Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
4/15/2015 - AGREEMENTS
AMENDMENT NO. 1 TO AGREEMENT NO. 6695 — MAIN RUNWAY IMPROVEMENTS PALM SPRINGS INTERNATIONAL AIRPORT THIS FIRST AMENDMENT is made and entered into as of this 29th day of March, 2016 (the "effective date") by and between the CITY OF PALM SPRINGS, a California charter city and municipal corporation ("City"), and Griffith Company Inc., (herein "Contractor") as follows: RECITALS WHEREAS, the City owns and operates Palm Springs International Airport ("Airport") located in Palm Springs, California for the convenience of the general public. WHEREAS, City and Contractor entered into that certain Contract Agreement No. 6695 to provide all materials and labor for FAA AIP Project No. 3-06-0181-053- 2015 ("Agreement"), as duly amended from time to time; and WHEREAS, the parties wish to amend the Agreement to increase work assignments. NOW, THEREFORE, for good and sufficient consideration, the parties agree as follows: 1. Exhibit "A", Scope of Services, is hereby amended to add the following change orders that are project eligible under the AIP Grant for additional materials and equipment for the Airport Runway Rehabilitation for the construction of Federal Airport Improvement Project AIP No. 3-06-0181-053-2015, as described in the proposal from Contract dated April 30, 2015. Change Order 1 — Final project labor and materials $222,870.51 2. The agreement shall allow a total project sum up to $10,174,889.53 for labor and materials relating to the construction of the Main Runway Improvements and Change Orders No. One through Eighteen (1- 18) as attached Exhibit "A". Except as previously modified herein, all other provisions of the Agreement shall remain unmodified in full force and effect. [SIGNATURE PAGE FOLLOWS] 1 ORIGINAL BID ANDIOR AGREEMENT Johnson Controls Inc. Amendment No. 1 Palm Springs International Airport IN WITNESS WHEREOF,the Parties have executed this Agreement as of the dates stated below. "CITY" City of Palm Springs Date: % /•{b By: c David H. Ready City Manager APPROVED AS TO FORM: ATTEST SA�Z By: By: Dougl s C. Holland, James Thompson, City Attorney City Clerk APPROVED BY CITY COUNCIL: APPROVED BY CITY MANAGER Date: Agreement No. Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer. COMPANY NAME: Check one_Individual_Partnership XCorporation "15ZP tillsSlU� Address BY � / By ✓ - Si ature(Notarized Signature(Notarized) /J 14 lonrl M/II�P aaan D Wdf,As*kW Secretary 2 CALWOMM ALL41IMPOSE ACKNOWLEDGM1111311r Cr#M CODE*1180 A notary public a othm�capWV tt o m raise a*dm ideroty of Ins mdnud of agmd them doaaa to Mu ismdi chthama a att.WOW not fiatulbhiMae,, a vai�yolthddoarmL of d ) on nw Date Hwb Mmart Mama end Tdfa of f m OAW p H Nttvne(aj Of Srg-" Mno proved to rune on the beau of sabBlactony evidence In be the person(s) W%ase nante(s) Were suGeabod to the vrdhit ndnarend and acknowledged to me the heAgmAhey executed Its same in hmAraAheamAhoioedcapacdy(m*.andthatbyhmAvwAt rai Fvdu A mtha awabnanent theprsoi(si, a the entity upon b~at Much gm paeaoraW acted.executed the irehunent. 1 torbfy under PENALTY OF PERJURY ads the Imes of to side of Cabforrva the the faegaing pera~ is true o d eared WITNESS my tend and official saeL aw"Itue SVnshira ofMatany PLAb&- Piacs Nofwy Sad Aare OP XYM Tbaugh gate sac*m m apbonmC carrpAeartg tide walafladion can deter slle nribn of tte doamront or RsudAad Isaftechmant of This from fo an urmlanded douanent Deeairy5on of AtWdwd Dommmt Tills or Type of Doaana4 Document Date: Nunber of Poga& Saw(s) 00m Tho n Named Mora= CmP9CitVtU4 Chimed by Signer ) aiigrera Fine: Signer'st ono ❑CanpanalB tNhca—T➢la(ak ❑CGFPDFate Olfaer—Tiale(ek ❑Partner— 0 United ❑Gerard ❑Partner— 0 Lnalad ❑General ❑Individual ❑Atmmey in Fact ❑Irdv7rbd ❑Atnney in Fad ❑Trustee ❑Gurrdirn a Coreermtor OTrusfee ❑Guardian or Gonmer ilor ❑OUer. ❑Other. SW—la RopraerdinW. ftp b ReprasenbrQ: OW14 Natural NotaryAssociMan-w .Mshmwf Awy_ap-1-MO-US NOTARY(I.BOD-878-8827) tram A59g7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT 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 Bernardino On 03/31/16 before me, Valerie N. Gomez, Notary Public Dale Ne,n Mae"Name and Talc at the omce. personally appeared Jim Yackley and Susan D.Walt Name(a)of Sign.,( who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/shelthey executed the same in his/herltheir authorized capacity(ies), and that by-his/heNtheir signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s)acted, executed certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is *� VALEIRIE...........•..........,.••.•••••••• true and correct. N. 19703 sSCOMM.#211g703 SWITNESS m hand and official seal. PNDo PUSL.C-CAUFORxIA ySAN BERNARDINO COUNTY P ............................................ My Cwm Eap.Jug t8,2019»; Signature U Place Notary Seal Above Sgnalure of Notary Public OPTIONAL Though the 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: Palm Springs International Airport-Amendment No.1 Document Date: 03/31/16 Number of Pages: Signer(s)Other Than Named Above: Capacity(ies)Claimed by Signer(s) Signer's Name: Jim Yackley Signer's Name: Susan D. Walt X�Corporate officer--Title(s).Regional Manager XQcorporate officer--Title(s): Assistant Secretary Individual Individual Partner-- ❑ Limited 0 General ❑ Partner--- Limited Q General Attorney in Fact ❑Attorney in Fact Top of thumb here Top of thumb here Trustee [:] Trustee Guardian or Conservator ❑ Guardian or Conservator Other: ❑ Other: Signer is Representing: Signer is Representing: Griffith Company Griffith Company ®2014 National Notary Association • www.NationalNotary.org a 1-800-US NOTARY(1-800-876-6827) a Item#6907 EXHIBIT "A" D De[.mb..]-Gad,nber3l %or Unns Illled A,Mu Mmsiberg allied In Including Am4um- Remamine Amount Rensamlm Item dwlptlon Owntlry UM unit Rke 'TM MmM $$$ellled In McnM N-,Mamt OuamltY `hlue PereenbR 102 1 PROVIDE QUALITY CONTROL TESTING FOR P-40I AND P-0M 55,851 T0N 52.30 5 $ $ 100,1J3.30 62CJ.65 5 13,Ill.77 -11.]% III REMOVE EXISTING STRIRNG/PAVEMENT MARKING G-30G4 87,517 SF SOm 5 5 $ 59,65110 UF13.C0 $ 10,362.40 -10.8% 112 CONSTRUCT INRLL OF DUSTING BASINS(P352-5.11 1g5D][Y 530.00 5 $ $ 109,7SO.00 175.GO 5 (6,7SO.N) 4.5% 113 SALVAGE EXISTING TV UG IT,RECONNECTORCUIT,AND CA 2M EACH $95.00 5 5 5 20,WS.00 Sm $ I4]5.00) 2I% SM REMOVE AND SALVAGEAI"'I.SIGN 1..'1 24 EACH 52M.m $ $ 5 602m.m 4l $ (I,Am.m) 29.2% Its PAINT TEMFOPARY BUIX-OUT MAR✓IN.D&OQ TIOVER E 11,355 5F $0]0 5 $ 5 2,]8540 -02.m $ (14A0) 0.6% 116 PAINT BLACK OUT MARKING(I-COAT)OVERU INGPAIN an. 5O]O 5 5 - $ 2"IJD80 .BL354.00 $ 16,270.00) 203.A% ill PLACE STRIPING WITH BEADS(YELLOW-0NE COAT)IP32as. 4,3355F S070 S1 15,086.00 $ 10,561.m $ 15,32160 -17553.1 $ [12.297.10) 56W 110 PUCE STRIPING WITH REA0S(WHITE-0NE COATI P-620-5.2 1a22435f $Om $ $ $ G9,O78rm 3I087l $ (7,732.20) 12.6% 119 PLACE STRIPING WITHOUT NAM(BLACK ONE GGPTJ IIIG 116935F 50.35 5 $ - $ 9,78635 -926B.m5 t,'Aa.8Gj 49.6% 120 PLACE SURFACE PAINTED HOLD MSnCN SI6NS IP'620'S A) 2FA[X $850.m $ 5 $ 3,4m.m -200 $ (1,]W.m) 500.0% 123 G45:INSTALL SALVAGED SIGN ON E%6➢NG NSF.IL'B50'S. TEACH $2,200.m $ 5 $ 8,em.m din $ (6.6m.00) 300.0% 135 FURNISXANO INSTALL5INL824TYPE CHIAW6 C4BLEIN E 10,0110 IF $3.m $ 5 5 12,I66m 5912.0 $ 37,I36.m -59.1SI 136 L-324 TYPE C,SW,AS IN EMLSTING MINGUR(L-10B-5.1) 12,000 lF $3.m $ - 5 $ 9,5%m Olarm $ 26,4m OO -136% 1371 B24 TYPE"-r AB PLOWED IN ITEM PoMRII IL'1M 5.3) 22,100 IF 50.m $ - S 5 92A20m -1m5.m It (4.O20m) 4.5% 1384814 TYPE45KV,I11INNEWCONOVITL-Dal I LSOO IF $3.00 $ 5 $ LMSIGU RESIN $ 2,655.00 -59.ON 139 L824WPE SPIV,NB ON GRACE(TEMPOMA) 41m 55 L930 IF SAm $ $ - 5 6248.00 368.m $ 1,472.00 -19.1% 140 M-924TYPEC.51,e6CABLE5ANI)MVIPMENTGR0UN BJO IF $Bain $ - 5 $ "ARADO 349.00 $ 3793m -ADI% 14112)Lusts TYPE C.SKY,N CABLES AND EQUIPMENT GROUNC 830 LF $law $ S - 5 127O.00 -37Ou 5 3.170m 39.1% 1421-T'PJC CONDUIT,DIRECTIONAL POPE L-112-5,1) 1.Il.LF $40.m $ $ $ 24,240. 640.m $ 25,I60m -51.5% 201 MILL&STOCKPILE EXISTING AC PAVEMENT G-30O4.1 2,2218885F San $ $ $ 409.557.80 18ID99.m $ 364219m -8.1% 202 DISPOSE OF DOTING AC PAVEMENT G3OO4A) 40 OOO TON $Sam $ $ $ 2M,]15.m d143.m $ 40,]15m 20.4% 204 REM0VEIX6TING STNPIXGNAVEMFNT MPPNINGS G-3 SOLO SF $0.75 $ $ 5 6,264.m -3352.m5 3,514.00 6]O16 211 REM0VEPACKPAINTCOVEMNG THERMOPLASTIC MARKIN ll,3555F 51.10 $I3.50 5 5 1x.598.30 -98.m5 ]0]80 0.9% 213 PAINTBUCK-0UTMARKINGSI10A 0VERUBTINGPAIN 15,1335F m.40 $ S $ 9,52OOO d66J.m 5 3,46680 573% 214CONSTRUCTRJNWAY4AC0NEPIAYPd01-B.A1 40,000 TON $64.m $ $ $2.691389.12 2037.335 130,389.12) 5.1% nS PROVIDE MATERIAL TRANSFER MACHINE PQl9.4.2 mpm TON Sim $ - $ $ 4%WS 35 393.65 $ 393.65 -0.8% 2U CONSTRUCT SHOULDER AC OVERAY 2' PuL03-8.11 ASm TON 53.m $ - 5 $ 151612.86 1639.39 $ 86887.14 -36A% all FURNISH AND INSTALLSWMY SEAL0N CONNECTOR TAKI ID1,5m 5F 50.15 $ - $ $ 16192,. -B3m.00 $ 1254.m) 0.0% 219 CONSTRUCT CONNER0RTA MAY AC OVERLAY 2.5"PAM IO,CW TON $57m $ - 5 $ 268,3J6m 5291.60 $ 30L6R.20 -539% 220 PUCE STRIPING WITH BEAM IYELLOW ICOATI R620-5.1 1O0,0m 5F $0.60 $ - R.9S]m S 5,3JA.20 $ 30,693AC 5'.Go $ 34,106A0 609% 2]1 PLACE STRIPING WITH BEAM WHITE-1 CGA P6205.3 256,6m SF $0.60 $ - 103,165.m 5 6L899.m S 143,326.20 1]]21GO $ 10,63380 >],1% 222 PUCE STRIPING WITHOUTBFAMBUCK ICWTIs 6F6S. 102,mO 5F $OAO $ - 285m $ 114.DO 5 34,953m 14618.m $ 5,847.20 279 CRACK REPAIR 1At SSOCm.m 5 - 5 5 31,A359A 0.37 $ 1R,564.M -37.1% 280 L824WPE Q SKY,RB IN DI CONDUIT L-1M3.1) 19m0 IF $1.65 $ - 5 5 40,IJB.IS �5411.m $ 8,929.151 28.5% 291 as FARE COPPER COUNTERPOISE WITH GROUND 2ROD5L1 I!ID LF SIOm 5 - 5 5 242,290m 9m $ 1..m1 0.0% 282 L.SU TYPE O FRY,and IN NEW CONDUIT LSM 5.4 29,0O0 IF $165 5 $ 5 a61)6A0 -19Bm $ (32670 0.7% IRA 13'CONDUIT,DIRECT BURIED L-1305.1 19,em LF $2000 s 389,3m.m 331.00 $ 6,620.DO -1.7% 28513"CONDUIT,CONCRETE ENCASED 111O51 4,420 IF 521.m 5 S 5 60,585.. 1535m $ 32,235.m -3A7% 298 1,8679MNCTI0N CAN LII65.221 2 EACH S850m $ S 5 2550m -lam $ G..1 Slant 101 REMOVE EXISTING STRIPINWPAVEMENT MAMING G-3 23SM5F $134 $ ' II1731.M $ 167,139.54 $ 245,266.90 51%5.m 5 '%idl.10 -75.2% 303 TURNS"AND INSTAU-SLURRY SEAL P 605-8.1 1,22S.SF $0.13 $I861 $ 1$ 164,151.39 37703.DO $ 4901.391 3.1% 3W REMOVETEMPORARY INFIULAND DELIVER M AIRPORT ST "500 U SM)= 5.' S - 5 309,750GO 1 d75.0a $ 4p50m1 4.5% 30 PUCE STRIPING WITH BEADS YEI1LW-1 COATI Pd2O5.] 64,4m SF $O50 $ ID!4ilm $ S;2M.50 5 52,205.SO -AO011.m 5 2005.50 M PIA 3CESTRIPINGWITH0UTBEAM WIBIACK'IC P-6265 24,O305F 5050 $ 1M m,1]L $ 17,185.50 5 SL-, -311R.m $ I15,SBS..D) 3W PAINS RUNWAY HOLDING FOSMON SIGN AND ILL.."., AFACN SW W $ <m $ 3,1500.00 $ 3,600.00 ON 5 100.0% 310 1 EACH $3m.m $ $ 6m.m 5 (300.001 325 SAWCUT/GmOVEACPAVEMENT PdII-5.1 L3OGDw SF $0]0 5 $ $ 11 DITS0 35.00 $ 17.50 Gas 327 REMOVE TEMP PL0WED-114 1-824 CABLE 22,ImLF SIG7 $ ' $ - $ 3AP32.3s -lmim $ LW5.35) 4.5% 320 REMOVE TEMP L124 CABLE FR0M CONDUIT I,,.lF $0.0 $ S $ 2,OJB]0 0802.m 5 5721.30 73.4% 321 REMOVE TEMP Ldx4 CABLE ON GeADE L930 LF $0.65 $ $ - $ 1,M5.30 36B.m $ 234ID -19.1% 101 FU RMSN AND INSTALL'YELLOW"THERMOPLASTIC TAXIWA 1416S LF 520.m OGo 6,01B.m $ 120,960.m $ 235,Em.m 2405.m $ AB,lm.m am lm2 FURNISH AND INSTALL'YELLOW'ENHANCED THERMOPtAS LI65 IF $a0.m $A1m 1,38Am $ 55360.m $ llLlm.m -939.m 5 13],Sm.-1 D.OX 5 $J,39%40345 5 422,618,90 puaMiN QUMe RecomfiffMlon-CO Value= $ Q461ARI %or Units Billed"W[e ..It.In Including yin CO N1 TV? quamlry LS unNRia. anth ManM WiliNedin Monts Cunent Monty TO Be Pal Budget RenterinQ FOm2 CO-I-Twoate ONnal KMnken 1LS $4,60Gm 0.0% $ $ A,6m.m $2,6m.00 $Om fOK C0p2-Reu& Owner mWork PUS)andMAim 1 L5 $7,459.26 - O.M $ $ L585.m 52,SBS.m $Om FFO COKE-Ckac&Gub,Eatn Work 1 LS $],$59 UO 0(14 $ 5 J,ASB.2fi S7,45843,43a 6 $Om FOODS Ni M1EaN Concrete l-x" 3,O00 LF $S8m - (14].m $ 8,526.m) $ 143,U4.m $1A3,434.m $30,SW.00 FOK Platt Mck Ouer enins 1 LS S10,Cm.m a. 5 $ IgmO.DO $14CW.00 Moo FDp Lem Nola Si ns a141 Ala and Uma 2 EA 53,50.m - DOX $ 5 ],Clam $?m0.m $Om FDA Radar EPPInt,LUGS Cans PV PF115 3FA $l,Cl.m 0036 $ $ 30l.m $3,00GOO $O.m FOp CO pS-RubberMmoval onTWY CM1atlle 1 LS 511,]BI40 O.O% 5 5 11.18740 $II,18)40 $O.IIO FDp CO pJ-flem4rc and Repalaa ElMriml Trarchas In ExIsting 5 1 L$ 534162689 - am $ $ 34628.89 $34,628.89 $O.m FOA co-..-Phase2E1.N..1 DemalHion 1 L$ $36.82J61 0.036 $ $ $D.00 $36,82].61 FDp CORN-Add'r.n.1 Sin Panels 1L5 $14281.10 100 5 14.281M $ 14,28100 $14,,281.10 $0.00 FOe COPA10-VOID Adapter 1 LS 56.740.1A 1m.0% 5 6,74054 $ 6,740.54 $6,74054 $0.n0 FDp CO p13-Load as Haul A[grinding Stock Des 1 LS 58MORIm 0.G% $ 299,65DGO $299.650OO $350.m fOR m416-Surface Holding III SWping I LS $5,24261 1261 0036 $ 5,2Q.61 $5,242.61 $O.m FDp_CO pl] SumYIOr MNud SltlpinQ U}vutTBM 1 LS $2,385.61 I561 O.O% $ MRS 61 $2,385.61 $am FOp CO p18 Addieonal CONS Lor BadQing and 5emdry 1 L3 $16,696.m M.m TROD% $ 16696m $ 16,696GO $16,696.0 $O.m fox mM4--ad flw Sl LmNon lm edn Rw ea eII 0 I LS 4.m0.m San. SJ.Om.m Fpp CO X6 Ou-1.nk and Winn,CMnges at Ta "dLBK iL5 5Om $4rDwOO i0R TasINVIN ATherma laslic I LS 5]6,m0.m 1m.0% $ ]66m.00 $ J6,6m.m 576,600.00 $Om TeYI VeI-of Cerra.Chin..0rGr Pales. $6A5,489.AI $]8,]43.61 Ordinal Contract Value= $ 91 TANI Olanp ONtt Request Vdue� $6A5,489.41 FullContOd Value(before quanOry reductions)= $1015971548A3 ]Iano Orders(posbneYrs-indlotes remaining unused quantities)' $ Q2,6M90 Est2mated Cunha[[Value.,F424-MAR-16= $ 3011T0.86953 Amount Pier alQlnaannentl vain¢- 5 222,370.51 AEe- AECOM 2064382700 tel 1501 4' Avenue,Suite 1400 866 495 5288 fax Seattle,WA 98101 wwwAaWff).wm March 25, 2016 Mr. Mark Jucht Airport Administration Manager Palm Springs International Airport 3400 E. Tahquitz Canyon Way Palm Springs, CA 92262 Subject: Approval for Griffith Company Pay Application#08.4r for"Runway 13R-31 L Rehabilitation Project" Dear Mr. Jucht: I have reviewed the attached revised Pay Application#08.4r from Griffith Company and confirm that necessary details have been provided. I recommend payment for this pay application which covers period from December 01, 2015 to March 24,2016. This is the final pay application for the project. The final contract value is$10,174,889.53 Please don't hesitate to contact me if there are any questions. Regards, -ZX Brian Sweet, PE Construction Manager Corporate Office 3050 E.Birch Street Brea,CA 92821 . [714]984-5500 Fax[7141854-9754 - Central Region G R I IF I T H 1128 Carrier Parkway Ave. COMPANY Bakersfield,CA 93308 - [661]392-6640 Fax(661]393-9525 MR.JUCHT Invoice Date: 3/25/2016 Southern Region CITY OF PALM SPRINGS/PSP Invoice#: 8.4 12200 Bloomfield Ave. 3200 E.Tahquitz Canyon Way Project#: 2015-14 Santa Fe springs,CA 90670 Palm Springs,CA 92262 Client Ref: 15-1180 [562]929-1128 Fax[562]864-8970 Eastern Region 4756 Mission Blvd PROJECT NAME: PSP RUNWAY 1311-311- Montclair,CA 91762 [9091270-5040 Fax 1909]270-5042 FOR PROFESSIONAL SERVICES RENDERED THROUGH: 3/31/2016 Structure Division 3050 E.Birth Street AMOUNT DUE THIS INVOICE: Brea,CA 92821 [7141 984-5 5 00 $ 644,116.98 ... Less 5% Retention= $ 611,911.13 Fax[714]854-0227 Underground Division CONTRACTAMOUNT: $ 10,597,508.43 3050 E.Birch Street CHARGES TO DATE: $ 10,174,889.53 Brea,CA 92821 PREVIOUSLY INVOICED: $ 9,530,772.55 [7141984-5500 Fax[714]854-0226 CURRENT INVOICE: $ 644,116.98 BUDGET REMAINING: $ 422,618.90 Landscape Division 3050 E.Birch Street Brea,CA 92821 [714I 984-5500 CINDY TRUMP: $ 112,980.36 Fax[714]a54-7843 CLSURVEY: $ 45,000.00 Concrete Division LMS TRANSPORT: $ 850,000.00 12200 Bloomfield Ave. Santa Fe Springs,CA 90670 PREVIOUS DBE TO DATE: $ 1,007,980.36 Fax[562]864-8 CURRENT DBE: $ - 0.00% Faz[562]864-8970 TOTAL DBE TO DATE: $ 1,007,980.36 10.13% Materials Division TOTAL DBE NEEDED: $ . 765,000.00 7.69% 3050 E.Birch Street Brea,CA 92821 [7141984-5500 PLEASE REMIT TO: Fax[714]854-0229 GRIFFITH /// IITTHH COMPANY www.griffithcompany.net *- ! `-L Contractor's License#88 SCOTTMCLURE Estimator/Project Manager 4756 Mission Blvd Montclair,CA 91762 CM1y rd Palm Springs 32W ETaFyudz Canyon Way Palm Springy CA 92262 Attn:Mark lutlR Palm Springs lmamasiaml Airport ESP Runwry 139-31L PO 415-1180 Billing Summary TRru 3/31/WI6 Task Task Deurpsion P87,517 UM Unit Prim Budge) TO Data Preaims Curren Nlem 101 MOBI0,iLTION,BONDS AND INSURANCE L5 $SBS,OW.W $ 585pW.W $ 5850W.W $ MS.M.W $ 5 102 PROVIDE DUAUTY CONTROL=ING FOR P-0lAND P-a03 ITEMS G-1013.L TON $2.10 $ 11128].10 $ 104,1]3.34 $ INX273.34 $ $ 13,123.77 103 CONTRACTOR'S YARD G-104-4.1 6 $]SW000 $ ]S,mO.W 5 R,OW.W $ ]S,GWM 5 $ 104 PROVIDE ENGINEERS FIELD OFFICE G-1044.2 Ls $SO,mOW $ SO,WO.W $ SOm]m $ Sg6m.W $ $ 105 FINISHING AIRPORTG-105i.1 LS $30,WOD) $ 30.m0.m $ 3g000.W $ 30,WD.m $ $ 1W SAFETY AND SECURITYG-2W4.11 L5 $W,WO.W $ 90,00O.m $ 90pm.W $ 90,WO.W $ $ 107 PERSONNEL AND VEHICLE SECURITY TMININGG-2Wd.I At $5.Om.W $ S,OW.W $ 5,000.W $ S,PSO.W $ 5 208 FURXISH LOW-PROFILE BARRICAOEG-2Wi.3 EACH $4m.m $ do"No $ 40pW.W $ 4O000.W $ S lm PROVIDE OPERATE MAIMAIN,AND SALVAGE TO OWN ER LIGHTED TG-200-4.4 EACH $30,OW.W $ 1200W.W $ 120000.m $ 12OWJW $ - $ 110 OPERATE AND MAINTAIN OWNER FURNISHED LIGHTED RG-2004.5 FACA $3,OWm $ 6,000.W $ 6000.m $ 6pO0W 5 $ 111 REMOVE MISTING STRIPING/PAVEMENT MARKING G-3m{9 SF $0.80 $ TID33m $ SVGE.LI $ 59,651", $ $ 10362.40 1E1 CONSTRUCT INFILLOF EXISTING BASINS(P-152-5.1 10,5W C/ $lOW $ 1U5W000 $ 109,)50W $ lm,]50.m $ $ 4,]50.m 113 SALVAGE ULTINGTW LIGHT,RECONNECT CIRCUIT,AND CAP BASE WITH BLIND FLANGFL-125,14 206 EACH $95.00 $ 199000 $ 20045.00 5 20,045.00 $ - $ 475.00 114 REMOVE AN D SALVAGE AIRFIELD SIGNG-3mdS 24 EACH $200.00 $ 4,em.W $ 61200W $ 6,200.00 $ $ 1140GU0 11S PAINTTEMPORARY BLACKOUT MARKING5I-COA OVER EXISTING THERMOPLASTIC PAVEMENT MARKINGSP,d2D-5.5 1 3555F so $ L27100 5 2,M5.Xp $ 2,28S.a0 $ $ 14.40 116 PAINT BLACK-OUT'WRONG 1-COA OVER EXISTING PAINTED PAVEMENT MARKINGS 1`462a-5.3) 400005F $0.20 $ 81000.0) $ 24.VGXO $ 24,270.W $ - $ 16,210.90 117 PLACE STRIPING WITH BEADS YELLOW-ONE MA P-620-5.1 43355E $0701 S 3,03950 $ 15,321M $ 4,760.00 1056160 $ 12.287.10 1M PLACE STRIPING WITH BEADS WHIRE-ONE COAT P-520i2 30 2435F $Om $ 61,345.BJ $ 69A]8.W $ 69,GTBW $ $ 7,732.20 119 PLACE STRIPING WITHOUT BEADS BLACK-ONE MA Pfi2P53 1B,693 Sf $0.35 $ 6,Sa2.55 $ 9,]8635 9785.35 $ 5 3,343.80 120 PLACE SURFACE PAINTED HOLD POSTION SIGNSP420-5.4 2EACH $850.W $ 1,RO.W $ 3,400.W $ 3aW.m $ $ 1,]W.m 121 FURNISH AND INSTALL TAXIWAY HMO REFLECTIVEMARKER L453 TYPE II,STYLE II BLUE allNDR"L M 110-5,1 1]FACH $1W.W $ 1M.W $ 1]OO.W $ I,TIO.m $ $ 122 GS-2:REMOVE PANELS AND INSTALL NEW PANELS. ]EACH $wDoo $ SOO.W $ SW.W $ SW.W $ $ - 123 GS-S:INSTALL SALVAGED SIGN ON EXISTING EASEL-058-i2 SFACH 522W.W $ 2,2W.W $ e,eWW 5 R.Bm.m $ $ 6,6W.W 124 GS-19:INSTALL SALVAGED SIGN ON NEW BASE.REMOVE PANELS AND INSTALL NEW PANELS. L-85&5.3 ]EACH $30oom $ 3,GW.W $ 310K. $ 3,OW.W $ $ 125 GS-16:REMOVE PANELS AND INSTALL NEW PAXEI5.Ld5B-5.3 ]EACH $BEO.00 5 820.0 $ e20.m $ BMW $ $ 126 GY]6:INSTALL SALVAGED SIGN ON NEW BASE.REMOVE PANELS AND INSTALL NEW PANEIS.L-858�5.4 1EACH $3,0m.00 5 3,W0.W $ 3,Cm.W $ 3,000W $ $ 127 GS94:REMOVE PANELSAND INSTALL NEW PANELS.L-Ai ]EACH $3W.W 5 300GO $ mi $ 3W.W $ $ 128 GS-IW:REMOVE PANELS AN D INSTALL NEW PANELS.Ld5B-56) ]EACH $210GO $ zsmoo $ mo.W $ 25000 $ 5 129 HPS-1'INSTALL SALVAGED SIGN ON NEW WE ILd58-5.] ]EACH $3,100W $ 3,IW.W $ 3,1W.ED $ 3,1Wo0 $ $ 130 HPS-M:FURNISH AND INSTALLNFW L-BSSR INCANDESCENT HOLD POSRWN SIGN ON NEW BASE.R.WS-5.B IEACH $4,DUCO $ 4,1W.W $ 4,1m.W $ 4,lmm 5 $ 131 HPS4:REMOVE PANELS AND INSTALL NEW PANELS.Ld5B-5.9 N�,2. EACN $900.00 9WW $ ..m $ 9W.m $ $ 232 HPS-21:REMOVE PANELS AND INSTALL NEW PANELS. L-85B-5.10 EACH $900.m $ 90D.W $ 9m.W $ 9W.W $ $ 133 HP5-22:REMOVE PANELS AND INSTALL SALVAGED PANELS. L-B58-511 EACH $1l0m $ TULA) $ 110.W $ 110.W $ 134 HPS.35:REMOVE PANELS AND INSTALL SALVAGED PANELS. L-858-5.II) EACH $110.00 $ 11OW $ IIQW $ 110.W $ 5 - 135 FURNISH AND INSTALLSKVL-024TYPE C kMWG CABLE IN EXISTING CONDUIT.CONDUCTOR COUNT PER PLAN L-108-5.1 6 $3.W $ 30,m0.W $ 12,264.m $ 12,264.W $ $ 1],]3600 ]36 L-824TYPEC,SKV YB IN FXISTINGCONDUR L-LH-5.1 IF 53.W 5 36.MA.W $ 9,594.m $ 9,594.W $ 5 26,4WW 137 L-824TYPE C.SKV 86 PLOWED IN TEMPOMRY L-108-5.3 UP $4.W $ 88.eGD) $ 94420.0 $ 92,4M.W $ $ 4,02Om 138 L-824 TYPE C,SKV,YB Ui NEW ronDOrt L-1D8-54 LF 53.m $ 4,5WW $ 1,845m $ 1BAS.W $ $ 2,655.m 139 L-824 TYPE C,SKV 880N GRADE TEMPORARY l-UXi5.5 LF $4.W S ])20.m $ 62M.W 5 6248m $ $ 1,472.00 140 2L-824TYPE C,SKV,06 CABLES AND EQUIPMENT GROUND IN EXISTING CONDUCT EMP PER,PLASI L-IW-5.10 IF Saw $ 6.RaDoo $ 4168.m $ 4168.m $ $ 2,T92.W 141 2L-824TYPE C,SIN,N6 CABLES AND EQUIPMENT GROUND AND 2'PVCCONOUIT(TEMP REF,PLASI L1W-5.111 LF $10.00 $ $SOO.W $ 11220m $ 11,22000 $ $ 3,1]0.W 142 1-Y PVC CONDUIT,DIRECTIONAL BORE L-112-5.1 LF $40.W $ 50000W $ 24.24D.m 5 24240m $ - $ 25.1m.m 143 L-850C IN-PAVEMENT RU NWAY EDGE MET,BI-DIRERgNAI.REO/VELLOW IL-125.5.4 2EACH $;WO.W $ lo.OWW 5 1O0W.W 5 1.1pa m $ $ - 144 L-862 ELEVATED RUNWAY EDGE LIGHT,81-DIRERKINAL,WHITE/WHITE,STAKE MOUNTEDL-1M-i8 41 EACH $ Om.W $ 41,OW.W $ 41,Om.W S 41,GW.W $ - $ 145 L-862 ELEVATED RUNWAY EDGE LIGHT,BIDIRERHINAL,RED/YELLOW,STAKE MOUNTEOL-126-59 31 EACH $1mo O3 $ 31,000.00 $ 31pmW S 31,O00.00 $ $ - 146 1-862 ELEVATED RUNWAY EDGE LIGHT,B4DIRECTIONAL RED HUE STAKE MOUNTED L-I2G-S.ID 10 EACH 5 WO.m I$ 1o.wom $ L1,OWW $ 10,WO.W $ $ - 147 1862 ELEVATED RUNWAY EDGE LIGHT,WGIRECTIONALYELLOW/WHNE,STAKE MOUNTED IL-126-5.13I BEACH 51,O00.00 S 61000.00 $ 61000.00 $ 6,M.m $ 5 - 148 L462 ELEVATED RUNWAY EDGE LIGHT,01-DIRECTIONAL RED/RED.STAKE MOUNTEDL-126 SA2 16 EACH $I,100.W $ 17,60O.110 $ 17600.00 $ llbm.W 5 - $ 149 L-862 ELEVATED RUNWAY EWE LIGHT,BEDIRECFIONAL GREEN/BLANK,STAKE MOUNTED L-126-5.13 16 EACH $11200.00 $ 19,2W.W $ 192011,00 $ 19,20100 S - $ - 150 14552 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL WHITC/ HFE,FLANGE MOUNTED L-IIF5.9 AEACX $11100.00 $ a.m." $ B,em.W $ B,BWW $ $ 151 L-eWV RUNWAY END IDENTIFIER UGI lPAIR W/CONDUCT AND CABLE(TEMPORARY L-126i.16 2EA2H $Dcxo.W $ 1m,W0.W $ 1W,OWM $ 1m,Om.m $ $ L52 INSTALL 1-1183 PULSATING LIGHT APPROACH SLOPE INDICATOR IPIA51)SYSTEM,OWNER FURN15HED(TEMP0RARYI IL-12S5.161 2EACH $2,SWW $ 5,000.00 $ 51000.W $ 5,00Om $ $ - WE MILL&STOCKPIIEEXISTINGACPAWMENTeven 2.7'Detb G-3m1.1 2.228,BM 5F $020 $ HSAZ0 $ 4m.55].W $ 4W,55J80 $ $ 36,2]9.W 202 DISPOSE OF EXISTING AC PAVEMENT evera e2.]5`De M1 G-30DCA - 4QD0O T0N $5.W $ 2m,DDD.W $ 240,715.W $ 240,]lSm $ - $ 407.00 203 REMOVE AND DISPOSE EXISTNG ELEVATED LIGHT HIM RE AND CAN G-3W4.61 IM EACH $150.W $ 22,2WW $ 22,2W.W $ 2],2W.W $ $ 204 REMOVE EXISTING STRIPING/PAVEMENT MARKINGSG 3Wd.3 5,WO SF $0) $ 3,]50 GO $ 6,M00 $ 6,2W.00 $ $ 2,514.m 205 DEMOLISH AND REMOVE EXISTING SIGN BASE IGdWAB) 2EACH $650m $ 1,3DO.m $ 1,3m.W $ 13m.W $ $ - 2O6 DEMOLISH AND REMOVE EXIMNG SIGN AND BASEG-306-0.9 9EACH $210m $ 1,890.W $, 1,B90.W $ 1Am.m $ $ - 20] REMOVE AND DISPOSE EXISTING IN-PAWMENT LIGHT FIXTUREG-3Wi. 42GCX $280.m $ 11,760.0 $ 1176AW $ ll,2m.m $ 5 - Coy of wars Springs 3200 E TahquXZ Canyon Way Palm Sprngs.CA 92M2 ALL.:Mark JUMI Palm Springs IMernmional Airport PSP Runway 1311-311. P0815-11M Billing Summary Arm 3/31/2036 Masai Task Description puaMtty UM Wit Prix Budget TO Doe Pr.A.s CurteM Bahnce 2DB SALVAGE EXISTING TAXIWAY EIGHT,RECONNECTCIRCUIT,AND CAP BASE WITH BLIND FLANGEG-300-4.10 60 EACH $180.W $ 10'si $ 1g8wGo $ IO,gow $ 5 209 DISCONNECT IXISTINGTAKIWAV UGHT,REMOVE AND REINSTALL LIGHT EFFORT REOPENING TAXIWAY CROSSINGL-1265.14 33 EACH $215.00 $ 6,665.w $ 6,665.00 $ 6,MbD0 $ $ 210 REMOVE AND DISPOSE OF ELEVATED RUNWAY GUARD EIGHT FIMREG3CUA.11 BEACH $1ODW $ PL0.00 $ 80100 $ awl $ $ 211 REMOVE BIACK PAINT COVERING THERMOPU3TC MARKINGS.IG-3MA22 1L3555F $1.30 5 13490.50 14590IN $ 12,5%.30 $ $ 107.80 212 REMOVE RETpO-REFLECTIVE MARKERS G-300-1.13 17SF $2200 5 459.00 $ 459.00 $ 459.00 $ $ 213 PAINT BLACKOUT MARKINGS 1COA OVER EXISTING PAINTED PAVEMENT MARKINGS P-6205.3 15,1335F S... 5 6.053,20 $ 9,52D.00 $ 9,520.00 $ $ 3,466.W 214 CONSTRUCT RUNWAY 4'AC OVERLAY P-4014.4.1 4C,"TON $64.00 5 2,560p00.00 $ 2,690,389.12 $ 2,690,3.9.12 5 $ (T3.,TB9.n) 215 PROVIDE 6WTERIALTRANSFER MACHINE("01-9 4.21 W,000 TON $IW $ SO,OW.00 $ 494W6.35 $ 1EHR 35 $ $ 393.65 216 CONSTRUCT AC PAVEMENT TEST STRIP IP-4018.A3 11S $25,000.W $ 25,O0O.00 $ 25,000.00 $ 25,00000 $ $ 217 CONSTRUCT SHOULDER AC OVERLAY 2"LP-4038.1 4,SOO TON $53.00 $ 23850D.00 $ 151,612.86 $ 15L632.86 $ $ 85,881.14 218 FURNISH AND INSTALL SLURRY SEAL ON CONNECTOR TAXIWAYS IF 6088.1 IDASDO SF $0.15 $ 15,675.00 $ 16,929.00 $ 16,929.00 219 PCONSTRUCT CONNECTOR TAXIWAY AC OVERAY 2.S P401-8.1.1 10,000TON $S3.OT I$ STI.OW OO $ 2N378.80 $ 268,37880 $ $ 301,621.20 220 1PLACE STRIPING WITH BEADS MILLOW-1 COATP-520-5.1 1118.000 SF E W $ EARCON $ 30,693.60 $ 25,319.40 $ 5,334.20 5 34.106.40 221 PUCE STRIPING WITH BEADS WHITE-1 COAT pGM5.3 256,600 SF 60 $ 15;96000 $ 143,3M.20 $ B1A2]M 5 61,89900 $ 10633,W 222 PLACE STRIPING WITHOUT BUDS BUCK-1Ma IP62l 5.3E 102,000 SF 0 $ 40,BOU00 S 34,952.80 $ 34638.W 5 11400 S 5.841.M 223 DM-3:FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN S-STEP,SIZE 4,STYLE 3,CUSS 3,MOOE2 AND NEW PANELS ON NEW BASE. L358 SAL lUCH 00 $ 5,30000 $ 5,3W.00 $ 5,300.W 5 $ 224 DM-2:FURNISH AND INSTALL NEW L-8580L LED DISTANCE REMAINING SIGN S-STEP,SIZE 4,STYLE 3,CLASS I MOOE2 AND NEW PANELS ON NEW BASE. Ld585.14 lUCH 00 $ 5,200.00 $ 5,20100 $ 5,2WOO $ $ 225 Da-:U IRISH AND INSTALL NEW I-8580L LED DISTANCE REMAINING SIGNS-STEP SIZE4 STYLES CUSS]MODES AND NEW PANELS ON NEW BASE. L-85B SAL SUCH GO 5 5,200.00 $ 5,201-00 $ 5,200.01 5 $ 226 DMA:FURNISH AND INSTALL N EW 145SOL LED DISTANCE REMAINING SIGN S-STEP,SIZE 4,STYLE 3.CUSS L MODEL AND NEW PANELS ON NEW BASE. Ld5B 5.14 SUCH 0 $ 5,200.00 $ 5,2WW $ g200.M $ $ 227 DM-S:FURNISH AND INSTALL N EW Ld588L LED DISTANCE REMAINING SIGN S-STEP,SIZE 4,STYLES CUSS L MODES AND NEW PANELS ON NEW BASE. L-858814 1EACH .00 $ 5,200.00 $ 5,2M.00 $ 5,200.00 $ $ nS DM£:FURNISH AND INSTALL N EW L858BL LED DISTANCE REMAINING SIGN S-STEP,SEE 4,SWLE 3,CLASS I MODE2 AND NEW PANELS ON NEW B4SE. L-8511-5.14 ]EACH .w $ 5,2OO.w $ 5,200.00 $ 5,3W.00 $ $ 229 DM-7 t FURNISH AND INSTALL N EW L8588L LED DISTANCE REMAINING SIGNS-STEP,SUE 4,STYLE 3,CUSS MODE2 AND NEW PANELS ON NEW EASE. L-8585.16 IEACH .W $ 520000 $ 5,20000 $ S,LM.DO $ $ 230 DM-8:FURNISH AND INSTALL N EW I-8580LLED DISTANCE REMAINING SIGNS Sap.SUE 4,STYLE 3,CUM L MODEZ AND NEW PANELS ON NEW BASEL%LMIIA6 IEACH .00 $ 5,200D0 5 5,20000 $ S.M.W231 DMA:FURNISH AND INSTALL N EW LdSSUL LED DISTANCE REMAINING SIGNS-STEP SUE4 STYLES CUSS MODE2 AND NEW PANELS ON NEW RASE. L-B5B-5.16 ]EACH .00 $ 5,200.00 $ 5,200.00 $ S,200.00 5 $ 232 GSA:INSTALLSALVAGED SIGN ON EXISTING BASE L-8583.14 1 EACH $330.00 $ 330.00 $ 330.130 5 330.w $ 5 233 GS-S:INSTALL SALVAGED SIGN ON NEW ME. L-0585.15 1EACH $2,.L. $ 3,eW C0 $ 2800.00 $ 2,880.00 $ 5 234 GS-M INSTALLSALVAGED SIGN ON EXISTING BASE .