Loading...
HomeMy WebLinkAbout06636 - GOLDEN VALLEY CONSTRUCTION CITY HALL & POLICE DEPT PARKING LOT CP 01-17 Recording Requested By: 201 v-0292238 07/07/2015 12:49 PM Fee: $ 0.00 City of Palm Springs Page 1 of 2 Recorded in Official Records County of Riverside When Recorded Mail To: Peter Aldana Assessor—County Clerk—Recorder ` Name 'III 11711r' ih+�r1"BIYl'iilllf ,l 'I II1 James Thompson,City Clerk Street R A Exam: Address 3200 E.Tahquitz Canyon Way Page DA PCOR Misc Long RFD 15t Pg Adtl Pg Can CC City a State Palm Springs,CA 92262 ' SIZE NCOR SMF NCH T NOTICE OF COMPLETION -E (CA Civil Code§§8180-8190,8100-8118.9200-9208) NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is an owner of an interest of estate in the hereinafter described real property,the nature of which interest or estate is: Fee (e.g.fee,leasehold,joint tenancy,etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed co-owners are: Name Street and No. City State City of Palm Springs,3200 E.Tahquitz Canyon Way,Palm Springs,CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is: Golden Valley Construcion,2000 Executive Drive,Palm Springs,CA 92262 n W 4. This notice is given for(check one): 0 Completion of the work of improvement as a whole. ❑ Completion of a contract for a particular portion of the work of improvement(per CA Civ. Code§8186). 5. If this notice is given only of completion of a contract for a particular portion of the work of improvement(as provided in CA Civ.Code § 8186),the name and address of the direct contractor under that contract is: Not applicable 6. The name and address of the construction lender,if any,is: Not applicable 7. On the 4th day of May 2015 ,there was completed upon the herein described property a work of improvement as a whole(or a particular portion of the work of improvement as provided in CA Civ.Code§ 8186)a general description of the work provided: City Project No.01-17&13-34,City Hall North,Police Station and City Hall South Parking Lots 8. The real property herein referred to is situated in the City of Palm Springs , County of Riverside State of California,and is described as follows(and APN if applicable): APN 502-150-005 Palm Springs City Hall,3200 East Tahquitz Canyon Way-APN 502-210-023 Palm Springs Police Station,200 South Civic Drive,Palm Springs,CA 92262 9. The street address of said property is: Not applicable 10, If this Notice of Completion is signed by the owner's successor in interest,the name and address of the successor's transferor is: Not applicable I certify(or declare)under penalty of perjury under the laws of the ate of California tha the o ng is true and correct. Date: July 2,2015 Byt Signature of Owner or Owner's Authorized Agent-Assistant City Manager/City Engineer for City of Palm Springs Marcus Fuller C Porter Law Group,Inc.2013 Print Name Page 1 of 2 VERIFICATION I, Marcus Fuller state:I am the Assistant City Manager/City Engineer ("Owner',"President', "Authorized Agent","Partner',etc.)of the Owner identified in the foregoing Notice of Completion.I have read said Notice of Completion and know the contents thereof,the same is true of my own knowledge. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed on July 2 2015 (date),at Palm Springs (City), CA (State). Signature of Owner or Owners Authorized Agent 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 CALIF RNIA COUNTY OF Altus Lck On J a 2 (date), before me, n FN Mlic(name and title of officer) personally appeared actgLs FiLil&r who proved to me on the basis of satisfactory evidence to be the person/ whose name/ isly6 subscribed to the within instrument and acknowledged to me that he/ eltfjEy executed the same in his/f/r(t(r authorized capacity(, and that by hislf rlt tr signature/on the JENMFER LEE NEUM instrument the person/, or the entity upon behalf of which the person((/acted,executed the Cora0111"I nl2M990 instrument. c Nopry PUNC-Ca WNS CommRiverlift Clan 3,2019 I certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 ature i���12 Ot[m CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Golden Valley Construction Date: July 8, 2015 2000 Executive Drive Project No: 01-17 & 13-34 Palm Springs, CA 92262 Project. City Hall and Police Department Tel: (760)-322-0010 Parking Lot Improvements Fax: (760)-322-0020 Change Order No: 03 Purchase Order 15-883 Attn: Mike Honz Account 260-4500-59448 BALANCING CHANGE ORDER This Contract Change Order No. 3 Identifies corrections that were needed to be made on the last two previous Change Orders. Change Order # & Description Quantity Cost Per Unit Total Cost Item CCO #2 Cold Mill Existing AC Bid Item B-2 Pavement, Remove, Fill -1053 SF $.10 SF -$105.30 Taper with CMB. REASON FOR CHANGES Change Order#2, Bid Schedule "B" Item B-2 indicates the unit cost as $1.50 per SF. The actual bid price is $1.60 per SF. $.10 per SF is being added resulting in a decrease of$105.30. CCO # 1 Bid Item C•-13. The amount shown in the "Total" column is incorrect. The amount was entered as - $144,306.80 when it should have been -$144,706.80. The difference is a decrease of$400.00 -$400.00 TOTAL AMOUNT OF THIS CHANGE ORDER -$505.30 OkIlGiNAL BiD ARWOR AGREEMENT k - Contract Change Order No. 3 July 8, 2015 Page 2 SOURCE OF FUNDS: Funds are available in the following account(s): 260-4500-59448 SUMMARY OF COSTS: Original Contract Amount: $927,481.65 Original Completion 60 Working Days This Change Order: -$505.30 Days Added 0 Previous Change Order(s): $43,326.33 Days Added 0 Revised Contract Amount: $970,302.68 Revised Completion 60 Working Days *"** SIGNATURES ON NEXT PAGE**** Contract Change Order No. 3 July 8, 2015 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Golden Valley Construction k 1�1 15 Signature Date Printed Name and Title City of Palm Sarinsas { Recommended By: Assistant City Manager/City Engineer Date Approved By: N-LA- David H. Ready, City Manager Date Attest By: p ► 2 712alS mes Thompson, City Clerk Date Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasinq (1) Finance (1) APPROVED BY DEPARMENT HEAD y h�4 pM1lM Sp4 . x _ CITY OF PALM SPRINGS C'Qt PiOAN�a CONTRACT CHANGE ORDER To: Golden Valley Construction Date: June 2, 2015 2000 Executive Drive Project No: 01-17 & 13-34 Palm Springs, CA 92262 Project: City Hall and Police Department Tel: (760) 322-Ob10 Parking Lot Improvements Fax: (760) 322-0020 Change Order No: 02 Purchase Order 15-883 Attn: Mike Honz Account 260-4500-59448 CHANGES IN WORK: This Contract Change Order No.2 include changes to estimated bid item quantities and additional work, generally identified as: Bid Schedule A Item No. Description Quanti Cost Per Unit Total Cold Mill Existing AC A-4 Pavement, Fill Taper with Base -5,828 SF $1.40 -$8,159.20 Remove Existing Barrier Curb, A - 5 Valley Gutter, Curb/Gutter -325 SF $2.00 -$650.00 Remove/Reconstruct Existing $36.00 A-6 Cross Gutter, Modified 3.5' 3 SF $12.00 Remove AC Pavement Fill $12,577.50 A-7 Taper With Base 16,770 SF $.75 Construct 3" PCC Pavement $2,168.9D A- 8 White To 529 SF $4.10 A-9 Construct Type Al Curb -48 LF $15.00 -$720.00 Construct Type A3 Curb and $2,016.00 A- 10 Gutter 112 LF $18.00 Construct 3'Wide Valley $3,300.00 A- 11 Gutter -150 LF $22.00 Remove Thermoplastic -$6,500.00 A- 12 Parkin,q Stri ing -1 EA $6,500.00 Install Accessible Parking $1,950.00 A- 13 Striping and Si na e 3 EA $650.00 Saw Cut Existing AC $36.00 A-14 Pavement, Curb and Concrete 24 LF $1.50 Construct AC Pavement Equal $202.50 A- 15 to ExistingSection 45 SF $4.50 Remove Existing PCC $105.00 A- 16 Concrete -70 SF $1.50 Construct PCC Concrete Equal $936.00 A- 17 to ExistingSection 208 SF $4.50 Fzz Remove Existing AC $126.75 kl A- 18 Pavement 169 SF $.75 }}r Remove Existing Concrete to $1575 V7 A-22 install in-line truncated Domes . 7 SF $2.25 0 Install 3" Schedule 80 PVC m (13 A-23 with end caps 2 $10.00 LF $20.00 J cY TOTAL SCHEDULE A ITEMS $651.20 F5 Contract Change Order No. 2 June 02, 2015 Page 2 Bid Schedule B Item No. Description Quantity Cost Per Unit Total Remove Existing AC -$109.50 B— 1 Pavement -146 SF $.75 Cold Mill Existing AC -$1,579.50 B-2 Pavement. Fill Taper w/Base -1053SF $1.50 Remove Existing Cross $36.00 B—3 Gutter -18 SF $2.00 Remove Existing Concrete, $430.00 B—5 Curb and Gutter 172 LF $2.50 Remove Existing AC -$200.00 B-6 Sidewalk -200SF $1.00 Clear and Grub Area, $1,345.50 B—8 Relocate Irrigation 897 SF $1.50 Saw Cut Pavement and -$789.60 B— 15 Concrete -658 LF $1.20 Grind Existing Pavement $4,956.80 B— 16 Down 1.5 Inches 3098 SF $1.60 i Construct 3" PCC Pavement j B— 18 "White Top") 2772 SF $3.75 $10,395.00 B— 19 Construct Type Al Curb -131 LF $15.00 -$1,965.00 Construct Type B1 Curb and $144.00 B—20 Gutter -8 LF $18.00 Install Thermoplastic Parking -$6,000.00 B—23 Striping -1 LS $6,000.00 Install Storm Lateral , -$390.00 B—24 Connect to Exst. Roof Drain -13 LF $30.00 B—26 Construct Sump Drain 2 EA $500.00 $1,000.00 B —28 Install 4" PVC Storm Drain -50 LF $25.00 $1,250.00 B —30 Construct 4" PCC Sidewalk -553 SF $3.25 $1,797.25 Construct Catch Basin and -$3,000.00 B— 35 Drywell -2 EA $1,500.00 Construct 3' Wide Valley I B— 36 Gutter -2 LF $22.00 -$44.00 Install In-Line Truncated $4,800.00 B— 38 Domes -6 EA -$800.00 Install 3" Schedule 80 B - 39 PVC Conduit w/End Caps 90 LF $10.00 $900.00 TOTAL SCHEDULE B ITEMS -$3,077.55 Contract Change Order No. 2 June 02, 2015 Page 3 Bid Schedule C Description Quantity Cost Per Total Item No. Unit Remove Exst. Barrier Curb C — 1 and Valley Gutter, Crb/Gttr -24 SF $2.50 -$60.00 C —2 Construct Type Al Curb 3 LF $15.00 $45.00 C—3 Construct Type A3 Curb 10 LF $15.00 $150.00 Install Accessible Parking C -4 Striping and Si na a -2 EA $700.00 -$1,400.00 Saw Cut Exst. AC/ C —5 Concrete/Curb -296 LF $1.10 -$325.60 Construct AC Pavement C —6 Equal to Existing Section -1151 SF $2.50 -$2,877.50 Remove Existing PCC C — 10 Concrete -5 SF $2.00 -$10.00 Construct 4'Wide Valley C — 11 Gutter 20 LF $28.00 $560.00 Remove Existing PCC I C — 12 Concrete/Adjust Valves 17 SF $6.00 $102.00 Remove Concrete to Install C— 14 Truncated Domes -5 SF $440.00 -$2,200.00 TOTAL SCHEDULE C ITEMS -$6,016.10 Pulverize/Grade/Pave, CCO#1 Item A 2.5"AC 616 SF $3.45 $2,125.20 New Items Description Quantity Cost Per Unit Total New Item "B" Replace Deteriorated Lump Sum Irrigation Valves 1 Agreed Price $2,469.51 New Item "C" T&M for Demo and Replace, Lump Sum ADA Ram / North Lot 1 Agreed Price $926.53 New Item "D" Class II Road Base Lump Sum 1 Agreed Price $4,039.38 New Item "E" Parking Lot Striping, City Lump Sum Hall, North /South Lots 1 A reed Price $8,215.51 TOTAL AMOUNT FOR NEW ITEMS $15,650.93 TOTAL CHANGE ORDER AMOUNT $9,333.68 Contract Change Order No. 2 June 02. 