Loading...
HomeMy WebLinkAboutA6540 - AGUA CALIENTE BAND OF CAHUILLA INDIANS - MOU RE PAVEMENT REHAB CP 15-01 AGUA CALIENTE BAND OF CAHUILLA INDIAM TRIBAL PLANNING & DEVELOPMENT November 30, 2017 David H. Ready, City Manager CITY OF PALM SPRINGS 3200 Tahquitz Canyon Way Palm Springs, California 92262 RE: Section 14 Pavement Rehabilitation Project Subcontractor Services Agreement Change Order Dear Mr. Ready: Pursuant to Section 5.1 of the Subcontractor Services Agreement for the Section 14 Pavement Rehabilitation Project dated October 1, 2015, the Tribe is modifying the Scope of Work and Term for this Project as follows: 1. Section 1.1 The Scope of Work shall also include the resurfacing and/or reconstruction of various streets that are located in or border Section 14, as further described in the Special Provisions prepared for the construction of City Project No. 16-01. All improvements eligible for reimbursement must be completed by September 30, 2017. 2. Section 6.1 The Agreement shall remain in effect until such time as the services outlined in the Scope of Work are completed and fully reimbursed, or until September 30, 2018, whichever is sooner. Please contact me at 760-699-6960, or Dan Malcolm, Planning Manager at 760-883- 1945 should you have any questions. ytrulyrs, vis, AICP g & Development Officer AGUA CALIENTE BAND OF CAHUILLA INDIANS TJD/dm C: Dan Malcolm, Planning Manager Marcus L. Fuller, Assistant City Manager, Palm Springs 5401 DINAH SHORE DRIVE. PALM SPRINGS. CA 92264 T 7 6 0/6 9 916800 F 760/699/6823 WWW.AGUACALIENTE•NSN.GOV RELEASE OF CLAIMS The undersigned subcontractor, pursuant to the terms of the Subcontractor Services Agreement dated October 1, 2015 ("AGREEMENT'), by and between the Aqua Caliente Band of Cahuilla Indians, a federally-recognized Indian Tribal Government ("TRIBAL GOVERNMENT'), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264 and the City of Palm Springs ("SUBCONTRACTOR"), a municipal corporation, with its offices at 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, to design and construct the 2015 Pavement Reconstruction Project, (City Project No. 15- 01) and the 2016 Pavement Reconstruction Project (City Project No. 16-01), hereby releases the TRIBAL GOVERNMENT from any and all claims arising under or by virtue of said AGREEMENT or any modification or change thereof except as follows: (Here list any claims against the TRIBAL GOVERNMENT and the amounts thereof. If none, so state.) NONE In witness whereof, the SUBCONTRACTOR has executed this release this jaay of z,h 2018. CITY OF PALM SPRINGS APPROVED BY: David H. Ready, City Man L� APPROM BY CITY COUNCIL U" 5-t- &I�...,,_ r �s�ca apt Marcus L. Fuller, Assistant City Manager Ra35K3 5�7`iK ,p�t440 ATTESTED BY: APP AS FORM: A o erk Eddie Kotkin, City Attorney City Council ACTION SUMMARY May 7, 2014 Page 4 2.J. APPROVE A BUDGET AMENDMENT FOR FISCAL YEAR 2013-14 VEHICLE PURCHASE: ACTION: 1) Adopt Resolution No. 23541, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, AMENDING THE BUDGET FOR FISCAL YEAR 2013-14 FOR THE PURCHASE OF REPLACEMENT VEHICLES;" and 2) Authorize the City Manager to execute all necessary documents. Approved as part of the Consent Calendar. 2.L. APPROVE A SUB-REIMBURSEMENT AGREEMENT WITH CVAG FOR THE LOCAL SHARE OF COSTS FOR THE INTERSTATE 10 INTERCHANGE PROJECT AT JEFFERSON STREET: ACTION: 1) Approve a Sub-Reimbursement Agreement by and between CVAG, City of Cathedral City, City of Coachella, City of Desert Hot Springs, City of Indian Wells, City of Indio, City of La Quinta, City of Palm Desert, City of Palm Springs, City of Rancho Mirage, and the County of Riverside for the Interchange Project at 1-10 and Jefferson Street; and 2) Authorize the City Manager to execute all necessary documents. A=. Approved as part of the Consent Calendar. 2.M. APPROVE A MEMORANDUM OF UNDERSTANDING WITH THE AGUA CALIENTE BAND OF CAHUILLA INDIANS REGARDING TRIBAL TRANSPORTATION PROGRAM FUNDING FOR THE SECTION 14 ROADWAY IMPROVEMENT PROJECT: ACTION: Adopt Resolution No. 23543, "A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF PALM SPRINGS, CALIFORNIA, APPROVING A MEMORANDUM OF UNDERSTANDING WITH THE AGUA CALIENTE BAND OF CAHUILLA INDIANS REGARDING TRIBAL TRANSPORTATION PROGRAM FUNDING FOR THE SECTION 14 ROADWAY IMPROVEMENT PROJECT." A6540. Approved as part of the Consent Calendar. 2.N. APPROVE AN AGREEMENT WITH PAVEMENT COATINGS CO. FOR THE 2014 PAVEMENT SLURRY SEAL PROJECT IN THE AMOUNT OF $609,903 (CP 14-03): ACTION: 1) Approve an agreement with Pavement Coatings Co. in the amount of $609,903 for the 2014 Pavement Slurry Seal (CP 14-03); and 2) Authorize the City Manager to execute all necessary documents. A6541. Approved as part of the Consent Calendar. 2.0. APPROVE AN AGREEMENT WITH ADLERHORST INTERNATIONAL, INC. FOR THE PURCHASE OF POLICE CANINES, ACADEMY TRAINING, MONTHLY MAINTENANCE TRAINING, AND ANNUAL CERTIFICATION: ACTION: 1) Award a contract services agreement to Adlerhorst International Inc. for the as-needed acquisition of police canines, Basic Patrol and Basic Explosive K-9 Academy Training, monthly maintenance training, and annual certification training for the 5-member K-9 team for a Recording Requested By: 1017-0471871 11/09/2017 11:42 AM Fee: E 0.00 CitY of Ealm Spines Page 1 of 4 Recorded In Offleiat Records When Recorded Mail To: Country of Riverside Peter Aldana IIflei,t I��IClerk-Recorder Name: Kathleen D Hart,Interim City Clerk '���� Street Address: 3200 E Tahauitz Canyon Wav City&State: Palm Springs,CA 92262 SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF COMPLETION (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,ect.) 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: Matich Corporation. 1596 Harry Sheppard Blvd.San Bernardino,CA 92408 _ 4. This notice is given for(check one): © Completion of the work of improvement as a whole. E3 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 Annlicable 7. On the 290 day of September 2017 there was completed upon the herein described property a work of improvement as a whole(or particular portion of the work of improvement as provided in CA Civ.Code §8186)a general description of the work provided:City Project 16-01,2016 Pavement Rehah.Proiect 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: Various Street Se&ments in the City of Palm Springs per attached list 9. The street address of said property is:Per the attached list of Street Segments in the City of Palm Springs. 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 the laws o the State pf California that the foregoing is true and correct. C o�Jk OF PALM 4S(3RW(75 Date: ALM.L. y 2 a r 7 By: ..,._ SignaturC of Owner or Owner's Authorized Agent Thomas Garcia.Director of Engineering Services/City Engineer Print Name Page t aft VERIFICATION 1, Thomas Garcia state;I am the Director of Engineering Services/City Engineer("Owner", "President",Authorized Agent","Partner",etc.)of the Owner identified in the foregoing Notice of Completion.) 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 onA/l4 A,. rr- 7 ,201'7 (date),at PWM&dnga Mty),CA (State). Signature of Owner or Owner's 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 CALIFORNIA COUNTY F ;re�s►cr+'e. On (due),before me, Notary Public (name and title of officer) personally a eared who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that hefshe/they executed the same in his/her/their 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. 1, certify under PENALTY OF PURJURY under the laws of the State of California that the foregoing paragraph is true and correct. W itness my hand and official seal. Ip IUALY S.FLCYD Com minlon#2127367 Signature s Motu9 Put e-CaMoinla AhMtsidlde County Page:oF2 Carnm.Etr firesY 17.24t9 < F yx � oo e a S b bbb e < a aau � yy yyy$ 3 y�yyy yyyy��;spgy�i .ay99�y9 p3 ;gy _ i22 �ygy y= '1a11*1�114�pi^a +^q�y 7^qy(i� ili i .l k ti%�*i�M1 lxyl ! % b73�4 y4UU*9y 11 ai/iaLt i V Y e e#w aa4 4 g a o ^ o9 g 40yZzNy4N "}W $ "� cO a z.. 55SS'SS�S"�3'�"z"z.S H'n a SOHESaa2Ssi3�� S4 AI 4444 �� �NNNNJZ �� S $t) N C HIM �. S�S�;"�S'S'�'��'SSS"z S55SSSSS�S x"S�SSSS�°"�3�5�'SS55a &� g$ �g ;4 $a Sot it y �I�a°D <S" _i � iWo Y2S:'t�i�vdd Ma � SK<t K«KK tK«K K l 9000900000 V V U UUUU V UUU{J i1YU U V Y s � aY W � Y €€€€'211 fittt $z�,t EEEEEEEEEEEEEEEEEEEE$Q EEEEgEE E;E y EEE� �EEEEE EEEEEEEE�� E k" E EEE ����� � 6 a$ ,# held y a za5< y3 g9( 4 p y 1/jp1 ��; <s`> �¢j�1d III yyl psp "yyp4{W 11yy CC. pspQQ FR 3<K G p♦ IIW. CSOO�SaQO�Sfe ����g WV�C>�� W p¢ 55 << oo yy N W([J6�a 1C�21� O AIw Q K wnwwwaaa� 1 gOgOgqOqOOqqqO000pqOq WWWWWWW YLL �R{�R�R���p ' r Recotding Requested By: 2017--0107749 03/16/2017 12:53 PM Fee: $ 0.00 City of Pain Springs Page 1 of 7 Recorded in Official Records County of Riverside Peter Aldana When Recorded Mail To: Assessor-County Clerk-Recorder Name City Clerk IIII�I�E �r '�P t�'01511110711111 Street R A Exam: Address 3200 E_Tahquitz Canyon Way Page OA PCOR Misc Long RFO 15t Pg Adn Pg Cert CC stateCity 8 Palm Springs,CA 92262 C ! SIZE NCOR SMF NCH T: SPACE ABOVE THIS LINE FOR RECORDERS USE NOTICE OF CESSATION ICA 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 and easement interests (e.g.fee,leasehold,joint tenancy,etc.) 2. The full name and address of the undersigned owner or reputed owner and of co-owners or reputed co-owners are: Name Street and No. City State Various City streets,as indicated in the attached Exhibit A. 3, The name and address of the direct contractor for the work of improvement as a whole is: Grange Construction Company,38000 Monroe Street,Indio,CA 92203 4. The name and address of the construction lender,if any,is: None 5. As of the 14 day of March 2017 ,there has been a continuous cessation of labor upon the herein desdbed work of improvement for at least 30 days and continuing unfit the date of recordation of this Notice of Cessation. 6. The date on or about which labor on the work of improvement ceased is January 15 2018 7. The real property herein referred to is situated in the City of Palm Sprigs ,County of Riverside State of California,and is described as follows: Various City streets,as indicated in the attached Exhibit A. 8. The street address of said property is: Not applicable 9. If this Notice of Cessation 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 ft. late of California that F o' is true and correct. Date: Mardi 14,2017 E! Signature of Owner 0wrter's Authorized Agent Marcus Fuller.Assistant City ManagerfCily,Engineer f—p p, C tt,.( Print name 0r— QhLN1 SVKNKJ&S Page 1 of 2 0 Porter Law Group,Inc.2015 VERIFICATION 1, Marcus Fuller state:I am the Assistant City Manager 1 City-Engineer ('Owner','President, "Authorized Agent','Partner",etc.)of the Owner identified in the foregoing Notice of Cessation. I have read said Notice of Cessation and know the contents thereof;the some is We 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 an March 14 2017 (date),at Patin Springs —(city), CA (Statef Signature of Owner or is Authorized A ant M RRCU 5 f oI�, PROOF OF SERVICE DECLARATION I, Marcus Fuller declare that 1 served copies of the above NOTICE OF CESSATION,(check appropriate box): a. ❑ By personally delivering copies to (name(s)and titles) of person served)at (address), on (date),at .m.(time) It. 0 By Registered or Certified Mail,Express Mail or Overnight Delivery by an express service carrier,addressed to each of the parties at the address shown above on March 14 , 2017 (dale). C. ❑ By leaving the notice and mailing a copy in the manner provided In§415.20 of the California Code of Civil Procedure for service of Summons and Complaint in a Civil Action. I declare under penalty of perjury under the laws of the Slate of Calfomia that the foregoing is uue and correct. Executed on March 14 2017 (date),at Palm Borings (City), CA (Slate) (Signature of Person Making Service) 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 Wthfulness,accuracy,or validity of that document. STATE OF CALIFORNIA COUNTY OF Riverside On rch 14 2017 (date), before me,A,(/71 ti qt � ,Nlry Public(name and title of officer)personally ap{feared�(e=-s Futter who proved to me on the basis of satisfactory evidence to be the person(d) whose name(s) Water KIMEERLY S.FLOYD subscribed to the within instrument and acknowledged to me that heisheMey executed the Commission#2127367 same in hisJherrYdeir authorized capacity(ies), and that by hislhwdtjf*signatureW on the 4 WWI Notary Public•California z Riverside Countyinstrument the person(a),or the entity upon behalf of which the person(a)acted,executed the my Comm gres Oct 17 201g+ instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is We and correct Witness my hand and official seal. r Sig ure 0 Porter Law Gmup,Inc.2015 Page 2 of 2 EXHIBIT FOLLOWS THIS PAGE CITY STREET LIST PULVERIZEE AND AC PAVING Natae From To Length Width I Area I NWghbwhoW PCI DesIg. Accum.Ate CAMINO CENTRO WS N VIA LAS PALMAS SIS VEREDA NORTE 270 24 6,480 Old Las Palmas 21 Loral 6,4se KARLISA COVE EIS PASEO CAROLETA E END(COS) 210 24 7,146 Demuth Part 21 Local 23.628 OASIS ROAD EfS DEL SOL ROAD WIS INDIAN CANYON DRIVE 745 36 25,245 Desert Highland 22 Local 38,873 WILLIAMS ROAD NIS MESQUITE AVENUE SIS SUNNY DUNES ROAD 1,271 32 40,672 Demuth Part 22 Local 79,545 PUERTA DEL SOL SIS SAN RAFAEL ROAD NIS SANTA CATALINA 435 16 6,960 Racquet Club West 23 Local 16b05 COMMERCIAL ROAD WS ALEJO ROAD N END(CDS) 695 36 29,763 23 Local 126,268 RESEARCH DRIVE EIS FARRELL DRIVE S END(CDS) 1,585 36 59,785 24 Local 176.053 PATENCIO LANE EIS PATENCIO ROAD E END 490 20 9,800 Historic Tennis Club 24 Local tE5,853 BOLERO ROAD SIS GOLF CLUB DRIVE 173Y E/O GOLF CLUB DRIVE 1,732 36 62,352 24 Local 2411,205 KAWEAH ROAD WS CAMINO NORTE SIS STEVENS ROAD 245 33 B.184 Old Las Palmas 25 Loral 256,399 PALO VERDE AVENUE SIS OCOTILLO AVENUE NIS CALLE PALO FIERRO 341 36 12.276 Taquitz River Estates 25 Loral 268.665 ARABY CIRCLE EIS ARA13Y DRIVE E END(CDS) 405 32 15,516 Araby Commons 25 Local 2",181 SERENA CIRCLE NIS CHRISTINA WAY N END(CDS) 120 36 7,126 Movie Colony Fast 26 Loral 29L307 BURTON WAY NIS ALEJO ROAD N END(CDS) 515 32 19.205 26 Local 32o,512 GOLONDRINA WAY WIS COMPADRE ROAD W END(CDS) 385 32 15,045 Los Compadres 26 Loral 315,557 CRESTVIEW WAY WIS S PALM CANYON DRIVE EIS MESA DRIVE 290 27 7,030 The Mesa 26 Local 333.387 LOS POSAS WIS BEVERLY DRIVE W END(COS) 413 33 15,876 Las Compadres 27 Local 349,263 EAST PALM CANYON FRONTAGE ROAD EIS CHEROKEE WAY 460 FEET E/O CHEROKEE WAY 450 30 13,500 27 Loral 367,763 SEMINOLE ROAD E/S CHEROKEE WAY 220'E70 CHEROKEE WAY 220 30 6,777 27 Local 30,540 BURTON WAY SIS ALEJO ROAD NIS AMADO ROAD 1,278 33 42,174 28 Loral 411.714 CALLE DE CARLOS EIS CALLE SANTA CRUZ WIS VELLA ROAD 645 20 14,157 Demuth Park 29 Local 4MR71 EL PLACER RD SIS RAMON ROAD NIS SUNNY DUNES RDA 1.261 33 41,613 Demuth Part 29 Local 467,494 TIPTON ROAD NIS WENDY ROAD 1BB5'WO WENDY ROAD 1,685 28 47,180 30 Local 534,664 FAIRVIEW CIRCLE NIS REGAL DRIVE N END(CDS) 405 32 15,070 Vista Las Palmas 30 Local 529.734 TUXEDO CIRCLE NIS REGAL DRIVE N END(CDS) 405 32 15,070 Vista Las Palmas 30 Loral 544,804 ANDREAS ROAD WIS FARRELL DRIVE EIS SUNSET WAY 986 36 35,568 30 COLLECTOR 56a,372 EAGLE WAY WIS BIRDIE WAY EfS GENE AUTRY TRAIL 617 36 22,212 30 Local WZS84 VIA ESCUELA EfS VISTA GRANDE W END 997 26 25,662 31 Local 62IL246 VALDIVIA WAY SIS LA CAMPANA WAY NIS TACHEVAH DRIVE 1.020 36 36,720 31 Local 664,966 KAWEAH ROAD NIS VIA SOL SIS VISTA CHINO 300 29 8,073 Vista Las Palmas 31 Loral 671939 VIA SOL WIS WAWONA ROAD E/5 VIA NORTE 983 32 31,456 Vista Las Palmas 31 Local 704,495 AVIATION WAY EIS CIVIC DRIVE WIS EL CIELO ROAD 537 36 19,332 31 Local 723,127 CIVIC DRIVE WS TAHQUITZ CANYON WAY NIS LIVMOR AVENUE 756 36 27,216 SuBmuor 31 COLLECTOR 75Le41 MONTEREY ROAD SIS AMADO ROAD N/S ANDREAS ROAD 860 33 28,380 31 Local 779,423 CAHUILLA ROAD SIS ARENAS ROAD NIS BARISTO ROAD 605 35 21175 Historic Tennis Club 31 Lariat am,598 SAN JACINTO DRIVE WS BARISTO ROAD SIS ARENAS ROAD BO5 32 19,360 Historic Tennis Club 31 Local 319,958 CAMINO SAN MIGUEL EIS EL PLACER ROAD WIS AVENIDA EVELITA 638 32 20,416 Demuth Park 31 Loral M0,374 VELLA ROAD NIS SUNNY DUNES ROAD NIS MESQUITE AVENUE 1,272 42 53A24 Demuth Park 31 COLLECTOR 893,795 EL CID EIS AVENIDA CABALLEROS E END(CDS) 518 32 18,822 Vista Norte 32 Loral 9IZ520 CABRILLO ROAD EIS JUNIPERO AVENUE WIS N PALM CANYON DRIVE 354 28 9,912 Chino Canyon 32 Local 9AS32 CORONET CIRCLE NIS REGAL DRIVE N END(CDS) 405 32 15,010 Vista Las Palmas 32 Local 937,602 FAIR CIRCLE NIS LEISURE WAY N END(CDS) 410 32 15,236 Vista Las Palmas 32 Loral 9SZ838 TOPAZ CIRCLE NIS LEISURE WAY N END(CDS) 405 32 15,07m Vista Las Palmas 32 Local 967,908 COMPUTER WAY WIS RESEARCH DRIVE EIS FARRELL DRIVE 351 36 12,636 32 Loth 980,su ARENAS ROAD EIS SUNRISE WAY WIS SATURMINO DRIVE $41 36 30,276 32 COLLECTOR 2,010,320 RANCHERO ROAD EIS COMPAORE ROAD E END(CDS) 654 36 26,350 32 Local 1.037.170 LA REINA WAY SIS SONORA ROAD NIS E PALM CANYON DRIVE 1,212 33 40.715 Sonora Sunrise 32 Loral 11077J1a6 ABRIGO ROAD NIS CAMINO SUR WIS VIA LAS PALMAS 857 33 29.178 33 Local 2.107J86a CERES ROAD WIS HIGH ROAD E/S ROSE AVENUE 340 33 11,220 Vista Las Palmas 33 Local 1.118254 HIGH ROAD N/S CRESCENT DRIVE SIS CERES ROAD 1,029 33 35.012 Vista Las Palmas 33 Local 1,153,296 VINE AVENUE SIS STEVENS ROAD NIS CAMINO NORTE 294 38 11.172 OM Las Palmas 33 Local 1,364.460 VIA VAQUERO EIS COMPADRE ROAD E END(CDS) 682 27 19.624 33 Lost 3.184,092 PABLO DRIVE WtS CAHUILLA ROAD NIS SANTA ROSA DRIVE 837 26 21.762 Historic Tennis Club 33 Local 1120511154 SUNNY DUNES ROAD EIS VELLA ROAD W/S GENE AUTRY TRAIL 1.283 36 46,168 Demuth Park 33 Local 1,252.042 CALLE PALO FIERRO WS LA VERNE WAY SIS TWIN PALMS DRIVE 2.118 25 52.950 33 COLLECTOR 1,3a4,99z PUERTA DEL SOL SfS SANTA CATALINA WS SAN CARLOS ROAD 431 20 8,620 Racquet Club West 34 Local 1.313.612 DESERT WAY N/S SUNNY DUNES ROAD S END 436 32 13,952 Demuth Park 34 Lost 3,327,564 ROCHELLE ROAD WfS INDIAN CANYON DRIVE W END 469 24 11.256 35 Local 1,338,e20 CAMINO MONTE VISTA EIS PALM CANYON DRIVE WIS INDIAN CANYON DRIVE 295 46 13,570 35 Loral 1.352.390 CIVIC DRIVE NIS LIVMOR AVENUE NIS AVIATION WAY 766 40 30.368 Sun mor 35 COLLECTOR 2,3a2,75a SUNSET WAY NIS AMADO ROAD SIS ALEJO ROAD 1.277 33 42,141 35 COLLECTOR 1,424,11" CALLE SANTA CRUZ N/S SUNNY DUNES ROAD NIS MESQUITE AVENUE 1,288 32 41,216 Demuth Park 35 Local 1,466.115 COMPADRE ROAD N/S SONORA ROAD NIS MESQUITE AVENUE 1,343 36 49,428 Los Compadres 35 COLLECTOR 1,5LS}43 STEVENS ROAD WIS N.PALM CANYON DRIVE EIS VIA MATE VISTA 2.228 47 104.716 Vista Las Palmas 36 COLLECTOR 1,620,259 VIA LOLA WIS PALM CANYON DRIVE EIS PATENCIO ROAD 2.115 21 48,465 Old Las Palmas 36 Loral 1,669,724 VIA NORTE SIS VISTA CHINO WS STEVENS ROAD 626 32 20.032 Vista Las Palmas 36 Loral 1,6W756 VIA SOL EIS VIA NORTE WEND 349 32 11.168 Vista Las Palmas 36 Local 1,6%9924 VISTA CHINO FJS KAWEAH ROAD W/S VIA NORTE 699 32 22.368 Vista Les Palmas 36 COLLECTOR 2,722292 LOMA VISTA CIRCLE EIS EL CIELO ROAD E END(CDS) 530 32 19,585 Los Compadres 36 Local 1.741.977 ORANGE AVENUE SIS SUNNY DUNES ROAD S END 238 22 5.235 Demuth Park 36 Local 1,747,213 SAN MARTIN CIRCLE EIS EL CIELO ROAD E END(CDS) 530 32 19,685 Los Compadres 36 Local 1,766,398 SONORA ROAD EIS EL CIELO ROAD E END(CDS) 1,086 36 41,821 Los Compadres 36 Local 1,8011,719 SUNNY DUNES ROAD EfS PLACER ROAD WIS AVENIDA EVELITA 636 33 20.988 Demuth Park 36 Local 1,62%707 ARGUILLA ROAD SIS E PALM CANYON DRIVE NIS TWIN PALMS DRIVE 408 34 13,872 Twin Palms 36 Local 3,841579 CAMINO DESCANSO WIS S PALM CANYON DRIVE EIS CAMINO BARRANCA 867 20 17,523 The Mesa 36 Local 1,861,102 CABRILLO ROAD EIS CARDILLO AVENUE WIS JUNIPERO AVENUE 336 19 6,394 Chino Canyon 37 Local 1.967.486 VIA ESCUELA WIS PALM CANYON DRIVE EIS VISTA GRANDE AVENUE 1,318 33 43,494 37 COLLECTOR 1,9io,990 CAMINO SUR WIS VIA MONTE VISTA EIS ABRIGO ROAD 626 33 28.161 Vista Las Palmas 37 Local 1.939,142 VIA VADERA WIS ABRIGO ROAD EIS ROSE AVENUE 250 33 0,250 Vista Las Palmas 37 Local 2.947,391 CIVIC DRIVE WfS CIVIC DRIVE SIS ALEJO ROAD 2,086 33 68,838 Sunmor 37 Leal 2,016,229 PAVILION WAY SIS BARISTO ROAD SEND 1,255 37 46,472 37 Local 2,062.701 PASEO DOROTEA f4/S MESQUITE AVENUE N/S SUNNY DUNES ROAD 1,642 32 49,344 Demuth Park 37 COLLECTOR 2,112,045 CACTUS DRIVE WfS MANZANITA AVENUE W END(CDS) am 25 18,735 Deepwell Estates 37 Local 2,13e,780 SIERRA MADRE DRIVE SIS SAN JOSE ROAD NIS AVENOIA GRANADA 1,261 36 45,396 Carryon Corridor 37 Local 2,176,176 TWIN PALMS DRIVE WIS CALLE PALO FIERRO EIS S PALM CANYON DRIVE 1,260 36 44.904 37 COLLECTOR 2,22t,o10 CAMINO MIRASOL SIS VIA LAS PALMAS N/S CAMINO SUR W7 31 27,720 Old Las Palmas 38 Local 2248,800 COMPADRE ROAD SIS BARISTO ROAD WS RAMON ROAD 1267 34 43,078 38 COLLECTOR 2291,s7a ORCHID TREE LANE NIS ANDREAS ROAD SIS AMADO ROAD 860 33 28.380 38 Local 2,320.259 MESQUITE AVENUE WIS CALLE PALO FIERRO WIS SUNRISE WAY 2,566 36 92,376 Taquitz River Estates 38 COLLECTOR 2.412.634 CAMINO PAROCELA EIS CANON DRIVE W/S EL CIELO ROAD 241 34 8.194 38 Local 2,420,e2e MONTALVO WAY NIS TACHEVAH DRIVE NIS LA CAMPANA WAY 1,078 36 38,808 39 Local 2.459.636 VIA LAS PALMAS EIS ABRIGO ROAD WIS VIA MONTE VISTA 990 33 32.670 Vista Las Palmas 39 Loral 2,492.306 VIA VADERA WIS VISTA VESPERO EIS ABRIGO ROAD 558 33 10,414 Vista Las Palmas 39 Local 2,518,720 ORELLA CIRCLE WIS BEVERYLY DRIVE W END(CDS) 413 33 15,876 Los Compadres 39 Local 2,5293% SAN MATED CIRCLE WIS FARRELL DRIVE WEST END(CDS) 186 33 B,a63 Las Compadres 39 Local 2.535.459 ASHBY CIRCLE S/S GATEWAY DRIVE 5 END(COS) 270 32 11,295 Desert H%IhMnd 40 Local 2,546,754 GLADYS CIRCLE SIS GATEWAY DRIVE S END(CDS) 289 32 11,097 Desert fttdm d 40 Local 2.557J351 JUANITA CIRCLE SIS GATEWAY DRIVE S END(CDS) 188 32 8,676 Desert Highland 40 Local 2,566,527 . EL CONQUISTADOR ROAD EIS AVENIDA CABALLEROS E END(CDS) 518 32 18.822 Vista Norte 40 Local 2,5e5,349 ARNICO STREET(N&S) WIS JASON COURT SIS VIA ESCUELA 736 32 23,552 40 Local 2.08.901 WAWONA ROAD NIS STEVENS ROAD SIS VISTA CHINO 618 32 19.776 Vista Las Palmas 40 Loral 2.629,617 EL ORO WAY NW CERRITOS DRIVE NE CERRITOS DRIVE 363 32 11.616 40 Local 2,640,293 SUNNY DUNES ROAD EIS AVENIDA EVELITA WIS PASEO DOROTEA 629 36 2Z644 Demuth Pam 40 Local 2,66Z937 CAMINO REAL SIS E PALM CANYON DRIVE SIS LA VERNE WAY 2.776 60 166.560 Twin Palms 40 SECONDARY 2,829,497 TWIN PALMS DRIVE EIS AROUILLA ROAD EJS CAMINO REAL 1,305 32 41.760 Twin Palms 46 COLLECTOR 2,871,257 SAGEBRUSH ROAD SIS MESQUITE AVENUE NIS E PALM CANYON DRIVE 2,600 25 65.000 De"well Estates 46 Local 2.936.257 TWIN PALMS DRIVE WIS I.A.VERNE WAY FJS ARQUILL ,ROAD 1.950 36 70,200 Twin Palms 55 COLLECTOR 3.006.457 3,08,457 TAHQUITZ CANYON WAY-SUNRISE TO Ft.CIELO 4"AC PAVEMENT OVER CEMENT STABILIZED PULVERIZED BASE TAHOUITZ CANYON WAY EIS SUNRISE WAY WIS FARRELL DRIVE 3,040 78 193,884 52 MAJOR 193.884 TANQUITZ CANYON WAY WIS FARRELL DRIVE WIS EL CIELO RO 2.180 78 141,186 54 MAJOR 335,070 335,010 MAJOR STREETS 2"COLD PLANE AND AC OVERLAY RAMON ROAD WIS SAN LUIS REY EIS CROSSLEY ROAD 1,360 84 109,540 38 MAJOR 109Sw VISTA CHINO EIS GENE AUTRY TRAIL 155W E/O GENE AUTRY TRAIL 1.550 80 117,670 39 MAJOR 227.210 TAHQUITZ CANYON WAY WIS BELARDO ROAD W END 455 47 21,385 Historic Tennis Club 43 MAJOR 14B,595 TAHOUITZ DRIVE N1S BARISTO ROAD SIS AREANAS ROAD 675 32 21,800 Historic TenNS Club 41 MAJOR 270,195 SAN RAFAEL ROAD WIS SUNRISE WAY 26S E/0 AVENIDA CABALLEROS 2.315 60 138 90D 40 SECONDARY w%o95 409,095 SECTION 14 STREET LIST PULVERIZE IN PLACE AND AC PAVING INCLUDES r COLD MILL AND AC OVERLAY OF INDIAN CANYON Nmu From To La Wldtl1 Arw fMl PC! 04Is , Acax1.AREA AMADO ROAD 300'Wf0 SUNRISE WAY WIS SUNRISE WAY 300 60 16,000 32 SECONDARY 18,000 CALLE EL SEGUNDO NIS SATURNINO ROAD SIS TAHOUITZ CANYON WAY 1.700 60 102,000 Bwisto 35 COLLECTOR 12DAM SATURNINO ROAD WIS AVENIDA CABALLEROS EIS CALLE EL SEGUNDO 1.435 46 66,010 Batisto 38 SECONDARY 186,010 ARENAS ROAD EJS AVENIDA CABALLEROS 315'EJO AVENIDA CABALLEROS 315 30 9,450 Badsta 44 SECONDARY 195,460 ARENAS ROAD WIS CALLE ENCR.IA EIS INDIAN CANYON DRIVE 512 60 30.720 45 SECONDARY 226,180 SATURNINO ROAD WIS CALLE EL SEGUNDO EIS CALLS ENCLIA 515 36 18,540 45 COLLECTOR 2",720 ARENAS ROAD FIS CALLE EL SEGUNDO WIS CALLE ENCLIA 510 30 19.689 46 SECONDARY 2W,409 ARENAS ROAD 36V WEST OF SUNRISE WAY WIS SUNRISE WAY 395 32 14,486 Badsto 51 SECONOARY 278,t195 CALLE ENCLW 140'SIO TAIQUfTZ CANYON WAY NIS ARENAS ROAD 510 60 30.600 52 •COLLECTOR 309.495 AMADO ROAD 600'ElO AVENIDA CABALLEROS EIS HERMOSA DRIVE 715 46 32.890 55 SECONDARY 342,765 CALLE ALVARADO WS ARENAS ROAD SIS TAHOUITZ CANYON DRIVE 498 36 17.928 55 COLLECTOR 360J13 HERMOSA DRIVE NIS RAMON ROAD N END 5% 36 21.456 Bodsto 55 COLLECTOR 391.769 ARENAS ROAD WIS AVENIDA CABALLEROS EIS CALLE EL SEGUNDO 1.423 60 85.380 Badsto 57 SECONDARY 467,149 AMADO ROAD EIS HERMOSA DRIVE 300'WIO SUNRISE WAY 955 60 57.300 59 SECONDARY 524,449 CALLE ALVARADO WS AMADO ROAD SIS ALEJO ROAD 1228 36 M.208 59 COLLECTOR 560,657 CALLE ROLPH SIS ALEJO ROAD S ENO(CDSI 687 36 26.818 59 595,475 S95,475 INDIAN CANYON DRIVE SIS RAMON ROAD NIS TAHOUITZ CANYON WAY 2.724 60 163.440 70 MAJOR 7S8,915 .INDIAN CANYON DRIVE NIS TAHOUITZ CANYON WAY SIS ALEJO ROAD 2.541 60 152.460 69 MAJOR 911.375 911,375 SUBCONTRACTOR SERVICES AGREEMENT In furtherance of that certain Intergovernmental Memorandum of Understanding by and Between the Agua Caliente Band of Cahuilla Indians and the City of Palm Springs Regarding Tribal Transportation Program Funding for the Section 14 Roadway Improvements Project, dated May 22, 2014 , this Subcontractor Services Agreement ("AGREEMENT") is made and entered into this 1 s� day of oa4e&,W 2015, by and between Agua Caliente Band of Cahuilla Indians, a federally-recognized sovereign Indian Tribal Government ("TRIBAL GOVERNMENT"), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264, and the City of Palm Springs ("SUBCONTRACTOR"), a municipal corporation, with offices at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The TRIBAL GOVERNMENT and SUBCONTRACTOR are sometimes referred to hereinafter individually as a "Party" and collectively as the "Parties." I. Scope of Work 1.1 SUBCONTRACTOR is to furnish services as outlined in Exhibit "A," attached hereto and incorporated herein by reference, to the TRIBAL GOVERNMENT. 