REQUEST FOR CONTRACT CHANGE ORDER: We propose to furnish all labor,equipment and materials necessary to complete the following items of work and conditions indicated herein.Contract terms and conditions apply. Project Name:2017 Pavement Rehabilitation Request for Change Order 5 Owner Contract No.: "ty Project Vo 17-01 ATP Job No.: 17-15 ITEM DESCRIPTION OF WORK APPROX. UNIT UNIT PRICE TOTAL PRICE QUANTITY Additional Street Segments:Camino Norte&N.Saturmino Dr 1 Mobiliution 1 LS 7,030.00 $ Equipment 1 LS 1 W0.00 $ 1,800.00 Labor Subsistencakod in 1 LS 2820.00 $ 2820.00 TRO 1 IS 1770.00 $ 1770.00 Bond _ 1 LS 840.00 $ 840.00 2 Tralflc Conn 1 LS 5 800.00 $ — - — P&N 1 LS 1500.00 $ 1500.00 Flagger 1 LS 300000 $ 3,000.00 Equipment 1 LS 13W.00 S 1,300.00 3 Water Pollution Control _ __ 1 LS 750.D0 $ 750.00 4 Roadway Pulverization 41,D00 SF 0.12 $ 4,920.00 Unclassified Excavation _ 455 CY 35.00 $ 15 925.00 6 Pulverized Base Material 41,0001 SF 0.16 $ 6,560.00 11 AC Type C2 D=2.5' Camino None&N Saturmino Dr 64D TN 58.00 $ 37,120.00 16 Ad'Water Valve Cover to Grade 5 EA 460.00 $ 2,250.00 17 Adj SMH Cover to Grade 5 EA 750.00 $ 3,750.00 18 Striping&Marking(Camino Norte&N Saturmino Dr) 1 LS 750.00 $ 750,00 RCO Value $ 84,855.00 Written acceptance of this RCO and issuance of a Contract Change Order Is required prior to commencement of work IdentHled herein. Original Contract Amount $ 2 869,700.00 Prior Change Orders Value of this RCO $ $4 855.00 Revised Contract Amount $ 2 954,555.00 Current Com boon Data TBD Days Added by this RCO 5 Revised Completion Data—TB-1 Change Order Assumptions I Notes/Conditions Proposal Accepted-re oat u.,,.•N--.—etw reivi ATP General Engineering By: By: December 15.2017 Jeff Richardson (619)922-0429 DATE Name: Title: Date: NOTICE:"Under Ne Neehenics Lien Lew(Celifomla Cade of Civil Pmcadurs,8edion 11e1 M epJ,any ronwdor,subcontmcteq laborm,supplier or otlrer parwn intro helps to improve your pmparty bit is rat paid for his murk or supplies,hart a right e,enfome a claim against your property.Thle morns that afters court hearing,your property oould be sold by a court oficer end the pmc a of the tole used to satisfy the iMebtedness.This ran hoppen even if you have pall your avm conhaclw In ful,it the subconmmr,whomr or supplier,emahrs unpaid' 1 Of 1 An Equal Opportunity Employer www.paveitgreen.com ATP General Engineering Contractors, LLC A7002 (Council approved $2,869,700 on 07-19-2017, Item 11) (also gave City Manager 10%CO authority me$286,970) DATE CO # AMT 10 27 17 1 $18,989.31 Addt'I Curb Ramp Work 010518 2 $84,855.00 Addt'I Work TOTAL 103,844.31 • • CALIFORNIA PRELIMINARY NOTICE THIS NOTICE IS GIVEN PURSUANT TO CALIFORNIA CIVIL CODE§§8034(a),8102,8200 ET SEC.PRIVATE WORKS AND CALIFORNIA CIVIL CODE§§8034(b),8102,9300 ET SEQ PUBLIC WORKS THIS IS NOT A LIEN_THIS IS NOT A REFLECTION ON THE INTEGRITY OF ANY CONTRACTOR OR SUBCONTRACTOR YOU ARE HEREBY NOTIFIED THAT... CONSTRUCTION LENDER or EBS UTILITIES ADJUSTING INC �r SURETY,if any (name of person or firm furnishing labor,services,equipment or material)_' _4 1320 E.6TH STREET STE.100 (address of person or firm furnishing labor,services,equipment or material}, 'II NONE REPORTED CORONA,CA 92879-1700 has furnished or will furnish labor,services,equipment or material of the following general description: ADJUST STREET UTILITIES (general description of the labor,services,equipment of material fumished, _f- or to be furnished) ..- for the building,structure or other work of improvement located at: -_- OWNER or PUBLIC AGENCY 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 or Reputed Owner (on public work) VARIOUS LOCATIONS-CITYWIDE (on private work) PALM SPRINGS,CA SUBCONTRACT 17-15.4 (address or description of job site sufficient for identification) The name of the person or firm who contracted for the purchase Of such CITY OF PALM SPRINGS ATP GENERAL ENGINEERING CONTRACTORS 3200 E.TAHQUITZ CANYON WAY 4211 PONDEROSA AVE SUITE C,SAN DIEGO, CA 92123 PALM SPRINGS,CA 92262 This is an estimated amount,and is not a limitation of claimant's final amount $ 75,000.00 This is an estimated amount,and is not a limitation of claimant's final amount Notice to Property owner C� DIRECT CONTRACTOR or EVEN THOUGH YOU HAVE PAID YOUR CONTRACTOR IN FULL,if the Reputed Contractor,if any person or firm that has given you this notice is not paid in full for labor, services,equipment,or material provided or to be provided to your ATP GENERAL ENGINEERING CONTRACTORS construction project,a lien may be placed on your property.Foreclosure 4211 PONDEROSA AVE SUITE C of the lien may lead to loss of all or part of your property.You may wish SAN DIEGO,CA 92123 to protect yourself against this by(1)requiring your contractor to provide a signed release by the person or firm that has given you this notice before making payment to your contractor,or(2)any other method that is appropriate under the circumstances. This notice is required by law to be served by the undersigned as a SUBCONTRACTOR with whom statement of your legal rights.This notice is not intended to reflect upon claimant has contracted the financial condition of the contractor or the person employed by you on the construction project. If you record a notice of cessation of completion of your construction EBS UTILITIES ADJUSTING INC project,you must within 10 days after recording,send a copy of the notice 1320 E.6TH STREET STE 100 of completion to your contractor and the person or firm that has given you CORONA,CA 9 28 79-1 7 00 this notice.The notice be sent by registered or certified mail.Failure to send the notice will extend the deadline to record a claim of lien.You are not required to send the notice if you are a residential homeowner of a dwelling containing four or fewer units. Dated: 4110/2018 / y(( �� r q l f'/li Signatur sica Licea Title, Accounts Receivable Telephone Number: (9511279-6869 ext.101 JOB#185032 1, Jessica Licea , declare that I served copies of the above PRELIMINARY NOTICE(PRIVATE WORKIPUBLIC WORK)by First Class Certified or Registered Mail service,postage prepaid,addressed to each of the parties atthe addresses shown above on 0411012018. 1 declare under penalty of perjury under the laws of the State of California that the foregoing Is true and correct. Executed at CORONA,California on 0 411 012 01 8 '---sisilif ® DATE(MM/)DIYYYY) AG`ORO) ORTIFICATE OF LIABILITY I URANCE 0107/2016 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(ies)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER CONTACT Marsh USA Inc. //�� NAME: One Towne Square,Suite 1100 t +� PHONE FAX AC No: Southfield,MI 48076 E-MAIL AM:DetroBGroupCapbve.celtrequest@marsh.com ADDRESS: INSURER S AFFORDING COVERAGE NAIL A R00472—GAW-18-19 INSURER A:Zurich American Insurance Company 16536 INSURED INSURER B: ATP general Engineering Contractors,LLC PO Box 23420 INSURER C: San Diego,CA 92193 INSURER D: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: CHI-008734505-05 REVISION NUMBER: 9 THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR - ADDL UBR PODCYEFF POLICY EXP LIMITS LTR TYPEOFINSURANCE POLICYNUMBER MMIDDfYYYY MMIDDIYYYY A X COMMERCIAL GENERAL LIABILITY GLO918M07-05 04101/2018 0410112019 EACH OCCURRENCE $ 1,000,000 r� DAMAGE CLAIMS-MADE 1_X J OCCUR PREMISES fEa occurrence $ 500,000 MED EXP(Any one person) $ 10,000 PERSONAL a ADV INJURY $ 1,000,00() GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 X POLICY PRO L L�LOC PRODUCTS-COMPIOP AGG $ 2,000,000 JECT OTHER: $ BAP9184808-05 0410112018 04/01/2019 COMBINED SINGLE LIMIT $ 1,000,000 A AUTOMOBILE LIABILITY Ea accident IXX ANY AUTO BODILY INJURY(Per person) $ OWNED SCHEDULED BODILY INJURY(Per accident) $ AUTOS ONLY AUTOS HIRED X NON-OWNED PROPERTYDAMAGE $ AUTOS ONLY AUTOS ONLY APer accident UMBRELLALIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS-MADE _AGGREGATE $ DED RETENTION$ $ A WORKERS COMPENSATION VVC9184806-05 04/0112019 X PER AND EMPLOYERS'LIABILITY YIN _ _STATUTE ERH ANYPROPRIETOR/PARTNER/EXECUTIVE Does not apply to the Monopolistic E.L.EACH ACCIDENT $ 1,000,000 OFFICERIMEMBER EXCLUDE D9 a NIA States ND,OH,WA,and WY, 1,000,000 (Mandatory in NH) ( ► E.L.DISEASE-EA EMPLOYEE $ If yes,describe under Puerto Rico,or the Virgin Islands E.L.DISEASE-POLICY LIMIT $ 1,000,000 DESCRIPTION OF OPERATIONS below e Schedule,may be attached u mores spacers required) DESCRIPTION OF OPERATIONS I LOCATIONS 1 VEHICLES(ACORD 101,Addltlonal Remark S y W req ) RE.2017 Pavement Rehabilitation I CP 17-01. The Cily of Palm Springs,its officials,employees and agents are included as additional insured for General Liability and Auto Liability as required by written contract or written agreement,per policy terms and conditions. 2eneraLUa6iWy and Auto Liability are erimar�and non-conlributory wflere reouired by written contract. Waiver of Subrogation applies to General Liability and Workers'Compensation in favor of the additional insured where required by written contract. CERTIFICATE HOLDER CANCELLATION City of Palm Springs ,- , �� ? -': SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE 3200 E.Tahquitz Canyon Way - '` '' THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Palm Springs,CA 92262 9Z t$ 7 WV S I dT��/ 91UD p7 ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1.: of Marsh USA Inc. f, J John C HUdey ©1988-2016 ACORD CORPORATION. All rights reserved. ACORD 25(2016103) The ACORD name and logo are registered marks of ACORD Coverage Extension Endorsement ZUR.ICH Policy No. Eff. Date of Pol I Exp. Date of Pd. I Eff. Date of End. Producer No. Add]. Prem Return Prem. BAP9184808-05 /112018 4/1/2019 /1/2018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided underthe: Business Auto Coverage Form Motor Carrier Coverage Form A. Amended Who Is An Insured 1. The following is added to the Who Is An Insured Provision in Section II —Covered Autos Liability Coverage: The following are also"insureds": a. Any "employee" of yours is an 'insured"while using a covered "auto" you don't own, hire or borrow for acts performed within the scope of employment by you. Any "employee" of yours is also an "insured" while operating an "auto" hired or rented under a contract or agreement in an "employee's" name, with your permission, while performing duties related to the conduct of your business. b. Anyone volunteering services to you is an "insured" while using a covered "auto" you don't own, hire or borrow to transport your clients or other persons in activities necessary to your business. c. Anyone else who furnishes an "auto"referenced in Paragraphs A.1.a, and A.1.b. in this endorsement. d. Where and to the extent permitted by law, any person(s) or organization(s) where required by written contract or written agreement with you executed prior to any "accident", including those person(s) or organization(s) directing your work pursuant to such written contract or written agreement with you, provided the "accident" arises out of operations governed by such contract or agreement and only up to the limits required in the written contract or written agreement, or the Limits of Insurance shown in the Declarations, whichever is less. 2. The following is added to the Other Insurance Condition in the Business Auto Coverage Form and the Other Insurance— Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form: Coverage for any person(s) or organization(s), where required by written contract or written agreement with you executed prior to any "accident", will apply on a primary and non-contributory basis and any insurance maintained by the additional "insured"will apply on an excess basis. However, in no event will this coverage extend beyond the terms and conditions of the Coverage Form. B. Amendment—Supplementary Payments Paragraphs a(2) and a.(4) of the Coverage Extensions Provision in Section 11 — Covered Autos Liability Coverage are replaced by the following: (2) Up to $5,000 for the cost of bail bonds (including bonds for related traffic law violations) required because of an "accident"we cover. We do not have to furnish these bonds. (4) All reasonable expenses incurred by the "insured" at our request, including actual loss of earnings up to $500 a day because of time off from work. U-CA-424-F CW(04114) Page 1 of 300 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. C. Fellow Employee Coverage The Fellow Employee Exclusion contained in Section II—Covered Autos Liability Coverage does not apply. D. Driver Safety Program Liability and Physical Damage Coverage 1. The following is added to the Racing Exclusion in Section II —Covered Autos Liability Coverage: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. 2. The following is added to Paragraph 2. in the Exclusions of Section III — Physical Damage Coverage of the Business Auto Coverage Form and Paragraph 2.b. in the Exclusions of Section IV — Physical Damage Coverage of the Motor Carrier Coverage Form: This exclusion does not apply to covered "autos" participating in a driver safety program event, such as, but not limited to, auto or truck rodeos and other auto or truck agility demonstrations. E. Lease or Loan Gap Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Lease Or Loan Gap Coverage In the event of a total 'loss"to a covered "auto", we will pay any unpaid amount due on the lease or loan for a covered ..auto", less: a. Any amount paid under the Physical Damage Coverage Section of the Coverage Form; and b. Any: (1) Overdue lease or loan payments at the time of the"loss'; (2) Financial penalties imposed under a lease for excessive use, abnormal wear and tear or high mileage; (3) Security deposits not returned by the lessor; (4) Costs for extended warranties, credit life insurance, health, accident or disability insurance purchased with the loan or lease; and (5) Carry-over balances from previous leases or loans. F. Towing and Labor Paragraph A.2. of the Physical Damage Coverage Section is replaced by the following: We will pay up to $75 for towing and labor costs incurred each time a covered "auto" of the private passenger type is disabled. However,the labor must be performed at the place of disablement. G. Extended Glass Coverage The following is added to Paragraph A.3.a. of the Physical Damage Coverage Section: If glass must be replaced, the deductible shown in the Declarations will apply. However, if glass can be repaired and is actually repaired rather than replaced, the deductible will be waived. You have the option of having the glass c repaired rather than replaced. H. Hired Auto Physical Damage—Increased Loss of Use Expenses The Coverage Extension for Loss Of Use Expenses in the Physical Damage Coverage Section is replaced by the following: Loss Of Use Expenses For Hired Auto Physical Damage, we will pay expenses for which an "insured" becomes legally responsible to pay for loss of use of a vehicle rented or hired without a driver under a written rental contract or written rental agreement. We will pay for loss of use expenses if caused by. U-CA-424-F CW(04114) Page 2 of 300 Includes copyrighted material of Insurance Services Office, Inc,with its permission. (1) Other than collision only if the Declarations indicate that Comprehensive Coverage is provided for any covered "auto'; (2) Specified Causes Of Loss only if the Declarations indicate that Specified Causes Of Loss Coverage is provided for any covered "auto'; or (3) Collision only if the Declarations indicate that Collision Coverage is provided for any covered "auto". However,the most we will pay for any expenses for loss of use is$100 per day,to a maximum of$3000. I. Personal Effects Coverage The following is added to the Coverage Provision of the Physical Damage Coverage Section: Personal Effects Coverage a. We will pay up to$750 for"loss"to personal effects which are: (1) Personal property owned by an "insured'; and (2) In or on a covered "auto". b. Subject to Paragraph a. above, the amount to be paid for"loss"to personal effects will be based on the lesser of: (1) The reasonable cost to replace; or (2) The actual cash value. c. The coverage provided in Paragraphs a. and b. above, only applies in the event of a total theft of a covered "auto No deductible applies to this coverage. However, we will not pay for "loss" to personal effects of any of the following: (1) Accounts, bills, currency, deeds, evidence of debt, money, notes, securities, or commercial paper or other documents of value. (2) Bullion, gold, silver, platinum, or other precious alloys or metals; furs or fur garments; jewelry, watches, precious or semi-precious stones. (3) Paintings, statuary and other works of art. (4) Contraband or property in the course of illegal transportation or trade. (5) Tapes, records, discs or other similar devices used with audio,visual or data electronic equipment. Any coverage provided by this Provision is excess over any other insurance coverage available for the same"loss". J. Tapes, Records and Discs Coverage 1. The Exclusion in Paragraph B.4.a. of Section III — Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.2.c. