HomeMy WebLinkAbout4/4/2018 - STAFF REPORTS - 5C ?ALMsp�
iy
u a
�9A09AT<�,9
cq`'FOR City Council Staff Report
DATE: April 4, 2018 NEW BUSINESS
SUBJECT: AWARD A CONSTRUCTION CONTRACT TO TRI—STAR
CONTRACTING II, INC., A CALIFORNIA CORPORATION IN THE
AMOUNT OF $1,838,900.50 FOR THE MEASURE J COMMUNITY
PROJECTS—SIDEWALK GAP CLOSURE IMPROVEMENTS, CITY
PROJECT NO. 15-31
FROM: David H. Ready, City Manager
BY: Engineering Services Department
SUMMARY
Award of this construction contract will allow the City to proceed with construction of the
Measure J Community Projects — Sidewalk Gap Closure Improvements, City project No.
15-31.
RECOMMENDATION:
1. Award a construction contract (Agreement No. _) to Tri-Star Contracting II, Inc., a
California corporation, in the amount of $1,838,900.50 for the Measure J Community
Projects — Sidewalk Gap Closure Improvements, City Project No. 15-31;
2. Authorize the City Manager to approve and execute construction contract change
orders up to a cumulative amount of $91,945 (5% of construction contract); and
3. Authorize the City Manager to execute all necessary documents.
BUSINESS PRINCIPAL DISCLOSURE:
Tri—Star Contracting II, Inc. is a California Corporation whose corporate officers are
Bryan Willis, as President, Secretary and Director, Ted Krehbiel, as Chief Financial
Officer. All owners whose interest is greater than $2000 are listed.
rMM NO. _.
City Council Staff Report
April 4, 2018-- Page 2
Award Construction Contract for CP 15-31
BACKGROUND:
Measure J Community Projects
At its September 17, 2015 meeting, the Measure J Commission recommended to City
Council a list of Community Projects under the theme of "Pedestrian, Bicycle and Traffic
Hot Spots" to be funded through the Measure J Capital Project Fund over a three fiscal
year period. The Measure J Commission's recommendation is the culmination of a
lengthy evaluation process, resulting from their solicitation of community projects from
anyone in the Palm Springs community.
On October 21, 2015, the City Council approved the Measure J Commission's
recommended list of three year "Community Projects". The Engineering Services
Department analyzed the entire list, grouping the projects into similar categories, and as
identified in Table 1, has completed some of these projects that did not need detailed
engineering plans; however, some projects were removed or deferred (to be completed
by private development or other capital improvement projects).
TABLE 1
Project Title Project Description Budget Status
2015-2016 FISCAL
YEAR
Red Curbs needed at
Alvarado/E. Alejo intersection to $625 Completed.
improve
visibility/safety
Amado/Alvarado Stop Signs $2,500 Stop sign evaluated and not
warranted.
Arenas/Baristo
btw. Belardo & Sidewalks and
Tennis Club Lighting $33,750 Deleted at request of property owners
Hotel/Baristo
Baristo btw. Farrell
Sidewalks $96,250 Will be completed with this project.
& Sunrise
Baristo from
Belardo to Sidewalks and
$96,250 Deleted at request of property owners
Spencers Lighting
Restaurant
Camino Real/Twin Extend red curbs;
Palms by ACE Hotel Improve Intersection $625 Completed.
visibility/safety
02
City Council Staff Report
April 4, 2018-- Page 3
Award Construction Contract for CP 15-31
Camino Real
between S. Cahuilla Elementary:
curbs, sidewalks (w/s $273,500 Will be completed with this project.
Riverside/Indian
Camino Real)
Trail
E. Palm Canyon, s/s Sidewalks: fill in
from Deepwell to pedestrian corridor $89,100 Will be completed with this project.
Marcos
Indian Cyn. btw
Mel &Vista Chino Sidewalks fill in gaps $96,250 Will be completed with this project.
Ryan Snyder Traffic Traffic Calming Study Project deferred to City's Traffic
Calming Study for various listed $60,000 Calming Program and on a case by
locations case basis.
Signage caution or
Saturmino/Arenas slow children,Speeding Clear $16,000 Will be completed with this project.
Vegetation
Sonora btw Farell Signs/limiting vehicle $1,250 Project deferred to City's Traffic
and El Cielo weight on street Calming Program.
Sunny Dunes Sidewalks & Bike Will be completed with this project.
between Palm Cyn. Lanes consistency/ $256,250 (Commercial area deleted at request
and Calle Amigo traffic calming of property owners)
Signage for dip as
Tachevah/Sunrise Tachevah enters and $625 Completed.
exits Sunrise
Red curbs at 4
Tahquitz Cyn. corners of
Way/Caballeros intersection for $625 Completed.
visibility
Tamarisk/ Indian Red curbs for
Canyon Drive increased visibility $625 Completed.
Via Escuela/ N. Warrant analysis for Will be completed as part of a
Palm Canyon potential signal $3,000 separate project.
FY 2015/2016 Total Budget $1,027,225
03
City Council Staff Report
April 4, 2018-- Page 4
Award Construction Contract for CP 15-31
2016-2017 FISCAL
YEAR
Amado btw. Farrell Sidewalks (north
$213,750 Will be completed with this project.
and Sunrise —side)_
Andreas Hills Drive Replace Yield signs $2,500 Completed.
with Stop sign
E. Palm Cyn. / Right turn on red
$625 Will be completed with this project.
Laverne/Sunrise after stop
E. Palm Canyon/S. Crosswalk - mid-block 750 Will be completed as part of a
Palm Canyon with beacons $43, separate project.
Eastgate/Rosa Traffic Calming and 4 $2500 Stop sign evaluated and not
Parks Way Stop sign , warranted.
Mesquite Country
Farrell / Ramon Club trail crossing $75,000 Will be completed with this project.
Farrell/San
Yellow signs with
Joaquin
black arrows (flashing $12,500 Completed.
beacon)
La Verne/ Lilliana Crosswalk and stop
(at S Palm Canyon) sign $7,500 Completed.