-8583.16 1EACH $320.00 $ 320.GO $ 32000 5 320.W $ 5 235 GS-23:INSTALL SALVAGED SIGN ON EXISTING HASE. L-e5BS.1] ]EACH 532080 $ 32000 $ 320.00 5 3M.IW $ $ 236 GS-40:INSTALL SALVAGED SIGN ON EXSTING BASE Ld58-18 1 EACH $320.00 5 32009 $ 320,00 $ mai, $ $ 232 GS,4I:INSTALL SALVAGED SIGN ON EXISTING BASE(LdSB-5.19 IEACH $mw $ 320ro $ 320.00 5 3ID.00 $ $ 238 6S49:INSTALL SALVAGED SIGN ON EXISTING BASE REMOVE PANELS AND INSTALL NEW PANELS, L-6585.20E IEACH $950.00 $ 95000 $ 950.W $ 950.00 $ $ 239 GS55:INSTALL SALVAGED SIGN ON EXISTING BASE 12511-5.Il 1EACH Simon $ 300.00 $ 300-00 $ 3w,w $ $ 240 GSSJ:INSTALL SALVAGED SIGN ON EXISTING BASE Ld56-5.23 1EACH $33000 5 330. $ 330.W $ 3300. $ $ 241 GSIB:INSTALLSALVAGED SIGN ON EXISTING BASE. L458331 IEACH $30000 $ 300T, $ Soto. $ 3..W $ $ 242 GSe1:INSTALL SALVAGED SIGN ON EXISTING BASE .,85E-24 IEACH $300.00 5 300.00 $ 300.00 $ 300.00 $ $ N3 GS84:INSTALL SALVAGED SIGN ON EXISTING BASE REMOVE PANELS AND INSTALL NEW PANELS. L-8585.25 IEACH $NO GO 5 900.00 $ Now $ BW.w $ $ 244 GSBS:INSTALL SALVAGED SIGN ON EXISTING BASE REMOVE PANELS AND INSTALL NEW PANELS, I11W5,26 El EACH Saw.. $ aa,om $ 800.00 $ BCO.CO $ $ 245 GSIOI:INSTALL SALVAGED SIGN ON EXISTING BASE,REMOVE PANELS AND INSTALL NEW PANELS. L-8585.2] EACH $80000 $ Room $ Gi $ 800.N $ $ [256 GS302:INSTALLSALVAGED SIGN ON EXISTING BASE,REMOVE PANELS AND INSTALL NEW PANELS. L-8585.29 EACH $800.W 5 BW.00 $ 8W.00 $ Hall $ $ HPS 1 FURNISH AND INSTALL NEW L-MILK LED HOW POSITION SIGNSSTEP,SIZEL STYLE 3,CAS51,MODES AND NEW PANELS ON EXISTING BASELA58-539EACH $3,300.W $ 330000 $ 3,3WD0 $ 3,300.W $ 5 HPS-2:FURNISH AND INSTALL NEW L-858RL LED HOW POSITION SIGNS STEP,SIMI,STYLE 3,CUSS S,MODE2 AND NEW PANELS ON EXISTING EASEL-858-539EACH $3500W $ 2,SWW $ 2,Sg1.00 $ 2,SOO.W $ 5 HP5-3:FURNISH AND INSTALL NEW LSEEM.LED HOW POSITION SIGNS STEP,SIZELSTYLE 3,CLASS I,MODE2 AND NEW PANELS ON EXISTING BASSI-858-5.29EACH $2,400.W $ 2,400.00 $ 2pW.00 $ 2,400R0 $ S NPS-0:ftEMOVE PANELS AND INSTALL 5ALVAGEO PANELS.IL-858-5.31 UCN $115 GO $ 16500 $ 165.M $ 16i00 5 $ HP5-S:INSTALL SALVAGED SIGN ON EXISTING BASE. ISM-5.33 EACH $440.W $ 44000 $ won $ 44DR0 $ $ HP56:FURNISH AND INSTALL NEW L-858RL LED HOW POSITION SIGN S-SIEP,SIZEI,STYIE 3,CUSS I,MOOE2 ANDNEW PANELS ON IXISTINGB0.5E LB585.30U[H $4,W0.00 $ d,00000 $ 4,OOB.CO $ 4,W0.00 $ $ HPS-]:FURNISH AND INSTALL NEW L-858RL LEO HOLD POSITION SIGH5,STEP,SIZEL STM1E 3,CLASS 1,MOOE2 AND NEW PANELS ON EXISTING ELASE. L-8585.30EACH $4,00... $ 4,W0.00 $ 4001 $ 4,hM.00 $HP5-B:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGNS-STEP,SIZEI,5lttE 3,CLASS L MODES AND NEW PANELS ON EXISTING BASE L-8585,30EACH $4,iW $ 4,000.00 $ 400000 $ 4,P]0.00 $HP5-9:FURNISH AND INSTALL NEW L-B58R LED HOLD POSITIONSIGHS-SM,SIZEI,SME 3,CLASS 2.MODES AND NEW PANELS ON EXISTING BASE. L-858-5.30UCH $3,E00.00 $ 3,600.00 $ 3,600.00 $ 3,W0.00HPS-IO:FURNISH AND INSTALLNEW L-HHEL LED HOW POSITION SIGNS-STEP,SIZEI,STYLE 3,CUSS I,MOOE2 AND NEW PANELS ON EXISTING EASEL-858-5.30 EACH $3,E00.00 $ 3600.W $ 3600A0 $ 36tl100 $ $ HP514:FURNISH AND INSTALL NEW L-B58RE LED HOLD POSITION SIGH 5-STEP,5fLF1.51YLF 3,CUS51,M--E2AN-NEW PANELS ON FASTING BASE. L-8585.30 ]EACH $3,6WRll S 3600.W $ 36WA0 $ 3,600. $ 5 258 HP5-15:FURNISH AND INSTALL NEW L-MRL LED HOLD POSITION SIGN 5-STEP,SUET,SIYLE 3,CUSS I,MODES AND NEW PANELS ON EXISTING BASE L-85R5.30 TAEACHS3,�.W W.00 $ 4,000.W $ 4,000.00 5 4.OW00 $ $ 259 HP5-I6:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN S-STEP,SIE1,ME3,CLASS MODES AND NEW PANELS ON EXISTING BASE. .-B585.30 1000.00 $ 4,000.W $ 4,OW.CD $ 4,00]00 $ $ 260 HP5-1T:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN S-STEP,SIZEI,STYLE 3,CLASS I,MODE2 AND NEW PANELS ON EXISTING BASEL-MR 5,30 16W.W $ 3,600W $ 3,6W.00 5 3,60D. $ $ 261 HP5-18:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGNS-STEP,SIIII,STYLE 3,CUSS I,MODE2 AND NEW PANELS ON EXISTING BASE. L-B585.30 T60000 $ 3,600W $ 3,600.CO 5 3,600.OI1 $ $ 261 HPS-21:REMOVE PANELS AND INSTALL SALVAGED PANELS. .-838-3.33 ] Iww $ 160.W $ 160.W $ 16000 $263 HPS22:REMOVE PANELSANO INSTALL SALVAGED PANELS. L-858-3.34 116000 5 160.00 $ S60.W $ S60A0 $264 RPS-23:INSTALLSALVAGED SIGN ON EXISTING BASE. L9595.35 ] "0.00 $ 440.00 "Loo $ mon, $265 NPS-24:FURNISH AND INSTALL NEW.d58RL LED HOLD POSITION SIGNS-STEP,SIZEI,STYLE3.CUSS I,MOVE2 AND NEW PANELS ON EXISTING BASE. L-858-530 ] 600.00 $ 3,W0.00 $ 36W.W $ 3,won, $266 HPS-24;FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN IS-STEP,SIZEI.STYLE 3,CUSS I,MODE2 AND NEW PANELS OH EXISTING BASE LdSB-5.30 ] 6000o $ 3,WO.00 $ 3,600.W $ 3,600.CO 5 $ City of Palm Sprinp 32M E TaInwaz Canyon Way Palm Sprinp,CA 92M2 Attn:MINE luaM Palm Spnn,F Intemational Airport PSP Runway UR-31L PO M 1180 &IIi,SummarVThm 3/31/20P5 Task Task Descri Lbn quaniil UM Unit PHw Budget To Date Previous Omen Balance M] HPS25i FURNISH AND INSTALL NEW L-850RL LED HOLD POSITION SIGNS-STEP,SIZEI,STYLE 3,CLASS MODE2 AND NEW PANELS ON EXISTING BASE. L-858-5.30 ]EACH $3,600.00 $ 3,600.00 $ 3,B.DU $ 3,600.D] $ $ 264 HPS-2]:FURNISH AND INSTALL NEW 1458RL LED HOLD POSITION SIGN 5-STEP,SIZEI,STYLE 3,CUSS I,MODE2 AND NEW PANELS ON EXISTING BASE, L-658-5.30 1EACH $3,600.00 5 3.6C0.G0 $ 3,6WW $ 3,Gx.oD 5 $ 20 HPS-28:FURNISH AND INSTALL NEW L-BSBRL LED HOLD POSITION SIGN S-STEP.SREI,STYLE 3.CLASS I,MODE2 AND NEW PANELS ON EXISTING WE. L-858-5.30 IEACH $3,6W.00 $ 3,YV.00 $ 3,B .00 $ %.fi w $ $ 270 HPS-29:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGHS-STEP,512EI,SttLE 3.CU551,MODE2 AND NEW PANELS ON EXISTING BASE L-B58-5.30 IEACH $3,600.00 $ 3,6W.00 5 3,6000D $ 3,BULUW $ $ Dl HPS-30:FURNISH AND INSTALL NEW 185BELLED HOLD POSDION SIGN 5-STEP,SIZES,STYLE 3,CLASS I,MODE2 AND NEW PANELS ON EXISTING ME,L-858-5.30 ]EACH $3,600.W $ 3,6W.DO $ 3,W000 $ 3,W0.W $ $ 272 HPS-31:FURNISH AND INSTALL NEW L85BRL LED HOLD POSITION SIGN S-STEP,SREI,STYLE 3,CLASS I,MODE?I AND NEW PANELS ON EXISTING WE, L-858-5.29 ]EACH $ 600.W $ 2,GW.00 $ 2,60000 $ 2,EW.0] $ $ 273 HPS-32:FURNISH AND INSTALL NEW L4588L LED HOLD POSITION SIGN 5-STEP,SIZE],STYLE 3,CLASS I,MODE2 AND NEW PANELS ON EXISTING BASE.L-858-5.29 ]EACH $ 600W $ 2,6W.W $ 360000 $ 2,E00.00 $ $ 224 xF1-3S FURNISH AND INSTALL NEW 1d58RL LED HOLD POSITION SIGN S-STEP SIZE 57LE 3.CLSSI MODES AND NEW PANELS ON EXISTING BASE,-859 S.29 ]EACH 52,6W ED $ 2,6woo 5 2.600.110 $ 2,w.w $ - $ 275 HPS-34:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGNS-STEP,SIZE STYLE 3,CLASS I,MODE2 AND NEW PANELS ON MISTING BASE. L-B58-5.29 ]EACH $;600.00 $ 2,60000 S Loam $ 2,SoU. $ $ 276 HPS-35:REMOVE PANELS AND INSTALL SALVAGED PANE15.1t 8583.361 1EACH $EGUEo 5 HGO. $ ]ROOD $ ING. $ $ 2T HPS86:INSTALL SALVAGED SIGN ON EXISTING BASE L858-53] EACH SARom $ 61000 $ 4W.w $ 4W.00 $ $ 278 HPS-3I:FURNISH AND INSTALL NEW L85BRL LED HOLD POSITION SIGN IS STEP.SQEI,STYLE 3.CUSS I.MODE2 AND NEW PANELS ON EXISTING EASE. I-858-530 1EACH $ACOO.N $ 4,00000 $ 0.000.00F31,43S.M 0W.00 5 $ 2" CRACK REPAIR ]AL $50WO.W $ SO,OW.00 $ 3],435.9C35.% $ 5 18,56A06 2E0 L-824TYPE C,SKY,NB IN DE ING CONDUIT L-1085.1 ].,COOLS $163 $ 31,350.W $ 40,2]B.IS278.15 $ - $ 18,918.15281 B6 WECOPPER COUNTERPOISE WITH GROUND 2ROD5 L-IORS2 242206 ]1 ES 242,200W 20.176,70175.00 1W.W282 VAUTWEC,SM CONNB IN NEWCONOUIT L-108iAI 39,CW IF $1.65 $ 1600W $ 48,1]6]01]6J0 $ $ 326]D 283 VAULTCABLE<ONNfCFIONS L-10?5.1) l LS 51600.00 5 160000 $ 1,600.00600.Iq $ $284 12"CONDUIT DIRER BURIED L-11M.1 19.BW 6 SMOG $ 3%MGM $ 309380.00380.00 $ $ 6620002B5 13"CONDUIT,CONCRETE ENCASED L-ll0-i2 4,am1 SM. $ SUED,0 5 W.585W585.00 $ $ 32.235.2B6 UI1.IN-PAVEMENT RUNWAY GUARD UGHT,LED ON FX BASE CAX1-125-5.1 42 EACH 52D]0.01 5 M,00000 $ 84,0000000D.D0 $ $ 28T L-85OC IN-PAVEMENT RUNWAY EDGE UGHT BI-DIRECfIONA WHI"HDE L-125-S.Z ]4 EACH $2,WD.W $ 39,200.ED $ 39,200.DO ,,20D.O0 $ 5 28B L-BSCCIN-PAVEMENT RUNWAY DONEUGHT,BI-OIRECIIONAL YELLOWMIAME L-125-5.3 LEACH $2,800.W $ 2,BDO.OD 5 2A..O1 ,800.002" L-850C IN+AVEMENT RUNWAY EDGE LIGHT,III-DIRECTIONAL,RED/YELLOW L-125-541 IO EACH $200000 $ Boom $ 280W.Wonmoo $ $ 290 L-%2 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL,WHD/WHDE ON NEW BASE AND WI L-126-5.1 36 EACH $13W.W $ 4600o.W W OW BW.W $ 291 L-862 ELEVATED RUNWAY EDGE LIGHT,BI-DIRELTONM,RED/YELLOW ON NEW BASEAND CAN L-126-5.2 24 EACH Sl,3OO,W $ 3120000 $ 31200.00 $ 3M.OR $ $ H2 L-862 ELEVATED RUNWAY EDGE UGHT,BI DIRECTIONAL RED/WHDE ON NEW BASE AND CANL-126-5.3 1OEACH $1,300.00 $ 13,00O.W $ 13,00.0) $ 13,WOGD $ $ - 293 L-852 ELEVATED RUNWAY EDGE EIGHT,III DIRECTIONAL,YELLOW/WHITE ON N EW BASE AND CAN kL1263.9 5EACH $1,3W.W $ 6,So0.W $ 6$ .W $ 6,500.00 $ $ 294 L-B62EELEVATEO RUNWAY THRESHOLD LIGHT,III OIRECTIONAI,RED/REDON NEWB]SEANDCANN-12 5.5 15 EACH $1,40(i.00 $ 2;43.W $ 22,400.00 $ 2;4W.00 $ $ 295 L-862EELWATEO RUNWAY THRESHOLD LIGHT,III OIRECDONAI,GREEN/BIANKON NEWBASFANDCANIL-126-5.51 US EACH $1.4W.W $ 3 40000 $ 22,400.00 $ 22,4W.W 5 $ 296 1-804l ELEVATED RUNWAY GUARD LIGHT,UN1-DIRECTIONAL,LED,YELLOW ON a BASE CAN T-125 SJ BEACH - - $3,OW.W 5 24,WB.W $ 2G,OW.W 5 24,OWaD 5 $ I 297 REINSTALL TAXIWAY EDGE EIGHT ON EXISTING BASE CAN LI265.1] Ill EACH Sm. BMW $ 14,625W $ ]2,625.W $ zS5000 $ - $ 298 LB6TB I11NCTION CAN 1L-II6-5.22 2EACM $BS0.W $ 1,]W.W $ 2,SSO.W $ ],550.00 $ $ 1BW.W) ' 301 REMOVE MISTING STRIPING/PAVEMENT MARKING G-30i 235W05F $1.34 $ 314,W0.00 $ 245,266.90 $ 78,127,36 5 167,13954 5 69.63 10 302 REMOVE AND SALVAGE AIRFIELD SIGN G-3W .Sl 3EACH $220.00 $ %0W $ fi60W $ 6MOO $ $ 303 FURNISH AND INSTALL SLURRY SfAt P4OB-8.1 1,225,0005F SID 13 $ 159,nO.W 5 164,151.39 5 164,15139 $ $ 4,901.39 304 HEMOVE TEMPORARY INFILL AND DELIVERED AIRPORT STOCKPILEP-152-5.2 .,500 CY SLOW 5 105.M.O. W $ 103,750.00 5 109,750.00 $ $ 4,]50.00 305 PLACE STRIPING WITH BEADS IBELOW-ICOA P620.5.11 ",M SF 50.50 1$ 32,200.00 $ 52,205.50 $ $ 52,205.50 15 (20,00550 306 PLACE STRIPING WITHOUT REA05 IBLACK-1COAT)IF-6265.31 74,00O SF $0.50 1 5 37,OW.W $ 52,5135.50 $ 5 52.58550 5 15,585.50 307 PAINT RUNWAY HOLDING POSITION SIGN AND FOUNDATION PER DETAIL P 620-5.41 4EACH $900.00 $ %..W $ 3,RoGou $ $ 3,600.W 5 309 GS-I:INSTALL SALVAGED SIGN ON EXISTING BASE.Ld511-539 IEACH $3W.W 3DOW $ 3D0.W n0.W $ $ Q:309 GS REMOVE PANELSgN01NSTALL SALVAGFO PANELS. L-8583.40 ]EACH $440.W $$ 410W $ 440.W $$ 440.00 $ $ 310 GS-3:INSTALL SALVAGED SIGN ON EXISTING WE. 1.458-541 1EACH $3W.W 5 30000 5 600.W 5 6W.W $ $ 13W.W 311 GS-26:RE3MOVE PANELS AND INSTALL ALVAGEO PAN ELS, L-85&543 IEACH $100W $ I.W $ 1W.W $ HOLD $ $ 312 GS-29:INSTALL SALVAGED SIGN ON EXISTING BASE,REMOVE PANELS AND INSTALL SALVAGED PANELS. L-B58-5.43 1EACH $30UW $ 3W.W 5 3W.W $ 3W.W $ $ 313 GS-36:INSTALL SALVAGED SIGN ON EXISTING BASE. .858-5 441 ]EACH $300.00 $ 3oom $ 3W.W $ 3W.W $ $ 314 GS-32:INSTALL SALVAGED SIGN ON EXISTING BASE(1858-5,451 ]EACH $3W.W $ 300W $ 3011.03 $ 300.00 $ $ 315 GS 69:INSTALL SALVAGED SIGN ON EXISTING BASE.IL-858-5."1 1EACH SWODO $ 300.00 $ 3W.W $ 300W $ $ 316 GS-70 INSTALL SALVAGED SIGN ON MISTING BASE.D-858-SAIJ 1EACH $3W.W $ 300.W $ 300.00 $ 3W.W $ $ 317 GS-71:INSTALL SALVAGED SIGN ON EXISTING BASE. L-858-5.42 ]EACH 53W.0" $ 300.00 $ 3W.W $ 300.00 $ $ 318 GS-74:INSTALL SALVAGED SIGN ON EXISTING WE.HL BSB-5.49 IEACH $300.00 $ 300.W $ 300OD $ 3W.00 5 $ 319 GS-3:INSTALL SALVAGED SIGN ON EXISTING BASE. 1-858-550 1EACH $3W.o0 $ 3W.W $ 3W.W $ 3110.00 $ $ 320 GS-7A INSTALL SALVAGED SIGN ON EXISTING BASE.REMOVE PANELS AND INSTALLSALVAGED PANELS. L858-5,51 1EACH $3W.W $ 30GW $ 3W.W $ 300.00 $ $ 321 GS-A:INSTALL SALVAGED SIGN ON EXISTING BASE. L-858-5.52 1EACH $3W.00 $ 300.03 $ 3W.W $ 3011.00 $ $ 322 GS-94:INSTALL SALVAGED SIGN ON EXISTING USE, L-854-5.53 1EACH $3W.00 $ 30(.W $ 300.00 $ 30.W $ $ 323 GS-%:INSTALL SALVAGED SIGN ON EXISTING BASE.1L,BSB-554 IEACH $3W110 $ 300W $ 3W.W $ 300.00 5 $ 324 GS-HE REMOVE PANELSAND INSTALLSALVAGED PANELS L4158-5.54 ]EACH $1W.00 $ ]OD.W $ loom $ 1W.W $ 5 325 AWCUT/GROOVE AC PAVEMENT 1PE21-5.1 1.3 ,WIT 5F SOJO $ 'Ut.W $ tw0 "O $ 910.01].50 $ $ ,M 326 EIECTRICALTESTING L-1o0-5.11 ]IS SWOOD $ Room $ Wow $ WO.W $ - $ - 327 REMOIETEMP PLOWED IN L824 CABLE 22,1W LF $1.W $ 23,647.00 $ 24,722.35 5 24,722.35 $ $ 1,075.35 Gty of Palm Sprngs 3200 E Tanyunz Canyon Way Palm Springs,CA 92262 Ann:Mark luda Palm Sprngs International Alrpon PSP Runway 33R-31L PO R15-]19) BBIing Sunmary Thru 3/31/2036 Task Tank Oesmptlon Quantity UM Une Pn- Budget TO Daze P--, Curren) LHantt 329 REMOVE TEMP L-824 CABLE FROM CONDUIT lzm LF $0.65 $ 7,800.00 $ 3078.70 $ ;038.70 $ $ 5,721.30 329 REMOVE TEMP L-824 CABLE ON GRADE L9301E $0.65 $ 1,254.50 $ 1,015.30 $ 1,015,30 $ $ 23920 330 DEMO EXISTING AIRFIELD ELECTRICAL 1L5 $14990507 $ 14990507 $ 149.905.O7 $ 149.905.07 $ $ 331 REMOVE&DISPOSE OF EXISTING LIGHT FIGURE AND CAN 2EACH S60.OJ $ 1.Go 5 12000 $ 120.00 $ $ 332 REINSTALL LLB61TL ELEVATED TAXIWAY EDGE LIGHT ON IX BASE CAN 297 EACH S470.00 $ 87,890.00 $ 87,890.00 $ 87,890.00 $ $ 333 REMOVE TEMP STAKE MOUNTED LIGHTS 120 EACH $120.00 $ 14,400.W $ 14,40O.00 $ 14AW.00 $ $ 334 REMOVETEMP FLANGE MOUNTED LIGHTS BEACH $60.00 $ 480,00 5 Mom $ W. $ $ 335 REMOVETEMP REIL PAIR AND CABLE 2EACH $43000 Sr e611.W $ 850.IW $ BEO.CO 5 $ 336 REMOVE TEMP PIASI PAIR AND CABLE 2 EACH $220.DO $ 440.Oo $ 48000 $ OW W $ $ 337 RESTORE CONTRACTOR'S YARD 495,7205E $0.% $ 39,557.60 $ 39,65760 $ 39,55]60 $ $ 1001 FURNISH AND INSTALL'YELLOW-THERMOPUSTICTA%M'AY/TA%IIANE[LMARKING PER DETAIL 14.1.LF $20.00 $ 283.M0.00 $ 235,200.00 $ 114,2 .A, $ 120,960.00 $ 48,100.00 1W2 FURNISH ANDINSTALL'YEIIOW"ENHANCED THERMOPLASTIC TA%IWAMAXIIANE CL MARKING 2,1656 WOO 1$ 16,E00.00 5 124,160.00 $ 68,80O,0) $ 55.3ROOD I 5 (3],561001 F0002 C041 TwoA kional%Markers 1 LS $4,.L. $C,HJ0.00 $ 4,6D]CO $ 4,600.00 $ $ FD CD#2-Rely Owner PmNded PLASI and Re Aim 1 LS $2,585.00 92,595.GO $ 2,585.011 $ 2,58500 $ $ FD CO 93-Clear Or Grub,Enm Work - 1 L3 $J,458.26 57,458.26 $ 7,45826 $ 7A5a.26 $ $ FD 00G Her Fa L-E.. 3,000 LF $5800 $143,434.00 $ 143,434GO $ 143,434.00 $ $ FD Place R.do Basins 1 LS $10,000m1 $Iowa.. $ 10'".00 $ "'Boom $ $ FO Temp Had S ns at Alpha and Ulna 1 LS $7.00c,m $710O0. 5 7.000 OR 5 7,000.00 $ $ FO Repair Dial, LIMB Can,Per RFl 15 3EACH $11WOOD $3000. $ 3,ON GO $ 3,ODOW $ $ FD_CO KS-Rubber Removal DO TW/Charlie 1 LS $11.187.40 $11,187.4 $ 11,187.40 $ 11,187.40 $ $ FD CO0-Remove and Re htt Oe¢ntal TrenUws In ExiMing SAwlders YAM 1 LS $34,629.89 $34.62B.69 $ 34,628M $ 34,628.89 $ $ Fo 4 LS SB.BB $ $ $ $ _FD_CO p9-AddKional St nPanels i LS $14281.10 514,281.10 $ 14281.30 $ $ H,281.10 $ FD CO 010-Voltage Ada ter for Dining VIN Cone 1 LS $6.740.54 $6,740.14 $ 6,741!{ $ $ 6,140.54 $ FD CO N32-Tawwa ATherm Ianicani 1 LS $J6.600R7 576,600.Cu $ ]6,60 . $ 5 76,60J00 5 FD CO 913-Loed&Haul AC Grindin Stork Iles 1 LS $30g000.GO S299,6SON1$ 299,650.00 1$ 299.65OOn $ $ FD CO Kl6-S.20-,Holdi Ponn-SO in 1 LS $5,29261 $5,242.61 $ 5242.61 $ 5,24261 5 $ FD CORI]-Smo fin Revised Surpin,LaematT&M I 1 LS 1 SZ385.61 51,MS 611 5 2.385.61 1$ 2,38561 $ 1$ FO_CD K28-Semdry baclAng addilonal mns I 1 LS 1 $I6,68'.W I $16,696.00 $ ]6,6%.00 1$ $ 16,69600 15 $10."7,508G3 $10.174.989.53 $9,530,P255 $ 644,116.92 $ 422,618.90 PALM SPRINGS AIRPORT RWY 13R 31 L REHAB - BILUNGS Item Desnlptbn QuaMM UM Untt Pdre Total Bid Price 101 MOBIUZATION,BONDS AND INSURANCE 1 IS 585,O$2.00 SBS,ttO 00 102 PROVIDE QUALITY CONTROL TESTING FOR P-901 ANO P 403 ITEMS(G-1015.]) 55,851 TON $2.30 $ 117,287.10 103 mnTRACFOWSYARD(G-184L.1) 1 IS $75,000.00 $ ]S,ODOCO IN PROVIDE ENGINEER'S FIELD OFFICE(G-104i2) 1IS w'"m $ SO,ON.w 105 FINISHING AIRPORT(G-105-4.1) 1 15 $3g000.00 $ 3I'mam 106 SAFETY AND SECURITY(G-2 ,1) 1LS 590,DOo.00 5 XN'XXo Do 107 PERSONNEL AND VEHICLE SECU it"TRAINING(G-20DA.2) IAL 55,000.N $ S'wi IN FURNISH LOW-PROFILEBARRICADE(G-200A.31 IN EACH $4w.N 5 40,000.00 1N PROVIDE,OPERATE,MAINTAIN,AND SALVAGE TO OWNER LIGHTED WIG-2004A) 4EACH $3O0w.w S 12D,GDi 1100PERATE AND MAINTAIN OWNER FURNISHED LIGNTEO'X'(G 200-4.51 2EACH $3,000OO $ 6,000.DO III REMOVE EXISTING STRIPI NG/PAVEMENT MARKING(G-3D04.4) 07,517 SF s.N S 70,DI3.60 112CONSTRUCT INFILL OF EXISTING BASINS(P 152-5.11 10,5N EY $law $ 105,000.N 113 SALVAGE EXISTING TW LIGHT,RECONNECT ORCUIT,AND CAP WE WITH BLIND FLANGE IL-12 5.14) 206 EACH S95.w $ 19,9000 114 REMOVE AND SALVAGE AIRFIELD SIGN(G-3NA.S) 24 EACH $2N.w $ 4,80000 115 PAINT TEMPORARY BLACK-0UT MARKINGS -COAT)OVER EXISTING THERMOPLASTIC PAVEMENT MARKINGSIP-GPSs) 11.3555F SO.N $ 2,271.00 116 PAINT BUCK-0UT MARKING LICOAT)OVER EXISTING PAINTED PAVEMENT MARKINGS(Pb205.3) 4QON SF 50.20 $ 8,0N.N 117 PLACE STRIPING WITH BEADS(YELLOW 0NE COATI F-SM 5.1) 4,335 IF 50.70 5 3,034.50 118 PLACE STRIPING WITH BEADS(WHITE-0NE C0AT)UP 20-5.21 102,243 SF gIm $ 61,34500 119 PLACE STRIPING WITHOUT BEADS(BIACK-0NE MAT)UP 620-53) 19,693 SF $0.35 $ 6,541.55 120 PLACE SURFACE PAINTED HOLD P0STI0N SIGNS F-620-5.4) 2EACH $850.Do S 1,]00.00 121 FURNISH AND INSTALL TAXIWAY HUR0 REFLECTIVE MARKER 1053 TYPE II,STYLE II,BLUE CYLINDRICAL IM-Ilo-&l) 12 EACH $100.00 $ 1,7D0.00 122 G54:REMOVE PANELS AND INSTALL NEW PANELS.IL-858-5.11 1EACH $SN.N $ 50100 123 G5-S:INSTALL SALVAGED SIGN ON EXISTING RASE,U-8gi-5.2) 1EACH $2,20000 $ 4200.00 124 GS-M INSTALL SALVAGED SIGN ON NEW BASE.REMOVE PANELS AND INSTALL NEW PANELS.IL8585.31 1EACH $3,ON00 $ 3,000.00 125 GS16:REMOVE PANELS AND INSTALL NEW PANELS.L.HER-5.3I ]EACH $8201ID $ 82080 126 GS76:INSTALL SALVAGED SIGN ON NEW BASE.REMOVE PANELS AND I NSTALL NEW PANELS.U.858-5.4) 1EACH $3,O1 9 3,000.00 127G594:REMOVE PANELS AND INSTALL NEW PANELS.LL-858-5.5) IEACH $3MW $ 300.GO 128 35-1O0:REMOVE PANELS AND INSTALL NEW PAN U-S.(L-858-5.61 ( EACH $250.00 $ 25000 IN HPSI INSTALL SALVAGED SIGN ON NEW BASE.U 858,5.7I 1CAN $3,100.00 $ 3joaco 130 HPS-lA:FURNISH AND INSTALL NEW L-058R INCANDESCENT H0LD POSITION SIGN ON NEW BASE.R..858-5.8) 1EACH S4,IDD.DD $ 4,100.00 131 HPSA:REMOVE PANELS AND INSTALL NEW PANELS.(.-858-5.9) 1 EACH $900.00 $ 9wN 132 HP5-21:REMOVE PANELS AND INSTALL NEW PANELS.R.858-5.10) 1EACH $900.00 $ 9N.w 133 HPS-22.REMOVE PANELS AND INSTALL SALVAGED PANELS.(L-858-5.11) 1 EACH $110,00 $ 110.00 134 LIPS REMOVE PANELS AND INSTALL SALVAGED PANELS(.-858-5.12) 1 EACH $110.00 $ 110.N 135 FURNISH AND INSTALL 5KV L424 TYPE C48AWG CABLE IN EXISTING CONDUIT.CONDUCTOR COUNT PER PLAN IL-108-5.1) 10,000 IF $3.00 $ 3D,O0100 136 L-024 TYPE C,5KV,981N EXISTING CONDUIT IL108-5.1) 12,000 LF $3.00 $ 36,00000 137L-824 TYPE C,5KV,98 PLOWED IN(TEMP0RAW)(L-10AS31 22,100 LF $4.00 $ 88,4N.N 138 L-024 TYPE C,SKV,NB IN NEW C0NDUIT(L-108-5.4) 1,500 LF $3.00 $ 4,50000 139 1-824 TYPE C,5KV,98 ON GRACE(TEMPORARY)(L-1083.5) 1,930 LF $400 $ ],]20.W 14D(2IL-824 TYPE C,5KV,X6 CABLES AND EQUIPMENT GROUND IN EXISTING CONDUIT ITEM P REIL,PLASI)IL-106-5.10) 07O IF $S.CO $ 6,96D.00 i 141(21L-SM TYPE C,5KV,F6CABLES AND EQUIPMENT GROUND AND P PVC CONDUIT(TEMP REIL Pug)(.-1N-5.11) 810 LF slaw $ 8]OD.DO 1421-2"PVC CONDUIT,DIRECTIONAL FORE IL-112-5AI 1,250 LF $40.00 $ 50,000.00 1431950CIN-PAVEMENT RUNWAY EWE LIGHT,BI'DIRECTIONAL,RED/YELLOW(L-125.5.4) 2EACH $5,Ow.00 $ FOE 144 L22 ELEVATED RUNWAY EDGE LIGHT,BI-WREC11ONAL.WHTE/WHTE,STAKE MOUNTED(L-126-58) 41 EACH $I'wDw $ 41,000.D0 145 L862 ELEVATED RUNWAY EWE LIGHT,BI DIRECTONAL.RED/YELLOW,STAKE MOUNTED IL-126-5.9) 31 EACH $1,w.w $ 31,owoo 146 Lb62 ELEVATED RUNWAY EWE LIGHT,BI-DIRECTIONAL,RED/WHITE,STAKE MOUNTED(L-126-5.10) 10 EACH $1,000.00 $ 10'"m 147L4P62 ELEVATED RUNWAY EWE LIGHT,BI-DIRECTIONAL,YELLOW/WHITE,STAKE MOUNTED U.126-5.11) 6EACH $1,00000 $ 6,OD000 140 Lffi2 ELEVATED RUNWAY EDGE LIGHT,III-DIRECTIONAL,RED/RED,STAKE MOUNTED(L-126-5.12) 16 EACH $1,10000 5 17,69Jw 149 L-862 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL,GREEN/BLANK,STAKE MOUNTED IL-1265.131 16 EACH $1,2N.w $ 19,moo 150 L- 2 ELEVATED RUNWAY EDGE LIGHT,Ell-DIRECTIONAL,WHITEAVITTE,FLANGE MOUNTED(]-126-5.9) BEACH $1,1N 00 $ B'scom 151 LEW RUNWAY END IDENTIFIER LIGHT(REIL)PAIR W/CONDUIT AN D CABLE ITEMPORARY)(L-126 5.161 2EACH $50.di $ 1DO,oaam 152 INSTALL L-8B3 PULSATI NO LIGHT APPROACH SL0PE INDICATOR[Pugl SYSTEM,OWNER FURNISHED(TEMPORARY)(LIIS5.16) 2EACH $2,500OD $ S'mi 20I ALL,&STOCKPILE EXISTING AC PAVEMENT(G-300A.1) 2,228,888 SF $0.20 $ """'.N 202 DISPOSE OF EXISTING AC PAVEMENT IG-3 A) AGLOW TON $5.w $ 2N,0w.O0 203 REMOVE AND DISPOSE EXISTING ELEVATED NGHT FIXTURE AND CAN(G-3N,4.6) 149 EACH $150.N $ 22,200.N 204 REMOVE EXISTING STRIPING/PAVEMENT MARKINGS(G-3 .3) 5,000 SF $O.75 $ 3,]SO.N 2W DEMOLISH AND REMOVE EXITING SIGN WE(G-3Nd8) 2EACH $650.00 $ 1,300M 205 DEMOLISH AND REMOVE EXISTING SIGN AND WE G-3004.9) 9EACH $210.00 5 1,B90O0 PALM S��(iS AIRPORT RWY 13R 31 I� REHAB - �II��S Item De riptlnn Cm..UV UM UnR P'ke Tat41 BW P,m 207 REMOVE AND DISPOSE EXISTING IN-PAVEMENT LIGHT FIXTURE(G-300A.T) 42 EACH $280.OL1 $ 11,260.00 208 SALVAGE EXISTING TAXIWAY LIGHT,RECONNECT CIRCUIT,AND CAP BASE WITH BLIND FLANGE(G-300<]0) 60 EACH $180.00 $ 10,800m 209 DISCONNECT EXISTING TAXIWAY LIGHT,REMOVE AND REINSTALL LIGHT BEFORE REOPENING TAXIWAY CROSSING(L-126-5.14) 31 EACH $215.00 $ Sm5.00 210 REMOVE AND DISPOSE OF ELEVATED RUNWAY GUARD LIGHT FIXTURE(G-300A.11) BEACH 5100.00 $ 800.00 211 REMOVE BIACKPAINTCOVERING THERMOPLASTIC MARKINGS PS 3130-0.121 11,3555F $1.10 $ 12,490.50 212 REMOVE RETRO-REFLECTIVE MARKERS IG-3004.13) 17 SF $22.00 $ 459.00 213 PAINT BLACK-0UT MARKINGS(I COAT)OVER EXISTING PAINTED PAVEMENT MARKINGS(P620-5.3) 15,1335F $DAB $ 6,053.20 214 CONSTRUCT RUNWAY C AC OVERLAY IP401-8.4.11 40,000 TON $Dotm $ 2,SW,OlU.00 215 PROVIDE MATERIAL TRANSFER MACHINE(PA01-0.4.2) 50,DD0 TON $I.OD $ SO DO 216CONSTRUCT AC PAVEMENT TEST STRIP IPi01-80.31 1L5 $25,000.00 $ 25,000.DO 212 CONSTRUCT SHOULDER AC OVERLAY r(PAD38.1) 4,500 TON $53.00 $ 238,500.00 218 FURNISH AND INSTALL SLURRY SFAL ON CONNECTOR TAXIWAYS(P-W8 0.1) 304,5DO SF $O.15 $ 15,62500 219 CONSTRUCT CONNECTOR TAXIWAY AC OVERLAY 2.5-(P403-0.1.1) 30,000 TON $57.00 $ 570,00000 220 PLACE STRIPING WITH BEADS(YELLOW-1 COAT)(P620-5.11 I08,000 SF $0.G0 $ G4,8(p.00 221 PLACE STRIPING WITH BEADS(WHITE-1 COATRIP 620-5.2) 256,6005F $0.60 $ 153,950.00 222 PUCE STRIPING WITHOUT BEADS(BLACK-I COATI(P-620-5.31 102,000 SF $0.40 $ 40ADD00 2230M-1:FURNISH AND INSTALL NEW L8588L LED DISTANCE REMAINING SIGN(SSTEP,SIZE 4,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON NEW BASE.14 LEACH $5,300.00 $ 5,30]CO 224 DM-2:FURNISH AND INSTALL NEW L85SOL LED DISTANCE REMAINING SIGN(SSTEP,SIZE 4,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON NEW BASE.IL 1EACH $5120000 $ 5,200.00 225DM-3:FURNISH AND INSTALL NEW I-85BOL LED DISTANCE REMAINING SIGNSSTEP,SIZE 4,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON NEW BASE.B. LEACH $5,20000 $ S,Z000O 226 DMA:FURNISH AND INSTALL NEW L-85881.LED DISTANCE REMAINING SIGNP4STEP,SIZE 4,STYLE 3,CLASS I,MODE 2)ANO NEW PANELS ON NEW BASE.It 1EACH $5,20000 $ 5,NX1.D0 227 OM-S:FURNISHANDINSTALLNEWLAMBLLED DISTANCE REMAINING SIGN(SSTEP,SIZE 4,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON NEW BASE.(1 1EACH $5120DOD $ 5,2W.W 228 DM6:FURNISHANDINSTALLNEWL-858BLLED DISTANCE REMAINING SIGNS STEP,SIZE 4,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON NEW BASE.LL LEACH $5,20000 $ 5,200.00 229 ON 7 FURNISH AND INSTALL NEW L-058BL LED DISTANCE REMAINING SIGN(SSTEP,SIZE 4,STYLE 3,CLASS I,MODE 2)ANONEWPAXELSONNEWBASE.(L- $EACH $51"DO $ 5,20000 230 DM.8:FU RNISH AND I NSTALL NEW L-RSBBL LED DISTANCE REMAINING SIG NIS-STEP,SIZE 4,STYLE 3.CLASS I,MODE 2)AND NEW PANELS ON NEW BASE L. LEACH $5,200.00 $ 5,200.00 231 DM9:FURNISH AND INSTALL NEW LBSBBL LED DISTANCE REMAINING SIGN(SSTEP,SIZE 4,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON NEW ME.(1 1EACH 551200P1 $ 5,20DOO 232 GS-4:INSTALL SALVAGED SIGN ON EXISTING BASE IL-8585.141 1EACH $330.00 $ 330.00 233 GS-S:INSTALL SALVAGED SIGN ON NEW BASE.(L850-5.15) IEACH 52,800.00 $ 2,800.00 2M 35-20:INSTALL SALVAGED SIGN ON EXISTING BASE.U-858-5.16) 1EACH $320.00 $ 320A0 235 GS-23:INSTALL SALVAGED SIGN ON EXISTING BASE.14858-5.12) 1EACH $320.00 $ 320.00 236 G540:INSTALL SALVAGED SIGN ON EXISTING BASE.IL-858-181 1EACH 532000 $ 32000 237 G541:INSTALL SALVAGED SIGN ON EXISTING BASE.IL8585.19) 1EACH $32000 $ 3200. 238 GS49:INSTALL SALVAGED SIGN ON EXISTING BASE.REMOVE PAN ELS AND INSTALL NEW PANELS LLMSS.21B IEACH 595000 $ 95000 239 GS-55:INSTALL SALVAGED SIGN ON EXISTING WE.IL-858-5.21) 1EACH $30000 $ 30D.D0 240 GS-ST:INSTALL SALVAGED SIGN ON EXISTING BASE. IL-858-5.22) IEACH $330.00 $ 330.00 241 GS-28:INSTALL SALVAGED SIGN ON EXISTING BASE.IL-858-23) 1 EACH $30000 $ 300.OD 242 G581:INSTALL SALVAGED SIGN ON EXISTING 845E IL-858-241 IEACH $300.00 $ 3DO.DO 243 GS-M:INSTALL SALVAGED SIGN ON EXISTING BASE.REMOVE PANELS AND INSTALL NEW PANELS.(L-8585.25) 1EACH $800.W $ SIDOD 2"GS-85:INSTALL SALVAGED SIGN ON EXISTING WE.REMOVE PANELS AND INSTALL NEW PANELS.(L858 5.26) 1EACH $00000 $ SOODO 245G5-101:INSTALL SALVAGED SIGN ON EXISTING BASE REMOVE PANELS AND INSTALL NEW PANELS.IL-RS&5.2T) 1FACI $BDO.DO S 800.00 246 G5-102:INSTALL SALVAGED SIGN ON EXISTING BASE,REMOVE PANELS AND INSTALL NEW PANELS.IL85&5.29) LEACH $ODD.W S ROOM 247 HPS-L FURNISH AND INSTALL NEW L-85BRL LED HOLD POSITION SIGN(SSTEP,SIZE(,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING R45E LL85 IEACH $3,300DD $ 3,30000 248 FPS 2:FURNISH AND INSTALL NEW L850RL LED HOLD POSITION SIGN(SSTEP,SIZEI,STYLE 3,CUSS I,MODE 2)AND NEW PANELS ON EXISTING ME.(185 1EACH $45DOW $ 2$W.00 249 HPS-3:FURNISH AND INSTALL NEW MULL LED HOLD POSITION SIGNS STEP,SIZEI,STYLE 3,CLASS 1,MODE 2)AND NEW PANELS ON EXISTING B45E(L85 IEACH $2,400DD $ 21 4C080 250 HPSA:REMOVE PANELS AND INSTALL SALVAGED PANELS.(L-858-5.31) IEACH $165.00 $ 1.DID 251 HP55:INSTALL SALVAGED SIGN ON EXISTING BASE.(L-858-5.32I 1EACH 5440.00 $ 41000 252 HP56[FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGN(5-STEP,SIM,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING ME,(I RS IEACH $6,000.00 $ 4,00000 253 HPS-2:FU FINISH AND INSTALL NEW ESS88L LED HOLD POSITION SIGN(S STEP,SIZEI,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING ME.(L-&5 1EACH $4,000.00 $ 4,00).D0 254 HP"FURNISH AND INSTALL NEW L4L58RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING ME.