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply. 2. The following is added to Paragraph 1.a. Comprehensive Coverage under the Coverage Provision of the Physical Damage Coverage Section: We will pay for 'loss" to tapes, records, discs or other similar devices used with audio, visual or data electronic equipment. We will pay only if the tapes, records, discs or other similar audio,visual or data electronic devices: (a) Are the property of an 'insured"; and (b) Are in a covered "auto"at the time of"loss". The most we will pay for such 'loss" to tapes, records, discs or other similar devices is $500. The Physical Damage Coverage Deductible Provision does not apply to such "loss". U-CA-424-F CW(04J14) Page 3 of 300 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. K. Airbag Coverage The Exclusion in Paragraph B.3.a, of Section III —Physical Damage Coverage in the Business Auto Coverage Form and the Exclusion in Paragraph B.4.a. of Section IV — Physical Damage Coverage in the Motor Carrier Coverage Form does not apply to the accidental discharge of an airbag. L. Two or More Deductibles The following is added to the Deductible Provision of the Physical Damage Coverage Section: If an accident is covered both by this policy or Coverage Form and by another policy or Coverage Form issued to you by us, the following applies for each covered "auto"on a per vehicle basis: 1. If the deductible on this policy or Coverage Form is the smaller(or smallest)deductible, it will be waived; or 2. If the deductible on this policy or Coverage Form is not the smaller (or smallest) deductible, it will be reduced by the amount of the smaller(or smallest) deductible. M. Physical Damage—Comprehensive Coverage—Deductible The following is added to the Deductible Provision of the Physical Damage Coverage Section: Regardless of the number of covered "autos'damaged or stolen,the maximum deductible that will be applied to Comprehensive Coverage for all 'loss"from any one cause is$5,000 or the deductible shown in the Declarations, whichever is greater. N. Temporary Substitute Autos— Physical Damage 1. The following is added to Section I —Covered Autos: Temporary Substitute Autos—Physical Damage If Physical Damage Coverage is provided by this Coverage Form on your owned covered "autos", the following types of vehicles are also covered "autos"for Physical Damage Coverage: Any "auto" you do not own when used with the permission of its owner as a temporary substitute for a covered "auto"you do own but is out of service because of its: 1. Breakdown, 2. Repair; 3. Servicing; 4. "Loss" or 5. Destruction. 2. The following is added to the Paragraph A. Coverage Provision of the Physical Damage Coverage Section: Temporary Substitute Autos—Physical Damage We will pay the owner for"loss"to the temporary substitute"auto" unless the 'loss"results from fraudulent acts or omissions on your part. If we make any payment to the owner, we will obtain the owner's rights against any other party. The deductible for the temporary substitute "auto" will be the same as the deductible for the covered "auto" it replaces. O. Amended Duties In The Event Of Accident, Claim, Suit Or Loss Paragraph a. of the Duties In The Event Of Accident, Claim, Suit Or Loss Condition is replaced by the following: a. In the event of"accident", claim, "suit" or"loss", you must give us or our authorized representative prompt notice of the "accident", claim, "suit" or "loss". However, these duties only apply when the "accident", claim, "suit" or 'loss"is known to you (if you are an individual), a partner (if you are a partnership), a member(if you are a limited liability company) or an executive officer or insurance manager (if you are a corporation). The failure of any U-CA-424-F CW(04114) Page 4 of 300 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. agent, servant or employee of the "insured"to notify us of any"accident", claim, "suit"or'loss" shall not invalidate the insurance afforded by this policy. Include, as soon as practicable: (1) How, when and where the "accident" or 'loss" occurred and if a claim is made or "suit" is brought, written notice of the claim or"suit"including, but not limited to, the date and details of such claim or"suit'; (2) The"insured's"name and address; and (3) To the extent possible, the names and addresses of any injured persons and witnesses. If you report an "accident", claim, "suit" or "loss" to another insurer when you should have reported to us, your failure to report to us will not be seen as a violation of these amended duties provided you give us notice as soon as practicable after the fact of the delay becomes known to you. P. Waiver of Transfer Of Rights Of Recovery Against Others To Us The following is added to the Transfer Of Rights Of Recovery Against Others To Us Condition: This Condition does not apply to the extent required of you by a written contract, executed prior to any "accident" or "loss", provided that the "accident" or"loss"arises out of operations contemplated by such contract. This waiver only applies to the person or organization designated in the contract. Q. Employee Hired Autos —Physical Damage Paragraph b. of the Other Insurance Condition in the Business Auto Coverage Form and Paragraph f. of the Other Insurance—Primary and Excess Insurance Provisions Condition in the Motor Carrier Coverage Form are replaced by the following: For Hired Auto Physical Damage Coverage,the following are deemed to be covered "autos"you own: (1) Any covered "auto" you lease, hire, rent or borrow; and (2) Any covered "auto" hired or rented under a written contract or written agreement entered into by an "employee"or elected or appointed official with your permission while being operated within the course and scope of that "employee's"employment by you or that elected or appointed official's duties as respect their obligations to you. However, any"auto"that is leased, hired, rented or borrowed with a driver is not a covered "auto". R. Unintentional Failure to Disclose Hazards The following is added to the Concealment, Misrepresentation Or Fraud Condition: However, we will not deny coverage under this Coverage Form if you unintentionally: (1) Fail to disclose any hazards existing at the inception date of this Coverage Form; or (2) Make an error, omission, improper description of"autos"or other misstatement of information. You must notify us as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to the acceptance of this policy. S. Hired Auto—World Wide Coverage Paragraph 7a.(5) of the Policy Period, Coverage Territory Condition is replaced by the following. (5) Anywhere in the world if a covered "auto"is leased, hired, rented or borrowed for a period of 60 days or less, T. Bodily Injury Redefined The definition of"bodily injury"in the Definitions Section is replaced by the following: "Bodily injury" means bodily injury, sickness or disease, sustained by a person including death or mental anguish, resulting from any of these at any time. Mental anguish means any type of mental or emotional illness or disease. U-CA-424-F CW(04114) Page 5 of 300 Includes copyrighted material of Insurance Services Office,Inc„with its permission. U. Expected Or Intended Injury The Expected Or Intended Injury Exclusion in Paragraph B. Exclusions under Section II —Covered Auto Liability Coverage is replaced by the following: Expected Or Intended Injury "Bodily injury" or "property damage" expected or intended from the standpoint of the "insured". This exclusion does not apply to "bodily injury" or "property damage" resulting from the use of reasonable force to protect persons or property. V. Physical Damage—Additional Temporary Transportation Expense Coverage Paragraph AA.& of Section III—Physical Damage Coverage is replaced by the following: 4. Coverage Extensions a. Transportation Expenses We will pay up to $50 per day to a maximum of$1,000 for temporary transportation expense incurred by you because of the total theft of a covered "auto' of the private passenger type. We will pay only for those covered "autos" for which you carry either Comprehensive or Specified Causes of Loss Coverage. We will pay for temporary transportation expenses incurred during the period beginning 48 hours after the theft and ending, regardless of the policy's expiration, when the covered "auto" is returned to use or we pay for its "loss'•. W. Replacement of a Private Passenger Auto with a Hybrid or Alternative Fuel Source Auto The following is added to Paragraph A. Coverage of the Physical Damage Coverage Section: In the event of a total "loss"to a covered "auto' of the private passenger type that is replaced with a hybrid "auto" or "auto" powered by an alternative fuel source of the private passenger type, we will pay an additional 10% of the cost of the replacement "auto", excluding tax, title, license, other fees and any aftermarket vehicle upgrades, up to a maximum of$2500. The covered "auto" must be replaced by a hybrid "auto" or an "auto" powered by an alternative fuel source within 60 calendar days of the payment of the "loss" and evidenced by a bill of sale or new vehicle lease agreement. To qualify as a hybrid "auto", the "auto' must be powered by a conventional gasoline engine and another source of propulsion power. The other source of propulsion power must be electric, hydrogen, propane, solar or natural gas, either compressed or liquefied. To qualify as an "auto" powered by an alternative fuel source, the "auto" must be powered by a source of propulsion power other than a conventional gasoline engine. An "auto" solely propelled by biofuel, gasoline or diesel fuel or any blend thereof is not an "auto" powered by an alternative fuel source. X. Return of Stolen Automobile The following is added to the Coverage Extension Provision of the Physical Damage Coverage Section: If a covered "auto" is stolen and recovered, we will pay the cost of transport to return the "auto" to you. We will pay only for those covered "autos"for which you carry either Comprehensive or Specified Causes of Loss Coverage. All other terms, conditions, provisions and exclusions of this policy remain the same. U-CA-424-F CW(04114) Page 6 of 300 Includes copyrighted material of Insurance Services Office,Inc., wth its permission. Blanket E Notification to Others of Cancellation ZURICH Policy No. I Eff. Date of Pol. I Exp. Date of Rol. I Eff Date of End I Producer No. Add]. Prem Return Prem, BAP9184808-05 04/0112018 04I0112019 10410112018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided underthe: Commercial Automobile Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will deliver electronic notification providing 60 days notice that such Coverage Part is being cancelled to each person or organization shown in a Schedule provided to us by the first Named Insured. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will deliver electronic notification providing 10 days notice that such Coverage Part is being cancelled to each person or organization shown in a Schedule provided to us by the first Named Insured. C. The Schedules described in Paragraphs A. and B. of this endorsement: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to the policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedules may be updated and provided to us by the first Named Insured during the policy period. Such updated Schedules must comply with Paragraphs 2. 3. and 4. above. D. Our delivery of the electronic notification as described in Paragraphs A. and B. of this endorsement will be based on the most recent Schedules in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. Proof of emailing the electronic notification will be sufficient proof that we have complied with Paragraphs A., B. and D. of this endorsement. F. Our delivery of electronic notification described in Paragraphs A., B. and D. of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. G. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedules provided to us as described in Paragraphs A., B., C. and D. of this endorsement. All other terms and conditions of this policy remain unchanged. U-CA-388-A(7194) Page 1 of 1 Includes copyrighted material of Insurance Services Office,Inc., with its permission. POLICY NUMBER.GLO 9184807-05 COMMERCIAL GENERAL LIABILITY CG20100413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIA BILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Or anization s Locations Of Covered Operations Any person or organization other than an Architect Any Location or project, other than a wrap-up or Engineer or Surveyor,to whom or to which you are other consolidated insurance program location required to provide additional insured status in a or project for which insurance is otherwise written contract or written agreement, except where separately provided to you by a wrap-up or other such contract or agreement is prohibited by law. consolidated insurance program Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A. Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following additional organization(s) shown in the Schedule, but only exclusions apply: with respect to liability for "bodily injury", "property damage" or "personal and advertising injury' This insurance does not apply to 'bodily injury' or caused, in while or in part, by: "Property damage"occurring after: 1. Your acts or omissions; or 1. All work, including materials, parts or equipment furnished in connection with such 2. The acts or omissions of those acting on your work, on the project (other than service, behalf; maintenance or repairs) to be performed by or in the performance of your ongoing operations for on behalf of the additional insured(s) at the the additional insured(s) at the location(s) location of the covered operations has been designated above. completed; or However: 2. That portion of "your work" out of which the injury or damage arises has been put to its 1. The insurance afforded to such additional intended use by any person or organization insured only applies to the extent permitted by other than another contractor or subcontractor law; and engaged in performing operations for a 2. If coverage provided to the additional insured is principal as a part of the same project. required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 10 04 113 O Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these 2. Available under the applicable Limits of additional insureds, the following is added to Insurance shown in the Declarations; Section III—Limits Of Insurance: whichever is less. If coverage provided to the additional insured is This endorsement shall not increase the required by a contract or agreement, the most we applicable Limits of Insurance shown in the will pay on behalf of the additional insured is the Declarations. amount of insurance: 1. Required by the contractor agreement;or Page 2 of 2 C Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: GLO 9184807-05 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed O erations Any person or organization other than an Architect, Any Location or project, other than a wrap-up or Engineer or Surveyor,to whom or to which you are other consolidated insurance program location required to provide additional insured status in a or project for which insurance is otherwise written contract or written agreement, except where separately provided to you by a wrap-up or other such contract or agreement is prohibited by law. consolidated insurance program Information required to complete this Schedule, if not shown above,will be shown in the Declarations. A Section II — Who Is An Insured is amended to B. With respect to the insurance afforded to these include as an additional insured the person(s) or additional insureds, the following is added to organization(s) shown in the Schedule, but only Section III— Limits Of Insurance: with respect to liability for "bodily injury" or If coverage provided to the additional insured is .'property damage" caused, in whale or in part, by required by a contract or agreement, the most we "your work" at the location designated and will pay on behalf of the additional insured is the described in the Schedule of this endorsement amount of insurance: performed for that additional insured and included in the "products-completed operations 1. Required by the contractor agreement;or hazard". 