La Verne/S. Palm 4-way stop $2,500 Stop sign evaluated and not
Canyon warranted.
Traffic Signal to
La Verne/Twin facilitate pedestrian $200,000 Traffic signal evaluated and not
Palms and/or bicycle warranted.
crossing
Murray Canyon /S. 750 Stop sign evaluated and not
Palm Canyon 3-Way Stop Sign $3, warranted.
Murray Canyon /5. Sidewalks, Kings to
$173,750 Deleted at request of property owners
Palm Canyon Toledo
Palo Fierro btw
Twin Palms/La Traffic Calming 515,000 Project deferred to City s Traffic
Verne Calming Program.
Racquet Club/ Crosswalks $5 Will be completed as part of separate
Indian ,000 project.
Racquet Club btw. 900 Will be completed as part of separate
Farrell and Cerritos Sidewalks -fill in gaps $54, project.
Bike lanes deleted; City Council
S. Palm Canyon Bike Lanes, sidewalks $26,200 approved Class 3 bike routes for S.
Drive Palm Canyon Dr in July 2016.
Q �
City Council Staff Report
April 4, 2018 -- Page 5
Award Construction Contract for CP 15-31
Crosswalk & Traffic signal evaluated and not
Sonora /Sunrise Pedestrian Crossing $68,750
warranted.
Light
Sonora/ Palo 4-Way Stop $3 750 Stop sign evaluated and not
Fierro warranted.
Tahquitz Cyn. Drive Pedestrian Lighting Deferred to private development to
/ Indian to continuous along $51,750 implement as part of Section 14
Renaissance Hotel sidewalk Master Plan.
Via Escuela
(Albertson's Right Turn Only $625 Completed.
Parking Lot) /
Sunrise Way
FY 2016/2017 Total Budget $964,100
2017-2018 FY
Crossley/ 34th Marked Crosswalk $ 5,000 Deferred to CV-Link Project to install
traffic signal and crosswalk.
Sidewalks along Deferred due to limited right-of-way,
Crossley/ Dinah Tribal lands, existing street is interim
Shore Crossley Dr. south of $327,700 width subject to future widening at
Dinah Shore the time Tribal lands are developed
Deferred due to limited funding;
Paseo El Mirador preliminary estimate is $750k to
btw. Sunrise and
Sidewalks & bike $252,800 construct curb/gutter/sidewalk; Class
Caballeros lanes; traffic calming II bike lanes will eliminate on-street
parking, Class 3 route is
recommended (i.e. Via Escuela)
Racquet Club J Traffic Signal $375,OOQ Traffic signal evaluated and not
Cerritos warranted.
Racquet Club from
N. Palm Cyn. to Sidewalks $76,250 Will be completed with this project.
Cardillo
Racquet Club from Sidewalks $96,125 Will be completed as part of separate
Sunrise to Cerritos project.
S. Riverside Drive
from Sunrise to S. Traffic Calming $20,000 Project deferred to City Traffic
Random Road Calming Program..
Sonora / Capri ADA Curb Cuts on
$8,000 Completed.
Circle Sidewalks
Crosswalk- mid-block $41 Traffic signal evaluated and not
Sonora Farrell with beacons ,250 warranted.
FY 2017/2018 Total Budget $1,202,125
05
City Council Staff Report
April 4, 2018-- Page 6
Award Construction Contract for CP 15-31
Projects deleted at request from neighborhood residents
Property Owners affected by this project were invited to an 'Open House' format
meeting on April 13, 2017, at City Hall. Subsequently, staff received letters and e-mail
communications from concerned property owners who opposed sidewalk installation in
front of their respective properties; furthermore, the City did not receive the necessary
'Right of Entry and Temporary Construction Agreement' that would be required from
some of the property owners and therefore, gap closure sidewalk installation at the
locations shown in Table 2 will not be advancing to construction.
TABLE 2
No. STREET BETWEEN COMMENT
1 Arenas Road Belardo Road and Tennis Club Road Both sides
2 Baristo Road Belardo Road and Tennis Club Road Both sides
except between S Lugo Road and 150'
west of S Lugo Road — North Side
3 Murray Canyon Dr. Kings Road and Toledo Ave. North side
4 1 Sunny Dunes Road S. Palm Canyon and Calle Palo Fierro North side
Locations Removed from Construction
The proposed work of the remaining projects primarily includes installation of missing
sidewalks, but also includes the construction of curbs, upgrade of nonconforming curb
ramps and driveways, signing and striping, traffic signal modification and all other
appurtenant work at the project locations shown in Table 3:
TABLE 3
STREET BETWEEN COMMENT
Alejo Road Indian Canyon Drive and Calle El Segundo South side
Amado Road Sunrise Way and Farrell Drive North side
Baristo Road S. Lugo Road and 150' West of S Lugo North Side
Road
Baristo Road Sunrise Way and Farrell Drive North side
Camino Real Indian Trail and South Riverside Drive West side
E. Palm Canyon Drive Deepwell Road and Calle Marcus South side
N Indian Canyon Drive Mel Avenue and Vista Chino Both sides
Racquet Club Road Cardillo Avenue and N Palm Canyon Drive North side
Sunny Dunes Road Calle Palo Fierro and Calle Amigo North side
Locations Recommended for Construction
06
City Council Staff Report
April 4, 2018-- Page 7
Award Construction Contract for CP 15-31
The Project also includes improvements at three Community Project locations where
various 'Pedestrian, Bicycle and Traffic Hot Spots' issues will be addressed:
• At Saturmino Drive between Tahquitz Canyon Way and Baristo Road and at Arenas
Road between Sunrise Way and Saturmino Drive; to implement traffic calming
measures; a 25 MPH speed limit signs will be posted; a STOP sign will replace an
existing YIELD sign at the intersection of Arenas/Calle Lelita and Saturmino and the
street will be striped to delineate travel way and parking.
• At Sunrise Way and East Palm Canyon Drive signalized intersection; to help
improve the intersection level of service; the existing north bound number two lane
will be converted to a dedicated right turn lane to facilitate high demand for right turn
from north bound Sunrise Way to east bound E Palm Canyon Drive.