(I 85 LEACH $4,000 DO $ 4,000.00 255 HPS-9:FURNISH AND INSTALL NEW L-85BRL LED HOLD POSITION SIGN IS STEP,Sal,STYLE 3,CLASS 1,MODE 2)ANO NEW PANELS ON EXISTING BASE LL85 IEACH 53,600.00 $ 3,60MCO 256 HPS-10:FURNISH AND INSTALL NEW L-&SBRL LED HOLD POSNION SIGN(5-STEP,Sal,STYIE 3,CUSS I,MODE 2)AND NEW PANELS ON EXISTING BASE.LLB 1EACH $3,600A0 $ 3,600.Do 252 HPS-14:FURNISH AND INSTALL NEW LBSBRL LED HOLD POSITION SIGN(5-STEP,Sal,STYLE 3,CUSS I,MODE 2)AND NEW PANELS ON EXISTING BASE IL-8 IEACH $3,60DOD $ 3,600.00 258 HPS-15:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE3,CLASS 1,MODE 2)AND NEW PANELS ON EXISTING BASE.IL $EACH 54,000.DO $ 4,000.SO 259 HPS-16:FURNISH AND INSTALL NEW L-B58RL LED HOLD ITION SIGN(5-STEP,SIZES,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING BASE.IL-8 1EACH 54,000.O0 $ 4,CWA0 260 HPS-17:FURNISH AND INSTALL NEW L-&SSRL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING BASE.IL 1EACH $3,600.00 $ 3,600.00 261 HPS-18:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIG N IS-STEP,SIZEI,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING BASE.IL-8 IEACH $3,60BOO 5 3,6W.00 262 HPS-21:REMOVE PANELS AND INSTALL SALVAGED PANELS.(L858-5.33) 1EACH 516000 5 160.ON 263 MPS-22:REMOVE PANELS AND INSTALL SALVAGED PANELS.(Ld58-5.34) 1 EACH $160m $ 160.00 2"HPS-23:INSTALL SALVAGED SIGN ON EXISTING ME.IL85&5.35) IEACH $44000 $ 440.00 PRIM SPRINGS AIRPORT RWY 13R 31 L REHAB - BILLINGS Item Dexrip- Op4m¢y UM UWpd- Taal BM Price 265 HPS�24:FURNISH AND INSTALL NEW L-858RL LED HOLO POSITION SIGN(5-STEP,SIZES,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING WE, L-8 IEACH $3,600.00 $ 3,600.00 2E6 LIPS-24:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CLASS 1,MODE 2(AND NEW PANELS ON EXISTING BASE Ls 1EACH $3,600.00 $ 3,E00.00 26T HPS-25:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CUSS 1,MODE 2)ANO NEW PANELS ON EXISTING BASE.(LS IEACH $3,600.00 $ 3,600.00 268 HP5-27:FURNISH AND INSTALL NEW L-858RL LEO HOLD POSITION SIGN(SSTEP,SIZEI,STYLE 3,CUSS I,MODE 2(AND NEW PANELS ON EXISTING WE.(L$ 1EACH $3,600.00 $ 3,E0CL00 269 HPS-28:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CUSS I,MODE 2)ANO NEW PANELS ON EXISTING WE.(L-B 1EACH $3,600.00 $ 3,60000 270 LIPS-29:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CLAM],MODE 2)AND NEW PANELS ON EXISTING BASE.(L-8 IEACH $3,600.00 $ 3,E00.00 271 HP5-30:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CUSS I,MODE 2)AND NEW PANELS ON EXISTING BASE.(L-8 1EACH $3,600.00 $ 3,60000 272 HP5-31:FURNISH AND INSTALL NEW L858RL LED HOLD POSNION SIGN(5-STEP,SIZEI,STYLE 3,CLASS I,MODE 2(AND NEW PANELS ON EXISTING BASE.(L-8 IEACH $2,600.00 $ 2,600.00 273 HP5-32:FURNISH AND INSTALL NEW L-858111 LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CUSS I,MODE 2)AND NEW PANELS ON EXISTING BASE.IL LEACH $260D00 $ 2,6ro00 274 HPS-33:FURNISH AND INSTALL NEW L858RL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CLASS I,MODE 2)AND NEW PANELS ON EXISTING USE.(L-8 IEACH $2,600.00 $ 2,60GOU 275 HP5-34:FURNISH AND INSTALL NEW LASBRL LED HOLD POSITION SIGN(5-STEP,SIZEI,STYLE 3,CUSS I,MODE 2(AND NEW PANELS ON EXISTING Mg.(48 LEACH $2,600.W $ 2,600.W 276 HPS-35:REMOVE PANELS AND INSTALL SALVAGED PANELS.(I BSB-5.36) 1 EACH $160.00 $ 160.00 277HP5-36:INSTALL SALVAGED SIGN ON EXISTING Mg.(L-858-5.3Z) 1EACH $"DO $ 4E0.00 278 HP5-32:FURNISH AND INSTALL NEW L858RL LED HOLD POSTBOX SIGN(5-STEP,SIZEI,STYLE 3,CLASS 1,MODE 2(AND NEW PANELS ON EXISTING BASE.(L-8 1EACH $4,0000O $ 4,DOO.W 279 CRACKREPAIR 1 AL $SO,OW 00 $ 50,000.00 2WL-824 TYPE C,SKV,MB IN EXISTING CONDUIT(1-1085.1) 19,000 LF $1.65 $ 31,350.00 W1#6BARE COPPER COUNTERPOISE WEER GROUND 2RODS ILIO &21 24,220 LF $10.00 $ 242,200.DO 282 L-824 TYPE C,SKV,MH IN NEW CONDUIT(L-106-54( 29,O1ND LF $1.65 $ 42,850.00 2B3 VAULT CABLE CONNECTIONS(L-109t.1) 1LS $11600.00 $ 1,600.00 2841-2-CONDUIT,DIRECT BURL ED EL-11115.1) 19,800 LF $2D00 $ 396,000.00 285 1-2-CONDUIT,CONCRETE ENCASED(L-1105.2) 4.420 LF $21.00 $ 92,B2D00 2%L852G(L(IN-PAVEMENT RUNWAY GUARD LIGHT,LED ON EX BASE CAN(L-125-5.1I 42 EACH $2,000,00 $ "'BOD00 2B7 L-850C IN-PAVEMENT RUNWAY EDGE LIGHT,BI-DIRECTIONAL,WHITE/WHITE(L-125-52) 14 EACH $2,800.00 $ 39,200.00 288 L-SSOC WPAVEMENT RUNWAY EDGE LIGH,BI DIRECTIONAL,YELLOW/WHTE(L-Im 5.3) 1EACH $2AD0.00 $ 2,800.No 2WL-85W IN PAVEMENT RUNWAY EDGE LIGHT,BI-DIRECTIONAL,RED/YELLOW(L-125-5.4( 10 EACH $2,800.00 $ 28.001l 290 L-862 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL,WHITEIWHETE ON NEW BASE AND CAN(L-12E-5.1) 36 EACH $1,300.00 $ 46,80000 291 L-862 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL,RED/YELLOW ON NEW BASE AND CAN(L-1ffi5.21 24 EACH $1,300.00 $ 31,200.00 292 L-862 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL,REO/WHITE ON NEW BASE AN D CAN IL-126-5.3) 10 UCH $1,300.00 $ 13,000.00 293 L-862 ELEVATED RUNWAY EDGE LIGHT,BI-DIRECTIONAL YELLOW/WHITE ON NEW BASE AND CAN(L-126-5.4) 5EACH $1,30040 $ 6,500.00 294 L-862E ELEVATED RUNWAY THRESHOLO LIGHT,BI-DIRECTIONAL,RED/REDON NEW BASE AND CAN(L-126-5.5( 16 EACH $1.400.00 $ 22,00.00 2951-862E ELEVATED RUNWAY THRESHOLD LIGHT,III-DIRECTIONAL,GREEN/BUNK ON NEW BASE AND CAN(L-1265.5) 16 EACH 51pOO4O 5 22,400.ON 2%L-IRA(L)ELEVATED RUNWAY GUARD LIGHT,UNI-DIRECTIONAL,LED,YELLOW ON EX BASE CAN(L-125-ST) 8MR $3,00000 $ 24,000.00 292 REINSTALL L-86II(l(ELEVATED TAXIWAY EDGE LIGHT ON EXISTING BASE CAN(L-126S.17) 117 UCH $125.00 $ 14,625.00 2981-116711 JUNCTION CAN(L-126-5.22) 2 EACH 585OM S 1,700.00 301 REMOVE EXISTING STRIPING/PAVEMENT MARKING(G 3004.31 235,00)SF $1.34 $ 314,900.00 302 REMOVE AND SALVAGE AIRFIELD SIGN(G-300A.5) 3 EACH $220.00 $ 660.00 303 FURNISH AND INSTALL SLURRY SEAL(PL 8.1) 1,225,0095E $0,13 5 159,250.00 304 REMOVE TEMPORARY INFILL AND DELIVER TO AIRPORT STOCKPILE(P-152-5.2) 10,500a $10.00 $ I05,00100 305 PLACE STRIPING WITH BEADS(YELLOW-1COAT)(P-62P5.1) "AN SF $0,50 $ 32,20DW 305 PUCE STRIPING WITHOUT BEADS(DUCK-1 COAT)(P620-53) 74,000 SF $0.50 $ 32'"m 307 PAINT RUNWAY HOLDI NG POSITION SIGN AND FOUNDATION PER DETAIL IP-620-5A1 4EACH $90000 $ 3,600AD 308 GS-1:INSTALL SALVAGED SIGN ON EXISTING BASE.(L-8585.39) LEACH $30000 $ 300.00 3D9 GS-2:REMOVE PANELS AND INSTALL SALVAGED PANELS.(L-85B 5.40) 1EACH $44D00 $ 440.00 320 G53:INSTALL SALVAGED SIGN ON EXISTING WE.(LdS SAL) 1EACH $3Q1W $ 300.00 311 GS16:REMOVE PANELS AND INSTALL SALVAGED PANELS.D-1158-5.42) 1 EACH $1oo.00 $ 1D0.D0 312 GS19:INSTALL SALVAGED SIGN ON EXISTING BASE.REMOVE PANELS AND INSTALL SALVAGED PANELS(L-858-543) 1EACH $300.W $ 30O.00 313 GS36:INSTALL SALVAGED SIGN ON EXISTING BASE.(L4158-5A4) 1 EACH $300A0 $ 3DBD0 314 GS3Z:INSTALL SALVAGED SIGN ON EXISTING BASE.P.358-SAS) 1EACH $300.ED $ UND0 315 GS69:INSTALL SALVAGED SIGN ON EXISTING BASE.(L-858-546) LEACH $300A0 $ 300.00 316 GS 70:INSTALL SALVAGED SIGN ON EXISTING WE.(L,852l 1 EACH Moo No $ 300.01) 317G573:INSTALL SALVAGED SIGN ON EXISTING BASE.L- 8-5A8) IEACH MOVED $ 30NDD 318 GS74:INSTALL SALVAGED SIGN ON EXISTING WE.(I Mg 5.49) 1EACH $30040 $ 300.00 319 GSTS:INSTALL SALVAGED SIGN ON EXISTING BASE.(L-858-5.50) 1 EACH $30000 $ UNDO 320 GS76:INSTALL SALVAGED SIGN ON EXISTING WE.REMOVE PANELS AND INSTALL SALVAGED PANELS.IL-B58-5.511 1EACH $30040 $ 30BD0 321 GSJT:INSTALL SALVAGED SIGN ON EXISTING 80.5E.(L- 8,5.52) 1EACH $300.00 $ 300.00 3226594:INSTALL SALVAGED SIGN ON EXISTING WE.(L-6585.53) 1EACH $300.W S 3W00 323 GS%:INSTALL SALVAGED SIGN ON EXISTING BASF.iL-858-5.541 1EACH $3DD.00 $ 300.00 324 65100:REMOVE PAN ELS AND INSTALL SALVAGED PANELS.(L-B58-5.54) 1EACH $low $ 10000 P _ BILLINGS - Item Deuription nuantity UM Un#Prke Total Bel Prltt 325 SAWCUT/GROOVE AC PAVEMENT(P-6215.1) 1, ,000 SF $O70 $ 910,OW.00 326 ELECTRICALTESTING)L-1�-5.1� 1l5 $BOOED $ BW.W 322 REMOVE TEMP PLOWEO IN t 824 CABLE 22,10E LF $lID $ 23,642.110 320 REMOVE TEMP L-824 CABLE FROM CONDUIT 11,000 LF $0.65 $ 2,800.00 329 flEMOVFTEMP 1.-824CABLEONGRADE 1,930 LF SnAS $ 1,254.50 330 DEMO EXISTING AIRNELD ELERRICAL 1 LS $169,905.02 $ 149,905.07 331 REMOVE&DISPOSE OF EXISTING LIGHT FIGURE AND CAN 2 EACH $60.00 $ 120.00 332 REINSTALL L-8611HL)ELEVATED TAXIWAY EDGE LIGHT ON EX BASE CAN 187 EACH $470.00 $ 82,890.0E 333 REMOVE TEMP STAKE MOUNTED LIGHTS 120 EACH $220.00 $ 14,40000 334 REMOVE TEMP FLANGE MOUNTED LIGHTS BEACH $60.00 $ 480.00 335 REMOVE TEMP HER.PAIR AND CABLE 2EACH $430.00 $ 860,00 336 REMOVE TEMP PLASI PAIR AND CABLE 2EACH $220E0 $ 4100E 332 RESTORE CONTRACTOR'S YARD 495,220 SF $am $ 39,652.60 LOOT FURNISH AND INSTALL'MELLOW'THERMOPLASTIC TAXIWAy/TA%IIANE D.MARKING PER DETAIL 14,165 LF $2000 $ 203,300.M 1002 FURNISH AND INSTALL'YELLOWENHANCED THERMOPLASTIC TAXIWAY/TAXILANE CL MARKING 2,165 LF $4000 $ 86,600.0E $ 9102,019.02 FD O02 CO#1 Two AddttlonalKMarkers 1LS $A,EN.W $4,600.00 ED#—ODR2 Relocate Owner Provided PIA5l and Re Alm 1 LS $2,5B5.00 $2,58500 FO# CO#3-Clear&Gvb,Extra Work 1 LS $2,658.26 $7,45B.26 ED 005 High Earl,Concrete 12- 3,000 LF $Ssw $174,0101 FD#_Place Rock Over Basins 1 LS 510,000.00 $10,000.00 FDp Temp Hold Agnsat Alpbaand uma 2EA $3,500.00 $7,000.00 FDp_ReWir Existing LB6011 Cans Per RF115 0EA $1,oll p'".0 FD#_CO KS-Rubber Removal on TWY Charlie 1LS $11,18740 $11,182.40 FDp_CO#T-Remove and Replaw Electrical Trenches in Existing Shoulders(T&M) 1LS $34,628B9 $3g620.89 FO#_CO 08-Phase 2 Ekdrlcal Pomolton 1LS $36,827.61 $36,g22.61 ED#_CO#9-Addilgnal Sign Panels 1LS $14,281.10 $14,281.ID ED#_CO910-Voltage Adapter for Eruting Wind Cone 1LS $6.740.54 $6,T40.54 CO#12-Taxiway AThermOplastRrtnping 1 LS $76.600.00 526,6000E ED#_CO#13-Land&Haul AC Grinding Stockpiles 1 LS $300,ED0.00 $300,00000 FO9_CO#16-Surface Holding Pos#Ion Striping 1LS $5,141.61 $5,242.61 TO 0_CO 417-Survey For Revised Striping Layout T&M 1 LS $2,385.61 $2,385.61 00#18-Bedgingossm 1 LS $16,696.00 $16,6%GO $311H 02 }, 3 -" 88 .^:g9 . rav '.. ^°A9^^•§88^ ^ :^^" e$ � 8 d899 889Ei8dd8b98d58', 3 BiY9 fi 8EBA8 89l b9 9H§frg ${ 0 a A 88adedtltldd8Yd88dd88dd88 8 89d88 d888d8A88�B 88^A888�89^N 88 88889 8 a8 'tl ee£�w^„ g ^„ zy3s` i a e EA96995 8dd88dtltlYeeee ^8888883488a gB�g688 f88883R88i 83 8888Y Re 8 Eeea ..f }.:. i"R.s.i.. ebBP^A'°9A9 Aa.^.B A:^y ia -•5:^.^ _ ;R ...:A A.n. B - ex i�asEseaAAssssadsd dad e% Itla:seeaRssas.�ftc�„sf�ASess�a^x.:ss eg„ ^$ eel � Y d 9i as a a G 79g R ,...F 3 :y7gs hnh ny_sF y _ c. b A I 3 '$v2 �_�Aaa i� sEgX# rasa §$ 5 g° a s 83 = '..�a 3 3' S3. $•� aIg 6 2 �x££ae 3oosa�%..A%e a io�$£�� 3e5yy3E= "Sz r��a e33 dai �!€�i 3yy$3 en$ ;P2� `e6Seaaa2aaa666�A a'➢ 9a88'9 9888R8888A88§$$$ 8 Y$ .Y 8 84B �AIR.BR 88k� P ➢3� ze5 8..➢M4 l rPje egaeasa9Aee0➢iaz Ali gAz ^azas a➢sa seaeaeasa ,eg ��ata s as a&&�+ s° as �s ssgi�. a ➢ N z � y;➢ e 8 i e .98R PPReAi .888p8 EAAeR8888 GpG R Pftqq eA F8F F8F AA888888 AAAA888aPAAAAA ppPASaRaeRY vaH�. a ae6e ------------ ➢ 3 G e 2 2-8 888 a ss 98AR [R88 BB€YH B.oB€a RS R88R 8R" 88 98889 08 8684 4 .g ➢i Y g $€ a Ynran Y Wa 'yy as'a nhey.. nm nln %t-:➢ &@e➢�c 3 °aP.3@@5$8@5&-&a$$ 889 E.&•-$eg,�a- if ___ _ _i__ _ ➢ sp .yylv 3 ➢qA. 9 g ➢i.. � &a af- � 'aa x= ' z #' Sy s3 ��➢ o 5`: 4 � � P 8P➢e`o g �C8 3 YY £ s' tl A Y i s Y+ �§mes . .3§gd e9¢5YYiezaizra ➢ a}8"� sy3 § z3 ➢ F i e'. a ez i5 ➢; 3� gg St vyY n �aigg By,R aq $ � $ a z bE 'az➢:caikv3ee:vzz eYAA3 �6�3� a � �. �33 [F {��.a2 ➢Y �§ E :�a � i3 3 j8 £££ 4 Ye� �.Yi£ 4 Y YY Y8 Ef � 4 " S➢ '. 89 � FiFt LgLS Y 6 � 8 5 ➢P 9i33 @€'. pg"'�gc3c iir gg �i ➢z'ce= 3}. IF�y ➢.t i§ a} 9 i ' Yi 7i E➢s � aAk� 2 � e°e a ��� Yg� � sssaa n e rice Y 15i ..➢7? � 488 .z888888HPP 98R z _ _ _eoaaazkecg_Yapaaavoez r,e9aavea:e anxaeaYeaSaaev"s➢ 'e 11i 111 f1 III II II II �r I I CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FAA AIP PROJECT NO. 3-06-0181-053-2015 INVITATION FOR BIDS (IFB) 15-14 RUNWAY 13R-31L REHABILITATION THIS AGREEMENT,made and entered into this day of4001 _, 2015 , by and between the City of Palm Springs, California, (City)and Griffith Compan , Contractor. WITNESSEfH: Article 1. For and in consideration of the payments and agreements hereinafter mentioned, to be I made and performed by the City, and under the conditions expressed in the bonds bearing even date to these presents and hereunto annexed, Contractor agrees with the City, at his or her own proper cost and expense, to do all the work and furnish all materials, except such as are mentioned in the specifications to be furnished by the City, necessary to complete in good workmanlike and substantial manner all of the work for: Improvements to Palm Springs International Airport, FAA AIP Project No. 3-06-0181-053-2015, Invitation for Bids (IF) 15-14 in accordance with the drawings, proposal, description of work, and special provisions j therefore, and also in accordance with the technical specifications for this project, at the first publication of the Invitation for Bids, and all other codes and ordinances referred to and thereby made a part hereof. The limits and location of said work to be done is shown upon the City of Palm Springs Drawings entitled Improvements to Palm Springs International Airport, FAA AIP Project No. 3-06-0181-053-2015 Invitation for Bids (IFB) 15-14, consisting of numbered sheets which said sheets are hereby made a part of this Agreement. Article 2. Contractor is responsible for furnishing all said materials and labor, furnishing and removing all plants, temporary work or structures, tools and equipment, and doing all the work contemplated and embraced in this Agreement; also, for all loss and damage arising out of the nature of the work aforesaid, or from the action of the elements or from any unforeseen difficulties which may arise or be encountered in the prosecution of the work until its acceptance by the City, and for all risks of every description connected with the work; also, for all expense incurred by or in consequence of the suspension or discontinuance of work except such as, in the said specifications, are expressly stipulated to be borne by the City, and for well and faithfully completing the work and whole thereof, in the manner shown and described in the said drawings and specifications and in accordance with the requirements of the Engineer. The City shall pay and the Contractor shall receive in full compensation therefore, the prices for the several items named in the bidding sheet of the proposal. Article 3.The City hereby promises and agrees with the Contractor to employ and does hereby employ the Contractor to provide the materials and do the work according to the terms and conditions herein contained and referred to for the unit prices bid, and hereby contracts to pay the same at the time, in the manner, and upon the conditions above set forth; and the said Parties for themselves, their heirs, executors, administrators, successors and assigns,do hereby agree to the full performance of the covenants herein contained. Article 4. A. Contract Documents: The Contract Documents consist of: Notice Inviting Bids, Instructions to Bidders and the Federal Supplementary Instructions; the prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations; Federal Wage Rates of the U.S. Dept. of Labor, the accepted Bid Schedule, the Schedule of Values or cost-loaded CPM schedule on lump-sum projects, Equipment or Material Proposed (when required); Bidder's General Information; Bid Security or Bid Bond; Affirmative Action, Minority Business Enterprise, and Equal Employment Opportunity CITY OF PALM SPRINGS, RIVERSIDE COUNTY V-1 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS ORIGINAL BID ANWR AGREWENT Certificates; this Agreement; Worker's Compensation Certificate; Performance Bond; Payment Bond; Certificate of Non-Segregated Facilities; Notice of Award; Notice to Proceed; Notice of Completion; General Provisions; Special Provisions; Technical Specifications; Drawings listed on the Sheet Index of the Drawings; inclusive; and all Change Orders and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. B. Order of Precedence of Contract Documents: 1. In resolving disputes resulting from conflicts, errors, or discrepancies in any of the Contract Documents, the order of precedence shall be as follows: a. Change Orders or Work Directive Changes b. Agreement/Contract C. Federal Requirements d. Addenda e. Special Provisions f. Notice Inviting Bids g. Instructions to Bidders h. General Provisions 1. Technical Specifications j. Referenced Standard Specifications k Contract Drawings L Referenced Standard Drawings. M. Contractor's Bid(Bid Forms) 2. With reference to the Drawings the order of precedence shall be as follows: a Figures govern over scaled dimensions b. Detail drawings govern over general drawings C. Addenda or Change Order drawings govern over Contract Drawings d. Contract Drawings govern over standard drawings e. Contract Drawings govern over shop drawings Article 5.Contract Clauses and Requirements for Construction Contracts. A. General and Labor Clauses for All Construction Contracts and Subcontracts. 1. Airport Improvement Program Proiect. The work in this contract is included in Airport Improvement Program Project No. 3-06-0181-052-2015 which is being undertaken and accomplished by the City in accordance with the terms and conditions of a grant agreement between the City and the United States under the Airport and Airway Safety, Capacity, Noise Improvement, and Intermodal Transportation Act of 1992, as amended, pursuant to which the United States has agreed to pay a certain percentage of the costs of the project that are determined to be allowable project costs under the Act. The United States is not a party to this contract and no reference in this contract to the FAA or any representative thereof, or to any rights granted to the FAA or any representative thereof, or the United States, by the contract, makes the United States a party to this contract. 2 Consent to Assignment. The Contractor shall obtain the prior written consent of the City to any proposed assignment of any interest in or part of this contract. 3. Convict Labor. No convict labor shall be employed under this contract. 4. Veterans' Preference. In the employment of labor (except in executive, administrative, and supervisory positions), preference shall be given to Veterans of the Vietnam era and disabled veterans as defined in Section 515(c)(1) and (2) of the Airport and Airway Improvement Act of 1982. However, this preference shall apply only where the individuals are available and CITY OF PALM SPRINGS, RIVERSIDE COUNTY V-2 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 - RUNWAY 13RAI L REHABILITATION BID DOCUMENTS I qualified to perform the work to which the employment relates. Withholding City from Contractor. Whether or not payments or advances to the City are withheld or suspended by the FAA, the City may, pursuant to applicable law, withhold or cause to be withheld from the Contractor so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor on the work the full amount of wages required by this contract. 5. Nonpayment of Wages. If the Contractor or any subcontractor fails to pay any laborer or mechanic employed or working on the site of the work any of the wages required by this contract, the City may take such action as may be provided for under any applicable law, to cause the suspension of any further payment or advance of funds until the violations cease. 6. FAA Inspection and Review.The Contractor shall allow any authorized representative of the FAA to inspect and review any work or materials used in the performance of this contract. 7. Subcontracts. The Contractor shall insert in each of his subcontracts the provisions contained in paragraphs 1, 3, 4, 5, 6, and 7 of this section and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts which they may enter into, together with a clause requiring this insertion in any further subcontracts that may in turn be made. 8. Contract Termination. A breach of paragraphs 6, 7 and/or 8 may be grounds for termination of the contract. 9. Lobbying and Influencing Federal Employees. (1)No Federal appropriated funds shall be paid, by or on behalf of the contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the making of any Federal grant and the amendment or modification of any Federal grant. (2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any Federal grant, the contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobby Activities," in accordance with its instructions. to. Liquidated Damages -Contractor understands and agrees that if Contractor fails to complete the work required by the Contract in accordance with the Contract Documents, City will suffer damages which cannot be quantified as of the date of execution hereof. Therefore, Contractor and City have agreed to stipulate the amount payable by the Contractor in the event of its failure to meet a Completion Deadline. As such, in the event of Contractor's failure to achieve the required deadlines, Contractor agrees to pay,the City Liquidated Damages in the amount of$45,000 per calendar for each day the project is not substantially complete and accepted beyond the overall project performance period. The overall project performance period shall be set as 130 calendar days after issuance of Notice-to-Proceed (NTP). Liquidated damages cover all extra costs incurred by the Airport for additional construction management and construction engineer and inspection time while the project is still underway beyond the projected performance period of the agreement. Liquidated damages will be set at$45,000 per calendar day for each day a phased work area is not fully re-opened per the phasing limitations set forth in the Agreement. The parties intend for the Liquidated Damages set forth herein to constitute liquidated damages as such term is used in California Government Code Section 53069.85 to the extent said statute may apply, and to constitute stipulated damages to the extent that said statute is not applicable. Contractor acknowledges and agrees that the Liquidated Damages CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-3 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS are intended to compensate the City solely for Contractor's failure to meet the deadlines for completion set forth in the Contract Documents and shall not excuse Contractor from liability from any other breach of Contract requirements, including any failure of the work to conform to applicable requirements. B. Miscellaneous Clause Requirements for All Construction Contracts and Subcontracts Unless Otherwise Indicated. During the performance of this contract, the Contractor, for itself, its assignees and successors in interest (hereinafter referred to as the "Contractor")agrees as follows: 1. Compliance with Regulations. The Contractor shall comply with the Regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation(Title 49,Code of Federal Regulations, Part 21), as they may be amended from time to time, (hereinafter referred to as the Regulations),which are incorporated by reference and made a part of this contract. 2 Nondiscrimination.The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race,sex,age, color,or national origin in the selection and retention of Subcontractors, including procurements of materials and leases of equipment The Contractor shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the contract covers a program set forth in Appendix B of the Regulations. 3. Solicitations for Subcontractors Including Procurements of Materials and Equipment. In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor's obligations under this contract and the Regulations relative to nondiscrimination on the grounds of race, sex, age, color, or national origin. 4. Information and Reports. The Contractor shall provide all information and reports required by the Regulations or directive issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the City or the FAA to be pertinent to ascertain compliance with such Regulations, orders and instructions. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the City or the FAA as appropriate, and shall set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance. In the event of the Contractor's noncompliance with the, nondiscrimination provisions of this contract, the City shall impose such contract sanctions as it or the FAA may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. Cancellation,termination or suspension of the contract, in whole or in part. 6. Incorooration of Provisions The Contractor shall include the provisions of paragraphs 1 through 5 in every subcontract, including procurements of materials and leases of equipment, unless exempt by the regulations or directives issued pursuant thereto. The Contractor shall take action with respect to any subcontract or procurement as the City or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request the City to enter into such litigation to protect the interests of the City and, in addition, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-4 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS t 7. Breach of Contract Terms - Sanctions. Contracts/Subcontracts shall contain such contractual provisions or conditions which will allow for administrative, contractual or legal remedies in instances where Contractors violate or breach contract terms, and provide for such sanctions and penalties as may be appropriate. A sample clause is: "Any violation or breach of the terms of this contract on the part of the Contractor/Subcontractor may result in the suspension or termination of this contract or such other action which may be necessary to enforce the rights of the parties of this agreement." The terms and conditions of paragraph 80-09 of the General Provisions of these Contract Documents are hereby made a part of this agreement as fully as if set out at length herein. 8. Contract Termination.(For contracts in excess of$10,000.)49 CFR Part 18.36(i)(2) a. The City may, by written notice, terminate this contract in whole or in part at any time, either for the City's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services shall be immediately discontinued (unless the notice directs I otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the City. b. If the termination is for the convenience of the City, an equitable adjustment, as determined by the City in its sole discretion, in the contract price shall be made, but no amount shall be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the City may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor shall be liable to the City for any additional cost occasioned to the City thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination shall be deemed to have been effected for the convenience of the City. In such event, adjustment in the contract price shall be made as provided in paragraph 2 of this clause- a. The rights and remedies of the City provided in this clause are in addition to any other rights and remedies provided by law or under this contract. 