2. Available under the applicable Limits of However: Insurance shown in the Declarations; 1. The insurance afforded to such additional whichever is less. insured only applies to the extent permitted This endorsement shall not increase the applicable by law; and Limits of Insurance shown in the Declarations. 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. CG 20 37 04 13 (D Insurance Services Office, Inc., 2012 Page 1 of 1 General Liability Extended Coverages ZURICH Policy No. I Eff, Date of Pd. I Exp. Date of Pol I Eff. Date of End. Producer No. Add'I, Prem Return Prem. L09184807-05 /112018 /1/2019 112018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part The following changes apply to this Coverage Part. A. Fellow Employee And Incidental Medical Malpractice Coverage Paragraph 2.a.(1) of Section II—Who Is An Insured is replaced by the following: 2. Each of the following is also an insured: a Your"volunteer workers"only while performing duties related to the conduct of your business, or your "employees", other than either your"executive officers'(if you are an organization other than a partnership,joint venture or limited liability company) or your managers(if you are a limited liability company), but only for acts within the scope of their employment by you or while performing duties related to the conduct of your business. However, none of these "employees'or"volunteer workers'are insureds for: (1) "Bodily injury"or"personal and advertising injury": (a) To you,to your partners or members (if you are a partnership or joint venture) or to your members(if you are a limited liability company); (b) For which there is any obligation to share damages with or repay someone else who must pay damages because of the injury described in Paragraph (1)(a) above; or (c) Arising out of his or her providing or failing to provide professional health care services, except any'bodily injury"or"personal and advertising injury"arising out of: (1) Medical or paramedical services to persons performed by any physician, dentist, nurse, emergency medical technician, paramedic or other licensed medical care person employed by you to provide such services; or (2) Emergency cardiopulmonary resuscitation(CPR) or first aid services performed by any other employee of yours who is not a licensed medical professional. S. Additional Insureds—Lessees Of Premises 1. Section II—Who Is An Insured is amended to include as an additional insured any person or organization who leases or rents a part of the premises you own or manage who you are required to add as an additional insured on this policy under a written contract or written agreement, but only with respect to liability arising out of your ownership, maintenance or repair of that part of the premises which is not reserved for the exclusive use or occupancy of such person or organization or any other tenant or lessee. However,the insurance afforded to such additional insured: a Only applies to the extent permitted bylaw; b. Will not be broader than that which you are required by the written contractor written agreement to provide for such additional insured; and U-GL-1477-B CW(04113) Page 1 of500 Includes copyrighted material of Insurance Services Office, Inc.with its permission. c. Ends when the person or organization ceases to lease or rent premises from you. 2. With respect to the insurance afforded to the additional insureds under this endorsement,the following is added to Section III— Limits Of Insurance: The most we will pay on behalf of the additional insured is the amount of insurance: a Required by the written contract or written agreement referenced in Subparagraph 8.1. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph B. shall not increase the applicable Limits of Insurance shown in the Declarations. C. Additional Insured—Vendors 1. The following change applies if this Coverage Part provides insurance to you for"bodily injury"and "property damage"included in the"products-completed operations hazard": Section II—Who Is An Insured is amended to include as an additional insured any person or organization (referred to throughout this Paragraph C. as vendor)who you have agreed in a written contract or written agreement, prior to loss,to name as an additional insured, but only with respect to"bodily injury"Or"property damage"arising out of "your products"which are distributed or sold in the regular course of the vendor's business. However, the insurance afforded to such vendor: a. Only applies to the extent permitted by law; b. Will not be broader than that which you are required by the written contract or written agreement to provide for such vendor 2. With respect to the insurance afforded to these vendors,the following additional exclusions apply: a. The insurance afforded the vendor does not apply to: (1) "Bodily injury" or"property damage"for which the vendor is obligated to pay damages by reason of the assumption of liability in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; (2) Any express warranty unauthorized by you; (3) Any physical or chemical change in the product made intentionally by the vendor; (4) Repackaging, except when unpacked solely for the purpose of inspection, demonstration, testing, or the substitution of parts under instructions from the manufacturer, and then repackaged in the original container; (5) Any failure to make such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale Of the products; (6) Demonstration, installation, servicing or repair operations, except such operations performed at the vendor's premises in connection with the sale of the product; (7) Products which, after distribution or sale by you, have been labeled or relabeled or used as a container, part or ingredient of any other thing or substance by or for the vendor; or (8) "Bodily injury"or"property damage"arising out of the sole negligence of the vendor for its own acts or omissions orthose of its employees or anyone else acting on its behalf. However, this exclusion does not apply to: (a) The exceptions contained in Subparagraphs (4) or(6)above; or U-GL-1477-B CW(04/13) Page 2 of 500 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (b) Such inspections, adjustments, tests or servicing as the vendor has agreed to make or normally undertakes to make in the usual course of business, in connection with the distribution or sale of the products. b. This insurance does not apply to any insured person or organization from whom you have acquired such products, or any ingredient,part or container, entering into, accompanying or containing such products. c. This insurance does not apply to any of"your products"for which coverage is excluded under this Coverage Part. 3. U'Jith respect to the insurance afforded to these vendors under this Paragraph C., the following is added to Section III— Limits Of Insurance: The most we will pay on behalf of the vendor is the amount of insurance: a Required by the written contract or written agreement referenced in Subparagraph C.1. above (of this endorsement); or b. Available under the applicable Limits of Insurance shown in the Declarations, whichever is less. This Paragraph C. shall not increase the applicable Limits of Insurance shown in the Declarations. D. Damage to Premises Rented or Occupied by You 1. The last paragraph under Paragraph 2., Exclusions of Section I—Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: Exclusions c.through n. do not apply to damage by fire; lightning; explosion; windstorm or hail; smoke; aircraft or vehicles; vandalism;weight of snow, ice or sleet; leakage from fire extinguishing equipment, including sprinklers, or accidental discharge or leakage of water or steam from any part of a system or appliance containing water or steam to premises while rented to you or temporarily occupied by you with permission of the owner. A separate Damage To Premises Rented To You Limit of Insurance applies to this coverage as described in Section III— Limits Of Insurance. 2. Paragraph 6. of Section III —Limits Of Insurance is replaced by the following: 6. Subject to Paragraph 5. above, the Damage To Premises Rented To You Limit is the most we will pay under Coverage A for damages because of"property damage"to any one premises while rented to you, or in the case of damage by one or more covered perils to any one premises,while rented to you or temporarily occupied by you with permission of the owner. E. Limited Contractual Liability Coverage—Personal and Advertising Injury 1. Exclusion e. of Section I —Coverage B—Personal And Advertising Injury Liability is replaced by the following: 2. Exclusions This insurance does not apply to: e. Contractual Liability "Personal and advertising injury"for which the insured has assumed liability in a contract or agreement. This exclusion does not apply to: (1) Liability for damages that the insured would have in the absence of the contract or agreement; or (2) Liability for"personal and advertising injury"if: (a) The'personal and advertising injury'arises out of the offenses of false arrest, detention or imprisonment; U-GL-1477-B CW(04113) Page 3 of 500 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (b) The liability pertains to your business and is assumed in a written contract or written agreement in which you assume the tort liability of another. Tort liability means a liability that would be imposed by law in the absence of any contract or agreement; and (c) The"personal and advertising injury"occurs subsequent to the execution of the written contract or written agreement. Solely for purposes of liability so assumed in such written contract or written agreement, reasonable attorney fees and necessary litigation expenses incurred by or for a party other than an insured are deemed to be damages because of"personal and advertising injury" described in Paragraph(a)above, provided: (i) Liability to such party for, or for the cost of, that party's defense has also been assumed in the same written contract or written agreement; and (ii) Such attorney fees and litigation expenses are for defense of that party against a civil or alternative dispute resolution proceeding in which damages to which this insurance applies are alleged. 2. Paragraph Zd. of Section I —Supplementary Payments—Coverages A and B is replaced by the following: d. The allegations in the"suit'and the information we know about the 'occurrence"or offense are such that no conflict appears to exist between the interests of the insured and the interests of the indemnitee. 3. The following is added to the paragraph directly following Paragraph 21 of Section 1 —Supplementary Payments—Coverages A and B: Notwithstanding the provisions of Paragraph 2.e.(2)of Section I—Coverage B—Personal And Advertising Injury Liability, such payments will not be deemed to be damages for"personal and advertising injury" and will not reduce the limits of insurance. F. Medical Payments —Increased Reporting Period Paragraph 1. a. of Section I -Coverage C—Medical Payments is replaced by the following; a. We will pay medical expenses as described below for"bodily injury"caused by an accident: (1) On premises you own or rent; (2) On ways next to premises you own or rent; or (3) Because of your operations; provided that: (a) The accident takes place in the'coverage territory"and during the policy period; (b) The expenses are incurred and reported to us within three years of the date of the accident; and (c) The injured person submits to examination, at our expense, by physicians of our choice as often as we reasonably require. G. Supplementary Payments The following changes apply to Supplementary Payments—Coverages A and B. Paragraphs 1.b. and 1.d. are replaced by the following: b. Up to$2,500 for the cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage applies. We do not have to furnish these bonds. d. All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or"suit', including actual loss of earnings up to$500 a day because of time off from work. H. Broadened Property Damage 1. Elevator Property Damage U-GL-1477- B CW(04/13) Page 4 of 500 Includes copyrighted material of Insurance Services Office,Inc.,with its permission. a The following is added to Exclusion j. of Section I—Coverage A— Bodily Injury And Property Damage Liability: Paragraphs (3) and (4) of this exclusion do not apply to "property damage"arising out of the use of an elevator at premises you own, rent or occupy. b. The following is added to Section III —Limits Of Insurance: Subject to Paragraphs 2., 3.and 5. above,the most we will pay under Coverage A for damages because of"property damage"to property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy is$25,000 any one "occurrence". 2. Property Damage To Borrowed Equipment a The following is added to Exclusion j. of Section I —Coverage A—Bodily Injury And Property Damage Liability: Paragraph (4)of this exclusion does not apply to "property damage'to equipment you borrow from others at a jobsite. b. The following is added to Section III —Limits Of Insurance: Subject to Paragraphs 2., 3.and 5. above, the most we will pay under Coverage A for damages because of"property damage"to equipment you borrow from others at a jobsite is$25,000 any one"occurrence". I. Expected or Intended Injury or Damage Exclusion a of Section I—Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: a Expected Or Intended Injury Or Damage "Bodily injury"or"property damage"expected or intended from the standpoint of the insured. This exclusion does not apply to"bodily injury"or"property damage"resulting from the use of reasonable force to protect persons or property. J. Definition—Bodily Injury Definition 3. in Section V—Defirutions is replaced by the following: 3. "Bodily injury"means bodily injury, sickness or disease sustained by a person. This includes mental anguish, mental injury, shock, fright or death sustained by a person which results from that bodily injury, sickness or disease. K. Insured Status—Amateur Athletic Participants Section 11 —Who Is An Insured is amended to include as an insured any person you sponsor while participating in amateur athletic activities. However, no such person is an insured for: a. "Bodily injury"to: (1) Your"employee", "volunteer worker" or any person you sponsor while participating in such amateur athletic activities; or (2) You, any partner or member(if you are a partnership orjoint venture), or any member(if you are a limited liability company)while participating in such amateur athletic activities; or b. "Property damage"to property owned by, occupied or used by, rented to, in the care, custody or control of, or over which the physical control is being exercised for any purpose by: (1) Your"employee", 'Volunteer worker"or any person you sponsor; or (2) You, any partner or member(if you are a partnership orjoint venture), or any member(if you are a limited liability company). L. Aircraft,Auto Or Watercraft U-GL-1477-B CW(04113) Page 5 of 500 Includes copyrighted material of Insurance Services Office,Inc„with its permission, Exclusion g. of Section I —Coverage A— Bodily Injury And Property Damage Liability is replaced by the following: g. Aircraft, Auto Or Watercraft "Bodily injury" or"property damage"arising out of the ownership, maintenance, use or entrustment to others of any aircraft, "auto"or watercraft awned or operated by or rented or loaned to any insured. Use includes operation and "loading or unloading". This exclusion applies evert if the claims against any insured allege negligence or other wrongdoing in the supervision, hiring, employment, training or monitoring of others by that insured, if the "occurrence"which caused the"bodily injury"or"property damage"involved the ownership, maintenance, use or entrustment to others of any aircraft, "auto"or watercraft that is owned or operated by or rented or loaned to any insured. This exclusion does not apply to: (1) A watercraft while ashore on premises you own or rent; (2) A watercraft you do not own that is: (a) Less than 51 feet long; and (b) Not being used to carry persons for a charge; (3) Parking an "auto"on, or on the ways next to, premises you own or rent, provided the "auto" is not owned by or rented or loaned to you or the insured; (4) Liability assumed under any"insured contract"for the ownership, maintenance or use of aircraft or watercraft; or (5) "Bodily injury"or"property damage"arising out of: (a) The operation of machinery or equipment that is attached to, or part of, a land vehicle that would qualify under the definition of"mobile equipment"if it were not subject to a compulsory or financial responsibility law or other motor vehicle insurance law where it is licensed or principally garaged;or (b) The operation of any of the machinery or equipment listed in Paragraph f.