2015 Page 4 REASON FOR CHANGES: Schedule A, Items 4,5,6,7,8,9,10,11,13,14,15,17,18,22 and 23 Schedule B, Items 1,2,3,5,6,8,15,16,18,19,20,24,26,28,30,35,36,38 and 39 Schedule C, Items 1,2,3,4, 5, 6,10,11,12,14 and CCO # 1 Item A. The actual quantities to complete the work were more or less than the originally estimated in the amounts indicated. Bid Schedule A Item 12 and Bid Schedule B Item 23: These items were to provide thermoplastic striping of the City Hall white topping. It was determined that this was not an appropriate material for placement on concrete and therefore these items are being deleted. New item E below replaces these items with paint at a savings of $4,284.49. NEW ITEMS: B: This project required original irrigation control valves to be reused for both the new and existing landscape configurations. The valves were determined to be unusable due to their poor condition and it was requested by the Parks department that they be replaced. This item compensates the Contractor for the cost of the irrigation valve materials and is inclusive of all applicable mark ups. C: An Existing ADA ramp in the North City Hall Parking lot was scheduled for placement of truncated domes but required additional concrete work in order to make it compliant with applicable standards. The agreed price to complete this work was determined by monitoring the actual labor and materials necessary to complete the work including all applicable mark ups. D: Additional removals of the existing asphalt concrete were required at the West side of the North City Hall parking lot in order to allow for proper surface drainage. This required placement of base material in order to provide sufficient support for the placement of white topping. This item compensates the Contractor for the cost of the base material including allowable mark up. E: Striping of the City Hall Parking lots was performed using two coats of traffic marking paint with reflective beads. The agreed price to complete this work was determined by monitoring the labor and materials necessary to complete the work including all applicable mark ups. CHANGES TO CONTRACT TIME: No additional working days will be added for Contract Change Order No.2. SOURCE OF FUNDS: Funds are available in the following account(s): 2604500-59448 Contract Change Order No. 2 June 02, 2015 Page 5 SUMMARY OF COSTS: Original Contract Amount: $ 927.481.65 Original Completion 60 Working Days This Change Order: $ 9,333.68 Days Added 0 Previous Change Order(s): $ 33,992.65 Previous Days Added: 0 Revised Contract Amount: $ 970,807.98 Revised Completion 60 Working Days **'*SIGNATURES ON NEXT PAGE**** Contract Change Order No. 2 June 02, 2015 Page 6 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Golden Valle r�Construction 1// � Y/� 61 l gi ature Date yleon Pri ted Name and le City of Palm Springs Recommended By: IM4 / Assistant City Manager/ y Engineer �i Date Approved By: a'J'?o 6 David H. R ity Manager Date Attest By: e�m I-W jtot5 / James Thompson, City Clerk Date Distribution: Original Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) City Clerk (1) City Project File (1) Purchasing (1) Finance (1) APPROVED By g1 Y MANAGER b� Al ' tMs CITY OF PALM SPRINGS CONTRACT CHANGE ORDER To: Golden Valley Construction Date: January 27, 2015 2000 Executive Drive Project No: 01-17 & 13-34 Palm Springs, CA 92262 Project: City Hall and Police Department Tel: (760) 322-0010 Parking Lot Improvements Fax: (760) 322-0020 Change Order No: 01 Purchase Order TBA Attn: Bryan Willis Account 260-4500-59448 CHANGES IN WORK: This Contract Change Order No. 3 accommodates additional work, generally identified as: 1. Delete Bid Schedule C item 13 at the Police Department Parking Lot. Replace with new item A. Parkin p Lot andsquare foots es: Parking AC Lot Paving Area SF Price/SF Total Bid Schedule C Grind &Overlay 1.5" $144,306.80 Item: 13 AC -51,681 $2.80 Pulverize/Grade/Pave $178,299.45 New Item: A 2.5'AC 51,681 $3.45 Total = $33,992.65 CHANGES IN COST: New Item at Agreed Unit Price and Not-to-Exceed Price 1) City agrees to compensate Contractor for costs to add New Item A to pulverize, grade and pave. The costs for the new item shall be based on a unit price of $3.45 per square foot. The total cost associated with this item of work shall not exceed $33,992.65, inclusive of all mark-ups and profit. CHANGES TO CONTRACT TIME: No additional working days will be added for Contract Change Order No.I. SOURCE OF FUNDS: Funds are available in the following account(s): 260-4500-59448 Contract Change Order No. 1 January 27, 2015 Page 2 REASONS FOR CHANGE: Schedule C, Item 13: Existing asphalt concrete paving at the Police Department Parking lot was too thin and damaged to sustain surface grinding. For this reason the bid item for 1.5" grind and overlay is being deleted. New Item A: Following an attempt to grind the existing asphalt concrete for overlay it was determined that an alternate scope of work would be necessary. This unit price item is for 6" depth pulverization of the existing parkinc lots (front lot and back lot), grading of pulverized materials to allow for a pavement depth of 2.5°, export of excess soil and grindings as necessary to achieve pavement subgrade elevations (includes trucking/hauling/disposal), compaction of subgrade and placement of 2.5" of asphalt concrete. All costs incurred to date including: attempts to perform surface grinding, canceled trucking (including 6 hour minimum), pre-grinding of back parking lot (including all labor and equipment utilized in preparation of grinding operation) and all mobilization costs for both front and back parking lots are inclusive in the unit pricing for New Item A and no separate payment will be made. SUMMARY OF COSTS: Original Contract Amount: $ 927,481.65 Original Completion 60 Working Days This Change Order: $ 33,992.65 Days Added 0 Previous Change Order(s): $ 0.00 Previous Days Added: 0 Revised Contract Amount: $ 961,474.30 Revised Completion 60 Working Days **`* SIGNATURES ON NEXT PAGE **`* Contract Change Order No. 1 January 27, 2015 Page 3 1 have received a copy of this Change Order and the above AGREED PRICES are acceptable to Contractor Golden Valley_Construction �) a '!C �- � I5 Signature Date KS 0, 00(1'L G, M, Printed Name and Title City of Palm Springs 2�SJt�- Recommended By: n6d'44a ik4 A4-et�, Assistant City Manager/City Engineer Date Approved By: � David H. Ready, Van er Date Attest By: mTgO 9/Zo L S Jar-Thompson, City Clerk Date Distribution: Oriqinal Conformed Copy: Conformed - File Copy: Contractor (1) Engineering Pay File (1) Citv Clerk (1) City Project File (1) Purchasinq (1) Finance (1) APPROVED BY CU COUNCIL - .�6 __JL -- V216 AGREEMENT THIS AGREEMENT made this 11,k day of in the year 20\�, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Golden Vista Construction Inc. dba Golden Valley Construction hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 —THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedules of the City's Contract Documents entitled: CITY HALL NORTH, POLICE STATION AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO. 01-17, 13-34. The Work is generally described as follows: The Work comprises the construction of parking lot refurbishment, "white top," and associated replacement and repair at the City Hall North and City Hall South Parking Lots; construction of asphalt concrete overlay at Police Station Parking Lot; and all appurtenant work. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with the applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the sum of $700.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3 —CONTRACT PRICE $915,894.15 The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS AGREEMENT FORM CITY PROJECT NO.01-17, 13-34 AGREEMENT AND BONDS-PAGE 1 OCTOBER,2014 ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a 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 7 — MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another parry hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS AGREEMENT FORM CITY PROJECT NO.01-17. 13-34 AGREEMENT AND BONDS-PAGE 2 OCTOBER,2014 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By City Manager By 1( ! 1d City Clerk Date APPROVED O FORM: By ""� City Attorney Date CONTENTS APPROVED: APPROVED BY THE CITY COUNCIL: By , Cit y r Date Date Agreement No. E 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. CONTRACTOR: Name: V G Check one: _Individual_Partnership J Corporation dress: Op £ac o a' r B : ve- i nature(no Sig atur (n ized) Name: "I A&P1 tMO-7501\ Name: S� UF% Muro sj — Title: Pcc 1 t cro Title: Ass� Sm"ry _T CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS AGREEMENT FORM CITv PROJECT NO.01AT 13-34 AGREEMENT AND BONDS-PAGE 3 OCTOBER,2014 (This Agreement must be signed in the above (This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of t-ztl 101 State of County of»� /bvldlAle Ij L'ss County of Ilss On rl4fi d13',I � 1`� On before me �&VA e L oYt ayj �a=! efore me, tit L- dam[t h�GL personally appeared _U ,JAd 4. f Lx6&JiM personally appeared C'A a o rY who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person( whose name(p evidence to be the person(t whose name($) s/ subscribed to the within instrument and gam- subscribed to the within instrument and acknowledged to me thatj!gsheAhw executed acknowledged to a that they executed the same in i heLdlisir authorized capacity(io), the same in hiaf er uthodzed capacity(i, and that byeir signatures( on the and that by a their signatures() on the instrument the person(), or the entity upon instrument the person(j), or the entity upon behalf behalf of which the person( acted, executed the of which the person(j) acted, executed the instrument. instrument. 