• At Farrell Drive between Mesquite Avenue and Ramon Road; signs will be posted
advising appropriate crossing locations to pedestrians and bicyclists.
STAFF ANALYSIS:
On January 24, 2018, City Council approved the plans and specifications and
authorized staff to bid the construction of the Measure J Community Projects—Sidewalk
Gap Closure Improvements Project. Staff separated the work into three separate Bid
Schedules:
1) Base Bid Schedule A: Includes Sidewalk installation at locations identified in Table 3
on the previous page
2) Base Bid Schedule B: Includes the additional Pedestrian, Bicycle and Traffic Hot
Spots' improvements located on Saturmino Drive, at Sunrise Way/E. Palm Canyon
Dr., and on Farrell Drive described above
3) Alternate Bid Schedule A: Sidewalk installation along north side of E. Baristo Road
between Sunrise Way and Farrell Drive.
On February 3 and February 10, 2018, staff advertised the Project in the Desert Sun,
submitted the Notice Inviting Bids to plan rooms, and provided the bid documents free
of charge to prospective bidders. Subsequently, on March 8, 2018 at 3:00 p.m., the
Procurement and Contracting Division received four construction bids from the following
contractors listed in Table 4:
Company Location Bid Amount
Tri-Star Contracting II Desert Hot Springs, CA $1,838,900.50
S&H Civil Works Colton, CA $1,939,800.00
All American Asphalt Corona, CA $2,027,693.00
CT&T Concrete Paving Diamond Bar, CA $2,876,124.00
TABLE 4
07
City Council Staff Report
April 4, 2018-- Page 8
Award Construction Contract for CP 15-31
On the basis of total of all the bid schedules, Tri-Star Contracting Il, a California
corporation, submitted the lowest bid in the amount of $1,838,900.50. The Engineer's
estimate for the Project as reported to the City Council on January 24, 2018, was
$1,464,000. Costs are higher than the estimate demonstrating the continuing
improvement in the economy which increases costs for construction as contractors and
construction materials are in high demand. A full bid summary is included as
Attachment 1.
Bid Analysis
As part of the City's bid review process, staff reviewed all bid documents submitted by
the apparent low bidder, and have determined that Tri-Star Contracting II, a California
corporation, is in compliance with the Instructions to Bidders and has submitted the
lowest responsive and responsible bid. Therefore, staff recommends that City Council
approve the bid submitted by Tri-Star Contracting II and award all bid schedules.
Public Works Contractor Registration Law (SB 854)
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. Staff has reviewed the DIR's contractor registration database, and has confirmed
that Tri-Star Contracting II is registered with the DIR, and is appropriately licensed.
Tri-Star Contracting II, of Desert Hot Springs, California, submitted the lowest
responsive bid; staff reviewed the bid and contractor's license, and found the Contractor
and its subcontractors to be properly licensed and qualified. A construction contract
with Tri-Star Contracting 11 is included as Attachment 2.
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to 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. Tri-Star Contracting
II of Desert Hot Springs is considered a local business and has demonstrated sufficient
evidence of good faith efforts to sub-contract the supply of materials and equipment to
local businesses.
08
City Council Staff Report
April 4, 2018 -- Page 9
Award Construction Contract for CP 15-31
ENVIRONMENTAL IMPACT:
Section 21084 of the California Public Resources Code requires Guidelines for
Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines
are required to include a list of classes of projects which have been determined not to
have a significant effect on the environment and which are exempt from the provisions
of CEQA. In response to that mandate, the Secretary for Resources identified classes of
projects that do not have a significant effect on the environment, and are declared to be
categorically exempt from the requirement for the preparation of environmental
documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects
consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public structures, facilities, mechanical equipment or topographical
features involving negligible or no expansion of use beyond that existing at the time of
the lead agency's determination. Therefore, in accordance with Section 15301 (c), staff
has determined that the Measure J Community Projects — Sidewalk Gap Closure
Improvements, City Project No. 15-31, is considered categorically exempt from CEQA
and a Notice of Exemption was filed with the Riverside County Clerk. Filed Notice of
Exemption is included as Attachment 3.
FISCAL IMPACT:
Sufficient funds are budgeted and available in the Measure J Capital Project Fund.
Table 5 summarizes the Project budget and the estimated expenditures.
TABLE 5
Table of Project Costs Amount
FY 15/16 Measure J Fund 260 $1,027,225
FY 16/17 Measure J Fund 260 $911 ,725
FY 17/18 Measure J Fund (260) $1,202,125
Design Costs $178,000)
Project Administration (through 3/15/18 ($96,000)
Project Administration (Estimated) $25,000)
Right of Way Cost $9,100)
Construction Engineering / Inspection (Estimated) $25,000
Construction Contract ($1 ,838,901
Contingency 5% $91,945
Reserved for Local Match for SB 821 Sidewalk
Project CP 15-23 ($406,000)
Reserved for Local Match for 2017 CVAG Bike and ($300,000)
Ped. Grant
Balance Remaining: $171,129
09
City Council Staff Report
April 4, 2018-- Page 10
Award Construction Contract for CP 15-31
Sufficient funds are budgeted and available in the Measure J Capital Fund, Accounts
No. 260-4494-50700 and 260-4494-50702.
SUBMITTED
Thomas Garcia, P.E. Varcus L. Fuller, MPA, P.E., P. .S
City Engineer Assistant City Manager
David H. Ready, Es ,
City Manager
Attachments:
1. Bid Summary
2. Construction Contract
3. Notice of Exemption
10
ATTACHMENT 1
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS-CP 1S.31
BID SUMMARY Bid Opening:March 8,2018
NO SCHEDULE WANT. UNIT M14TAR CONTRACTING II, S&H CIVIL WORKS ALL AMERICAN ASPHALT CT&TCONCRETEPAVING,INC.