(2)or f.(3)of the definition of"mobile equipment". M. Definitions—Leased Worker, Temporary Worker and Labor Leasing Firm 1. Definitions 10. and 19. in Section V — Definitions are replaced by the following: 10. "Leased worker"means a person leased to you by a"labor leasing firm"under a written agreement between you and the "labor leasing firm",to perform duties related to the conduct of your business. "Leased worker"does not include a temporary worker". 19. 'Temporary worker" means a person who is furnished to you to support or supplement your work force during "employee"absences,temporary skill shortages, upturns or downtums in business or to meet seasonal or short-term workload conditions. "Temporary worker"does not include a"leased worker". 2. The following definition is added to Section V— Definitions: "Labor leasing firm"means any person or organization who hires out workers to others, including any: a Employment agency, contractor or services; b. Professional employer organization; or C. Temporary help service. N. Definitions—Your Product and Your Work Definitions 21. and 22. in Section V— Definitions are replaced by the following: 21. 'Your product": a Means: U-GL-1477-B CW(04I13) Page 6 of 500 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. (1) Any goods or products, other than real property, manufactured, sold, handled, distributed or disposed of by: (a) You; (b) Others trading under your name; or (c) A person or organization whose business or assets you have acquired, and (2) Containers(other than vehicles),materials, parts or equipment furnished in connection with such goods or products. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance, operation or safety of"your product", and (2) The providing of or failure to provide warnings or instructions. C. Does not include vending machines or other property rented to or located for the use of others but not sold. 22. "Your work": a. Means: (1) Work, services or operations performed by you or on your behalf; and (2) Materials, parts or equipment furnished in connection with such work, services or operations. b. Includes: (1) Warranties or representations made at any time with respect to the fitness, quality, durability, performance, use, handling, maintenance,operation or safety of"your work"; and (2) The providing of or failure to provide warnings or instructions. O. Priority Of Limits The following paragraph is added to Section III —Lirrdts Of Insurance: In the event a claim is made or"suit" is brought against more than one insured seeking damages because of"bodily injury"or"property damage"caused by the same"occurrence"or"personal and advertising injury"caused by the same offense, we will apply the Limits of Insurance in the following order: (a) You; (b) Your"executive officers", partners, directors, stockholders, members, managers(if you are a limited liability company) or"employees"; and (c) Any other insured in any order that we choose. P. Duties in the Event of Occurrence, Offense, Claim or Suit Condition The following paragraphs are added to Paragraph 2. Duties In The Event Of Occurrence, Offense, Claim Or Suit of Section IV—Commercial General Liability Conditions: Notice of an "occurrence"or of an offense which may result in a claim under this insurance or notice of a claim or "suit" shall be given to us as soon as practicable after knowledge of the "occurrence", offense, claim or "suit" has been reported to any insured listed under Paragraph 1. of Section II — Who Is An Insured or an "employee" authorized by you to give or receive such notice. Knowledge by other "employees" of an "occurrence", offense, claim or"suit"does not imply that you also have such knowledge. In the event that an insured reports an "occurrence"to the workers compensation carrier of the Named Insured and this"occurrence"later develops into a General Liability claim, covered by this Coverage Part,the insured's failure to report such "occurrence"to us at the time of the "occurrence'shall not be deemed to be a violation of this condition. You must, however, give us notice as soon as practicable after being made aware that the particular claim is a General Liability rather than a Workers Compensation claim. U-GL-1477-6 CW(04/13) Page 7 of 500 Includes copyrighted material of Insurance Semites Office, Inc„with its permission. • Q. Other Insurance Condition Paragraphs 4.a. and 4.b.(1) of the Other Insurance Condition of Section IV—Commercial General Liability Conditions are replaced by the following: 4. Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under Coverages A or B of this Coverage Part, our obligations are limited as follows: a. Primary Insurance This insurance is primary except when Paragraph b. below applies. If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then,we will share with all that other insurance by the method described in Paragraph c. below. However, this insurance is also primary to and will not seek contribution from any other insurance available to an additional insured provided that: (1) The additional insured is a Named Insured under such other insurance; and (2) You are required by written contract or written agreement that this insurance be primary and not seek contribution from any other insurance available to the additional insured. Other insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. b. Excess Insurance (1) This insurance is excess over: (a) Any of the other insurance, whether primary, excess, contingent or on any other basis: (i) That is property insurance, Builder's Risk, Installation Risk or similar coverage for"your work'; (ii) That is property insurance purchased by you (including any deductible or self insurance portion thereof)to cover premises rented to you or temporarily occupied by you with permission of the owner; (iii)That is insurance purchased by you (including any deductible or self insurance portion thereof) to cover your liability as a tenant for"property damage"to premises rented to you or temporarily occupied by you with permission of the owner; (iv) If the loss arises out of the maintenance or use of aircraft, "autos"or watercraft to the extent not subject to Exclusion g. of Section I —Coverage A—Bodily Injury And Property Damage Liability; or (v) That is property insurance(including any deductible or self insurance portion thereof) purchased by you to cover damage to: (i) Equipment you borrow from others at ajobsite; or (ii) Property loaned to you or personal property in the care, custody or control of the insured arising out of the use of an elevator at premises you own, rent or occupy. (b) Any other primary insurance(including any deductible or self insurance portion thereof) available to the insured covering liability for damages arising out of the premises, operations, products, work or services for which the insured has been granted additional insured status either by policy provision or attachment of any endorsement. Other primary insurance includes any type of self insurance or other mechanism by which an insured arranges for funding of its legal liabilities. (c) Any of the other insurance, whether primary, excess, contingent or on any other basis, available to an additional insured, in which the additional insured on our policy is also covered as an U-GL-1477-B CW(04f13j Page 8 of 500 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. additional insured on another policy providing coverage for the same"occurrence", claim or"suit". This provision does not apply to any policy in which the additional insured is a Named Insured on such other policy and where our policy is required by written contract or written agreement to provide coverage to the additional insured on a primary and non-contributory basis. R. Unintentional Failure to Disclose All Hazards Condition 6. Representations of Section IV—Commercial General Liability Conditions is replaced by the following: 6. Representations By accepting this policy, you agree: a. The statements in the Declarations are accurate and complete; b. Those statements are based upon representations you made to us; and C. We have issued this policy in reliance upon your representations. Coverage will continue to apply if you unintentionally: I. Fail to disclose all hazards existing at the inception of this policy; or ii. Make an error, omission or improper description of premises or other statement of information stated in this policy. You must notify us in writing as soon as possible after the discovery of any hazards or any other information that was not provided to us prior to inception of this Coverage Part. S. Transfer Of Rights Of Recovery Against Others To Us/Waiver of Right of Subrogation Condition 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV—Commercial General Liability Conditions is renamed and replaced by the following: 8. Transfer Of Rights Of Recovery Against Others To Us/Waiver of Right of Subrogation a. If the insured has rights to recover all or part of any payment we have made under this Coverage Part, those rights are transferred to us. The insured must do nothing after loss to impair them. At our request, the insured will bring "suit" or transfer those rights to us and help us enforce them. b. If the insured waives its right to recover payments for injury or damage from another person or organization in a written contract executed prior to a loss,we waive any right of recovery we may have against such person or organization because of any payment we have made under this Coverage Part. The written contract will be considered executed when the insured's performance begins or when it is signed, whichever happens first. This waiver of rights shall not be construed to be a waiver with respect to any other operations in which the insured has no contractual interest. T. Liberalization Condition The following condition is added to Section IV—Commercial General Liability Conditions: Liberalization Clause If we revise this Coverage Part to broaden coverage without an additional premium charge, your policy will automatically provide the additional coverage as of the day the revision is effective in the state shown in the mailing address of your policy. All other terms and conditions of this policy remain unchanged. U-GL-1477- B CW(04113) Page 8 of 500 Includes copyrighted material of Insurance Services Office, Inc.,with its permiss on. Blanket E Notification to Others of Cancellation ZURICH Policy No. I Eff. Date of Pol, Exp, Date of Pol. Eff. Date of End. Producer No. Add-I Prem Return Prem. L09184807-05 /l12018 4/1/2019 M12018 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the: Commercial General Liability Coverage Part Liquor Liability Coverage Part ProductstCorripleted Operations Liability Coverage Part A. If we cancel this Coverage Part by written notice to the first Named Insured for any reason other than nonpayment of premium, we will deliver electronic notification providing 60 days notice that such Coverage Part is being cancelled to each person or organization shown in a Schedule provided to us by the first Named Insured. B. If we cancel this Coverage Part by written notice to the first Named Insured for nonpayment of premium, we will deliver electronic notification providing 10 days notice that such Coverage Part is being cancelled to each person or organization shown in a Schedule provided to us by the first Named Insured. C. The Schedules described in Paragraphs A. and B. of this endorsement: 1. Must be initially provided to us within 15 days: a. After the beginning of the policy period shown in the Declarations; or b. After this endorsement has been added to the policy; 2. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that such Coverage Part has been cancelled; 3. Must be in an electronic format that is acceptable to us; and 4. Must be accurate. Such Schedules may be updated and provided to us by the first Named Insured during the policy period. Such updated Schedules must comply with Paragraphs Z, 3, and 4. above. D. Our delivery of the electronic notification as described in Paragraphs A. and B. of this endorsement will be based on the most recent Schedules in our records as of the date the notice of cancellation is mailed or delivered to the first Named Insured. E. Proof of emailing the electronic notification will be sufficient proof that we have complied with Paragraphs A., B. and D. of this endorsement. F. Our delivery of electronic notification described in Paragraphs A., B. and D. of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: 1. Extend the Coverage Part cancellation date; 2. Negate the cancellation; or 3. Provide any additional insurance that would not have been provided in the absence of this endorsement. G. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedules provided to us as described in Paragraphs A., B., C. and D.of this endorsement. All other terms and conditions of this policy remain unchanged. U-GL-1114A Cw 1a02) Page 1 of 1 Includes copyrighted material of Insurance Services Office, Inc.,with its permission. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY U-UNC-332-A BLANKET E NOTIFICATION TO OTHERS OF CANCELLATION ENDORSEMENT This endorsement is used to add the following to Part Six of the policy. PART SIX—CONDITIONS Notification To Others Of Cancellation 1. If we cancel this policy by written notice to you for any reason other than nonpayment of premium, we will deliver electronic notification providing 60 days notice that such policy is being cancelled to each person or organization shown In a Schedule proved to us by you. 2. If we cancel this policy by written notice to you for nonpayment of premium, we will deliver electronic notification providing 10 days notice that such policy is being cancelled to each person or organization shown in a Schedule provided to us by you. 3. The Schedules described in Paragraphs 1. and 2. of this endorsement: a. Must be initially provided to us within 15 days: (1) After the beginning of the policy period shown in the Declarations; or (2) After this endorsement has been added to the policy; b. Must contain the names and e-mail addresses of only the persons or organizations requiring notification that this policy has been cancelled; c. Must be in an electronic format that is acceptable to us; and d. Must be accurate. Such Schedules may be updated and provided to us by you during the policy period. Such updated Schedules must comply with Paragraphs b., c. and d. above. 