1 certify under PENALTY OF PERJURY under I certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California-that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: Notary Seal: Notary Seal: CARRIE L. DRANOW +•a Commission # 1959827 CARRIE L. DRANOW al Q Notary Public -California z Commission# 1959627 zF > z z ' Los Angeles County ,y s c Notary Public•California z i Las Angeles County a My Comm.Expires Dec 6, 2015 r My Comm.Ex Tres Dec 6,2015 CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS AGREEMENT FORM CITY PROJECT NO.01-17,13-34 AGREEMENT AND BONDS-PAGE 4 OCTOBER,2014 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 California 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 said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. t3ol�n V,'J -k CO43}rvc�ioA/Xnc 1§,6 Contractors IF-504<n Va&ki Ccin'IttuC+4 By W] a4 Title Gentlal Mannots CITY MALL NORTH,POLICE STATION,AND CITY MALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 WORKER'S COMPENSATION CERTIFICATE OCTOBER.2014 AGREEMENT AND BONDS-PAGE 5 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder propo ses and agrees, if this Bid is accepted, to enter into nto an Agreement with the City In the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled: CITY HALL NORTH, POLICE STATION AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO. 01-17 13-34 Bidder accepts all of the terms and conditions of the Contract Documents, including without'limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will fumish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda(receipt of which is hereby acknowledged): Number $ Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, at seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing -the pelforrnanoa offt-W irk of-his Corntmct. 01 - To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- Collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS SID(PROPOSAL) CITY PROJECT NO.01-17,1334 BID FORMS-PAGE 2 OCTOBER,2014 - Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Garen V;s{a C0115fTU4'0n,T41Z Ak Dated: II 2S 14 Bidder. 60144 40-vuy Cna +T1Jr— Eft By: (Signature) Title: Gttt%j M&k!4n ' CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARIONG LOTS BID(PROPOSAL) _ CITY PROTECT NO.01-17,13-34 BID FORMS-PAGE 3 OCTOBER 2014 BID SCHEDULE "A" Schedule of Prices for the Construction of the: CITY HALL NORTH PARIUNG LOT CITY PROJECT NO. 01-17. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilizaiton 1 LS $ S0 000100 $ Fp" 000,00 ✓ 2. Traffic Control 1 LS $ j U 00 $ IS DOo , 91 v 3. Adjust to Grade s LS $ S004,D0 $ 40 OODl00 '' Cold Mill Existing AC Pavement(down 4. l 5"min )-Fill Taper with-crushedmisc. 22,853 SF use ✓ 5. Remove Existing Barrier Curb, Valley ✓ Gutter and Curb and Gutter 785 SF $ QO $ 15?Q, QQ Remove and Reconstruct Existing g Cross Gutter and Spandrel (modified 3,5'wide) per City of Palm Springs 181 SF $ I ,q D $ Z h 2, DQ ✓ STD. DWG 206 7 Remove Existing AC Pavement and Fill Taper with Crushed Misc. Base 3,882 SF $ 'IT $ 2q 11,u 0 8. Construct 3" PCC Pavement(White Top) per specification 49,881 SF $ q'10 $ 204 9. 200 Construct Type Al Curb per standard 83 LF $ 15100 $ 12'�5,00 ✓ i 0. Contruct Type A3 Curb and Gutter per standard 200 107 LF $ I t d 6 $ l 12Co,00 ✓ 11. Construct 3' wide Valley Gutter per Detail on sheet 3 225 LF $ 22100 $ %0 4 0 0 ✓ 12. Install Thermoplastic Parking Striping per detail on sheet 3 1 LS $ 65 66, 00 $ rV5 pQ , 00 ✓ 13. Install Accessible Parking Striping and Signage per detail on sheet 2 2 EA $ Q5 41 $ 1300, 00 Go1�u1 Vi aCofla qS ton Jinx cS10, GA4"Alloy CDns�rucl +en Name of Bidder or Firm CITY HALL NORTH.POLICE STATION.AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 4 BID SCHEDULE "A" (Continued) CITY HALL NORTH PARKING LOT CITY PROJECT NO. 01-17. Item Description Estimated Unit Unit Amount No. Quantity Price 14 Sawcut Existing AC Pavement, 384 LF Curb, Concrete and Smooth Join $ �,$d $ 15. Construct AC Pavement Equivalent to Existing Section 45 SF $ �{,S O $ 16. Remove Existing PCC Concrete 358 SF i/ 17. Construct PCC Concrete equivalent to existing section 292 SF $ 4,50 $ 131N 00 ✓ -18, _Remove Eidstinn ACPave_rrient 3;008 SF- __$ 115- �/- 19. Remove Existing AC Dike 35 LF $ ', 00 $ Construct CalTrans Type F Curb 20. Ramp (modified) per detail on 1 EA $ 203,00 $ 2100,00 sheet 1/6 21. Construct curb Ramp Type "A" per 2 EA ✓ City Std. 212 and 212A $ 2200,0u $ I14 �� ,00 Remove Existing Concrete as 22. necessary to install in-line truncated 43 SF $ $ �S domes per City Sid. 212A Install 3"Schedule 80 PVC Conduit 23. (30"min cover)Cap Ends 124 LF $ 19r S 0 $ 124 0, 0 0 ✓ Clean Out Existing Storm Drain ✓ 24. 2 Inlet(Catch Basin EA $ 50 0 A $ (000,00 25 Install ADA Additional Signage per 3 detail on sheet 2 $ 300 ,66 $ Q 06,0 TOTAL OF ALL ITEMS OF THE BID SCHEDULE"A": F (Price In figures) Ths>>. hawflk� ',N"A Wb" illdk T'ji k91lej a� o� � (Price In words) Gslbtn Vi��aGn3{-Nc�-�o�r�'c dbe. �So�� Ual�y Co*SIC�c�-�o� Name of Bidder or Firm CITY HAIL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,1334 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 5 BID SCHEDULE "B" Schedule of Prices for the Construction of the: CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1' FIRlemoveexisfing AC pavement 8,114 SF $ 1S $ Ulg AC pavement or 2. aper with crushed 8,816 SF $ $- 3' Remove existing cross gutter 273 SF 00 ✓ 4. Adjust existing electrical pullbox for finish grade 1 EA $ 101,00 $ 100 , 0 0 ✓ 5' Remove existing concrete curb/gutter 475 LF $ , is 6' Remove existing concrete sidewalk 996 SF $ 190 $ 4Q6, �U 7' Adjust existing sump drain to grade 1 EA $ I $ 8. Clear and grub area; relocate and cap e)dsting irrigation 2,110 SF $ is 316S' Oo ✓ 9. Remove existing tree, sprinkler, and roots 10 EA $ �QY!00 $ -7001, 40 d 10. Relocate existing sign for 1 construction of improvements $ 50, 09 $ 50, 0P ✓ 11. Remove existing roof drain 12 EA $ )O.Op $ fo0oi o4 ✓ Go1stAN1,46CouivocLoA,14�- A0 G06-K4 %itty cou}ru A Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PAPJGNG LOTS CITY PROJECT NO.01-17, 1334 UNIT PRICE BID SCHEDULE OCTOBER 2014 BID FORMS-PAGE 6 BID SCHEDULE "B" (Continued) CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. in Palm Springs, Califomia Item Description Estimated Unit Unit Amount No. Quantity Price 12. Adjust existing irrigation valve for finish 1 grade $ 10 D ' 0-J $ 101, 13. Remove existing dry sump drain 3 EA $ ?50� LT $ Remove existing parking lot light =I 14. foundation-,remove and salvage $ $ -- - ---Z-- - ----EA-- conduit inglight-ar�i -rd-locate exsting -- conduit 15. Sawcut pavement/concrete 2,392 LF $ $ 18. (min, existing pavement down 1.5" 1,177 SF $ I ,C-D $ fT1 / 20 I/ 17 Remove existing accessible parking (i sign $ S� 00 $ 3fl0 . 3� GoI��IV�>jtaCoes�su��;on,I�c b�aGol�enUat�ty Cons u IQA Name of Bidder or firm I _ j CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17.1334 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 7 BID SCHEDULE "B" (Continued) CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. Item Description Estimate Unit Unit Amount No. d Price Quantity 18. Construct 3" PCC pavement("white top") per specifications 51,100 SF $ 7175- $ 141 rZ100 19. Construct type A1-6 curb per CPS Std. no. 200 458 LF $ 13 D J $ 0. 0 0 20. Construct type 61 curb and gutter per CPS Std. no. 200 442 LF $ I $ I q 00 ✓ 21. Construct curb outlet - ---_.._d per detail on sheet 1 EA $ IZQ r dt) $ 22. Adjust drain box to grade 1� 1 EA $ �t9)rD0 $ �t90r 05 23. Install thermoplastic parking striping per detail on sheet 7 1 Ls $ $ O Odr 00 24 Install Storm Drain Lateral and Connect sting roof drain per detail on sheet 7 72 LF exi $ 30. �� $ 25. Install accessible parking space striping Per detail on sheet 7 5 EA $ J -0� $ 0,00 26. Construct sump drain per detail on sheet 7 3 EA $ S 00, D0.Is 15 00 , p0 f 27. Adjust irrigation control box to grade 1 EA $ lac, oo $ IOp, d0 28. Install40 PVC storm drain 515 LF $ 00 $ r [2 B,TJ 29 Install ADA additional signage per detail on sheet 7 2 EA $ $ 08 b D ✓ 30. Std. no.ct 210 " PCC Sidewalk per CPS 1,442 5F $ 3/�5 $ (;44et V;)�a COd3}cdc}itA, Titc �IIa G4►�tn Ut l� Go n�{ rock:to _ Dame o1'$Idder 6iMITI CITY HAIL NORTH,POLICE STATION,AND CITY HALL SOUTH PARIONG LOTS CITY PROJECT NO.01-17,13-34 OCTOBER,2014 UNITPRICE BID SCHEDULE BID FORMS-PAGE 8 BID SCHEDULE `B" (Continued) CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. 31. Construct type B curb ramp per CPS 2 EA Std. no. 213 $ 2100, i $ 42�, QQ ✓ 32. Construct type A curb ramp per CPS 1 Z�09,00 Std. no. 212 & 212A EA $ $ Zcoo ,04 33, Relocate existing parking lot light 4 EA $ 120 p 1 po $ 1100 ✓ 34. Install accessible parking signage per 5 EA detail on sheet 7 $ 390,00 $ 1500 00 35 Construct catch basin/drywell per detail EA $ on sheet 7 3 50 0,00 $ 4 Do, ✓ 00 36. Construct 3'Wide Valley Gutter per detail on sheet 7 180 LF $ $ Construct Cal Trans Type F Curb Ramp 37. (modified) per detail on sheet 1/7 2 $ 400,00 $ `{4pp �a ✓ F39. Install In-Line Truncated Domes per CPS dwg. 212A 30 �' $ 100, 00 $ 21 900 � Install 3"schedule 80 PVC conduit(30" min cover) cap ends 48 LF $ 10100 $ �1`0 00 ✓ Clean Out E)asting Storm Drain �' Inlet(Catch Basin 1 $ Q�1� 01 $ 5 QQ,OJ 41. 1Install planting and irrigation per sheets 1 LS 5and6 $ YOU,oil $ 46040,04 TOTAL OF ALL ITEMS OF THE BID SCHEDULE"B": $ G 376 ZO1.7o ��lsri hl,.�� -��1.-�,, four fihb�,en� ��� h►,� 1� fo�s�hfin � IIQi� �� ��<ttr� (Price In wads) GoiStA U,3}a 60, 6014tn 1iORVY Con4rur4�LoA Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARIONG LOTS CITY PROJECT NO.01-17,1334 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 9 BID SCHEDULE "C" Schedule of Prices for the Construction of the: POLICE STATION PARKING LOT CITY PROJECT NO. 13-34 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. REMOVE EXISTING BARRIER CURB, VALLEY GUTTER AND CURB AND GUTTER 608 SF 2. CONSTRUCT TYPE Al CURB PER CITY OF JJ L PALM SPRINGS STD. DWG.NO.200 16 3. -CONSTRUCT TYPE A3 CURB PER CITY OF 1l¢- -PALMSP-RINGSSTD._IO.