9. Rights to Inventions - Materials. (For contracts or agreements involving imported products, processes, methods, etc.) All rights to inventions and materials generated under this contract are subject to regulations issued by the FAA and the recipient of the Federal grant under which this contract is executed. Information regarding these rights is available from the FAA and the City. 10. Airport and Airway Improvement Act of 1982 Section 520— General Civil Rights Provisions The contractor assures that it will comply with pertinent statutes, Executive orders and such rules as are promulgated to assure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision obligates the tenant/concessionaireflessee or its transferee for the period during which Federal assistance is extended to the airport program, except where Federal assistance is to provide, or is in the form of personal property or real property or interest therein or structures of improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the City or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits or(b) the period during which the City or any transferee retains ownership or possession of the property. In the case of contractors, this provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. CITYOF PALM SPRINGS,RIVERSIDE COUNTY V-5 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS 11. Energy Conservation —49 CFR Part 18.36. The Contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163) C. Access to Documents.Records. Etc. 1. For All Cost Reimbursement Type of Contracts The Contractor shall maintain an acceptable cost accounting system. The City, the Administrator of the FAA and the Comptroller General of the United States, or an authorized representative of either, shall be allowed access to the Contractor's records which are j pertinent to the contract for the purpose of accounting and audit.The Contractor shall maintain all required records for three years after the City makes final payment and all other ending matters are closed. 2. For All Negotiated Contracts in Excess of$10 000. The Contractor shall maintain an acceptable cost accounting system. The City, the FAA, the Comptroller General of the United States, or any of their duly authorized representatives, shall be allowed access to any books, documents, papers and records of the Contractor which are directly pertinent to an AIP project(s)for the purpose of making audit, examination, excerpts and transcriptions. The Contractor shall maintain all required records for three years after the City makes final payment and all other pending matters are closed. D. Labor Contract Clauses for All Construction Contracts and Subcontracts in Excess of$2 000. 1. Minimum Wages. a. All laborers and mechanics employed or working on the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account(except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the Contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section (b)(2) of the Davis- Bacon Act on behalf of laborers or mechanics are considered wages paid to laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification maybe compensated at the rate specified for each classification for the time actually worked therein: Provided, that the employer's payroll records accurately set forth the time set in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under(])(it) of this section and the Davis-Bacon poster(WH-1321) shall be posted all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-6 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS b. The contracting officer shall require that any class of laborers or mechanics which Is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits, therefore, only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determinations; and (2) The classification is utilized in the area by the construction industry, and E (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. C. If the Contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U. S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 3"ay period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). d. In the event the Contractor, the laborers or mechanics to be employed in the classification, or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). e. The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (l)(c) or (d) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. f. Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the Contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. g. If the Contractor does not make payments to a trustee or other third person, the Contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, provided that the Secretary of Labor has found, upon the written request of the Contractor,that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the Contractor to set aside, in a separate account, assets for the meeting of obligations under the plan or program. (Approved by the Office of Management and Budget under OMB Control Number 1215-0140). CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-7 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS 2. Withholding. The Federal Aviation Administration or the City shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the Contractor under this contract or any other Federal contract with the same Contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the Contractor or any subcontractor, the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the Contractor, City, applicant, or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. i 3. Payroll and Basic Records. a. Payrolls and basic records relating thereto shall be maintained by the Contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof as described in I (b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of labor has found under 29 CFR 5.5(ax1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1 (b)(2)(B) of the Davis-Bacon Act, the Contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (Approved by the Office of Management and Budget under OMB control Numbers 1215-0140 and 1215- 0017). b. The Contractor shall submit weekly, for each week in which any contract work is performed, a copy of all payrolls to the applicant, City, or owner, as the case maybe, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under paragraph (3)(a) above. This information may be submitted in any form desired. Optional Form WH-347 is available for this purpose and may be purchased from the Superintendent of Documents (Federal Stock Number 029-005- 00014-1), U.S. Government Printing Office, Washington, D.C. 20402. The Contractor is responsible for the submission of copies of payrolls by all subcontractors. (Approved by the Office of the Management and Budget under OMB Control Number 1215-0149). C. Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the Contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-8 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27.2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS (1) That the payroll for the payroll period contains the information required to be maintained under paragraph (3)(a) above and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and I trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, 3 and that no deductions have been made either directly or indirectly from the wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; j (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. d. The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 (Section Vlll — Contract Forms) shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(c)(2) of this section. e The falsification of any of the above certifications may subject the Contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. The Contractor or subcontractor shall make the records required under paragraph (3)(a) of this section available for inspection, copying or transcription by authorized representatives of the City, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the Contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the Contractor, City, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. a. Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U. S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency recognized by the Bureau, or 0 a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate)to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the Contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a Contractor is performing construction on a project in a locality other than that in which CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-9 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the Contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits, in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification,fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the Contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. b. Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll as a trainee rate who is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the Contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. c. Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The Contractor shall comply with the requirements of 29 CFR Part 3,which are incorporated by reference in this contract. 6. Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5 and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all contract clauses in 29 CFR Part 5.5. The Contractor agrees to abide by all requirements for CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-10 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Subcontractor listing and replacement, found in the California Public Contract Code. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph (1) through (10) of this section and paragraphs (1) through (5) of the next section below may be grounds for termination of the contract, and for the debarment as a contractor and subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1 and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of ! this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the Contractor(or any of its subcontractors) and the contracting agency, the U,S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. (i) By entering into this contract, the Contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the Contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act of 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a)of the Davis-Bacon Act of 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the US. Criminal Code, 18 U.S.C. 1001. E. Contract Work Hours and Safety Standards 1. Overtime Requirements. No Contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 2. Violation; Liability for Unpaid Wages: Liquidated Damages. In the event of any violation of the clause set forth in paragraph 1 above, the Contractor or any subcontractor responsible therefore shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States(in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory),for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 3. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the City shall upon its own action or upon written request of an authorized representative of the Department of Labor, withhold or cause to be withheld, from any monies payable on account of work performed by the Contractor or subcontractor under any such contract or any CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-11 CONTRACT AGREEMENT PALM SPRING$INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS other Federal contract with the same Contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 4. Subcontractors. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4. 5. Working Conditions. No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working I conditions that are unsanitary, hazardous or dangerous to his health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. F_ Equal Employment Opportunity Clause For All Construction Contracts and Subcontracts Exceeding 10000. During the performance of this Contract, the Contractor agrees as follows, except any contracts/subcontracts (or certifications preliminary thereto) with a state or local government or any agency, instrumentality or subdivision of such governments which does not participate in work on or under the Contract or subcontract. 1. The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color religion, sex or national origin. Such action 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. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. 2. The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, age, or national origin. a The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or worker's representatives of the Contractors' commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. 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. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provision of this nondiscrimination clause. 4. The Contractor will comply with all provisions of Executive Order 11246 of September 24,1965, as amended,and of the rules, regulations and relevant orders of the Secretary of Labor. 5. The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, as amended, and by rules, regulations and others of the Secretary of Labor, or pursuant,thereto, and will permit access to his books, records and accounts by the FAA CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-12 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS 3 and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations and orders. 6. In the event of the Contractor's noncompliance with the nondiscrimination clauses of this Contract or with any of the said rules, regulations or orders, this Contract may be canceled, terminated or suspended in whole or In part and the Contractor may be declared ineligible for further Government contracts or Federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24,1965, as amended, or by rule, regulation or order of the Secretary of Labor, or as otherwise provided by Law. 7, The Contractor will include the portion of the sentence immediately preceding paragraph 1 and the provisions of paragraphs 1 through 7 in every subcontract or purchase order unless exempted by rules, regulations or orders of the Secretary of Labor issued pursuant to Section 204 of Executive Order 11246 of September 24, 1965, as amended,so that such provisions will be binding upon each subcontractor or Vendor. The Contractor will take such action with respect to any subcontract or purchase order, enforcing such provisions, including sanctions for noncompliance; provided, however, that in the event a Contractor becomes involved in, or is threatened with litigation with a subcontractor or Vendor as a result of such direction by the FAA the Contractor may request the United States to enter into such litigation with a subcontractor or Vendor as a result of such direction by the FAA the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 8. Notices to be Posted per Paragraphs (1) and (3)of the EEO Clause—41 CFR Part 60-1.4(b) — (Version 1. 1/5190). Equal Employment Opportunity is the Law — Discrimination is Prohibited by the Civil Rights Act of 1964 and by Executive Order No. 11246 Title VII of the Civil Rights Act of 1964—Administered by: The Equal Employment Opportunity Commission Prohibits discrimination because of Race, Color, Religion, Sex, or National Origin by Employers with 25 or more Employees, by Labor Organizations with a hiring hall of 25 or more members, by Employment Agencies, and by Joint Labor-Management Committees for Apprenticeship or Training. Any Person who believes he or she has been discriminated against should contact: The Office of Federal Contract Compliance Programs U.S. Department of Labor Washington, D.C. 20210 G. Disadvantaged Business Enterprises(DBE) Contract Assurance (§26.13) -The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment(§26.29)-The contractor agrees to pay each subcontractor under this contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the contractor receives from the City. The Contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City. This clause applies to both DBE and non-DBE subcontractors. CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-13 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2016 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS I 1. Contractor Responsibilities: The Contractor shall agree to the below stated Department of Transportation Policy and Disadvantaged Business Enterprises Obligation and further agree to insert the following clauses a, b, and c in any subcontracts. a. Policy. It is the policy of Palm Springs International Airport to ensure that DBEs, as defined in 49 CFR Part 26, have an equal opportunity to receive and participate in DOT-assisted contracts. It is also our policy: 1. To ensure nondiscrimination in the award and administration of DOT-FAA-AIP assisted contracts: 2. To create a level playing field on which DBE's can compete fairly for DOT-FAA- AIP assisted contracts: 3. To ensure that the DBE Program is narrowly tailored in accordance with applicable law; j 4. To ensure that only firms that fully meet 49 CFR Part 26 eligibility standards are permitted to participate as DBE's; 5. To help remove barriers to the participation of DBE's in DOT-FAA-AIP assisted I contracts; and 6. To assist the development of firms that can compete successfully in the market place outside the DBE Program. b. DBE Obligation The Contractor, sub recipient or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT-assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. The Contractor or subcontractor, by submission of any offer and/or execution of a contract, agrees to include these assurances in all subcontracts. The Contractor shall report quarterly DBE participation as required. C. Compliance. Failure by the Contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy as the recipient deems appropriate. 2. Documentation. The Contractor shall keep such records as are necessary to show compliance with the City's DBE Program and, on the request of the City, shall make such records available or a quarterly basis for review by the City and the FAA. H. Clean Air and Water Pollution Control Requirements for All Construction Contracts and Subcontracts Exceeding $100,000, Contractors agree: 1. That any facility to be used in the performance of the contract or to benefit from the contract is not listed on the Environmental Protection Agency(EPA) list of Violating Facilities. 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.0 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder. 3. That as a condition for award of a contract they will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be utilized for performance of or benefit from the Contract is under consideration to be listed on the EPA List of Violating CITY OF PALM SPRINGS, RIVERSIDE COUNTY V-14 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY.I3R-31L REHABILITATION BID DOCUMENTS Facilities. 4. To include or cause to be included in any contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. 5. Contractor agrees to include all language in Section H. in all subcontracts. 1. Bonding Clauses for Construction Contracts and Subcontracts. 1. The Contractor agrees to furnish a performance bond in a form approved by the City for 100 percent of the contract price. This bond is one that is executed in connection with a contract to secure fulfillment of all of the Contractor's obligation under such contract. 2. The Contractor agrees to furnish a payment bond in a form approved by the City for 100 percent of the contract price.This bond is one that is executed in connection with a contract to assure payment as required by law of all persons supplying labor and material in the execution of the work provided for in the Contract. J. Buy American-Steel and Manufactured Products for Construction Contracts(Jan 1991) 1. The Aviation Safety and Capacity Expansion Act of 1990 provides that preference be given to steel and manufactured products produced in the United States when funds are expended pursuant to a grant issued under the Airport Improvement Program.The following terms apply: a. Steel and manufactured products. As used in this clause, steel and manufactured products include (1) steel produced in the United States or (2) a manufactured product produced in the United States, if the cost of its components mined, produced or manufactured in the United States exceeds 60 percent of the cost of all its components and final assembly has taken place in the United States. Components of foreign origin of the same class or kind as the products referred to in subparagraphs (b)(1) or(2) shall be treated as domestic. b. Components. As used in this clause, components means those articles, materials, and supplies incorporated directly into steel and manufactured products. C. Cost of Components. This means the costs for production of the components, exclusive of final assembly labor costs. 2. The Contractor will be required to assure that only domestic steel and manufactured products will be used by the Contractor, subcontractors, materialmen, and suppliers in the performance of this contract, except those a, that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, are not produced in the United States in sufficient and reasonably available quantities and of a satisfactory quality. b. that the U.S. Department of Transportation has determined, under the Aviation Safety and Capacity Expansion Act of 1990, that domestic preference would be inconsistent with the public interest; or o. that inclusion of domestic material will increase the cost of the overall project contract by more than 25 percent. Article 6. The Contractor agrees to accept as his full and only compensation for the performance of all the work required under this Contract such sum or sums of money as may be proper in accordance with the price CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-15 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS or prices set forth in the Contractor's Proposal attached hereto and made a part hereof covering all of the items. Article 7. To the extent allowed by law, the Contractor agrees to indemnify, defend and hold harmless the City, from any and all claims and damages to property and injury to persons which may arise both of and during operations under this Contract, whether such operations be by the Contractor or by any subcontractor or anyone directly or indirectly employed by the Contractor or any other employee or person employed or engaged on or about, of in connection with, the construction. Article 8. Venue and jurisdiction of any action will only be brought in the Indio Superior Court, Riverside County, California. Attorney Fees. Costs, and Expenses of Litigation - If any action at law or in equity is necessary to enforce or interpret the terms of this agreement, each party shall bear its own attorneys' fees, costs and I necessary disbursements. Not withstanding the foregoing, if any action is brought against the Contractor or any subcontractor to enforce a Stop Notice or Notice to Withhold which names the City as a party to said action, the City shall be entitled to reasonable attorneys'fees, costs and necessary disbursements arising out of the defense of such action by the City. The City shall be entitled to deduct its costs for any Stop Notice filed, whether court action is involved or not. Article 9. In the event a Stop Notice or Notice to Withhold is filed, the CITY, at its sole discretion, may, at any time, retain out of any amounts due to the CONTRACTOR, sums sufficient to cover any and all claims filed pursuant to Section 3196 et seq., of the California Civil Code." Article 10. Whenever any provision of the Contract Documents requires the giving of written notice, 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 11. 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. Article 12. Subsection 70-12 of Section 70 of 09-General Provisions of the Specifications and Contract Documents for Improvements to Palm Springs International Airport (FAA AIP Project No.: 3-06- 0181-053-2015 (Construction), dated February, 2015, is amended to read: 70-12 THIRD PARTY BENEFICIARY CLAUSE. Except as otherwise provided in these Specifications (including without limitation Subsections 70-10 and 70-11 above), the parties executing the contract agree that it is not intended that this contract creates for the public or any member thereof, a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. Article 13. Subsection 7-14 is added to Section 70 of 09-General Provisions of the Specifications and Contract Documents for Improvements to Palm Springs International Airport (FAA AIP Project No.: 3-06- 0181-053-2015(Construction), dated February, 2015, to read: 70-14 INSURANCE REQUIREMENTS. Contractor shall procure and maintain, at its sole cost and expense, the insurance described below. The insurance shall be for the duration of this Agreement and includes any extensions, unless otherwise specified in this Contract. The insurance shall be procured in a form and content satisfactory to City's Risk Manager. The insurance shall apply against claims which may arise from the Contractor's performance of Work under this Agreement, including Contractor's agents, representatives, or employees. In the event the City's Risk Manager determines that the Work or Services to be performed under this Contract creates an increased or decreased risk of loss to the City, the Contractor agrees that the CITY OF PALM SPRINGS,RIVERSIDE COUNTY -- V-16 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS minimum limits of the insurance policies may be changed accordingly upon receipt of written notice from the City's Risk Manager or his designee. Contractor shall immediately substitute any insurer whose A.M. Best rating drops below the levels specified in this Contract. Except as otherwise authorized below for professional liability (errors and omissions) insurance, all insurance provided under this Contract shall be on an occurrence basis. The minimum amount of insurance required shall be as follows: A. Workers' Compensation Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Contract, workers' compensation insurance in at least the minimum statutory amounts, and in compliance with all other statutory requirements, as required by the State of California. Contractor agrees to waive and obtain endorsements from its workers' compensation insurer waiving subrogation rights under its workers' compensation insurance policy against the City and to require each of its subcontractors, if any, to do likewise under their workers' compensation insurance policies. If Contractor has no employees, Contractor shall complete the City's Request for Waiver of Workers' Compensation Insurance Requirement form. B. Commercial General Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Contract, a policy of commercial general liability insurance written on a per occurrence basis with a combined single limit of at least twenty-five million dollars ($25,000,000.00) and twenty five million dollars ($25,000,000.00)general aggregate for bodily injury and property damage including coverages for contractual liability, personal injury, independent contractors, broad form property damage, products and completed operations. C. Business Automobile Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Contract, a policy of business automobile liability insurance written on a per occurrence basis with a single limit liability in the amount of two million dollars ($2,000,000.00) bodily injury and property damage. The policy shall include coverage for owned, non-owned, leased, and hired cars. D. Employer Liability Insurance. Contractor shall obtain and maintain, in full force and effect throughout the term of this Contract, a policy of employer liability insurance written on a per occurrence basis with a policy limit of at least five million dollars($5,000,000.00)for bodily injury or disease. 