It, ITEM DESCRIPTION UMTPFL I AMOUNT UNIT PR, AMOUNT UMTPR. AMOUNT UMTPR. AMOUNT
BASE BID SCHEDULE A
1 MOBILIZATION 1 LS 359.07.00 S59.QR700 W.000.00 520.w0.00 $77,SWIM $77.680.so $40.000.00 3 oom
2 TEMPORARY TRAFFI C CONTROL 1 LS $27,W4.00 $21994.00 $15,000.00 $15000.cc $99.ROD.no SWwO 00 S20,000.00 $20.000.00
3 WATER POLL OTION CONTROL 1 LS S5.845.00 SS.WOO SIOI $10.000.00 512.000.00 512,000.00 34w0.w $4.w0.w
4 SAWCUTEUSTINGPAVEMENT Sw0 LF $1.24 58.200,00 52.X $10,000.00 $4.00 320000.00 $2,28 $11.40D.X
5 GRIND AND OVERLAY IDUSTING AC PAVEMENT(1 S MIN. 11800 1.97 04.OM.w t.w S11 B00.00 $5.00 mcco MM $10.974.00
a REMOVE&DISPOSE EXISTING AC PAVEMENT KIDD SF S5.59 SlB Bt 9.w 52.w $28,200.00 SB.w 584.600.00 $1.48 WO.W8.w
T REMOVE&DISPOSE EXISTING CURB OR CUM&GUTTER 2,2w L 13.38 .M2.w 10.w $22.w0.00 S17.w T4 00 55.50 S12.100.00
8 REMOVE&DISPOSE EXISTING AC BERM 140 LF $10,42 $2.298.80 $10.w 31.40cm $].w $980.00 $5.50 $170,as
D REMOVE&DISPOSE EXISTING CURB RAMP 8 EA $1,107.DO Mmiso0 $l,(XIO.X $B.000.00 $1,30000 $10400 Go MADw .320.w
10 REMOVE& DISPOSE EXISTING CONCRETE SOEWAIL DRVEWAY. CROSS PUTTER& IS." SF S3.31 $M.Ow.00 52.w 327.8w.00 35.w S80.W0.00 51.50 520.850.w
SPANDREL
11 CONSTRUCTS'AC OVER V CLASS II ADO.BASE 26,600 SF $7.78 Rw.948.w M.w $133.0w.w $7.w 51M.2w.w $10.15 5M9.9w.X
12 CONSTRUCTS'CURB&GUTTERPERCITYSTD.NO.2w,TYPEA3 4.000 LF MAE Sr33.920w $50.w S200w.X $3750 $150,000.as 09W $270,w0.an
19 CONSTRUCTS'CURB&GUTTER PER CITY STD.NO.2w,TYPE A4 3M LF MAT i13.MTM 3ww ="100.00 $53,w S18,020.00 S7D.w 323.80000
14 NSTRUCT ROLL CURB TRANSITION PER CITY STD.NO.20B 1D LF $3261 Et26.10 $100.X $1.0w.X Sw 00 SKI $Mw SiX.X
15 CONSTRUCT CONCRETE CROSS GUTTER AND SPANDREL PER CITY STD.N0.2w TY 4800 SF $1860 SM.2M.X S20.w $08,000.00 $11.as 552.8w.w turn $1M.2w.w
STD TR 2w
i6 CONSTRUCT CURBR CONCREA SIDEWAYS E CI S .N PO 91,iw SF $6.w "1&36.w 10.w 7.Uw.w .w .000.w t3.w 3.2w.w
17 CONSTRUCT CURB RAMP TYPE A PER CITY STD.N0.212 2O EA $1,997.w E3p 940.w wO.w 3801000.w A Bw.w $]B,wO.w M.2w.w 5124 w0.w
18 NSTRUCT CURB RAMP TYPE B PER CITY .213 28 PA 32.40Ban 7.624w "..w000 $112.00ow 51,9w 00 122920.w ,tww 145.fiB4.X
19 CONSTRUCT CURB RAMP TYPE C PER CITY STD.W.214 6 EA S2.774.w $10.OM,w sL000m W4.000.w $1,2w.w 325,500,w $5,3w00 $31,21a 00
20 CONSTRUCT DETECTABLE WARNING SURFACE(TRUNCATEDDOMES)PER CITY STD NO 5 EA $mm S0975.w $1.0w.w $5.000OO $3M.0C $1.800.an $1,4ww $7w0.w
2 a 212A
21 CONSTRUCTS'CONCRETE DRIVEWAY PER CONSTRUCTION NOTE549,M.51 OR 60 12.300 SF $1121 $137.803.00 $1500 SIBA500w $12X 6147,80000 $19.00 5233.70Cw
22 DNSTRUCT 4'AC DRIVEWAY OVER COMPACTED NATIVE AS SHOWN ON RAN 3.000 SF $11.M $35.29000 i1200 Swom.00 SO DO $18 w0.00 $1015 S90.450.00
23 CONSTRUCT RETAINING CURB PER DETAIL AS SHOWNON PLAN 2.Ow LF $1940 1138.1100.w S20.w $40.DDo.w $25X S50.w0.Do 338w 370.X0.00
24 CONSTRUCT ROLL CURB PER CITY STD.202 2w LF J4 tM.w 5w.w $1000000 STE as $9,000.w 37Dw $14,XO 00
25 CONSTRUCT 2'POC SLEEVE 20 L 3J0 1RR.w 00 INFoo 5108.00 S2.120.w $12D.w $2.400.DO
M REMOVE DUSTING WATER METER BOX&VALVE BOX NSTAU.NEW WATER NETER BOX 11 EA 3342w 53702w $5ww MW.00 $53000 $58wX Wow 54400GO
WITH LID AND VALVE BOX PER DETAIL ON SHEET 2
27 RELOCATE EXISTING SIGNS w EA 523400 S],020.w 5500.w $15.Ow.w $2w.00 M.00ow $2$D.w 37.500,w
28 UST WATER VALVE TO GRADE 7 EA $923.w $8.01.w E5X.00 $3.5w00 S530.00 $37MOO $1.2ww 58400.w
2B -112-011,w1 FARRELL DR REMOVE TREES SHRUBS,RESTORE IRS.ETC 1 1 LS 51.M]w 51.M1.w SSwO.w 33,Ow.w 38M.w 38w.00 $14.5DD.w 314.500,00
w 2514111,315N MONTEREYRO REMOVELANDSCAPE.RESTORE IRR.ETC.) 1 LS W.410w $2310.w SL5w.w $1.500.w $1.3w.w SL3som $5,00D.w $5,0w,w
31 -112-012,314MONTEREYRDREMOVELANDSCAPE,RESTOREIRR.ETC. 1 LS S223100 $2,231.w $1.500.w $I.5X00 $510w SSlO.w $4.5ODw $4.Sw.w
32 SM-Y2-007&X8.16205 INDIAN TRAIL REMOVE TREES'LANDSCAPE.ETC. I LS M,7M.w M,788w $3000.w W.w0.w $15.430.00 515.430.w $14,500.w $14.X0.00
w 302A01 707E SON IM REMOVE TREES'LANDSCAPE I LS $1.M.w $1,2M..w $3,Ow.w $3,w0.w $02w.w 2w.w SOO 00 $4,5w.00
3a 3A2-w4.IM1 MI L TE MAILBOX ETL. 1 LS W1.Go Wins $500.w SAW RD $I.3w.w T,MO.w 1,051 tOw.X
35 5U8.302-00),15155 GAMING REAL RELOCATE MAILBOX ETC.1 I LS 31131.00 $431.w 3<oo.ou 3100.so wiloc WI500 $110PJ.w $1,000,w
36 32600813775 GMINO REAL(REMOVE LANDSCAPE.RESTORE I RR,ADJU ST FH, 1 LS S?M2.00 $2,M,OO $1.000.00 $1.000OR $1,390.00 $1,390.00 TIO.DODOO $10.000.00
RELOCATE MAILBOX ETC.