1.2 SUBCONTRACTOR shall perform all services as an independent contractor and shall be responsible for the manner, means, methods, materials, licenses, permits, fees, employer's and other taxes, royalties, health and safety precautions, workers' compensation insurance, and other conditions and qualifications necessary to perform the services and achieve the results required to professionally and competently furnish and complete the services outlined in Exhibit "A" hereto. SUBCONTRACTOR shall not be deemed an agent for, or engaged in a joint venture with, the TRIBAL GOVERNMENT, and shall have no authority to bind the TRIBAL GOVERNMENT. 2. Performance Standards and Other Conditions 2.1 All work perforated by SUBCONTRACTOR shall be performed in accordance with generally recognized industry practices and professional standards for similar professional services. SUBCONTRACTOR agrees that it will, at SUBCONTRACTOR'S expense, retain the services of all personnel reasonably necessary to timely and competently perform the services required by this AGREEMENT. All work performed hereunder, shall be performed by fully qualified personnel and such personnel shall be authorized and properly licensed under applicable Tribal, federal and state laws to perform such work. 2.2 In addition to personnel employed directly by SUBCONTRACTOR, SUBCONTRACTOR shall have the right to engage such subcontractors as it may deem appropriate, qualified and reasonably necessary to the performance 1 of SUBCONTRACTOR'S obligations hereunder with the prior written approval of the TRIBAL GOVERNMENT, which shall not be unreasonably withheld. 2.3 SUBCONTRACTOR shall schedule and perform its work with diligence and in character, sequence and timing so that SUBCONTRACTOR'S work will be coordinated with that of the TRIBAL GOVERNMENT. 2.4 SUBCONTRACTOR shall not be liable for delays or other non-performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Acts of God, strikes or labor disputes, war or other violence, acts of third parties, or any applicable law, order, or requirement of any governmental agency or authority. 3. Compensation 3.1 SUBCONTRACTOR shall be fully compensated for SUBCONTRACTOR'S and its subcontractors' services provided under this AGREEMENT by the payment of the sums set forth in Exhibit"A" hereto. 3.2 The compensation paid to SUBCONTRACTOR shall be considered payment in full for the services provided to TRIBAL GOVERNMENT under this AGREEMENT. 4. Payments 4.1 SUBCONTRACTOR shall submit invoices to the TRIBAL GOVERNMENT for payment of services provided. 4.2 Invoices for services are subject to approval of and full audit by the TRIBAL GOVERNMENT. 4.3 The TRIBAL GOVERNMENT will pay the undisputed portions of SUBCONTRACOR'S proper invoices within 30 days of receipt, and will promptly consult with SUBCONTRATOR to resolve any portions that may be in dispute. 5. Additional Work 5.1 From time to time, by written amendment to this AGREEMENT in accordance with the provisions of Section 12.1 of this AGREEMENT, the TRIBAL GOVERNMENT may change, alter or modify the scope of work to be performed by SUBCONTRACTOR under this AGREEMENT, provided that SUBCONTRACTOR has been compensated for all work invoiced prior to the alteration or modification of the Scope of Work. 2 6. Term and Termination 6.1 This AGREEMENT shall remain in effect until such time as the services outlined in Exhibit "A° are completed, or until September 30, 2016, whichever is sooner, unless sooner terminated in accordance with the terms hereof. 6.2 Either the TRIBAL GOVERNMENT or SUBCONTRACTOR may terminate this AGREEMENT at any time for convenience, or upon breach of this AGREEMENT by the non-terminating Party, provided that the terminating Party provides the other Party at least thirty (30) days written notice of such termination and the non-terminating Party fails to cure the breach during that period. 6.3 In the event of such termination, the TRIBAL GOVERNMENT's sole liability will be to pay SUBCONTRACTOR for work performed up to the date of termination in accordance with the terms of this AGREEMENT. 6.4 In the event of such termination, the SUBCONTRACTOR shall immediately deliver all completed work and all work-in-progress to the TRIBAL GOVERNMENT. No closeout payments shall be payable to SUBCONTRACTOR until all such deliveries are completed. 6.5 In the event of termination, there shall be no liability on the part of either Party hereto for lost revenues or lost profit for unperformed services. 7. Special Provisions 7.1 SUBCONTRACTOR shall be responsible for complying with all applicable Tribal Transportation Program (TTP) and Federal Acquisition Regulations including, but not limited to, Davis Bacon Act provisions. 8. Records 8.1 Records of SUBCONTRACTOR's direct and indirect labor costs, payroll costs, and each reimbursable expense pertaining to work performed hereunder will be kept by SUBCONTRACTOR in a generally recognized accounting format, copies of which shall be forwarded as supporting documentation for all invoices submitted to the TRIBAL GOVERNMENT. 8.2 SUBCONTRACTOR shall maintain all records pertaining to the Scope of Work in legible and useable form for a period of not less than three (3) years. Original records shall be retained by SUBCONTRACTOR or forwarded to the TRIBAL GOVERNMENT in accordance with any applicable Tribal, state and federal guidelines. 8.3 All designs, as-built drawings, specifications, notes, and other work developed in the performance of this AGREEMENT shall be and remain the joint property of 3 the TRIBAL GOVERNMENT and SUBCONTRACTOR and may be used on any other work without additional compensation under this AGREEMENT. The TRIBAL GOVERNMENT and SUBCONTRACTOR reserve a royalty-free, nonexclusive, and irrevocable license to produce, publish, or otherwise use, for general purposes, the copyright or any other intellectual property right in any work developed under this AGREEMENT, or pursuant to a subcontract under this AGREEMENT, and any rights of copyright or any other intellectual property right which the SUBCONTRACTOR, or its subcontractors, purchases to facilitate its work under this AGREEMENT. 8.4 SUBCONTRACTOR shall provide a report to the TRIBAL GOVERNMENT on a Quarterly Basis, not later than five (5) days after the end of each calendar quarter, which contains the following information: 8.4.1 the total amount of funds received from the TRIBAL GOVERNMENT; and 8.4.2 a detailed list of all activities for which IRR and TTP funds were expended, including: the name of the activity, a description of the activity, an evaluation of the completion status of the services outlined in Exhibit"A." 9. Insurance 9.1 After the execution of this AGREEMENT, SUBCONTRACTOR, and any subcontractor of the SUBCONTRACTOR, shall furnish the TRIBAL GOVERNMENT with copies of certificates of insurance, and shall maintain such insurance in the amounts and of the types specified in Exhibit"B" hereto, which is incorporated by this reference, for the term of the AGREEMENT. 10. Indemnification 10.1 SUBCONTRACTOR hereby agrees to fully defend, indemnify and hold the TRIBAL GOVERNMENT harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) to the extent caused by the negligence or willful misconduct of SUBCONTRACTOR hereunder, including SUBCONTRACTOR's officers, employees, agents, principals, shareholders, directors, and subcontractors. 10.2 TRIBAL GOVERNMENT hereby agrees to fully defend, indemnify and hold the SUBCONTRACTOR harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) arising from, or in any way attributable to or related to the negligence or willful misconduct of the TRIBAL GOVERNMENT hereunder, including the TRIBAL GOVERNMENT'S officers, employees, agents, principals, shareholders, and directors. 4 11. Successors and Assigns 11.1 SUBCONTRACTOR hereby binds itself, its successors, executors, administrators, assigns and legal representatives to this AGREEMENT with respect to all covenants and obligations of SUBCONTRACTOR under this AGREEMENT. 11.2 Except as set forth in this AGREEMENT, SUBCONTRACTOR shall not assign, sublet, or transfer any rights or obligations under, or interest in, this AGREEMENT without the prior written consent of the TRIBAL GOVERNMENT, which consent shall not be unreasonably withheld or delayed. 12. Entirety 12.1 This AGREEMENT and the Exhibits attached hereto constitute the entire AGREEMENT between the Parties hereto with respect to the subject matter hereof. No amendment or modification to this AGREEMENT shall be effective unless in writing and executed by both Parties. 13. Damages 13.1 Except as set forth in this AGREEMENT, neither Party shall be liable to the other, in any event, for any special or incidental damages arising out of the work performed hereunder, whether arising in contract, tort, California statutes or otherwise. 14. Default and Enforcement 14.1 This AGREEMENT is to be governed by federal law. 14.2 Except as stated in Section 2.4, failure or delay by any Party to this AGREEMENT to perform any material term or provision of this AGREEMENT shall constitute a default under this AGREEMENT; provided however, that if the Party who is otherwise claimed to be in default commences to cure, correct or remedy the alleged default within fifteen (15) calendar days after receipt of written notice specifying such default and shall diligently complete such cure, correction or remedy, such Party shall not be deemed to be in default hereunder. 14.3 The Party claiming that a default has occurred shall give written notice of default to the Party in default, specifying the alleged default. Delay in giving such notice shall not constitute a waiver of any default nor shall it change the time of default; provided, however, that the non-defaulting Party shall have no right to exercise any remedy for a default hereunder without delivering the written default notice, as specked herein. 5 14.4 Any failure or delay by a Party in asserting any of its rights or remedies as to any default shall not operate as a waiver of that or any future default, or of any rights or remedies associated with a default. 14.5 In the event that a default of either Party to this AGREEMENT remains uncured for more than thirty (30) calendar days following written notice, as provided above, a 'breach" shall be deemed to have occurred. In the event of a breach, the non-breaching Party shall be entitled to seek any appropriate remedy or damages by initiating legal proceedings. 15. Miscellaneous 15.1 Whenever notice is required to be given herein, such notice shall be deemed given when mailed to the Party to be notified via certified mail, return receipt requested, or by overnight delivery, at the address first written above, or at such other address as the Party may, by written notice, provide to the other. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 6 IN WITNESS WHEREOF, the Parties hereto have caused this AGREEMENT to be executed as of the date first written above. AGUA CALIENTE BAND OF CAHUILLA INDIANS AP Y: Thom s J. Davis, Chief Planning & Development Officer APPROVED AS TO FOR John T. Pla , Genera Counsel CITY OF PALM SPRINGS APPROVED BY: APPROVED BY CITY COUNCIL David H. Ready, City M �� 1•�j � ATTESTED BY: mes Thompso�Citylerk APP AS TO FO DouglaA Holland, City Attorney 7 EXHIBIT "A" SCOPE OF WORK The City of Palm Springs ("City") will perform pavement rehabilitation on various streets that are in or border Section 14 ("Project") as part of the larger 2015 Pavement Reconstruction Project("City Project No. 15-01"). The Project is generally defined as: The resurfacing and/or reconstruction of various streets that are in or border Section 14, as further described in the Plans, Specifications, and Estimates prepared for City Project No. 15-01. All work will be performed in accordance with the final plans and specifications approved by the City for bidding, and the City shall facilitate the bidding, construction contract, and construction engineering (inspection, materials testing and oversight) of the Project. The City shall provide all labor, materials, and equipment necessary for construction of the Project. The City will provide contract administration and inspection services. COMPENSATION The maximum funds available for reimbursement pursuant to this Agreement is $1,312,209.72. TERM The term of this contract shall commence upon its execution and shall extend through completion of the construction phase of this Project. The following schedule is the estimated time for completion of this Project, which is subject to change: Final Design: April 2015 Bidding: May 2015 Bid Opening: June 2015 Contract Award: June 2015 Start Construction: July 2015 End Construction: December 2015 Project Close-Out: February 2016 8 EXHIBIT B INSURANCE 1.1 Overview. In an effort to standardize the insurance program of the TRIBAL GOVERNMENT and coordinate the insurance of subcontractors with the TRIBAL GOVERNMENT's own program, the following are the requirements for subcontractor insurance coverages. 1.1.1 Liability Coverage. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence, and a One Million Dollar ($1,000,000) combined single limit aggregate, Commercial General Liability policy. Such policy shall insure against any and all losses arising out of, or in connection with the operations of the SUBCONTRACTOR. Such coverage shall also provide products and completed operations coverage. 1.1.2 Automobile Insurance. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence automobile liability policy. Such policy shall include coverage for non-owned and hired car coverage. 1.1.3 Worker's Compensation. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect, a worker's compensation policy in the statutory amount. Such coverage shall provide employer's liability of at least One Million Dollars ($1,000,000) and include a waiver of subrogation in favor of the Agua Caliente Band of Cahuilla Indians. 1.2 Common Provisions. 1.2.1 Certificates. Certificates of insurance shall be provided to the TRIBAL GOVERNMENT's Risk Manager at the following address: Agua Caliente Band of Cahuilla Indians Go F.T. Neley III, Risk Management Consultant P.O.Box 3275 Palm Springs, CA 92263-3275 Voice: (760) 327-9160 Fax: (760) 327-6450 1.2.2 Additional Named Insured Endorsements. The policies (other than professional liability) shall name the Agua Caliente Band of Cahuilla Indians, its employees and agents as additional named insureds. 1.2.3 Cancellation Provisions. Policies shall not be canceled or modified without at least thirty (30) days prior written notice. 1.2.4 Suitability of Companies. All such coverage shall be written by admitted carrier in the State of California with a"Best's' insurance rating of A, Class X or better. 1 1.2.5 Primacy. All such coverage shall be primary insurance, and any insurance or self insurance programs of the Agua Caliente Band of Cahuilla Indians shall be non-contributing. 2 AMENDMENT NO. 1 to the INTERGOVERNMENTAL MEMORANDUM OF UNDERSTANDING By and Between THE AGUA CALIENTE BAND OF CAHUILLA INDIANS and THE CITY OF PALM SPRINGS Regarding TRIBAL TRANSPORTATION PROGRAM FUNDING for the SECTION 14 ROADWAYS IMPROVEMENTS PROJECT WHEREAS, the Agua Caliente Band of Cahuilla Indians (the "Tribe") is a Federally-recognized Indian Tribe governing itself according to a Constitution and By- Laws and exercising sovereign authority over the lands of the Agua Caliente Indian Reservation, acting through its duly elected Tribal Council, subject to Federal law; and WHEREAS, the City of Palm Springs (the "City), acting through its City Council, is a political subdivision of the State of California, established pursuant to the Constitution of the State of California; and WHEREAS, on May 22, 2014, the Tribe and the City entered into a Memorandum of Understanding (MOU) regarding the commitments of both parties to complete the planning, design, and construction of the Section 14 Roadway Improvements Project (the "Project"); and WHEREAS, under the General Terms and Conditions of the MOU, it would remain in effect until the Project is completed, or until September 30, 2016, whichever is sooner; and WHEREAS, to maximize economy of scale through reduced bid unit costs, the City has implemented the Project in phases through the City's larger reoccurring annual City-wide pavement rehabilitation projects; and 1 ORIGINAL BID AND/OR AGREEMENT WHEREAS, on March 2, 2016, the City Council elected to solicit new competitive bids for the 2016 Pavement Rehabilitation Project, which includes the final list of streets to be resurfaced as part of the Project; and WHEREAS, the construction of the 2016 Pavement Rehabilitation Project is expected to begin in June 2016 and run through January 2017. WHEREAS, the MOU provides that it may only be modified in writing, signed and duly approved by both the Tribal Council and the City Council, and WHEREAS, in accordance with such requirements, the Tribal and City Councils have executed and delivered this Amendment No.1 to the MOU. NOW THEREFORE, the Tribe and the City express their mutual understanding and responsibilities as follows: 1. The Termination Date of the MOU is now September 30, 2017. 2. Except as modified by this Amendment No. 1 to the MOU, the Project Commitments and General Terms and Conditions contained in the MOU remain as stated in the MOU. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 2 IN WITNESS WHEREOF, the Tribe and the City have executed this Amendment No. 1 to the MOU as of the V"day of July, 2016. "TRIBE" Agua Caliente Band of Cahuilla Indians A Federally-Re ere" ribe Je e Tr a rm an Approved as to Form General GoTnsel "CITY" City of Palm Springs A California Municipal Corporation ATTEST UN City Manager y Clerk Approved q0jo Form APPROVED By CITY COUNCIL �.��b hc. P•b��Co City Attor ey 3 RELEASE OF CLAIMS The undersigned subcontractor, pursuant to the terms of the Subcontractor Services Agreement dated December 22, 2014 ("AGREEMENT'), by and between the Aqua Caliente Band of Cahuilla Indians, a federally-recognized Indian Tribal Government (`TRIBAL GOVERNMENT'), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264 and the City of Palm Springs ("SUBCONTRACTOR"), a municipal corporation, with its offices at 3200 East Tahquitz Canyon Way, Palm Springs, California 92262, to design and construct the Tahquitz Canyon Way Resurfacing Project, which was a component of the 2014 Pavement Overlay and Reconstruction Project (City Project No. 14-04), hereby releases the TRIBAL GOVERNMENT from any and all claims arising under or by virtue of said AGREEMENT or any modification or change thereof except as follows: (Here list any claims against the TRIBAL GOVERNMENT and the amounts thereof. If none, so state.) NONE In witness whereof, the SUBCONTRACTOR has executed this release this /41�day of 2016. CITY OF PALM SPRINGS APPROVED BY: APPROVED BY CITY COUNCIL David H. Ready, City Man 7�1'iarcus L. Fuller, As istant City Manager/City Engineer ATTESTED BY: APPROV AS TOO FORM mes Thompson, City Clerk DouglaOi olland, City Attorney INTERGOVERNMENTAL MEMORANDUM OF UNDERSTANDING By and Between THE AGUA CALIENTE BAND OF CAHUILLA INDIANS and THE CITY OF PALM SPRINGS Regarding TRIBAL TRANSPORTATION PROGRAM FUNDING forthe SECTION 14 ROADWAYS IMPROVEMENTS PROJECT THIS INTERGOVERNMENTAL MEMORANDUM OF UNDERSTANDING ("MOU") is entered into this 12��day of 2014, by and between the j AGUA CALIENTE BAND OF CAHUILLA INDIANS, a federally-recognized Indian Tribe, ,i (the "Tribe") and the CITY OF PALM SPRINGS, a California municipal corporation (the h .City"). I. i RECITALS WHEREAS, the Agua Caliente Band of Cahuilla Indians is a federally-recognized i Indian Tribe governing itself according to a Constitution and By-Laws and exercising sovereign authority over the lands of the Agua Caliente Indian Reservation (the i "Reservation"), acting through its duly elected Tribal Council, pursuant to Federal law; and WHEREAS, the City, acting through its City Council, is a political subdivision of the State of California,.established pursuant to the Constitution and general laws of the State of California; and WHEREAS, the Tribe receives funding through the federal Tribal Transportation Program (TTP) for the planning, design, construction, and maintenance of public roads 1 i f I I i that provide access to and within the Reservation and serve the cultural, social, I economic, and/or governmental needs of the Tribe; WHEREAS, the Tribe and the City desire to work together in good faith to complete the planning, design, and construction of the Section 14 Roadways Improvements Project(the "Project"); and WHEREAS, the Project shall be comprised of one or more roadway improvement projects on the public roads within and bordering Section 14, Township 4 South, Range 4 East that are eligible for TTP funding, as identified on Exhibit A. I I. I COMMITMENTS: 1. The Tribe will make payments to the City from the TTP funding allocations it's received from the Federal Highway Administration, up to $1,800,000, for use toward the planning, design, and construction of the Project, based on records of work performed and progress estimates submitted to the Tribe. 