70.14.1 Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City's Risk Manager or his/her designee prior to commencing any work or services under this Contract. Contractor guarantees payment of all deductibles and self-insured retentions. City reserves the right to reject deductibles or self-insured retentions in excess of$1,000,000, and the City's Risk Manager or his/her designee may require evidence of pending claims and claims history as well as evidence of Contractor's ability to pay claims for all deductible amounts and self-insured retentions proposed In excess of$1,000,000. 70.14.2 Other Insurance Requirements. The following provisions shall apply to the insurance policies required of Contractor under this Contract: A. For any claims related to this Contract, Contractor's coverage shall be primary insurance with respect to the City and its officers, council members, officials, employees, agents, and volunteers. Any insurance or self-insurance maintained by the City and its officers, council members, officials, employees, agents, and volunteers shall be in excess of Contractor's insurance and shall not contribute with it. B. Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to City and its officers, council members, officials, employees, agents, and volunteers. C. All insurance coverage and limits provided by Contractor and available or applicable to this Contract are intended to apply to each insured, including additional insureds, against whom a claim is made or suit is brought to the full extent of the policies. Nothing contained in this Contract or any other agreement relating to the City or its operations shall limit the application of such insurance coverage. D. No required insurance coverages may include any limiting endorsement which substantially impairs CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-17 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS the coverages set forth in this Contract (e.g.. elimination of contractual liability or reduction of discovery period), unless the endorsement has first been submitted to the City Manager and approved in writing. E. Contractor agrees to require its insurer to modify insurance endorsements to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation, or that any party will "endeavor' (as opposed to being required) to comply with the requirements of the endorsements. Certificates of insurance will not be accepted in lieu of required endorsements, and submittal of certificates without required endorsements may delay commencement of the Project. It is Contractor's obligation to ensure timely compliance with all insurance submittal requirements as provided in this Contract. F. Contractor agrees to ensure that subcontractors, and any other parties involved with the Project who j are brought onto or involved in the Project by Contractor, provide the same minimum insurance coverage j required of Contractor. Contractor agrees to monitor and review all such coverage and assumes all responsibility for ensuring that such coverage is provided in conformity with the requirements of this section. Contractor agrees that upon request, all agreements with subcontractors and others engaged in the Project will be submitted to the City for review. G. Contractor acknowledges and agrees that any actual or alleged failure on the part of the City to inform Contractor of non-compliance with any insurance requirement in no way imposes any additional obligations on the City nor does it waive any rights in this or any other regard. H. Contractor shall provide proof that policies of insurance required in this Contract, expiring during the term of this Contract, have been renewed or replaced with other policies providing at least the same coverage. Proof that such coverage has been ordered shall be submitted prior to expiration. Endorsements as required in this Contract applicable to the renewing or new coverage shall be provided to City no later than ten(10) days prior to expiration of the lapsing coverage. 1. Requirements of specific insurance coverage features or limits contained in this section are not intended as limitations on coverage, limits, or other requirements, or as a waiver of any coverage normally provided by any given policy. Specific reference to a given coverage feature is for purposes of clarification only as it pertains to a given issue, and is not intended by any party or insured to be limiting or all-inclusive. J. The requirements in this section supersede all other sections and provisions of this Contract to the extent that any other section or provision conflicts with or impair the provisions of this section. 70.14.3 Contractor agrees to provide immediate notice to City of any claim or loss against Contractor arising out of the Work performed under this Contract and for any other claim or loss which may reduce the insurance available to pay claims arising out of this Contract. City assumes no obligation or liability by such notice, but has the right(but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City, or to reduce or dilute insurance available for payment of potential claims. 70.14.4 Contractor agrees that the provisions of this Subsection 70.14 shall not be construed as limiting in any way the extent to which the Contractor may be held responsible for the payment of damages resulting from the Contractors activities or the activities of any person or person for which the Contractor is otherwise responsible. 70.14.5 Sufficiency of Insurers. Insurance required in this Contract shall be provided by authorized insurers in good standing with the State of California. Coverage shall be provided by insurers admitted in the State of California with an A.M. Best's Key Rating of B++, Class VII, or better, unless such requirements are waived in writing by the City Manager or his designee due to unique circumstances. 70.14.6 Verification of Coverage. Contractor shall furnish City with both certificates of insurance and endorsements, including additional insured endorsements, affecting all of the coverages required by this Contract. The certificates and endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All proof of insurance is to be received and approved by the City before work commences. City reserves the right to require Contractors insurers to provide complete, certified copies of all required insurance policies at any time. CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-18 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Verification of Insurance coverage may be provided by: (1) an approved General and/or Auto Liability Endorsement Farm for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement with the following endorsements stated on the certificate: A. "The City of Palm Springs, its officials, employees, and agents are named as an additional insured..." ("as respects City of Palm Springs Contract No._" or"for any and all work performed with the City" may be included in this statement). B. "This insurance is primary and non-contributory over any insurance or self-insurance the City may have..." ("as respects City of Palm Springs Contract No._" or "for any and all work performed with the City" may be included in this statement). j C. "Should any of the above described policies be canceled before the expiration date thereof, the issuing company will mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. D. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents, and volunteers. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policies. All certificates of insurance and endorsements are to be received and approved by the City's Risk Manager before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorized agent/broker or insurance underwriter. The total estimated cost for AIP Project No. 3-00-0181-053-2015 and Invitation for Bids(IFB)15-14,thereof to be Nine million, nine hundred, fifty two thousand,nineteen dollars and two cents($9,952,019.02). Signature Page Follows CITY OF PALM SPRINGS, RIVERSIDE COUNTY V-19 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS ------------ IN WITNESS WHEREOF,the parties have executed and entered into this Contract as of the date first written above. ATTEST: CITY OF PALM SPRINGS,CALIFORNIA City Clerk City Man APPROVED T FORM: APPROVED RY CM 1001 INCIL By. City Attorney CONTRACTOR:Check One: _Individual Partnership X Corporation Corporations require two notarized signatures: One from each of the following:A. Chairman of Board, President, or any Vice President: AND B. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. By: By: N e: Jaimie R. Angus Name: Susan D. Walt Title: President Tile: Assistant Secretary state of California State of California Countyof Orange County Of San Bernardino On 04/24/15 before me,Megan Aguilar,Notary Public On 04/24/15 before me, Jill Raye Kiefer personally appeared Jaimie R.Angus personally appeared Susan D.wan personally known to me(or proved to personally known to me(or proved to me on the basis of satisfactory evidence) me on the basis of satisfactory evidence) to be the persons)whose name(s)is/are to be the person(s)whose name(s)is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that helshe/they acknowledged to me that he/sheAhey executed the same in his/her/their signature(s) executed the same in his/her/their signature(s) on the instrument the person(s),or entity upon on the instrument the person(s),or entity upon behalf of which the person(s)acted, behalf of which the person(s)acted, executed the instrument. executed the instrument. WITNESS my hand and official sealr WITNESS my hand and official seal. Notary Signature: 4" W Notary Signature: Notary Seal: Notary Seal: MEGAN AGIALAR Commission• 1962561 r Notary Public-California Grange County M Comm.Expires Dee 3,2015+ CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-20 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS 1 8 This Page Intentionally Left Blank CITY OF PALM SPRINGS,RIVERSIDE COUNTY V-21 CONTRACT AGREEMENT PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS City of Palm Springs, CA Procurement Contracting Division Bid Abstract BID ABSTRACT Vendors& Bid Amounts Y y & BID #15-14 PROJECT NAME:Runway Rehabilitation 13R-31L �1 QP C0 �L_ Coll' DUE DATE: 4-7-15 3 m Total of Base Bid plus Alternate Number 1 bI E �ZG 8,5y1 Sa 61�1 (Basis of Award) Witnessed B Date: it BIDDER'S BID/BID PRICE DETAIL i I SCHEDULE 1 - RECONFIGURE TAXIWAY C-PHASE 1 Bid Description U.M. Bid Unit Price Total 101 5.1) MOBILIZATION, BONDS AND INSURANCE(G-100- LS 1 �$5;000 102 PROVIDE QUALITY CONTROL TESTING FOR P-401 TN 55,851 0 AND P-403ITEMS G-101-5.1 iO a' - ( 11 FYI ' 103 CONTRACTOR'S YARD (G-104-4.1) LS -ze& $-�UUt) - 104 PROVIDE ENGINEER'S FIELD OFFICE (G-104-4.2) LS se oao. - 105 FINISHING AIRPORT(G-105-4.1) LS 1 30 oay. - j u, D00 - t 106 SAFETY AND SECURITY (G-200-4.1) LS 1 O.Doo . o 000 . - 107 PERSONNEL AND VEHICLE SECURITY TRAINING (G- Allow 1 $5,000.00 $5,000.00 200-4.2 108 FURNISH LOW-PROFILE BARRICADE (G-200-4.3) EA 100 L1u0.' Li0 0 pU - PROVIDE, OPERATE,MAINTAIN, AND SALVAGE TO 109 OWNER LIGHTED 'X' G-200-4.4 EA 4 3c poc - Ixo goo, OPERATE AND MAINTAIN OWNER FURNISHED 110 LIGHTED 'X' G-200-4.5 EA 2 111 REMOVE EXISTING STRIPING/PAVEMENT MARKING Sr 87,517 D G-300-4.3 U D•b 101 D 13 . e 112 CONSTRUCT INFILL OF EXISTING BASINS P-152-4.1 CY 10,500 JO.- 105 j 0 00. - SALVAGE EXISTINGTW LIGHT, RECONNECT 113 CIRCUIT, AND CAP BASE WITH BLIND FLANGE (L- EA 206 ss 126-5.17 15, REMOVE AND SALVAGE AIRFIELD SIGN (G-300- 114 4.5) EA 24 . _ gV0- PAINT TEMPORARY BLACK-OUT MARKINGS (1- 115 COAT) OVER EXISTING THERMOPLASTIC SF 11,355 © �O PAVEMENT MARKINGS P-620-5.5 PAINT BLACK-OUT MARKING (1-COAT) OVER 116 EXISTING PAINTED PAVEMENT MARKINGS (P-620- SF 40,000 5.3 0.1 D g1 U60, - PLACE STRIPING WITH BEADS (YELLOW-ONE ,5p 117 SF 4,335 �.7 b COAT P-620-5.1 (7 �3� 3•-r. ,- 118 PLACE STRIPING WITH BEADS (WHITE-ONE COAT) SF 102,243 P-620-5.2 0.1'' O 1 3 H's 119 PLACE STRIPING WITHOUT BEADS (BLACK-ONE SF 18,693 S COAT P-620-5.3 PLACE SURFACE PAINTED HOLD POSITION SIGNS 120 WITH BEADS ONE-COAT P-620-5.4 EA 2 gSD 1 -700. FURNISH AND INSTALL TAXIWAY RETRO-REFLECTIVE 121 MARKER L-853 TYPE II, STYLE II, BLUE CYLINDRICAL EA 17 M-I10-5.1 too " 1, 7CID GS-2: REMOVE PANELS AND INSTALL NEW PANELS. 122 L-858-5.1 EA 1 ISED, - v0 _ 123 GS-5: INSTALL SALVAGED SIGN ON NEW BASE. (L- EA 1 858-5.2 a00' - GS-19: INSTALL SALVAGED SIGN ON NEW BASE. 124 REMOVE PANELS AND INSTALL NEW PANELS. (L- EA I 858-5.3) ODO _ ,3 pDD . - 125 GS-16: REMOVE PANELS AND INSTALL NEW EA 1 PANELS. L-858-5.4 CITY OF PALM SPRINGS, RIVERSIDE COUNTY 1113 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS Bid Bid Description U. M. Qaanft Unit Price Total GS-76:INSTALL SALVAGED SIGN ON NEW BASE. 126 REMOVE PANELS AND INSTALL NEW PANELS.(L- EA 1 _ 858-5.5 t)oo. — 3 I)00. GS-94: REMOVE PANELS AND INSTALL NEW 127 PANELS. L-858-5.6 EA 1 3L)O , 300 . — 128 GS-100: REMOVE PANELS AND INSTALL NEW EA 1 r PANELS. L-858-5.7 aSCJ a-s0, — HPS-1: INSTALL SALVAGED SIGN ON NEW BASE. (L- 129 858-5.8 EA 1 t 00. _ HPS-1 A: FURNISH AND INSTALL NEW L-858R _ 130 INCANDESCENT HOLD POSITION SIGN ON NEW EA I q) 100 BASE. L-858-5.9 Lit too. HPS-4: REMOVE PANELS AND INSTALL NEW 131 PANELS. L-858-5.10 EA 1 00 00, HPS-21:REMOVE PANELS AND INSTALL NEW 132 PANELS. f L-858-5.11 EA 1 1700. — 1700. ` HPS-22: REMOVE PANELS AND INSTALL SALVAGED 133 PANELS. L-858-5.12 EA 1 110. 110. HPS-35: REMOVE PANELS AND INSTALL SALVAGED 134 -PANELS L-858-5.13 EA )10, — /10, FURNISH AND INSTALL 5KV L-824 TYPE C #8AWG a 00 3 D l 0 ao. — 135 CABLE IN EXISTING CONDUIT.CONDUCTOR LF 10,000 COUNT PER PLAN L-108-5.1 ;al ( ` L-824 TYPE C,5KV, #8 IN EXISTING CONDUIT(L- 12,000 3lo ro0o .-� 136 108-5.1 LF - 137 L-824 TYPE C,5KV, #8,PLOWED IN (TEMPORARY) LF 22,100 OO L-108-5.3 B�',LtL"O• ` 138 L-824 TYPE C, 5KV, 98. IN NEW CONDUIT (L-108- LF 500 t"S-W 5.4 139 L-824 TYPE C, 5KV, #8 ON GRADE (TEMPORARY) LF 1,930 L-108-5.5 (2) L-824 TYPE C, 5KV, #6 CABLES AND 140 EQUIPUIPMENT GROUND IN EXISTING CONDUIT LF 870 l0��� U'Vim' �— TEMPORARY REIL, PLASI L-108-5.10 4 (2) L-824 TYPE C,5KV, #6 CABLES AND EQUIPMENT 141 GROUND AND 2"PVC CONDUIT(TEMPORARY LF g10 10, I DO .r REIL, PLASI L-108-5.11 1-2" PVC CONDUIT, DIRECTIONAL BORE (L-112- 142 51 LF 1,250 L-850C IN-PAVEMENT RUNWAY EDGE LIGHT, BI- IOOP 1o, 0DO. 143 DIRECTIONAL, RED/YELLOW L-125-5.4 EA 2 �y L-862 ELEVATED RUNWAY EDGE LIGHT, BI- U 144 DIRECTIONAL, WHITE/WHITE,STAKE MOUNTED (L- EA 41 l l 000 , k l ,p0 126-5.8 L-862 ELEVATED RUNWAY EDGE LIGHT, BI- 145 DIRECTIONAL, RED/YELLOW,STAKE MOUNTED (L- EA 31 DD0' 6 DD ) 126-5.9 L-862 ELEVATED RUNWAY EDGE LIGHT, BI- 146 DIRECTIONAL, RED/WHITE,STAKE MOUNTED (L- EA 10 1 °0 0, — 1 1 O ) 0 00 1 126-5.10 •' L-862 ELEVATED RUNWAY EDGE LIGHT, BI- ( p 0O r (p,0 O O, ' 147 DIRECTIONAL,YELLOW/WHITE, STAKE MOUNTED EA 6 L-126-5.1 1 L-862E ELEVATED RUNWAY END LIGHT, BI- ( � t00_ 17y (a L)O- 148 DIRECTIONAL, RED/RED,STAKE MOUNTED (L-126- EA 16 -K) Q 5.12 CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-0 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS BedDescrlption U.M. Qdant Unit Price Total L-862E ELEVATED RUNWAY THRESHOLD LIGHT, BI- 1 y uV. r ri 149 DIRECTIONAL,GREEN/BLANK,STAKE MOUNTED (L- EA 16 126-5.13 L-862E ELEVATED RUNWAY EDGE LIGHT,BI- ( I pp P/ (� Up .� 150 DIRECTIONAL, WHITE/WHITE, FLANGE MOUNTED EA 8 csr L-126-5.14 Ti L-849V RUNWAY END IDENTIFIER LIGHT (REIL) PAIR 151 W/CONDUIT AND CABLE (TEMPORARY) (L-126- EA 2 t 5.15 ( " INSTALL L-883 PULSATING LIGHT APPROACH SLOPE l y 5pc.' c�I p a p 152 INDICATOR (PLASI)SYSTEM, OWNER FURNISHED EA 2 TEMPORARY L-126.5.16 Total Schedule 1 Total Schedule 1 (� I I �� 1 $3 • 5 L/ I (dollars) f. (in words) CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-5 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS SCHEDULE 2 - RUNWAY 13R -31 L REHABILITATION - PHASE 2 Bi T Description U.M. Quant Unit Price Total 201 MILL AND STOCK PILE EXISTING AC PAVEMENT (G- SF 2,228,888 p rj 7� �,(t 300-4.1 O• y L4 0 ov, oo 202 DISPOSE OF EXISTING AC PAVEMENT(G-300-4.4) TN 40,000 REMOVE AND DISPOSE EXISTING LIGHT FIXTURE 0 203 EA 148 AND CAN G-300-4.6 REMOVE EXISTING STRIPING/PAVEMENT 204 MARKINGS (G-300-4.3) SF 5,000 DEMOLISH AND REMOVE EXISTING SIGN BASE (G- 205 300-4.8) EA 2 206 DEMOLISH AND REMOVE EXISTING SIGN AND BASE EA 9 G-300-4.9 REMOVE AND DISPOSE EXISTING IN-PAVEMENT 207 LIGHT FIXTURE G-300-4.7 EA 42 ago - (i two SALVAGE EXISTING TAXIWAY LIGHT, RECONNECT 208 CIRCUIT, AND CAP BASE WITH BLIND FLANGE (L- EA 60 126-5.17) t M). l 10 JSvv DISCONNECT EXISTING TAXIWAY LIGHT, REMOVE 209 AND REINSTALL LIGHT BEFORE REOPENING EA 31 _ TAXIWAY CROSSING L-126-5.14 CIS • Lc'Ccu5• ' 210 REMOVE AND DISPOSE OF ELEVATED RUNWAY EA 8 GUARD LIGHT G-300-4.11 (OD g DO- ' 211 REMOVE BLACK PAINT COVERING 5F 11,355 1. 10 Su THERMOPLASTIC MARKINGS. G-300-4.12 �. 12 `Il ' 212 REMOVE RETRO-REFLECTIVE MARKERS (G-300- SF 17 4.13) PAINT BLACK-OUT MARKINGS (1 COAT) OVER 213 EXISTING PAINTED PAVEMENT MARKINGS (P-620- SF 15,133 4u �, dS3 1U 214 CONSTRUCT RUNWAY 4"AC OVERLAY (P-401- TN 40,000 8.1.1 W .� Slv0D00.` 215 PROVIDE MATERIALTRANSFER MACHINE (P-401- TN 50,000 8.1.2 ( . - SO, DCO . - 216 CONSTRUCT AC PAVEMENT TEST STRIP(P-401-8.1.3) LS 1 o 217 CONSTRUCT SHOULDER AC OVERLAY P-403-8.1 TN 218 FURNISH AND INSTALL SLURRY SEAL ON SF 104,500 CONNECTOR TAXIWAYS P-60M.1) D• I S !S (a-7 S• - 219 CONSTRUCT CONNECTOR TAXIWAY AC OVERLAY TN 10,000 P-401-8.1.1 .S7. ' JC D00 220 PLACE STRIPING WITH BEADS {YELLOW- 1 SF 108,000 fj (pU �� D�. _ COAT P-620-5.1 221 PLACE STRIPING WITH BEADS (WHITE- 1 COAT)(P- SF 256,600 (o 620-5.2 d. o t S 3 9tro. - 222 PLACE STRIPING WITHOUT BEADS (BLACK- 1 SF 102,000 COAT P-620-5.3 0.140 40 god . - DM-1:FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP.SIZE 4,STYLE 223 3,CLASS 1,MODE 2) AND NEW PANELS ON NEW EA 1 13Do. - 5)3 DO. - BASE. L-858-5.14 CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-6 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS DM-2: FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 224 EA 3, CLASS 1, MODE 2) AND NEW PANELS ON NEW BASE. L-858-5.14 S�yOD.' S1 yUQ DM-3: FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP, SIZE 4,STYLE 225 3, CLASS 1, MODE 2) AND NEW PANELS ON NEW EA 1 1 yDD._ s+ YUD . BASE. L-858-5.14 DM-4: FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 226 3,CLASS 1,MODE 2) AND NEW PANELS ON NEW EA BASE. L-858-5.14 + DM-5: FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 227 3, CLASS 1, MODE 2) AND NEW PANELS ON NEW EA 1 BASE. L-858-5.14 s100, ' rj+ QUO DM-6: FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 228 3,CLASS 1,MODE 2) AND NEW PANELS ON NEW EA 1 BASE. L-858-5.14 DM-7: FURNISH AND INSTALL NEW L-8586L LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 229 3,CLASS 1,MODE 2) AND NEW PANELS ON NEW EA I BASE. L-858-5,14 DM-8: FURNISH AND INSTALL NEW L-8588L LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 230 3, CLASS 1,MODE 2) AND NEW PANELS ON NEW EA BASE. L-858-5.14 DM-9: FURNISH AND INSTALL NEW L-858BL LED DISTANCE REMAINING SIGN (5-STEP,SIZE 4,STYLE 231 3,CLASS 1, MODE 2) AND NEW PANELS ON NEW EA 1 BASE. L-858-5.14 232 GS-4: INSTALL SALVAGED SIGN ON EXISTING BASE- EA 1 L-858-5.15 33U. - 33v - - GS-5: INSTALL SALVAGED SIGN ON NEW BASE. (L- 233 858-5.16 EA 1 2 $Da . 2 &UD- 234 GS-20:INSTALL SALVAGED SIGN ON EXISTING EA 1 BASE L-858-5.17 31p - GS-23: INSTALL SALVAGED SIGN ON EXISTING 235 BASE. L-858-5.18 EA 1 236 GS-40:INSTALL SALVAGED SIGN ON EXISTING EA I BASE. L-858-5.19 - 237 GS-41: INSTALL SALVAGED SIGN ON EXISTING EA 1 BASE. L-858-520 .% . - -!a xv. - GS-49: INSTALL SALVAGED SIGN ON EXISTING 238 BASE. REMOVE PANELS AND INSTALL NEW PANELS. EA 1 9SQ - 95O - L-858.5.21 GS-55:INSTALL SALVAGED SIGN ON EXISTING 239 BASE. L-858-5.22 EA 1 3 Ua - 240 GS-57:INSTALL SALVAGED SIGN ONEXISTING EA 1 3�0. - - BASE. L-858-5.23 GS-78:INSTALL SALVAGED SIGN ON EXISTING 241 BASE. L-858-24 EA 1 GS-81: INSTALL SALVAGED SIGN ON EXISTING 242 BASE. L-858-25 EA 1 GS-84: INSTALL SALVAGED SIGN ON EXISTING 243 BASE.REMOVE PANELS AND INSTALL NEW PANELS. - L-858-5.26 O CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-7 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS GS-85: INSTALL SALVAGED SIGN ON EXISTING 244 BASE. REMOVE PANELS AND INSTALL NEW PANELS. EA 1 L-858-5.27 GS-101:INSTALL SALVAGED SIGN ON EXISTING 245 BASE. REMOVE PANELS AND INSTALL NEW PANELS. EA I _ L-858-5.28 GS-102: INSTALL SALVAGED SIGN ON EXISTING 246 BASE. REMOVE PANELS AND INSTALL NEW PANELS. EA 1 L-858-5.29 HPS-1:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 247 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 30o 13J L-858-5.30 HPS-2: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3, CLASS _ 24B EA 1 1,MODE 2) AND NEW PANELS ON EXISTING BASE. 10.. _ a' SO17 - L-858-5.30 HPS-3:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 249 1, MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L' K00 - q0j L-858-5.30 250 HPS-4: REMOVE PANELS AND INSTALL SALVAGED EA 1 PANELS. (L-858-5.32) �vO ' I (c�- 251 HPS-5: INSTALL SALVAGED SIGN ON EXISTING EA 1 qqO - y Ltd BASE. L-858-5,33 HPS-6: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 252 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 4i000 I'-I I ADO L-858-5.30 HPS-7:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 253 1 MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 i( jxv _ N p00 L-858-5.30 HPS-8:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 254 1 MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 y low ., 4, Dot) HPS-9:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZE 1,STYLE 3,CLASS 255 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 T - HPS-10: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI, STYLE 3, CLASS 256 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 3_, Do- HPS-14: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZE1,STYLE 3, CLASS 257 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 ��OD.- 3Z (dDO J HPS-15: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 25B 1, MODE 2) AND NEW PANELS ON EXISTING BASE- EA 1 L-858-5.30 y 0 0 HPS-16:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI, STYLE 3, CLASS y 1 D 00 0 259 1 MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 CITY OF PALM SPRINGS, RIVERSIDE COUNTY 111.8 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS HPS-17:FURNISH & INSTALL NEW L-858RL LED HOLD 260 POSITION SIGN (5-STEP,SIZEI,STYLE 3, CLASS 1, EA 1 MODE 2) AND NEW PANELS ON EXISTING BASE (L- 858-5.30) jgO. E3 (Lep HPS-18: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3, CLASS261 1, MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 3 l�Ot7. ' O. 262 HPS-21: REMOVE PANELS AND INSTALL SALVAGED EA 1 PANELS. L-858-5.34 (1P O . 263 HPS-22: REMOVE PANELS AND INSTALL SALVAGED EA 1 PANELS. L-858-5.35) I LR4 . 264 HPS-23: INSTALL SALVAGED SIGN ON EXISTING EA 1 BASE. L-858-5.36 HPS-24: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZE 1,STYLE 3,CLASS 265 1, MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 L-858-5.30 Low 3 Iry 0 . - HPS-25:FURNISH AND INSTALL NEW L-858RL LED 266 HOLD POSITION SIGN �5-STEP,SIZEI,STYLE 3,CLASS EA 1 1,MODE 2) AND NEW PANELS ON EXISTING BASE. L-858-5.30 HPS-26: FURNISH AND INSTALL NEW L-858RL LED 267 HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS EA 1 1,MODE 2) AND NEW PANELS ON EXISTING BASE. L-858-5.30 3 L,OU. HPS-27:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 268 1, MODE 21 AND NEW PANELS ON EXISTING BASE. EA 1 (L-858-5.301 10VO. 3,cxV. HP5-28: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3, CLASS 269 EA 1 1,MODE 2) AND NEW PANELS ON EXISTING BASE. L-858-5.30 (p00 3' (°L, HPS-29:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (S-STEP,SIZE 1,STYLE 3, CLASS 270 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 3 �, . - .3 L,oD . L-858-5.30 HPS-30: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3, CLASS 271 1, MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 �DO L-858-5.30 1 HPS-31:FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 272 EA 1 1, MODE 2) AND NEW PANELS ON EXISTING BASE. 1 I(POP _ -2 1 (OOD ' - L-858-5.30 HPS-32: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 273 1, MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 2 UOO. L-858-S.30 b D�. ' HPS-33:FURNISH AND INSTALL NEW L-858RL LED 274 HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS _ 1,MODE 2) AND NEW PANELS ON EXISTING BASE. EA 1 Le��- L-858-5.30 HPS-34: FURNISH AND INSTALL NEW L-858RL LED 275 HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3, CLASS EA 1 al 1, MODE 2 AND NEW PANELS ON EXISTING BASE. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-9 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS L-858-5.30 HPS-35: REMOVE PANELS AND INSTALL SALVAGED 276 PANELS. (L-858-5.37) EA 1 HPS-36:INSTALL SALVAGED SIGN ON EXISTING 277 BASE. L-858-5.38 EA 1 440. y.LLp, - HPS-37: FURNISH AND INSTALL NEW L-858RL LED HOLD POSITION SIGN (5-STEP,SIZEI,STYLE 3,CLASS 278 ],MODE 2) AND NEW PANELS ON EXISTING BASE. EA I Lt'000- - 0-OD L-858-5.30 279 CRACK REPAIR Allow 1 $50,000.00 50,000.00 280 L 824 TYPE C.5KV, #8 IN EXISTING CONDUIT(L-108- LF 19,000 I, 1°5 31 3 5 0 . ' 281 #6 BARE COPPER COUNTERPOISE WITH GROUND LF 24,2Q0 a42I to z>. 