-2D0 ---- -. -.. _.. - -92 - - ._LF 4. INSTALL ACCESSIBLE PARKING STRIPING p AND SIGNAGE PER DETAIL ON SHEET 2 5 EA $ -?o 0 r 0 $ 5. SAW CUT EXISTING AC PAVEMENT, CURB, Y CONCRETE AND SMOOTH JOIN 2N LF $ Lid $ 3?},v 6. CONSTRUCT AC PAVEMENT EQUIVALENT TO EXISTING SECTION 1,151 SF $ 7,ko $ 7. CONSTRUCT TYPE C1 END OF CURB PER CITY OF PALM SPRINGS STD. NO.200 1 EA $ ��R f aQ $ 8. CONSTRUCT 6'WIDE OPENING FOR DRAINAGE PURPOSES 1 EA $ $ INSTALL THERMOPLASTIC PARKING $; STALL STRIPING PER DETAIL ON SHEET 1 LS NO.6 $ oo' DQ $ no, 00 i/ 10 REMOVE EXISTING PCC CONCRETE 31 SF $ $ 11. CONSTRUCT 4'WIDE VALLEY GUTTER PER DETAIL ON SHEET NO.6 70 LF $ 60 $ I r l�l n 00 REMOVE EXISTING PCC CONCRETE 12. EQUIVALENT TO EXISTING SECTION AND 40 SF $ nn n ADJUST VALVES TO GRADE W $ i GolStA V'dka co+►=tt04,0 jkt AOL Gold" Qjty GAJJCuj' n - -Narrreof$idderorfirrn CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17, 1334 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 10 BID SCHEDULE "C" (Continued) POLICE STATION PARKING LOT CITY PROJECT NO. 13-34 in Palm $ rin s, California Item Description Estimated Unit Unit Amount No. Quantity Price GRIND EXISTING AC PAVEMENT FOR 1.5° i ` A 13. ND OVERLAY WITH 1.T AC PAVEMENT PER CITY F PALM 70 10 51,881 SF $ �y �t7 $1�4 `�0b'�o SPRINGS STANDARDS I REMOVE EXISTING CONCRETE AS NECESSARY TO INSTALL IN-LINE $ 44 r go $ -y 14. TRUNCATED DOMES PER CITY OF PALM 17 SF SPRINGS STD.DWG NO.212A DATED 2014 ON EXISTING CURB RAMP E16. DETAIL CONTRAtiTOR TO CLEAN OUT EXISTING D _.-STORM RAIN1NLEf1CATCHBASIN ._ _EA540, Q'3_INSTALLADAADDITIONALSIGNAGEPER 2 EA ON SHEET NO.2 TOTAL �� OF ALL ITEMS OF THE BID SCHEDULE "C": $�2 �— (Price in figures) (Price in words) TOTAL OF ALL ITEM S "A",'B"AND "C": rice In figures) (Price In words) QUANTITIES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication-agree that the actual amounts of work or material YAP correspond therewith,and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease,without a change in the unit prices, and shall have the right to delete any bid item in its entirely, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Go1��a V;o�aCo�3{1Uc};otl�Iw< Ak GoU,,q %Vtt CAnjkcorV o _IfiM of-Bidder or-Firm - CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 - LOCAL BUSINESS PREFERENCE PROGRAM -- OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 11 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 name and business address 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, or$10,000.00, whichever is greater, 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. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50°% of the Work identified in this Bid the Bid shall be considered non-responsive Bidders shall list the total % of Work to be performed by the Prime Contractor here: — (shall not be less than 50%). Contractor's Percent License Of Total Work to be Performed Number Contract Subcontractor's Name &Address 1. T 4ori J— C1'1 Ca 2- Woc atuall�ca <[1 2. 3 i 4. i 5. COY HAIL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-U OCTOBER,2014 LIST OF SUBCONTRACTORS BID FORMS-PAGE 12 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 01-17, 13-34. Bid Opening Date: November 25, 2014. The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of -sub contractors-shall-Include--notification-of this-subsection.--The_A:4-Louncil_or-Dirador_-may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to fumish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: GTY HALL NORTH,POLICE STATION,AND CRY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17.13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER.2014 GOOD FAITH EFFORTS BID FORMS-PAGE 13 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or fumish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies Of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation _.. ....... ... . CITY HALL NORTH,POLICE STATION,AND CITY HALT.SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER 2014 GOOD FAITH EFFORTS BID FORMS-PAGE 14 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally ($) Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. . ....... .. . .... ... CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARIONG LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of 1, M"L being first duly swom, deposes and says that he er she is GrAtrnjof Ien Znc k � 11 1a11ey the party making the foregoind Bid, that the Bid is not made in the interest of, or on behalf Qh4vvc}i0� of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or 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 [�ol� 6 GUISeA Vn11"P+r0c+10A By Title G c c Organization Address a'910 Qt EXe{ " O c polfA Jecney . �I} Q>✓�L�� TAHQUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 NON-COLLUSION AFFIDAVIT CITY PROJECT NO.CP.1333 BID FORMS-PAGE 11 ALL-PURPOSE ACKNOWLEDGMENT State ofC P,/_VF04L%S iA County of On \N- Z5-?.-0tN, beforeme,7dt.SDVAai Date fw Name,Title of Officer personally appeared - -- NAME(S)QESIGNER(S)- who proved to me on the basis of satisfactory evidence to be the person(s)'whose name(s) islare subscribed to the within instrument and acknowledged to me that he/sHe/"executed the same in hisa*#114eir-authorized capaciMies), and that by hisAw/tbeirsignaturesW on the instrument the person(&), or the entity upon behalf of which the person(e) acted,executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and oficial seal. DCNOVAN A.MARKS CamnNxab&-N 1984519 Signature of Notary NotwyP ub k-California Rlvmkk County My Comm.Expires Jul 8,2016 ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized document THIS CERTIFICATE Title or Type of Document <J t)1J - (Z-0 4_ Sk i1� MUST BE ATTACHED TO THE DOCUMENT Number of Pages 1 DATE of DOCUMENT \\ 2$ 2p\,A DESCRIBED AT RIGHT: Signer(s)Other Than Named 6 Above TAHQUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 NON-COLLUSION AFFIDAVIT CITY PROJECT NO.CP.1333 BID FORMS-PAGE 12 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 01-17, 13-34. Bid Opening Date: November 25, 2014. The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local subcontracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of -sub-contractors-shall-include.-notification-of-this-subsection._-The-_City-Council or-Diractorinay reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local fines with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: ,. CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER.2014 GOOD FAITH EFFORTS BID FORMS-PAGE 13 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation _ CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PAWtlNG LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 14 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally ($) Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local fine: Names, addresses and hone numbers of rejected local P ) firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. CITY HALL NORTH.POLICE STATION,AND Cr Y HALL SOUTH PARIUNG LOTS CITY PROJECT NO.01-17,1334 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of I, M%�ti I I OA2 being first duly sworn, deposes and says that he err she is GTAtrdp of Sal aMAGti i laAlk Zncb6n rso��u�Va�(ey the party making the foregoind Bid, that the Bid is not made in the interest of, or on behalf Cq�S}cv�}iaq of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or 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 fa 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 Q n TdJA Cipilktuck'jon Jnt �I GolSe„ Vnll� r�r<s�ruc�la0 By Title G c c Organization Address a'40A Pa�M s,V-L o gnyl TAHQUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 NON-COLLUSION AFFIDAVIT CITY PROJECT NO.CP.13-33 BID FORMS-PAGE 11 ALL-PURPOSE ACKNOWLEDGMENT State ofC P L�rc00.>S iA Countyof P%%OL0.S vb1E On \\' ;L5^ 2At before me, Date f�c Name,Title of Officer personally-appeared ` `\mac\Q1,,L I- .'�pU t�! \�6 V'sZ __IAME(S)9FSIGNER(S) who proved to me on the basis of satisfactory evidence to be the personos -"ose name(s) is/are subscribed to the within Instrument and acknowledged to me that helsW"executed the same in his eir-authorized capacity(ies), and that by hishw/theirsignatures(a)on the instrument the person(a), or the entity upon behalf of which the person(e) acted,executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. DONOVCommission N A. MARKS \� Commltslan:I 1984519 Signature of Notary NohryPubtio-California rY RWerslda County My Comm.Ex irss Jul 0,2016 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document C_k) "U-St(I rJ MUST BE ATTACHED TO THE DOCUMENT Number of Pages 1 DATE of DOCUMENT \,A DESCRIBED AT RIGHT: Signers)Other Than Named I,S 6 sS L Above TAHOUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 NON-COLLUSION AFFIDAVIT CITY PROJECT NO.CP.1333 - BID FORMS.PAGE 12 BIDDER'S GENERAL INFORMATION The Bidder shall famish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may Cause its rejection. t. BID ERICONTRACTOR'S Name and Street Address: �e TA% CO3kAC0 + nn Inc Zo00 �x�cu'�;ve �c Sjrtjtj�, Ct 4M2 J 2. CONTRACTOR'S Telephone Number. ( 10 ) 3 22-0010 Facsimile Number. (,) Qo 3U-00z0 3. CONTRACTOR'S License: Primary Classification 219 �A" Mate License Numbers) 71 G 249 ` A' Supplemental License Classifications — 4. Surety Company and Agent who Will provide the required Bonds on this Contract: Name of Surety IJ RS Address __100 Pale Sfi S�% ?Z00 Fcn�c��coj CfI A�lll Surety Company M ' GOWA R-aSoG, kt� Telephone Numbers: Agent(91.'