2. The City, in consultation with the Tribe prior to presentation of projects to the Measure J Subcommittee, will be responsible for selecting the public roads that will be improved as part of the Project from the public roads identified on Exhibit A, and will contribute up to $1,800,000 in City match funding toward the Project at a 1:1 ratio to the amount of TTP funding received from the Tribe toward the Project. 3. The Tribe and the City mutually agree that the $3,600,000 in total funding authorized by this MOU shall be used exclusively on public roadway projects within and bordering Section 14, including the resurfacing of Tahquitz Canyon Way which shall be accomplished using this funding. 2 i I j 4. The City and the Tribe will enter into Subcontractor Services Agreement(s) and other such other contracts or agreements as may be required to fulfill their respective commitments as memorialized in this MOU, and as required by federal regulations for the use of TTP funding. III. GENERAL TERMS AND CONDITIONS: 1. Recitals. All of the above recitals are true and correct and the Tribe and City so find and determine, and incorporate such recitals as part of this MOU by this reference. 2. Modifications. This MOU may only be modified in writing, signed and duly approved by both the Tribal Council and the City Council. 3. Approval. This MOU shall be approved by formal action of the City Council I and the Tribal Council. 4. Authority. The individuals signing this MOU warrant and represent that pursuant to their respective governing laws, constitutions, and/or bylaws they have the full power and authority to enter into this MOU and fully perform in accordance with the i i terms hereof, and the Tribe and the City acknowledge that their respective legal i counsels have advised that this MOU is not subject to approval of the authorized representative of the Secretary of the Interior under 25 U.S.C. §81. I 5. Effective Date. This MOU shall take effect on the date first set forth above. i 6. Termination Date. This MOU shall remain in effect until the Project is completed, or until September 30, 2016, whichever is sooner. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 3 IN WITNESS WHEREOF, the Tribe and the City have executed this MOU as of the date first written above. "TRIBE" Agua Caliente Band o la Indians A Federall - ' ed Sover ' n Indian Tribe j Jeff bb ba ci airman i l Approved as to Form I 44 -e-� Tribal Attorney APPROVED BY CITY COUKIL City of Palm Springs A California Municipal Corporation ATTEST i City Manager dy Clerk Approved as to Form yr' � City A76RIey 4 ! u i sd ' ` I # �]'L3'st X� Y G 4 aij. t � LI�.C� • M1 e 4a:(..p trYi�• I.��• t .� cr • r z t *j�e I yJ z � y Z jRy r 4s3 - •l••iii u ri g t n. x.4 rSC t y_ �•� j l .. ._. -� .,. ny ,.era;..i .a•.9"«s c r1 ,4 u;.. k ! h'+. 1' t L t r - �• 1� > i --U-1i VpP CAI/t4 .. F AGOA CALIENTE INDIAN RESERVATION QN T4SR4E SECTION 14 �GAH v CITY STREET PAVEMENT CONOITON SURVEY' —Total Reconstruction Needed N o zeo soo M 1.000 Feet 2'Asphalt Grind&Overlay ! ®Slurry Seal Bqundaytlau in ihis:nap is for raprasentarton purposes onty. a tloes col aver questions of locaum whrah a egney map may disclose. No Rehab Needed 'May 2008 survey updated to include recently complete road resurfacing projects. EXHIBIT A I Recording Requested By: 2015-0447420 10/09/2015 11:54 RN Fee'. E 0.00 City of Palm Springs Page 1 of 5 Recorded in Official Records county of Riverside When Recorded Mali To: Peter Aldana As flsesscrr—ppC�o�u�]tty{p�}Clark—[pfteear�Idegrr Name James Thompson,City Clark '1IIFIL!M1iYftYhllrii+1711YTf1Nlil+ street Address 3200 E Tahquih Canyon Way R A Exam: Page DA PCOR MSsc Long RFD 1st Pg Adtl pg Cen CC �6 Stab Palm Springs,CA 92262 I SIZE NCOR SMF NC T: the ( NOTICE OF COMPLETION (CA CMI Code 968180.8190,81008118,9200-9200) NOTICE IS HEREBY GIVEN THAT: 1. The undersigned is an owner of an interest of estate in the hereinafter described real property,ft nature of which interest or estate is: Fee (e.g.fee,leasehold,joint tena ncy.etc.) 2. The full name and address of the undersigned owner or reputed owner and of all co-owners or reputed cD-owners are: Name Street and No. City Slate City of Palm Springs 3200 E.Tahquitz Canyon Way Pam Springs CA 92262 3. The name and address of the direct contractor for the work of improvement as a whole is: Malich Corporation,P.O.Box 10,Highland,CA 92346 4. This notice is given for(check one): 0 Completion of the work of improvement as a whole. 0 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 consbuclion lender„if any,Is: Not applicable T. On the 22 day of July ,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§8166)a general description of the work provided: 2014 Pavement Overlay and Reconstruction that includes Removal and Restoration of Handcapped Ramps and Streets. 8. The public work herein referred to is situated in the CAy of Palm Springs County of Riverside Slate of California,and is described as follows: 2014 Pavement Overlay and Reconstruction. {.1-1'u Pt•�yPt�- 150. W_(y� 9. The street address of said property is: See ABached Exhibit A 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 apple I certify(or declare)under penalty of perjury under the laws of the State oof�California th he ng is true and correct. Date: J 5— By:1,StIr�cia[ Signature o Owner or Owner's Authorized Agent-Assistant City Manager/Cily Engineerf�ty of Pam Springs Marcus Fuller 0 Porter Law Gmp.Inc 2013 Print Name Page I of 2 VERIFICATION 1, Marcus Fuller stale:I am the Assistant City Manager/City Engineer ('Owner',"President", 'Authorized AgenP,*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(rue and correct. Executed on (date),at Palm Springs (City), CA (stare) Signature of Owne or wners 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 CALIFORNIA COUNTY OF 91"Wt?✓.ti dfe. On Lee- _, (date), before me, _,Notary Public(name and title of KIMBERLY S.FLOYD officer)personally appifared �, who proved Comataton M 1957054 to me on the basis of satisfactory evidence to be the persm(s) whose names) isive Notary Public•CdKomla subscribed to the wi0dn instrument and acknowledged to me that helgbellbey executed the Nrasldr county n hislherlthe authorized caaci(Y{ h authd i Comm.Er firesOctt nt 1y 2015+ same P ) and Utal by hlslyerllbelr signature(p) on the instrument the person(a),or the entity upon behalf of which the person(s)acted,executed the instrument. I certify under PENALTY OF PURJURY under the laws of the State of Califonis that the foregoing paragraph is true and correct. Witness my hand and official seal. Page 2 of 2 S@nAture EXHIBIT A LISTING Of STREETS ROAD RECONSTRUCTION VIRGINIA ROAD 344023 SINTA CATALINA.ROAD 270'NORTH OF SAN CARLOS ROAD 5D8 20 10,160 wt CAPISTRANO COURT 1044225 LOS ROBLES DRIVE EEND 255 36 11,988 SgFI FRIAR COURT 104423D LOS ROBLES DRIVE EEND 165 36 8,749 SgFI MISSION ROAD 3044355 CAMWOSUR VIA LOLA 1T8 32 6,896 SgFl MISSION ROAD 1044430 HERMOSA PUCE MERITOPIAO 956 27 2S,812 SgFl BLLTMORE PUCE 234617D CAMINO REAL E END 313 2S 10.453 SgFI 76,062 SgFI ROAD OVERLAY ante `y111e4 R! ITO.- er:AN,.: R .. CRESCENT DRIVE 1044145 VIA MONTE VISTA W END 1174 33 38.742 SqA PATENCIO ROAD 1044366 VIA LOLA CANYON PUCE 1065 26 27,690 SgFt HERMOSA PUCE 1044410 PATENCIOROAO MISSION ROAD 733 34 24,922 SgFt DOLORES COURT 1044460 LOS ROBLES ROAD W END 2DO 32 6,400 SgFt SOUTH RIVERSIDE DRIVE 2344125 SUNRISE WAY RANDOM ROAD 4345 27 219,00 Sgit MESOUITEAVENUE 2344180 S PALM CANYON DRIVE RANDOM ROAD 717 17 26,529 SgFl MESOUITEAVENUE 2344185 RANDOM ROAD CAME PALO NERRO 2020 37 74.740 SgFt FERN CANYON ORNE 2244015 RAMONROAO CAMINO PAROCELA 626 37 23,1625gFi CAMINO PAROCELA 2244020 lay'E OF FERN CANYON ISO W OF FERN CANYON DRIVE 325 19 6,17S SgFl U MIRADA DRIVE 2244025 RAMON ROAD SUNNY DUNES 1102 37 40,7745gF1 RAMON ROAD 2244070 BELAROOROAO WIND 2449 26 63,674 SgFt Primed 4/21V2014 11A ROAD RECONSTRUCTION TAROUFRCANYON WAY' 1444015 'AVENIDA CABALLEROS .{,: SUNRISE WAY ,. .„ „ 2,580" 62 '" "160,OOp Sgit ' .TA114UR2 CANYON WAY -1144030 �INPIAN CANYOR DRIVE ,,;,> 'AVENIOA CA&1L1ER05 :.. 2520 ;; 62- 1600.000 Sot 120,000 SgFt ROAD OVERLAY ! N IlLength rMdth jTme Arm CALLEPAPABAYO 1244090 CERRITOS DRIVE EEND 543 32 19.935 SgFt CALLECONEIERA 1244095 CERRITOS DRIVE EEND S45 31 19,998 SgFt CERRITOS DRIVE 1244175 TACHEVAH DRIVE SANDLEWDOD DRIVE 2,000 19 33,000 SgFt ORCHID TREE LANE 1244105 ALEJO ROAD NEND 515 32 19,035 SgFt BURTON WAY 1244110 AIEtO ROAD N END 515 31 19,035 SgFt SUNSET WAY 1244115 AMO ROAD NEND 515 32 19,035 SgF4 CANTERA CIRCLE 1244120 AMO ROAD NEND SSS 32 19.035 SgFt 15g073 Sgit 7tintld.4/29/2014 1fj LISTING OF STREETS ROAD RECONSTRUCTION SAN RAFAEL DRIVE 344005 INDIAN CANYON DRIVE VIRGINIA ROAD 1,678 30 50,330 SgFt VIA LAS PALMAS 104417S VISTA VESPERO VIA MONTE VISTA 300 33 9,900 SgFt SONORA ROAD 2344565 CALLE PALO FIERRO VIA SOLEDAO 850 25 21,250 SgFt SONORA ROAD 2344570 VIASOLEDAO S PALM CANYON DRIVE 450 35 15,750 SgFt 97,230 SgFt MORONGO TRAIL BARONA 300'E!O BARONA CHERRY HILL BOB O'LINK PEBBLE BEACH Printed;4/28/2014 Ui pALA4 Sp N City of Palm Springs Department of Public Works and Engineering r, 3200 East Tahquitz Canyon Way•Palm Springs,California 92262 ro„n° Tel:(760)323-8253•Fax:(760)322-8325• Web:www.palmspringsea.gov Cq(f FO M1�xP October 12, 2015 Agua Caliente Band of Cahuilla Indians Planning & Development Department 5401 Dinah Shore Dr. Palm Springs, CA 92264 Attn: Dan Malcolm Submitted for your consideration is: TTP REPORT OF EXPENDITURES NO. 1 Project: 2014 Pavement Overlay and Reconstruction City Project No. 14-04 Pursuant to the Subcontractor Services Agreement dated December 22, 2014, the City has incurred direct costs associated with the above referenced project. On June 18, 2014 the Palm Springs City Council awarded a $2,714,074.00 contract agreement to Matich Corporation for the overlay and reconstruction of various streets, including the complete reconstruction of Tahquitz Canyon Way between Indian Canyon Drive and Sunrise Way. The costs related to reconstruction of pavement on Tahqu'ttz Canyon Way in Section 14 (participating costs) were separately accounted, without including costs for construction of overlay on other streets. Fifty percent of the participating costs of the construction contract (including change orders) will be covered by the TTP funds. If you have any questions, please feel free to contact me at (760) 323-8253, extension 8743, or by e-mail at George.Farago@palmspdngsca.gov. Sincerely, Georg F. Farago Associate Civil Engineer City of Palm Springs C4 pALM SAS City of Palm Springs v to Department of Public\Vorks and Engineering # 3200 L.Tahquitz Canyon Way • Palm Springs,CA 92262 Tel:(700)323-8253 ' I`=(760) U2.8360 • Web: www.paimsTringsca.gov c4I tF0104' October 8, 2015 Aqua Caliente Band of Cahuilla Indians Planning &Development Department Attn: Dan Malcolm 5401 Dinah Shore Dr. Palm Springs, CA 92264 Billing No: One(1) Invoice No: One(1) Tribe's T.I.P. Project No: City Tax Identification No: 95-6000767 Date Accepted: October 7,2016 Project: CP. 14-04 Pavement Overlay and Reconstruction Reimbursement for Indian Reservation Road funds is claimed pursuant to Subcontractor Services Agreement dated December 22, 2014. CONSTRUCTION Construction TOTAL Engineering Participating Casts from 10/14/14 to 07/22/15 Total Direct Costs to date $585,496.44 $585,496,44 Less Retention ($5.792.90) ($5,792 90) Liquidated Damages Subtotal $579,703.54 $579,703.54 Plus: Payment of Previously Withheld Retention $5,792.90 Total Participating Costs to Date $585,496.44 $585,496.44 Less: Participating Costs on Previous Invoices Change in Participating Costs $585,496.44 $585,496.44 IRR Reimbursement $585,496.44 $585.496.44 Amount of Invoice $585,000.00 Maximum funds available for reimbursement per Subcontractor Services Agreement. Post Office Box 2743 0 Palm Springs, California 92263-2743 Billing No: One(1) Invoice No: One(1) Federal Aid Project No: Tax Identification NO: 95-6000757 Date Accepted: 1 0/712 0 1 5 Project: CP.14-04 Pavement Overlay and Reconstruction Page: 2 1 certify that the work covered by this invoice has been completed in accordance with approved plans and specifications:the costs shown on this invoice are true and correct:and the amount claimed,including retention as reflected above,is due and payable In accordance with the terms of the agreement. 760-323-8253 x8744 Savat Khamphou Phone No. Asst. Dir. of Public Works/Asst. City Engineer For questions regarding this invoice,please contact: George F. Farago 760-323-8253x8743 Name Phone No. ACBCI-IRR BILLING DETAILS SUMMARY PROJECT; CP.14-04 Pavement Overlay and Reconstruction CITY PROJECT NO: 14.04 BILLING PERIOD: CLAIMS:1WI411 4-0 712 2MS FEDERAL AID PROJECT NO: BILLING NO: One(1) INTERNAL EXTERNAL SUBTOTAL RETENTION TOTAL CURRENT INVOICE Construction $585,496.44 $585,496.44 $585.496.44 Construction Administration $585,490.44 $5B5,496.44 $686,496.44 PREVIOUS INVOICES Construction Construction Administration BILLED TO DATE Construction $685,496.44 $585,496.44 $585,498.44 Construction Administration $585,496.44 $585,496.44 $585,496.44 Amount of this Claim: $58b,496.44 ACOCI-IRR BILLING DETAILS PROJECT: CP.14-04 Pavement Overlay and Reconstruction CITY PROJECT NO: 14-04 BILLING PERIOD; CLAIMS:10/14114-07122/15 FEDERAL AID PROJECT NO; BILLING N0: One(1) LABOR BENEFITS OVERHEAD EQUIPMENT TOTAL CONSTRUCTION ADMINISTRATION City of Palm Sprinqs-Personnel Cost 0 DESCRIPTION VENDNOR INV. DATE PAID DIRECT COSTS TOTAL CONSTRUCTION MATICH Corporation Construction Partial#2 12/16/14 $220,074.97 $220,074.97 MATICH Corporation Construction Partial#3 01/29115 $315,758.84 $315,758.84 MATICH Corporation Construction Partial#4 02126/16 $7,220,00 $7,220.00 MATICH Corporation Construction Partial#5 04/23/15 $10.478.03 $10,478,03 MATICH Corporation Construction Partial#7 04/23115 j $23.306.61 $23,3D6.61 Southern California Soil &Testing, Inc Laboratory Testing Partial#1 01/15/15 $2,990.00 $1,495.00 Suothern California Soil &Testing, Inc Laboratory Testing Partial#2 08/20/15 $2,732.00 $1,366.00 Subtotal: $579,699.45 Retention 1%of$579,699,45 in process $5,796.99' $5,796.99 TOTAL: $685,496.44 CONSTRUCTION ADMINISTRATION Total $585 496.44 CITY OF PALM SPRINGS PARTIAL RECEIVING REPORT PO No: 15-0542 MATICH CORPORATION Date: 12/11/14 1596 Harry She 3pard Boulevard Dept: PUB WKSIFLEET San Bernardino, CA 92408 Partial#: 2 CP#14-04, 201312014 Overlay/Reconstruction Vendor No: 02035 Account Number Invoice Date Invoice Number Invoice Total Sub-Total 11/13/2014 101405 $ 1,144,891.05 260-4493-50808 Sched A&CCO#2 ItemAa150% $ 440,149.94 $ 220 074.97 261-4491-50324 Sched A&CCO#2 Item6at50%-57 $ 440,149.s4 $ 220 074.97 134-4498-50225 SchedB,C&CCO#2&3 Items G&H&B1-B4at29.4%&N $ 216,392.69 133-4298-50292 Schad D,E&CCO#2&3 Items 0&B&B1-B4at70.6%&D-E1 $ 375,533.21 416-6501-56145 JSched F&CCO#1,CCO#3 Items I,m ,M,E10,Fe,F4&F5 $ 101,700.21 260-4500.59445 CCO#2 Item F $ ...............may. 134-4498-50242 CCO#2 Item B $ 261-4491-50325 CCO#2 Item C Is _ 001-4171-43200 CCO#3 Item L i � $ 11,115.00 I 9?O, ao - 73 PO Amount $ 2,714074.00 � /49. 94 CC0#1 $ 87,689.32 ' CCO#2 $ 205 229.10 CCO#3 $ 208,859.47 � Previous P ents $ 228.635.08 PO Balance $ 184 325.77 s Division Manager Signature: Prep d Bye f Department Head Signature: Date: Date 14 ate; Progress Payment #2 Project Name: 2014 Pavement Overlay and Reconstruction Purchase Order No.: 16-0542 Contractor: Matich Construction Corp. Agreement No.: 6566 Project No.: 14-04 Bid Unit ontrac Contract Curren Current To Date To Date % Item Item Description Price Unit Ouan Price uanti Amount Ouan Amount Com. Schedub A 2 TrsiBc Control 1 33 000.00 1 LS J 1 I S33 000.00 0.4 $13 200.00 1 0.4 1 $13 200.00 40% Hot Mix AspMa Cencmta s Type C212.1 $88.00 O 4,110 i2ss 480.00 1 4110 $279,480.00 1 4110 $279.480.00 100% Russ e Crushad Miso.9aw(4"i 1 $0.30 SP 340 000 $10 000.00 74001)0 $102 000.00 340000 $102,000.00 100% Upgrade Existing Curb Ramps with Tmmated 10 Dom" $7 200.00 BA 6 $B 000.00 i0.00 $0.00 0% Surveying and Monum4nM pet 12 Section 2-s a 2.7 $11 000.00 LS 1 1 $11 000.00 0.4 54,400.00 D.4 S4 400.00 40% 0% Subtotal $1 153 370.00 51 057870.00 51,067,970.OD 92% schedule S 2 Tramc Ca boo 500.00 1 LS I 1 1 ie .00 1 1 1 $e 600.00 1 t 1 $9,500.00 100% Hot Mix Asphalt concrete 4 Type C2 1 572.00 TO 1.970 $134.640.00 1870 $134 640.00 1870 $134,640.00 100% li Upgrade Existing Curb Ramps with Truncabd a Domes $1 200.00 EA 2 i 400.00 2 $2 400.OD 2 52,400.00 100% Surveying and Manmemadon per s section 24 A2.7 58.500.00 LS 1 $6,600.00 =0.4 $2,600.00 0.4 $2,600.00 40% Subtotal i2 0 1 $240,237.00 96% Page 1 of 4 (7) Schedule c A 2 1 Traffic Control 7100.00 1 LS 1 $7,100.00 0.2 $1420.00 0.2 51,420.00 20'Yr M phett Type C2 4 (2112.1 $74.00 To 1,150 $85,100.00 1150 $88,100.00 1150 588100.00 i00% no Surveying and Monomentaticn per 4 Saerlon 2-0 a2-7 $12,200.00 LS 1 $1 200.00 OA $4 880.00 0.4 $4 880.00 40% Subtotal 5185,170.001 $171170.00 $171,170.00 1 92% Schedule 0 Trafac ceMmi 513,800.00 LS 1 1 513,800.00 0.2 $2,760.00 0.2 52,760.00 20% Hel Ix luphaR Type C 4 P 7 573.00 TO 8,000 5438 000.00 B000 $438,000.00 6000 $438 000.00 100% Remove an Reinstall Existing speed B HumpeOiamanRQ) $500.00 EA 6 $3,000.00 2 $1000.00 2 $1.000.00 331i MYN9 and MonumeMatisn per 8 Section 241 a 2.7 $18.300.00 LS 1 $18 800.00 0.4 $7.620.00 0.4 ST 520.00 40% Subtotal 5613,06. $651040.00 5881040.00 95% Schedule E 800Win 2 Trsflk COMrd Se 00.00 LS 1 58,600.00 0.2 S1 720.00 0.2 31,720.00 20% E Type C2 $75.00 TO 726 564376.00 726 564,575.00 726 564,375.00 100%oncrete Y1 $66.00 TO 900 1 $69,400.00 800 559,400.00 900 $59A00.00 100% Remove and Reconstruct S ExlstMg Curb Ramps $3.000.00 EA 2 $6 000.00 2 56,000.00 2 58,000.00 100% 10 DetectorLoope 5400.00 SF i S 200.00 0 50.00 i 3 00.00 100% Tranic Umping 112 MerWnge $ 100.00 LS 1 52100.00 0 $0.00 0 $0.00 0% Subtotal 5269,050.00 $246.970.00 1 $750 170.00 Page 2 at 4 SchaduN F 2I TraMcControl 311600.00 LS I 1 11600.00 a 0.00 1 1 1 $11 00.00 1 100% Remove and Reconstruct Existing AC Speed 4 Humps(AC Type C2) 67 314,070.00 8.91 $1871.10 51.06 $10722.60 76% Surveying and Monumentaticn per a Section 24 82.7 31 300.00 LS 1 31,300.00 0 $0.00 1 f1 300.00 100% Subtotal 5242 fi87.0a $1,871.10 3238,338.60 Cm Ordar No.1 Subtotal 1 $37 689.32 $72,165.85 1 172,165.85 82% CM eOntx Ne.2 C I F.P.C.Sklewstk 1$23.9111001 LS I 1 1 $23.902.00 1 0 1 $0.00 0 1 $0.00 1 0% E I MomngolC"NI4a AC 1 $73.60 TO 388 1 $28.666.80 1 388 1 $28 566.80 368 $23,556.80 100% ( a A4=tWatervalvea $760.00 FA 55 $42900.00 16 $12,480.00 t6 1 460.00 29% ! 1 Existing AC itttl As Pavement-FuS Depth $0.45 SF -340 00D -$163,000.00 -3E+06 4161,000.00 -340000 -5763,000.00 100% C\ N fx Aa _ A7 T BNCfancnte 566.00 TON -6,165 -5406,880.00 -6166 -3406,890.00 -5165244OC890.00 100%-4r Pulvedw,Export,PCCl Stab. 51.09 SF 340,000 5370 600.Q0 120658 S13t517.22 1206687.22 35% I Cold Mlg Ex1aft AC pavemenGlln9onn Bs Thkkneaaof2" $0.17 SF .164100 426.197.00 .2E+05 426,197.00 -154100 -$ 197.00 1 100% Cold atiB Exletlrg C3 Pavetnept-Full0e $ 0.30 SF -76100 -$22,830.00 -76100 422,830.00 -76100 -$22,830.00 100% CS Craahad hUm Bass 149 $0.40 SF -78100 1 -$30 440.00 1-76100 -630 440.00 1 -76100 -$30 440.00 100% HlothlixAsithaftoncrata 04 Type C212"1 573.00 TO -6 000 -$438 000.00 -6000 4438,000.00 .6000 -$438,000.00 100•b Page 3 of 4 Hot Mix Asphalt eonereb El type a2(2 trr) 1 $76.00 TO -726 -$54.375.00 F726 464.375.00 -726 -$54 375.00 10O% Ho x pphsil es CcrxnteTypeC2(3•,1 $66.00 TO -900 459,400.00 .900t -900 -$59,400.00 t00% Pulverize,Cra e et ranpept.Export $OAS SF 393 461 $180 987A6 393451393451 5180 987.46 100% 03 cold Plane2.0• 50.23 SF 3 ,612 08,090.76 386612 0.76 366612 $B 690.76 100% Subtotal $206,229.10 -$607,964.37 1 4507 95, Change Order 3 Airport Speed Hump t Striping $6 600.00 LS 1 $6,600.00 1 1 5S 600.o0 1 $6 600.00 I 100% Alrpo K Adjustments 511586.00 LS 1 1 $11585.00 1 0 $0.00 0 $0.00 0% Airport Grind-Slurry M Cminnsalk $ 778.00 I LS I 1 i 778.00 0 $0.00 0 $0.00 0% Eta I Bid Price Detector loop $400.00 1 EA 3 $1 200.00 3 $1.200.00 3 $1 00.00 100% F4 AlrponSpeedHump 1 $210. -8.91 1 4tB71.10 1 .8.91 1 -$t 871.10 1 -8.91 1 41 871.10 100% u aHx■,tirade e02e1 Compel.Export I $OA6 I SF .393.461 4180,987.46 •E+05 4180987.46 -393461 4180,987.46 100% CO2132 I AC Paving 2112■rd 3• $71.uu TO 8,294 4446 874.D0 6294 4446 874 00 6296 $44B,874.00 JCO2D 2a3 Cod Plane 2.0• $0.23 SF -386 612 488,690.76 4E+06 488 690.76 -MG12 488,690.76 100% Puiv1P&Ve MororgotChery Hul■ $0.46 SF -26 678 -$11 811.88 -25678 411 811.88 -26678 411811.08 100% ngolChanY s2E Peving 1 $73.60 ITO -388 428,656.80 1 -388 1 -$28 656.80 1 -368 -$28 666.80 100% i �N Su btotal I IMB" 1 1 48 321.11 66 ,321.11 Project Totals 53,215,861.89 51,205,148.48 $1,445,816.98 Total Earned: $1,"5,816.98 5%Retention: $72,290.85 Michael Lylar Amount Due to Date: $1,373,526.13 Loss Previous Billing: $228,635.08 NET AMOUNT DUE: $1,1",891.05 Page 4 of 4 F—V AT CH INVOICE LI ORPORATION /M40 8b 141m P.Q Bmt 10•HWdmr ,CA 12M Tab mN52.1400•I=OOLsa-011s CSanG city of P4m SP&P hn1001 TMtrstMu:1444 hym4nt AppRc4lba: 2 Am:A¢pmb Pay" P14S4d Mena]014 PM Dad"ARI mmfm Wake Dam ilmmm14 0210 E T411SIiR CUSma Way Maft Jab Na:14405 Polbd Pram: 1O114WM4 P41m5pMp4 C.Aum 11a1S IWO 7WPWN T4YIWmA To00 Sam: am Uai Aan Oman 1m t400SrmmT4lgdbAma 141 IINf S timam i —mw—m s Im t 00.Omm im ! OAmam tm "I'llcnmd 1, iM s AAmm $ A.Omm s am s I== 6m $ UAW1m DON _ ACParm1 SF S O45 s tiu" i - 5440a0m 1 tisamm 1%00000 i toMoo tm 1 ci15NTy.a7 1,1 l i mm f ba4mm S 4.11am s YA./m00 4.116m s 11a400m lm HMTMBT MiamiTON f moo t Qum s - 41mm S 4m,tmm 4165m f 40isOam IN oac SF s 6m S 10z0mm s SlOmam s 10mmm 2140m00 1 5 t0z00am 107 RmmwaRwmtetgmtNb /4 G i zm0m s amam f i - s IN udo va s H t 1m0A0 s 40mm 'm 1a FA f t,Imm i 21A" t s - t ilo �mTM/tamned Pm 1m UK IS 11,M)M S n.mOm S - a40 $ 011100 940 $ 4,40Mm In TalOcitSt4A�dMmtlep in Ux 5 Qmam i tfmam f s s 2" uAltmim-Ra5O415 1 uw s 21imm f mmam ! 