37 508-324008,1309SCAMINORFAL REMOVE LANDSCAPE,ETC. 1 LS 51351.DO $1.35400 Sw1Oc SM000 $530001 $Sw.X $7.00D.w 57.000.w
98 500191-XB RELOCATE BULLETIN BOARD.TRIM TREESETC. 1 LS S1.231.w 31,231.00 111 31.00ow 3375.001 $975.00 f9.000.00 $9.000.00
39 509-191-006.8155 CA MI NO REAL REMOVE LANDSCAPE,RESTORE I RR..ET2 1 LS 3S304.w $5,30400 $100100 $1,00DOO $1 385001 St.385.OR $3,50000 $3.500.00
40 I-34S015.1983 N FARRELL DRIVE RELOCATE MAIL BOX.ETC. 1 LS S1.m w 51048.w SI 3500.00 $110.% 3110.00 31.000.00 $1.000,00
41 507-061-013REMOVE FREE STANDWEILOCKWALL.ETC. I LS S2.347.00 $2,3e700 $2500.00 S250000 $53.0C S5300 $4.500.On i4,5w.w
42 504-072-017,2510 N CA RDILLO AVEKII TREES'LANDSCAPE.ETC. 1 LS SI,108.w 51 MOM S3.000.00 33.003.00 3100M WO 00 545w.w 34.500.00
43 X4473-0OT 2525N PALM CANYONOR(REMOVE TREES'LANDSCAPE.RESTORE IRR ETC.) 1 LS $2.400.00 32,4011.00 $3.000.00 $3.000.00 $1.970.00 S'.970.00 f4.500.00 $4.500.w
t5t-020,80 S CALLE PALO FIERRO(REMOVE ROCK GARDEW LANDSCAPE RESTORE 1 LS 56.135.00 $4,135.00 113.000.00 33.000100 3110.w 3110.001 $4.500.01) SI.Sw.w
IRS ETC
05 MC1514H2,M95Ir ANT L(REMOVEROC GARDEWLANDSCAPE,RESTOREIRR. 1 LS SI $4,135.00 S30w.w S3,0w.w S260m S w 24.MD.w 34.500.00
40 152410770 SUNNY DUNES RD(RELOCATE BOULDER REMOVEIREBUILD WOOD FENCE I LS $6,01200 S9912.w Boom SSw.w &ZHIM S220.w 37,50101) $7.64:0.00
47 508-153LOM 770 E SUNNY DUNES RD RE ICVE TREES.ETC. 1 LS 55,013.00 35.913. 12.000M S2X0.0O MAK10100 $2.800.00 34.500.01) S4.W.w
48 505LI53LA 1,0915 CAMINO REAL(REMOVE TREES,LANDSCAPE RESTORE IRRIG.ETC.) 1 LS 11.914.00 $1,914.00 W.500.00 32500.00 321w.w $2.100.00 $4,5w,w $415w.w
49 50SLIO0,014,8w S GRENFALL RD(REMOVE TREE,RELOCATE FLAG POLE ETC. 1 LS $101220.00 $101220.00 $31000.w $3,wow &1350.00 $3.350.w $41500.00 341500.00
O 508-220-024,6955 THORNHILL RD IREMOVE TREES,ETC.I 1 LS SSSM.w $ WOO $150D.w $150100 S2ww Sew 00 $4,500.w $4,Sw.X
51 508-152-w8.695 S.VISTA ORO REMOVE LANDSCAPE RESTORE IRR,ETC. 1 L3 51.108.00 $1.100.00 SL000.w S1.o000O S5.500.DO S5.50000 S1.3w.w $1.350.00
52 502.035-0'3.1990 E AN1ADO RD(REMOVE B RESTORE WROUGHT IRON GATE IN KIND, 1 LS $1 $7,325.00 $2,500.00 $2500.00 5200.00 KOO 00 $3,5woo $0500.00
INCLUDE NIODIFY TRACKS AND HARDWARE A5 NEEDED.ETC.