� ) Z 1 Surety( yls ) $39- 222'j 5. Type of Finn(Individual, Partnership or Corporation): Corpsn�.on 6. Corporation organized under the laws of the State of: Cf3, 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: A;ciy F inn 44�,300 lnyl�c.e lno n4 C{� g3�,34 o cEn TAHQUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 BIDDER'S GENERAL INFORMATION CITY PROJECT NO.CP.13 33 BID FORMS-PAGE 14 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner Conn�v A \R;utrs:�k Address J�25 141h '51 .CA R501 Contact Class of Work Phone V1 ContractAmount Z,2?0, 000 Project QS, MoVA-t Hoati ?&%�Date Completed I Contact Person Telephone number b. Owner CA 4 A Coaa-Ittl Address I512 $'Ik h CoAf]41q)CA q?zx Contact -�onn49A 40 Class of Work Phone ill-ro l Contract Amount Project NGAouah X? Date Completed l01 11 Contact Person Telephone number C. Owner A M'r Address 69,18F kt u�t tll Rho Ws Contact Nispn Gass of Work Phone 3 2y 5 I-L Contract Amount 40 ,000 Project U4 Ill MvdMAIL Date Completed 10 .1 Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work foryourfirm:—M,'tk "Oy- - -J0tD;d- . C-m-'Val Muou 11. Is full-time supervisor an employee ✓ or contract services 12. 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. TAHOUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 BIDDER'S GENERAL INFORMATION CITY PROJECT NO.CPA3-33 BID FORMS-PAGE 15 BID BOND KNOW ALL MEN BY THESE PRESENTS, That Golden Vista Construction Inc.dba Golden Valley Construction omer as Principal,and cer pecia y nsurance mpany as Surety, aro held and fumly bound unto the Clty of PRIM Springs, hereinafter called the"City"in the sum of Ten (10%) Percent of Bid Amount-- dollars (not less than 10 percerrt of the total amourd of the bid) for the payment of which sum, wait and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents, WHEREAS,said Principal has submitted a Bid to said City to perform the Work required under the Bid Schedules)of the Citys Contract Documents entitled: CITY HALL NORTH,POLICE STATION AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17, 1334. NOW THEREFORE,I aald PdncIpel b awarded a Contract by said C41y,"and YAWn the ttmo and in the n%nner required in the "Notice Invitlng Bida" and the 'Instructions to Bidders" enters Into a written Agreement on the Farm of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performanca Bond and Payment Bond, than this Obligation shall be null and void, otherwise it shall remain In full force and effecL In the event suit is bmught upon this Band by said City,and City prevails, said Surety shall pay all costs incurred by said City In such suit,including a reasonable attorneys fee to be fixed by the corm SIGNED AND SEALED,this 25th day of November 2014. PRINCIPAL: _. _ ( rapie tra dgaAres;aN ` xa Saaabry. T T� A. aaoefa,P�eyaaraanyvrcePreaaa*arroa de ista C stru Inc.dba North American Speicalty Insurance Gold V Cons ruction SURETY: Company Print Name and Title: BY By s OTAR2m} t Print Name and Tide: Pr Donna J. Frowd, Attorney-in-Fact Print Name a/rd Tina:/ y► t N%PO=STATI004,AND crtv naLL SOVN PALMING LOTS 00T09E14.2014 ae bo"b awo occumTv soave BID FORMS-PAGE 18 State of California County_Of ____MARIN On November 25, 2014 before me, Donna L. Welsh Notary Public, personally appeared Donna S. Frowd who proved to me on the basis of satisfactory evidence to be the person(s) whose name(*) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/tIteir authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Signature GONNA L. WELSH Commission,#2036335 Notary public- Cafifornia i Marin County a .,, - My Comm.Expires Sep 6. 2017 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 State of California 1 County of J} 7] On /yi9t/. 10 r 20 1 �k before me, Date - _ Here Insert Name and Title of'ihe Officer — personally appeared (��C�c F � 9 Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the persono whose name( subscribed tot within instrument and acknowMaged #ersono), me that a haAhey executed the same in CARRIE L.DRANOW -au orized capacity(i ), and that by Commission x 1959827 er�Yhalr signature on the instrument the Notary Public-California or the entity upon behalf of which the Los Angeles County person acted, executed the instrument. 4 Comm.Expires Dec 6.2015 J 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my/h/�/J dd��a�,nd official seal. ,A, '' .. ll Place Notary Seal Above Signature: ✓OA4(/_/ 94&�J Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document �1/ Title or Type of Document: { d- Document Date: Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: , E . ekX t40&+'7 Signer's Name: 8 Corporate Officer—Title(s): 4AAVo o�r� ❑Corporate Officer—Title(s): -��- ❑ Partner— 1-1 LimitedEl General El Partner— ❑ Limited ElGene �l ❑ Individual ❑Attorney in Fact ❑ Individual ❑Attor Fact ❑Trustee ❑Guardian or Conservator ❑Trustee ❑ rdian or Conservator ❑Other: ❑ Other: Signer Is Representing: Signers Representing: 0 2013 National Notary Association •www.NationaiNotary.org • 1-800-US NOTARY(1-800-876-6827) Item N5907 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL.MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: MICHAEL B.MCGOWAN,SUSAN J.McGOWAN,DONNA L.WELSH, DEBBIE L.WELSH and DONNA J.FROWD JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings Obligatory in the nature of a bond on behalf of each of said Companies,w surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority sha11 exceed the amount of FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 0 of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surely to which it is attached." TM ^ IA iS� Steven P.Aadman.SmMr Vio Prmidnt orWmMngtan latapaaaoalrwuraae Company �LlQ''% KDR &Smite Viee PrcaWentolNsM Amoticav Spedaay laennm Compaq fffflf , By `. *,✓ David M.Uy Vfa,, tld ,arWnhiptmrd4aaawdrmpMa Cmopany 6 Mm Prd loftfo Av*m Sped yWa Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Com J panye have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this26th day of w 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 26th day of June ,201.2 before me,a Notary Public personally appeared Steven P Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. 00 1'Idary Pablr.8tele u mools Donna D.Sklens,Notary Public lt1 cuamb" I0MM15 I, Jeffrey Goldbere . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct Copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies25th y November 14 this_da /oJf/��/�[.,�� ,20 _ tearyG dbq,via Prt to mwmnt Sejmq of WmltingN Inns Ma Wmanca CoWmy a NOM Amai Spwtl tyrwu mCompmy City of Palm Springs,CA Pm Mmemconmrog Divisbn p �+ Bid Abstract BIB $TRACT Vendors&Bid Amounts d J--) PROJECT NAME: . Qok% �i DUE DATE: 1l-aLS pKk V4 1 DESCRIPTION: I Total of all Bid Schedule Items Witnesste By-, Da : ed 5-. CITY HALL&POLICE STATION PARKING LOTS CITY PROJECT 01-17&13-34 BID SUMMARY 11126I2014 GOLDEN VALLEY BID SCHEDULE A OUANT. UNIT CONSTRUCTION BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL 1 Mobilizaiton 1 LS $50,000.00 $50000.00 2 Traffic Control 1 LS $15,00000 15000.00 3 Adjust to Grade 8 LS $5,000.DO 40000.00 4 Cold Mill Existing AC Pavement(down 22853 SF $1 40 $31R94.20 1.5 min.)Fill Taper With crushed misc 5 Remove Existing Barrier Curb,Valley 785 SF $200 51,570.00 Gutter and Curb and Gutter 8 Remove and Reconstruct Existing 181 SF $12.00 $2,172.00 Crass Gutter and Spandrel(modified Remove Existing AC Pavement and r22 SF $075 $2,911.5D Fill Taper with Crushed Mlsc.Base 6 Construct TPCC Pavement(While SF $4.10 $204,612.10 Top)per specification 9 Construct Type Al Curb per stantlartlLF $15.00 $1,245.00 10 Contract Type A3 Curb and Gutter per LF $18,00 $192800 standard 200 11 Construct 3'wide Valley Gutter per LF $2200 $4.95000 Detail on sheet 3 t2 Install Thermoplastic Parking StrpingLS $6.500.00 $6,500.00 per detail on sheet 3 13 Install Accessible PaMing Striping and 2 EA $650,00 $1,300,00 Signage per detail on sheet 2 14 Sawcut Existing AC Pavement,Curb, 384 LF $1 50 $576,00 Concrete and Smooth Jain 16 Construct AC Pavement Equivalent to 45 SF $4.5D $20250 Existing Section 16 Remove Existing PCC Concrete 358 SF 51.50 $537 OD 17 Construct PCC Concrete equivalent to 292 SF $450 $1,314.00 awed section is Remove Existing AC Pavement 3p08 SF $O75 $2256.00 19 Remove Existing AC Dike 35 LF $1.00 $3500 20 Construct CalTrans Type F Curb 1 EA $2.10000 $2,100.00 Ramp(modified)per detail on sheet 21 Construct out Ramp Type'A"per City 2 EA $2,20000 $4.400.00 SUI 212 and 212A 22 Remove Existing Concrete as 43 SF $2.25 $96]5 necessary to install irNine truncated 23 Install 3'Schedule 80 PVC Conduit 124 LF $1000 $124000 (30'min cover)Cap Ends 24 Clean Out Existing Storm Drain 2 EA $500.00 $1,000.00 Inlet/Catoh Basin 25 Install ADA Additional Signage per 3 EA $300.00 $900.00 detail on sheet 2 TOTALA $379,738.05 BID SCHEDULE QUANT. UNIT MATICH CORPORATION BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL 1 Remove existing AC pavement 8,114 LS $O75 $6085.5D Cold Mill existing AC pavement or 2 remove and fill taper with crushed misc 8.816 LS $1.60 $14,10560 base 3 Remove existing cross gutter 273 SF $2.W $64800 4 Adjust existing electrical pullbox for 1 EA $100.00 $100.00 finish grade 5 Remove existing concrete cuhllgulter 475 LF $250 $1.157.50 6 Remove existing concrete sidewalk 996 SF $1,00 $991 7 Adjust existing sump drain to grade 1 SF $100.00 $1W 00 8 Clear and grub area;relocate and cap 2,110 SF $15D $3,165.00 exis.ng irrigation 9 Remove existing tree.sprinkler,and 10 �IA $700 DO $],OD0.00 tots 10 Relocate existing sign for construction 1 EA $50.00 $50.00 Of im rovements 11 Remove existing of drain 12 EA $50.00 560000 12 Adjust existing inlgation valve for finish 1 EA $100,00 $1 OD 00 grade 13 Remove existing dry sump drain 3 EA $25000 $750.00 Remove existing parking lot light 14 foundation;remove and salvage 5 EA $40000 $2,000,00 existing light and relocate existing mnduit 15 Sawcut pavementlooncrele 2392 11 $120 16 Grind existing pavement down 1.5' 11]] SF $160 $t68320 (min) 17 Remove existing accessible parking 6 EA $50.00 $300.00 sign 18 Construct 3"PCC pavemanl('White 51,100 SF $375 $19162500 top")per specifications 19 Cons� 0 ct type Al-6 curb per CPS Bid 458 LF $1500 ED 8700 Construct type Bt curb and gutter per 20 CPS Std no.200 442 LF $1800 $7,956.W Construct curb outlet per detail on 1 EA $120000 $1 