2RODS IL-108-5.2 282 5 424TYPE C, SKV, #8, IN NEW CONDUIT(L-108- LF 29,00 IS �{•'( $5 C) I 283 VAULT CABLE CONNECTIONS L-109-5.1 LS 1 DO . 284 1-2"CONDUIT, DIRECT BURIED L-110-5.1 LF 19,80 - 3�i Ip,paO 285 1-2"CONDUIT, CONCRETE ENCASED L-110-5.2 LF 4,42 286 L852G(L) IN-PAVEMENT RUNWAY GUARD LIGHT, EA 42 LED ON EX BASE CAN L-125-5.1 .2 ODD 000 . 287 L-850C IN-PAVEMENT RUNWAY EDGE LIGHT, BI- EA 14 DIRECTIONAL, WHITE/WHITE L-125-5.2 $DD. �.vD L-850C IN-PAVEMENT RUNWAY EDGE LIGHT, BI- 288 DIRECTIONAL, YELLOW/WHITE L-125-5.3 EA I DD. - a 1}0- 289 L-850C IN-PAVEMENT RUNWAY EDGE LIGHT,BI- EA 10 DIRECTIONAL, RED/YELLOW L-125-5.4 L-862 ELEVATED RUNWAY EDGE LIGHT, BI- 290 DIRECTIONAL, WHITE/WHITE, BASE CAN MOUNTED EA 36 L-126-5.1 1 3'D'D. ' L((p i;U�• L-862 ELEVATED RUNWAY EDGE LIGHT, BI- 291 DIRECTIONAL, RED/YELLOW, BASE CAN MOUNTED EA 24 L-126-5.2 L-862 ELEVATED RUNWAY EDGE LIGHT, BI- 292 DIRECTIONAL, RED/WHITE, BASE CAN MOUNTED EA 10 L-126-5.3) I7!> boo - L-862 ELEVATED RUNWAY EDGE LIGHT, BI- 293 DIRECTIONAL,YELLOW/WHITE, BASE CAN EA 5 MOUNTED L-126-5.4 1 30a._ tp SDO •' L-862E ELEVATED RUNWAY END LIGHT, 81- 294 DIRECTIONAL, RED/RED, BASE CAN MOUNTED (L- EA 16 _ 126-5.5 4:00 . �- '{0P• 1 L-862E ELEVATED RUNWAY THRESHOLD LIGHT, BI- 295 DIRECTIONAL, GREEN/BLANK, BASE CAN EA 16 MOUNTED L-126-5.6 1 00. - a' iLt� J L-804(L) ELEVATED RUNWAY GUARD LIGHT, UNI- 296 DIRECTIONAL, LED,YELLOW ON EX BASE CAN (L- EA 8 '4 0U0 126-5.7 REINSTALL L-861T(L) ELEVATED TAXIWAY EDGE 297 LIGHT ON EXISTING BASE CAN L-126-5.17 EA 117 298 L-867B JUNCTION CAN L-126-5.22 EA 2 n OO• - Total Schedule 2 $ 5 , .� $5/ Total Schedule y� m _U_cl. d-�.-c 2:t!� dollars) tin words)CITY OF PALM SPRINGS SPRIMGS,RIVERSIDE INTERNATIONALAIRPORT COUNTY �/ III- -90 '^'""'7`-1 ` •ADDENDUM 1-April 20 RMS RUNWAY 13R-31L REHABILITATION �~} BID DOCUMENTS SCHEDULE 3- RECONFIGURE TAXIWAY C- PHASE 3 Bid Description U.M. Bid QUantl Unit Price Total 301 REMOVE EXISTING STRIPING/PAVEMENT MARKING SF 235,000 3`{ G-300-4.3 REMOVE AND SALVAGE AIRFIELD SIGN (G-300- 302 4.51 EA 3 303 FURNISH AND INSTALL SLURRY SEAL (P-608-8.1) SF 1,225,000 REMOVE TEMPORARY INFILL AND DELIVER TO 304 AIRPORT STOCKPILE P-152-4.2 CY 1D,500 10 (Og DDD -- 305 PLACE STRIPING WITH BEADS (YELLOW-1 COAT) SF 64,400 ,r P-620-5.1 b . �� 33, 2-D0, ' 306 PLACE STRIPING WITHOUT BEADS (BLACK- 1 SF 74,000 COAT P-620-5.3 0. 3-7 Dai - 307 PAINT RUNWAY HOLDING POSITION SIGN AND EA 4 FOUNDATION PER DETAIL P-620-5.4 9VO- - 3. (yOD - GS-1: INSTALL SALVAGED SIGN ON EXISTING 308 BASE. L-858-5.40 EA 3�. r 300- ` GS-2: REMOVE PANELS AND INSTALL SALVAGED 309 PANELS, L-858-5.41 EA 1 ,to .— 41tD. GS-3: INSTALL SALVAGED SIGN ON EXISTING BASE. 310 L-858-5.42 EA 1 30O_ - 311 GS-16:RE3MOVE PANELS AND INSTALL SALVAGED EA 1 PANELS. L-858-5.43 lbi7 IOD . GS-19: INSTALL SALVAGED SIGN ON EXISTING 312 BASE,REMOVE PANELS AND INSTALL SALVAGED EA I PANELS. L-858-5-441 - 3 DO GS36:INSTALL SALVAGED SIGN ON EXISTING 313 BASE. L-858-5.45 EA 1 3 S O GS37:INSTALL SALVAGED SIGN ON EXISTING 314 BASE. L-858-5.46 EA 1 315 GS-69:INSTALL SALVAGED SIGN ON EXISTING EA 1 BASE. L-858-5.47 `3 GS-70: INSTALL SALVAGED SIGN ON EXISTING 376 BASE. L-858-5.48 EA I DD _ 3 VD . GS-71: INSTALL SALVAGED SIGN ON EXISTING 317 BASE. L-858-5.49 EA 1 .3 Lw. 318 GS-74: INSTALL SALVAGED SIGN ON EXISTING EA 1 BASE. L-858-5.50 .3,v0. - GS-75:INSTALL SALVAGED SIGN ON EXISTING 319 BASE. L-858-5.51 EA 1 ��. 3,D0 . GS-76:INSTALL SALVAGED SIGN ON EXISTING 320 BASE. REMOVE PANELS AND INSTALL SALVAGED EA 1 PANELS. L-858-5.52 Sop . - 3 00 . 321 GS-77:INSTALL SALVAGED SIGN ON EXISTING EA I BASE. L-858-5.53 '30D 3fll) . GS-94: INSTALL SALVAGED SIGN ON EXISTING 322 BASE. L-858-5.54 EA 1 Da . ,3 GS-96: INSTALL SALVAGED SIGN ON EXISTING 323 BASE. L-858-5.55 EA GS-10D: REMOVE PANELS AND INSTALL SALVAGED 324 PANELS. L-858-5.56 EA ( 00 - 100 - 325 SAWCUT/GROOVE AC PAVEMENT P-621-5.1 SF 1,300,000 326 ELECTRICAL TESTING L-100-5.1 LS 1 Dal'. 327 R0E�MO6VE TEMPORARY PLOWED-IN L-824 CABLE (L- LF 22,100 I• p1 - � � CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-11 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS Bledn Description U.M. Bid Unit Price Total 328 REMOVE TEMPORARY L-824 CABLE FROM LF 12,000 CONDUIT L-108-5.7 �•�'� D 329 REMOVE TEMPORARY L-824 CABLE ON GRADE (L- LF 1,93 - 0.G�5 It 5�4.50 T 108-5.8 1 4l'�Ayll 330 DEMOLISH EXISTING AIRFIELD ELECTRICAL (G-300- LS 1 I`4111qu6 ,) YyR.jps.0-7 4.2 49�61 9 REMOVE AND DISPOSE OF EXISTING LIGHT FIXTURE 331 AND CAN G-300-4.6 EA 2 v, - REINSTALL L-861T(L) ELEVATED TAXIWAY EDGE 332 LIGHT ON EX BASE CAN L-126-5.17 EA 87 4-70. - REMOVE TEMPORARY STAKE MOUNTED LIGHTS (L- 333 126-5.18 EA 20 )L-0. - 14 4 00 REMOVE TEMPORARY FLANGE MOUNTED LIGHTS 334 L-126-5.19 EA 8 1100- Lk go REMOVE TEMPORARY REIL PAIR AND CABLE (L- 335 126-5.20 EA 2 ti 3 D, - REMOVE TEMPORARY PLASI PAIR AND CABLE (L- 336 126-5,21 EA 2 a.1-1 . _ It4l) 337 RESTORE CONTRACTOR'S YARD G-104-4.3 SF 495,720 p, •p _3 Total Schedule 3 $ I t S C1 % - 1 C q , I Total Schedule 3 r -..ems -Y�� �p r G` �u o� w (dollars) (in words) BID ALTERNATE No. 1 - BedDescription U.M. Bid Quantl Unit Price Total 1001 FURNISH AND INSTALL "YELLOW"THERMOPLASTIC LF 14,165 TAXIWAY/TAXILANE CL MARKING PER DETAIL --O •_ a$3�300 .- 1002 FURNISH AND INSTALL "YELLOW"ENHANCED LF 2,165 THERMOPLASTIC TAXI WAY/TAXILANE CL MARKING Lt b� ae I- IP 60, Total Bid Alternate 1 $ 3&q 19 oo . Total Bid Alternate 1,,:5 dollars) (in words) CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-12 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS BIDDER'S BASE BID/BID PRICE DETAIL Total Schedule l Total Schedule 2 go • 3 C1 Total Schedule 3 $ R T4 1 1 Q 'A + 1 -7 Total Base Bid $ �- Total Base Bid dollars) (in word The figure above this line of text is the "base bid price" under the bidder's proposal. BIDDER'S ALTERNATE BIDS/BID PRICE DETAIL Total Base Bid Plus Alternate No. 1 $ D . 6.1 Total Base Bid Plus Alternate No. 1 ql :.L, �- (dollars) '� 11 (in words) CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-13 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT ADDENDUM 1-April 2,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS ALL INCLUSIVE The foregoing bid includes applicable California State Sales Tax, Bonds, Insurance, and proportionately all other costs incidental to the contract, including all labor and materials required to furnish and install the work. STATE LICENSES The undersigned hereby certifies that he or she is currently the holder of a valid license as a contractor in the State of California that the license covers the type of work for which this proposal is made. INSURANCE The undersigned agrees to furnish certificate of public liability insurance, workmen's compensation, and such other insurance as will protect him or her from claims from damages and from personal injury, including death, which may arise from operation under the contract, whether such operations be by themselves or by any subcontractor, or anyone directly or indirectly employed by either of them; and the certificates of such insurance will be filed at the time of execution of contract; and such coverage shall be subject to approval by the City for adequacy of protection. BONDS The undersigned agrees to furnish the City with satisfactory labor and material bond in an amount equal to 100 percent of the contract price and a faithful performance bond and payment bond in an amount equal to 100 percent of the contract price, said bonds shall be secured from a surety company, or surety companies, satisfactory to the Owner. WORKING CONDITIONS No contractor or subcontractor may require any laborer or mechanic employed in the performance of any contract to work in surroundings or under working conditions that are unsanitary, hazardous, or dangerous to his or her health or safety as determined under construction safety and health standards (29 CFR Part 1926) issued by the Department of Labor. VISITING THE SITE The undersigned has thoroughly examined the Contract Documents, drawings and specifications and addenda (if any), has visited the site, and is thoroughly familiar with the contents and all of the conditions thereof. CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-14 BID FORMS III PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Form 1 Palm Springs International Airport Disadvantage Business Enterprise(DBE) Utilization The undersigned bidder / offeror has satisfied the requirements of the bid specification in the following manner(please check the appropriate space): V The bidder/offeror is committed to a minimum of 6.9 % DBE utilization on this contract. The bidder / offeror (if unable to meet the DBE goal of 6.9 % is committed to a minimum of % DBE utilization on this contract and will submit documentation demonstrating Good Faith Efforts. ASSURANCE OF COMPLIANCE WITH TITLE 49 CFR PART 26 RELATING TO DISADVANTAGED BUSINESS ENTERPRISE PARTICIPATION The requirements of 49 CFR Part 26, Regulations of the U.S. Department of Transportation, apply to this contract. It is the policy of the City of Palm Springs / Palm Springs International Airport to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this contract. All firms qualifying under this solicitation are encouraged to submit bids / proposals. Award of this contract will be conditioned upon satisfying the requirements of this bid specification. These requirements apply to all bidders / offerors, including those who qualify as a DBE. A DBE contract goal of 6.9 % has been established for this contract. The bidder/offeror shall make Good Faith Efforts, as defined in Appendix A, 49 CFR Part 26 (Attachment 1), to meet the contract goal for DBE participation in the performance of this contract. Form 1 — Disadvantaged Business Enterprise (DBE) Utilization must be included with the bid documents submitted by the bidder/offeror by the bid due date. Form 2 — DBE Letters of Intent must be submitted within five (5) days of the bid due date by the bidder / offeror. Form 2 — Letters of Intent must include the following information: (1) the names and addresses of DBE firms that will participate in the contract; (2) a description of the work that each DBE firm will perform; (3) the dollar amount of the participation of each DBE firm, (4) DBE business age, (5) DBE approximate annual gross receipts; (6) written documentation of the bidder / offeror's commitment to use a DBE subcontractor whose participation it submits to meet the contract goal; (7) written confirmation from the DBE that is participating, (8) proof of DBE certification. A bid that fails to meet these requirements will be considered nonresponsive. The undersigned hereby certifies that he or she has read the terms of this commitment and is authorized to bind the bidder/offeror to the commitment herein set forth. Name of Bidder/Offeror's Firm: Griffith Company State Contractor No. 88 By, Jim Yackley Title: Regional Manager (Name of Au ed O icer) Signature: Date: April 7, 2015 (Sign; re of Auto Officer) Page 1 of �- CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-15 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Form 2 Palm Springs International Airport DBE Letter of Intent City of Palm Springs Approved Overall DBE Goal: 6.9% Palm Springs International Airport Contract Goal: 0.0 % AIP: 3-06-0181-053-2015 Invitation for Bids (IFB) 15-14 Prime Bidder/Offeror firm: Name of Company: Griffith Company Address: 4756 Mission Blvd. Montclair, CA 91762 Phone: 909-270-5040 Fax: 909-270-5042 Email: jkiefer@griffithcompany.net The bidder/offeror is committed to utilizing the DBE firms as contained herein: By: Jim Yackley Title: Regional Manager (Name of Authorized Officer Signature: / Date: April 7, 2015 The bidder / offeror shall attach proof of DBE certification for each subcontractor / supplier listed herein. Form 2—DBE signed Letter of Intent are due within five(5) days of the bid due date. If the bidder/ offeror does not receive award of the prime contract, any and all representations in this DBE Letter of Intent and Affirmation shall be null and void. Page 2 of 2 CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-16 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS The bidder must indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract, as follows: We, the undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown, if awarded a contract for this project. Name of DBE firm: C (r/,�-jTi-I pl k c- �LA (..;,d , Q6( gtwi DBE Contract Amount: $ 3 5 I DO 0 Percent of Total Contract: � . � ! % DBE firm contact person: I " Phone S r DBE firm Address: La ryy-ou-ri �C,i or'Lra 1G MCA (o� � Is the DBE a: ❑ Prime Contractor t Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑�tive American ❑ Asian Pacific ❑ Non Minority Woman Other Work to be CAA performed by DBE: t rr` A M11 ( �( , DBE Certification Agency: (10 , VIT-FA Expiration Date of Certification: dV�� (Include copy of current certificate) Name of DBE firm: L S J DBE Contract Amount: $ t -10 i un D Percent of Total Contract: I� DBE firm contact person: �-a.t'h Le Phone � I)1�1 - 4 X 4- U ).(C) DBE firm Address: )Z U `I ton m n,ta r, ram � � Cr Is the DBE a: ❑ Prime Contractor M Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American 93'Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: c, DBE Certification Agency: C. Lr�s A v�ova S Expiration Date of Certification: A/ (Include copy of current certificate) CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-18 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS The bidder must indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract, as follows: We,the undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown, if awarded a contract for this project. Name of DBE firm: DBE ContractAmount: $ Percent of Total Contract: R .S % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor C5 Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic q l Iative American ❑ Asian Pacific ❑ Non Minority Woman Er Other Work to be C performed by DBE: \JCr{ e DBE Certification Agency: Expiration Date of Certification: (Include Copy Of Current certificate) Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-is BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS The bidder must indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract, as follows: We, the undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown, if awarded a contract for this project. Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-18 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS The bidder must indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract, as follows: We, the undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown, if awarded a contract for this project. Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacffic ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-18 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS The bidder must indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract, as follows: We, the undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown, if awarded a Contract for this project. Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-18 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS The bidder must indicate the Disadvantaged Business Enterprise(s) proposed for utilization as part of this contract, as follows: We, the undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown, if awarded a contract for this project. Name of DBE firm: DBE ContractAmount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-18 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) DBE GOAL INTENT SUMMARY $Amount $ DBE Credit % DBE Participation DBE Prime Contractor $ $ C�r —C-)� % DBE Subcontractor $ l351000 . $ I35u�00. — DBE Subcontractor $ 1 a-0 n n J . - $ I a 7 i 00 . — % DBE Subcontractor $ $ % DBE Subcontractor $ $ % DBE Subcontractor $ $ % DBE Supplier $g�Dio00 x 0.60= $ S l D 6 vD S % DBE Supplier $ x 0.60= $ % DBE Manufacture $ $ DBE Manufacture $ % TOTAL DBE AMOUNT % .J Note: Contractor may copy this and the above page as necessary to include all DBE Subcontractors. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-19 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) DBE GOAL INTENT SUMMARY $Amount $DBE Credit % DBE Participation DBE Prime Contractor $ $ % DBE Subcontractor $ $ % DBE Subcontractor $ $ % DBE Subcontractor $ $ % DBE Subcontractor $ $ % DBE Subcontractor $ $ % DBE Supplier $ x 0.60= $ % DBE Supplier $ x 0.60= $ % DBE Manufacture $ $ % DBE Manufacture $ $ % TOTAL DBE AMOUNT $ % Note: Contractor may copy this and the above page as necessary to include all DBE Subcontractors. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-19 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2915 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Name of DBE firm: DBE Contract Amount: $ Percent of Total Contract: % DBE firm contact person: Phone DBE firm Address: Is the DBE a: ❑ Prime Contractor ❑ Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American ❑ Asian Pacific ❑ Non Minority Woman ❑ Other Work to be performed by DBE: DBE Certification Agency: Expiration Date of Certification: (Include copy of current certificate) DBE GOAL INTENT SUMMARY $Amount $ DBE Credit % DBE Participation DBE Prime Contractor $ $ DBE Subcontractor $ $ DBE Subcontractor $ $ DBE Subcontractor $ $ DBE Subcontractor $ $ DBE Subcontractor $ $ DBE Supplier $ x 0.60= $ % DBE Supplier $ x 0.60= $ % DBE Manufacture $ $ DBE Manufacture $ $ TOTAL DBE AMOUNT $ % Note: Contractor may copy this and the above page as necessary to include all DBE Subcontractors. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-19 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2D15 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS SBE PARTICIPATION LIST PROJECT: RUNWAY 13L-31R REHABILITATION Submitted by: Jim Yackley as an authorized representative of Griffith Company (name of bidder) Please list all SBE firms who will participate and indicate if the SBE listed firm is also a certified DBE. Please note that firms listed on this form may not be terminated or substituted without the advance written permission of the City. Use additional pages if necessary. NAME, ADDRESS, PHONE NUMBER CHECK IF o AND CONTACT PERSON OF SBE FIRM SUBCONTRACT ITEM $VALUE C N TOTAL SBE FIRM IS ALSO A $VALUE TOWARDS CONTRACT DBE FIRM GOAL VALUE v/ �zo � L.I ,ty's Pig ;ti� — i LAP C 4f �`} —Lt1O(� Lcz yr L2 100%for SBE subcontractors and manufacturers, 60%for SBE suppliers (regular dealers), reasonable commissions for brokers/dealers CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-20 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27, 2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS SBE PARTICIPATION LIST PROJECT: RUNWAY 13L-31 R REHABILITATION Submitted by: Jim Yackley as an authorized representative of Griffith Company p (name of bidder) Please list all SBE firms who will participate and indicate if the SBE listed firm is also a certified DBE. Please note that firms listed on this form may not be terminated or substituted without the advance written permission of the City. Use additional paqes if necessary. NAME, ADDRESS, PHONE NUMBER CHECK IF o SBE FIRM `$ VALUE /o OF TOTAL AND CONTACT PERSON OF IS ALSO A SUBCONTRACT ITEM $VALUE TOWARDS CONTRACT SBE FIRM DBE FIRM GOAL VALUE 1 DO%for SBE subcontractors and manufacturers, 60%for SBE suppliers (regular dealers), reasonable commissions for brokers/dealers CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-20 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS SBE PARTICIPATION LIST PROJECT: RUNWAY 13L-31R REHABILITATION Submitted by: Jim Yackley as an authorized representative of Griffith Company P (name of bidder) Please list all SBE firms who will participate and indicate if the SBE listed firm is also a certified DBE. Please note that firms listed on this form may not be terminated or substituted without the advance written permission of the Cit . Use additional pages if necessary. NAME, ADDRESS, PHONE NUMBER CHECK IF $VALUE % OF TOTAL AND CONTACT PERSON OF SBE FIRM SUBCONTRACT ITEM $VALUE TOWARDS CONTRACT SBE FIRM IS ALSO A DBE GOAL VALUE FIRM 100%for SBE subcontractors and manufacturers, 60%for SBE suppliers (regular dealers), reasonable commissions for brokers/dealers CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-20 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS SEE PARTICIPATION LIST PROJECT: RUNWAY 13L-31R REHABILITATION Submitted by: Jim Yackley as an authorized representative of Griffith Company P (name of bidder) Please list all SBE firms who will participate and indicate if the SBE listed firm is also a certified DBE. Please note that firms listed on this form may not be terminated or substituted without the advance written permission of the City. Use additional pages if necessa NAME, ADDRESS, PHONE NUMBER CHECK IF $VALUE % OF TOTAL AND CONTACT PERSON OF SBE FIRM SUBCONTRACT ITEM $VALUE TOWARDS CONTRACT SBE FIRM IS ALSO A DBE FIRM GOAL VALUE 100%for SBE subcontractors and manufacturers, 60% for SBE suppliers (regular dealers), reasonable commissions for brokers/dealers CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-20 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address, license number, phone numbers, business age, and approximate annual gross receipts of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work, which will be done by such subcontractor. 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. Work to be Subcontractor % of DBE Subcontractor's Name,Address, Phone, performed License# Total Contract No / Gross Annual Receipts& Business Age (. 1J_ S9 SbI) ) , '� Gitdy Truce, I +vc.. .)13A 1. L;nr8 S CoQ Ptah` 1p >S � rYlouv-�;k .'Pnr-' 2. � C6Lf ) iv-1-7 - 1 igC� 3. 4. 377 5. `7l -)_a C - atOD R > ! to m 3� yews B. 7. Lo e7 L)&ULa 8. R ( m / 9. Suvv2 l 11(01 P a fed L C6rvn�,_ 1 GA z 8g_-:t_ 10. A I rn I 0 11. Add additional sheets I necessary. CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-21 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address, license number, phone numbers, business age, and approximate annual gross receipts of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work, which will be done by such subcontractor. 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. Work to be Subcontractor % of DBE Subcontractor's Name,Address, Phone, performed License# Totntll Ye Nos/ Gross Annual Receipts & Business Age 1. S (o853g� �t N pop G Stcc, l 2� 2. P- Irr 3. 4. (,-�-QDv b� 5���73 v ���K o y�Drys es -J, C� L' i,�D l 5. 7a — (o45v 2 ? 6tt0rn 6. S �cti rS 7. 8. 9. 10. 11. Add additional sheets if necessary. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-21 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address, license number, phone numbers, business age, and approximate annual gross receipts of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work, which will be done by such subcontractor. 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. Work to be Subcontractor % of DBE Subcontractor's Name,Address, Phone, performed License# TotaContlract No F1. / Gross Annual Receipts& Business Age 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Add additional sheets if necessary. CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-21 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS INFORMATION REQUIRED OF BIDDER UST OF SUBCONTRACTORS As required under Section 4100. et. seq., of the Public Contract Code, the Bidder shall list below the names and business address, license number, phone numbers, business age, and approximate annual gross receipts of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work, which will be done by such subcontractor. 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. Work to be Subcontractor % of DBE Subcontractors Name, Address, Phone, performed License# C ntlract Nos/ Gross Annual Receipts & Business Age 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. Add additional sheets If necessary. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-21 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS Contractor to type or print the following information: State licensed to do business in California Firm Name Griffith Company Phone Number 909-270-5040 Address 4756 Mission Blvd. City Montclair State CA Check whether Corporation Individual Partnership Incorporated in State of (If partnership, give name and address of each partner; if corporation, give name, title, and business address of President, Secretary, and Treasurer.) Jaimie R. Angus President 3050 E. Birch St., Brea, CA 92821 Gordon M. Csutak VP/Secretary/Treasurer/CFO 3050 E. Birch St., Brea, CA 92821 REPORTTO JOINT REPORTING COMMITTEE A bidder must indicate whether he or she has previously had a contract subject to the equal opportunity clause, whether he or she has filed all report forms required in such contract, and if not, a compliance report (Standard Form (SF) 100) must be submitted with his or her bid. Any Contractor having a Federal or Federally-assisted contract of $50,000 or more and 50 or more employees is required to file annual compliance reports on Standard Form 100 (EEO-1) with the Joint Reporting Committee in accordance with the instructions provided with the form. The Contractor will provide a copy of such a report to the contracting agency within 30-days after the award of a contract if he or she has not submitted a complete compliance report within 12 months preceding the date of the award. The Contractor shall require its subcontractors to file an SF 100 within 30-days after award of the subcontract if (1) it is not exempt from the provisions of these regulations in accordance with 60-1.5, (2) has 50 or more employees, (3) is a first tier subcontractor, and (4) has a subcontract amounting to $50,000 or more. Subcontractors below the first tier which perform construction work at the site of construction shall be required to file such a report if (1) it is not exempt from the provisions of these regulations in accordance with 60-1.5, (2) has 50 or more employees and has a subcontract amounting to$50,000 or more. The SF-100 is available at the following address: Joint Reporting Committee Phone: (804) 461-1213 P O. Box 779 Norfolk, Virginia 23501 CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-22 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31 L REHABILITATION BID DOCUMENTS REQURED EQUAL OPPOR TUMY STATEMENTS The Bidder shall complete the following statements by checking the appropriate boxes. The Bidder must have properly completed these statements to be considered an eligible Bidder. The Bidder has X has not participated in a previous contract subject to this equal opportunity clause prescribed by Executive Order 11246,as amended,of September 24, 1965. The Bidder has X has not submitted all compliance reports in connection with any such contract due under the applicable filing requirements. and that representations indicating submission of required compliance reports signed by proposed subcontractors will be obtained prior to award of subcontracts. If the Bidder has participated in a previous contract subject to the equal opportunity clause and has not submitted compliance reports due under applicable filing requirements, the Bidder shall submit a compliance report on Standard Form 100, "Employee Information Report EEO-1" prior to the award of the contract. BIDDER'S NAME Griffith Company ADDRESS 4756 Mission Blvd., Montclair, CA 91762 INTERNAL REVENUE SERVICE EMPLOYER IDENTIFICATION NUMBER 95-0795590 Jim Yackley, Regional Manager Name and Title of Signer April 7, 2015 nature Date Note:The penalty or making Latements in offers is prescribed in 18 U.S.C. 1001. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-23 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS CERTIFICATION REGARDING DEBARMENT,SUSPENSION, INELIGIBILITY,AND VOLUNTARY EXCLUSION The bidder certifies, by submission of this proposal, or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any Federal department or agency. It further agrees by submitting this proposal that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offer/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. Jim Yackley, Regional Manager Name and Title L April 7, 2015 Signs u Date STANDARD CLAUSE FOR SOLICITATIONS, CONTRACTS,AND SUBCONTRACTS REQUIRED FOR 49 CFR PART 29 Certification Regarding Debarment, Suspension, Ineligibility, and Voluntary Exclusion: The bidder/offeror hereby certifies, by submission of this proposal or acceptance of this contract, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declare ineligible, or voluntarily excluded from participation in these transactions by any Federal department or agency. It further agrees, by submitting this proposal, that it will include this clause without modification in all lower tier transactions, solicitations, proposals, contracts, and subcontracts. Where the bidder/offeror/contractor or any lower tier participant is unable to certify to this statement, it shall attach an explanation to this solicitation/proposal. CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-24 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS CERTIFICATION OF NONSEGREGATED FACILITIES CERTIFICATION TO BE SUBMITTED BY FEDERALLY ASSISTED CONSTRUCTION CONTRACTORS OF APPLICANTS AND THEIR SUBCONTRACTORS (APPLICABLE TO FEDERALLY ASSISTED CONSTRUCTION CONTRACTS AND RELATED SUBCONTRACTS EXCEEDING $10,000 WHICH ARE NOT EXEMPT FROM THE EQUAL OPPORTUNITY CLAUSE). The Federally-assisted construction contractor certifies that he or she does not maintain or provide, for his or her employees, any segregated facilities at any of his or her establishments, and that he or she does not permit his or her employees to perform their services at any location, under his or her control, where segregated facilities are maintained. The Federally-assisted construction contractor certifies further that he or she will not maintain or provide, for his or her employees any segregated facilities at any of his or her establishments, and that he or she will not permit his or her employees to perform their services at any location, under his or her control, where segregated facilities are maintained. The Federally assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, or housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, sex or national origin, because of habit, local custom, or any other reason. The Federally-assisted construction contractor agrees that (except where he or she has obtained identical certifications from proposed subcontractors for specific time periods) he or she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he or she will retain such certifications in his or her files. Certification-The information above is true and complete to the est of ny kn ledge �i elief. By � � Im ac ey Date Apr117,2015 Title Regional Manager i NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Assurance of Minority Business Enterprise Participation. To meet the mandated requirements of the United States Department of Transportation, 49 CFR Part 23, the assurance below shall be signed by the bidder and submitted prior to award of the contract. NOTE: The bidder's execution of the signature portion of this proposal shall also constitute execution of this assurance. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-25 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS CLAUSE TO BE INCLUDED IN ALL SOLICITATIONS. CONTRACTS. AND SUBCONTRACTS RESULTING FROM PROJECTS FUNDED UNDER THE AIP The contractor or subcontractor, by submission of an offer and/or execution of a contract,certifies that it: a. is not owned or controlled by one or more citizens or nationals of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR), b. has not knowingly entered into any contract or subcontract for this project with a contractor that is a citizen or a national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list. c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on the said list for use on the project the Federal Aviation Administration may direct, through the City, cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may reply upon the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the City if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide immediate written notice to the contractor, if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct, through the City, cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which in normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-26 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) County of San Bernardino ) ss. ) I, Jim Yackley being first duly sworn, deposes and says that he or she is Regional Manager of Griffith Company the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or a sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that 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, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that 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, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Bidder By Tithe Jim ackley, Region anager Organization Griffith Company Address 4756 Mission Blvd., Montclair, CA 91762 CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-27 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS CALIFORNIA JURAT WITH AFFIANT STATEMENT Q See Attached Document(Notary to cross out lines 1-6 below) See Statement Below(Lines 1-5 to be completed only by document signer[s], not Notary) 1 ------- ----- -----------------——-—---____------—------------------- ---------- 2 3 ------------------------------------------ ---------------------------------------- 4 ---------------------—__--- --------------------------- ------------------------- 5 6 Signature of Document Signer No.1 Signature of Document Signer No.2(if any) 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 Bernardino Subscribed and sworn to(or affirmed)before me on this 7th day of April 2015 , by Date Month Year (1) Jim Yackley (and (2) Names)or Signer(s) JILL RAYS KIEFER Commission S 2072485 z proved to me on the basis of satisfactory evidence i .SMY Notary Public-California za to be the person who appeared before me.) Orange County Comm.Ex ires Jun 24,2018+ ` Signature Signature or Notary P b c Jill R ye Kiefer, Notary Public Seal 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. op of thumb here Top or thumb here Description of Attached Document Title or Type of Document: Non-Collusion Affidavit Document Date: 04/07/15 Number of Pages# Signer(s)Other Than Named Above: 2014 National Notary Association -www.NationalNotary.org-1-800-US NOTARY(1-800-876-6827)Item#5910- STATEMENT OF BIDDERS QUALIFICATIONS (NO BID WILL BE CONSIDERED UNLESS THIS DOCUMENT IS COMPLETED IN FULL. ALL APPLICABLE ITEMS MUST BE FILLED OUT) RUNWAY 13R-31L REHABILITATION PROJECT BEING BID: FAA PROJECT NO. 3-06-0181-053-2012 INVITATION FOR BIDS (IFB) 15-14 The Bidder is required to supply the following information.Additional sheets may be attached if necessary. (1) Firm Name Griffith Company (2) Phone No. 909-270-5040 (2) Address 4756 Montclair, CA 91762 (3) Type of Firm(individual,partnership or corporation) Corporation (4) Corporation organized under the laws of the State of California (5) Contractor's License No. S8 Class A,B,C8,C12,C27,HAZ (6) List the names and addresses of all members of the firm or names and titles of all officers of the corporation: Please see attached listing of officers. (7) Number of years'experience as a contractor incomparable construction work 113 (8) List at least three projects, similar to that being bid, completed as of recent date: Contract Amount Class of Work Date Completed Name and Address of Owner Please see attached three-year project listing. CITY OF PALM SPRINGS, RIVERSIDE COUNTY III-28 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS CORPORATE OFFICE G R I F F I T H 3050 E.Birch Street COMPANY Brea,CA 92821 171419845500 Fax(714]SM,9754 MEMORANDUM '.. C€NTRA.REGION '. 1128 Carrier Parkway Am. Bakersfield,CA 93308 TO: All Griffith Company Employees 166113925640 Fax 18Bi1393-9526 FROM: Griffith Company Board of Directors SOonlaml REGION Gordon M. Csutak, Secretary 12200 Bloomfield Ave. '., Sable Fe Springs.CA9W70 F.1 621064 DATE: March 13,2015 Fex 15821 BBd5970 EASTERN REGION SUBJECT: Election of Company Officers 4756 Mission Blvd. MorBtlalr,CA 91762 [909]2705040 Griffith Company Board of Directors is pleased to announce election of the Fax]9g91z7o 5042 following officers for the ensuing year: STRNOTUR£DIvisioN 3050 E. 92h Saeel CA Brea,CA 92B21 Thomas L. Foss: Chairman and Chief Executive Officer [71419845500 Fax V141654-0227 Jaimie R. Angus: President 0NoERGRONND DIVISION 3050 E.Btrch Street Ryan J. Aukerman: Executive Vice President Brea,CA 92821 171419845500 Fax[714]M4-0226 Gordon M. Csutak: Vice President LA60.sCAPE Divfs1oN Treasurer and Chief Financial Officer 3050 E.Birch Street Secretary Brea,CA 92821 V14]964-SSW Fax 17141 8 54-764 3 David A. Diaz: Vice President ''... Field Operations Manager COh'CRFTF DIvis1oN 12200 Bloomfield Ave. Santa Fe Springs,CA 90670 Daniel A. McGrew: Vice-President, Business Development 1562]929-1128 Fax 1562i 864-8970 Lucas J. Walker: Vice President MATERIAt6 DIvISIoN Regional Manager 3050 E.Birch 5tree1 g g Brea,CA 92821 (7191854-0229 84-SSW Fax Jason R. Dennis: Vice President ' Fax[7 ',. Division Manager mm m.gdf8lhoomoanv net CAContractom Gary A. Hyles: Assistant Secretary License#88 NV Contrsctors Mary McGee: Assistant Secretary License#78889 AZ Contractors uOense#292209 Susan Walt: Assistant Secretary Griffith Company Is an equal opportunity employer and an employee-owned company. Gorr Wf OFFICE G R I F F I T H 305D E.Birch Skeet COMPANY Brea,CA 92821 17141984-5500 Fax[714]654-971A crmaAL REcrGN MEMORANDUM 1128 CaMer Pat,"Ave. Baxen9dd,CA 93308 16611392E640 Fax16 611 3 9 3-9 52 5 TO: All Griffith Company Employees SounteRN Rewo i FROM: Griffith Company Board of Directors 12200 Bbaa9ald Ave. Santa Fa SWhp,CA 90670 Gordon M. Csutak, Secretary [5621929-1128 Fax 1562]854.8970 DATE: March 13,2015 EASTERN REGION 4756 Mission Blvd. ". MwWa8,M9170 SUBJECT: Authorized Signers 1909]270-W40 Fax 1909]V7 5042 Griffith Company Board of Directors is pleased to announce that any one or STRGr:NRE DrwsrON more of the following positions are appointed as authorized signers and &e 28Street aCA hereby authorized to execute and deliver in the name of and behalf of this 1714196445W Corporation any and all bids,authorizations, contracts, certifications, Fax V141654-0227 declarations and releases,including: bid bonds, labor and material bonds, UNDERCRONND DinswN performance bonds and stop notice bonds. MM E.Birch Slyest ! &ea,CA 92821 [714]984-5500 Faxp1418540226 Bradley E. Austin Chief Estimator LANDSCApE DmrsroN 30W E.Birch skeet Richard S. Carlson Division Manager Brae,CA n821 [7141984-5500 Fax[7141 B54.7843 Tehseen Khan Assistant Division Manager I'.. CONL'REIE DIVISION 122W Bb rn6eld Ave. Donald R. Peterson Division Manager Santa Fe SpdWa,CA 90670 15621929-1125 Fax[562]86441970 Ronald B. Pierce General Counsel MAIERWLS DlVlstoN ! 3050 E.airch Stoat Jason C. Spear Chief Estimator Bres,CA 92821 p141 N40°Fax[714]854-0229 Mac A. Tarrosa Division Manager %yAgar]f ithcomoanvnet Walter E. Weishaar Regional Manager CAConlreclors License#08 Jim Yackley Regional Manager NV Contractors License#78889 AZ Contractors License#292209 ' I Griffith Company Is an equal opportunity employer and an employee-owned company. PROPOSED RESOLUTION AUTHORIZED SIGNERS OF THE CORPORATION BE IT RESOLVED, that any one or more of the Officers of this Corporation are hereby authorized to execute and deliver in the name of this corporation any and all bids, authorizations, contracts, notes, deeds, bonds, stocks, declarations, releases and agreements of any nature or sort whatever. FURTHER RESOLVED, that any one or more of the following are appointed as authorized signers and hereby authorized to execute and deliver in the name of and behalf of this Corporation any and all bids, authorizations, contracts, certifications, declarations and releases, including: bid bonds, labor and material bonds,performance bonds and stop notice bonds. Regional Manager, Division Manager, Assistant Division Manager ! District Manager, Chief Estimator, General Counsel FURTHER RESOLVED, that any and all persons, firms, corporations, and other entities shall be entitled to rely on the authority of any one or more of the officers or authorized signers named to bind this Corporation by the execution and delivery of any of the documents or papers set forth hereinabove. FURTHER RESOLVED, that the authority granted hereby shall not be modified or revoked except by a resolution to that effect passed by the Board of Directors of this Corporation. FURTHER RESOLVED,that any and all authorization heretofore granted by this Corporation to any officers or authorized signers other than those named, to perform acts in the name of and on behalf of this Corporation similar to the acts authorized above, be and they are hereby revoked, rescinded and annulled. IN WITNESS WHEREOF, the undersigned has hereunto set his hand and affixed the seal of GRIFFITH COMPANY this 131h day of March 2015. I / Gordon M. Csutak,Vice President/Secretary/CFO Attest: Thomas L. Foss,Chairman f the Board j GRIFFITH COMPANY Officers Listing Name Title Address Thomas L. Foss Chairman and CEO. 1601 Lincoln Lane Newport Beach 92660 Jaimie R.Angus President 42100 Altanos Temecula 92592 Ryan 1 Aukerman Executive Vice Pres. 12336 White Horse Ct Mira Loma 91752 Gordon M. Csutak VP/CFO/Secretary/ 8311 Kendall Dr. Huntington Beach 92646 Treasurer Daniel A. McGrew VP/Business 6227 E, Rocking Horse Orange 92869 Development Way David A. Diaz VP/Field Ops. 4443 Carfax Ave Lakewood 90713 Manager Lucas J.Walker VP/Regional 11005 Lakewood Ave. Bakersfield 93312 Manager Jason R. Dennis VP/Division 36327 Bumble Sky Rd Winchester 92596 Manager Walter E. Weishaar I Regional Manager 29964 San Diego Street Shafter 93263 Jim Yackley Regional Manager 3200 Calle Grande Vista San Clemente 92672 Mac A.Tarrosa Division Manager 1051 N Sanborn Ave. Los Angeles 90029 Donald R. Peterson Division Manager 1908 Greenleaf Santa Ana 92706 Tehseen Khan Asst. Division 5762 Green Pine Ct. Rancho Cucamonga 91739 Manager Richard S.Carlson Division Manager 237 White Sands Beaumont 92223 Ronald B. Pierce General Counsel 408 East 16th Street Costa Mesa 92627 Bradley E.Austin Chief Estimator 4470 Mission Inn Ave. Riverside 92501 Jason C.Spear Chief Estimator 11698 Onyx Street Cypress 90630 Gary A. Hyles Assistant Secretary 21409 Madre Street Tehachapi 93561 Mary L. McGee Assistant Secretary 1360 E Lambert Rd#97 La Habra 90631 Susan D.Walt Assistant Secretary 15372 Citation Fontana 92336 GRIFFITH COMPANY COMPLETED PROJECTS-3 YEARS PROJECT AGENCY CONTRACT AMOUNT Taxilane Ramp Gates FED EX Corp $ 1,752,499.00 Project#8641929, C/F #22883 2601 Main St., 11th Floor Start Date: Pending Irvine, CA 92614 Completion Date: Nov. 2014 Griffith Company Project# 20004 Attn: Jon Malan, Sr. Project Mgr. Phone: 949-399-4486 San Jose Ave.Widening @ Charlie Road City of Industry-c/o CNC Engineering $ 381,623.60 Project No 418 255 N Hacienda Blvd., Suite 222 Start Date: February 2014 Contract No. City-1418 City of Industry, CA 91744 Completion Date: Sept. 2014 Griffith Company Project# 10525.10 Attn: Gerardo Perez Phone 626-333-0336 8L-26R Runway Safety Area Project Los Angeles World Airports $ 3,195,463.50 Ontario International Airport 7301 World Way West, 8th Floor Start Date: April 2014 File#DA-4872 Los Angeles, CA 90045 Completion Date: July 2014 Griffith Company Project# 10524.10 Attn: Robert Falcon Phone: 424-646-5848 Slover Avenue Phase 1 County Of San Bernardino $ 2,094,997.25 WO#HB0020 825 E Third Street Room 147 Start Date: January 2014 San Bernardino, CA 92415-0835 Completion Date: May 2014 Griffith Company Project# 10522.10 Attn: Nidham AlRayes, PE Phone: 909-387-1831 Sweetzer Avenue Street Widening City of West Hollywood $ 399,985.55 Project#CIP 1401 8300 Santa Monica Boulevard Start Date: Nov. 2013 West Hollywood, CA 90069-6216 Completion Date: June 2014 Griffith Company Project# 10519.10 Attn: Garrett Salma Phone 213-364-1069 Silver Fire, Route 243 Postmile 18.0128.3 Caltrans $ 730,212.61 Caltrans No. 08-1 E540 1727 30th Street Start Date:August 2013 Sacramento, CA 95816 Completion Date: November 2014 Griffith Company Project# 10515.10 Attn: Michael Chen, RE Phone 951-830-6017 Panda Liberty Project Gemma Power Systems $ 3,918,282.00 Contract# 1301253-0009-3419 2461 Main Street Start Date: Sept. 2013 Glastonbury, CT 06033 Completion Date: March 2014 Griffith Company Project# 70059.70 Attn: Trish Kohler Phone 860-659-0509 Coastal Dunes Project Los Angeles World Airports $ 1,338,438.00 Contract No. DA-4836 7301 World Way West, 8th Floor Start Date: Nov. 2014 Los Angeles, CA 90045 Completion Date: May 2014 Griffith Company Project# 10512.10 Attn: Rufino Lozano Phone 424-646-5853 Gilman Springs Road Improvements County of Riverside $ 4,900,878.00 Project No. C2-0140&CO-0531 4080 Lemon Street Start Date: Sept. 2013 Fed.Aid No. HSIPL-5956(204) Riverside, CA 92501 Completion Date: December 2013 Griffith Company Project# 10510.10 Attn: Gabriel Munoz gmunozprctlma.org Phone 951-955-6885 updated: 1/8/2015 Pagel Wilshire Bus Rapid Transit City of Los Angeles $ 11,858,160.00 WO#El907532 & El907525 200 N Spring Street RM 355 Start Date: Oct. 2013 Contract No. C-122686 Los Angeles, CA 90012 Completion Date: Nov. 2014 Griffith Company Project# 10497.10 Attn: Vahik Vartanians peter.bilkian(o)..lacity.org Phone: 213-485-4652 Pier G- Berths G230-G236 Port of Long Beach $ 11,474,903.00 Contract#HD-S2243 925 Harbor Plaza Start Date: May 2013 Long Beach, CA 90802 Completion Date: June 2014 Griffith Company Project# 10496.10 Attn: Satish Sadhu satish.sad hu at7polb.com Phone: 562-283-7620 Moulton Parkway Widening Orange County, DPW $ 9,302,214.25 W.O. ER09004 1152 East Fruit Street Start Date: Feb 2012 Santa Ana, CA 92701 Completion Date: March 2014 Griffith Company Project# 10484.10 Attn: George Zaun george.zaun gnocpw.ocgov.com Phone 714-245-4508 Pier G-Berths G23-G236 Terminal Site Devel. Port of Long Beach $ 28,813,060.00 Contract#HD-S2230 925 Harbor Plaza Start Date: October 2012 Long Beach, CA 90802 Completion Date: April 2014 Griffith Company Project# 10481.10 Attn: Deepen Upadhyay Deepen.UpadhvaV(c.polb.com Phone 562-283-7277 BNSF LA Triple Track, BNSF Railway Company $ 2,363,344.37 Rosemead to La Mirada 720 South B Street Start Date: June 2012 Contract#BF10003009 Stockton, CA 95206 Completion Date: June 2013 Griffith Company Project# 10469.10 Attn: John Fleming ohn.fleming(a)BNSF.com Phone Gateway and Streetscapes City of Beverly Hills $ 645,808.81 Wilshire Blvd.to Whittier Drive 345 Foothill Road Start Date:Aug. 2012 Griffith Company Project# 10468.10 Beverly Hills, CA 90210 Completion Date: Feb 2013 Attn: Tristan D Malabanan, P.E. Phone 310-285-2512 Exposition Corridor Light Rail Exposition Metro Line CA $ 552,020.00 Phase 1 Street Improvements 707 Wilshire Blvd, 34th Floor Start Date: June 2012 Contract#XP8901-848 Los Angeles, CA 90017 Completion Date: Jan. 2013 Griffith Company Project# 10463.10 Attn: Dave Walker Dwalkercbexporail.net Phone Route 110 Joint Assemblies Truesdell Corporation $ 194,583.00 Caltrans Project#07-260504 1310 W. 23rd Street Start Date: Oct 2012 Griffith Company Project#70053.70 Tempe, AZ 83282-1837 Completion Date: Jan 2013 Contact: Dan Keller, PM castilloa)truesdellcorp.com Phone: 602-319-5898 1-15-from 7th to Sierra Caltrans $ 77,335,000.00 Caltrans Project#08-472224 4295 E Jurupa Street Start Date:April 2012 Griffith Company Project# 10462.10 Ontario, CA 91761 Completion Date: July 2013 Attn: Fereydoon Alipanah Phone 909-289-2020 Pepper Avenue Extension City of Rialto $ 7,165,412.35 Contract#000893-00 150 S Palm Avenue Start Date: July 2012 Griffith Company Project# 10457.10 Rialto, CA 92376 Completion Date: July 2013 Attn: John Wheatly Phone: 909-421-4999 updated: 1/8/2015 Page 2 Hamner Avenue Widening Project City of Norco $ 6,230,549.59 2870 Clark Avenue Start Date: June 2012 Griffith Company Project# 10456.10 Norco, CA Completion Date: June 2013 Attn: Lori Askew laskeWCg7CI.norco.ca.us Phone: 951-270-5678 $ 4,133,320.00 Mount Lee Washout Emergency Repair City of Los Angeles $ 493,533.02 Contract#C-114793 200 N. Spring St. Start Date: March 2012 Griffith Company Project#70052.70 Los Angeles, CA 90012 Completion Date: April 2012 Contact: Gene Edwards, PM gene.edwardSCcDlacitv.org Phone: 213-847-0463 Route 5- 13 miles north of Castaic Caltrans $ 86,592,381.00 Caltrans Project#07-252804 1727 30th Street Start Date: March 2012 Griffith Company Project# 10452.10 Sacramento, CA 95816 Completion Date: Nov 2014 Attn: Mustafa Hussain, P.E. mustafa hussain(o),dot.ca.gov Phone 661-257-0273 Interstate 15 @ Clinton Keith Road County of Riverside $ 14,046,174.61 Porject#A2-0264 4080 Lemon Street Start Date:April 2012 Griffith Company Project# 10451.10 Riverside, CA 92501 Completion Date: Aug 2013 Attn: Sean Ronhani $ 13,518,810.00 Phone: 951-955-6800 SeanRouhaniCa)Hilllntl.com San Bernardino 10 Rancho Cucamonga Caltrans-District 8 $ 270,272.00 Contract#OR9304 464 W. 4th Street, Start Date: February 2012 Griffith Company Project#70051.70 San Bernardino, CA 92401. Completion Date: April 2012 (909) 383-6417 (Office) Contact: Chee Ong chee ong aa)dot.ca.gov Boulder Avenue Bridge Improvements City of Highland $ 8,523,448.62 Contract#BRG-04004 27215 Baseline Start Date: Feb. 20, 2012 Griffith Company Project#70050.70 Highland, CA 92346 Completion Date: Suspended Contact: Jim Hannigan, PE Jhannigan(a harris-assoc.com PROJCT SUSPENDED Phone: 760-220-4805 cell $ 8,185,929.14 Vincent Thomas Bridge Emergency Caltrans $ 10,218,235.61 Repair Project 1727 30th Street Start Date: January 2012 Contract#3X6704 Sacramento, CA 95816 Completion Date: May 2013 Griffith Company Project#70049.70 Contact:Joan Crews Joan crews(o)dot.ca.gov Phone: 213-620-4852 $ 10,750,000.00 CPV Sentinel Energy Project Gemma Power Systems Ca., Inc. $ 9,852,933.39 Contract#1101253-0017-3419 2461 Main Street Start Date: October 2011 Griffith Company Project#70048.70 Glastonbury, CT 06033 Completion Date: Dec 2012 Contact: Trish Kohler trishkohler(o)gemmapower.com Phone: 860-659-0509 Access Bridge Over Brown's Gulch at LACDPW $ 2,099,930.51 San Gabriel Dam 900 S. Fremont Ave. Start Date: May 2012 Project ID#FCC0001086 Alhambra, CA 91803 Completion Date: April 2013 Griffith Company Project#70047.70 Contact: Tim Bazinet, PM TBAZINET(oDdpw.lacounty.aov Phone: 626-458-2185 Rancho Santiago Community College Dynalectric Transportation $ 496,073.82 Rancho Santiago CCD Humanities Building 4462 Corporate Center Dr. Start Date: Oct 2011 SCC Signalization Project#311008 Los Alamitos, CA. 90720 Completion Date: July 2012 Griffith Company Project# 10444.11 Attn: Richard Shackleton Original Contract amount Phone: 714-236-2280 $ 300,237.50 updated: 1/8/2015 Page 3 SBX E Street Construction Project Omnitrans $ 64,700,603.05 Cont. # IPM011-5 1700 West Fifith Street Start Date: Nov. 2011 Griffith Company Project# 10443.10 San Bernardino, CA 92411 Completion Date:April 2014 Attn: Milind Joshi, PE, PMP Milind.Joshi(o)omnitrans.org Phone 909-963-5235 Artesia Downtown Revitalization City of Artesia $ 766,451.16 Cant#PC 2010-1253 18474 Clarkdale Avenue Start Date: April 2012 Griffith Company Project# 10442.10 Artesia, CA 90701 Completion Date: August 2012 Completed early due to Loss of Funding Attn: Carlos A Alba, PE, PLS Phone: 949-766-2686 Taxilane A@ Rehabilitation Phase II Los Angeles World Airports $ 2,059,694.70 @ Van Nuys Airport 7301 World Way West, 3rd Floor Start Date: Nov. 2011 Griffith Company Project# 10436.10 Los Angeles, CA 90045 Completion Date: July 2012 Attn: Eduardo Porto eporto(d,)lawa.org Phone 424-646-5866 Peyton Drive Widening City of Chino Hills $ 1,678,139.17 Cont#800129 1400 City Center Drive Start Date:August 2011 Griffith Company Project# 10434.10 Chino Hills, CA 91709 Completion Date: Feb 2012 Attn: Joe Dyer jdvercDchinohills.org Phone 909-364-2771 Indian Canyon Drive Widening City of Palm Springs $ 2,865,821.50 City Project#01-25 3200 E Tahquitz Canyon Way Start Date: Sept 2011 Griffith Company Project# 10433.10 Palm Springs, CA 92662 Completion Date: March 2012 Attn: Jeff Burdick, PE Completed contract amount: Phone: 760-323-8253 $ 3,258,525.50 Jurupa Avenue Extension City of Riverside $ 4,973,400.02 Bid No. 6946 3900 Main Street Start Date: July 2011 Griffith Company Project#10422.10 Riverside, CA 92522 Completion Date: June 2012 Attn: Danny Cwiak, PE Phone 951-538-3037 Newport Beach Civic Center& Park C.W. Driver $ 2,514,241.00 Project#10012 15615 Alton Parkway, Suite 150 Start Date: Sept 2011 WO# 10012-SUB-025255 Irvine, C 92618 Completion Date: May 2013 Griffith Company Project# 11419.11 Attn: David Edwards Completed contract amount: Phone 949-261-5100 $ 3,071,822.00 26th Street Overpass at Hobart Yard BNSF $ 7,290,732.98 Contract#BF10001371 740 Carnegie Drive Start Date: July 2011 Griffith Company Project#70045.70 San Bernardino, CA Completion Date: March 2012 Contact: Miguel Palomino Miguel.Palomino(aDBNSF.com Phone: 909-841-0040 Sierra Hwy. Undercrossing to Amargosa Prime: Truesdell Corp. $ 471,828.12 Creek 1310 W. 23rd Street Start Date: Nov. 2011 Caltrans#07-346704 Tempe, AZ 85282 Completion Date: Jan. 2012 Griffith Company Project#70042.70 Contact: Nancy L. Mackowiak nmackowiak(a)truesdellcorp.com Phone: 602-437-1711 East Route 9/North 110 Connector Prime: Truesdell Corp. $ 142,657.37 Caltrans#07-4Y1404 1310 W. 23rd Street Start Date: May 2012 Griffith Company Project#70043.70 Tempe,AZ 85282 Completion Date: June 2012 Contact: Nancy L. Mackowiak nmackowiak(o)truesdellcorp.com Phone: 602-437-1711 updated: 1/8/2015 Page 4 1-405 Sepulveda Pass Widening Project Kiewit Infrastructure West Co. $ 2,356,524.85 LACMTA Project#C0882 6060 Center Drive, Suite 200 Start Date: April 2011 Griffith Company Project#70041.70 Los Angeles, CA 90045 Completion Date: Jan. 2014 Contact: Eric Guttau eric.guttau()kiewit.com Phone: 310-846-2400 Metro Subway Station : Los Angeles County, MTA $ 5,383,718.56 Entrance Canopy Proj. No. C0972 One Gateway Plaza Start Date:August 2012 Griffith Company Project#10406.10 Los Angeles, CA 90012-2952 Completion Date: Feb 2013 Attn: Brad Owen bowen(g)metro.net Phone 213-922-7158 Morris Dam 110 Rehabilitation Project LACDPW $ 9,426,478.66 Project ID#FCC0000496 900 S. Fremont Ave. Start Date:Jan 2011 Griffith Company Project#70038.70 Alhambra, CA 91803 Completion Date: Sept. 2013 Contact: Don Lewis TBAZINET(cDdpw.lacounty.Qov Phone: 562-299-4613 2010/2012 Site Improvements Port of Los Angeles $ 15,336,934.87 Spec 2705 425 S. Palos Verdes Street Start Date: Nov. 2010 Griffith Company Project# 10396.10 San Pedro, CA 90733 Completion Date: Nov 2013 Attn:Peter Ouk pouk(a)portla.org Phone 310-732-3968 $ 15,000,000.00 Laguna Canyon/SR 133 Rd Widening Irvine Comm Dev Com LLC $ 5,554,204.45 Contract#4500029655 550 Newport Center Drive Start Date: June 2010 Griffith Company Project#. 