53 502.035-0'2.1 NOR E ANWDO RD(REMOVE 2 PALM TREES ETC. t LS 3MI.w $3,021,00 S3.500 $3.500.w I,co mi $'.4UO.X $4,5w.w S1500.00
S 502-036-01' 1WEANMDORD(REMOVETREESLANDSCAF£.RESTOREIRRIGATON,ETC.) 1 LS $2,406.00 S2.A08.GO S3w0.w EDw000 RICK)00 WOO 00 $12,San 00 $12,500.00
55 -00'009.2030 E ANMDO RD(REMOVE LANDSCAPE.RESTORE IRRIGATION.ETC.) 1 LS $3,39c.w S:Tm0D $1500.00 $1.50000ITOTA
7w.w $M0.00 f13,500.w $13.5w.X
-04b-wT.224S E AMADO RD(RENOVE LANDSCAPE.RESTORE IRRIGTION,TRIM TREE I LS f2,1M.w $2,1 WOD $2,XO.w S2.w0.w110.X $1170.w $4,500.On 34500.an
S NEEDED.ETC.
57 7-036001,VACANT REMOVE TREE$,ETC. t LS f].361.w $7.M3.00 00.000.00 $1.Sw.wSw.w 1$3500,0010Iso
$3,Sw.w O=m
58 FIELD OR ERS AL MO.wO.w MO,X0.00 MO.wO.w 3M.w0.00OOQw f6D.000.w SBO.X0.00
BASE BID SCHEDULE A TOTAL= $1,580,950.70 TOTAL=Rm
00TAL= $1.762,258.00 TOTAL= $2,389,6M.w
BASE 810 SCHEDULE 8
1 MCBILWTIDN 1 LS S2.M1.w 22.Mt.w M.wO.wwwO.w f4,w0.w 35,0w.w M.Ow.w
2 MPCURY TRAFFIC CONTROL I LS 52.M2.w S2.BB2.X $10.Ino.X0w0.w f2.w0.w $2.Ow.w 32.Ow.w
3 ATER WY
CONTROL 1 LS SSO']7.w S3.D7].w SSLDWOOw0w.w SSMM 51.000.w 31.00ow
4 FAR SELL DRIVE CROSSING 1 LS 1AX9.w S4.36B.w Woman anwow ,0.O.w S$3.woon 34,3L0.w $4.3CO.w
5 AIURMINO DRIVE TRAFFIC CALAING 1 L6 1t1J7w 511,131.00 515.w0ww .Ow.w W.Ow.w 311,312.w E11.912.00
0 UNL w4Y0 E.PALM CANYON OR.TRAFFIC SIGNAL MODIFICJIMST Aral CCNOICTLR I L9 S647Mw SO47M W,owww4ww SSO4ww $65,000.00 S65,w0.00
EPLAGEMENT
7 FIELD ORDERS AL f2.Ow.w 52.w3. 2w0.w0 .w]w t,Cw.on 20w.w $2.w0.w
BASE BID SCHEDULE TOTAL $81,092. TOTAL= wTOTAL $T7,930.00 TOTAL $M,612.w
ALTERNATE BID SCHEDULE A
t CBILI)grwN 1 LS M,338.w M.338.w M,wO.w M.wO.w .w0.w S2.w0,w 315,w0,w S15.w0.w
2 TEMa1RANV BNFFIc coxTRO1 1 LS $5,353.w $5.353.X $IO.ow0O $10,w0.X .08U.w 52.000.00 Monaco 35.000.an
3 ATER POLLUTION CONTROL 1 LS $3,07'.w 53.Dff.w 310.w0.w S10.w0.w .Ow.w S1.0w.w ST 000.w 31.w0.w4 XNnxcIRAVEMExT aw LF $1.N f4Mw 52w $BDO.w $1.w S1,ew.w 52.20 $91200
5 RINJ AND OVERLAY EASRNGAC PAVEMENT(I S MM) 7w $F ren 35,5]B.w flow 3)DD.wM.w 34.2w.w 34.99 $3.451.Xa WNEaDISTOSEEXMTNGADPAVEMEM ew BF E5.5B 5335400 Woo 51.240wSoon $4.2ww $1.SO 5w0007 MOYELF $13.SO $5,744.M Slow $43w.X $17.w $7.310.w $5.So W.3B5.wB MOVE A DI�OSE EXSTING CONCRETE SIDEWALK.ORN£WAY,aro%WTTER I SPAIZIREL 3.1w SF 0,31 slow,an $IDw $31.w0 Do $$.w $15.500.X $1.AD 34.850.X9 HSTHMGTS-AC OVERfCLA913A00.eME 600 SF $778 fiM.w low .ME1.w 12.8w.wM NSCSUCTCONCRErE CROSS WT1ERMRCITY9TDNO.EGTVPEOD SIDI.H0.3N 600 BF 320.94 $12,564w $30w $18,w0.as $13.w $7.501 $34.DO M.4w.00
11 ONSTEUET 4'THICK GONGRETE MDEWKN MR CITY SM N0.21G 4800 BF W76 S3244800 slow W.00c ccSB.w W.4w.w S18w sm'soo.X12 ONSTiUCT CLEO RAMP TIRE A PER CItt ETD.NO.212 3 EA $1,MI00 M793.00 S400000 $12.w0.00 .9w.w $14,]OO.w $5,2w.w $15,000.00
13 "'1N�IGr HLH C.ruu{WARNING SHOT ACF(1RUMM1TEOOCIESHMEt CY SM NO 2126212A 2 EA $75500 $1 Sloan $1.Cfgw $'2.w0.w .W as f27w.w $1,"an 52'mw
16 OHSTRIMT4'CONCRETE CRIVEWAY PEA CORSTRMCTION NOTE@143.WAR OR SO 3w0 5 M.73 SM.1 BO.00 S15.M S45,Ow0OS9.w 527.Dw.w $57.00 S171,9w.w
15 ONSTR11CT RETAINING CURB PER DETAIL ON SHEET 2 250 LF $15.W $3.M5. Vow MwO.w $24.w MwO.w M3.w M.250.w
1B MOVE EXTI WATER METER W.&VN.VE BJ%MME NEW WATER METER BOX WITH LID AND 8 EA 3342m $2,735.0D $AO.w $41000.w $530.w $A24awj $430.w 33,3moo
AVEB MR aFRM_ON SI2
17 LOCATE EASTING SIGNS 0 EA 5214w 31,4D9.00 3500100 33000.00 5200.00 11.2osw $250.00 51.500.00
18 UCrCUR9a Gut HH IVP(.A3MP(ATYSID.NO mO 430 LF $35.w $15,WeDO $50.w $21500 so $4900 S2107O.w $70w $101X.X
19 W2-I82-017,1842 E aMISTO RD REMOVE TREES/LANDSCAPE PALM CURB RED.ETC.' 1 LS 52,2015.00 S2,265.00 $2DDD.w noodw S"wow Sl Soow USw,w 34.5w.7
20 502182UI8.IWO E SADISM RD(REMnVE TREES'LANDSCAPE,ETc I t LS 14"Sa S41MOD $2wDw $2.wo.X $1.90000 SlrwO0O $3,5X.w $3.5X.X
21 303-182{W,2082EBMI8TO RD(REMOVE TREE/uwPx,wE.RESTORE IRR.ETC.) 1 L 3.513.w 513.w f2.X0.X 22.000.X 111.755.00 SI.]55.w S4.SX.w E4.Sw.X
22 IsEHOIRS 21U E BANISM RD(REMOVE RREUIUAOECAPE,RESTORE IRR.ETC) t LS $I,MO.w $1 Won S2wD.w $2.00"CU S530.an S53000 S4.Dw.w 31 C0
23 152-183016,MSCERRITOSDRIREWIELNM)SCME MSIOMiRR ETC.) 1 LS 51.MO.w S1.W 00 112.000.00 W.00000 51.800,00 Sl SOO OO $3.SWIM WSw.w I
24 IELDCRCERS AL jawom SOwJw MwO.w $8,Can 00 WOOOM $6.000.03 TO w3.w SocooO
ALTERNATE BID SCHEDULE A TOTAL= $166.857.80 TOT = 11243,501 TOTAL $137,505.00 TOTAL= 5395,678.00
BASE BID SCHEDULE A+BASE BID SCHEDULE B+ALTERNATE BID SCHEDULE A GRAND TOTAL $1,838.900.50 S1,939,800.00 $2,027,693.00 S3.876,124.00
1 2 3 4
12
ATTACHMENT 2
13
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this 4th day of April, 2018, by and between the City of Palm
Springs, a charter city, organized and existing in the County of Riverside, under and by
virtue of the laws of the State of California, hereinafter designated as the City, and Tri-