4. Our delivery of the electronic notification as described in Paragraphs 1. and 2. of this endorsement will be based on the most recent Schedules in our records as of the date the notice of cancellation is mailed or delivered to you. 5. Proof of mailing the electronic notification will be sufficient proof that we have complied with Paragraphs 1., 2. and 4. of this endorsement. 6. Our delivery of electronic notification described in Paragraphs 1., 2. and 4. of this endorsement is intended as a courtesy only. Our failure to provide such delivery of electronic notification will not: a. Extend the policy cancellation date; b. Negate the cancellation; or c. Provide any additional insurance that would not have been provided in the absence of this endorsement. 7. We are not responsible for the accuracy, integrity, timeliness and validity of information contained in the Schedules provided to us as described in Paragraphs 1., 2., 3. and 4. of this endorsement. All other terms and conditions of this policy remain unchanged. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective 4/1/2018 Policy No. VVC 9184808-05 Endorsement No. Insured California Commercial Asphalt, LLC Premium $ Insurance Company Zurich American Insurance Company U-WC-332-A (Ed. 07-94) Includes copyrighted material of National Council on Compensation Insurance, Inc used with its permission. Page 1 of 1 WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 00 03 13 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) This agreement shall not operate directly or indirectly to benefit anyone not named in the Schedule. Schedule Any person or organization for whom you are required by written contract or agreement to obtain this waiver of rights from us. This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective Policy No. Endorsement No. 4/1/2018 WC 9184806-Ub Insured California Commercial Asphalt, LLC Premium $ Insurance Company: Zurich American Insurance Company Countersigned by WC124(4,84) Page 1 of 99 WC 00 03 13 Copyright 1 g83 National Council on Compensation Insurance, Inc. Uniform Forms I" 4 pALM 8p _ CITY OF PALM SPRINGS CONTRACT CHANGE ORDER C44F011 To: ATP General Engineering Contractors, LLC Date: October 27, 2017 4211 Ponderosa Ave., Ste. C Project No: 17-01 San Diego, CA 92123 Project: 2017 Pavement Rehabilitation P (619)777-8100 Change Order No: 01 F (858)292-1079 Purchase Order: 18-0648 Account: 260-4493-50809 Attn: Donald Daley, Jr. CHANGES IN WORK: Adjustment of Compensation at Agreed Unit Prices This change order provides an Adjustment of Compensation at Agreed Unit Prices for changes to several contract items. Prices listed below are in addition to the unit prices included in the contract and include all costs and markups. Item Item Description Quantity Unit Price Total No. 13A Additional Concrete— Remove and Reconstruct Curb Ramp—Type A 26 EA $109.23 $2,839.98 14A Additional Concrete—Remove and Reconstruct Curb Ramp—Type B 75 EA $211.04 $15,828.00 15A Additional Concrete—Remove and Reconstruct Curb Ramp—Type C 3 EA $107.11 $321.33 Subtotal $18,989.31 Total Change Order Amount $18,989.31 CHANGES TO CONTRACT TIME: No adjustment in contract time. SOURCE OF FUNDS: Funds are available from the following account(s): 260-4493-50809 Contract Change Order No. 01 October 27, 2017 Page 2 REASONS FOR CHANGE: This change order provides for adjustment of compensation to unit prices for changes made to standard drawings used to construct the ADA curb ramps. This contract includes the removal and reconstruction of 104 curb ramps throughout the City. The specifications for this project included compliance with the City of Palm Springs Standard Drawings 212, 212- A, 213, and 214. Since the implementation of these City standard drawings, Caltrans has issued RSP A88A, which modified grades used for curb ramps to a lower slope. This change in grades adds additional area to the curb ramps being reconstructed. This change order provides additional compensation for the additional area added to these curb ramps. Cost increase was given per each curb ramp including all costs and markups. Quantities shown in this change order are estimated and match the quantities given in the original contract. Payment will be per the actual quantity of work performed. Contract quantity adjustments will be made after curb ramp work has been completed. SUMMARY OF COSTS: Original Contract Amount: $ 2,869,700.00 Original Completion 80 Working Days This Change Order: $ 18,989.31 Days Added 0 Days Previous Change Order(s): $ 0.00 Previous Days Added: 0 Days Revised Contract Amount: $ 2,888,689.31 Revised Completion 80 Working Days [SIGNATURES ON NEXT PAGE] Contract Change Order No. 01 October 27, 2017 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor ATP General Engineering //-30-- Zo!7 Contractors, LLC Signature Date TIFF Rcl.wrdsew T�01'c4 ft,- Printed Name and Title ZInterwest Consulting Group �i* /a-f -2,ct7 nn sill i ure Date Printed Name and Title City of Palm Springs Recommended By : Thomas Garcia, City Engineer Date 0-0 Approved By: ,,/ VnYItVI,� D d V. -Ady, City Manager D2 e 7 Attest By: City Clerk bate Distribution: Original Conformed Copy: Conformed- File Coov: Contractor (1) Engineering Pay File (1) APPROVED �l� u,n c 4 ' �,. uL City Clerk (1) City Project File (1) �t Purchasinq (1) ��"101 Mo Finance (1) Jeff Richardson From: Ryan Schultz <rschultz@interwestgrp.com> Sent: Thursday, November 02, 2017 8:06 AM To: Jeff Richardson Cc: Jim Warner Subject: CCO 1 - Additional Concrete at Curb Ramps - 2017 Pavement Rehabilitation, CP 17-01 Attachments: CCO 1 - CP 17-01.pdf, Backup - CCO 1 - CP 17-Ol.pdf Jeff, Attached is CCO 1 for the 2017 Pavement Rehabilitation, CP 17-01. Please send 2 wet signature copies to my office for final processing with the City. If you have any questions, please let me know at (714) 293-0044 or by email, rschultz@interwestgrp.com. Thanks, Ryan Schultz Interwest Consulting Group 431 S. Palm Cyn Dr., Ste 200 Palm Springs, CA 92262 (714) 293-0044 Cell rschultz@interwestgrp.com 1 WESTCDn 10/24/2017 bimillwildliFid REVISED RFCO 41 Palm Springs 2017 Pavement Rehab prepared for ATP Item Description Quantity Unit I Unit Price Total 13 JR&R Curb Ramp,Type A-ADDITIONAL 26 EA $ 103.00 $ 2,678.00 14 R&R Curb Ramp,Type 8-ADDITIONAL 75 EA $ 199.00 $ 14,925.00 15 R&R Curb Ramp,Type C-ADDITIONAL 3 EA $ 101.00 $ 303.00 TOTAL RFCO#1 $ 17,906.00 Special Conditions; Prices shown are in addition to original contract prices. Prices represent the enlarged ramp area by changing contract requirements from Palm Springs Stds.212,213,214 dated 4125116 to Caltrans 2015 Std. Plan A88A Price assumes truncated domes will only be required 4'0"wide on Type A and Type C ramps. This work will add approximately 4 days. All other terms of original contract remain in effect. PAYMENT 1 of 1 Revised: 1 0124/2 01 7 @ 11:24 AM GENERAL ENGINEERING CONTRACTORS 4211 Ponderosa Ave,Ste C f San Diego I CA 1 92123 % �., .`V t)619.777Ji 1 ()858.292.1079 paving our roman green Contractor License#802506 1 DIR No.10012615 I DUNS No.96.162-2740 TO: 4iTy of Palm$ptin�s _ ATM Ryan Schultz 31 S Palm.Canyan Or,Ste 200 __ -EL (714)293 0044 -Palm Springs,CA 92262 - ......._._.__ EMA€C scl^uU2niniervucattlrtlnrim _ DATE: 10/18/17 REQUEST FOR CONTRACT CHANGE ORDER: We propose to furnish all labor,equipment and materials necessary to complete the following items of work and conditions indicated herein.Contract terms and conditions apply. Project Name:inn PBvemBnl Renamrtaocn,. Request for Change Order 2 y y.tt caner Conlracl No ATP Job No,: 17.15 ITEM ! DESCRIPTION OF WORN APPROX. UNIT UNIT PRICE TOTAL PRICE _ QUANTITY _._. �f..' .. •""T.. _ ._. - a......._.....u...W._- 2 ;''__.. ' ..Ad)uslmant in,Compensehon ro,Mo_l.y Pedestrian Ramps to complyy�th Calt ans 2015.Sid Plan A88A __ 1J iRBR Curb Ramp,TYpe A .,., __-.._ __ADD PER EACH UIC _ 26- EA .1 jj 4081g. $�Gv f, , 2-611 97 15 R8R Curb.Rump,Type C _ .. �._ - _. ADD PER EACH U/C _.7_3. FA Ef,j � 5 5 1 r .. 9541-an 14 R R Curb Ramp,( e 9 _ _,.... _._ _ _ .._... ...... ................. ' $ ...__...__.._.. _..__�_-.. .......RCO Subtotal ' $ -1iJ:487,5i7 ',.._ ._.... .. _.._..._.... C'ond i'. LS _ 1�k _ RCO Value $ ah3 R5158 Wntten acceptance of this RCO and issuance of a Contract Cbarge Ord-er IS aifBtl_ '_. __ rBf( 1Z, Z.?i"+r's�L ..�._. ,. .... il,-fit prior to commencement of work identified herein. Origin al Contract Amount1 � Y @'"[ `' $ 2,86910u AD Prior Change Orders Value of this RCO $ -M,E91:98' Revised Contract Amount S ,2.8s9 931:98 Current Completion Dale Days Added by thus RCO 4 _ Revised Completion Date Change Order Assumptions 1 Notes I Conditions _ Aaached I"Reference -Westcon Construction RFCO#1 Pro osai-Revised 10/24/17 ._.. _._.......... ........ _ ...._. .. _.. _. ,._,.____.._.... .,...._— ___. _—___... ...... ...... Proposal Acceptwl- ATP General Engineering _.._.� BY' By: October 24.2017 Jeff Richardson (619)922-0429 DATE Name: Title: Date' NOTICE:'LrvJIN thB M1I¢chkmG ti¢n Law(Cuiifmoia Code a[Crvl!Prwetlure,ti.d ml 116,el mabf.➢ny co¢irecla[.sbUcmfee^Nf.laurel:nopFlier of vinee pemon who hsIPA M unprnw your p..... but l¢fYM PAW fIN hl!Wvk or lupplies.Res a II jnl to enlolce 35;aim apainat your Prapatty_Thle InUd�l!oua au,a C.ae htldli'Iq,yg41 pfelleM W 0,1 bV WW t'y 0 tOufl glllia:AUQ(MR vo'v'ds Of 1ii.d10Sd1155'DI¢ IIIIS fN tut%{IBII¢V"Ilf hill if➢Vtl pd3d YUUf tlryllQ nt'dCIOt Jt fV IIP¢SlbWn(18�M,IAlgfelW51 (iCl�lMa110.11Up111 ' i of An Equal Opportunity Employer mvw,,paveit9rePr com AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this W'day of Pity 2011, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and ATP General Engineerinq Contractors. LLC 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: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 The Work comprises reconstruction and overlay of approximately 1,490,000 square feet of 59 street segments in various locations throughout the City of Palm Springs including: surveying and monument control (corner records), and recording, preservation and resetting of existing survey monuments; pulverization of existing asphalt concrete pavement; unclassified excavation (export); preparation of subgrade; asphalt concrete paving; adjustment of sewer manholes and water valves to grade; removal and replacement or installation of concrete curb ramps and installation of truncated domes; traffic striping, signage and markings; and all other appurtenant work. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. 2017 PAVEMENT REHABILITATION ORIGINAL BID CITY PROJECT NO, 17-01 AGREEMENT FORM JUNE 2017 AGREEMENT AND BONDS-PAGE 1 ";N'r/OR AGREEMENT 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 $ 2,869,700 Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 1 to 1 , inclusive, and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 AGREEMENT FORM JUNE 2017 AGREEMENT AND BONDS-PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of 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 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 AGREEMENT FORM JUNE 2017 AGREEMENT AND BONDS-PAGE 3 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. 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 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 AGREEMENT FORM JUNE 2017 AGREEMENT AND BONDS-PAGE 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, APPROVED BY THE CITY COUNCIL: CALIFORNIA Date tvl �-•Z By David H. a y n�a City Manager Agreement No. 7] U ATTEST: BY \L�� --- - Kathleen D. Hart Interim City Clerk APPROVE TO FORM: By Edward Z. Kotkin City Attorney RECO MENDEC BY Thomas Garcia, P.E. City Engineer 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 AGREEMENT FORM JUNE 2017 AGREEMENT AND BONDS-PAGE 5 CONTRACTOR By: ATP G*UXa� a-i no_,4/i Ka emiYaC*Y6. aG Firm/ ompany Name By By: �,��Signaature(,no/tar Signature (notarized) Name:_nUYCU.IIiL &GL!'�i(.� /// Name: Title: Title: A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy or validity of that document. the-above (This Agreement must be signed in the above s ace by one having authority to bind the space by one having authority to bind the Co tractor to the terms of the Agreement.) Contractor to the terms of the Agreement.) State f ) State of ) County f )ss County of )ss On On before me, before me, personally ap ared personally appeared who proved to a on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be he person(s) whose name(s) evidence to be the person(s) whose name(s) is/are subscribed the within instrument and is/are subscribed to the within instrument and acknowledged to m that he/she/they executed acknowledged to me that he/she/they executed the same in his/her/the authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by his/her/the signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), o the entity upon behalf instrument the person(s), or the entity upon behalf of which the person(s) ted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PER RY under the I certify under PENALTY OF PERJURY under the laws of the State of California that a foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary seel! Notary Seal: See Rfadu&o Ackr►awl?64' 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 PAYMENT BOND JUNE 2017 AGREEMENT AND BONDS-PAGE 6 CALIFORNIA ALL- PURPOSE CERTIFICATE OF 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 San Diego } On 8/21/2017 before me, Amanda K. Gibson .r.ru.n rwne WO IM Of OW OMM) personally appeared Donald Daley III r who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)&ire subscribed to the within instrument and acknowledged to me that tag he/they executed the same in Is er/their authorized capacity(ies), and that by Is er/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. AMANDA K.GOWN WITNESS my hand and official seal. Commission No. 21Ae"s -: NOTnmPttauccKWOt»rn SAN OIEGO.COUNTY My Comm E.pres 0CTOKR 15 2020 rrwn.r,....rr Notary Public S gnat (Notary Public Seal ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed,should be completed and attached to the document.Acknowledgmenu from other slates may be completed for documents being sent to that state so long as the wording does not require the California notary to violate California notary City of Palm Springs-Contract Agreement law. (Title or description of attached document) • State and County information must be the State and County where the document 2017 Pavement Rehabilitation Contract signers)personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s)personally appeared which (Title or description of attached document continued) must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your title(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. he/she dray;-is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual(s) information may lead to rejection of document recording. p Corporate Officer • The notary seal impression must be clear and photographically reproducible. Manager Impression must not cover text or lines. If seal impression smudges,re-seal if a I e sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attomey-in-Fact 4 Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. Other f• Indicate title or type of attached document,number of pages and date. ❑ 0 Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). www.NotaryClasses.com 800-873-9865 9 Securely attach this document to the signed document with a staple. City of palm springs,CA BID ABSTRACT Bid Abstract Vendors&Bid Amounts 3� jq BID# PR OJE T � ' ,`� �� �� ray' IN {� 1 NAME: Em L1; Tam DUE DATE:�i DESCRIPTION. , {) , 4 l E Total of all Bid Schedule items II ; Witnessed B Date: 'heck A License - License Detail Page 1 of Contractor's License Detail for License # 502506 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 bylaw(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 7071.47,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 ATP GENERAL ENGINEERING CONTRACTORS LLC 4211 PONDEROSA AVE STE C SAN DIEGO, CA 92123 Business Phone Number:(858)513-0611 Entity Ltd Liability Issue Date 12/08/1986 Reissue Date 03/08/2016 Expire Date 03/31/2018 License Status This license is current and active. All information below should be reviewed. Classifications _.