1m i 2atmm 1.00 i Mmam Sm Taftcm d in UR s /mOm f atmm S tm f OAt0i0 tm i Lamm In tmGmlAetmbmr istlmm OF i MIT f 2S1Wm t 154,f0am i 741Wm 151,1mOD i 2a1Wm 211 1wrtT.ar lxtm TON s "Aa i 1S451am s 1,t7000 i t518mm tmam ! tmtmm ms R4nem"Ra0agvtBft x. SA ! z21am s x4mm 3 2m *PftLNMRmpttm 17m s x.4mm n.m i x,4mm Fil c 1,tOa00 t 2AOa0P s tm s z4mm 2m s 240a0a mT trmmArRammsdd ciao BA s imm s limm t zm s Im000 216 s Imam 2°5 se141titaeltomm�.mmm 1m tM s 45mm t asmm s ass zmaso n40 s tetam 200 rmRcst5s5An1A.ug1 1. 124r i zlmm t ;loam e t s m IMtSlmm-Wmd*(; t IM i gum t 24mam i Im : Amt40 1.m ! ttmOm sm 1 1m tw S T.tmm t r,10am S Om s 1,4ttm a21 i a1m20 SOO CddtmP:4thPmmmmFM m 5F t am t 7;50000 s 741mm s aittm tglotm : RiRm tm TIpa2B 1, TON f Am 7 54106m ! Lamm 1 tSimm f,lmm i a(1mm Sm PI = T4tm40 sF f a/a f tt44am i T4t00m 3 tt41am 74100.m s m,4mm Sm 9m41 AM s lZa m { tzx m f 6m i limn 0.4s i 4.amm Ai T1d1nWSASNdm4m Aw lm IM s 1,Omm S Imam s s S 4m ROtSmam•RwAo I.m tw s 3zoam s Ro" i tm i ttOmm im S ];mam 4m Tam04mt01 1 w s 1210000 s A"= i om S 2Tmm ago 3 zTmm 403 WECW"A0p-- IF s ale t 747mm ! 4ttmpm S 147mm 4l4000a0 s 5470000 404 W27 TONS rim S 4tt00a00 f 400am i ltl,Omm 4000.m f aAOmm 400 Am R4m4fad Feld 4MI Fit IS zlmm 3 Immo ! 4m RmwAMtlmtlm 641T4a14 4.m i tz4mm 4m S t24oa00 601 FA 11 4m-m s zatam 3 IN IS MAI 2m s Imam 4W 1bp401EIt1tt86Rmrysllm LM FA 14 I.Om00 s 4mOm i Sm ! 40mm l00 S 40mm WRpA CH INVOiCEORATION e 3910 P.R Bm110.NI~.CA 413q TN:90 4027400• Fa:soo u 1113 c46nb W ofpdm awbm itro3no10Cm16m1 ft;1444 F"nwd APpkwft : a Amn:AC ms Pal" Pr*d Home:MU PAYU1m ea No"6Rec"#"dml bw ko Dlfx 11T137m14 34m m TMppokCarlm Wy 1616m Job Mw 1440M Puled F1m11: 1m1•im31H4 PAbb spong%CA 1133u cowidwot uspow Temm WkTono bvA a: 6m Ted 409 &nWMArAM=nnptml 1 Lill i +4m a) $ +46mm i 4/0 s 7,52500 0.40 3 7=00 40 Tm QWMArdMvbpt tool- INl 3 7,7mm s 7.imm S - f 3 SDI meb4lm-sc mdrE L 1471 3 24md00 i 24m0.w S 1m 3 24600 im i All" 59 Tm c&*d LNI t moo t 0.m6m 3 070 t tram 420 i ,.Tl4W CtdWEdd Ae Pamml4Fr W.MW SF s am 3 RMOm s 27,MOD s 9mOm 67-MA S 9,m6w 3u lmAT,pcmmr 77600 TON s tam 1 s 663z4m s Most s su mm moo 3 543Rm sm Pbd6 44mm SF 6 an 3 240mm f 4MOD f 24,000m 40.0 m s 28m6m 3m 1WT,pRr 000 T0N f 660D f 544MM s 3mm f SWIM Sim 7 BAW mr PImsO41AW04OF s Os6 S Waisw t 40500 $ amm 443mm f n.2 W 001 EA s 2mOm i twoo S in i SAW im S "man �Cwbftv"WM Zm EA 3 zoma s 4.mOm s !m 3 40cim 20 $ 40Mm Ste C r+oop SA SF 3 4" 3 t, qo 42 6 22M00 6 6m 3 3300.w ill Smrryl70AmWimmmmm 1m tw s 14fmm s 14sm m 7 6/0 s amm 640 s 4600m 612 1mk SkWgA HYNAOz fm W S 21mm $ 21mm 3 1 f 601 66 WW--&hW*F 144 UR s mXmw S 246mm tm s 24616m 6 tm 3 X's" 6M Tmfem6M 1m LW IS 11.0—A 6 Itsmm im s 12m0.m S im s 11.1m00 Om 11la6AePmms4 11; tF t 617 f 2429m 1R1mm s 2437m s - 1721mm $ DAM Of %MdAmAemnmci&MA, 9. TON $ 1162 S 14.MA ,,I, a44130 301 6 1A71.10 Sim 3 mmo as 1WT3ppr ipmm MN Is MS 3 19.360m 26m0o f 19.3sm s 20m00 f 16276100 em Md Mmmm"m im Lill s 1.3mm s 1,3mm 1m s IAA f Im f 13m00 TmIbBIsb4AmmblAp i Um i atmw 6 gimw 1m s 0.71M S tm $ gimm Ne1•6"°'M , Smf i r2166es s 72166E5 $ 1m i TV" Im s 72166m Tmd N*T'4•TambFQAFd 1m l is 3 xwx f mmlm i 7mz om 1b S.C-EMP10b 1 l6 3 2Tm2m s D=w s 3 s 7m7 CW Nn 2-D-M-piChm 246m w BF s 0-46 t 11.011.38 A s 21476m f Is611J4 aW'sm i 11,1I1m min OWNai-!•1Amgo/CS3q SOS TON s--am S 2a364m 3 33Lm s AS" 3mm 6 Mimic 7m4 OCOf4A34-TtAMltYA /m 18 i ufam s 13,12Sm i i - s mia Oo6th 2-c•Aa0m pb awl 90 PA 3 MW s 42m0.m S Ism s 124mm ,6m S 124" mil Ihz-N-Agmt63am 3000 PA 3 Omm S v mm s tic s amw tic s foam 7ma oo6lui•rr .lyw tic u s pf6776cy f N4L,37a f - ,m i P11 1.09 S 041 me OMth1.At•T**4z KOM 8F 3 1.0 S 370,m000 s tmaam 3 rnsTu: +ISAtam s 121,112u 10019 7md0 CCONe.2•AZ-Tdap4zAc a TON S an s Molm i 2+01a s 2141aaW 270121 s mtfss, 70311 ixOM1•10(BdN4fe B• 1m LB 3 11M.M.0i f 1t00m/m) 7 1m s pm.437.001 I.m s mwiq 7@.1z 1a.:•wse.erc• t es s p s (174iWmp f 140 s px]mBvl im s mu" AT CH INVOICE LU— ORPORATION wnw race F.D.B4t 10-IIIp,4eW.CA S2M Tat No.=4".Fm B4 MI-1111! C4nb coy dPdm spMoa ft*aXMIMCINa 1404 PayRM%App todm i AM:An P"aWa PMI*d NUN:mt4 Paar rd WWW A R mmbwcl 0n Mnolw Nb: IIA=14 SSm 6 Tabp4R Cm*4 Wrj M& MJob Nm 74408 Pa deO Faom: IW14W"U Paton SpMpa,CA9asn 4kn BY14sliffillapabd I TOMINAMU400 ttll I Ted JYalml I QUWW Aieaaal MS•17 ND.f-OYSdmd&b-3�4t LS 3 olww, s (Sn f 1m s �n.Im3BJ fm S R77 M2-14 Nt3-Old"ME• 18 s RW,0f0.001 f (>m.Om00) f - Im i pM,07600f Im s 10FY 14 Ened M1N.OaK SRMIm BF S 0.M f 11a00/m f 3R4510 s IIMAa XMIm $ IRM AO 706N OCJ111e3-@.N:Pa4t02! TON s 71m S 444M100 3 B7s4M f 44kfllM {391m i 4gp4Lm 7P317 ISDNu 3-113-CaMRmstr 3111,61101SF S an i its" f 30B0I2m S RMa9 3I11112m 3 RM X IM•IS pODNa 3-04-ACP"zr 1737A0 TUN f mM t SSSOISM s - 4MOD i =01100 4.1MRw S 373M0M RLI NaAhmat 3.I.Mw&ms in Is f 6B0lm 3 NAM $ tm i B.eMJa Im s tlimM lu3.J-dtlBaewl 1032 4MBM Babomwm 1m is s 445000 i 44Mm i s s 70" Ntl-3-NB4lNgm ,A1 IS Is II.Msm f tmm s f s 7M4 t43-L-NMOnia♦P4 t I: f 1:MBm s I1,7mM f ISB s n,imm in s Imm im0 CUUW7-Y-ISIn(SBAIN In 18 i 2r76M 3 ;TiBM i s f Ut:0147-N-WMA 94dad Im Es f I&MA f t0am i f s 7063 M7.10.0Y&IAOWE- M $ mm S I,Imm f in s mm 2M s 1=00 7030 7d!•IYea Nt0%m/ IM IS 3 1s2ifp i Ss,31BM i 1m 3 71i " tm i ZW&w M34 ia!•CCUlb.3-OtMi MIMM OF s a44 s nR3n_ : SRmm 3 nRsvAp SrgMlm : nRsa. 7p}10 anY.J•CW w.l•Od4r mN s (?Iql s i 4>9443 f PY." um s ookm aW 70.N Nt]-txoln3-tMtr SF 3 P s PBMa : - SM.a,rm s pBMBTat SRB17m s µMa 7011 7n7.17CCta3•Daob MN i MID f mum". $ 4,75200 f PSIAI e7suB : mmm M13 Nt7•BN-Pd,Maa n m3M SF 3 OAS f 377,7m40 s 714mm s tf7,t37m =SMm s w,772m 704 UCUNa3-9M-/CPa4a026' tzlmaq 'ION f ME f i01,711J3 is 7au7B s NIA77m 23m7B t 731.M.* RMS p'b Na.3-Imths.p41IB afful IF s Ia s (11.0I i 2U" S UIMI.M NA" s 01MIX mis t3bN.3•CcoNa3-tMtrSPLA MN IS MR t MMM! s 7mM 3 tblmm mm s PAW 7617 IWPdIammwrbIA�OIam 8F i CAS 147f1M 76if0 137Ofh7•EI-Yar4p/ MILIK TW 3 70$ f l7,87m s - 3 i • i AT CH INVOICE RPORATJON 11144" 0 Isle P.Q 9=10•100M5rd,CA9n40 rot 005-3W400. Fm'9"24113 C4M COY at Pobn OPAnp FI* lCOnq'od X0 -14*1 AM A000unb P0Y0Mo P1oJ001040L:M4Pavvmnl � � 7 Wnbyi FWaubuc0on Involve o.ls 0RAW31M na"6whmw R CrryplYfq WON Job Na:lsao6 Prod Fmm: 1sY1.101s914 Prm aPlbloA CA uw Lim I ► mr Togo w. AaanlOnIft I Neooel 0110mmcerw s.TIAR4M coerwslimm anus mthme.ow %oklum Woke w*T*OW s 210f80.'.O s 11%14"S $ 1.448"0s Lm Prdon s QuAnq s R41N+177 s (+2.2➢60A ■+M+PAbSIn s s s Nd=Wr001Y s 22400s00 s 1.1440.05 f I-VOM13 CH _ ORATION SINCE 1918 CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT Caiifornio Cvii Code Section 8132 NOTICE: THIS DOCUMENT WAIVES THE CLARAANrS LMNN,STOP PAYMENT NOTICE,AND PAYMENT DOM RIGHTS EFFECTIVE ON RECE]Fr OF PAYMENT.A PERSON SHOULD NOT RELY ON TICS DOCUM193NT UNLESS STAISIFIEO THAT ME CLAMANT HAS RECENED PAYMENT ldentifyieg Information Name of Claimant: Matich Corporation Name of Customer. City of Palm Springs lob Location: 2014 Pavement Overby and Reconstruction 14.04 Owner Palm Sminas Through Date: M/31114 Conditional Waiver and Release A This document waives and relenses lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this dommom Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this dohnrmen% unless listed as an Exception below. This document is effective only on the claimant's receipt of payment from the financial institution on which the following check is drawn: Maker of Check: City of Palm Springs Amount of Check: S 1,144,899.05 Check Payable to: Madch Corporation Exceptions This document does not affect any of the following- (1) Retentions. (2) Extras for which the claimant has not received paymenL (3) The following progress payments for which the claimant has previously given a conditional waiver and release but has not received payment: Datc(s)of waiver and release: Amounts)of unpaid progress paymeat(s): S (4) Contract rights, including(A) a right based on rescission, abandonment, or breach of contact, and (B)the right to recover compensation for work not compensated by the payment. Signature Claimant's Signature: Claimant's Title: Project Manager Dec of Signature: it—t, 131a14 w , CITY OF PALM SPRINGS AARTIAL_RE_C_EIVING_REPORT PO No: 15-0542 -��MATICH CORPORATION - Date: 01/22/15 1596 HatrShep and Boulevard Dept PUB WKS/FLEET San Bernardino, CA 92408 Partial#: - 3 CP#14-04, 2013/2014 Overlay/Reconstruction Vendor No 02035 Account Number Invoice Date Invoice Number x Invoice Total Sub Total 1 211 21201 4_ 111405 q $ 1,531,407.64 260-4493-50808 _ Sched A&CCO#2 ItemAat50%„ $ 631,517.70 $ 758.LOA A 261.4491-50324 Sched A&CCO#21temAat5O% $ �631.517.70 $ 315,758.8y 134-4498-50225 Sched B,C&CCO#2&3 Items G& &B1-B4at29.4%&N $ 257,991.60 1334298-50292 Sched D,E&CCO#2&3 terns D& 1-B4at70."%&D-E1 $ 585 864.51 416-6501-56145 Sched F&CCO#1,CCO#3 Items I, AE10,Fe,F4&F5 I $$ _ - 260 4500-59445 _ CC Item F _ $ 134-4498-50242 # _iCCO#2 Item B $ 33,326.95 261-4491-50325 ': CCO#2 Item C w _- 22,706.90 001-4171-43200 ? 1CCO#3 Item L $ - AW 3 "/ oY2, 7A PO Amount $ 2,714,074.00 34r, 47 •-' 9 CCO#1 $ 87,689.32 ,` ;7-�-�7 CCO#2 $ 205 229.10 CCO#3_ $ 208,859.47 F - - '3 ,Z 37 77 k7,��,Y.,h ,� ,. Previous Payments $ 1 373,526.12 ; j/f 5-1 7. 7 o PO Balan=$ :31 . Division Manager Signature: Prepared By: " Department Head Signature: Date: bate: 01/2 Date: T e Progress Payment #3 Project Name: 2014 Pavement Overlay and Reconstruction Purchase Order No.: 15-0542 Contractor: Matich Construction Corp. Agreement No.: 6665 Project No.: 14-04 Bid Unit Contract Contract Curren Current Fo Date To Date °b Item Item Description Price Unit Quan Price uantl Amount Quan Amount Com. Schedule A x Traft CoMrW 33 00.00 LS 1 $33,000.00 0.6 $19 800.00 1 533,000.00 100% Not Nis Asphalt Concrate 6 Type Cx MI $68.00 TO 4110 $279,480.00 0 $0.00 1 4110 $279,480.00 100% e CnsWMimBawµ'J $0.30 SP 340,000 S102000.CO 0 $0.00 340000 E702000.00 100% Upends MdsUna Curb Ramps adih Tnncated 10 Danes $1200.00 EA 6 55,000.00 6 E6,5g0.00 5 $6,000.00 100% Surveying and atawmsnlaeon per , f x Sactlon 26 a x 7 511000.00 LS 1 S11,000.00 CA S4 400.00 0.8 E8 800.00 80% 0% Subtotal 1 $1,163,370.001 $80.200.00 $1,138,170.00 99% F77ScMOuis e 2 Tn10cConlrol E 600.00 LS 1 8,500.00 0 $0.00 1 1 $91600.00 t00% Mot leis AsphaM Conente a Ty _Cz[2"F $72.00 TO 1,970 5134,640.00 0 $0.00 1870 S134,840.00 100% Upgrade Existing Curb Rampsweh Tnncaled 6 Demas $1 00.00 EA 2 $2,400.00 0 $0.00 2 $2AGO.00 100% SuryayMp and Monumenlarbn per a SecaOn 24 82&7 S6,600.00 I LS 1 $ 600.00 0.4 $2 600.00 0.8 $6 200.00 80% Subtotal $260,737.00 E2,600.00 $242,837.00 97% Page 1 of Schedule C s Do:Do D 2 Traft Control E7,100,01D LS 1 $7,100.00 0.8 $6,680.00 1 $7,100.00 100% x pea pe 2 4 12lirl $74.00 TON 1,150 $95.100.00EO.4 E$4,8810.00 1190 E85,100.00 100% surjwng a Monumentwon per 4 Section 2.6a2.7 $12.200.00 LS 1 $12200.00 0.8 $9.760.00 80% Subtotal 1 E185,170.00 1 $10,560.00 $181.730.00 98% Sched t D a �tss 2 Traffic Compel 1$13.800.001 LS 1 1 $13,800.00 0.9 $11,040.00 1 1 13800.00 100°h Hot Mix AaphdI Type 4 (2"1 $73.00 TO fi 000 $438 000.00 p E0.00 6000 1 $430 000.00 100°h RamoYea Ralnxtdl Exlatln9 9pead 6 HumpefRemonRd.l E600.00 fcA 6 E3,000.00 0 SO.DO 2 E1,000.00 33% unreying and 14onumantauan per 6 SeWon 2Eaz•7 E18,SOO.OD LS 1 E75.800.00 0.4 $7,520.00 0.8 E75,040.00 80% Subtotal 1 $613,060.00 $18 660.00 1 $599 600.00 98% Schedule E 2 Tragic Control $8.600.00 1 LS 1 Ee 600.OD 0.6 1 $ 6.880.00 1 1 $8,600.00 100% No x Type C < (2 Un E75.00 TO 725 E54,376.00 0 $0.00 726 $54 376.00 100% Not Mix Aspbaft Carxmte 6 TypeC2121) E66,00 TON 900 E69,400.00 0 E0.00 9D0 $69,400.00 100% Remove and Reconstruct 6 Edsung Curb Romps $3000.00 EA 2 $6000.00 0 E0.D0 2 $6,000.00 100% t0 Datectm Loops E400.00 SF 8 E3,200.00 0 $0.00 8 $3.200.00 100% Tra Ping 12 Morldrgs 52,100.00 LS 1 E 100.00 0 $0.00 0 $0.00 0% u total E269,050.00 E73 480.00 $263,650.00 Page 2 of 4 • f Schedule F 0700 x 1 Traffic Control $11 500.00 LS 1 1 $11 600.00 0 1 $0.00 1 1 11.500.00 1 100% ( Remove and Reconstn ct Existing AC Speed 4 Nuel"(AC Type C21 $210.00 TO 67 $14 070.00 0 $0.00 61.06 $10 722.60 76% Surveying and Monumentation per S section 2.6 i2.7 $7,300.00 LS 1 $7,300.00 0 $0.00 1 $!>300.00 100% 11,111H Subtotal $242,687.00 $0.00 $239 339.60 Che a Ortler Na 1 Subtotal 1 $87,659.32 1 $0.00 $72,1165.66 82% Cha Order No.2 i00 C E.P.C.Sichm alx I$W02-001 LS I 1 $23,902.00 1 2 902.00 1 I $23.90ZOO 1 100% E Norotp01ChenyNlnsAc $73.60 TON 388 $28,656.80 0 $0.00 386 $28,556.8o 100% G 1 Aclimst aterValves $780.00EA 1 bb $4 900.00 18 $14,040.00 34 $26,620.00 62% np As Favamau-Fun oepm $0.45 SF -340,000 31b3 000.00 0 1 $0.00 -340000 4 1 snuo00.00 100% Floc Nix p ■ Ma A7 iypes(3") $66.00 TO -6165 -$406,890.00 0 $0.00 4166 -$406,890.00 . 100% Iverlu,Export,PUG At stab. $1.09 SF 340,000 $370,600.00 219342 3239,Q82.78 340000 $370,600.00 100% 001c:11111"Ex"n9AC Pavement-uniform 63 Thloknessof2' 30.17 SF -154100 .$26,197.00 0 $0.00 -164100 -$26,197.00 100% Cold M g AC Ca leamament•FullDepth 50.30 SF 1 -76,100 -$22.830.00 0 $0.00 1 -76100 42 830.00 100% C4 Cnnhed MISC.Son(W) 1 $0.40 1 SF 1 -76,100 -$30 440.00 1 0 1 $0.00 1 -7610D 430 0.00 100% Net Mix Asphaft Concrete Od 7ypeC2(2') $73.00 TO -8000 4438,000.00 0 $0.00 -NN -$438000.00 !MI% Page 3 of 4 C) Hot FAx Asphalt concrete E4 Cx CZ 112-) 1 $75.00 TON -725 454.375.00 1 0 $0.00 -726 454.376.00 100% Hat Mix Mpp Concrete Type Cx(rl 1 $66.00 TO -900 1 409 400.00 0 $0.00 -900 459,400.00 100% Pulverize,Grade at Compact,Export ;0.46 SF 1 393,451 1 $180997.46 0 $0.00 393461 $180,987.46 100% 63 Cold plane Lit" $0.7.3 SF 385 612 88 090.76 0 $0.00 1 386612 88 690.76 100% Subtotal 205 229.10 1 $658.478.47 1 $160 524.10 Change Order S A Rort Speed mp I Stdping ;6 600.00 LS 1 $6,600.00 1 0 $0.00 1 $6.600.00 100% Airport Wit, K Adjustments ;11 .00 LS 1 ;11685.00 0 $0.00 0 $0.00 0% Airport Grind-Slurry M Crosswalk ;2 778.00 LS i ;2,778.00 0 $0.00 9 $0.00 0% VdIV EIO aldPrkeOetectorioop $ 00.00 EA 3 $1200.00 0 $0.00 3 $1200.00 100% F4 Alrport8peedHump ;210.00 TO -0.91 41071.10 0.00 30.00 -8.91 44 71.10 100% Pulverize.Grade CO2e1 Compact Export ;0.46 SF -393 451 -;180 997.46 0 $0.00 -393461 4160,987.46 10D% G0282 AC Paving 2112 and 2" $71.00 -6 204 4446 074.00 0 0.00 -6294 8,874.00 10016 002133 Cold Plane2.0^ SF -335,6121 488690.78 0 50.00 -386812 69t1.76 100X po' aw 0020 MerpppfCherry Hues $0.46 SF -26 678 1 411 811.88 0 $0.00 -25678 411 11.98 100% henry I 002E Paving $73.60 TO -388 42 656.60 0 $0.00 .388 428 666.80 100% Subtotal $208,859.47 1 $928,129.58 1 8.47 Project Totals ;3,216,859.89 ;1,612,008.04 ;3,067,825. / Total Earned: $3,057,825.02 1,7- 5eh Retention: $152,891.25 Michael Lytar Amount Due to Date: $2,904,933.77 Less Previous Billing: $1,373,526.13 NET AMOUNT DUE: $1,531,407.64 Y Page 4 of 4 WOAVCH INVpICE RPORAT[ON In4m u w.Iwa P.O.Boa 10-HNNo W,CA 92SM Tel:11)"U.7400•Fax:M4824113 Chem:Cey,a Pablo Spaotps Pr4ealContractNa:1444 Payama4Applka0on: 3 AM;A9tamlta Psyabh Pmlicl Hama:2014 Pa mvl O9anay o flownwNo00on Make Oala: 12It272o1A 320011.TabqulQ Canyon Way 140cb Job No.! 144106 PWloo Faom: ItA.lInW4 PNm Spmtpa,CA 12roS C0a0aewaf RrAmly BOW DinkaTN.►Mod T.WWWa1a06 him p.W lost Mm TPW O9 AmasO liumply, Almmml IN TYy@ago. 1.00 LINT S 10000.00 s W00040 1.00 S 91m0.N . s in 1 111,000m 10f Tm&fUxd I I UK S 37,000.00 S 3moo 1,40 S 7]mp.N 0.50 s 1uNm im s 7300.00 10 C WIN FaL0B At ftamaa 340.0001 5F $ 0.41 6 167.001100 30,M.90 1 15]AW.W s 340=00 1 157,maN 104 IY1Trya CSr 4,14.N SON S m.N 6 m11a00 411pm 1 271,4110.0) 6 4.IIM f 2T1,41000 10S "111,063' 5.1651% TOf4 9 MN s 4N,51aN 1.16510 S 4NmaW f 61195m 9 4NJNN 106 char 340.00a00 OF s 0.70 6 1W,ON.go I4Q,M000 S IW,9110.410 S ]m,WaN f 10201m 1W lima im aAamaerlEM dd lem FA s 2000m S ]1.oNm - S tam s "mom laN S ]aoN.N ,go In FA f 1.70am S 5,0K*l S $.N S Am0m fm f 5.0000 IN A- exiAC1a0lfte"Wa 15.00 FA f Into S 21,oNm - 6 - laN S 21.O0Om I6.W S 21,0 0,00 Igo In BNT 5 11.01.00 1 II,90om SAO s 4,4W.N S 4,4a0p 0.50 S a900m III Toast B00bN AM mAAbp In UNT s lzppe.N S lagopm s s - 1 201 NebBra0m.sda B In WIT 9 Milan, 5 ]R500m 1,00 1 M.SOOm f Im S N,Sgom 2N Twkc" in LAST S 9.50.00 S aSWw In 1 1,501140 S - 1.00 S 9,500.10 ]W 1 ou ga i&i ,wnr 194,14400 SF S all s ]a1o7.00 154,10a00 1 21.197m S 154,INgo 6 ]ais7.N "I im Tw c2r I'maa TON I S 72N S 134AWN 1,9Wm S IXWDD S - 1,910.00 s 111,6411pp rW 17.10 FA I I zomgo S 37.400.00 17.00 6 37.4000 9 II.N $ 37,40om ftWOi00 EiMCWbRa YK 2m G S 1,200.00 1 2.400m 7.00 1 24000 S iN $ 7,400.00 naeWAna ltal]wl bi0 900 FA 9 sm.N s 45Nm 710 6 $.own 6 2N f 110m.N M Sa"IigAiNummmalb 1.00 UK f OWN 6 e.moo 041) S 46Nm - S z9Wm 0.0 1 517000 M Todk71fplVAn01411N, Im UK S Small 9 ].1Wm S t=�i'w• 1 S Sol .S"MC In IM 6 MSmm S 24JNm ;.go S mmN f 1.013 Dwain ]W Tn110 CWbal I.W M S 7,10.00 S T.IASm a" 9 I.Vam oleo 1 5.40.00 1.00 S 7,ImN W7 csN9nEIMA.FwwmmNl 7a1m aE s 0.30 S H.A]em 75.IWm 1 221110,00 S 711.10LW s 22e]am N4 WA4Ty"Cur 1.1"00 MR I s logo s u.1Wm 1.15aW f M,IWm - S 1.150m S 65.1Nm sgo m 7atgom SF IS aM :333401g.01) 440.W 7a1N,W s m.440,00 - f 14tmN i 19A40m 7N Anee tm 104T $ 1z]N.W rN.N o.M 9 umW 1 4.9m.N am 6 9,7mN Igo nik b9bnl And Uhl Yga l.N UNT f IJOOm ,Ogom i / i '." M1 -WA,,dm-SR4WN0 1N INT S nMA1 1.W 1 12,00,N 5 - 1m f 41100.NAar Labe C0a1 1m wT S IZW,00 ,W0.00 0.N s 27M.N aM S 11omm fm s Iz9NNAW N9MEaida9 A<P.r40W 416,ON SF s all ]N.go an,m00 S 7a]N.N S 41a0W.m S 71JW.W Apo NWLTppaC]r 0,0o900 WN S low 1 4N.N0.N IJgogo S 47amm ! agoO.N 6 M.Wom Do E6a 400 FA S 3,100.00, s 12404.06 401 S 1zA S Am f Iz401.00 +N 'm"A"'fli4°'�"'�i/ in FA s sppm $ town, to s 1,ogo.go s toot 1,WO.N 407 apsea4aEblCoaRanpsM110 I.N EA f I,DWm f 9,mam Om 6 togom S tN 1 I.gopm 4N SaW]egAM 9kitaaantlm 1.10 tM 3 la9N.N s 11.4mW 0.4011 7JNm 3 I,sNm Om f 1l,OIO.go WOATIRPORATION CH1NV0lCE 11111115 saw.we P.O.Boa 10-141 01.ftd,CA 1230 Tel:W"2.7400-Fay:103+10 4"3 CNN1t:Clry W Palm Sprbi0s Plo(ect Monlmal No,:1444 PaymW App0 @Um 3 Ann:A4xOmla Payable Pngtd Nam:2014 PamnW Ov4.lay a Racm.b " lh0 s Dab: 1N12OV014 57m B Ta1pdi0 Canyon My YaDcb Mb No.:14-000 PONe0 FOm0 11H•11MW14 Patin SPnnOe,CA""I Commt%rk Bow !M.Pww T 7e Dow two: Nm on O Vee PA ad is TdkabbgAWMAAlm04 IN le3T 3 73001110 3 7.Mm t s - 3 Sol MAdvob.-S.00kE 1.00 m 1 Moom s 2e,sNeo IN t m,Wo.W ! Lot t 2t W.W Sol T14Ba C&" 100 UNT 3 IANm s e,ea.W on 3 I,im.00 US s twoo 1.a s e.W ild comfillEmW2 "`P"""°F'" Wtoto sr $ 0.3f s 37.OS0.W 97.0ow 1 n.osom s 97100.00 1 37.410.00 w0 NNATm C22.r 72LW Tar f rs.W s suis.a 725.00 3 s0.MLW s 7211m 1 m,375.a SOS jp.CW 41.Wam SF I ON t 24AW.N 4e,0Wa 3 24.aWm s 44000m 5 2kM.*$ so TR.c:r 1NW TON s am 3 m4aa NOW 1 a.4Nm 3 Sm.N s 51,4090 $01 Cie 40,511DA SF S 0.31 S 27,NSm 44WOm s 21,226.00 3 445am 3 2i,725.a sW "°" LW EA s 2,oa.011 3 sm iso to s ta0.0o 1 20 3 emaa so nbUstCwbA.i.1R0 2W FA 5 toots s 4,0am too 3 tNta 3 La 3 4,aom Sol LN" La a 3 401m 1 t2Nm to 3 t2NW s aN S 3,M.* sit B4n dN 7A0 Rboeb.lalbn 1.00 UNT s 11,5am s 16.50om 140 s tues s town 0.60 1 13m0A0 sla n.rtmw4wmnNO. 1m M 5 LIW.a s LINm 3 3 . s sa Ye00[dm-Sd.MbF Im UNT S 14<A0.00 S Nm0.W Im f 24,SOO.W s 1,001s 1A5Wa W2 T.*Cwm 1.04UNT S 11.WOm S 11.=W 1.W 3 11.5W.a S 1.00 S /1,5a.N 103 tiL1W a f 0.17 f 21.237.W 11}.fa.W $ N.1l1.a S - 112,1N.W 3 N257.a 104 ��� V TON IS N0.N S 14Amm SLa 3 IO,i22A0 3 51.05 S 10,722m as NNATme21' 2m0m 10N S 72m S 1SL36M LOWm 3 0133*00 3 LOKW 3 IRSeom eW Srr0 I kwumonabWe 1.00 UNT IS 1,30040 S IMM tm S 1.3a.N S 1.00 3 1,mo,W W7 .4 T1ftAMNdbt. I tw 3 5,7Wm 3 1,7NW i.a s t7W.a 3 in 3 e;m00 7a a"` 1 WT 3 711f3AS 3 7L46.es iW s 72NSN $ 1a 3 MUSA 702.1 CG0No�2. .�di0i i. L0 S 3WO; S 3toslos 3 1.4011 35a1m Loc 3 35,a12o 102-2 w.2•c- Fab i Ls s nAu 3 :AREN s 1.00 s 231WN im s N.auo 7024 Nn 2.0• 25.078A SF 5 06 3 i1.N1.11 3temSo s I011.e1 1 2teeW s IL11Im 7024 N.2•E•L4aapEr man TON f UN 3 N.M.N 311.00 s 20,654130 f m1A0 s 2La030 7424 NL2•F•T.p.4e0. tall Ls 5 1tim.0 1 1t12340 S a s s 7N4 y2Wf SSWJ FA 3 7110.00 5 4La0m Nod 3 It4WA0 S 1t06.N ma 1 245Wa NL AN• 70L7 m.N FA f IOP.a i N.000.W 1m i 0Wm 3 100.00 :.a 3 100.00 7@m C0Nx2-T.q$4-bb IA4 LS 3 WX0.001 S (14TAT0. 1.00 3 (11t3m.0% s Im 5 (14I,77t 7024 Oft SW,OWW SF S is s SmmOW 120,6ta 1 131.51721 219.34Ea S 2m,OFL71 360" 1 SN,SOaW 7N•11 AD I,0a.W TON $ K30 3 eW,e71.m 3,1N.N 5 215,1a.51 073.71 3 36.4728 1AWm S 50171m 702-11 [CO 2• 44.48• 1 Lt 3 (I00,137. s twuloci 1N 5 11W.6r. J tm $ 41641137m3 Tait ON,2•a f u S (13t3m.001 1 1134m0.00 too s 113tmoo 3 1m 3 (134m0. 702,13 1602' W."P• 1 L3 s NIT,250Wj s (S77•300Ae im I s 151Lm o 7 1.0 1 1117.230. 7N•N N0' E' 1.W u 1 iNtioll-004 1 lMZQNX4 is 3 1mLNOm 3 1.0014 (m ma3 WACH INVOICE RPORATION """ aAe rota P.O.Be[10 a HIp10md,CA a23a1 Tel:f0"82.7a00•Pea:100 v]<711 Cram:Clry dpalm spdw Pr01MICardraol No.:1444 Payment AppNFMNn: 3 JWn:Aetmams Payshie PM(M Name:2014 Pavamenl Overlay a.Rscmnbuelbn WMIC&DIN: 17H2TSO14 3200 E TahgJN Canyon Way MaBeH Jab No.:14m PMOd Frvm: W141130114 PaOn Bm111Ds,cn a33M3 Cstlept Week Band m TNavaM tahi Wrk100Me a. INei tax Pd. Teed W Anal a Imam 7N-15 GLO1h2•et•PaYetra, 391a51.N IP $ 116 s 1N,W 41 313.451.00 a IIa11711 s - 3µaa1.N s 130,I0TN 702.1/ CWNe1-W-ACPe Lr MUM TON f 71,00 3 W,17A00 0.2NAO 1 aa6A1WN a e21AN 3 aa3A3a.N 7M-IT CCO No.2•W.CaNPkm zP near 316,112A0 3F 6 a23 s µeW.To 3MAum 3 µ6W21 a 3e401zN s µ1W.71 702.11 Nn2•BI-ACPan 20' 4,112N TON 3 TaoO s 3µ010.N 4,75100 a 3D,N1.N 3 C732.00 s 33s.011m MI Net-I-Imal Spend LN L3 $ 6,6N.N s 6.wow IN $ I,sNAO - s LN I aoN.N Na7•J•bN Bunavl TI).2 wdBiePM 42m1am too Ls 3 I,NIAO f 44e1-000 f - 'T'' s ] IWkI CCON0.3-1-Adpnanon IA u 3 11.5111.01 s 11,595.00 1 r 3 3 1034 CCO N3.3-L-ADACmb IA Le s 11.T0a00 s 11.7" 1.00 1 n,7W.00 a I.N s 11,MPD TW3 CC0140.3.11•0"631HAI 10 LS a LTNA1 s 2.TNAAbool late Read OnnneeR • f i 1 7434 CW3•N-1NN116.W In " a 14210.00 1 162woo s 3 f 7W1 Ne]•10-aNBd.dd2! 3A0 FA 3 aNW 1 11200,00 3A0 s IANAD f 3.00 3 LNO.W T03.1 01hs-IYnnel001AaN IA u s 26,216.10 1 25,215,90 1.00 $ 25AISA0 $ too 6 25.215.90 1p4 aDNa3•CCONe2-Deft 33,ULN IF 3 WAq 3 (I40,9",/q 313,45tN s (IµWUq s N3,aS1A0 1 (110,167. TWO CCO No.3•CCO No.2-con, a2p133 TM1 3 (71.Oq 1 W1,17a0q I.M.N a (1µ171Oq / I,2M.00 s ("t ra.aq 70I1 OCONe3-CCONe]-pow 3W,IIZW sF IS (a231 s (11,sN iµslzN s rq p1,11an s as.nzN 3 N4elar W7.12 ONa 7-xoNa 3.17aYY Max TO" f 1 (]35,014 1,7um 1 C35A19Aq - s a,7Sµ s (134o16.N1 7W13 Ne3.01A- 770.013A0 3F 3 442 $ 3272MAC 373,53006 s 157•T22W MAIN s iN,NlM 779,01301 1 l7T,2N.10 I03.N Olb.l•o4A•AC Padep IZ125A0 TNT s 7a75 s 111,71LAn 1200.71 s 231,17T.N 1.a31.22 s sM,1o1W 1z125.W s W1,111.35 793.15 CW3-CCDN02.0** 2a674 W 1 @N 3 (IIAIIA 25A71N 1 pL111As s 25ATA,W 3 I11AILIq 10316 Ne]•000Ne.2•De1m 30.0 TON 7 t711q s (t/,sM.eq ]M.N s D1,6M.