Star Contracting II, Inc, a California corporation, hereinafter designated as the
Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
For and in consideration of the payments and agreements to be made and performed by
City, Contractor agrees to furnish all materials and perform all work required to complete
the Work as specified in the Contract Documents, and as generally indicated under the
Bid Schedule(s)for the Project entitled:
MEASURE J COMMUNITY PROJECTS
SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31
The Work comprises installation of missing sidewalks and other items of work at Alejo
Road, Amado Road, Baristo Road, Camino Real, Farrell Drive, E Palm Canyon Drive, N
Indian Canyon Drive, Racquet Club Road, Saturmino Drive and Sunny Dunes Road in the
City of Palm Springs including: surveying and monument control (corner records), and
recording, preservation and resetting of existing survey monuments; removal of existing
asphalt concrete pavement; unclassified excavation; preparation of subgrade; asphalt
concrete paving; removal and replacement or installation of concrete curb and gutter,
sidewalks, driveways, cross gutter/spandrel, curb ramps and installation of truncated
domes; adjustment of sewer manholes and water valves to grade; traffic striping, signage
and markings; and traffic signal modification 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
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31 AGREEMENT FORM
SEPTEMBER 2017 AGREEMENT AND BONDS-PAGE 1
14
reviewed the provisions of the Standard Specifications, as modified herein, related to
liquidated damages, and has made itself aware of the actual loss incurred by the City due
to the inability to complete the Work within the time specified in the Notice to Proceed.
ARTICLE 3 -- CONTRACT PRICE Bid Schedule A, B, and Alternate Bid
Schedule A
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change
Orders approved by the City. The amount of the initial contract award in accordance with
the Contractor's Bid Proposal is One Million Eight Hundred Thirty Eight Thousand
Nine Hundred Dollars and Fifty Cents ($1,838,900.50).
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,
Addendum number 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.
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31 AGREEMENT FORM
SEPTEMBER 2017 AGREEMENT AND BONDS-PAGE 2 15
Contractor specifically acknowledges and agrees to be bound by the Wage Rates and
Labor Code requirements specified in the Contract Documents, including the requirement
to furnish electronic certified payroll records directly to the Labor Commissioner (via the
Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per
diem wages as determined by the Director of the Department of Industrial Relations of the
State of California.
ARTICLE 6 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City Engineer as provided in the Contract Documents.
ARTICLE 7 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written Notice
between the parties, it shall be deemed to have been validly given if delivered in person
to the individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 8 -- INDEMNIFICATION
The Contractor agrees to indemnify and hold harmless the City, and all of its officers and
agents from any claims, demands, or causes of action, including related expenses,
attorney's fees, and costs, based on, arising out of, or in any way related to the Work
undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of
Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced
and made a part hereof.
Prevailing Wages. Contractor agrees to fully comply with all applicable federal and
state labor laws including, without limitation California Labor Code Section 1720, et
seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section
16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or
non-payment of prevailing wages under California law, and Contractor hereby agrees to
defend, indemnify, and hold the City, its officials, officers, employees, agents and
volunteers, free and harmless from any claim or liability arising out of any failure or
alleged failure to comply with the Prevailing Wage Laws.
ARTICLE 9 -- CONFLICT OF INTEREST
Conflict of Interest. Contractor acknowledges that no officer or employee of the City has
or shall have any direct or indirect financial interest in this Agreement nor shall
Contractor enter into any agreement of any kind with any such officer or employee
during the term of this Agreement and for one year thereafter. Contractor warrants that
Contractor has not paid or given, and will not pay or give, any third party any money or
other consideration in exchange for obtaining this Agreement.