__.. ... ._.-._._. . . ...__.. A-GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond ;This license filed a Contractor's Bond with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number: 106392666 Bond Amount: $15,000 Effective Date: 0 3/08120 1 6 Contractor's Bond History LLC EMPLOYEElWORKER BOND .. ......, This license filed a LLC Employee/Worker Bond with TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA. Bond Number: 106392667 Bond Amount: $100,000 :Effective Date: 03/08/2016 Bond of Qualifying Individual The qualifying individual DONALD LESTER DALEY JR 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: 03/08/2016 BQI's Bond History ....................... ........... ............ Workers'Compensation ttps://www2.cslb.ca.gov/OnlineServices/CheckLiccnseII/LieenseDetail.aspx?LicNum-502506 8/31/201 beck A License - License Detail Page 2 of policy Number:WSD5026322 )Effective Date: 04/14/2015 expire Date: 04114/2018 Workers'Compensation History ................... ..................... Liability Insurance Information ;This licensehas liability insurance with VALLEY FORGE INsURANCECOMPANY Policy Number: 5095128609 Amount: $2,000,000 lEffective Date: 04/14/2015 ;Expiration Date: 04/14/2018 Miscellaneous Information 03/08/2010-LICENSE REISSUED TO ANOTHER ENTITY 03/0812016-LICENSE REISSUED TO ANOTHER ENTITY .................................................... Other .......... ----------- ---------------- Personnel listed on this license(current or disassociated)are listed on other licenses. ttps://www2.cslb.ca.gov/OnlineServices/CheckLicenself/LicenseDetail.aspx?LicNum=502506 8/31/201 r _ CITY OF PALM SPRINGS, CALIFORNIA ENGINEERING SERVICES DEPARTMENT NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS FOR CONSTRUCTION OF THE: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 IN THE CITY OF PALM SPRINGS June 2017 .ti t � Thomas Garcia, P.E. City Engineer Bids Open: July 27, 2017 Dated: June 2017 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 The Special Provisions contained herein have been prepared by, or under the direct supervision of, the following Registered Civil Engineer, and are approved by: A. . ML OF Viren A. Shah, P.E. Civil Engineer C 52790 Approved by: Thomas Garcia, P.E. City Engineer Civil Engineer C 48279 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 JUNE 2017 SIGNATURE PAGE NOTICE TO BIDDERS, PROPOSAL, CONTRACT, AND SPECIAL PROVISIONS TABLE OF CONTENTS PART I — BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Discrimination Certification Non-Collusion Declaration Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond PART II --SPECIAL PROVISIONS Section 1 - Terms, Definitions, Abbreviations, and Symbols Section 2 - Scope and Control of Work Section 3 - Changes in Work Section 4 - Control of Materials Section 5 - Utilities Section 6 - Prosecution, Progress, and Acceptance of the Work Section 7 - Responsibilities of the Contractor Section 8 - Facilities for Agency Personnel Section 9 - Measurement and Payment Section 10- Construction Details PART III —APPENDIX City Street List Curb Ramp List Typical Project Cross Sections 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 SPECIAL PROVISIONS JUNE 2017 GENERAL CONTENTS-PAGE 1 City of Palm Springs Standard Drawings: CPS 100 Standard Monument Type A CPS 100A Standard Monument Type B CPS 200 Curbs, Gutters and Cross Gutters CPA 201 Standard Driveway Approach CPS 206 Curb Return, Spandrel and Cross Gutter CPS 212 Curb Ramp Detail Type A CPS 212A Curb Ramp General Notes CPS 213 Curb Ramp Detail Type B CPS 214 Curb Ramp Detail Type C CPS 402 Top of Manhole Detail CPS 624 Sign Installation CPS 625 Stop Bar and Legend Detail California MUTCD 2014 Edition: Figure 913-2 Regulatory Signs and Plaques for Bicycle Facilities Figure 9C-3 Word, Symbol and Arrow Pavement Markings for Bicycle Lanes Figure 9C-9 Shared Lane Marking Figure 9C-101(CA) Marking Details for Bicycle Lanes Figure 9C-102(CA) Examples of Bicycle Lane Treatment Figure 9C-104(CA) Examples of Markings for Buffered Bike Lanes Desert Water Standard Drawing W111 Valve Box Installation 2015 Caltrans Standard Plans A20A Pavement Markers and Traffic Lines Typical Details A20B Pavement Markers and Traffic Lines Typical Details A20C Pavement Markers and Traffic Lines Typical Details A20D Pavement Markers and Traffic Lines Typical Details A24A Pavement Markings Arrows A24C Pavement Markings Symbols and Numerals A24D Pavement Markings Words A24E Pavement Markings Words, Limit and Yield Lines 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 SPECIAL PROVISIONS JUNE 2017 GENERAL CONTENTS-PAGE 2 CITY OF PALM SPRINGS ENGINEERING SERVICES DEPARTMENT PART I - BIDDING AND CONTRACTUAL DOCUMENTS AND FORMS 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 Notice Inviting Bids Instructions to Bidders Bid Forms Bid (Proposal) Bid Schedule List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Discrimination Certification Non-Collusion Declaration Bidder's General Information Bid Bond (Bid Security Form) Agreement and Bonds Agreement Form Worker's Compensation Certificate Performance Bond Payment Bond 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 PART 1 CONTENTS JUNE 2017 PAGE 1 CITY OF PALM SPRINGS NOTICE INVITING BIDS 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the 2017 PAVEMENT REHABILITATION, City Project No. 17-01,will be received by the Office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on July 27, 2017, at which time they will be opened and read aloud. The Engineer's estimate range is $2,880,000 to $3,360,000. N-2 DESCRIPTION OF THE WORK: The Work comprises reconstruction and overlay of approximately 1,490,000 square feet of 59 street segments in various locations throughout the City of Palm Springs including: surveying and monument control (comer records), and recording, preservation and resetting of existing survey monuments; pulverization of existing asphalt concrete pavement; unclassified excavation (export); preparation of subgrade; asphalt concrete paving; adjustment of sewer manholes and water valves to grade; removal and replacement or installation of concrete curb ramps and installation of truncated domes; traffic striping, signage and markings; and all other appurtenant work. The work shall be diligently prosecuted to completion before the expiration of: 80 working days N-3 AWARD OF CONTRACT: (a)The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, and reject all other bids, as it may best serve the interest of the City. If there are multiple and/or alternative Bid Schedules, Bidders are required to bid on all Bid Schedules. The basis of award is the total sum of Base Bid Schedule. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. (c) As a condition of award or after April 1, 2015, the contractor and any subcontractor listed on the bid must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the California Labor Code. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 120 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C12 Contractor license at the time of submitting bids. N-7 CALIFORNIA WAGE RATE REQUIREMENTS: The Contractor 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 for the locality where the work is to be performed. All contractors and subcontractors must furnish electronic certified payroll records directly to the Labor 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 NOTICE INVITING BIDS JUNE 2017 PAGE 1 Commissioner (via the Division of Labor Standards Enforcement) as further described in Article 5 of the Construction Contract (Mutual Obligations). A copy of said wage rates is available on-line at: hftp://www.dir.ca.gov/OPRUDPreWageDetermination.htm The Contractor and any subcontractors shall pay not less than said specified rates and shall post a copy of said wage rates and other notices prescribed by regulation at the project site. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the City of Palm Springs Engineering Services Department, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) A digital copy of said Contract Documents is available without charge on-line at: https://www.dropbox.com/sh/6o32wbrnoxtirnb/AAAnOtTCB3fostgokaNG3aBa?dl=0 (c) Registration as a Bidder: If you are interested in submitting a bid, Bidders shall contact the Engineering Services Department by e-mail at bidinfo@palmspringsca.gov, or by phone at (760) 323-8253, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders are encouraged to register to ensure receipt of any Addenda issued by the City. (d) This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at: h ttp://www.p a l m s p r i n g s-ca.qov/g ove rn m e n t/d e p a rt m e n is/procurement-co n t ra ct i n g (e) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: City of Palm Springs Engineering Services Department, by fax to (760) 322-8325, or by e-mail to bidinfo@palmspringsca.gov. Questions must be submitted in writing at least 5 working days prior to bid opening. Questions submitted within 5 working days of bid opening will not be accepted. N-10 LOCAL BUSINESS PROMOTION — In accordance with 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)", the prime contractor shall use good faith efforts to sub-contract the supply of 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 NOTICE INVITING BIDS JUNE 2017 PAGE 2 materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. N-X ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Division, City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Bid For' followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. By Date 6/21/2017 Thomas Garcia, P.E. City Engineer City of Palm Springs 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 NOTICE INVITING BIDS JUNE 2017 PAGE 3 r CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and not defined herein shall have the meanings assigned to them in the General and Special Provisions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Engineer" shall be as defined in the Special Provisions. 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder, but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information," included in these Special Provisions. Note, the City reserves the right to reject a Bidder as not responsible if the Bidder's prior work experience reflects negative performance based on the City's investigations into the Bidder's prior work experience, or the Bidder has had any civil wage and penalty assessments filed against the Bidder by the California Department of Industrial Relations for failure to pay prevailing wages, or such other negative findings against the Bidder that the City may obtain in its investigations. Except as otherwise provided under Public Contract Code §20103.5, no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of award. 3. DISQUALIFICATION OF BIDDERS - More than one Bid from an individual, firm, partnership, corporation, or association under the same or different names will not be considered. If the City believes that any Bidder is interested in more than one Bid for the Work contemplated, all Bids in which such Bidder is interested will be rejected. If the City believes that collusion exists among the Bidders, all Bids will be rejected. Bidders must comply with the registration requirements of Labor Code Section 1725.5, as further described in the Notice Inviting Bidders; failure to comply with the bidder registration requirements will disqualify a Bidder. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE— (a) It is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Engineer of all conflicts, errors, or discrepancies noted in the Contract Documents. (b) Reference is made to the Special Provisions for identification of those reports of explorations and tests of subsurface conditions at the site which may have been utilized by the Engineer in the preparation of the Contract Documents. However, such reports are 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 1 NOT a part of the Contract Documents. The interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations, and opinions contained therein or the completeness thereof is the responsibility of the Bidder. If a copy of those reports are included in the Appendix of the Special Provisions, they are provided as a courtesy to the Bidder. (c) Unless otherwise provided in the Appendix of the Special Provisions, copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are NOT part of the Contract Documents, but any technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Special Provisions. (d) Subject to the provisions of Section 4215 of the California Government Code, information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Engineer by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Special Provisions. (e) Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions, underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in the Standard Specifications and Special Provisions. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense, make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost, progress, or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g) Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h) The lands upon which the Work is to be performed, the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i) The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article; that without exception the Bid is premised upon performing the Work required by the Contract 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 2 Documents and such means, methods, techniques, sequences, or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terms and conditions for performance of the Work. 5. INTERPRETATIONS - All questions about the meaning or intent of the Contract Documents are to be directed to the Engineer. Interpretations or clarifications considered necessary by the Engineer in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by the Engineer or the City as having received the Contract Documents. Questions received less than 5 working days prior to the date of opening Bids will not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications received from the City will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE - Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will furnish the necessary insurance certificates, Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Standard Specifications or Special Provisions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form included within these Special Provisions, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY-Within 14 days after award of the Contract, the City will return all bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM - The Bid shall be made on the Bid Schedule sheets included with the Bid Documents. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder shall Bid on all individual Bid Schedules. All bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and in the event of any conflict between the words and figures, the words shall govern. The envelope enclosing the sealed bids shall be plainly marked in the upper left-hand corner with the name and address of the Bidder and shall bear the words "DO NOT OPEN IN REGULAR MAIL-THIS IS A SEALED BID FOR," followed by the title of the Contract Documents for the Work, the name of the "CITY OF PALM SPRINGS," the address where the bids are to be delivered or mailed to, and the date and hour of opening of bids. The Bid Security shall be enclosed in the same envelope with the Bid. 9. SUBMITTAL OF BIDS - The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 3 is received in proper time. Bids will not be accepted after the appointed time for opening of bids, no matter what the reason. 