Loading...
HomeMy WebLinkAbout2/21/2018 - STAFF REPORTS - 1.G. 4�pALM SAQ iZ fJ u v f 1co vv� � ovsca City Council Staff Report Date: February 21, 2018 CONSENT CALENDAR Subject: AWARD A CONSTRUCTION CONTRACT TO TBU INC., A CALIFORNIA CORPORATION, IN THE AMOUNT OF $220,559 FOR THE SONORA ROAD STORM DRAIN IMPROVEMENTS, CITY PROJECT NO. 16-12 From: David H. Ready, City Manager Initiated by: Engineering Services Department SUMMARY Award of this contract to TBU Inc., a California corporation, will allow the City to proceed with construction of the Sonora Road Storm Drain Improvements, City Project No. 16- 12. RECOMMENDATION: 1. Award a construction contract (Agreement No. ) to TBU Inc., a California corporation, in the amount of $220,559 for the Sonora Road Storm Drain Improvements, City Project No. 16-12; 2. Authorize the City Manager to execute all necessary documents. BUSINESS PRINCIPAL DISCLOSURE: TBU Inc., is a California corporation whose corporate officer is Ted J Burton Sr., as President/Secretary/Treasurer. A search of records available through the Secretary of State of California shows that as of March 20, 2017, the business entity had only one listed Director or Officer, listed as Ted J Burton Sr. STAFF ANALYSIS: On November 6, 2013, the City Council approved Agreement No. 6444 with Harris & Associates for on-call civil engineering design services on an as needed basis. On August 2, 2016, staff requested a proposal from Harris & Associates for the preparation of contract documents (plans and specifications) for future storm drain improvements at two roadway segment locations; 1). Calle Santa Cruz, and 2). Sonora Road. Each of these roadway segments undertake a source of constant storm drain nuisance problems and require improvements to address water runoff impediments. ITEM NO. • C1. City Council Staff Report February 21, 2018 -- Page 2 Award Construction Contract, City Project No. 16-12 Sonora Road Storm Drain Improvements On August 31, 2016, in accordance with their on-call agreement, Harris & Associates submitted a proposal for the preparation of contract documents at a cost not to exceed of $45,060. Construction drawings for future storm drain improvements on Sonora Road have been completed. Figure 1 below identifies the project location. ` .• _�, �•:. , !""'i mil? IL SEEN 4 _ IR � � A .r Project Location Figure 1 The Sonora Road Storm Drain Improvements, City Project No. 16-12 (Project), will intercept the existing surface outlet storm drain from Tract 5078 and convey the subsurface drainage into a new underground 18" storm drain pipe along Sonora Road east to the Tahquitz Creek Golf Course, ending in a drywell system. The Project will install approximately 700 linear feet of a new 18" storm drain pipe. On December 13, 2017, the City Council approved the construction documents (plans and specifications) and authorized the release for bidding the Project. On December 14, 2017, the Notice of Inviting Bids was released to the general contracting community and was published in the Desert Sun on December 16th and 23rd in accordance with the City's bidding procedures. Subsequently, on January 25, 2018, the Procurement and Contracting Division received 10 construction bids from the following contractors: 02 City Council Staff Report February 21, 2018— Page 3 Award Construction