µ s 311.N 1 121Asu/1 =xIme 3-ol-moarsa r N3-17 chwarympAindIserwift. WNW SF f 0.42 3 IaTN10 a 25,674,00 1 1a7/1-71 25.m1N s 10'"416 7Wia DNa.a•EI-NmyoT now MRs 10.25 7 27.257.N f 300.00 3 Z7.WW 3W.N s 2'W" • s AT CH INVOICE LUORPORATION Ht" m m.1na PA,Sol 10•NI)p10ne,CA 03346 Tet 909462-7e00 •F.c 606,MM U CBom:CRY of pain apmot Pm)ed lco dNo.:UA Paymom App0alm: 3 AM:Acton P.yeNo "ro Na.:SOLI pn.m Oveft L Raenm01N11a0 OSvoko CN.: 17J 2MJ4 3300 E TNpuIUC Wm My NaOat Jot No.:14405 Panoe Pmm: 11M-IV30114 PNm apNiaa,CA 03363 caltaOWan B" I an. aPNN ieW Wan TeOm bm. 6am N f QYWAft I B.B I Pen I T" I Qft I A..W I 0. Avomt C. Aemml omglwc« d t.TK614,M cmm cbw , 40ACU RW,W Cnt.tl 3A0032U0 W.n Ce.wld4Tp0m 3 t"SA16A1 61,61;006.N 17,057;02&42 La.R wSm 1 (72.M.17) 1 1BBAW.10) 1 )IS;BB1,75) ReLN.6 RM. 1 1 1 IMBM.6 T.Om 1 UMA01.13 6IA01,607.1/ S ZMA33A WCH RATION isle CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT California Civil Code Section 8132 NOTICE: THIS DOCUMENT WAIVES THE CLAIMANT'S LIEN,STOP PAYMENT NOTICE,AND PAYMENT BOND RIGHTS EFFECTIVE ON RECEIPT OF PAYMENT A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS STAISIFIED THAT THE CLAIMANT HAS RECEIVED PAYMENT Identifying Iaformation Name'df Claimant: Matich Corporation Name of Customer: City of Palm Springs Job location: 2014 Pavement Overlay and Reconstruction 14-04 Owner. Palm Springs Through Date: I Irtoila Conditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and materiel delivered, to the customer on this job through the Through Date of this document Rights based upon labor or service provided, or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant, are waived and released by this document, unless listed as an Exception below. This document is effective only on the claimant's receipt of payment from the financial institution on which the following check is drawn: Maker of Check: City of Palm Springs Amount of Check: S 1,612.008,04 Check Payable to: Matich Corporation Exceptions This document does not affect any of the following: (1) Retentions. (2) Extras for which the claimant has not received payment. (3) The following progress payments for which the claimant has previously given a conditional waiver and release but has not received payment: Date(s)of waiver and release: November 13.2014 Amount(s)of unpaid progress payment(s): f $1,144,891.05 (4) Contract rights, including (A) a right based on rescission, abandonment, or breach of,contract, and (B) the right to recover compensation for work not compensated by the payment. Signature Claimant's Signature: 11 Claimant's Title: _Project Manager Date of Signature: nr . hpr t l 7AI a —CIT!OF PALM SPRINGS PARTIAL RECEIVING REPORT PO No: 15-0542 MATICH CORPORATION Date: 02/24/15 1596 Hagy Sheppard Boulevard Dept: RE£ET San Bernardino, CA 92408 Partial#: 4 CP#14-04, 201312014 Overlay/Reconstruction Vendor No: _ 02035 Account Number Invoice Date Invoice Number Invoice Total Sub-Total It _ 12 3 260-4493-50808 Sched A&CCO#2 ItemAat50% $ 14,440.00 $ 7,220.00 261-4491-50324 Sched A&CCO#2 ItemAat50%4 $ 14,440.00 $ 7,220.00 134-4498-50225 Sched 8 C&CCO#2&3 Items G&H&B1-B4at29.4%&N $ 64,638.00 133-4298-50292 ISched D,E&CCO#2&3Items D&E&Bt-B4at70.6%&D-E1 $ 17 917.00 416-6501-56145 :''Sched F&CCO#1,CCO#3 Items I K,M,E10,F3,F4&F5 $ _ 9,948.40 260-4500-59445 s CC0#2 Item F CCO#3 Item J, $ 20 532.35 134-4498-50242 ! CCO#2 Item B Is - 261-4491-50325 CCO#2 Item C is 001-4171-43200 i CCO#3 Item L $ i 7,� I r PO Amount $ 2,714,074.00 CC0#1 $ 87,689.32 CCO#2 € $ 205 229.10 CCO#3 $ 208,859.47 Previous Payments $ 2,904,933.76 PO Balance $ 183 442.38 Division Manager Signature: 1 Prepa ed By: Department Head Signature: 1'M Date: Date: 102124115 VDate: Progress Payment #4 Project Name: 2014 Pavement Overlay and Reconstruction Purchase Order No.: 1"642 Contractor: Matich Construction Corp. Agreement No.: 6565 Pro eet No.: 14-04 Bid I unit Contract[ Contract Curren Current 7o ate To Oate % Item Item Description Price unit QuantityPrice tun Amount Quantity Amount I Cam. Scheduio A 2 TraMc Control 33,000.00 1 L9 I 1 1 $33,000.00 1 0 1 $0,00 1 1 $39 000.00 1 100% Hot Mix Asphalt oncrete a Type C2In $68.00 ON 4.110 $279 480.00 0 $0.00 4110 1 $278 400.00 100% e CrushedMis&8 eµ`i $0.30 SF 340000 $102.000.00 0 $0.00 340000 $102,000.00 100% Exb np urb Ramps wah Truncated » Opmee S7 200.00 EA 6 $s 000.00 0 $0.00 6 $6,000.00 100% Surveying and Momrmentatlon par t2 Seeuon24S,2-7 $11000.00 LS 1 $11000.00 0.2 52.200.00 1 Sii000.00 100% 100% SubtoffiI i1 163 370.00 516,200.00 i1,163,370.00 100% Schedule 1 2 Traft Control $e 500.00 1 LS 1 ie 500.00 0 $0.00 1 9500.00 100 Hot Mlx AS an oncwe 4 Type C2In $72.00 TONI 11970 i134 640.00 0 $0.00 1870 $134 640.00 100% Upgrade Fxiding Curb Henan wah Truncated S Domes $1 00.00 EA 2 52.400.00 0 $0.00 2 $2,400.00 100% Surveying and Monwenhtlon per S Secflon 2.6 a2.7 56 600.00 LS 1 $6 600.00 04 $1.300.00 1 i6 500.00 10016 ubtotal $260,737.00 i7 900.00 $260 737.0 100 Page 1 of 4 t^ Schedule C I Tmtncoontmi $7100.00 LS 1 $7.100.00 1 0 0.00 1 1 $7,100.00 1007E Hat Mix As AR Type 4 $74.00 TON 1150 $85100.D0 0 $0.00 1160 $86100.00 100% Surveylnp one Monumerda0an per S $12,200.00 LS 1 1 12,200.00 0.2 $ 0.00 1 $12,200.00 100% mom Subtotal1 $1-.170. 3,440.Oa 1 170.00 100% Schedule o 2 TmMc control $13.000.00 LS i $13 800.00 0 WOO 1 1 MOM. 10076 t Mix As UK Type C2 I2"! 573.00 TO 6,000 $438.000.00 0 $0.00 6000 $438 000.00 1007E smove and einaWl Exfstlng Speed 4 Humpaptamon Rd.) 5500.00 EA 6 $3 000.00 4 $2.000.00 6 $3 000.00 100% rveying And Nanumentseon per S Secdon 24 a 2J 1$18.800.00 LS 1 518,800.00 0.2 $3.760.00 1 $1 000.00 1007E Subtotal S613O60.00 513460.00 Sfi13D80.00 100%r Schedule E 2 Traffic Ceotrcl $8.600.00 LS 1 $8 600.00 1 0 1 $0.06 1 1 1 sa,600.00 1007E Het x RType C2 4 (21/2'1 $75.00 TON 726 S64 376.00 0 s6.oa 725 $64 375.00 10095 t rote 6 T czi3"1 $66.00 TON 900 568400.00 0 56.00 900 $59,400.00 1001i Remove and Reconstruct a Exl nngCurbRamps MOWN EA 2 s6000.00 0 $0.00 2 $6 00.00 100% 10 Oetectm Loops $400.00 8 3.200.00 0 0.00 8 53,200.00 100% Traffic SWpinp 12 Markings $2100.00 LS 1 $2100.00 1 S 100.00 1 s 1UD.00 101M,6 Subtotal 9, . 0 6,400.00 5269,060.00 Page 2 of 4 Schedule F 2 Trefsc Comrot 1$11,500.00 LS 1 $11,600.00 $0.00 1 S11 500.00 1 1 D% Remove and Rewnstruct Exist AC Speed 4 Humps W T C21 $210.00 TO 67 $14 070.00 0 $0.00 51.06 10,722.60 7SS SunreyMg and MonumenkUon per 4 BacUooz-BUTT 51,300.00 LS 1 $1.300.00 0 $0.00 1 51300.00 100% Subtotal S2A fi87.00 50.00 $239,339.60 Che a Order No,1 Subtotal $87.689.32 j $0.00 $7 166.86 82% Order No.2 c E.P.M SWseralk 1$23,902.001 LS I 1 1 $23 902.00 0 1 $0.00 1 1 1 $23,902.00 100% E Moronpo/Cherryl AC $73.60 O 398 1 $28,566.80 1 0 $0.00 388 $28556.80 100% 0 I Mustwatarvawas 1 $780.00 111 6 2.900.00 1 21 1 $16.380.00 1 66 111 42,900.00 100% a np A3 Pavement-Fua Oepth 1 $0.45 1 SF -340 000 4153,000.00 1 0 $0.00 -340000 1 -$153 000.00 100% Hot Mix Asphaltncrets - A7 Type 3(1 1 $66.00 TO -6.165 1 -$406 890.00 0 $0.00 -6166 -5406 890.00 100% Export.Pcc At Stab. $1.09 $F 1 340,000 5376,696.00 0 $0.00 340000 $370 600.00 100% MW FadaUrtp AC Pavement-urdfonn fM ThleWressetr $0.17 SF -164100 -$26197.00 0 $0.00 -164100 428197.00 100% COW M a np 07 Pavenunt-FWIDepth $0.30 Six -76,100 1 -$ 830.00 0 $0.00 -76100 -522,830,00 100% 11 c{ Crushed Misc.Baas le'9 $0.40 $F -76.100 1 $30"0.00 0 $0.00 -76100 -$30 P00%.440,00 m Wx Asphalt Concrete III w Type C2 t2'1 1 $73.00 TO -6.000 -$438 000.00 0 $0.00 6000 -$438.000.00 100% Page 3 of 4 Hot Mix Asphalt coecrate E4 tYPaC2(211r) 1 $76.00 TO -725 1 -$64,376.00 0 $0.00 -726 454,376.00 100% ot alx Awpplul E6 Concrete Type C2(3^1 1 $66.00 TON -900 1 459,400.00 0 $0.00 -900 1 -$68 400.00 100% PUNerW, ra a at ConMaREapat $OA6 I SF 393 5]1 5180,987A6 0 $0.00 393451 1 $180987.46 100% et I Cold wane zo^ 1 $0.23 SF 3861612 88 690.76 0 $0.00 386612 1 $88 690.76 100% Subtotal 1 $206.229.10 1 $64705.00 2015.229.10 Change Order 3 sport peed Hump t Swi hg $ 600.00 LS ] $6 600.00 0 $0.00 1 $5 600.00 100% Airport uffft H Adjuahaems $11,685.00 LS I ] $11,695.00 0.8641 $7 694.00 0.664136 $7 694.00 1 bs% rp nd-9lurry M CrmewWk $2,778.00 LS 1 $2 778.00 1 i 1 $ 778.00 1 1 1 $2,778.00 100% Eta aid Pdce Detector loop $400.00 FA 3 $1 00.00 1 9 1 $0.00 3 $1,200.00 100% P4 Alrport Speed Hamp $210.00 ITON -8.91 41,071.10 1 0.00 1 $0.00 1 -8.01 1 41871.10 100% PUWedzs,Grata CO281 Comps Export $OAS SF -393451 -$180987.46 0 $0.00 -393461 5180.987.46 100% CO262 I AC Paving 2112 and 3" 1 $71.00 ITONJ -6 294 1 4446,874.00 1 0 1 $0.00 1 -6294 1 444 8T4.00 1 100% CO233 I Cold Plena 2A^ 1 $0.23 1 SF 1.385,6121 -$88,690.76 1 0 1 $0.00 1 -386612 88,690.76 100% eve CO2D Moron her HMe 1 $0.46 1 SF 1 -26.678 41],817.88 0 $0.00 -25678 411011.86 100% lkleron arty Hlle AC CO2E PMn $73.60 TON -388 428,566.80 0 $0.00 -388 428 666.80 T00% Subtotal 1 $208,859.47 $34,080.00 $203,s88A7 Project Totals $3,216,861.89 $134,185.00 $37i92,0]OA2 99*7 �t zr-Set Total Earned: $3,192,010.02 5%Retention: $159,600.50 Michael Lytar Amount Due to Date: $3,032,409.62 Less Previous Billing: $2,904,933.77 NET AMOUNT DUE: $127.475.76 Page 4 of 4 AT H INVOICE ORPORATION I+ epwv 19ta PA.f 10•100ft++d,CA 92146 TN:fO9.]92.74O0• FaC fMJ92-0Itf 4Mw t CM NPNm 9pMy OnUN fcw Ma:1444 Paym"APW4": 4 Aitn:Aax+nb Pays Pt44p NMn:talc Pa"Mm llwNsy a Rw"muckn IOMq DEW IM21WT4 7A90B TW mdG Curn1I VMY Md1ea AN1 Wm:144" Reba F4 : /W1-IWSWU PWM 9Pm+0a CA imts ca+net Powbobww almmThbpalwd TOMWn TOD4b Nasthmkwbom 6way am Fft I T" A t OMiq Mmn1 Mont tm TNN714M. tm MIT S nmtm S Kmm 1m S uMam I Im S 44.0000 tat Taft GWM in MW s 3300..00 S 3S0M00 I S u000.M 4 1.00 S UXM 101 WE4*v A4Paww., 34U0.M 6F s 0.41 s IMADDm 34 =N 1 15am0.M s Sm.OmAO 6 lumam 104 Tv*Mr 4+W.00 TON S 11110 S 27mmm 4.110.M S 071,400 f 4.Ittm s t70ANA IW HWTig49r alum TON S mm 1 4MAMW 6.113.0 S 40a00.W I Slam S 40moo W Me Nam6m SF s 0.30 s to mam U0.0" t 10xmaM I sM.66am s IW.m0.m wW10OMt Gab + EA ! xm0.m f 7S,OOO.m 70.m i AA Wm t 10.W t Rona tm "Ifte"Gtft'"Wa &00 EA I imam S Moo sm s #.WOOD s Sm I am0.m in mp" U.00 EA I MKOP S 21.000.m ism $ v m.W S 1aM S 210.00 I10 6wnsNd Mn41w,M 10 UNS S 11m0.00 S IWO 0.m S $,mam I 22mm tm S 11m0.M 111 TNIbmOiq MWU*kM 4 In w S I3A0.M s 1;m0.W ! S IMM Im S iumho Ml •SduAi40 1m UWT $ 2e}00.m S XMIG +m / M.600.m S 1m I MAW.M M2 Twkc ad JAQ WT S 11mW S kWWj im S S A $ i.W S 0A00m 31.1 WEddAcWbnr fSkIDDIM SF S a17 S WPM JKMOG 1 AWIN - S Ism" I 2LI07A Mr WaT1V4Otr ttmm TON S 7200 s 1S1AMM I.1m.m 1 13CMM 1 1,6M.m S 1XIMPI NO Rw AtW�� i7 EA S U" 1 WAMm 17.m $ SIAMm s 17m 1 nA= NM "4I4�gO1b� ' EA S t7WM S 24mm im 3 x4Mm i 7m s 24WM M7 Pw AdfldnNdf3m 0 EA $ SWW s COO Im S im0.M t xSM.W 0m I 4SWm M6 BwgYq Mlbw�4Nim 1 WS $ alMm S 4Mam 0.m s BMW I Imam im S OWN 20 Tmksv*gMd WIh04 I.m 19R S SIMM S xWOm S S Mato 1,0014 3'm 39I Md94Nw•SdWOMC im UK S talW.m S M.MOm I S 2tMOD S IN S MMam 302 Tm1c Ce Iml M7f I s 7.9pm ! i.tmm im S 7.1mm f 1.09 S 7./mM IM WEddkPwmnadFal 7atm.m m s 0.M S Iai" 7a1Wm 1 Ix6m $ 7a1m..m S tzmoo Sm NWTX4C2r IJK TON S 7440 s M.+mm tm00 $ AIMM S 1,1W.m S 41Mm >m PbCW ra+W S s DAD S M,44a0 70.mm S Mam S T4Mm f m4Mm W twgigMOMmnsftm I S Undo S I A aM S 00.M $ x4MM 1M S amoo IW TIN&F,"gAMAYMg 1. IWT I %mm S 1A" lxm t.WS ImW¢ U bl Ml4Nm•6hO 1. UNT S 3%=X S 7700a04 ImSJmM s 1.40 S 12mam M2 TM&CWM 1A WT S taeWm S I3AWM Im S IlAom S 1.06 S I160100 AM C*WBMNM:P4vwwA IF $ 0.16 S 70=00 40am0m ! MAMm S Womoo S 7111 W 404 HMATMCtr amain TIN+ t "A I 47a0mm am9m $ atA S co" S 471,Omm 406 IR NdPAwvkWF.* I 4m FA S M N I AMAD too $ 17AMm S am S lz M 4M tap444 0. FA 1 SMm 1 S i min Nm I lx m S x661.M 0.00 So" SO w a rA s U" s am"I 0.m s amain s am 1 4m0m AT OH INVOICE ORPORATiON "'m5 enm 1919 P.O.Elm 19•NlBmmd,CA StM TM:SOFJil•7a00• Pit:904"13 Uwe CLy wpm"8plmpa PmSs37Ca9rmd Nw 1443 Payffmt Appllc nn m AM ACCmmM Payahk Fm3m Name NIS Pawmm OnNy L Ra9anablmOm Immka CAW 411=14 MIS E TM19UC Rayon Wry mw". N.I&IN hNad Fmm: Im-12S1114 PAm BPlbq..U193183 CImaNM'it BN00 Tbbpmw Lam 3wgT0 P6m TSMI EMOAamal 9131 s Ad Maamvmm: 1.00 INT 1 /Loan 3 1LWLn MIS ISAmm S 3,7KW In i %MM 40 Tdk UO*Ad Mrklp In IM S 7,71111.00 S Z3mn S S 7,70Lm In S 7,7mm of fAisN63-PNrbNE In U7T S 74m0m 3 Am6m in i XlK00 S 1m S 21XM m2 TdkC.W IN IM i ASDan f AMID In I W11.n t I.W S I,IOLm SASVEbR , anm3 d WAW. SF S C31 f unam mAAW S 37,0Wm 3 97,5" S Simon 03r 7A TO"Ill 7Ln 1 fI.UL00 7mm s SL375m S 725m S 51,373m SmCIA01, SF t 0m f 24mKW g0mm S RoM S m,9DLm f 2S.m1W fn 1011 TON $ Kom f KmO.A law S 59.4" S WOAD 3 KWLW f074 AA SF t a55 S V=W o,0.00 1 Si2" s AUKS* s a,73im SIS 'aS PA $ lu m f "Koo 3.W s WAR s z00 1 Wild Sn �'�' EA 3 MaW S LWLn zoo s IAAWzW f SmKW Sm l SF 3 4" 3 USA% LW S SAAW S LW S MIS 511lNaamMebIn UTs IAWN S lMM An f 13AOLW 3 S,7mm Im s IM&W 512d�P 1 UIT S Zion S Z1am s S LIKW In3 Liam SmtMMP in UIT s 2S.WLn f 24.Wo 1n 3 NAW.W f Im S goon W2 Tntkc.*a In LNT S Mom S 1fAaW In 3 Hann f 1m S IIAmW IW (killfilEMAeF uZimm SF 3 LIT $ 22.23T.06 ITZlnm S 2SWm 7 MOM S moon 101 pd RNworvdE"Aa S7m T017 S 2100 s 1L911100 61m S 1=10 3 Sim S 1L72M SW ILNTSpC27 two TON s T3z f 16Z1am 40" 1 ISLTWOD 3 ZWOm 3 i61AWm US 6v7PAAl17d MoIwmw, 141 1NT s 1AmW S toms in S IAmn f in 3 I," 101 TIdk81pp And Sb3kp lal UK I s 1.7wo S mom 1.00 s Aime - S in S 9.7" nl �I' 'rp 104INT s sl,sw i 3 U.Mm am S TLNLW S So S 7;1KW 702•I K' 1 l8 S 35,011.00 S Antra 1.00 120%.VA.0 s 1m 3 31n1m W53 Ilt t•C•6dPamRyo9 1 l6 is y.9AW s Amxm to 3 in 3 1LIOL00 7WJ 7O1Pry 8 K i 0.N 1 11,111As 7s,mS.W i tZRLW f 11A13N 10l-1 No 2•E•Mwm°IONPT TON f ISM s Afam MIS S Al.n 3 K6SLW 70id Na z• I. LE 3 iZ125o S lSI26m S 13.11SW In f IL12LN mi! CWNo.t•G,Ad)MWW Will sk S 7mm S 42.0100 3Lo S 10,3KK SSAO S SLSOan mi OWHut• - o EA S m0.m I now tm t 75,Zo0.W on $ Simon mSS CCOAL 2-iYgC•OWY Is Ira 3 (NI,nO. S 194UN IN 3 IMI)m.m) s ISO I 011E nli Ns t•AI•TANpb SIMA 6F S In 9 3MMOD 34AW.m 3 TKOWm f 310.4" 1 M./00.W tom cc TON 3 K9 I SKS7110 LOmn 1 50.47120 s SAKR M.93L DAVIS ml11 LOOM f•BOsda"ll. In IB { IImfSi.WI S fiK&v 1.00 S (ISAW f - 7m lt CCONo.x•808tlN6ak0• In l8 3 IIAM t f33L37Ln In. 3 (1ASm. 3 In • 0 AT N INVOICE LUOAPOAATION I,ps Ywa late P.C.IM,10•NNMlalle,CA 92 M Tel:eOMJfiTlm• Fes:1004e24113 Cewm CI1y of Pesn 9pYpa FralaCt ffan d aa:1iOA PaymwN Appikaewl: a AM Aoemmts Payable Fmlem Noma:m14 Pa7emall OneMy a Remunatrustlwl IWWWPete: IM212014 Jm0 E Tabpds Canyon Wry aMce Job Nu:14- M Pnloo F1em: 12M.12Mty14 Palm 8ptl11W.CA tl361 FawaO eeas bomThkspoia0 TolallNwaioOM IN* Prim I TOW lismakill, I Amemol Agent Amwsa 11 1 '2'Bd D- IN LS 3 (517mim f 151I.M10) IN 1 JSPAW too 1 (517, n2.14 2' E' 1.00 le 3 MINI 3 rALMOM too 3 pupaIm IN 3 (Nzmq 7A•15 Nat-BI.Riwm,ONa 313,451 SF s 4141 1 mW.M M451.00 3 1MM7.M ! 303,10.01) 1 1MM7AS Mill Na 2'02'Ac"u 6AN. TON 6 no 1 44UMN "Kea 3 415A74A 7 e2Mm S 4IW40 7A-11, lea 2•m-0al]PhmW 3MO12M SF f 027 3 mmm naS11011 1 M,Ae.n s 395.41100 i 146911,76 702.11 N624A-ACPM2.W 452m TON f ns ! usmam J,751m 3 33MCN.m s 4I2m $ 33101/10 ml xn J.I.rmlipeeAewq tm IS 5 MA 6 aSMoO 1m s MAI 1 1.00 1 0" 3• •llwsawl.w rma. BbPm tlpigsm 1m Is t aAMm 3 alAm - f s.._.3,aaoo _ too s 4aMA 703.3 Na3.6-AAslAym 1.00 58 s 11S16m s NUM s f 7AMm MM 1 Ili" T03A lee 3.1.AOatlea 1,00 LS s K=m 6 ti,nioo IN 1 11,7mm s IN 3 11,7AA0 Tom lee.J•A•Gad 981NA1 1.00 LS 3 LIMA 3 LTmm f s M77aA to 6 Z77M n36 Nai•N'MalmNdaal WN EA / SMm 6 taAMA f 3 AI MA am f 1a120m nN �]-W.918tlwaYE- IN FA 1 a00.A s tnMm IN f 120o.m i SA 1 1}M0o M4 Ib7-emaetA%nsf 1. is i "Sm ! ri,21S/0 1.m 3 75,215m 3 1.00 3 25SISs mig tWe 000lb J-CCONax-DaNY JmA61, eF is (0. t 17M6n.11, 7s7,551.m t (:All s xtM11.A s (1Mm7.W mic �' �aO�.J.OW e203.M TON s R7 s (mM.AIA) 6211.m 3 (1400 . s I.Mm s (e Mahn 70117 t67.=Nat-Dalai• 3m,01L SF 1 s (MAm 3ma11m s NSna { 31S6RA 1 (Mma 70}12 aa7-000lea z-6YY 475].m TON f f (171ota 4mm f (=016. i AT1Lm s (momam 76L13 le`m- M JM.M1m 6F 5 M2 1 mzMM 7mn3m 3 JIAM16 f 7M,Mxob 6 3O2MM 7a}16 �J- 141250 TON 3 Te.25 s e5tm.13 111252 1 Mi.ni.25 3 ILI2MA i M51n18 70ti5 Nn]-OWNn 2.dW 25,6Mm SF 1 P 3 (11,111 Awilm 3 (IIAl1 f 46710 ! MIM 7oite w3-000Na2-DW* Mal s R 1 pk5A. 3" 1 (25,m1 3 3" 1 (minim Mill fta3•DI-mmvlolmy 25011m M 6 0.12 1 I0.78l.M 3kaiem f 10.76,11,76 f 25,67ILM 3 14704.14 nn..tr..al Flr o.e. 19Ytm 1•M1°'e° ]Mm TON III nss f I.9T.A aem s I.257.00 3 JAm 3 I291m bow Cmsol LIMA4A came eam"m s1.mm entma CwwaC =501.0 area CenpaYloom 1 3,07A2102 1 1341Am Y s PROM Iam laeaNm J (152m1251 3 (I'm2p 3 1111M." Rtlenae lbmlem ! 1lw Yee Toeee i 2mIm3.I Y f / ! 10.94M.62 2' CH ORATION SINCE t918 CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT California Civil Code Section 8132 NOTICES THIS DOCUMENT WAIVES THE CLAIMANTS LIEN,STOP PAYMENT NOTICE,AND PAYMENT BOND RIGHTS E.FFECTNE ON RECEIPT OF PAYMENT,A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS STALSIFIED THAT THE CLAIMANT HAS RECEIVED PAYMENT. Identifying Information Name of Claimant: Matich Corporation Name of Customer. City of Palm Job Location: 2014 Pavement Overlay and Reconstruction 14-04 Owner: Palm Springs Through Date: 17n1n4 Conditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered. to the customer on this job through the Through Date of this document Rights baud upon labor or service provided,or equipment or material delivered, pursuant to a written change order that has been fully executed by the parties prior to the date that this document is signed by the claimant,are waived and released by this document, unless listed as an Exception below. This document is effective only on the claimant's receipt of payment from the financial institution on which the following check is drawn: Maker of Check: City of Palm Springs Amount of Check: $ 127,475.75 Check Payable to: Matich Corporation Exceptioms This documem does not affect any of the following: (1) Retentions. . (2) Extras for which the claimant has not received payment (3) The following progress payments for which the claimant has previously given a conditional waiver and release but has not receivedpaymem: , Dates)of waiver and release: December 13,2014 Amoum(s)of unpaid progress payment(s): S $1.531,407.64 (4) Contract rights, including (A)a right based on rescission, abandonment, or breach of contract, and (B) the right to recover compensation for work not compensated by the payment Signature C(aimant's Signature Claimant's Title: Pro ect M er Date of Signature: CITY OF PALM SPRINGS _ PARTIAL RECEIVING REPORT PO No: _ _ 15-0542 _ MATICH CORPORATION Date: 04/16/15 _ 1596 Harry Sheppard Boulevard Dept: ENGINEERING _ San Bernardino, CA 92408_ Partial#: .—_ 5 CP#144K 2013/2014 OvertaylReconstruction Vendor No: 02035 Account Number Invoice Date Invoice Number Invoice Total Sub-Total — _ ' � 534.27 2/10/2015 121405 $ 90 260 4493-50808 SchA&CO#2-Aat50%-CO#4 $ 20.956.05 $ 62,565.86 2 61-4491-50 324 SchA&CO#2-Aat$0%-CO#4 $ 20,956.05 $ 10,478.03 134-4498-50225 ISched B,C&CCO#2&3 Items G& 1-B4at29.4%&N i $ - 133-4298-50292 ISched D,E&CCO#2&3 Items D& 1-B4at70.6%&D-El $ - 416-6501-56145 :Sched F&CCO#1,CCO#3 Items I E1O,F3,F4&F5 $ 10,378.20 260-4500-59445 CCO#2 Item F, CC Item J $ 7112.18 1344498-50242 CCO#2 Item B $ 261-4491-50325 1CCO#2 Item C $ - 001-4171-43200 CCO#3 Item L $ I PO Amount $ 2,714,074.00 -- l J / O 2 • 96 {t CCO#1 $ 87,689.32 CCO#2 $ 205,229.10 _ ` �> 3�' 09 CCO#3 $ 208,859.47 CCO#4 $ 140,984.01 Previous Payments $ (3,032,409.52) PO Balance $ 233.892.11 - Division Manager Signature: Prepared By: Departrn Head Signature: Date: T Date: 04/1ti/15 Date: Progress Payment #5 Project Name: 2014 Pavement Overlay and Reconstruction Purchase Order No.: 15-0642 Contractor. Matich Construction Corp. Agreement No.: 6565 Project No.: 14^-04 Bid I I Unit Contract Contract Curren Current To Date To Date % Item Item Description Price Unit Quantl Price uan0 Amount Quantlty Amount I Cam. echadule A 2 Traffic control 1 33 000.00 1 LS 1 1 1 $33 000.00 1 0 1 $0.00 1 1 $33 000.00 1004A Roe : rcconenm s Tyw C2 i2^i ;68.00 TO 4110 $279,480.00 0 ;0.00 4110 $279 480.00 100% e Cnwhed lRhc.8aae 149 $0.30 1 SF 340,000 $102,000.00 0 $0.00 340000 $102,000.00 100% Urb ppn le ft"np Cu Ramps with Truncated LI td Domes ;1,200.00 EA 6 $6,000.00 0 $0.00 5___. ___36,000.00_._ 100% survey and taanumentaeon per 12 auction 24&2.7 ;11,000.00 LS 1 ;11,000.00 0 Pat no 1 ;11,000.00 100% 100% Subtotal 1163370.Q0 $0.00 ;1153,370.00 100% Schedule 8 2 Tmek Control 8 00.00 1 LS I 1 1 $9 500.00 1 0 1 $0.00 1 1 1 ;8 600.00 100% a pturc Compete i Type h2 C $72.00 TO 1,870 ;134 640.00 0 $0.00 1970 ;134 640.00 100% UpgradvExIsUng Curb Ramps with Truncated S Dames $1.200.00 EA 2 ; 400.00 0 $0.00 2 $2,400.00 100% MINE S urveying p etion 2.6 52.7 ;6 600.00 LS 1 SILS00.00 0 ;0.00 1 ;8 0.00 100°/. Subtotal $260737.00 ;0.00 260737.00 t00% Page 1 of 5 Schedule C 2 Traft Control 1 $7100.00 LS 1 7100.00 0 $0.00 1 1 7.100.00 1 100e6 Hot MIX AlIgnAlt TYPO 02 4 12 tra"1 $74.00 TO 1,150 $85,100.00 0 $0.00 Ito $85100.00 100% urwying and Monanemadon per i Section 2.6 52.7 $12 00.00 LS 1 $12,200.00 0 $0.00 t $1 200.00 100% Subtotal $185,170.00 $0.00 1 0% Schedule 0 2 Traffic Control 13.800.00 LS I 1 13,800.00 0 50.00 I 1 1 $13800.00 100% Hot MIX AgMan Type C2 4 r1 $73.00 TO 6 000 $436,DDD.00 0 $0.00 6000 $438.000.00 100% Remove and Reinstall Existing Speed i Humpalitamon Rd.) $600.00 EA 6 53,000.00 0 $0.00 8 $3 000.00 100% Survayhtp and Monumeoladon par i Saotioo2.8 i 2•7 518,800.00 LS 1 f18 600.00 0 $0.00 1 f18 800.00 100% Subtotal 6 3,06 1 $613.050.00 100% Schedule E 2 Traft Control $ 600.00 LS 1 $ 600.00 0 $0.00 1 f8,600.00 100% Hot Mix AWmit ype 2 4 (2112") $75.00 TO 725 $64 376.00 0 50.00 725 564,376.00 100% Hot x Asphaft Canoreta i roe C213"1 $66.00 TO 900 $69400.00 D 50.00 900 569,400.00 100% Remove and Reconstruct S ExletinD Curb Ramps f3 000.00 EA 2 $6 000.00 0 So.00 2 $6,000.00 100% 16 t1eMeMrtaops $400.00 SF 8 3200.00 0 0.00 8 $3 200.00 100% Troffit Stripinga 12 Medchgs $2,100.00 LS 1 $ 100.00 0 fD.DD 1 S2,S00.00 100% Subtotal 1 5269050.00 f0.00 5269,06D.00 Page 2 of 5 Schedule F mom 2 Traffic Control 11 600.00 LS I 1 $11,500.00 0 $0.00 1 11,600.00 100% Remove and Reconebuct Existing AC Speed 4 Humps(AC TypeC2( $210.00 TON 67 $14 070.00 16.94 $3,347.40 87 514,070.00 100% urveying and Monumenmden per s lift." o 24 82.7 $1,300.00 LS 1 $1 300.00 0 $0.00 1 $1 300.00 100% Subtotal 4 , .00 347.4 5242,68T.00 CharomOrdsr No.1 Subtotal $87,689.32 316 523.47 $87,689.32 100% Chs ONer Ho.2 Sidewalk 1$23.902.001 LS 1 0 $0.00 1 1 $23 902.00 100% E MomngolCherry Htls AC $73.60 TO 388 S28 656.80 0 50.00 388 1 $28 666.80 100% a Adlustvbtxvalvn $780.00 1 EA b6 542,900.00 0 50.00 66 2,900.00 100% Cold Ex ng AC A3 Pave nent.Full Dept, $OAb I SF -34g,000 •$163 000.00 0 50.00 -340000 -5153 000.00 100% Not MIX t ncrata Ar TTpe a(3^) $66.00 TON -616b 4406 090.00 0 $0.00 4166 4406.89 100% Pulverize,Export,PCC At stab. 1 S1.09 1 SF 340 000 5370,600.00 0 S0.00 340000 5370,800.00 100% Cold MIR Existing AC Pavement-tlnllorm 93 Thickness oft" $0.17 SF -ifi4100 -528197.00 0 $0.00 -764100 426197.00 100% COW Mill Extaillng C3 Pavement-Full DapN $0.30 SF •76,100 42 630.00 0 $0.00 -76100 -$ 830.00 100% Cs Crushed Misc.Base(4") $0.40 SF -76 100 -$30,440.00 0 $0.00 -76100 430 440.00 100% of Mfx Co DA ryp.c2(2"I 573.00 T -6,000 -6438,OOOA0 0 $0.00 -6000 4438,000.00 100% Page 3 of 5 C) Hot Mix Asphalt concrete E4 type C2(21177 1 $76.00 TO -726 1 -;54 375.00 0 $0.00 .725 454,375.00 --O 0 a Hot MW Aspah Ell Concrete Type C2(3•) 1 $ FSF 900 F469400.00 0 $0.00 -900 45B 400.00 100% Pulverize,Gradeat compact.Export 3,451 0 $0.00 393451 $180,987.46 100°6 B3 Code Plane 2.0- 6,612 $88.690.76 0 $0.00 385612 ;88,690,76 100r/r Subtotal 205 229.10 1 1 $0.00 $206 229.10 Change Order:,:--I Almon Spear!Hump I Stdping ;6 6OO.OD 1 LS 1 ;6 600.00 0 $0.00 1 $6,600.00 100% Airport DUlgy K irportmenls ;11,585.00 LS 1 $11 586.00 0.3369 $3 891.00 1 $11 685.00 100% Airport Grind-Slurry M Crosswalk $2,778.00 LS 1 $2 778.00 0 $0.00 1 $2,775.00 100% E10 Hld Price Detector loop $400.00 FA 3 $1.200.00 0 ;0.00 3 $1200.00 100% F4 AlrportSpxrlHump $210.00 TO -8.91 41,871.10 0.00 ;0.00 -8.91 -$1,971.10 100% PuNerFze,Gratla c02at compact Fnpon $OAS SF 393,151 4180,987.46 0 ;0.00 -393461 4180 997.46 100% CO292 AC PVving 2112 and 3• 1 $71.00 IT014 -6,294 1 4"6,874.00 0 30.00 -6294 446 874.00 100% CO2M Cad Plane 2a• 1 $0.23 1SF 1-385.6121 488,690.76 1 0 1 $0.00 -396612 408 690.76 100% PuNTm CO2D MorongaCherm Hills 1 $0.48 1 SF 1 -26,678 1 411811.88 0 $0.00 -26678 411.811.88 100% MorongolCherry Hills AC 602E Paving $73.60 TO -388 1 -;28,566.80 0 ;0.00 -388 S28,666.80 100% 3ubtatal $208,859.47 $4,971.00 $208,859.47 Change Order 4 F MRSpeedHumps 1 $210.00 ITONI -15.94 43347.40 -15.94 43347.40 -15.94 43,347.40 100% CO26 Adluat Water Vatvea $780.00 EA 9 ;7 020,00 9 57,020.00 9 $7.020.00 100% At""Ull CO3K Adjuaun«ra ;3 891.00 1 LS -1 -$3,891.00 -1 -33,891.00 -t -$3,891.00 100% Failed Grind and Overlay 0 parapets. $21146.30 LS 1 1 $21,146.30 1 ;21,14b.30 1 $21,146.30 100% 0 Demuth Park Paving 1 $6,664.00 1 LS I COO 38,684.00 1.00 38 884.00 1 $8,664.00 100% Page 4 of 5 s 1Tam im Shartowl9lka . Route Siam $4,819.50 LS 1 $4,819.50 1 $4,819.60 1 $4819.60 100% }Im n k Y krw o manb 1$47,421.98 8M 1 $47,421.96 0 $0.00 0 $0.00 0% $140984.01 1 $71,467.38 71467.36 I 61% Project Totals $3,366,836,90 $95,299.23 $3,287,309.26 Total Earned: $3,287,309.26 5%Retention: $164,366.46 IMictkel Lytar Amount Due to Date: $3,122,943.79 Less Previous Billing: $3,032,409.52 NET AMOUNT DUE: $90,534.27 RECO OR -8 2015 Page 5 of 5 WATCH INVOICE RPORATION 17100 M 11926 P.0.1a110 uNghbmq CA9231t TaY.ea1aR•TAm•Fax s09.38W 15 CMnt City of Palm Sph49a Pm*d ICanituet Na:1404 Paymwll Appivtlon: 6 AWL ADMIleto Plef" Fminct Not:2014 Fav ootme Overlay S Psemtruc&m Mvdco t74a 27fa+2M1 32M L Tahqukz Canyon Wry Munch dab Na:14 M Pet F1am: t71-/13N16 Palm"go.CA EM colikidwell, pmvbw-MIa6 I 1111mllelPffilled T See: Amoumbow Qwav ud I Paa tow AS1uvu1 QgVft I Aaaml owvft Aalwnt Im S1tlaa1mT"CIAM ig tilt 6 9RAMM F mmwm 1m S RZOMM t 1.00 6 Stamm 1112 TORSO Ow" Ill LW S 3Aaam t 33Aaa Im s stamen i I.m S 3A0mm 1m WE d%AOMenmS 30AMIX aF s 045 1 153011m wham i 153m0m S 340MW 6 15311000 w4 weliTmezr "llau TM IS MOO i M48100 41100 S 2MOM S 4.11000 6 279,4800 1m 19.NTypa67 t161 TON s Sim $ 40"nm 9,11611) s 405,08100 t 6.165m S 4MAM 106 r 34D, SF S am 6 ICZOma 34%0MM $ IMOR.m S 314mmm s tez0mm 1@ Pillows PA M5N 04 Nam EA s zimm s 29Amm lam s ]twmm s low s 29,amm 1111 +40u0E9111abPWIPSININ &M Et S 12mm $ llama sa $ Lamm 6 - CLOD 6 eaaaw 100 WaludAdCabiloWIVIS, 1100 EA S 1.10000 S 21,010,10 Ism S 21Am l 6 ISM 1 21MM ID Ardifinowdotporsoclo Im tN1 1 11.0310) S WMAD im 1 11,02m : lm t 11MM 11t mwwoq u0vwww Im LW S llama S 1Aaaa 190 S Ilwmm i Im s tAaaa 2M AldmWm-6d 2h9 tm MP S 215mm 6 245mm I00 s 2ttm00 6 1m I s XIMM 202 m10 Gilt to Left 6 9mam S 9Sa01) I.m 6 9.Saa S ten S Sam zm WEAAACUMM2. 154.10000 SF $ 1117 1 21,IW.m 164,1mm S 28L11Pm S SSl,Imm F 241,97A 204 IYATyp C27 UMM TON S 7209 6 134,5100) IAMOD 6 131,moa i - IAMM S 734,640D 215 itanwoASSitantrud Etla 17M EA 6 7=00 S 37Amm t7A0 S 37Amen S - 1711) 1 U..40100 2m IS- FAacubpa'rawo 2a EA $ irmm S 24a1M 2m S z4mm S 2m 6 24mm 207 Arlitew"E"Spow Sm EA S MOOD S 4Amm &m 6 4=00 s SM $ 4.6mm 7m 1uv41ASAaMmw"Na10n +m w 6 6,50100 1 a.tmm im S a AM 1 1 140 S 45aa 21 Tdk Sk FIgAN1YAap 12 ONE S 3110100 S 3.1am ten 6 AIMM t In 6 Alas 3M vabm m•Saaakc 1.00 Ma s AMID S 29=02 tm 6 2ASm.00 S Im 6 MIMM 30 wkax*il lJM tMf 6 7.1000) S 7,10100 10D F T,lmm IS Im s I,Ima 3a 11SEMACPmu4aw FtA milow st i 030 6 2zSmm KtMAD 6 22/Am S 741Mm S 2 83200 304 "1""C225` 1.1500 TON i 7400 6 41mm msam s SA1mm 1 tjMM $ alma 311 PbecW 76.1ma SF S as f 3g4am 7t+mm 1 344410) - S - 7t1aa s 34441m 301 SwMinvAndWand m %M 0NI 1 1z2MM S 122mm Im 6 1220Dm s Im S Walla w TmmeflTAgwear p IN MY t tMM S lmam 140 S 1Aaa F I 6 1Ama 401 IAA1}Alwl-SCMala0 IM tM S 3200aa t 320m.m +m $ ]omen s lie S STomm 4m Faft- 1m OW IF Sham s lamce 1.00 F 1AMAM S ten i lalaw E Cd WkUBft gMPmenul 49s SF S 0.15 s is men A94amm s 71.3am 6 49tmmm s m3mmIOMTgaC27 UM TON S 73m 6 4M,m00a twmm s Ata0m i 6,=M s 43MM Rn Aol%=MCEla 4a EA S A1am t +24mm 4m S 1z4mm i too S 124mm&anwoArdfW 5ENl3pm0 600 FA S 5mm S 40am amS 3,aom S am s Dmam HM uMMDace; ML a FA S =111 6 SAmm am S UMM s &MI t twills ATCH INVOICE LlfCORPORATION '�� dln tato P.O.Boa t0•ftmww.CA22311 Tak 101412.7400 •I=901OBM13 Cowl:Chy at Palo,SPtln0a PidladiPOa145M Ne.:14-U PRymmtApp9cmilm: 5 AM Admallte PaYa614 hope Marc 2014 Pavdaait Oiailay B Bcmwden InwksD w 2/10JMS 37O0 E lahgWz Canyon iVry Ab"Job No.:144105 Pa41od F4ad: ttl4rAM5 Palm S~.CA 22413 Capad W.A PMvb Idlewww Dowthl Pdld TOWMAD&TOD& New am lad Pda Told AMMMA Gaudev I Amaod Am d IOtD CODHM2-11dath"Da 1.00 19 s 0473slwl t (517.301091 1m t (6172mO5 t tm s (517AM M14 Na2-9MSdnddsE• In 13 S IMMO0q 6 (:O20mm1 Im 6 (2V.O5aOq - s - im s IA2maml MIS NI 2•BI•htdNROtad% 3n4512 SF t 0,4 f ISMA6 311451m t IS4BPAs • s - 3m.41m t Isowai MIG m2.02-ACP1Aa925• 97St TON t 73m s 44RP4m U94.0) t W314111 i MOO t 4004m 702A 031NO2-S3•Cd4Pln2- 3WO1 SF f 023 S 10,M76 395,51200 i AM76 s 315,612m 1 StM76 70oA Ha2-S4-ACPM20V V5200 TCII s 7O50 t axe" V52W f 3A019m 1 t • AMW f M0111M MI a*Nd3-IJIdd3PMJ Im !9 I t 4mam S team im t SAmm Im t 49mm Hn3-J.hdd Slllaoda 7032-mm%M LVOMR" 1ID l3 f 4436m i 6.45W tm f 4456 f im 44go, TIM t 3•s•A*aINPal In LS 6 11.0S6m f tl6®m Im $ 1t im 6 il,5B6W Imo =th3-L-A0AC191i7pS In IS i IIJmm S MOO= Im f 1.7mm i Im 11,7mm 70" 0WSa3•M•QWSSlHAt IM LS f 2771m f 2Tlsm Im s m s m f 2776W Nn3•14•MdilMd MOO FA i 27Om s K=W 56W S 141E W Wm $ It2W.W 7M7 Idt 3.50.9tlBtlndhE• 3.00 FA 6 dWm 1 f MAD 3m t 12em s 3W 5 17mm 70" < .3-Ow"' 16aid 140 IS s 421590 t 25216.e Im f 242490 - s - im t M215m 1m8 Na3.000H¢2-0W 393,451 BF 6 (147 t (teAP.41 34451m f (114/P.S) t 39A6im s (M)WAG) 702-10 NR3-CMIft2•Ddd4 MW TON t (71.04 s (44P4 629M t (446,0740Q s - 62942 t (4SA740q 7 11 Nm3.=N12•Ddds 306,41 W f (MA s (Kamm 3S4P2W 6 (Stamm i 311P2W f ON.1710 P0.7q 7012 CODt4n3.=NR2-Odds 4.7= TOW 6 (ABO s Maismi 417= s (Ma16aq s 1752m 6 Moldw ISLi3 =Na3•BIA-PdNdtR TMOMM 9F s 0,42 5 3221K4$ MOW s 32fy646 s 775.045W s wmegs 7 14 9NR3•BSA-AC PaAN2S tZIMM TON f 7026 s 1151,71125 12tLW f 161,76126 • t 121Z.m s 151,731a MIS CODNS3.=IU2•000 StPBW sF s P.4W 5 111411.O0 24P6m s ("Ail. s 2MW s (i1,814501 MIS th3.00]W.2-051110 316m TON L In. t (Amq 3mm i pusm i - 3tm t P.MEAD) 7mO OMM3-01.g� 2410Bm SF t 042 t 147M.76 2&MM s AMA s - Awam t lamcm MIS CCO N33-EI-MnMi 3SM T014 f 76A s I7,25M utoo f Uwm i SM00 t 2142" MI 1104-Ilan<1m7L I ON T t CJ7a 34T t (3 . i t W 1194 S a30--.4q 7Oi2 W4•CTaNR I, 1 IS s (i5.sa s vs=471 - i f (14523 Im s glom ISO Na4-omIda1002.1CO2 9m EA s 7M00 s 7,30m f f T.OMW 9m f 7A2am 7041 1tt A.Nm>9wc002 mW EA t BMW s t40mW t f 140mW 20m t ISMS) 70 0 Na4tlm<ImII LTA too LS S (Seem) f ROOMt t (A19I. Im t (33g1.OM CDO>h 4.9an<IWA,Cm ��Fi4 .. 7044 Na3-N-MMS*ftdCatld 4. EA s (MM s (ima0q . s i^ie�. s (Lm2001 400 i (l.OSO. Tt L gi Nk�• 71H7 CCOP44.O-CWW.BAPM i.W L6 s 21.1" 6 21.145m f _ t 21.14SM ISO f 21.1430 70l2 Na4-P•CadMS@"xt Im IS t 10,924.42 16 14S214E f 4:"'k" 6 TOM. 100 s 14924,42 AT CN LL INVOICE ORPORATION 12140 t9Rm 191L A.O.Bat 10 •FWEM,CANN@ TeL M4304400•F¢80 4"13 cunt rive p*n ap111pt Pr9jttd 1c9Mrffi Nc:1444 WymmlAppaeWm: a AM Atcmmb PsyW9 7#9pe8 Nomt:2014 P4v'Rm9Rt Over"6 R9cros&Ucdm bvdn Dow 2n01301a 3200 L Ttlqulb Cmrym Wry aitarll Job Nn:14405 Pnbd Fmm: 1n•131na Palm Sphms,cA no Comm viak PWW GIVICIed 13bP9bd Tom T906 Mw: Mm Uo0 Pdn Tom owft Amwd aumv AIM rd Atturt 7m CCGNM4.Q.ACFRPMM , LS L "Um s SWOO L i a;LLtm 140 i a081.m 71 41, N04•R•Tdgk , LS s 220D0, s MM DI S 1 "dmm 110 L 2ZM03 704-11 N04-6-MW363m1R Im LS s 0*50 s 4A1910 f - L 4Ata80 t.m s 411B741 70L0 =N94•T4mW81mmws lie Ls i MOD a MOD i I L 24tam 140 L 21B7m M13 M4•U' ,90 Ls L 47.42106 L 47.'am 70414 N14.0_Nd11� 100 L9 L MotA s 52104.m L oftkw naval ;714W400 Mairm Om•m saml." Rmbw tbWltl mgm.00 V S "'�� ' ,/♦ womicntgbb79006 L 3.19400147 f-.110@m•.✓ f 3,WX9.25•/l Lao Rdmdm i (199]9f0A L (Nt.YAIRY R16rttd RUnaon L L ^I s .`^f C f / xdBa10T91191 L 3A00.,0397 s .KA73a f 3.171.A4J9 CITY Of PALM SPRINGS PARTIAL RECEIVING REPORT PO No: 15-0542 MATICH CORPORATION Date: 04/21/15 1596 Harry Sheppard Boulevard Depth ENGINEERING San Bemardino, CA 92408 Partial#: 7 GP#14-04,2013i2014 Over ta IRec onsVuchon Vendor No: 02035 Account Number 1 Invoice Date I Invoice Number Invoice Total . Sub-Total I� s .._ .__._----------- ...,.....,. 260-4493-50808 " Sched A&CCO#2 ItemAat50% $ + $ 28 059.81 261-4491-50324 Sched A&CCO#2 ltemAat50% 1 1 ,Ret $ 23,306.61 134-4498-50225 Sched B,C&CCO#2&3 Items G 1-B4at29.4%&N $ 23,636.68 1334298-50292 Sched D,E&CCO#2&3 Items D& 1-BAIM70.6%&D-Ell'_ $ 40,421.29 416-6501-56145 Sched F&CCO#1,CCO#3 Items I E10,F3,F4&F5 t $ 14,636.70 260-4500-59445 jCCO#2Item F, CCO#3 Item J �$ 1,163.97 . __ _,. 134-4498 50242 CCO#21tem B A. 1 403.24 }._. - - 261-4491-50325 ,CC0#2Item C _ _ ..$ _ 956.08 001-417143200 CO#3 Item L $ 468.00 P. 3 b 6 y, 74"rr47 2 00.Oo PO Amount I $ 2,714,074.00 _�___ CCO#1 $ T 87,689.32 CCO#2 $ 205,229.10 ' ,l 2 IG . tlJ CCO#3 $ 208,85947 !/ = 23) 3o6.6t CCO#4 $ 140,984.01 Previous Payments $ (3,167,994.64) PO Balance $ 54,788.88 ......._---- � Division Manager Signature: Prepared By,.,.... Departmen 4ad Signature: Date: �_--Date 104/21/15Date: Progress Payment #7 - Partial Retention Release Project Name: 2014 Pavement Overlay and Reconstruction Purchase Order No.: 1"642 Contractor: MaUch Construction Corp. Agreement No.: 8566 Project No.: 14-�04 Bid Unit Contrac Contract Curren Current To Date To Data % Item Item Desc lion Price Unit Ouan Price uand Amount tluantl Amount Com. 9cheduk A 2 Tame coah 1 1 33,000.00 1 LS I 1 $33,000.00 a $0.00 1 $33,000.00 1 100% Mat MIK Aaphdt Concrete 6 TypeC2t2•) $60.00 TO 4,110 $279,480.00 0 $0.00 4110 $279.480.00 100% a Cruthad MFse.Base µ•) 50.30 SF 340,000 $107,000.00 0 $0.00 340000 $102,000.00 100X OPOratN EidIso Curb RamPa wall TNncalad 10 1 Domes $1.200.00 EA 5 $6 000.00 0 $0.00 5 $6,000.00 100% 3umylna and Monumsmauon qr 12 saetlon2.6a2.7 511,000.00 LS 1 1 $11,000.00 0 $0.00 1 S1'f,000.00 100% 140 Subtotal i,163 70.00 $0.00 $1,163,370.00 100% schedule B 2 Traffic Control $9.600.00 LS 1 $9,500.00 0 $0.00 1 $9,600.00 100% Hot Mix Asphalt Conorefa 4 Tytmc2lr) 57200 TO 1,870 $134,640.00 0 $0,00 187o $734,840.00 100% OPamde Existing curb Ramps with Truncated 6 Domes $1,200.00 EA 2 $7,400.00 0 $0.00 2 $2,400.00 100% Surveying and Monumentaeon Per t Secuoo2ia2-7 $6,600,00 LS 1 $6,500.00 =0 $0-00 1 $8,600.00 100% Subtotal $260,737.00 50.00 $260 737.00 10D% Page 1 of 5 Schedule C 2 TrafRcCoNrol $7,100.00 GS 1 $7,100.00 - 0 $0.00 1 $7,100.00 100a/, Hot Mlx Asphalt Type C2 + 12trz^I $74.00 O 1,150 $85,100.00 0 $0.00 1160 $85,100.00 100% Surveying arM Monumanblion per s Swum 24t2-r 1$12.200.00 LS 1 $12,200.00 0 $0.00 1 S112,200.00 100% Subtotal Si86170.00 1 $0.00 1 1 $118 170.00 SeMdule D 2 TraftC tml 513,800.00 LS 1 $13,800.00 D $0.00 1 313,800.00 100% Not Mix Aephall Type C2 4 (2') $73.00 TO 6,000 1 $438,000.00 0 $0.00 6000 5438,000.00 100% Remore and Relnetalp Existing Speed 6 Hump s(Ramon Rd.) S50D.D9 EA 6 $3.000.00 0 $0.00 8 $3,000.00 100% Blaray ft and Monwrontauon par s Sxuon 2-6/2.7 $18,"0.00 LS 1 $18,800.00 0 $0.00 1 $18,600.00 100e/r Subtotal $613,060.00 50.00 5613 060.00 1 SeMduN E 2 Traffic Camrol $800.00 LS t $8,600.00 0 $0.00 1 $8,600.00 100% Hot Mix Asphalt Type C2 4 12112^I $ 75.00 TO 725 $54.376.00 0 $0.00 726 $64,376.00 100% Hot Mix Asphalt ConcraN 6 Type C212^I $66.00 TO 900 $59,400.00 1 0 $0.00 900 $69,400.00 100% Reawa and Reconstru 6 ,,,,.,Cb,.,pcti $3,000.00 1 EA 1 2 $6,000.00 0 $0.00 2 $6.000.00 100% 10 DatectorLoolmIJ400.00 15F1 8 $3,200.00 1 0 1 $0.00 8 $3,200.00 100% Teak Strop"S 12 Muhings $2100.00 L9 1 $2,100.00 1 0 S0.6R^ ' i $2,100.00 100% Subtotal $269,050-001 269,050.00 Page 2 of 5 Schedule F 2 Trffik Control $11,600.00 Ls 1 $11,600.00 0 $0.00 1 $11,500.00 100% IIIMIIIII =H. IgA ot $210.00 TON 67 $14,070.00 0 $0.00 67 $14,070.00 100% Survnying and Monumentallon per 6 Section 24 IL2.7 $1,300.00 LS 1 $1.300.00 0 $0.00 1 $1,300.DO 100% Subtotal $24 687.00 $0.00 5242 887.00 rid M Order No.1 Subtotal $37,569.32 CA0 I S67 689.32 100° lChOngeOrderillo.2 T. C I E.P.C.Sidewalk $23 902.00 LS 1 1 $23,91 1 0 1 $0.00 1 1 1 $23,902.00 1 100% E MoronguXii Hills AC $73.60 ON 388 $28,656.80 0 $0.00 398 $26,556.80 100% #GAdjudWati alves 5780.00 EA 66 542,900.00 0 50.00 66 542,900.00 AC Depth $0.45 SF -340D00 -$153,000.00 0 $0.00• -340000 4153,000.00ormmte") $66.00 TO -6,165 4406,890.00 0 $0.00 -6166 -W6,890.00 100% Puhwi Export,PCC Al Stab. $1.09 SF 340,000 $370,600.00 0 $0.00 340000 $370,600.00 100% Cold MIII Existing AC Pevemem•Un9orm O3 Thickness oft" $OA7 I SF -164100 -526,197.00 0 $0.00 -154100 426,197.00 100% Cold Min Exiermg AC C3 Pavamen4Fulloepth $0.30 SF -76,1001 422,830.00 0 $0.00 -76100 -522,830.00 100% C6 Crushed Mkt One µ•1 $0.40 SF -761100 430,440.00 0 $0.00 -76100 430,440.00 100% Nol Mlx Aaphett Concrete 04 as C2(2^) $73.00 ITOd -6,000 •$438,000.00 0 $0.00 -6000 4438,000.00 100% Page 3 of 5 Hot MIX Asphalt concrua Ea type C2(2trn 576.00 TO -725 -$54,375.00 0 $0,00 •725 -$64,375.00 S00°k Hot Mix AspphaM E6 CencmteTypeC213"l 586.00 TO -900 -$59,400.00 0 $0.00 -900 459,400.00 100% Pulvedm.Grade et Compact Export $0.46 SF 393,461 $180,987A6 0 $0.00 393451 $180,987.48 100% 83 Cold Plana 20• $0.23 SF 386,612 $80,690.76 0 $0.00 386612 586,690.76 400 Subtotal $206,229.10 $0.00 ij7$205 229.10 Change Order 3 Airport Speed Hump i striping $6,600.00 LS 1 $6,600.00 0 $0.00 1 56,600.00 100% Nrport Uam H Aciustmanls $11,585.00 LS 1 $11,685.00 0 $0.00 1 511,585.OD 100% Airport Gdnd-Slurry M Creaswate $2,778.00 LS 1 $2,778.00 0 $0.00 1 $2,778.00 100% E10 Bid Pda Detector Imp $400.00 EA 3 $1,200.00 0 $0.00 3 $1,200.00 100% F4 AtrporlSpeadHump $210.00 TON -8.91 -51,871.10 0.00 50.00 .8.91 41,871.10 100% Puherlxe,Grede CO281 CmnpactExport $0.46 SF -393,451 -$180,987.46 0 $0.00 1 -393451 -$180,987AS 10oX CO282 AC Paving 2lnand3" $71.00 TO -0,294 4446,074.00 0 $0.00 -6294 4446,874.00 100% CO283 Cold Plane 2.0" $0.23 SF -385,672 488,690.76 0 $0.00 -38661 88 2 4 ,690.76 100X PUNIPeve CO20 MomngorCherry Haig $OAS SF •25,678 411,811.88 0 $0.00 -26678 411,811.88 10D% MorongcrCherry Hale AC CO2E Pm g $73.60 TO 388 428,556.80 0 $0.00 -388 428456.80 100% Subtotal $208,869.47 $0.00 1208868.47 Chugs Ordu 4 F I RIR Speed Humps $210.00 TO -16.94 43,347.40 0.00 0.00 .16.04 •$3,347.40 100% MUM CO2G Adlustwatervaives $780.00 1 EA 9 $7,020.00 0 .__!R.00__L 9 $7.120.00 100% arpprt utility CO3K Adguatmema $3,891.00 LS -1 -53,891.00 0 $0.00 -1 43,891.00 100% Failed Grind and Overlay O Pargpacs. S21,145.30 LS 1 $21,146.30 0 $0.00 1 $21,146.30 100X G Demuth Park Paving $8,064.00 LS 1.00 $8,664.00 0.00 $0.00 1 i8 6t14 00 100% Page 4 of 5 Temrlew she wMke 8 Route signs $4,818.60 LS 1 $4,819.60 0 $0.00 1 $4,819.60 100% Routes Holal stoat U Improwmanta $47,421.96 1 1 147.421.96 0 1 $0.00 1 $47,421.95 100% $140 984.01 0.00 118 879.31 Project Totals $3,356,835.90 50.00 53,334,731.20 'r�98!G';' Total Earned: $3,334,731.20 zq ' 1% Retention: $33,347.31 M__ichael Lvfarr Amount Due to Date: $3,301,383.89 - Less Previous Billing: - $3,167,994.64 NET AMOUNT DUE: a S--- __ � rayo5a.3q Retention reduced to 1%per agreement to allow contract to remain open until sparrows in work,change order 4 Item V, can proceed. 0 � � � e e � RECT APR - 8 2015 Page 5 of 5 W01AYCH INVOICEARATION P1 alo 16A P.O.Bam w•W91,114 CA 92M Tat 909J12.7400•Pu:/99J92O113 C9wl:C1TdPelm Bpr919a PiOwlCanmam Nm.:1406 Payment App9ntlee: T AM:Amcmem Poole PM1Ofed Nettie:2014 Pnmmml OrMry A ManprvHlan knvlaa Don W13979 31H E TamAWQ Caomn way sallehbm Na: 14-091 Period Fen: 311.TI2V19 Pam Spinq,CA OM emmam Ma9 PMVIO Ytl 1tOS F-W Tim9ml Team 0mm Xm1 DrAIWOWC OARM wa FNm Tell Ouenft Isnmml Oway Am mml Cluster hems IN Semm en Tae0m Ansa im UM S 94mmm S Wmaw 1.00 1 A,amW S 1.00 1 AAWm IW I,*Cald too INS $ Wmaw 1 a m.W la $ 91,ma9O I 1.W I SLmaW m3 OmmeFimOgle Pawimm mNAWm m S all S ISMOm 30.4m.m 1 ISMOO S 3"AROO I 1ASSOw.09 IN "TAmC7r S./1Am TON S elm S :Alw.w 4,110 m S 2A6wm S 1,11am $ 27a4wm W IWTlpaer amim TON I wW 3 ONAww Afam S SAMAW 3 UNIX $ SW.MOm 106 cAmr mecam A $ am O W=m NOAW.W s immw S Wm ae s laws s IN I0m FA S ZWO00 1 21.000.011 10.W S 2/9mm S f0.m I S Adam Im amp ' vvm Sw FA I $,moo 1 to" Sm 9 6=90 S - Sm I 6AWw 1W "BliEm OASt eem KDO FA S IAWm 1 21,waw 15.00 1 OWN S 1S00 1 21Awm I10 S"�'2ind Pe' " 1.90 UNT 1 11,9mm 3 f1AWw 1101 1 lijesm 3 lm I /1AWw III Tnielsykv"m Al, 1.90 UNIT S up= I Amaw In $ nam.W S I.w S lu" 20 Mlmmlmi•&Jmlbl In UNT S IamaW S ASW.W I.W S amm S 1.40 3 ASwW >m 11301eeaAd fAel Lea Is 9,SwA0 I 9,Sm.w 1.00 S 9m0m S I.m S 9AWm AS QAtM1&WAC IAIff r 11/Aww SF S a17 1 21.1117.011 19411Wm S A,1Rm - I tsaf00m I A1Wm Al s1NT"aar 1Araeo MIS 72m S 13kamw I'moo 1 171ASam s LOaw 3 13tMA >W Pmm kWamamkwEAd 17.00 EA 3 zmW S 37.40.011 1Tm 1 37,190.0 3 17.1111 s STAmw m0 UWmElWC11111m0eYAN 2.00 FA S /,YWW $ zmw 2W S zom S 2w I mom A7 SPA 9,00 EA 1 100.01 S MOO 9m 3 4,1mAO S 9.0 3 SAWA Ikm ml 9weliip kwummd19m too UM 3 "MOD 1 SAWm LW 1 OAmm 1 1m I 9Amm AS Le0mmlpNeld Mmew 1.00 UM S S100.10 s 3,1w.w 1.0 3 3,I0.0 is Im 3 S,1mw Im M*am".BdKuloc 1.00 WIT 1 26A01100 3 ASwm 1.m I Am ea S IN i AAwm 1W TM*Cmld 1.01 111T I 3 T.1ww S VMW 1.00 S 7.1mm I tall S 7.I0.00 m3 O0019F!xbtA:PmmrlW 7umm >x f am s 22=01 HAm.W I 2a100m I AmaW $ a2AW 301 i TTPe:2r Lima MR S 7/.00 3 m,lw.w 1,10.00 S m,/mw 1 1.1610 S OyI00W m PYwem 7%Imw R S a0 1 WAMOO 71,114,01.1 Ale10Aa A ^1" S -MAS0m.. m0 IN LIST S Umm I 122mm Im s IzmOw f Im S Uses wr Te1bllip"Amill pe 1.m UM s %0 oo 3 1.W..m im 1 /,mOm 3 MIS towee SN 1 •Sftmo 1AX WS 6 nits" S W.Wam I i.W 3 7amaw S to s nwao Sw TTaAseald � Im 1MT I t7AWm I no" LW 1 ABOOD S too 1 ImAd, Set ems SYOMgA:Pmie0md 40m0. SF IS Of 3 79,310.00 Sm,WM I 79Awm f SAOWW s 7SAmw !m #w Tw C2r "Moo TON S 71W 3 44CROO AWOm S AMAWm 3 SA M 1 6ANO.m OW %mm:vaA-ARw ~" W eW FA S M(l) 3 nO.00 Sm I 124110m S 4.0 $ famam SW hmewAMlWIiEtlS19pW eAa 6t s SOO.w 1 3.0" Am 3 =m 3 100 1 SOWW &W S t ww Aw 3 a 40 13 Aw S amaw i i AT CH INVOICE LLORPORATION o11w5 enm,me P.O.em 10-Watlend,CA M4 Tel:OOL] MG-Fee:mI M4113 Loom:CSI 08 FAM am' Pr od w4wdmd Na.:i40i Peym l Applka0en: 7 ANn:Aemlads 14ye0k Wa1MN .mfd Nw era ammy aNeeerulruelerl Mal"Dde: WMIS fmo C Tehgrdk Cmyw My YNkn Job Nam' 144e Pedod Fan: 3Ii.Mvis Palm swripe,CA UM CmIrRf Wa! MW This PSW Tad was To oft SIR k-poppoom OWNS, SO, Fke TM Meal me braft AMMmoasdm im WT s lem oo a Iem in IN S ISImm S IN I ""m WI WerI1YpPOM MV1 I.m IM s 7,7m.m 3 iim.w US S 7,Mw 3 1m i 7.7mm Sot xeWlm-Iklnd3rE 1m LK 3 Mtmm I Id.emm Is s SSmam, s - IN S 26Jmm Sin TdkCmad iM ! 4m,m f Swam 1.W f Smam - S im 1 amain SO W6YIb Pll�eldila W m ! oJl S R,Sm.o, STAmm S 37pm.m s m,Smm $ 71pmm IN 11MIMMIX 725X TON I TSm ! 6/.ASm T75.m 3 51,376.00 S 725.00 S SSftSm Sm Face am 4=00 SF S 0.W f 2Sm0.m AMR 3 All m s AMIN f 2SWQJQ Sm N TTP7O7r m0.m TON I m.m 3 50.400.00 mom I SSm,m I Sun s m,"A mi Plec31S 0,500 BF IS am f A.72am 49JW.W $ VZ&QD 3 "nom 6 A.7PSJ3 sin Fd Pewalntl EW Im FA S 3,000.0 I Smom In f Swan, I IN $ onm He FJWCWftwYft IN EA $ ZWlA I S,mm Im ! moo S In 3 4,=W Sw Dd Lams Im SF f maw 3 3.2mm too S Zlmm f am f IMP 511 t" LW 1 146" 3 w,smm 1.00 s i min - 6 IN S %imm 312 T,4k%*gAdUAip Im LINT S IWO I 2tm110 1.m 3 Zimm - f In ! Zlmm US MA4zdm-3dWFF In II7T 3 A}oom I MAN 1.W f 24AM f i.m f 24MM Sm Twkmato im IM s ltJMW 3 MORIW 1.40 3 11,50m 'I I.m I! tiJmm m3 OWNSIMIACPmmaa 17Z1mm SF s 0.17 s 23,ITm 17Z1mm I Amon 1 17410m S 2I,'M.m Sol WimnAWlRK=lhlEdd2e wo TON I 2mm $ 5lpiom 57110 f I'Moo f 67m f 14.=00 0NAlT1Ps Ir 2.0100 TON 3 7325 f 1SUS0.m Imm 3 law.90 S Imam f 162kam Sm ENL'�20 W mIdsom 1.w WIr s 1]mW 6 IAWW 1m 3 L3000 S I.W 3 UUM OR AndkWAW In C7T S Simm S tMA in I Sim,, S 1.m 1 S7mm Ai FoaMre Puq` Im C7t s o7.emJ2 S 6Zem12 Im s wme32 S Sao ! C.Sla3Im" •E1FseDrNsd 1.m Le f AMAD S 3Zmt.W im ! 36,mtm s 1.m S 3Sm1.m-EFIPdnC"M 1.w m f 21MIN f 2Smim im S ISO= S - 1m I 2Zm2W 72J C0DNa2.0•MXoWlCa17 2SmaW SF ! 0.46 3 11,511.15 25,e71.n, 3 11,811,66 s 25.M.m 3 IIAIIM M4 DDON.2-E-UNSWICIM 70H S 73m S m.ssam 3SIoo S 2&Mm $ 361.00 3 AMID 7md CWNS2-F-Td ft6ft f. W i 1Z13am ! 13.12tm 1m S 1Z123m f /m s IZ12am 7m4 M.2.044WWdr SIW TA S 1" I tm Do m.m S stemm I WAS 7 SZImm TM*7 =11.2-11-AgW314W Sam FA s Saw ! 2tm,.m 300 f 27m0W S ]oA0 f 27mSm Im CCO7et2-Tdqft-Dde IAD LS 3 (041=% f M+7 tin 3 1"Umm1 $ 1.00 3 (al,Nn.om 0114 7m Ih241•TapR 3wlm.m SF I In f 3mmo.m 3mmom 3 MAINS 34MM s 37OWN 7*10 0WNa2-A2-TdgdaAC S."Loo TOM 3 am $ emp711, Sm0.W $ 5mul-M f Swoo I SSom1m SUM W2-11S6cim"s. IN IS 3 (1Wm7.m) ! NOW J0) 1.00 ! (18M.W1 S In 3 (Iea317 702-12 CWN42.61&Iedu4 C- 1.m IJ S (13S37oJD ! (13S]7ao0 1.m S (13aS7om) - 3 tin I i A7 CH INVOICE LLORPORATION 0J1°" 1. lase PA.am to•XI@Ael d,CA i230 TM 101,112-Tm0• PeA:SM824113 0IM11:Cry to PANG opting, • P gA04ICo MRI No.:1404 Peymrtt Appinfl n: 7 AIII1:AmounN PAyWN P14W NAM=4 fteeMent 0"Jaya XKaIAtNC1IM Insoles MtA: 49=16 J=ETAig1f.Crlyonyhy SYtlrh Job Nm:14405 Period Fan: 31,14131I76 PAM SF*W.CA UM CabtlNAh BIYO This Food Towwork ToOW Men: Ibn WII I FiM TOW Nmel QuIrdyAnatol A~t 70b11 OCONa 2.949e0M0eD- led4 U(i19 f PUMA I Pn,31am, 1.00 S P17,smov, f ,m 3 P171366 7*14 COD1b 3•Bq&3d+YE- im LS $ (MM f 3 MASON) 1.m s ,20L0mK' fim.Dm.m3 i.m 1 MIS 17C0 N32•BI-P11,X01e.Dw0A M,451.m GF S 044 1 is%W.M 203.451.00 3 IBM.N f - 3241I.0) $ 1111,017A0 M-16 IXA No 2,M,XP dwzr 6.2ism TON s 71.00 1 40.6TAm 6.2"m $ 440.RI.m i 0.20km 3 4WAT100 r M-17 Nc 2.w.(11dFIb2.T MWIN SF S 0z I u.mon I0,N2m 1 Room s 3e1,Slxm S 16,600.76 702.16 N12-04•ACPm Lr A,t62m Tat I M50 S 335,DlOm 4,75200 3 315,0H.00 - t 4.7029) 1 3ACt0.m y�I CODw3.1-IMtlByW IseO IA LS i 0.emm s WDD 1m s 0mDm s I.m 3 Lm0m ODD Ne.!-J•FW Bawee 7032 edlA11 blipepea too LS S A,4pm I twoo im 3 6111m S i.m I 24um W480 TON LW Mai-K-AIWANW 1.m IS ! UAW 3 fim6m ,m I ,t,Jlem 1 In f 116mm M4 CCOlN I•I.