200.00 21 sheet] Adjust drain box to glade 1 EA $400GO wow 22 Install Imirmoplaslic park'Ing stdping 1 IS $6,coo.00 ED co000 23 per detail on sheet] 24 Install Storm Drain Lateral and connect 72 LF $3000 32,160.00 existing root drain per detail on sheet] Install accessible parting space 25 sifiping per detail on sheet T 5 EA $350.00 $1 750.00 25 Construct sump chain per detail on 3 EA $50000 $150000 sheet] 27 Adjust imgation control box to grade 1 EA $10000 $100.00 28 Install 4'PVC storm drain 515 LF $25.00 $12,875.00 29 Install ADA additional signage per 2 FA $300.00 moo 00 betas on sheet] 30 Construct a-PCC Sidewalk per CPS 1442 SF $3.25 $4,686.50 $id.na.210 31 COOebppt type B cum ramp par CPS 2 EA $2,1W.00 $4.200.Oc Std 213 32 Construct type A curb ramp per CPS 1 EA $2,200.00 52.200.DO did,no.212 8 212A 33 Relocate existing parking lot 111 4 EA $1,200,00 $4.800.00 34 Install accessible parlJng signage per 5 EA, $300.00 $1,W0.00 detail on sheet] 35 Construct catch basi klry 111 per data 3 EA $1,WO.00 $4W0.00 on sheet] 36 Construct 3'Wide Valley Gutter per 180 LF $22.00 $3,960 00 detail on sheet] 37 Consthod Cal Trans Type F Cum 2 EA $220000 54,400.00 Ramp(modified)per detail on sheet 38 Install In-Line Truncated Domes per 30 FA $800.00 $2400000 CPS it 212A 39 Install 3"schedule 80 PVC conduit(30 48 LF $10 00 5480.00 Covertmin rap ends 40 Clean OutE,oiding Storm Drain 1 EA $500.00 $500.00 InIeVCatd1 Basin Install planting and Irrigation per sheet 41 5 and 6 1 LS $46,000.00 59600000 TOTALS S3T6,101.T0 BID SCHEDULE C OUANT. UNIT MATICH CORPORATION BID ITEM ITEM OESCRIPTION UNIT PR. TOTAL 1 REMOVE EXISTING BARRIER CURB. GG SF $250 $1520.GO VALLEY GUTTER AND CURB AND GUTTER 2 CONSTRUCT TYPE Al CURB PER CITY OF 16 LF $15 DO U4000 PALM SPRINGS STD.DWG.NO.OW 3 CONSTRUCT TYPEA3 CURE PER CITY OF R2 LF $15GO $138000 PAUD SPRINGS BTD.NO.ON 4 INSTALL ACCESSIBLE PARKING STRIPING 5 EA $]OO.W $3,Soo.00 AND SIGNAGE PER DETAIL ON SHEET 2 5 SAWOUT EXISTING AC PAVEMENT,CURB, 286 LF $110 $32560 CONCRETE AND SMOOTH JOIN 6 CONSTRUCT AC PAVEMENT EQUIVALENT 1151 BF $2.50 S2,B77 50 TO EXISTING SECTION T CONSTRUCT TYPE CI END OF CURB PER 1 EA $50000 $500.00 CITY OF PALM SPRINGS STD.NO.2. B CONSTRUCT 6'WIDE OPENING FOR 1 EA $250.00 $25000 DRAINAGE PURPOSES B INSTALL THERMOPLASTIC PARKING STALL 1 LS $5.500.00 $5.50000 STRIPING PER DETAIL ON SHEET NO.6 10 REMOVE EXISTING ROD CONCRETE 31 SF $2.00 $62.00 11 CONSTRUCT 4 WIDE VALLEY GUTTER PER TC IF $2000 $1,960.00 DETAIL ON SHEET NO.6 12 REMOVE EXISTING PCC CONCRETE 4d SF $6.00 $240.00 EQUIVALENT TO EXISTING SECTION MY GRIND EXISTING AC PAVEMENT FOR 15' 13 AND OVERLAY WITH I S'TYPE PG]610 51,681 SF $2.80 $144,706.80 AC PAVEMENT PER CITY OF PALM SPRINGS STANDARDS REMOVE EXISTING CONCRETE AS NECESSARY TO INSTALLIl 14 TRUNCATED DOMES PER CITY OF PALM tT SF U40.00 $7,480.00 SPRINGS STD.DWG N0.34A pATED Mtd ON EXISTING CURB RAMP 15 CONTRACTOR TO CLEAN OUT EXISTING EA §500.00 $1500.00 STORM DRAIN INLETKATCH BASIN 16 INSTALL AGA AOOITIONAL SIGNAOE PER 2 EA $3W.00 $600.00 DETAIL ON SHEET NO.] TOTALC $1]2,Bd1.90 TOTAL AaBl $927,4$1.65 heck A License - License Detail - Contractors State License Board Page 1 of 2 . Consumers . Contractors . Online Services . Media Room . About Us Contractor's License Detail for License # 776249 DISCLAIMER:A license status check provides information taken from the CSLB license database. Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted bylaw&&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below.Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17,only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload,there may be relevant information that has not yet been entered onto the Board's license database. Business Information GOLDEN VISTA CONSTRUCTION INC dba GOLDEN VALLEY CONSTRUCTION 44300 LOWTREE AVENUE STE 118 LANCASTER, CA 93534 Business Phone Number:(661)940-9914 Entity Corporation Issue Date 03/15/2000 Expire Date 03/31/2016 License Status his license is current and active. II information below should be reviewed. Classifications IA GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond his license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number:Number: SC1026186 'Bond Amount: $12,500 '.Effective Date: 03/02/2009 ''.Contractor's Bond History Bond of Qualifying Individual The Responsible Managing Officer(RMO)EMERSON MICHAEL EDWARD certified that he/she owns 10 percent or''.. more of the voting stock/equity of the corporation.A bond of qualifying individual is not required. Effective Date: 03/15/2000 https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=7... 11/25/2014 heck A License - License Detail - Contractors State License Board Page 2 of 2 Workers' Compensation This license has workers compensation insurance with the WESCO INSURANCE COMPANY '. '.Policy Number:WdUC3084197 iEffective Date: 03/31/2014 !Expire Date: 03/31/2015 Workers'Compensation History https://www2.cslb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum-7... 11/25/2014 CITY OF PALM SPRINGS NOTICE INVITING BIDS i For constructing CITY HALL NORTHIPOLICE STATION AND SOUTH PARKING LOTS CITY PROJECT NO. 01-M7, 1334 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the CITY HALL NORTH, POLICE STATION AND CITY HALL SOUTH PARKING LOTS will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on November 25, 2014 at which time they will be opened and read aloud. I N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of parking lot refurbishment, 'white top," and associated replacement and repair at the City Hall North and City Hall South Parking Lots; construction of asphalt concrete overlay at Police Station Parking Lot; and all appurtenant work. The Engineer's Estimate is $992,000. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject any or all bids, to waive any informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, on the basis of the total sum of Bid Schedules A, B, and C, and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C-8 Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. i N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,1"4 NOTICE INVITING BIDS OCTOBER,2014 PAGE 1 N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. i (b) Plans, Specifications $ Contract Documents may be purchased for$15.00 per set on a CD. Accepted methods of payments are cash or check (made payable to the City of Palm Springs), or credit card (Visa or MasterCard). The CD can be obtained from the City of Palm Springs Engineering Department, located at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262. No refunds wil be made for any changes for purchase of Contract Documents. (c) Mailing options for the CD. If you have an OnTrac number please include that in you correspondence. (FedEx is no longer an available option). If you do not have an Ontrac account and you need the City to mail the CD, Please add an addition $5.00 to yout payment for Contract Document to cove the cost of shipping. If you have any questions, please call the Engineering Secretary @ (760) 323-8253 x 8750 or by e-mail at Tabitha.Richards@palmspdngs-ca.gov. (d) Obtaining Bid Documents and registration as the Bidder: If you are interested in submitting a bid, Bidders shall contact Tabitha Richards, Engineering Secretary, by e-mail at Tabitha.Richards@PalmSprings-ca.gov., or by phone at (760) 323-8253 x 8750, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f)This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at www.palmspringsca.govfindex.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Savat Khamphou, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to Savat Khamohou0palmsarinosca gov/. Questions must be submitted by 2:•00 PM, November 17, 2014. Questions received after this date will not be accepted. N-10 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", the prime contractor shall use good faith efforts to sub- contract the supply of materials and equipment to local business enterprises and to sub- contract services to businesses whose work force resides within the Coachella Valley. N-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contracting Manager at 3200 East Tahquitz Canyon Way, Palm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOVrH PARKING LOTS NOTICE INVITING BIDS CITY PROJECT NO.01-17, 13-34 PAGE 2 OCTOBER,2014 Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words "Bid For.." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. i BY ORDER OF THE CITY OF PALM SPRINGS By OL Date /U z David J. Barakian, P.E. Director of Public Works/City Engineer i i I I i I I i I CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS NOTICE INVITING BIDS CITY PROJECT NO.01-17,13-34 PAGE 3 OCTOBER 2014 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an riY Agreement with the C' in the form included in the Contract Documents (as defined in 9 Article 4 of the Agreement) perform the Work assp specified or indicated in said Contract 9 ) to Pe Documents entitled: CITY HALL NORTH, POLICE STATION AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO. 01-17, 13-34. Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will fumish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- 01 collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS BID IPROPOSAU CITY PROJECT NO.01.17,13-34 BID FORMS-PAGE 2 OCTOBER,2014 Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(`s). Ac �b0. 6ol�eq 4{d CABS Uc� T Dated: Bidder: G014A ,On Bya � (Signature) Title: (;tAvtl MMI-Cc CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS BID(PROPOSAL) CITY PROJECT NO.01-17.13-34 BID FORMS-PAGE 3 OCTOBER,2014 BID SCHEDULE 'A" Schedule of Prices for the Construction of the: CITY HALL NORTH PARKING LOT CITY PROJECT NO. 01-17. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Mobilizaiton 1 LS $ S0 C1100 $ 5(J000,90 2. Traffic Control 1 LS $ j o ri fi0 $ 1S 000 ' 91 ` 3 Adjust to Grade 8 LS $ $ 4� 009� 00 r Cold Mill Existing AC Pavement(down 4. 1.5" min.)