10. DISCREPANCIES IN BIDS- In the event that there is more than one Bid Item in the Bid Schedule, the Bidder shall furnish a price for all Bid Items in the schedule, and failure to do so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid Items in a Bid Schedule and the "amount' indicated for a unit price Bid Item does not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. However, if a unit price is unreadable or otherwise unclear, or is omitted, or is the same as the amount as the entry in the item total column, then the amount set forth in the item total column for the item shall prevail and shall be divided by the estimated quantity for the item and the price thus obtained shall be the unit price, and the Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid Item in a Bid Schedule and the total indicated for the schedule does not agree with the sum of prices Bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. QUANTITIES OF WORK— (a)The quantities of work or material stated in unit price items of the Bid are supplied only to give an indication of the general scope of the Work; the City does not expressly or by implication agree that the actual amount of work or material will correspond therewith. (b) In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit prices established for such work under the Contract Documents; provided, that on unit price contracts, increases of more than 25 percent, decreases of more than 25 percent, and eliminated items shall be adjusted as provided in Section 3 of the Standard Specifications and Special Provisions. 12. WITHDRAWAL OF BID - The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or it's properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 13. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS - Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineation, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral, FAX, telegraphic, or telephone Bids or modifications will not be considered. 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 4 14. LIQUIDATED DAMAGES - Provisions for liquidated damages, if any, shall be as set forth in the Agreement and the provisions of the Special Provisions. 15. SUBSTITUTE OR "OR-EQUAL" ITEMS - The procedure for submittal of any application for a substitute or "or-equal" item by the Contractor and consideration by the Engineer is set forth in Section 4 of the Standard Specifications and Special Provisions. 16. AWARD OF CONTRACT - Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive, responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open, unless extended by mutual agreement of the bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid Items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, the City may award schedules individually or in combination. In the case of 2 or more Bid Schedules which are alternative to each other, only one of such alternative schedules may be awarded. 17. EXECUTION OF AGREEMENT-The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided, shall secure all insurance, and shall furnish all certificates and bonds required by the Contract Documents within 7 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive, responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement,each such bidder's Bid Securities shall be likewise forfeited to the City. 18. WORKER'S COMPENSATION REQUIREMENT-The Bidder should be aware that in accordance with laws of the State of California, the Bidder will, if awarded the Contract, be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 19. GUARANTEE- Unless otherwise prohibited by federal regulations applicable to the contract, the Contractor shall guarantee the Work against defective material or workmanship for a period of one (1) year from the date of completion of the contract. Damages due to acts of God or from sabotage and/or vandalism are specifically exempted from the guarantee. When defective material and/or workmanship are discovered which require repairs to be made under this guarantee, all such work shall be done by the Contractor at his own expense within five (5) days after written notice of such defects has been given to him by the City. Should the Contractor fail to repair such defective material or workmanship within five (5) days thereafter, the City of Palm Springs may cause the necessary repairs to be 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 5 made and charge the Contractor with the actual cost of all labor and material required. Any repair work performed as herein specified shall be done under the provisions of the original contract specifications. The Contractor shall arrange to have his faithful performance bond guaranteed for twenty- five percent (25%) of the total bid price to be held for a period of one (1) year after the date of completion of the contract and acceptance by the City Council to cover his guarantee as set forth herein. 20. LOCAL BUSINESS PROMOTION — 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. 21. CONTRACTOR REGISTRATION REQUIREMENTS — Bid Proposal and Contract Award Prohibited. Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854 (2014), unless registered with the State of California Department of Industrial Relations (DIR), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for public works projects on or after March 1, 2015. Similarly, a public entity cannot award a public works contract to a non- registered contractor, effective April 1, 2015. New Contract and Project Reporting Requirements Imposed Upon Public Entities. SB 854 requires that bid invitations and public works contracts specify that a project is subject to compliance monitoring and enforcement by the DIR, that contractors and subcontractors must register in order to submit a bid and be awarded a contract. Beginning April 1, 2015, the City of Palm Springs may only award public works projects to contractors and subcontractors that comply with the new Public Works Contractor Registration Law (SB 854). More information is available at the following links: hftp://www.dir.ca.gov/Public-Works/PublicWorks.html Contractors doing public works must register and meet requirements using the online application before bidding on public works contracts in California. The application also 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 6 f provides agencies that administer public works programs with a searchable database of qualified contractors. A bid submitted by a Contractor who is not appropriately registered with the state of California will be found non-responsive. - END OF INSTRUCTIONS TO BIDDERS - 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 INSTRUCTIONS TO JUNE 2017 BIDDERS-PAGE 7 City of Palm Springs Engineering Services Department . �q� ' 3200 East Tahquitz Canyon Way- Palm Springs,California 92262 "# tFORN Tel:(760)323-8253- Fax:(760)322-8360 -Web:www.palmspringsca.gov Addendum Number 1 2017 Pavement Rehabilitation City Project No. 17-01 To all prospective bidders under Specifications for the 2017 Pavement Rehabilitation, City Project No. 17-01, which are to be received by the City of Palm Springs at the Office of the Procurement and Contracting Manager at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, until 3:00 P.M. on July 27, 2017. The intent of this Addendum No. 1 is to address requests for information received. I. The following responses to Requests for Information shall be acknowledged: Question 1: We have noted the 2% cross slope for the pulverized streets that is shown on the Detail within the Specifications. With that said, if more pulverized material is left in place, the structural section will be more substantial and will provide a benefit to the City. Will the City allow greater than a 2% cross slope on the pulverized streets in order for the City to take advantage of the benefit that additional in-place pulverized material will provide?What is the requirement for crossfall if the streets have an existing cross-fall of greater than 2%? Response 1: The City requires a 2% cross slope for pulverized streets as shown in the specifications. A greater cross slope may be used on a case-by-case basis in order to match existing constrained conditions as determined by and/or at the discretion of the City Engineer. Question 2: On the Bidder's List of Subcontractors (Bid Documents, Pages 6-7), the form contains a line for Type of Subcontractor and includes check boxes for First Tier, Second Tier, Supplier and Service Contractors. Based upon the language contained in the Special Provisions, I assume that the check box for First Tier Subcontractor is the only one that will be used, as this is what is required by the Specifications and by Public Contract Code. Please confirm that First Tier Subcontractors are the only ones that will be listed on the Subcontractor Listing Form. Response 2: Yes, only the First Tier Subcontractors are to be listed in the Bidder's List of Subcontractors. Question 3: Bid Item 4 Pulverize (D=9") quantity is 1,253,700 SF; the listed streets total 307,476; Please Clarify. 2017 Pavement Rehabilitation City Project No. 17-01 Addendum No. 1 July 24, 2017 Page 2 Response 3: Bid Item No. 4 is a combination of two quantities, identified on the "STREET LIST' in the Appendix of the Special Provisions: 946,205 SF for 8.5" Pulverize and 307,426 SF for 9.0" Pulverize; and its total being rounded to 1,253,700 SF at Bid Item No. 4. Therefore the Bid Item 4 is combination of 8.5" as well as 9" pulverization quantities; included as a single Bid Item No 4 for the sake of simplicity. Question 4: Bid Item 6 Pulverize (Depth = 6") quantity is 1,253,700 SF; Sub Question A: The listed streets total 946,205 SF; Sub Question B: The Street listing references 8.5" pulverization. Please clarify. Response 4: Bid Item No. 6 Pulverized Base Material (Depth = 6") with quantity of 1,253,700 SF includes combination of 946,205 SF for those streets where 8.5" Pulverization is necessary plus those streets where 9.0" of Pulverization is necessary as indentified in the 'STREET LIST" in the appendix of the Special Provisions. The Special Provisions as originally issued shall be used in submitting bids, and an acknowledgment of receipt of this Addendum No. 1 shall be entered on Page 2 of the Bid Forms. Failure to provide such acknowledgment may render the bid as non-responsive and subject to rejection. Date: July 24, 2017 BY ORDER OF THE CITY OF PALM SPRINGS IFf� t FI' By Thomas Garcia, P.E. City Engineer RCE 48279 BID DOCUMENTS Only the following listed documents, identified in the lower right corner as 'Bid Forms" shall be fully executed and submitted with the Bid at the time of opening of Bids. Bid (Proposal) Bid Schedules List of Subcontractors Local Business Preference Program Good Faith Efforts Non-Collusion Declaration Non-Discrimination Certification Bid Bond (Bid Security Form) Bidder's General Information Failure of a Bidder to fully execute and submit all of the listed documents with the Bid will render a Bid as non-responsive and subject to rejection. 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 COVER SHEET JUNE 2017 BID FORMS-PAGE 1 BID PROPOSAL BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 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 j Date or 7 Number Date Number Date Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 BID PROPOSAL JUNE 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: 7 Bidder:ATP A&MLe &M*neeaI&W 116"-an( wyg) ACC By: (Signature) Title: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 BID PROPOSAL JUNE 2017 BID FORMS-PAGE 3 BID SCHEDULE Schedule of Prices for Construction of the: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilization --- LS $ 2. Temporary Traffic Control --- LS $ Otte ` 3. Water Pollution Control --- LS $ 3, 500.00 4. Roadway Pulverization (Depth = 9") 1,253,700 SF $ . 0(0 $�5�2�?�.00 5.(F) Unclassified Excavation (Export) 11,600 CY $ ,00 $"(vF 00 ). OD 6. Pulverized Base Material (Depth = 6") 1,253,700 SF $ 09 $ 12 .00 7. 0.1' Cold Mill AC Pavement 168,800 SF $ ,a� $37� ►3� pp 8. 2" Cold Mill AC Pavement 68,700 SF $ , a3 $ 5 01.00 9. 0.1' Asphalt Concrete Overlay Type C2 1250 TON $ 10. 2"Asphalt Concrete Overlay Type C2 850 TON $ 00 $ 750.00 11. Asphalt Concrete Type C2 (Depth = 2.5") 14,540 TON $ 00 $ 54P 0 0.00 12. Asphalt Concrete Type C2 (Depth = 3") 5,670 TON $6 ,00 $aqz, ggo.oo Remove and Reconstruct Curb Ramp 13. Type A 26 EA $ 700.DO z00. 00 Remove and Reconstruct Curb Ramp 14. Type B 75 EA $3 550.00 $ 0.00 Remove and Reconstruct Curb Ramp 15. Type C 3 EA $ 3�`�0 $12 0. 00 Adjust Water Valve to Grade — DWA Std. 16. W111 145 EA $ 00 $OP 0?50.00 6en¢ra� 'r(�n ��fraCt�rSI a6 Name of Bi er or Fir 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 BID SCHEDULE JUNE 2017 BID FORMS-PAGE 4 BID SCHEDULE (Continued) Schedule of Prices for Construction of the: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 Item Description Estimated Unit Unit Amount No. Quantity Price Adjust Sewer Manhole to Grade—City 17' Std. 402 104 EA $ "750" $ -7JS 000- 18. Traffic Striping and Markings --- LS 19. Field Orders --- AL $155,000" TOTAL OF ALL ITEMS OF THE BID SCHEDULE: (Price in figures) (Price in words) pp Note:"(F)"identifies a"Final Pay"item, and shall be paid in accordance with Section 9-1.4 of the Special Provisions. 'An allowance has been provided for Field Orders in accordance with Section 9-3.5 of the Special Provisions. The Contractor shall be limited to payment for Field Orders authorized by the Engineer up to and not exceeding the allowance specified. QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. SPECIAL NOTE: In the event of any"missing" bid items or scope of work not otherwise included or identified in the Bid Schedule, but indicated or required by the Plans and Specifications, the Contractor shall prosecute the work as required by the Plans and Specifications, and payment for any "missing" bid items or scope of work shall be included in the various bid items of work, and no additional payment will be allowed therefore. A-t 2 &?n:2YAQ l,dd11 Y1 et°Yi'l�tQ' Coat traCtvYS, L GG Name of Bidde or Firm 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 BID SCHEDULE JUNE 2017 BID FORMS-PAGE 5 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 2 1. Name of Prime Contractor: ATP General Engineering Contractors,LLC 2. Bid Items/Portion of Work to be Self-Performed (if less than 100%of the contract): 1-3,5(p),6,7-8(p),9-12,16-17 3. Dollar Amount of Work Self- 4. Percentage of Work Self- 5. Date: erformed: Performed: 7 27 2017 1 S%51�� lao .(A5/. 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: Pavement Recycling Systems,Inc 3. Address 10240 San Sevaine Way,Jurupa Valley, CA 91752 4. Bid Items/Portion of Work: 4,7-8(p) 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 951-682-1091 569352 ❑ <$1M ❑ < $5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M IN >$15M 4 Epp cAgs� Registration No: 1000003363 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ® No 12. DBE Certification No.: 3.5% BIDDER'S LIST OF SUBCONTRACTORS— (Continued) 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 LIST OF SUBCONRACTORS JUNE 2017 BID FORMS-PAGE 6 Copy this page as needed to provide a complete listing. Page of 2 1. Type of Subcontractor(Check One) ® First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: Westcon Construction 3. Address: 81-149 Indio Blvd,Indio,CA 92201 4. Bid Items/Portion of Work: 13-15 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 760-775-7070 858370 ❑ <$1 M IN < $51M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor El <$15M 11 > $15M 420,620.00 Registration No: 1000007446 10. Perce tage of Contracted Work: 11. DBE Firm? ❑ Yes C3 No 12. DBE Certification No.: 1a.uto1. 