Contract, City Project No. 16-12 Sonora Road Storm Drain Improvements -Company Location Bid Amount TBU Inc. Beaumont, CA $220,559.00 Tri-Star Contracting II, Inc. Desert Hot Springs, CA $233,461.70 G&M Construction Palm Springs, CA $251,895.00 -Valley Pipeline Services, Inc. La Quinta, CA $287,800.00 JPI Development Group, Inc. Murrieta, CA $290,511.00 General Consolidated Constructors, Inc. Perris, CA $294,133.00 -Wright Construction Engineering Corp San Marcos, CA $304,583.00 BWW & Company Redlands, CA $341,501.21 Granite Construction Company Indio, CA $346,018.00 Jacobsson Engineering Construction, Inc. Thousand Palms, CA $356,937.50 The low bid of $222,559 is roughly 27% under the engineer's estimate of$282,000. The complete bid summary is included as Attachment 1. 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 TBU Inc., is registered with the DIR, and is appropriately licensed. TBU Inc., of Beaumont, California submitted the lowest responsive bid. Staff reviewed the bid, references, and contractor's license, and found the Contractor to be properly licensed and qualified. A construction contract with TBU Inc., for the Project 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. Although TBU Inc., is not considered a local business, it has demonstrated sufficient evidence in the List of Subcontractors to sub-contract supplies and services to local business firms. 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 03 City Council Staff Report February 21, 2018-- Page 4 Award Construction Contract, City Project No. 16-12 Sonora Road Storm Drain Improvements 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 facilities of both investor and publicly-owned utilities used to provide electric power, natural gas, sewerage, or other public utility services; therefore, the Sonora Road Storm Drain Improvements, City Project No. 16-12, is considered categorically exempt from CEQA, and a Notice of Exemption has been prepared and filed with the Riverside County Clerk. FISCAL IMPACT: A total of $310,000 is budgeted through the Drainage Fund (Fund 135) to construct related storm drain improvements within the city. The Project budget and estimated expenditures are identified in Table 1 below. Sufficient budget is available in the Drainage Fund (Fund 135) for this project. Table of Project Costs Amount Drainage Fund $310,000 Design Services ($45,060 Project Administration through 2/7/18) $6,760 Project Administration (Estimated) $5,000 Construction Inspection (Estimated) $10,000) Construction Contract $220,559 Construction Contingency $22,055) Budget Remaining $566 Table 1 SUBMITTED: t'. Thomas Garcia, P.E. Marcus L. Fuller, MPA, P.E., P.L.S. City Engineer Assistant City Manager David H. Ready, City Manager Attachments: 1. Bid Summary 2. Construction Contract 04 Attachment 1 05 SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 BID SUMMARY Bid Opening:January 25,2018 BID SCHEDULE QUAINT. UNIT TBU INC. TRISTAR CONTRACTING G&M CONSTRUCTION,LLC VALLEY PIPELINE SERVICES JPI DEVELOPMENT GROUP BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR- TOTAL UNIT PR. TOTAL UNIT PR. TOTAL 1 Mobilization 1 LS $10,000.00 $10,000.00 $15,169.00 $15.169.00 $12,500.00 $12,500.00 $18,515.00 $18,515.00 $15,000.00 $15,000.00 2 Temporary Traffic;Control 1 LS $3,000.00 $3,000.00 $10,637.00 $10,637.00 $2,500.00 $2,500.00 $11,853.00 $11,853.00 $3,000.00 $3,000.00 3 Water Pollution Control 1 LS $1,000.00 $1.000.00 S4,756.00 $4,756.00 $500.00 $500.00 $1,495.00 $1,495.00 $2,000.00 $2,000.00 4 Clearing,Grubbing and Removals 1 LS $2,500.00 $2,500.00 $25,125.00 $25,125.00 $3,000.00 $3,000.00 $24,139.00 $24,139.00 $1,000.00 $1,000.00 5 Sheeting,Shoring,and Bracing 1 LS $3,000.00 $3.000.00 $5,944.00 $5.944.00 $3,000.00 $3.000.00 $3.174.00 $3,174.00 $7,500.00 $7,500.00 11i Earthwork(Export) 410 Cy $23.50 $9,635.00 $13.00 $5.330.00 $10.00 $4,100.00 545.00 $18,450.00 $18.00 $7,380.00 7 Remove Exisfing 12'PVC Storm Drain 116 LF $9.00 $1,044.00 $18.00 $2,088.00 $10.00 $1.160.00 $13.00 $1,508.00 $10.00 $1,160.00 0 Remove Existing Sidewalk 40 SF $20.00 $800.00 $8.20 $328.00 $10.00 $400.00 $22.00 $880.00 $15.00 $600.00 9 Remove Existing Curb and Gutter 20 LF $45.00 $900.00 $20.90 $418.00 $20.00 $400.00 $43.00 $860.00 $40.00 $800.00 10 Remove Existing Cross Gutter 110 SF $13.50 $1,485.00 $4.10 $451.00 $5.00 $550.00 $8.00 $880.00 $20.00 $2.200.00 11 Remove Existing Drainage Inlet 1 EA $2,200.00 $2,200.00 $5,078.00 $5,078.00 $600.00 $600.00 $575.00 $575.00 $2,000.00 $2,000.00 12 Remove Existing Parkway Drain 1 EA $1,500.00 $1,500.00 $5,078.00 $5,078.00 $600.00 $600.00 $288.00 $288.00 $750.00 $750.00 13 Install 18"Diameter HDPE Storm Drain Pipe 781 LF $95.00 $74.195.00 $107.70 $84,113.70 $185.00 $144.485.00 $147.00 $114,807.00 $241.00 $188.221.00 including fittings) 14 Construct Headwall and Rip Rap Outlet 1 LS $9,500.00 $9,500.00 $9,950.00 $9,950.00 $14,000.00 $14,000.00 $7,107.00 $7,107.00 $7.500.00 $7.500.00 Structure 15 ConsW00 Modified Curb Inlet Per City Std. 1 EA $8,000.00 $8,000.00 $6,424.00 $6,424.00 $3,000.00 $3,000.00 $11,477.00 $11,477.00 $7,500.00 $7,500.00 16 Construct Drainage Inlet Per 1 EA $7,500.00 $7,500.00 $5,711.00 $5,711.00 $8,000.00 $8,000.00 $11,229.00 $11,229.00 $8,000.00 $8,000.00 Caltrans Std,On.D72D 17 Construct Storm Drain Manhole Per RCFC 2 EA $4,000.00 $8.000.00 $6.721.00 $13,442.00 57,000.00 $14.000.00 $12,758.00 $25,516.00 $5,000.00 $10,000.00 Std.Dvr .MH251 18 Construct Modified Parkway Drain Per City 6 LF $7,800.150 $46.800.00 $556.00 $3,336.00 $2,000.00 $12,000.00 $435.00 $2,610.00 $250.00 $1,500.00 Sid.Dw .705 19 Construct Pipe Support for Conclude Across 3 EA $2,500.DD $7.500.00 $2,615.00 $7,845.00 $2,500.00 $7,500.00 $2,571.00 $7,713.00 $1,200.00 $3,600.00 Trenches per SPPWC Std.Plan 224-2 20 Reconstruct Sewer Lateral per SPWWC Sid. 2 EA $2,000.OD $4,000.00 $1,189.00 $2,378.00 $2,500.00 $5,000.00 $2,447.00 $4,894.00 $1,500.00 $3,000.00 Plan 223-2 21 Construct Modified Curb and Gutter Type A3 20 LF $125.00 $2,500.00 $151.40 $3,028.00 $30.00 $600.00 $76.D0 $1,520.00 $70.00 $1,400.00 per City Sid.Dvr .200 22 Construct Sidewalk per City Std.Dwg.210 40 SF $20.00 $800.00 $34.60 $1,384.00 $10.00 5400.00 $38.00 $1,520.00 $15.00 $600.00 23 Construct Cross Gutter per City Sid. Dwg. 110 SF $20.00 $2,200.00 $26.80 $2,948.00 $10.00 $1,100.00 $39.00 54,290.00 $30.00 $3,300.00 24 Field Orders 1 AL $12,500.00 $12,500.00 $12.500.00 $12.500.001 $12.500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 TOTAL= $220,559.00 TOTAL- $233,461.70 TOTAL- $251,895.00 TOTAL- $287,800.00 TOTAL- $290,511.00 1 2 3 4 5 0 a� SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO.16-12 