-ABACIA" 13s s n,taam s I1,imm ,m $ n.imm $ ,m 3 t+,7mm M5 CfA Ne.S.11.0"Se1NM i3Op to s 2776m s zmi* tm s z7,AN 1 1.00 3 L77LM im0 CW/43-X•Yy110bdN mp0 FA S MOD 3 iL79O.m mm I S 142mm $ - mm 3 ILm0A0 y CCOWJ•10.900deAA4E. FA 6 IOdm S I-MR 3.0013 12mm S am 3 1,2mm M4 CCO2Ae 1-Meue>tm%m0, tm L4 3 MIS" S 26,210.90 1.00 3 26,215.m 1 1.00 f 2J,211m M7-CCDNAZ-Ddb 3"Im IF s %a f Dmwt. 312452m S (112167.461 - f mAHt.m 3 PILW. MID CQ1Nx3-=w I•D/b NZo4.m lox is P+m2 s weuami 6.21tm $ (440.ercaq 1 621tm s (4Knaeq MS,t Dca2132-003142•IriW 36Upxm zk ! rasp s (st"G.71I 31J,et2m 3 (eemD.n s 3/sA,2m 3 Plmntq 7012 CW Ni 3-1x0Ne2•DAib tin" TON 1 6 (nae 3 (n"iOm) 4,712m S (332a1Lm i OUR 1 (33%01dm( i0S1 MAxm BF 3 DA2 I 327206.N 7,1,D53.m S 327,20040 1 - 770Anm 3 3IAMIN6 7m•14 CCO fh 3-MA-ACPe0023• II126. TON S T0.26 S 661.74120 W25.00 s 111,7618 1 ILI2Lm I s61,7012 r n Z wDNr.3.1ADN02-alb R 9F f ro4q f (ISA+1 25Qem s a+a+,.en 3 aAnm ! P,anAN ml9 CC0Nn 3•WONO2-011,11 3n 10N ! (7350) 3 MAX901 Isom 1 P�%mq I 31Sm I l ARM MIT Ni 3.3N•Wo0AT1Lery 21,0Lm 6F i 0-42 S m,7K76 2J.07200 1 IL7N.n 3 PNtwoeeki 2007i.m 1 10]14.n Y 'lw On MilCCO NaS•EI-WaOo, 311m TON s m.23 1 2707.00 310m I V,,217m f 312m 6 27aRm ,I DW2G 1•re<10pA, III TON's (210m) 1 12300) i3.a s p"..40, - f It" i (3aD.m) lOK ECQ�4 No 1. 10 LS s (15}2x4713 (15,$1412 ix 1 (15=471 S too 1 (i= /Of0 IA4•Ire>100K CCO2 1.m FA 7 71000 1 7,120m Am f 7,0201111 f OR f 7Amm 70N CO3Ha4'K at30fk�2 7Bm FA S mdm 1 IUMA am s 11,tK00 3 Sam 3 ttm i134.1si<Iml4 C(C 1. (LIN.mJ TUI ,y . U f Dwi.m f (3A11 tm i Pm1.Oq 2 m s 00016,4-e 001k CCO ION J•X•koW 8Ytle06g6r too M 3 WIN f (I.M e.m ! (1,0143111) f 4.m 1 1+A00 Ttl/eIMry yyyy No4-C.CliMKSvpw t.m to 3 21,145.30 3 21.I4Em IN IS 2tw]0 S im S M7Q30 yc" DTA31114-P•pclmlblr4l too IS is 10,I24.42 3 10,124A2 CR 1 ,0,M24.42 S 1.0 1 1 11,MI2 AT CH INVOICE LIORPORATION mm B4Ca Ills PA BOX Is•Ml4aat0,CA 0270 Tao M0 -740- Fa; 024e2a11s clam:CRY of P"Spbls P:olw moubvd Bo.:1a "Off APPOCAM 7 AM:Actatal.Pa7.bM Prtgael Nam.•.20a P.wmmt Ovrla74 Bacotsbl cUm b am Date: MIMS 22004 TalgL tC21e Vft7 Malkb Job Na:144" Wlbd Fn : L 40% l FWM 8labpa,CA 02213 C.o0 Wffk FMAMAN B" awmtmspww TddwATchb 9PW4,4 , Ma Fm Tw An km A t -O_ACtl�yaay 1.m 1 4M0m 1 1.00 s 4a1.m•A-Taspi4 im is s 22.09a s 22,UM t.m s 22,09..01 { 1.m s 71.0140I B'�B1g10'1 t.m 1s : 1,010m s wo.so t.a 1 a,OR.m s 1.m 1 s.014s0T+� Im to s MA0 s ZMAD 1.00s Woo s im s 2207.m D'� 1m LB s 4TA21.05 s 47,421.06 10 s 47,91.95 f 1m s 07A21.40 704a &4-V oi4 11 l9 s 71m1,70 f 241a.71 1 s $ MOwMOmTltl 4714o71A0 Osmn Chm" 64,ms0 1M18od Ck Mumn N cMPlwTo Ms s 422472130 s s ;22473l2D L MBOe r s Oa,7740a) 1 s (N rAm hbMaO B0bn0on s - s fls,s017s 3 1243/073 1M 811tl To oar. s 2.t17"M s 12300a • 2,2BAsim � okxf � CH ORATION stNCE tale CONDITIONAL WAIVER AND RELEASE ON PROGRESS PAYMENT CaGjondo Civ1J Code Section 8132 NOTICE. THIS DOCUMENT WAIVES THE CLAIMANTS LIEN,STOP PAYMENT NOTICE,AND PAYMENT BOND RIGHTS EFFECINE ON RECEIPT OF PAYMENT,A PERSON SHOULD NOT RELY ON THIS DOCUMENT UNLESS STA1Sff1ED THAT THE CLAIMANT NAS RECEIVED PAYMENT, Identifying Information Name of Claimant: Match Corporation Name of Customer: City of Pahn Springs Job Location: 2014 Pavement Overlay and Reconstruction 14-04 Owner: Palm Spring$ Through Date: _. 1/111I5 Conditional Waiver and Release This document waives and releases lien, stop payment notice, and payment bond rights the claimant has for labor and service provided, and equipment and material delivered, to the customer on this job through the Through Date of this document.Rights based upon labor or service provided, or equipment or matcrial delivered, pursuant to a written change order that has been fully executed by the parties Rtior to the date that this document is signed by the claimant,are waived and released by this dowment, unless listed as an Exception below. This document is effective only on the claimant's receipt of payment from the financial institution on which the following check is drawn: Maker of Check: City of Palm Springs Amount of Check: S 133,389.25 Check Payable to: Matich Corporation Exceptions This document does not affect any of the following: (1) Retentions. (2) Extras for which the claimant has not received payment. (3) The following progress payments for which the claimant has previously given a conditional waiver and release but has not received payment: Dates)of waiver and rciesse: February 10,2015&April 6,2015 Amount(s)of unpaid progress payment(s): S $131,88&67 (4) Contract rights, including(A) a right based on rescission, abandonment, or breach of contract, and (B)the right to recover compensation for work not compensated by the payment. Signature Claimant's Signature, Claimant's Tide: project Manager DeleofS,.._ ignaWre a SUNGAAD PENTA14ATION - FUND ACCOUNTING MANAGER PAGE NUMBER: 1 DATE: 09/29/15 CITY OF PALM SPRINGS AUDIT21 TIME: 10:56:09 EXPENDITURE AUDIT TRAIL SELECTION CRITERIA: 1=1 expledgr.key orgn.'4491' and expledgr.aaaounC=450324' ACCOUNTING PERIODS: 1115 THRU 13/15 SORTED BY: FUND,PUNCTION,DEPARTMENT,IST SUSTOTAL,2ND SUBTOTAL,ACCOUNT TOTALED ON: FUND,FUNCPION,DEPARTMENT,IST SUBTOTAL PAGE BREAKS ON: FUND,FUNCTION,DEPARTMENT FUND - 261 - CAPITAL PROJECTS DEPARTMENT - 4491 - STREET IMPROVEMENTS ACCOUNT CUMULATIVE DATE TIC ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE 50324 SEC 14 ROADWAY REHAB 261-30-4491-4492 - STREET IMPROVEMENTS 50324 SEC 14 ROADWAY REHAB .00 .00 .00 BEGINNING BALANCE 08/06/14 11-2 .00 08/06/14 13-2 1,800,000.00 BUD ADJ 0/6-213 10/14/14 17-4 00150542-01 02035 MATICH CORPORATI 576,685.00 CP#14-04 10/28/14 18-4 0015US42-01 02035 MATICH CORPORATI -576,685.00 CP#14-04 10/28/14 16-4 00150542-01 02035 MATICH CORPORATI 571,635.60 CP#14-04 12/16/14 16-6 00150542-01 02035 MATICH CORPORATI -571,635.60 CP#14-04 12/16/14 16-6 00150542-01 02035 MATICH CORPORATI 571.635.60 CP414-04 12/18/14 21-6 0015D542-01 1075605 02035 MATICH CORPORATI 220,074.97 -220,074.97 CP#14-04 01/29/15 21-7 00150542-01 1076441 02035 MATICH CORPORATI 315,758.84 -315,758.84 CP#14-04 02/26/15 21-8 00150542-01 1076982 02035 MATICH CORPORATI 7,220.00 -7,220.00 CP#14-04 #4 02/26/15 17-8 00150944-01 11938 SOUTHERN CALIFOR 0 3,456,90 PAVEMENT' 03/05/15 16-9 00150542-01 02035 MATICH CORPORATI -28,581.79 CP#14-04 03/05/15 18-9 00150542-01 02035 MATICH CORPORATI 39,611.29 CP#14-04 04/23/15 21-10 00150542-01 1078147 02035 MATICH CORPORATI 23,306.61 -23,306.61 CP#14-04 15-0542 97 04/23/15 21-10 0015OS42-01 1078147 02035 MATICH CORPORATI 20,478.03 -30,478.03 CP#14-04 15-0542 #5 05/21/15 17-11 00151228-01 10698 SANBORN A E 2,200.00 CP 15-11 DESIGN SERVICES 06/04/15 21-12 00151228-01 10790CI 10698 SANBORN A E 2,200.00 -2,200.00 CP 15-11 DESIGN SERVICES 06/25/15 17-12 00151288-01 02025 GRANITE CONSTRUC 973,124.00 CO 15-01 06/17/15 17-12 00151295-01 10686 ALBERT A. WEBB A 8.075.00 CP 15-01 07/09/15 21-13 00150944-01 1079781 11938 SOUTHERN CALIFOR 2,451.30 2,451.30 PAVEMENT 00/27/15 21-13 ODIS1295-01 1080743 10686 ALBERT A. WEBB A 6.994.38 -6,994.38 CP 15-01 TOTAL SEC 14 ROADWAY REHAB 1,800,000.00 588,484.13 981,036.87 230,479.00 TOTAL 15T SUBTOTAL - CAPITAL 1,800,000.00 588,484.13 981,036.87 230,479.00 TOTAL DEPARTMENT - STREET IMPROVEMENTS 1.800.000.00 588,484.13 981,036.87 230,479.00 TOTAL FUNCTION - PUBLIC WORKS 1,000,000.00 580,484.13 981,036,87 230,479.00 TOTAL FUND - CAPITAL PROJECTS 1,800,000.00 588,4S4.13 981,036.87 230,479.00 TOTAL REPORT 1,800,000.00 588,494.13 981,036.87 210,479.00 THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTIONli CITY OF PALM SPRINGS _PARTIAL RECEIVING REPORT— - j ,PQNo:.__ 15-0785 Southern California Soil &Testing, Inc, Date _ TE _ 01/07/15 __._ ��_83-740 Citrus Ave., Suite G Deft: NGINEERING Indio, CA 92201-3438 Partial#: j CP#14-04, 201312014 Annual Citywide OVERLAY Material �j s Testing Vendor ft v 11838 Account zip Number _ Invoice Date I Invoice Number Invoice Total �_ 134-4498-50225 10/31/14 �369183 $ 2,990 00 a - � s PO Amount $ 22,428.00 Previous Payments $ _ Balance $ 19,438.00 Jill I ' 1 Remarks: For Purchasing Dept: 1 Certify that the articles or Department Head Signature: 91 services shown above represent Partial deliv of the order laced ery P 1with the purchase der shown and th they_ a elved in ood ition. Received by 01/07H5 " Date: SOUTHERN CALIFORNIA SOIL &TESTING, INC. A California Certified Small Business Enterprise(SSE) Southern California Soil&Testing P.O.Box 600627 San Diego,CA 92160.OW 619-2803321 City of Palm Springs Invoice number 369183 3200 E.Tahquitz Canyon Way Date 1 013 1/20 1 4 Palm Springs,CA 92262 Project 140608P3 City of Palm Springs,CP 14- 04 2014 Pavement Overlay Professional services through October 31,2014 Alin Mike Lytar mlkeJytar@paimsprings-ca.gov PROFESSIONAL FEES BfCed Dale Hours Rate Amount Geotechnical Technician Asphalt 1012312014 3.00 96.00 288.00 E INEE�i�iG DlIyyiSION 10126/2014 2.00 96.00 192.00 nClF,10f-P A Y 14 3.00 96.00 288.00 Pickup A P P O ppTE Pick Up STAFF DATE SUPERVISOR �— 9124/2014 1.00 63.00 63.00 Shc Sample Pickup 1OW014 1.00 63.00 63.00 LABORATORY TESTING Baled Units Rate Amount Percent Bllumen Asphaltic Concrete(Cal Load 810/3/14 10/03/2014 8,00 176.00 1,408.00 382,ASTM D6307) Load 6 10&14 Load 32 10/3/14 ti Load 35 10/3114 ' Load 6410/3114 Load 31 10/3/14 Load 1510/3114 Load 4710/3/14 Sieve Analysis-Extracted Aggregate(Cal Load 8 10IN14 10/03/2014 8.00 86.00 688.00 382,ASTM D5444) load 610/3/14 Load 3210/3/14 Load 35 10/3/14 31V0".--NOSIAHUns Load 64 1013/14 3jv0 JJV.Ls Load 31 10/3/14 Load 1510/3/14 I N 3 W AV d HOd 0 3 A 0 V d d V Load 47 1 OIY14 NOISWO EINIV33NION3 Invoice number 369183 Invokes are due upon reeelpL Invoke date 1NIM14 Page 1 of 2 Clly of Palm Sprfng3 � � Invoke number 369193 Protect 140606P3 City of Palm Springs,CP 14-042014 Pavement Overlay Date 103112D14 Invoice total 2,990.00 Aging Summary Invoice Number Invoke Date Outstanding Current Over 30 Over 60 Over 90 Over 120 369183 10/3112014 2,990.00 2,990.00 Total 2.990.00 0.00 2,990.00 0.00 0.00 0.00 Invoke rwmber 369183 lmrokes are due upon receipt Invoke date 1IN3112014 Page 2 0!2 ;Y CITY OF PALM SPRINGS - -PARTIAL-R-ECEIVING-REPORT - Po No:_ 15:0785 Southern California Soil & Testing, Inc. Date: 08/13/15 83-740 Citrus Ave., Suite G Dept: ENGINEERING Indio, CA 92201-3438 Part/a1#: 1 2 CP#14.04,2 01 312 0 1 4 Annual Citywide OVERLAY-Materiafs Testing Vendor No: 1 11938 Account Number Invoice Date Invoice Number Invoice Total 134 449850225 12/31/14 .369732 $ 2732.00 = 1 3&6,00 PO Amount $ 22,428.00 Previous Payments $ 2,990.00 Balance $ 16,706.00 ff Y Division Manager Signature: i Prepared By: Departme ead S nature: I Date: Date: 08/l3I15 are'. Z a Southern California Son&TmIng,Inc. w 6280 Riverdale Street Z San Diego,CA 92120 ©Z 619-2604321 A P MG11 1N DNI510N / wwn•v+ea•su SIAFF DATE RECT AN 2 `V i� SUPER DATE I� City of Palm Springs Invoice number 369732 3200 E.Tahqultz Canyon Way Date 1 2131/2 0 1 4 Palm Springs,CA 92262 Project 140608123 City of Palm Springs,CP 14- 04 2014 Pavement Overlay Professional services through December 31.2014 Attn Mike Lytar mike.lylar ftalmsprings-ce.gov PROFESSIONAL FEES Billed Date Hours Rate Amount Geolechnical Technician Asphalt 121112014 3.00 96.00 288.00 General-Soils Tech 11/25/2014 3.00 96.00 288,00 SubgradelSase/Paving 11/5/2014 3.00 96.00 288.00 11/6/2014 3.00 96.00 288.00 11/12/2014 3.00 96.00 288.00 11/13=14 3.00 96.00 288.00 11119/2014 3.00 96.00 288.00 11/2112014 2.00 96.00 192.00 LABORATORY TESTING Billed Units Rate Amount Percent Bitumen Asphaltic Concrete(Cal LD#67 11/19/2014 Z00 176.00 362.00 382,ASTM D6307) 1/2 A/C TahquIM& Hermosa Sieve Analysis-Extracted Aggregate(Cal LD#67 11/19/2014 2.00 66,00 172.00 38Z ASTM D5444) 1/2 A/C Tahqultz& Hermosa Invoice total 2,732.00 O� Aging Summary Invoice Number invoice Date Outstanding Current Over 30 Over 60 Over 90 Over 120 369732 12/31/2014 2,732.00 2,732.00 Total 2,732.00 2,732.00 0.00 0.00 0.00 0.00 Invoice number 30732 Imices are due upon receipt. Invoice dale 12131/2014 Page 1 SUNGARD PENTAMATION - FUND ACCOUNTING MANAGER PAGE NUMBER: I DATE: 09/29/15 CITY OF PALM SPRINGS AUDTT21 TIME: 11:16:51 EXPENDITURE AUDIT TRAIL SELECTION CRITERIA; 1-1 expledgr.aCaCunC-150225' ACCOUNTING PERIODS: 1/15 THRU 13/15 SORTED BY: FUND,FUNCTION,DEPARTMENT,I ST SUBTOTAL,2ND SUBTOTAL,ACCOUNT TOTALED ON: FUND,FUNCTION,DEPARTMENT,IST SUBTOTAL PAGE BREAKS ON: FUND,FUNCTION,DEPARTMENT FUND - 134 - MEASURE A IMPROVEMENTS DEPARTMENT - 4498 - LOCAL MEASURE A ACCOUNT CUMULATIVE DATE T/C ENCUMBRANC REFERENCE VENDOR BUDGET EXPENDITURES ENCUMBRANCES DESCRIPTION BALANCE 50225 ARHM OVERLAY 134-30-4498-4490 - LOCAL MEASURE A 50225 ARHM OVERLAY .00 .00 .00 BEGINNING BALANCE 07/01/14 13-1 789,875.70 CONT APPR BUD ADJ 712-5 07/01/14 11-1 00 POSTED FROM BUDGET SYSTEM 10/14/14 17-4 00150542-01 02035 MATICH CORPORATI 435,907.00 CP014-04 10/28/14 18-4 00150542-01 02035 MATICH CORPORATI -435,907.00 CPp14-04 20/28/14 18-4 00150542-01 02035 MATICH CORPORATI 515,761.06 CPp14-04 12/16/14 18-6 00150542-01 02035 MATICH CORPORATI 569,422.39 CP814-04 12/16/14 18-6 00150542-01 02035 MATICH CORPORATI -525,761.06 CP814-04 12/18/14 21-6 00150542-01 1075685 02035 MATICH CORPORATI 216,392.69 -216,392.69 CP814-04 12/22/14 17-6 00150785-01 11938 SOUTHERN CALIFOR 22,428,00 MATERIALS TESTING O1/14/15 25-7 1/14-69 130,124.30 BUD ADJ 1/14-68 01/15/15 21-7 00150765-01 1076222 1193B SOUTHERN CALIFOR 2,990.00 -2,990.00 MATERIALS TESTING D1/29/1S 21-7 00150542-01 1076441 02035 MATICH CORPORATI 257.991.60 -257,991.60 CP414-04 02/26/15 21-8 00150542-01 1076982 D2035 MATICH CORPORATI 64,638.00 -64,638,00 CP#14-04 04 03/05/15 18-9 00150542-01 02035 MATICH CORPORATI -30,400.10 CPH14-04 03/05/15 18-9 00150542-01 02035 MATICH CORPORATI 29,320.10 CP914-04 04/23/15 21-10 00150542-01 1078147 02035 MATICH CORPORATI 23,636.66 -23,636.6E CP614-04 15-0542 87 05/20/15 25-11 5/20-78 200,000.00 BUD ADS 5120-79 05/28/15 21-11 1078884 00100 DESERT SUN PUBLI 755.92 .00 CITOSO 06/15/15 17-12 00151286-01 02025 GRANITE CONSTRUC 100,241.31 CO 15-01 08/19/1S 10-13 00150071-01 P2130 PLANIT REPROGRAP 313.10 BPO FY 14-15 O0/20/15 21-13 00150072-01 P2130 PLANIT REPROGRAP .00 .00 BPO FY 34-15 O8/20/15 21-23 00150071-01 1080581 P2130 PLANIT REPROGRAP 313.10 -313.10 15-0071 84 08/20/15 21-23 00150785-01 1090608 11930 SOUTHERN CALIFOR 2,732.00 -2,732.00 MATERIALS TESTING 09/16/15 21-13 00150785-01 11938 SOUTHERN CALIFOR .00 -16,706.00 MATERIALS TESTING TOTAL ARHM OVERLAY 1,120,000.00 569.449.99 105,924.73 444,625.20 TOTAL 1ST SUBTOTAL - CAPITAL 1,120,000,00 569.449.99 105,924.73 444,625.28 TOTAL DEPARTMENT - LOCAL MEASURE A 1,120,000.00 569,449.99 105,924.73 444,625.20 TOTAL FUNCTION - PUBLIC WORKS 1,120,000.00 569,449.99 105,924.73 444,625.28 TOTAL FUND - MEASURE A IMPROVEMENTS 1,120,000.00 5690449.99 105,924,73 444,625.28 TOTAL REPORT 1,120,000.00 569,449.99 105,924.73 444,625.28 • THERE IS A NOTE ASSOCIATED WITH THIS TRANSACTION i CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: September 23, 2014 To: Matich Corporation P.O. Box 10 highland, CA 92346 City Project No.: 14.04 Project: 2014 AC Overlay/Reconstruction Change Order No.: 7 wo(2) 1 Contract Purchase Order No. : Pending Account Numbers: Various ] Agreement No.: 6566 r CHANGES IN WORKMOST New Items B Escoba Dr. St. Imp. Lump Sum/Agreed Price $35,081.00 j C EPC Sidewalk Lump Sum/Agreed Price $23,902.00 D Morongo/Cherry Hills Pulv/Pave 25,678 SF @ $0.46/SF $11,811.88 E Morongo/Cherry Hills AC 388 Tons @ $ 73.60[Ton $28,556.80 F Tahquitz Bike Lane Buffer Lump Sum Agreed Price $13,125.00 G Adjust Water Valves 55 EA @ $780.00/EA $42,900.00 H Adjust Sewer Manholes 30 EA @ $900/EA $27,000.00 Subtotal: $182,376.68 Bid Schedules Bid Schedule A Delete Items 3, 6, 7 and 8 -($941,370.00) The following lump sum, unit pricing and estimated quantities will replace the deleted items from Bid Schedule A: Al. Pulverize, Export, PCC Stab. 340,000 SF @ $1.09/SF $370,600.00 A2. AC Paving type C21.5" 8,080 TONS @ $69.39lrON $560,671.20 and type B 2.5" Subtotal: $931,271.20 i p� 1 ;� riM1 1if 3 i Bid Schedules B, C, D and E Bid Schedule B Delete Items 3 and 4 -($160,837.00) Bid Schedule C Delete Items 3, 4 and 5 -($138,370,00) Bid Schedule D Delete Items 3 and 4 -($517,360.00) Bid Schedule E Delete Items 3,4,5.6 and 7 -($202,050.00) Subtotal -($1,018,617.00) The following unit pricing and estimated quantities wilt replace the deleted items from Bid Schedules B, C, D, and E: B1. Pulv, Grade, Compact, Export 393,451 SF @ $0.46/SF $180,987.46 B2. AC Paving 2.5 and 3" 6,294 TONS @ $71.00ITon $446,874.00 B3. Cold Plane 2.0" 385,612 SF @ $0.23/SF $88,690.76 B4. AC Pave 2.0" 4,752 TONS @ $70.501TON $335,016.00 Subtotal $1,051,568.22 Change Order Total: $205,229.10 i { REASONS FOR CHANGES I B. Escoba Drive Street Improvements: The South side of Escoba Dr. East of South Desert Way has long been in need of curb and gutter improvements in order to convey nuisance and storm waters to the East. This area has a history of standing water and vector control issues and requires regular maintenance by City crews. This item will provide for approximately 660 LF of curb and gutter improvements and paving in order to correct this problem. The work will be performed at the lump sumlagreed price indicated above and is inclusive of mobilization, sawcutting, removals, grading, 6" PCC curb and gutter, asphalt cement trench patching and surveying. Note that this item was previously authorized by Council on July 16, 2014. C. East Palm Canyon Sidewalk, North Side, between Sagebrush and South Calle Rolph: This location does not currently have pedestrian walkways. Pedestrians and guests of the adjacent hotels are required to walk along the top of the curb or in the street along this block. This item will provide new concrete walkways and ramps. The work will be performed at the lump sum/agreed price indicated above and is inclusive of removals of existing Improvements, relocation of landscaping, construction of ADA ramps, walkways, driveway approach, AC paving and Traffic Control. D. and E. Morongo Road and Cherry Hills Drive: Sections of each of these roads were initially scheduled to be slurry sealed as a part of our recent slurry project. However, it was I i 1 u t determined that there were portions that were not suitable for slurry seal due to poor condition and they were excluded from the slurry project. These items will allow for the reconstruction of these street sections utilizing a 'pulverize in place' method. Limits of the work are as follows: Morongo Rd. from Barone Road to 300 feet East of Barone Road, Cherry Hills Drive from Bob O Link East to golf course crosswalk. F. Tahquitz Canyon Bike Lane Buffer. This Items adds a 2 foot wide, thermoplastic, bike lane buffer to the existing bike lane details on Tahqutz Canyon Way between El Segundo Road and Sunrise Way. Note this item was previously authorized by Council on July 16, 2014. G and H. The adjustment of utility covers is often necessary when roads are reconstructed. This item allows for the demolition, adjustment and re-pouring of concrete collars around existing water valves and sewer manholes . Note: Water valve adjustments are being performed under agreement with the Desert Water Agency. DWA will approve adjustments to 1 be made by the, City s contractor in the field and the City will be reimbursed at the completion of the project. E Bid Schedule A: Tahquitz Canyon Way Reconstruction: As bid, this project requires the complete removal of the existing asphalt and subgrade to a depth of 9 inches on Tahquitz Canyon Way between Indian Canyon and Sunrise Way. This process of reconstruction is both time extensive and disruptive to adjacent businesses and residents as it leaves a deep excavation in the roadway. The construction timeline for this work also coincides with several scheduled events including the Aircraft Owners Convention and Parade of Planes 1 and 2, Arenas Road Halloween Celebration, Veterans Day Parade, and the Pride Parade and Celebration. In an effort to minimize the impact of the Tahquitz Canyon reconstruction we have developed an aftemate scope of work and schedule. In accordance with this change order, the existing paving on Tahquitz will be pulverized in place mixing the asphalt into the road subgrade. This material will then be graded to the appropriate depth and treated with 4% Portland Cement Concrete. This material will then be wetted and compacted in place in order to provide a cement treated subgrade. The grade will then be micro cracked in order to prevent natural cracking and then asphalt concrete will be placed in two lifts to a finished thickness of four (4) inches. The work will take place in two phases in order to minimize disruptions during the planned events. Phase 1 will begin on October 6 and will concentrate on the area between Indian Canyon and Alvarado Road. The Contractor will then de-mobilize on October 24`h. The Contractor will return to complete the remainder of Tahquitz on November 12rh completing the work prior to December 5"'. This change results in a credit to the original contractor of approximately $10,000.00 and comes with an extended warranty of two years. Bid Schedules B, C, D and E: Reconstruction and Overlay of Various Streets: Two of the streets scheduled for a grind and overlay have deteriorated to the extent that this method of repair would be unsuitable. These include Mesquite Ave from South Palm Canyon to Calls Palo Fiero, and South Riverside Drive from Random Road to Sunrise Way. In an effort to include these streets with those scheduled for reconstruction an alternate method for street reconstruction was developed. Rather than fully removing the roadway and importing base material, all streets scheduled for reconstruction will be pulverized in place; mixing the-existing TII i asphalt in with the underlying subgrade to develop a base on which to pave. This method is expected to provide the same reconstruction result at a savings to the contract of approximately $65,000. These savings, will be used to offset the cost of including Mesquite Ave and South Riverside Drive on the reconstruction list and differences in the overlay unit pricing. This item also removes Camino Real between Mesquite Ave and Caile Palo Fiero from the project. This street is now scheduled for improvements under a Safe Routes to School Federal Grant. These changes result in a net increase to the contract of$32,951,22. SOURCE OF FUNDS: Item B: Funds are available in Account No. 1344498-50242 (Measure A) Item C: Funds are available in Account No. To Be Determined. Item D and E: Funds are available in Account No. 133-4298-50292 (Gas Tax) Item F: Funds are available in Account No. 260-4500-59445 Item G: Funds are available in Account No. 134-4498-50225 Item H: Funds are available in Account No. 420-6800-50000 i Contract Time: Sixteen (16) additional working days will be added to the contract in order to complete this work. Original completion date. January, 6, 2015 Days Added this Change Order. -16- Revised Completion Date: February 4, 2015 Summary of Costs: Original Contract Amount $2,714,074.00 This Change Order: $205,229.10 Previous Change Orders: $87,689.32 j Revised Contract Amount: $3,006,992.42 i t i 1 I i i IV 444 I I ' i I I Contractor Approval I/We agree to the change(s)in work and prices as Indicated t,herein: Matich Corp.: L�,G - /d OSigna eefSigna eor Authodzzere�Reepresentative �} � Dattee� Im E Print Narne Tote I City Approval Submitted by: �e Sr.Pubfi—cWork Inspector ��,,D//aatte Approved by: Rg;D City Engineer D