1. Type of Subcontractor(Check One) 13 First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: Statewide Stripes,Inc 3. Address: PO Box 600710,San Diego,CA 92160 4. Bid Items/Portion of Work: 18 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: 858-560-6887 788286 ❑ <$1 M ❑ <$5M ® < $10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ <$15M ❑ >$15M Opp- Registration No: 1000001334 10. Percentage of Contracted Work: 12. DBE Certification No.: 11. DBE Firm. ® Yes [] No 1 .15 32232 /• 1. Type of Subcontractor(Check One) ❑ First Tier; ❑ Second Tier; ❑ Supplier; ❑ Service Contractor(e.g. Trucking) 2. Subcontractor Name: 3. Address: 4. Bid Items/Portion of Work: 5. Phone No.: 6. Contractor's License No.: 7. Annual Gross Receipts: ❑ <$1 M ❑ <$5M ❑ <$10M 8. Amount of Contracted Work: 9. DIR Public Works Contractor ❑ < $15M ❑ >$15M Registration No: 10. Percentage of Contracted Work: 11. DBE Firm? ❑ Yes ❑ No 12. DBE Certification No.: 2017 PAVEMENT REHABILITATION LIST OF SUBCONRACTORS CITY PROJECT NO. 17-01 JUNE 2017 BID FORMS-PAGE 7 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No. 17-01 Bid Opening Date 7-27-2017 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: Local firms that will furnish materials or supplies to the Bidder for this project: CCA-Coachella 88200 Fargo Cyn Rd,Indio CA 92203 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 LOCAL BUSINESS PREFERENCE PROGRAM JUNE 2017 GOOD FAITH EFFORTS BID FORMS-PAGE 8 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 Direct Contact - Email 7-17-2017 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 Westcon Construction 7-17-2017 E-Mail 7/18/17; 7/25/17 CCA-Coachella 7-17-2017 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 LOCAL BUSINESS PREFERENCE PROGRAM JUNE 2017 GOOD FAITH EFFORTS BID FORMS-PAGE 9 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally ($) Of Performs Item Contract (Y/N) Concrete N R&R Ped Ramps HMA Supply&Trucking N HMA Manufacture &Haul 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: Names, addresses and phone numbers of firms selected for the work above: Westcon Construction 760-775-7070 CCA-Coachella 760-600-0665 NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 LOCAL BUSINESS PREFERENCE PROGRAM JUNE 2017 GOOD FAITH EFFORTS BID FORMS-PAGE 10 Jeff Richardson From: Gary Spinetti <Gary@westcon-inc.com> Sent: Tuesday,July 25, 2017 5:07 PM To: Jeff Richardson Subject: RE: 2017 Pavement Rehabilitation - City of Palm Springs Yes—I just wanted to make sure before I spend the morning looking at 100 ramps. Gary Spinetti Westcon Construction gary@westcon-inc.com From:Jeff Richardson [mailto:jeffr@paveitgreen.com] Sent:Tuesday,July 25, 2017 5:05 PM To: Gary Spinetti<Gary@westcon-inc.com> Subject: RE: 2017 Pavement Rehabilitation-City of Palm Springs Yes. You have me covered right? From:Gary Spinetti fmailto:Garv@westcon-inc.com] Sent:Tuesday,July 25, 2017 4:52 PM To:Jeff Richardson <'effr aveit reen.com> Subject: RE: 2017 Pavement Rehabilitation -City of Palm Springs Jeff— Are you still bidding the Palm Springs Pavement Rehab job on Thursday? Gary Spinetti Westcon Construction gary@westcon-inc.com From:Jeff Richardson f mailto:jeffr@paveitgreen.com] Sent:Tuesday,July 18, 2017 6:58 AM To:Gary Spinetti<Garv@westcon-inc.com> Subject: RE: 2017 Pavement Rehabilitation-City of Palm Springs Thanks Gary. From:Gary Spinetti [mailto:Gary@westcon-inc.com] Sent: Monday,July 17, 2017 3:28 PM To:Jeff Richardson <jeffr�green.com> Subject: RE: 2017 Pavement Rehabilitation -City of Palm Springs Jeff— 1 I hadn't planned to because when I checked the plan holders list it was all union companies that do their own concrete. If you are going to bid we will take another look. Gary Spinetti Westcon Construction gars@westcon-inc.com From:Jeff Richardson [mailto:ieffr@paveitgreen.com] Sent: Monday,July 17, 2017 2:42 PM To: Gary Spinetti<Gary@westcon-inc.com> Subject: 2017 Pavement Rehabilitation -City of Palm Springs Gary, Will you be bidding the Pavement Rehab for Palm Springs on July 27rh? Thanks— Jeff Regards, Jeff Richardson, Estimator PH 619.922.0429 1 FAX 858.292.1079 4211 Ponderosa Avenue, Ste C I San Diego, CA 92123 www.PaveItGreen.com T JW bAPlease consider the environment before printing this email. 2 NON-COLLUSION DECLARATION The undersigned declares: I am the Mgmer of ATP(2eYlW6U iig y10C6HWad6K.U,G the (Title f Officer) irm/Co pany) 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 foreg 'ng is true and correct and that this declaration is executed on Date) (City) (State) Signature 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 NON-DISCRIMINATION CERTIFICATION JUNE 2017 BID FORMS-PAGE 11 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: 1. 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 6-engraQ S C NAME OF PERSON SIGNING TITLE OF PERSON SIGNING I)Q1UIJd, Dalell ��� �ll�IRLJ�,r DATE 7/o�Jr/o2�I, Please include any additional information available regarding equal opportunity employment programs now in effect within your company. 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 NON-DISCRIMINATION CERTIFICATION JUNE 2017 BID FORMS-PAGE 12 BID BOND KNOW ALL MEN BY THESE PRESENTS, That ATP General Engineering Contractors as Principal,and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto the City of Palm Springs,California, hereinafter called the"City"in the sum of: Ten(10%)Percent of the Total Amount of the 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 Schedules) of the Citys Contract Documents entitled: 2017 PAVEMENT REHABILITATION CITY PROJECT NO. 17-01 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 lath day of July Zp 17, EXECUTED FOR THE PRINCIPAL: EXECUTED FOR THE SURETY: Bj. e Engine ontractors By Travele sL s Ity and Surety Company of America ignatureIZE (NOTARIZED) (N ARID) PrinfName'mind Tide: Print Name end Title: r Ud /1(lG�ln/e r, .Mmmt Dennis Langer,Attorney-in-Fact By U Signature (NOTARIZED) Print Name and Title: 2017 PAVEMENT REHABILJTATION BID BOND(BID SECURITY FORM) CITY PROJECT NO.17-D1 BID FORMS-PAGE 19 JUNE 2D17 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 A notary public or other officer completing this certificate verifies only the,identity of the individual who signed the document to which this certificate is attached,and not the truthfulness,accuracy,or validity of that document. State of Califomia ) County of Los Angeles ) On July 14, 2017 before me, Yalonda M. Eubank, Notary Public Date Here Insert Name and Title of the Officer personally appeared Dennis Langer Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(io whose name(4 isbaK subscribed to the within instrument and acknowledged to me that hey5be(IM executed the same in his&lieXOMnuthorized capacity0pa and that by hisXXV01h0signature(g on the instrument the person(jo, or the entity upon behalf of-which the persona)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. YALONDA M.EUBANK WITNESS m hand and official seal. Notary Public- California y i -m Los Angeles County i = Commission #2152316 n My Comm.Expires May 7,2020 Signa7'Yalonda ignature of ry Public M. Eub nk, Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: July 14, 2017 Number of Pages: Signer(s) Other Than Named Above: NONE Capacity(ies)Claimed by Signer(s) Signer's Name: Dennis Langer Signer's Name: ❑Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑General ❑ Partner — ❑ Limited ❑General El Individual Z Attorney in Fact ❑I Individual ❑Attomey in Fact Trustee ❑Guardian or Conservator ❑Trustee ❑Guardian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signer is Representing: 02014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 i I I i CALIFORNIA ALL- PURPOSE CERTIFICATE OF 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 San Diego } On July 17th, 2017 before me, _Amanda K. Gibson, Notary Public ere nae name a e BT Ine o car personally appeared Donald Daley III who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) 1s re subscribed to the within instrument and acknowledged to me that (she/they executed the same in is edtheir authorized capacity(ies), and that by 1s edtheir signature(e) 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. AMANDA K.0111180011 q&MY WITNESS my hand and official seal Commission No. 2168115 NOTARY PUBLIC•CAUFORNIA SAN DIEGO.COUNTY Comm Egwes OCTOBER 15.2010 r w�-w-w« Notary Public Sign u e (Notary Public Seal) ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM This form complies with current California statutes regarding notary wording and, DESCRIPTION OF THE ATTACHED DOCUMENT if needed should be completed aril attached to the document.Acknowledgments from other states may be completed for documents being sent to that state so long City of Palm Springs, 2017 PVmnt. Rehab. as the wording does not require the California notary to violate California notary raw. (Title or description of attached document) • State and County information must be the State and County where the document Bid Bond signer(s)personally appeared before the notary public for acknowledgment. (Title a descriptor of attached document continued) • Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her Number of Pages Document Date commission followed by a comma and then your tide(notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. hee/shc4he5—is/are)or circling the correct forms.Failure to correctly indicate this ❑ Individual(s) information may lead to rejection of document recording. 0 Corporate Officer • The notary seal impression must be clear and photographically reproducible, Man a er Impression must not cover text or lines. If seal impression smudges,re-seal if a it a sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. CI Attorney-in-Fact + Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. ❑ Other 7 Indicate title or type of attached document,number of pages and date. e Indicate the capacity claimed by the signer.If the claimed capacity is a corporate officer,indicate the title(i.e.CEO,CFO,Secretary). wvvw.NotaryClasses.com 800-873-9865 • Securely attach this document to the signed document with a staple. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER TRAVELERS JW POWER OF ATTORNEY Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company Attorney-In Fact No. 231636 Certificate No. 007166376 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut,that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa,and that Fidelity and Guaranty Insurance Underwriters,Inc.,is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the"Companies"),and that the Companies do hereby make,constitute and appoint Paul Boucher,Tim Noonan,Janina Monroe,and Dennis Langer of the City of Los Angeles ,State of California their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above,to sign,execute,seal and acknowledge any and all bonds,recognizances,conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons,guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and thew corporate seals to be hereto affixed,this 28th day of March 2017 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian insurance Company �yG.�o9oU.+kT` yF,R[by eO\„=�HSG9 Jpi.1N9V9yb. '�P\(Y 9Np SL ®R00*9 a State of Connecticut cf � By: City of Hartford 55. Robert L,Raney,Senior Vice President On this the 28th day of March 2017 before me personall y y appeared Robert L.Raney,who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company,Fidelity and Guaranty Insurance Underwriters,Inc.,St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,Travelers Casualty and Surety Company,Travelers Casualty and Surety Company of America,and United States Fidelity and Guaranty Company,and that he,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. 6 I", In Witness Whereof,I hereunto set my hand and official seal. My Commission expires the 30[h day of June,2021. * AIfBI N Marie C.Teneault,Notary Public 58440-5-16 Printed in U.S.A. WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER 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 Str et Address: _AJP Cg�LQJ 6qah*yI0C P 7 k.ZX1 FL& btl� SGC,{'1 alevD CA qT U3 Telephone Number: (616) ) 7 7 7- �3100 Facsimile Number: (g58) E-Mail: M!/2Ala1/P/>`G�i'P2Yl. Tax Identification Number: 2. TYPE OF FIRM Individual Partnership Corporation (State O) Minority Business Enterprise (MBE) Women Business Enterprise (WBE) Small Disadvantaged Business (SDB) Veteran Owned Business Disabled Veteran Owned Business 3. CONTRACTOR'S LICENSE: Primary Classification A State License Number(s) 50,V5NP Supplemental License Classifications NUH-Q, 4. BUSINESS LICENSE: Yes No License No.: 5. Surety Company and Agent who will provide the required Bonds: Name of Surety Loci_-`Ium InSLLrGV' e, brbfC-e ; LLG Address 725 J. ?Om _ Cur Surety Company dT 71 � Telephone Numbers: Agent (a(3) q Surety (0,13 ) 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 BIDDER'S GENERAL INFORMATION JUNE 2017 BID FORMS-PAGE 14 BIDDER'S GENERAL INFORMATION (Continued) 6. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: 6 ei� ad 7. Number of years experience as a contractor in this specific type of construction work: 1 8. List at least three related projects completed to date: S,o-f, 4 t 60u (, '&hih+ A a. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number b. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number C. Owner Address Contact Class of Work Phone Contract Amount Project Date Completed Contact Person Telephone number 9. Name of Project Manager/Superintendent: mm 10. Name(s) of person(s) who inspected job site: T'ef'tlC�la{���(7Yl 2017 PAVEMENT REHABILITATION CITY PROJECT NO.17-01 BIDDER'S GENERAL INFORMATION JUNE 2017 BID FORMS-PAGE 15 ATP GENERAL ENGINEERING CONTRACTORS, LLC CORPORATE OFFICERS • PRESIDENT-Donald Daley III 14345 Ciera Court, Poway,CA 92064 7 years with the firm • TREASURER—Donald Daley Jr. 5125 Rancho Quinta Bend,San Diego,CA 92130 7 years with the firm • SECRETARY—Kari Saragusa 3137 Mars Court, Lafayette, CA 94549 7 years with the firm • Exhibit A ATP General Engineering Contractors-Technical Ability and Experience Date Completed Employer Contact Type of Work Contract Amount 4/1/2016 City of San Diego Jeff Wooley City of San Diego Overlay 15,000,000 9485 Aero Drive (858)627-3272 SP13 Job Order Contract San Diego,CA 92123 Prime Contractor 5/31/2015 City of San Diego Jeff Wooley City of San Diego Overlay 8,095,264 9485 Aero Drive (858)627-3272 FY 13 Asphalt Overlay San Diego,CA 92123 Prime Contractor 11/1/2013 County of San Diego Ian Nguyen County Overlay 4,176,964 5555 Overland Ave (858)232-1068 Steel Resurfacing San Diego,CA 92123 Prime Contractor 9/1/2015 City of Vista Paul Mochel City Overlay-Street Resurfacing 5,115,330 200 Civic Center Dr (858)444-6804 8226 Vista,CA 92084 Prime Contractor MAJOR PAVEMENT 11/23/2015 City of Chula Vista Mike Schedine REHABILITATION FY12113 2,658,935 1800 Maxwell Road (619)247-7850 STM379 Chula Vista,CA 91911 Prime Contractor MAJOR PAVEMENT 6/3 0120 1 5 City of Chula Vista Mike Schedine REHABILITATION FY12/13 2,921,287 1800 Maxwell Road (619)247-7850 STM373 Chula Vista,CA 91911 Prime Contractor 2/29/2012 Mossy Nissan Scott Kiefner Pavement Repair 169,164 1546 Auto Park Way (760)746-5050 Escondido,CA 92029 Prime Contractor 1/9/2012 County of San Diego Collins Solomon County Overlay 4,686.697 5555 Overland Ave (858)357-5696 Steel Resurfacing San Diego,CA 92123 Prime Contractor 12/8/2011 City of Chula Vista Kalani Camacho Pavement Repair 2,201,735 1800 Maxwell Road (619)397-6113 Chula Vista,CA 91911 Prime Contractor 8/31/2011 City of Vista Jason Christman City Overlay-Street Resurfacing 1,905,518 200 Civic Center Dr (760)726-1340 ext.1264 Vista,CA 92084 Prime Contractor 6/21/2011 San Diego Unified Port Dist. Emis Medina Pavement Repair 687,519 1245 National City Blvd. (619)686-7229 Paving,Milling,Striping National City,CA 91952 Prime Contractor 6/10/2011 Patriot General Engineering Paul Dubler Road Widening 630,571 5480 Baltimore Dr,Ste 212 (619)212-6378 Paving,Milling La Mesa,CA 91942 Subcontractor 5/13/2011 TPO LLC Jordan Buswell IMEX Parking Lot Paving 241,114 5440 Morehouse Dr,Ste 4000 (760)594-1642 8 Asphalt Repair San Diego,CA 92121 Prime Contractor 5/4/2011 City of National City Byron Wade City Overlay-Street Resurfacing 2,839,029 1243 National City Blvd. (619)244-3418 National City,CA 91950 Prime Contractor 4/3 012 0 1 1 City of Imperial Beach Hank Levien City Overlay-Street Resurfacing 914,102 825 Imperial Beach Blvd (619)423-8311 Imperial Beach,CA 91932 Prime Contractor 2/28/2011 City of Carlsbad John Schauble City Overlay-Street Resurfacing 882,770 1635 Faraday Avenue (760)602-2762 Carlsbad,CA 92008 Prime Contractor 9/29/2010 West-Tech Anne Clark Trench paving 244,312 568 North Tulip Street (760)233-2570 ext.232 Escondido,CA 92025 Subcontractor