BID SUMMARY Bid Opening:January 25,2018 BID SCHEDULE GENERAL CONSOLIDATED WRIGHT CONSTRUCTION BWW&COMPANY GRANITE CONSTRUCTION JACOBSSON ENGINEERING QUANT. UNIT CONSTRUCTION CONSTRUCTION BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL 1 Mobilization 1 LS $6.000.00 $6.000.00 $35,DD0.00 $35,000.00 $31,104.56 $31,104.56 $13,000.00 $13,000.00 $27.900.00 $27,900.00 2 Temporary Traffic Control 1 LS $6.000.00 $6,000.00 $4.000.00 $4.000.00 $13,1104.56 $13,104.56 $7,042.00 $7.042.00 $14,400.00 $14,400.00 3 Water Pollution Control 1 LS $3,000.00 $3,000.00 $5,000.00 $5,0D0.00 $7,104.56 $7,104.56 $1,800.00 $1.800.00 $5,5D0.00 $5,500.00 4 Clearing,Grubbing and Removals 1 LS $14,040.00 $14,040.00 $20,000.00 $20,000.00 $47,704.56 $47,704.56 $10,000.00 $10,000.00 $25,800.00 $25,800.00 5 Sheeting,Shoring,and Bracing 1 LS $8,880.00 $8,880.00 $15,000.00 $15,000.00 $10,104.56 $10,104.56 $4,200.00 $4,200.00 $9,900.00 $9,900.00 6(F). Earthwork(Export) 410 CY $39.00 $15,990.00 $45.00 $18,450.00 $47.56 $19.499.60 $32.00 $13,120.00 $28.75 $11,787.50 7 Remove Existing IT PVC Storm Drain 116 LF $13.00 $1,508.00 $25.00 $2,900.00 $10.00 $1.160.00 $21.00 $2,436.00 $14.25 $1,653.00 8 Remove Existing Sidewalk 40 5F $24.00 $960.00 $4.50 $180.00 $10.00 $400.00 $10.00 $400.00 $35.50 $1,420.00 9 Remove Existing Curb and Gutter 20 LF $48.00 $960.00 $10.00 $200.00 $10.00 $200.00 $41.00 $820.00 $45.50 $910.00 10 Remove Existing Cross Gutter 110 SF $9.00 $990.00 $12.50 $1,375.00 $10.00 $1,100.00 $15.00 $1,650.130 $22.00 $2,420.00 11 Remove Existing Drainage Inlet 1 EA $660.00 $660.00 $2,500.00 $2,500.00 $6,104.56 $6,104.56 $125.00 $125.00 $2,550.00 $2.550.00 12 Remove Existing Parkway Drain 1 EA $900.00 $900.00 $1,500.00 $1,500.D0 $5,604.56 $5,604.56 $125.00 $125.00 $1,650.00 $1,650.00 13 Install i18'ng fidi s Diameter HOPE Storm Drain Pipe (including 781 LF $165.00 $128,865.00 $187.00 $146,047.00 $172.21 $134,496.01 $250.00 $195,250.00 $217.00 $169.477.00 14 Construct Headwall and Rip Rap Ouw 1 LS $12,600.00 $12.6D0.00 $5,000.00 $5,000.00 $12,1D4.56 $12.104.56 $6.700.00 $6,700.00 $6,350.0D $6.350.00 Structure 15 Construct Modified Curb Inlet Per Ciry,Sid, 1 EA $17,580.00 $17,5B0.00 $5,500.00 $5,500.00 $9.104.56 $9,104.56 $9,500.00 $9,500.00 $16,800.00 $16.800.00 Dwg.700 16 Construct Drainage Inlet Per 1 EA $15,540.00 $15,540.00 $5,000.00 $5.000.00 $10,604.56 $10.604.56 $9,300.00 $9.300.00 $19,200.00 $19,200.00 Cahrans Sid.Dvr.D72D 17 Construct Storm Drain Manhole Per RCFC 2 EA $11,880.00 $23,760.00 $6,000.00 $12,000.00 $4,000.00 $8,000.00 $9,200.00 $18,400.00 $5,800.00 $11,600.00 Std.Dwg.MH251 18 Construct Modified Parkway Drain Per City 6 LF $620.00 $3,720.00 $416.00 $2,496.00 $150.00 $900.00 $800.00 $4,800.00 $475.00 $2,850.00 Std.Dw .705 19 Construct Pipe Support for Conduits Across 3 EA $1,360.00 $4,080.00 $1.000.00 $3,000.00 $1,000.00 $3,000.00 $2,700.00 $8,1D0.00 $1,700.00 $5.100.00 Trenches per SPPW'C Sid,Plan 224-2 20 Reconstruct Sewer Lateral per SPWOJC Std. 2 EA $3,720.00 $7,440.00 $1,500.00 $3,000.00 $1,500.00 $3,000.00 $7,000.00 $14,000.00 $1,450.00 $2,900.00 Plan 223-2 21 Construct Modified Curb and Gutter Type A3 20 LF $144.00 $2,880.00 $100.00 $2,000.00 $80.00 $1,600.00 $175.00 $3,500.00 $77.00 $1,540.00 r City Sid.DwQ.200 22 Construct Sidewalk per City Sid.Dwg.210 40 SF $66.00 $2,640.00 $12.50 $500.00 $20.00 $800.00 $36.00 $1,440.00 $29.75 $1,190.00 23 Construct Cross Gutter per City Sid. Dwg. 110 SF $24.00 $2,640.00 $15.50 $1,705.00 $20.00 $2,200.00 $71.00 $7,810.00 $14.00 $1,540.00 24 Field Orders 1 AL $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 $12,500.00 1 $12,500.0 $12,500.00 $12,500.00 TOTAL= $294,133.00 TOTAL= $304,853.00 TOTAL= $341,501.21 TOTAL= $346,018.00 TOTAL= $356,937.50 6 7 8 9 10 O Attachment 2 08 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this _ day of 2018, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and TBU Inc., a California Corporation, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s) for the Project entitled: SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 The Work comprises the installation of an 18-inch diameter High Density Polyethylene (HDPE) storm drain pipe. Installation includes storm drain manholes, modified curb inlet catch basin, modified drain inlet, modified parkway drain, modified curb and gutter, modified pipe culvert headwall with riprap, underground utility line adjustments and relocations, trench excavation, blanket protection, pipe support and other appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14,2017 AGREEMENT AND BONDS-PAGE 1 09 ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Two Hundred Twenty Thousand Five Hundred Fifty Nine Dollars and Zero Cents ($220,559.00). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Local Business Preference Program — Good Faith Efforts, Non- Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 1 to 1, inclusive, and all Construction Contract Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM (} DECEMBER 14,2017 AGREEMENT AND BONDS-PAGE 2 Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. Prevailing Wages. Contractor agrees to fully comply with all applicable federal and state labor laws including, without limitation California Labor Code Section 1720, et seq., and 1770, et seq., as well as California Code of Regulations, Title 8, Section 16000, et seq. ("Prevailing Wage Laws"). Contractor shall bear all risks of payment or non-payment of prevailing wages under California law, and Contractor hereby agrees to defend, indemnify, and hold the City, its officials, officers, employees, agents and volunteers, free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. ARTICLE 9 -- NON-DISCRIMINATION In connection with its performance under this Agreement, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM I DECEMBER 14,2017 AGREEMENT AND BONDS-PAGE 3 prohibited basis. As a condition precedent to City's lawful capacity to enter this Agreement, and in executing this Agreement, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of pny rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14,2017 AGREEMENT AND BONDS-PAGE 4 12 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 J. Mejia, MMC City Clerk APPROVED AS TO FORM: By Edward Z. Kotkin City Attorney RECOMMENDED: By Thomas Garcia, P.E. City Engineer SONORA ROAD STORM DRAIN IMPROVEMENTS CITY PROJECT NO. 16-12 AGREEMENT FORM DECEMBER 14,2017 AGREEMENT AND BONDS-PAGE 5 13 CONTRACTOR By: TBU 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: SONORA ROAD STORM DRAIN IMPROVEMENTS 14 CITY PROJECT NO. 16-12 PAYMENT BOND DECEMBER 14,2017 AGREEMENT AND BONDS-PAGE 6