-Fill Taper with crushed misc. 22,853 SF base I $ $ 5 Remove Existing Barrier Curb, Valley Gutter and Curb and Gutter 785 SF $ �� $ 15 �, 00 ✓ Remove and Reconstruct Existing 6 Cross Gutter and Spandrel (modified 3.5' wide) per City of Palm Springs 181 SF $ STD. DWG 206 7. Remove Existing AC Pavement and Fill Taper with Crushed Misc. Base 3,882 5F $ $ ✓�� ✓ 8 Construct 3" PCC Pavement(White 49,881 SF , Top) per specification $ u $ 9 Construct Type Al Curb per standard 200 83 LF $ 15 , G8 $ 10. Contruct Type A3 Curb and Gutter per standard200 107 LF $ $ 1g2C.Go ✓ 11. Construct T wide Valley Gutter per Detail on sheet 3 225 LF $ 22 0 $ 12 Install Thermoplastic Parking Striping per detail on sheet 3 1 LS $ (,�j GG, GG $ 13. Install Accessible Parking Striping and Signage per detail on sheet 2 2 $ , $ 19 G G, GO Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13.34 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 4 BID SCHEDULE "A" (Continued) CITY HALL NORTH PARKING LOT CITY PROJECT NO. 01-17. Item Description Estimated Unit Unit Amount No. Quantity Price 14. Sawcut Existing AC Pavement, 384 LF Curb, Concrete and Smooth Join $ I I S d $ 15 Construct AC Pavement Equivalent 45 SF to Existing Section $ 00 $ 16. Remove Existing PCC Concrete 358 SF $ 150 $ 537. 6E ✓ 17. Construct PCC Concrete equivalent to existing section 292 SF $ 1�1 � $ Remove Existing AC Pavement 18. 3,008 SF $ �S $ 2�S�. On ✓ 19. Remove Existing AC Dike 35 LF $ i J $ S. ✓ Construct CalTrans Type F Curb 20 Ramp (modified) per detail on 1 EA $ 2100, 00 $ .21 il0 OJ ✓ sheet 1/6 Constnict curb Ramp Type "A" per I/ 21. 2 EA $ $ City Std. 212 and 212A z2�0, 0� 4yU� , GG Remove Existing Concrete as 22. necessary to install in-line truncated 43 SF $ $ domes per City Std. 212A 23 Install 3" Schedule 80 PVC Conduit 124 LF $ 10,00 $ 124 G Q (30" min cover)Cap Ends 24 Clean Out Existing Storm Drain Inlet/Catch Basin 2 $ 503 ,03 $ I JJ 0 j 25 Install ADA Additional Signage per 3 EA $ 3 detail onsheet2 uG ,�J� $ �V�, il � TOTAL OF ALL ITEMS OF THE BID SCHEDULE"A": F $ 311 . (Price In figures) Q Ths>> �tutact� s�venCd t;� th moh) hbh�v� (Price In words) Ge1��n �i5�4Gno}�a�� zfttA&, (;00u Uall�y Cne�}�uc�;on Name of Bidder or Firrn CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 5 BID SCHEDULE "B" Schedule of Prices for the Construction of the: CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Remove existing AC pavement 8,114 SF $ ,�s $ GCB � ,SD ✓ Cold Mill existing AC pavement or _ 2. remove and fill taper with crushed 8,816 SF $ �,� $ misc base 3. Remove existing cross gutter 273 SF $ /D $ 4. Adjust existing electrical pullbox for finish grade 1 EA I�G U $ I G'd , 0 ✓ 5. Remove existing concrete curb/gutter 475 LF $ 2.5 $ I���, Q ✓ 5 6. Remove existing concrete sidewalk 996 SF $ � $ �qG G. ✓ 7. Adjust existing sump drain to grade 1 EA $ 10�100 $ I G DUO ✓ 8. Clear and grub area; relocate and cap existing irrigation 2,110 SF $ �� $ �(E5,�� 9. Remove existing tree, sprinkler, and roots 10 EA $ ���r J� $ 10. Relocate existing sign for r , construction of improvements 1 $ J�, 0J $ 5u, GO 11. Remove existing roof drain 12 EA 5 ✓ CYol�en�;>�aCo�e}c�c�;oA,��c bl.a Gala�� Valley CO Name of Bidder or Finn CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 6 BID SCHEDULE "B" (Continued) CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 12. Adjust existing irrigation valve for finish grade 1 EA $ IqG � �� $ 13. Remove existing dry sump drain 3 EA $ $ Remove existing panting lot light 14. foundation-, remove and salvage 5 EA $ - existing light and relocate existing conduit 15. Sawcut pavementiconcrete 2,392 LF 16. {mindexisting pavement down 1.5" 1in) ,177 SF $ I ,CD $ Remove existing accessible parking 17. sign 6 $ $ GotSm U'roto, Q0'k+k c}i 04, r4C GOP- 4 V44ty (0tulwd191V Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 7 BID SCHEDULE "B" (Continued) CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. Item Description Estimate Unit Unit Amount No. d Price Quantity 18. Construct 3" PCC pavement("white G 100 SF top") per spe�cations 51, $ 3il5 $ 19. Construct type A1-6 curb per CPS Std. no. 200 458 LF $ IT, Do $ �Y��. 90 ✓ 20. Construct type 131 curb and gutter per CPS Std. no. 200 442 LF $ I �J $ i b Up 21. Construct curb outlet per detail on sheet r/ 7 1 EA $ I1rjd , yD $ 1'ZuJ, 70 22. Adjust drain box to grade / 1 EA $ 4UliiQ $ 23. Install thermoplastic parking striping per detail on sheet 7 1 LS $ Co UO Dl $ Install Storm Drain Lateral and connect 24. existing roof drain per detail on sheet 7 72 LF existing 3�. �� $ 2 �Q 25. install accessible parking space striping ✓ per detail on sheet 7 5 $ 3%. Do $ �j rJ r OD 26. Construct sump drain per detail on sheet 7 3 $ 5 00, 09 $ 1560 , 00 27. Adjust irrigation control box to grade 1 EA $ f0a, )0 $ Iuu , 28. Install 4" PVC storm drain 515 LF $ Op $ , /P 875 Install ADA additional signage per detail 29. on sheet 7 2 $ .) $ �,6G , �G ✓ 30 Construct 4" PCC Sidewalk per CPS 1,442 SF 3 '�� r Std. no. 210 $ / $ Go`�eA V'06 Coaotcdci,ok, TAc Aa G40 4 Va ll,q Co A3t rucl';'A Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS - CITY PROJECT NO.01-17,1334 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 8 BID SCHEDULE "B'r (Continued) CITY HALL SOUTH PARKING LOT CITY PROJECT NO. 01-17. Construct type B curb ramp per CPS 31. 2 EA $ , uu $ q2�. CU ✓ Std. no. 213 Construct type A curb ramp per CPS ZOg, 32. Std. no. 212 & 212A 1 EA $ $ 33. Relocate existing parking lot light 4 EA $ l 20 ,CA $ im o 0 , W Install accessible parking signage per 34. detail on sheet 7 5 $ �09 $ l5`J� jog 35. .Construct catch basin/drywell per detail 3 EA $ (� 0 �� $ 0 00, JQ on sheet 7 36. Construct 3' Wide Valley Gutter per detail on sheet 7 180 LF $ 'Z{ Qu $ �q �� y 37 Construct Cal Trans Type F Curb Ramp (modified) per detail on sheet 1/7 2 $ Z�J�, JC $ Install In-Line Truncated Domes per 38. CPS dwg. 212A 30 EA $ QJ $ 39 Install 3"schedule 80 PVC conduit(30" min cover)cap ends `� LF $ i oo $ Clean Out Existing Storm Drain 40. Inlet/Catch Basin 1 $ p us, ud $ 5 Off,DJ Install planting and irrigation per sheets 1 LS 41. 5 and 6 $ `iC��1G9,u� $ ifiE p(iD, 04 ✓ TOTAL OF ALL ITEMS OF THE BID SCHEDULE"B": F $ 376,10- 1. 7oo �sl 41m �I��l� �, fco �h a C41 (Price in words) �9)dc0 Vi3�Q W'id�CUCrIO(1� (LC �76 �OI�t� V4�` CoM+VUCrLOV) Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 UNIT PRICE BID SCHEDULE OCTOBER,2014 BID FORMS-PAGE 9 BID SCHEDULE "C" Schedule of Prices for the Construction of the: POLICE STATION PARKING LOT CITY PROJECT NO. 13-34 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1• REMOVE EXISTING BARRIER CURB, VALLEY GUTTER AND CURB AND GUTTER 608 SF $ Z 5 9 $ 2. CONSTRUCT TYPE Al CURB PER CITY OF PALM SPRINGS STD. DWG.NO.200 16 LF $ 1� D p $ 3, CONSTRUCT TYPE A3 CURB PER CITY OF l PALM SPRINGS STD.NO.200 92 LF $ I S, v0 $ 4, INSTALL ACCESSIBLE PARKING STRIPING n n AND SIGNAGE PER DETAIL ON SHEET 2 5 EA $ d $ S G�, 90 5. SAWCUT EXISTING AC CONCRETE AND SMOOTH OPAVEMNNT, CURB, 296 LF $ I ' $ 6 CONSTRTO EXISTING SECTION LING CT AC PAVEMENT EQUIVALENT 1,151 SF $ �r k $ 7, CONSTRUCT TYPE C1 END OF CURB PER J CITY OF PALM SPRINGS STD.NO.200 1 EA $ �O pj 106 $ Sows, Q Q $• CONSTRUCT 6'WIDE OPENING FOR DRAINAGE PURPOSES 1 EA $ 210,00 $ 6b,QQ INSTALL THERMOPLASTIC PARKING g, STALL STRIPING PER DETAIL ON SHEET 1 LS $ 00 $ NO.6 DJ U U REMOVE EXISTING PCC CONCRETE 10. 31 SF $ 2, 96 $ 11• PER DETAIL N SHEET N NSTRUCT 4'WIDE VALLEY GUTTER 70 LF $ Z 0 $ I Q J REMOVE EXISTING PCC CONCRETE 12. EQUIVALENT TO EXISTING SECTION AND 40 SF $ �� , $ Z II O AO ADJUST VALVES TO GRADE i Go1�tnV;e}aCsn+}t'Jz};on�Inc �baGol�gn �n��cy� G4ji%JioA Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01.17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER.2014 GOOD FAITH EFFORTS BID FORMS-PAGE 10 BID SCHEDULE "C" (Continued) POLICE STATION PARKING LOT CITY PROJECT NO. 13-34 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price GRIND EXISTING AC PAVEMENT FOR 1.5' 13. AND AC PAVEMENTPERCITY FY WITH PPALM7010 51,681 SF $ �4,�� )0 SPRINGS STANDARDS REMOVE EXISTING CONCRETE AS j NECESSARY TO INSTALL IN-LINE $ 14. TRUNCATED DOMES PER CITY OF PALM 17 SF �Q v SPRINGS STD.DWG NO.212A DATED 2014 ON EXISTING CURB RAMP nn CONTRACTOR TO CLEAN OUT EXISTING 3 EA 15. STORM DRAIN INLET/CATCH BASIN INSTALL ADA ADDITIONAL SIGNAGE PER 2 EA ROM 16. DETAIL ON SHEET NO.2 TOTAL OF ALL ITEMS OF THE BID SCHEDULE "C": $ �,I,�,' � l (Price in figures) q ,,) IVY (Price in words) TOTAL OF ALL ITEM, S "A", "B"AND"C": r F $ rice in figures) e. �;n� h�nosce �i��'Q�n ��oesnn� e o�i� Lj)�V � `(Price In words) QUANTMES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith,and reserves the right after award to increase or decrease the quantity of any unit price bid item, by an amount up to 25 percent of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. ', Go��;n V;o}aCI,�,3��C},oq/Zq< boot Gol��� �aU�y C�rwj�cuc}� ar1 Name of Bidder or Firm CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 11 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 name and business address 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, or$10,000.00, whichever is greater, 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. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50% of the Work identified in this Bid,the Bid shall be considered non-responsive. Bidders shall list the total % of Work to be performed by the Prime Contractor here: _ (shall not be less than 50%). Contractor's Percent License of Total Work to be Performed Number Contract Subcontractor's Name &Address 1. Cc;sn C" 0 jca t��5'n 2. 3. 4. 5. CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17.13-34 OCTOBER,2014 LIST OF SUBCONTRACTORS BID FORMS-PAGE 12 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 01-17, 13-34. Bid Opening Date: November 25, 2014. The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of thissubsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER.2014 GOOD FAITH EFFORTS BID FORMS-PAGE 13 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) In the event no local firms (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local firms for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,13-34 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 14 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (Y/N) D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: Names, addresses and phone numbers of firms selected for the worts above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS CITY PROJECT NO.01-17,1334 LOCAL BUSINESS PREFERENCE PROGRAM OCTOBER,2014 GOOD FAITH EFFORTS BID FORMS-PAGE 15 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) ss. County of I, MA "m , being first duly sworn, deposes and says that he err she is (_sr_KP_rg1 Ra Aaqv,,Tl of 6ol)te VkAft yin roe 1nc�brl Cso1�CnVa�jey the party making the foregoind Bid, that the Bid is not made in the interest of, or on behalf Qtt j6cj oq of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or 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. Biddertsol�pn TAo,Cnruyuc-Y,a _Uc 64- Garen la_164 V+ruc+iIOA By Title G r Organization 1 Address 2000 LKP_<Jtye, Oc POAA 0 IQM1 TAHOUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 NON-COLLUSION AFFIDAVIT CITY PROJECT NO.CP.13-33 BID FORMS-PAGE 11 ALL-PURPOSE ACKNOWLEDGMENT StateofCP\L-\E 0.wSiP County of On \\— z5—aZlA before me, Date �c =� Name, Title of Officer personally appeared ` `\C t\Alm L 1 Vt SJZ NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(orwhose name(s) is/are subscribed to the within instrument and acknowledged to me that he/spdOM executed the same in his/her/fdeiF-authorized capacityp"), and that by hisAw/theirsignatures(al on the instrument the person(a), or the entity upon behalf of which the person e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. DONOVAN A.MARKS Commission• 1981519 rei Notery Publk-Calitomla Signature of Notary = Riverside County My Comm. Expires Jul 8,2016+ ATTENTION NOTARY: Although the information requested below is OPTIONAL,it could prevent fraudulent attachment of this certificate to unauthorized document. THIS CERTIFICATE Title or Type of Document t} — J--I—U—S10 MUST BE ATTACHED TO THE DOCUMENT Number of Pages 1 DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named I.-S 6 113 L Above TAHQUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 NON-COLLUSION AFFIDAVIT CITY PROJECT NO.CP.13-33 BID FORMS-PAGE 12 BIDDER'S GENERAL INFORMATION The Bidder shall fumish the following infonnation. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. t. BID ER/CONTRACTOR'S Name and Street Address: Gal�P \I' sl At, GOU'tn %11l v Con+�rL)J' on Z000 Ex-cui;ue Or Paln Spr ,as Cfl 42uG? 2. CONTRACTOR'S Telephone Number. ( ISO ) 3?2-0010 Facsimile Number. ( 1�0 ) 3zz-00�0 — 3. CONTRACTOR'S License: Primary Classification State License Numbers) ?iGN9 R Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety N R5 Address IN P,m Si Ski ?UO Son �cnr ci sco�Cffl q'}lll Surety Company M C Gown � flysoC, alto Telephone Numbers: Agent (41.S ) Z 4 Z I 0,g a Surety( 4iT 5. Type of Firm (Individual, Partnership or Corporation): Cnrpol-a- ntl 6. Corporation organized under the laws of the State of: Cffi, 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the Corporation or firm: M 4Af Ea*Tjon 4y>>DO LOW -m lnnubS l fl' g3534 TAHOUITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 BIDDER'S GENERAL INFORMATION CITY PROJECT NO.CP.13.33 BID FORMS-PAGE 14 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: a. Owner Cog6�4 F Riutca.rx Address 3528 14{'� i It,veoa,5-. Cft Q-501 Contact Jt05 M-n�07A, Class of Work Phone '151 ContractAmount 2 2�0 90D Project C,U, Mohr N k ?Ot�Date Completed 4 Contact Person Telephone number b. Owner Con [d Address WX Contact -Jo4n+�9� Class of Work Phone"-, Contract Amount 004 Project �Oq�pyM�k NAX? Date Completed I0� Contact Person Telephone number C. Owner o� M'r 0Address Gq�-W ffgJu 111 A o M,s VZ10 Contact 1644 V mq p Class of Work Phone Ifoo 3 n —mil Contract Amount 49� (100 Project Hui Ill Me�ipnS Date Completed 10 J14 Contact Person Telephone number 10. List the name and title of the person who will supervise full-time the proposed work foryourfirm: kf,aw - C')atr ns 1' i 11. Is full-time supervisor an employee ✓ or contract services 12. 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. TAHWITZ CANYON WAY MEDIAN LANDSCAPING PHASE 2 BIDDER'S GENERAL INFORMATION CITY PROJECT NO.CP.13.33 BID FORMS.PAGE 15 i i i CITY OF PALM SPRINGS NOTICE INVITING BIDS For constructing CITY HALL NORTH/POLICE STATION AND SOUTH PARKING LOTS CITY PROJECT NO. 01-017, 13-34 N-1 NOTICE IS HEREBY GIVEN that sealed bids for the CITY HALL NORTH, POLICE STATION AND CITY HALL SOUTH PARKING LOTS will be received at the office of the Procurement and Contracting Manager of the City of Palm Springs, California, until 3:00 P.M. on November 25. 2014 at which time they will be opened and read aloud. N-2 DESCRIPTION OF THE WORK: The Work comprises the construction of parking lot refurbishment, 'wvhke top," and associated replacement and repair at the City Hall P P P tY North and City Hall South Parking Lots; construction of asphalt concrete overlay at Police Station Parkin Lot; and all appurtenant enant work. The Engineers Estimate is $992,000. N-3 AWARD OF CONTRACT: (a) The City reserves the right after opening bids to reject an or all bids, to waive an 9 p 9 I Y Y informality (non-responsiveness) in a bid, or to make award to the lowest responsive, responsible bidder, on the basis of the total sum of Bid Schedules A, B, and C, and reject all other bids, as it may best serve the interest of the City. (b) As a condition of award, the successful bidder will be required to submit payment and performance bonds and insurance. N-4 BID SECURITY: each bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of 10 percent of the total bid price, payable to the City of Palm Springs. N-5 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 60 calendar days from the date of bid opening. N-6 CONTRACTOR'S LICENSE CLASSIFICATION: The Contractor shall possess a valid Class A or C-8 Contractor license at the time of submitting bids. N-7 PREVAILING WAGE RATES NOT APPLICABLE: Funding for the Work is with all local funds and, as provided under City Charter, will NOT require compliance with the j prevailing wage requirements of the State of California. N-8 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract Documents from time to time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS NOTICE INVITING BIDS CITY PROJECT NO.01-17,13-34 OCTOBER,2014 PAGE N-9 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) Contract Documents may be inspected without charge at the office of the City Engineer, 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. (b) Plans, Specifications $ Contract Documents may be purchased for$15.00 per set on a CD. Accepted methods of payments are cash or check (made payable to the City of Palm Springs), or credit card (Visa or MasterCard). The CD can be obtained from the City of Palm Springs Engineering Department, located at 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262. No refunds wil be made for any changes for purchase of Contract Documents. (c) Mailing options for the CD. If you have an OnTrac number please include that in you correspondence. (FedEx is no longer an available option). If you do not have an Ontrac account and you need the City to mail the CD, Please add an addition $5.00 to yout payment for Contact Document to cove the cost of shipping. If you have any questions, please call the Engineering Secretary @ (760) 323-8253 x 8750 or by e-mail at Tabitha.Richards@palmspdngs-ca.gov. (d) Obtaining Bid Documents and registration as the Bidder: If you are interested in submitting a bid, Bidders shall contact Tabitha Richards, Engineering Secretary, by e-mail at Tabitha.Richards@PalmSprings-ca.gov., or by phone at (760) 323-8253 x 8750, to officially register as a Bidder for this project with your company name, address, phone, fax, contact person and e-mail address. Bidders must be registered to submit a Bid; failure to register may be cause to find a Bid non-responsive. (e) Bidders shall obtain Bid Documents from the City of Palm Springs. The Bid Forms found in the original Bid Documents shall be removed from the bound Bid Document and used to submit a bid. (f)This Notice Inviting Bids, the Plan Holders List, and other related information for this project can be found on-line at the City's webpage at www.palmspringsca.govfindex.aspx?page=85. (g) All questions about the meaning or intent of the Bid Documents are to be directed to the City Engineer. Questions shall be submitted in writing to: Savat Khamphou, Assistant City Engineer, by fax to (760) 322-8325, or by e-mail to Savat.Khamohou(&palmspringsca.gov/. Questions must be submitted by 2:00 PM, November 17, 2014. Questions received after this date will not be accepted. N-10 LOCAL BUSINESS PROMOTION — In accordance with the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contacts (Sub-Contacting)', the prime contactor shall use good faith efforts to sub- contact the supply of materials and equipment to local business enterprises and to sub- contract services to businesses whose work force resides within the Coachella Valley. N-11 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered or mailed to the Procurement and Contacting Manager at 3200 East Tahquitz Canyon Way, Palm C17Y HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS N0710E INVITING BIDS CITY PROJECT NO.01-17,13-34 PAGE 2 OCTOBER,2014 Springs, CA 92262. The envelope shall be plainly marked in the upper left hand comer with the name and address of the Bidder and shall bear the words "Bid For." followed by the title of the Project and the date and hour of opening Bids. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. I BY ORDER OF THE CITY OF PALM SPRINGS I I By 9L Date /6 X //,/ David J. Barakian, P.E. Director of Public Works/City Engineer I i I I I 1 CITY HALL NORTH,POLICE STATION,AND CITY HALL SOUTH PARKING LOTS NOTICE INVITING BIDS CITY PROJECT NO.01-17, 13-34 PAGE 3 OCTOBER,2014