10393.10 Newport Beach, CA 92658-5370 Completion Date: Jan. 2012 Attn: Martin Leon mleon(o)irvinecompany.com Phone 949/720-2000 Bradley West Core Walsh Austin JV $ 13,211,183.29 #209133 929 W. Adams Street Start Date:Aug. 2010 Contract DA 4382 Chicago, IL 60607 Completion Date: Dec. 2013 Griffith Company Project# 10390.10 Attn: Bernie Reico breico( walshgroup.com Phone 619-7784960 Bradley W. Concourse Walsh Austin JV $ 44,091,374.17 Project#209050 929 W. Adams Street Start Date: May 2010 Contract#DA 4337A Chicago, IL 60607 Completion Date: Dec 2013 Griffith Job No. 10387.10 Attn: Bernie Reico $ 28,361,006.00 Phone 619-778-4960 breicoawalshgroup.com Slausen Pier 6 &7 BNSF $ 3,561,866.58 Contract#BF58170 740 Carnegie Drive Start Date: April 2010 Griffith Company Project#70036.70 San Bernardino, CA Completion Date: March 2012 Contact: John Fleming Iohn.fleming(cr)BNSF.com Phone: 909-386-4472 Tom Bradley Interim W. Bus Terminal Walsh Austin JV $ 6,493,600.92 Project#209050 929 W. Adams Street Start Date: Feb 2010 Owner Contract#DA4337A Chicago, IL 60607 Completion Date: July 2012 Griffith Company Project#. 10381.10 Attn: Bernie Reico breico(c)walshgroup.com Phone 619-778-4960 Secondary Activated Sludge Faciltiy Kiewit Pacific Co $ 575,520.00 Griffith Company Project# 10329.10 10704 Shoemaker Avenue Start Date: Feb 2011 Santa Fe Springs, CA 90670 Completion Date: June 2012 Attn: Ranae Gramm Phone 714/274-4646 updated: 1/8/2015 Page 5 (9) List the name of the person who attended the pre-bid conference and inspection of the site of the proposed work for your firm Maria De La Torre (10) A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. a (//Mk� April 7, 2015 Signat)lre Date Jim ackley, Regio al Manager CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-29 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS CERTIFICATE OF BIDDER REGARDING AFFIRMATIVE ACTION PROGRAM The Bidder hereby certifies that he or she is in compliance with the Civil Rights Act of 1964, Executive Order No. 11246, The California Fair Employment Practices Act, and all other applicable Federal and State laws and regulations relating to equal opportunity employment. Bidder's Name: Griffith Company Address: 4756 Mission Blvd., Montclair, CA 91762 Name and eof igner: Jim Ypckjey, Regional Manager April 7, 2015 Signature Date (The above certification of the Bidder regarding its affirmative action program shall be filled out completely, signed, and submitted by each bidder and shall be a part of the Contract Documents.) CITY OF PALM SPRINGS,RIVERSIDE COUNTY III-30 BID FORMS PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS GRIFFITH COMPANY CORPORATE OFFICE 3050 E Birch Street Brea, CA 92821 [714]Hal 5500 Fax[714]854-9754 GRIFFITH COMPANY CENTRAL REGION 1128 Baka Carrier Parkway Ave. LICENSE CERTIFICATE Bakersfield, GA 93308 [661]392-6640 Fax(6611393-9525 SGGTNERNREGION I certify under penalty of perjury under the laws of the State of California that the 12200 Bloomfield Ave. foregoing is true and correct. Santa Fe Springs.. CA 90670 [562]929-112B Fax[562]864-8970 California State Contractor's License No.: 88 EASTERN REGION 4756 Mission Blvd Montclair, CA 91762 [9091 2 7 0-504 0 1110A i Fax[909]270-5042 Jim Yackl Regional anager STRUCTUREOMSION 3050 E. Birch Street Brea-CA 92821 [714]984-5500 Fax[714]854-0227 UNDERGROUND OMSION M State Of Califomia 3050 B. Birch Street CONTRACTORS STATE LICENSE BOARD Brea CA 92821 ACTIVE LICENSE ]14]984-5500 Cemnnv, Fax[714]854-0226 E E LANDSCAPE OINSION 88 - CORP Brea CA 928S GRIFFITH COMPANY Birch Street Brea, Pmw.:wm. 17141 984-5500 Fax 1714]854-7843 CONCRETED 12200 B 1zz0o loomnald Ave. ctaGtli B C-8 C12 C27 HAZ Santa Fe Springs,CA 90670 [562]929-1128 Fax[5621864-8970 E q,e.ill 09/30/2016 www.cslb-ca.gov MATERIALS OMSION 3050 E-Birch Street Brea, CA 92821 [714]984-5500 Fax[714]854-0229 w arifrithmmoanv.net Contractors / License#88 Griffith Company is an equal opportunity employer and an employee-owned company. EQUAL EMPLOYMENT OPPORTUNITY AND AFFIRMATIVE ACTION UNDER EXECUTIVE ORDER 11246 Effective January 10, 1964, Griffith Company developed an affirmative action plan for equal employment opportunity. On April 11, 1978, this plan was revised and amplified. In January, 1985, this plan was updated to meet the additional requirement of the Century Freeway (I-105). In March, 1987, this plan was revised and amplified. The February 7, 1992 revision was a restatement of said program, including additional requirements of the Century Freeway, In January, 2005, this plan was updated with the current EEO Officer information. In January 2008, this plan was updated with the current President information. In January 2011, this plan was updated with the current President and CEO information. Statement of policy In order to provide equal employment opportunities to all qualified persons without regard to race, color, religion, sex, national origin, or disability, this company agrees to do the following: (1) recruit, hire, train, and promote persons in all job titles, without regard to race, color, religion, sex, national origin, or disability, (2) base decisions on employment so as to further the principle of equal employment opportunity, (3) ensure that promotion decisions are in accord with principles of equal employment opportunity by imposing only valid requirements for promotional opportunities, (4) ensure that all personnel actions, including but not limited to compensation, benefits, transfers, lay-offs, return from layoffs, company sponsored training, education, tuition assistance, social and recreational programs, will be administered without regard to race, color, religion, sex, national origin, or disability. Responsibility for the Program Thomas L. Foss, President and CEO, will personally oversee the program and will appoint Gordon M. Csutak as the Equal Employment Opportunity Officer (hereinafter referred to as the EEO Officer)to carry out the program. The EEO Officer is hereby given full authority to carry out the program and is given the responsibility and authority to: 1. Develop policy statements and internal and external communication procedures. 2. Assist line management in collecting and analyzing employment data, identifying problem areas, setting goals and timetables and developing programs to achieve goals. Such programs shall include specific remedies to eliminate any discriminatory practices 1 discovered in the employment system. 3. Design, implement and monitor internal audit and reporting systems to measure program effectiveness and to determine where progress has been made and where further action is needed and, if necessary,to assure that such action is taken. 4. Report, at least quarterly, to Thomas L. Foss on the progress of each unit in relation to company goals. 5. Serve as liaison between the company, government regulatory agencies, minority and female's organizations and other community groups. b. Assure that current legal information affecting affirmative action is disseminated to responsible officials. Dissemination of policy I. Internal Dissemination of Policy In order to disseminate the EEO Policy to all members of the company staff who are authorized to hire, supervise, promote and discharge employees, or who recommend such action, the company will take the following steps: (a) Include the policy in the company's policy manual; (b) Publicize the policy in company newspapers, magazines, annual reports, and other available media devices; (c) Conduct special meetings with executive, management, and supervisory personnel to explain the intent of the policy and individual responsibility for effective implementation, making clear the chief executive officer's attitude with respect to affirmative action obligations; (d) Schedule special meetings with all other employees to discuss policy and explain individual employee responsibilities; (e) Discuss the policy thoroughly in both employee orientation and management training programs; (f) Meet with union officials as appropriate to inform them of the policy, and to request their cooperation; (g) Include non-discrimination clauses in any union agreements, and review all contractual provisions to ensure they are non-discriminatory; (h) Publish articles in company publications covering EEO programs, progress reports,promotions, etc., for minority and female employees; 2 (i) Post policy on the company bulletin boards; 0) Ensure that employees featured in product or consumer advertising, employee handbooks or similar publications include both minority and non- minority males and females; (k) Inform employees of the existence of the company's affirmative action policy and enable employees to avail themselves of its benefits; (1) Maintain a working environment free of harassment, intimidation, and coercion at all sites and in all facilities at which Griffith Company employees are assigned to work. Griffith Company shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the Griffith Company's obligation to maintain such a working environment, with specific attention to minorities or females working at such sites or in such facilities. 2. External Dissemination of Policv In order to make the company's Equal Employment Opportunity Policy known to all employees, prospective employees, and potential sources of employees, such as schools, employment agencies, labor unions, and college placement offices,the company will take the following action: (a) Inform all recruitment sources verbally and in writing of the company policy, stipulating that these sources actively recruit and refer minorities and females for all positions listed; (b) Incorporate the equal opportunity clause in all purchase orders, leases, and contracts covered by Executive Order 11246, as amended, and its implementing regulations; (c) Notify minority and female organizations, community agencies, community leaders, secondary schools, and colleges of the company policy, preferably in writing; (d) Inform prospective employees of the existence of the company's affirmative action policy and enable such prospective employees to avail themselves of its benefits; (e) Ensure that employees pictured in consumer or help wanted advertising include both minority and non-minority males and females; (f) Send written notification of the company policies to all subcontractors, vendors, and suppliers with requests for appropriate action on their part. 3 Sexual Harassment-Definition and Policy It is the policy of Griffith Company to maintain a work place free of sexual harassment, intimidation and coercion. All allegations of sexual harassment will be fully reviewed. Disciplinary action will be taken against any employee found to have sexually harassed another employee. Sexual harassment is defined as,but not limited to: Any repeated or unwarranted verbal, visual or physical sexual action, sexually explicit derogatory statement or remark of a sexual nature made by someone in the work place which can be reasonably determined by the recipient and the person(s) reviewing the complaint to be offensive or objectionable or which may cause the recipient or anyone in the immediate area discomfort or humiliation. The company will investigate all complaints of alleged sexual harassment in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. If the investigation indicates that the sexual harassment may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the company will inform the complainant of its finding and of all avenues of appeal within thirty(30)days of receiving the complaint. To minimize the occurrence of sexual harassment in the work place, and to ensure that all employees understand that such actions will not be tolerated, managers and supervisors shall distribute the policy to every employee and periodically reinforce the importance of compliance. Utilization of Minorities and Females The company will make a good faith effort to meet the designated goals set for the by the Office of Federal Contract Compliance Programs for utilizing minorities and females in the various crafts on all construction jobs during the time this contractor has a federally-assisted or direct federal construction contract, Recruitment 1. When advertising for employees, the company will include in all advertisements for employees the notation: "An Equal Opportunity Employer". The company will insert advertisements in newspapers or other publications having a large circulation among minority and female groups in the area from which the company's workforce would normally be derived. 2. The company will conduct systematic and direct recruitment through public and private employee referral sources likely to yield qualified minority group applicants, including, but not limited to, state employment agencies, schools, colleges and minority group organizations. To meet these requirements, the company will, through the EEO Officer, identify sources of potential minority and female group employees and establish procedures whereby applicants may be referred to the company for employment consideration. 4 3. The company will encourage its present employees to refer minority and female group applicants for employment by posting appropriate notices or bulletins in areas accessible to all such employees. Personnel Actions Wages, working conditions, and employee benefits shall be established and administered, and personnel action of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, leave of absence, and termination, will be taken without regard to race, color, religion, sex, national origin or disability. The following procedures will be followed: 1. Periodic inspections of project sites will be conducted to ensure that working conditions and employee facilities do not allow discriminatory treatment of project site personnel. 2. The spread of wages paid within each classification will be periodically evaluated to determine any evidence of discriminatory wage practices. 3. The company will periodically review selected personnel actions in depth to determine whether there is evidence of discrimination. Where evidence is found, the company will promptly take corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action shall include all affected persons. 4. The company will investigate all complaints of alleged discrimination in connection with its obligations under its contracts, will attempt to resolve such complaints, and will take appropriate corrective action. If the investigation indicates that the discrimination may affect persons other than the complainant, such corrective action shall include such other persons. Upon completion of each investigation, the company will inform the complainant of its finding and of all avenues of appeal within thirty (30) days of receiving the complaint. Training and Promotion 1. The company will assist in locating, qualifying and increasing the skills of minority and female employees and applicants for employment. 2. Consistent with its requirements and as permissible under Federal and State regulations, the company will make full use of training programs, such as pre- apprenticeship, apprenticeship, or on-the-job training programs, for the geographical area of contract performance. 3. To the extent possible, the company will advise employees and applicants for employment of available-training programs and entrance requirements for such programs. 4. The company will periodically review the training and promoting potential of 5 minority and female employees and will encourage eligible employees to apply for such training and promotion. Unions The company will use its best efforts to obtain the cooperation of any unions with which it has collective bargaining relationships to increase minority and female opportunities within the unions, and to effect referrals of minority and female employees by such unions. 1. The company will cooperate with unions, as appropriate, to develop joint training programs aimed at qualifying more minority and female employees for membership in the unions and increasing the skills of minority and female employees so that they may have the opportunity to qualify for higher paying employment. 2. The company will encourage the incorporation of an equal employment opportunity clause into any union agreements stating that such unions will be bound contractually to refer applicants without regard to race, color, religion, sex, national origin, or disability. 3. In the event a union is unable to refer minority and female applicants as requested by the company within the time limit set forth in a union agreement, the company will, through its own recruitment procedures, fill the employment vacancies without regard to race, color, religion, sex, national origin, or disability, making every effort to obtain qualified female employees. 4. The company will provide immediate written notification to the Director when a union with which it has a collective bargaining agreement fails to refer a minority or female, or when the company has other information that the union referral process is impeding its efforts to meet its obligations. Subcontractine 1. When required by federal contract the company will use its best effort to utilize minority group subcontractors, suppliers and vendors. The company, however, reserves the right to determine if the firm is a bona fide Minority Business Enterprise. 2. The company will use its best effort to assure subcontractor compliance with equal employment opportunity obligations through monitoring and enforcement of "Section 21 -Recourse by Contractor" and "Section 22 - Indemnity Clause for Equal Employment Opportunity Violations" contained in Griffith Company's construction subcontract. Records and Reports 1. The company will keep such records as are necessary to determine compliance with its equal employment opportunity obligations. The records kept by the company will be designed to indicate: 6 (a) The number of minority, non-minority and female group member employees in each work classification. (b) The progress and efforts being made (in cooperation with unions, if appropriate) to increase protected group employment opportunities. (c) The progress and efforts being made in locating, hiring, training, qualifying and upgrading protected group employees. (d) The progress and efforts being made in securing the services of minority group subcontractors. 2. All such records will be retained for a period of three years following completion of the contract work and shall be available at reasonable times and places for inspection by authorized representatives of the State and Federal governments. The company reserves the right to require these representatives to show proper credentials. 3. The company will submit all reports required by Executive Order 11246 and appropriate state and federal agencies, and will permit access to its books, records, and accounts by the appropriate governmental agencies and the Secretary of Labor for purposes of investigation to ascertain compliance with the rules, regulations and orders of the Secretary of Labor promulgated pursuant to Executive Order 11246. Other Work The company agrees that it will be bound by the Equal Opportunity Clause required by Executive Order 11246 with respect to its own employment practices when it participates in nonfederal construction work during which time it also has a federally-assisted or direct federal contract. Assistance in Com 1p iance The company agrees it will assist and cooperate actively with the appropriate governmental agencies and the Secretary of Labor in obtaining the compliance of contractors and subcontractors with the Equal Opportunity Clause and the rules, regulations, and relevant orders of the Secretary of Labor. The company will furnish such information as may be required for the supervision of such compliance. Non-Segregated Facilities All employee facilities provided by the company shall be non- segregated. These include,but are not limited to, rest areas, parking lots, drinking fountains, and all other such common facilities. Toilets and necessary changing facilities will offer privacy to both males and females. Post-Award Compliance It is understood that the OFCCP may review the company's employment practices as well as those of any subcontractors the company has employed during the performance of a federally-assisted or direct federal contract. If the goals for the employment of minorities and females set by the OFCCP are not being met, the company shall still be given an opportunity to demonstrate that it has made every good faith effort to meet its commitment. 7 For the purpose of this policy statement, the term "minority" means Black, Hispanic, Asian and Pacific Islander, American Indian and Alaskan Native. For the purpose of this policy statement, a bona fide Minority Business Enterprise is a business, firm, or corporation which is at least fifty one percent (51%) owned and operated by a minority person or persons. The purpose of the company's commitment to specific goals for the utilization of minority and/or female employees is to meet the affirmative action obligations under the Equal Opportunity Clause of a federal or federally-assisted contract. This commitment is not intended and shall not be used to discriminate against any qualified applicant or employee. Refusal to Deal with Debarred or Ineligible Contractors or Subcontractors The company agrees that it will refrain from entering into any contract or contract modifications subject to Executive Order 11246 with a contractor or subcontractor debarred form or who has not demonstrated eligibility for direct federal or federally-assisted construction contracts pursuant to Executive Order 11246. Griffith Company will use its best effort to meet the goals set forth in the contract specifications. Complaints of non-compliance and grievances are to be directed to the attention of the company's designated Equal Opportunity Officer: Gordon M. Csutak Griffith Company 3050 E. Birch St. Brea, CA 92821 (714) 984-5500 Thomas I., Foss, President/CEO Griffith Company Company Name January 2, 2011 Date 8 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) 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 of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor: Griffith Company By: i Title: Jim Yackley, Regional Manager CITY OF PALM SPRINGS, RIVERSIDE COUNTY VI WORKER'S COMP.CERTIFICATE PALM SPRINGS INTERNATIONAL AIRPORT FEBRUARY 27,2015 RUNWAY 13R-31L REHABILITATION BID DOCUMENTS 1 khe bidder must indicate the Disadvantaged Business Enterprise(E) proposed for utilization as part of this contract,as follows: We,the.,undersigned, hereby certify that we will subcontract with the following DBE firm(s)for the amount(s) shown,if awarded a contract for this project. Name of DBE firm: -.LW, 775 Q , 'Pbg;m (� DBE ContractAmount: $ Z'J 50gQ -_ percent o//ff�Total Contract: C30 rJ, % DBE firm contact.person:A\ ON rJ 'Phone DBE Ann � - - CA 92501 is the DBE-e ❑ Prime Contractor ❑ Subcontractor 0 Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic ❑ Native American � Asian Pacific rJ Non Minority Woman ❑ Other Work to be , performed by DBE: o f L. S V t`�P lr 1 t tZ DBE Certification.Agency: DEa49TMt NT Exprratien Date of Certification: WA (Include copy of current certificate): F ount: Percent ofTottal Contract:erson: Phone ; Is the DBE a ❑ Prime Contractor q Subcontractor ❑ Supplier ❑ Manufacturer Category of DBE is: ❑ Black ❑ Hispanic 0 Native American ❑ Asian Pacific Work to be Non Minority Woman O Other pefformed,by DBE: DBE Certification Agency dopy otcurrent certificate) CITY OF PALM SPRINGS,RIVERSIDE COUNTY III48 BID FORMS PALM SPRINGS INTERNAT1d,N&AIRPORT FESRUABID FORMS RUNWAY 13R.R7L RE BILITAmON ER ARY2 ,2016 SBE Pt""CIPA-"ON L ST PROJECT. RUNWAY 1 IL 31RREHABILTTATI[ON Submitted by Jkisy rJ 11 as an authored Qa th Tepr�serdative df Company Please"stall SBE fi { artre of Ciidder} terminated.or sub-4 wf will parfiapate'and indlcatL.jf the$BE listed firm is also d certified DBE. Please note that firms listed on this form may not be without the advanee wrtffen rrnission of the C' : Use additional es if necessa. ,NAME,ADD E S,PHONE NUMBER CHECK IF AND CO C7 PERSON OF SBE FIRM' '$VALUE °k OF TOTAL E FIRM IS ALSO A SUBCONTRACT ITEM $:VALUE TOWARDS CONTRACT Ta LT1S q ft C DBE FIRM GOAL VALUE ass, A rAq ��+�G+Iia- ou [PMt11At) � �az� 5)t71oco, b.5 tl' i � *100°!°for SSE sube ctors and manufacturers,.60%for SBE Suppliers{regular dealers), reasonable eommiesions for timkerstdealers CT Y 16F:PALM spMm $ ICIE COUNTY NI 2Q PALM'SPR1N68 r A1F?PoRT RUNWAY13R-31LR tON FMRUARYV 20 Bib QOCUMETIT6 F ' i