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31 AGREEMENT FORM
SEPTEMBER 2017 AGREEMENT AND BONDS-PAGE 3 16
ARTICLE 10 -- NON-DISCRIMINATION
In connection with its performance under this Agreement, Contractor shall not
discriminate against any employee or applicant for employment because of actual or
perceived race, religion, color, sex, age, marital status, ancestry, national origin (i.e.,
place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual
orientation, gender identity, gender expression, physical or mental disability, or medical
condition (each a "prohibited basis"). Contractor shall ensure that applicants are
employed, and that employees are treated during their employment, without regard any
prohibited basis. Contractor's actions and omissions hereunder shall not incorporate any
discrimination arising from or related to any prohibited basis in any Contractor activity,
including but not limited to the following: employment, upgrading, demotion or transfer;
recruitment or recruitment advertising; layoff or termination; provision of benefits, rates of
pay or other forms of compensation; and selection for training, including apprenticeship;
and further, that Contractor is in full compliance with the provisions of Palm Springs
Municipal Code Section 7.09.040, including without limitation the provision of benefits,
relating to non-discrimination in city contracting.
ARTICLE 11 -- 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
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31 AGREEMENT FORM
SEPTEMBER 2017 AGREEMENT AND BONDS-PAGE 4 17
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
By
David H. Ready
City Manager Agreement No.
ATTEST:
By
Anthony Mejia
City Clerk
APPROVED AS TO FORM:
By
Edward Z. Kotkin
City Attorney
RECOMMENDED:
By
Thomas Garcia, P.E.
City Engineer
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31 AGREEMENT FORM
SEPTEMBER 2017 AGREEMENT AND BONDS-PAGE 5 18 8
CONTRACTOR
By: Tri-Star Contracting II, Inc., a California corporation
Firm/Company Name
By: By:
Signature(notarized) Signature(notarized)
Name: 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.
(This Agreement must be signed in the above (This Agreement must be signed in the above
space by one having authority to bind the space by one having authority to bind the
Contractor to the terms of the Agreement.) Contractor to the terms of the Agreement.)
State of ) State of )
County of )ss County of )ss
On On
before me, before me,
personally appeared personally appeared
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), the same in his/her/their authorized capacity(ies),
and that by his/her/their signatures(s) on the and that by his/her/their signatures(s) on the
instrument the person(s), or the entity upon behalf instrument the person(s), or the entity upon behalf
of which the person(s) acted, executed the of which the person(s) acted, executed the
instrument. instrument.
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct. paragraph is true and correct.
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature: Notary Signature:
Notary Seal: Notary Seal:
MEASURE J COMMUNITY PROJECTS-SIDEWALK GAP CLOSURE IMPROVEMENTS
CITY PROJECT NO. 15-31 AGREEMENT FORM
SEPTEMBER 2017 AGREEMENT AND BONDS-PAGE 6 19
ATTACHMENT 3
20
F I L E D / P 0 S T ,E D
County of Riverside
Peterdana
Assessor-County Clerk-Recorder NOTICE OF EXEMPTION
r-Cou
E-202700443
04/17/2017 03:56 PM Fee: $ 50.00
Page 1 of 2 MAY 2 4 2017
;search From: City of Palm Springs
Removed: BY:: Deputy i 121 3200 E. Tahquitz Canyon Way
I!Q4 ��� � 16� 'I II� Palm Springs, CA 92262
`�' r 1 I}®Y''�,r"Clerk of the Board
County of Riverside
P.O. Box 761
Riverside, CA 92502-0751
Project Title: Measure J Community Projects—Sidewalk Gap Closure Improvements City Project No. 15-31
Project Applicant: City of Palm Springs
Project Location (Specific):
Street Between
Alejo Road Calle Encilia and Calls El Segundo
Amado Road Farrell Drive and Sunrise Way
Arenas Road Belardo Road and Tennis Club Road
Baristo Road Belardo Road and Tennis Club Road
Baristo Road Farrell Drive and Sunrise Way
Camino Real So. Riverside and Indian Trail
E. Palm Canyon Driftwood Drive and Calle Roiph
Farrell Drive Racquet Club and Vista Chino
Indian Canyon Drive Mel and Vista Chino
Indian Canyon Drive Raoquet Club and Via Olivera
Indian Canyon Drive San Rafael Drive and Simms Road
Murray Canyon Dr. Kings Road and Toledo Ave.
Racquet Club Road Sunrise to Cerritos Drive
Racquet Club Road Cerritos Drive and Farrell Drive
Racquet Club Cardillo to North Palm Canyon
Sunny Dunes Road S. Palm Canyon and Calle Amigo
Project Location (City): Ci�of Palm SpringsPalm Springs Project Location (County): Riverside
Project Description: Installation of Concrete Curb and Gutter, Driveways, Sidewalks and Access Ramps.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Engineering Services Department
3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial (Sec. 21080(b) (1); 15268);
❑ Declared Emergency(Sec. 21080(b) (3); 15269(a));
❑ Emergency Project(Sec. 21080(b) (4); 15269(b)(c));
® Categorical Exemption. State type and section number: 15301 Class 1(c)—Existing Facilities
❑ Statutory Exemptions.State code number
21
Reasons why project is exempt: Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alternation of existing public or private structures,facilities, mechanical equipment, or topographical features, involving negligible
or no expansion of use beyond that existing at the time of the lead agency's determination. The type of"existing facilities"to be
considered exempt is determined by whether the project involves negligible or no expansion of an existing use, and includes
existing highways and streets, sidewalks, gutters, bicycle and pedestrian trails, and similar facilities. Therefore, Measure J
Community Projects — Sidewalk Gap Closure Improvements, City Project No. 15-31, is considered categorically exempt from
CEQA for the locations identified.
Lead Agency Contact Person: Marcus L. Fuller, PE, PLS Area Code/Telephone/Extension: (760) 322-8380
If filed by applicant:
1.Attach certified document of exemption finding.
2.Hasa Notice of Exemption been filed by the public agency approving the project? ❑Yes ❑ No
Signature: Date: Title: Asst. City Manager/City Engineer
® Signed by Lead Agency❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at CPR:
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.
22