Approved by: Airport Direct r Date i Approved by: \ g Date Attested by: C' erk Date 3 Distribution: Original Executed Cooles Conformed File Cony Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Works Insp. (1) Finance (1) I I APPROVED BY CITY COUNCIL CO) lo•\d� ?CL N14006 v 4 l P'*9. CITY OF PALM SPRINGS CONTRACT CHANGE ORDER •44so�`p• � To: Matich Corporation Date: February 18,2015 P.O.Box 10 Project No: 14-04 19ghiand,CA 92346 Project: 2014 Pavement Overlay Tat(909)382-7400 Reconstruction Change order No: 04 Purchase Order 15-0542 Attn: ,lake Reade Account Various CHANGES-INMRK(COSr. This Contact Change Order No.4 makes adjustments to existing Bid Items and previously approved Change Order Items and adds additional work,generally identified as: Bid Schedule I Item No. I Description I Price I Quantity Total F 4 RiRHums $210iTon -15.94Tons -$3,347.40 C.O. Item Description Price Quan' Total 1 A Decorative Paver Crosswalks $15 523.471EA -1 15,623.47 2 G AdIust Water Valves $7801EA 9 7,020.00 2 H Adjust Sewer Manholes $9001EA 20 $18 000.00 3 K Si nal U0t8 Adjustment $3.8911LS -1 $3 891.00 3 N Detection Loops $2701EA -4 1 080.00 SUBTOTAL $1,178.13 New Item Description Price Quantity Total 0 Failed Grind/Oveday Per$ ecs $21 145.30 LS 1 21.145.30 P Crack Fillingand Sealingat rt $10 924,42 LS 1 $10 924 42 O Pavement Repairs Demuth Park $11,664.00 LS 1 8t14.D0 R Tahquitz Crosswalks Tte-Ins $2 059.01 T&M 1 $22,059.01 S Tramview SharrowslBice Route Signs $4$19.50 LS 1 $4,819.50 T Tah ukz$harrowslBike Route Signs $2,687.00 LS 1 867.00 U Street Improvements Horizon Hotel S47 421.95 T&M 1 $47 421.95 V Sidewalk Improvements Sparrows $22104.70 TRIM 1 $22 104.70 SUBTOTAL $139,805.88 Total $140,984.01 CHANGES TO CONTRACT TIME: 8 working days will be added for Contract Change Order No.4. �iCATE ORIGINAL .. M Contract Change Order No. 4 February 18,2015 Page 2 SOURCE OF FUNDS: The following accounts will be utilized: Item Description Amount Account Utilized Schedule F-4 Airport R/R Speed Humps -$3 347.40 416-6501-56145 C.O. 1 —A Airport Paver Crosswalks -$15 523.47 416-6501-56145 C.O. 2—G Adjust Water Valves $7 020.00 260-4493-50808 C.O.2—H Adjust Sewer Manholes $16,000.00 2604493-50808 C.O. 3-K Airport Utility Adjustment -$3,891.00 416-6501-56145 C.O. 3- N Signal Detection Loos 41.080.00 134-4498-50100 O Failed Grind/Overlay Per Specs $21,145.30 260-4493-50808 P Crack Filling and Sealing at Airport $10,924.42 416-6501-56145 Q Pavement Repairs at Demuth Park $8,664.00 260-4493-50808 R Tahqutz Crosswalks Tie-Ins $11,029.50 50%261-4491-50324 $11,029.51 50%260-4493-50808 S Tramview Sharrows/Bike Route Signs $4 819.50 260-4500-59445 T Tahquitz Sharrows/Bike Route Signs $2,667.00 260-4500-59445 U Street Improvements Horizon $47.421.95 260-4493-5080808 V Sidewalk Improvements Sparrows $22 104.70 260-4493-508 Account Totals: 416-6501-56145 Airport ($ 11,837.45) 260-4493-50808 Measure J Overlay $ 135,385.46 261-4491-50324 SecUort 14 Match $11,029.50 260-4500-59445 Measure J NMTP Hike $7,486.50 134-4498-50225 Measure A Overlay ($ 1,080.00) REASONS FOR CHANGE: Schedule F, Item 4, R/R Speed Humps: Replacement of speed humps utilized less asphalt concrete than originally estimated resulting in a credit to the contract. Change Order 1, Item A, Decorative Paver Crosswalks: Construction of decorative paver crosswalks at the Airport was performed on Time and Materiels basis with an estimated cost of $87,689,32. The cost of the actual labor, materials and equipment necessary to complete the work was $72,165.85 resulting in a credit of $15,523.47. Change Order 2, Item G, Adjust Water Valves: In accordance with an agreement between the City and Desert Water Agency, the Contractor was required to raise all water valves within the paving limits of Tahquitz Canyon Way at a cost of$780 each. The quantity of valves was estimated to be 55, but the final quantity was 64. This Item compensates the Contractor for the 9 additional water valve adjustments. Note: total cast to adjust water valves on the Tahquitz Canyon Way portion of the project is $49,920 which will be reimbursed by Desert Water Agency and is not reflected in the total contract cost. Change Order 2, Item H, Adjust Sewer Manholes: The adjustment of sewer manholes to grade and the placement of concrete collars were not a part of this contract as originally bid. Change Order 2 allowed for the adjustment of 30 sewer manholes. As the project moved into other areas several of the sewer manholes were found to be in poor condition and required adjustment and new concrete collars. This item adds 20 additional sewer manhole adjustments to the contract at a cost of$900 each for a total cost of$18,000. Contract Change Order No.4 February 18, 2015 Page 3 Change Order 3,Item K, Utility Adjustments: This item was added as a part of Change Order 3 to allow for the adjustment to grade of existing drainage facilities. One of these was a storm drain manhole which was determined to be more difficult and costly to adjust than originally anticipated. It was decided that the anticipated benefit did not justify additional costs and is being removed from the contract resulting In a credit of $3,891. Change Order 3, item N. Signal Detection Loops: Traffic Signal detection loops were not included in the original bid. Some traffic signals affected by the paving operations required that the detection loops be added to the contract. It was Initially estimated that 80 loops would require replacement, but the final quantity was 56. This item a4usts the final contract quantity by subtracting 4 loop replacements at a cost of$270 each for a total credit of$1,080. New Item 0,Failed Grind(Overlay: This project originally allowed for a 2"grind and asphalt concrete overlay. When the Contractor initially attempted to perform this scope of work the existing pavement conditions prevented the work from continuing due to the advanced deterioration of the pavement. Ultimately a now scope of wank was negotiated and approved as a part of Change Order 2. This item compensates the Contractor for casts incurred to attempt the originally required grind and overlay, and Is inclusive of all labor, materials, equipment and contracted services (including pavement grinding and trucking), that were In operation prior to the work being stopped,resulting in an additional cost of$21.145.30. Now Item P, Crack filling and Searing at Airport: Crack filling and sealing of pavement cracks were not included In the original contract Following pavement 9"Ing for the Airport bop road, lt was evident that the marry cracks of various sizes that were exposed would require rfiing and seeing prior to placing the overlay. This Item compensates the contractor for the cost of the subcontractor hired to perform this work The total cost for this item including allowable mark-up is$10,924.42. New Item Q, Pavement Repairs Demuth Park: A water We break and repair extorts underneath the east parking lot at Demuth Perk resulted in damage to the pavement surface. Parks Department personnel requested that the contractor provide an estimate for performing the asphalt repairs. This item compensates the Contractor for tabor, materials and equipment necessary to sawcut and dispose of existing asphalt, backffl and compact the affected area and place new asphalt concrete. The total cost to perform this work was $8,654.00. New Item R, Tahquitz Crosswalks Tie4ns: Decorative Paver Crosswalks recently placed along Tahqukz Canyon Way required transition of the adjacent asphalt paving elevations in order to match the crosswalk elevations. This work was originally proposed to take place during the Installation of the crosswalks but staff could not negotiate a reasonable price for the work which coos proposed to cost over $40,000. WAIT the knowledge that the upcoming paving project would be replacing all of the paving on Tahquitz Canyon Way, it was decided that wok would be deferred. The current Contractor provided a lump sum price of$30,628.75 to complete the tie-its, but again the price was rejected as being too high.The Contractor was then directed to complete the work on a tkra and materials basis. The actual labor, equipment and materials required to complete the work was monitored resulting in a total cost of$22,059.01. New item S, Tramvlew Sharrows1131ke Route Signs: At the request of the Sustainabiltty Manager the Contractor was directed to install thermoplastic'Sharrows' and Bike Route signage on Tramview Road from Indian Carryon Drive to Eastgate Road. This work was completed at fine lump sumfagreed price of$4,819.50. f Contract Change Order No.4 February 18,2015 Page 4 Now Item T, Tahqultz SharrowslBlks Route Signs: In accordance with the Non-Motorized Transportstion Plan,TahquRz Canyon Way between Indian Canyon Drive and Calla a Segundo is to have shanows and bike route signage installation. This work was not inoluded in the original bid and was completed at the lump sumfagreed price of$2,667. New Item U, Street Improvements Horizon Hotel: The North side of East Palm Canyon Drive between Sunrise Way and South Palm Canyon Drive has continuous pedestrian walkways with the exception of two locations. One location Is the Eras directly in front of the Horizon Hotel located at 1050 E.Palm Canyon Drive, This 650 linear foot frontage does not currently have curb and gutter or full width street pavement and an accessible wedestrians we alkway, it Is seduired to walk on a dirt that his�areat belimpprroved. Tn filled hiss Rem alloith ws forwater. In an effort to the construction provide and gutter, sidewalk and street paving and will be inclusive of all appurtenant functions such as surveying, grading and traffic controls. The cost of this work is estimated$47,421.95, but will be performed on a time and materials basis to determine the actual cost of labor,equipment and materials necessary to complete the work. New Item V,Sidewalk Improvements Sparrows Hotel: The north side of East Palm Canyon Drive in front of the Sparrows Lodge.located at 1330 E. Palm Canyon Drive does not have an accessible pedestrian walkway. This Rem would provide for the consWctlon of new walkways and necessary driveway approaches at the estimated cost of$2$104.70. Work will be performed on a time and mawlals basis to determine the actual cost of labor,equipment and materials. it should be noted that the City does not have a full width Right of Way In frond or this properly. This work may only proceed with the agreement of the property owner to perform the work and obtain an easement for the additional improvements, otherwise this work will be deleted from the contract. SUMMARY OF COSTS: Original Contract Amount: $ 2,714,074.00 Original Completion January 6.2015 This Change Order. $ 140,984.01 Days Added 8 Previous Change Order(s): $ 501,777.89 Previous Days Added: 26 Revised Contract Amount: $ 3,356,835.90 Revised Completion March 12,2015 ""SIGNATURES ON NEXT PAGE " Contract Change Order No.4 February 18,2015 page 5 I have reoeived a copy of this Change Order and the above AGREED PRICES are ac:ceptab(e to Contractor MaNch.Coro. Signature Date Printed Name and Title City of Palm Sa inas Recommended W. r/1 4A f"U 1w Assistant City Manager Clty Engineer Date Approved W. '� I*\6 David ady, City Manager Date Attest By. a!g t �Lbf5 Jay,Thompson, City eateat Distribution: Ortaina Conformed Coo., Conformed-File Coo. Contra&" (1) Engineering Pay Flle (1) City Clerk (1) City Project File (1) Purchasing (1) F)rlance (1) APPROVED BYCITYCOUNCIL 2.1�6.Ih r2G-�� BID SCHEDULE A Schedule of Prices for the Construction of the: 2014 PAVEMENT OVERLAY AND RECONSTRUCTION, CP. 14-04 PAVEMENT RECONSTRUCTION on TAHQUITZ CANYON WAY(from Indian Canyon Drive to Sunrise Way) in Palm S rin s. Item Description Estimated Unit Unit Amount No. Quantity Price 1• Mobilization --- LS $ 2. Traffic Control --- LS $ 3, Depth Cold lMill Existing AC Pavement- Full 320,000 SF $ $ 6• Hot Mix Asphalt Concrete Type C2(2") 3,870 TON $ $ 7. Hot Mix Asphalt Concrete Type B (T) 5,800 TON $ $ 8. Crushed Miscellaneous Base(4") 320,000 SF $ $ 9. Remove and Reconstruct Existing Curb R 10 EA $ $ 10. Upgrade Existing Curb Ramps with 5 Truncated Domes EA $ $ 11. Upgrade Existing Curb Ramps with 15 EA Truncated Domes&Grooved Borders $ $ 12 Surveying and Monumentation per Sections 2-6 &2-7 - - LS $ 13. Traffic Striping and Marldngs --- LS $ TOTAL OF ALL ITEMS OF THE BID SCHEDULE A: $ (Price in figures) (Price in wards) Name of Bidder or Firm 2014 PAVEMENT OVERLAY AND RECONSTRUCTION CITY PROJECT NO. 14.04 APRIL 2014 UNIT PRICE BID SCHEDULE 810 FORMS•PAGE 4 SUBCONTRACTOR SERVICES AGREEMENT In furtherance of that certain Intergovernmental Memorandum of Understanding by and Between the Agua Caliente Band of Cahuilla Indians and the City of Palm Springs Regarding Tribal Transportation Program Funding for the Section 14 Roadway Improvements Project, dated May 22, 2014, this.2ubcontractor Services Agreement ("AGREEMENT") is made and entered into this � day of 13 tb iWy 2014, by and between Agua Caliente Sand of Cahuilla Indians, a federally-recognized sovereign Indian Tribal Government ("TRIBAL GOVERNMENT"), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264, and the City of Palm Springs ("SUBCONTRACTOR"), a municipal corporation, with offices at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The TRIBAL GOVERNMENT and SUBCONTRACTOR are sometimes referred to hereinafter individually as a "Party" and collectively as the"Parties." 1. Scope of Work 1.1 SUBCONTRACTOR is to furnish services as outlined in Exhibit "A," attached hereto and incorporated herein by reference, to the TRIBAL GOVERNMENT. 1.2 SUBCONTRACTOR shall perform all services as an independent contractor and shall be responsible for the manner, means, methods, materials, licenses, permits, fees, employer's and other taxes, royalties, health and safety precautions, workers' compensation insurance, and other conditions and qualifications necessary to perform the services and achieve the results required to professionally and competently furnish and complete the services outlined in Exhibit "A" hereto. SUBCONTRACTOR shall not be deemed an agent for, or engaged in a joint venture with, the TRIBAL GOVERNMENT, and shall have no authority to bind the TRIBAL GOVERNMENT. 2. Performance Standards and Other Conditions 2.1 All work performed by SUBCONTRACTOR shall be performed in accordance with generally recognized industry practices and professional standards for similar professional services. SUBCONTRACTOR agrees that it will, at SUBCONTRACTOR'S expense, retain the services of all personnel reasonably necessary to timely and competently perform the services required by this AGREEMENT. All work performed hereunder, shall be performed by fully qualified personnel and such personnel shall be authorized and properly licensed under applicable Tribal, federal and state laws to perform such work. 2.2 In addition to personnel employed directly by SUBCONTRACTOR, SUBCONTRACTOR shall have the right to engage such subcontractors as it may deem appropriate, qualified and reasonably necessary to the performance 1 DUPUCATIE ©nl i-NAL of SUBCONTRACTOR'S obligations hereunder with the prior written approval of the TRIBAL GOVERNMENT, which shall not be unreasonably withheld. 2.3 SUBCONTRACTOR shall schedule and perform its work with diligence and in character, sequence and timing so that SUBCONTRACTOR'S work will be coordinated with that of the TRIBAL GOVERNMENT. 2.4 SUBCONTRACTOR shall not be liable for delays or other non-performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Acts of God, strikes or labor disputes, war or other violence, acts of third parties, or any applicable law, order, or requirement of any governmental agency or authority. 3. Compensation 3.1 SUBCONTRACTOR shall be fully compensated for SUBCONTRACTOR'S and its subcontractors' services provided under this AGREEMENT by the payment of the sums set forth in Exhibit "A" hereto. 3.2 The compensation paid to SUBCONTRACTOR shall be considered payment in full for the services provided to TRIBAL GOVERNMENT under this AGREEMENT. 4. Payments 4.1 SUBCONTRACTOR shall submit invoices to the TRIBAL GOVERNMENT for payment of services provided. 4.2 Invoices for services are subject to approval of and full audit by the TRIBAL GOVERNMENT. 4.3 The TRIBAL GOVERNMENT will pay the undisputed portions of SUBCONTRACOR'S proper invoices within 30 days of receipt, and will promptly consult with SUBCONTRATOR to resolve any portions that may be in dispute. S. Additional Work 5.1 From time to time, by written amendment to this AGREEMENT in accordance with the provisions of Section 12.1 of this AGREEMENT, the TRIBAL GOVERNMENT may change, after or modify the scope of work to be performed by SUBCONTRACTOR under this AGREEMENT, provided that SUBCONTRACTOR has been compensated for all work invoiced prior to the alteration or modification of the Scope of Work. 2 6. Term and Termination 6.1 This AGREEMENT shall remain in effect until such time as the services outlined in Exhibit "An are completed, or until September 30, 2015, whichever is sooner, unless sooner terminated in accordance with the terms hereof. 6.2 Either the TRIBAL GOVERNMENT or SUBCONTRACTOR may terminate this AGREEMENT at any time for convenience, or upon breach of this AGREEMENT by the non-terminating Party, provided that the terminating Party provides the other Party at least thirty (30) days written notice of such termination and the non-terminating Party fails to cure the breach during that period. 6.3 In the event of such termination, the TRIBAL GOVERNMENT's sole liability will be to pay SUBCONTRACTOR for work performed up to the date of termination in accordance with the terms of this AGREEMENT. 6.4 In the event of such termination, the SUBCONTRACTOR shall immediately deliver all completed work and all work-in-progress to the TRIBAL GOVERNMENT. No closeout payments shall be payable to SUBCONTRACTOR until all such deliveries are completed. 6.5 In the event of termination, there shall be no liability on the part of either Party hereto for lost revenues or lost profit for unperformed services. 7. Special Provisions 7.1 SUBCONTRACTOR shall be responsible for complying with all applicable Tribal Transportation Program (TTP) and Federal Acquisition Regulations including, but not limited to, Davis Bacon Act provisions. 8. Records 8.1 Records of SUBCONTRACTOR's direct and indirect labor costs, payroll costs, and each reimbursable expense pertaining to work performed hereunder will be kept by SUBCONTRACTOR in a generally recognized accounting format, copies of which shall be forwarded as supporting documentation for all invoices submitted to the TRIBAL GOVERNMENT. 8.2 SUBCONTRACTOR shall maintain all records pertaining to the Scope of Work in legible and useable form for a period of not less than three (3) years. Original records shall be retained by SUBCONTRACTOR or forwarded to the TRIBAL GOVERNMENT in accordance with any applicable Tribal, state and federal guidelines. 8.3 All designs, as-built drawings, specifications, notes, and other work developed in the performance of this AGREEMENT shall be and remain the joint property of 3 the TRIBAL GOVERNMENT and SUBCONTRACTOR and may be used on any other work without additional compensation under this AGREEMENT. The TRIBAL GOVERNMENT and SUBCONTRACTOR reserve a royalty-free, nonexclusive, and irrevocable license to produce, publish, or otherwise use, for general purposes, the copyright or any other intellectual property right in any work developed under this AGREEMENT, or pursuant to a subcontract under this AGREEMENT, and any rights of copyright or any other intellectual property right which the SUBCONTRACTOR, or its subcontractors, purchases to facilitate its work under this AGREEMENT. 8.4 SUBCONTRACTOR shall provide a report to the TRIBAL GOVERNMENT on a Quarterly Basis, not later than five (5) days after the end of each calendar quarter, which contains the following information: 8.4.1 the total amount of funds received from the TRIBAL GOVERNMENT; and 8.4.2 a detailed list of all activities for which IRR and TTP funds were expended, including: the name of the activity, a description of the activity, an evaluation of the completion status of the services outlined in Exhibit"A." 9. Insurance 9.1 After the execution of this AGREEMENT, SUBCONTRACTOR, and any subcontractor of the SUBCONTRACTOR, shall furnish the TRIBAL GOVERNMENT with copies of certificates of insurance, and shall maintain such insurance in the amounts and of the types specked in Exhibit"B" hereto, which is incorporated by this reference, for the term of the AGREEMENT. 10. Indemnification 10.1 SUBCONTRACTOR hereby agrees to fully defend, indemnify and hold the TRIBAL GOVERNMENT harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) to the extent caused by the negligence or willful misconduct of SUBCONTRACTOR hereunder, including SUBCONTRACTOR's officers, employees, agents, principals, shareholders, directors, and subcontractors. 10.2 TRIBAL GOVERNMENT hereby agrees to fully defend, indemnify and hold the SUBCONTRACTOR harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) arising from, or in any way attributable to or related to the negligence or willful misconduct of the TRIBAL GOVERNMENT hereunder, including the TRIBAL GOVERNMENT'S officers, employees, agents, principals, shareholders, and directors. 4 11. Successors and Assigns 11.1 SUBCONTRACTOR hereby binds itself, its successors, executors, administrators, assigns and legal representatives to this AGREEMENT with respect to all covenants and obligations of SUBCONTRACTOR under this AGREEMENT. 11.2 Except as set forth in this AGREEMENT, SUBCONTRACTOR shall not assign, sublet, or transfer any rights or obligations under, or interest in, this AGREEMENT without the prior written consent of the TRIBAL GOVERNMENT, which consent shall not be unreasonably withheld or delayed. 12. Entirety 12.1 This AGREEMENT and the Exhibits attached hereto constitute the entire AGREEMENT between the Parties hereto with respect to the subject matter hereof. No amendment or modification to this AGREEMENT shall be effective unless in writing and executed by both Parties. 13. Damages 13.1 Except as set forth in this AGREEMENT, neither Party shall be liable to the other, in any event, for any special or incidental damages arising out of the work performed hereunder, whether arising in contract, tort, Calffomia statutes or otherwise. 14. Default and Enforcement 14.1 This AGREEMENT is to be governed by federal law. 14.2 Except as stated in Section 2.4, failure or delay by any Party to this AGREEMENT to perform any material term or provision of this AGREEMENT shall constitute a default under this AGREEMENT; provided however, that if the Party who is otherwise claimed to be in default commences to cure, correct or remedy the alleged default within fifteen (15) calendar days after receipt of written notice specifying such default and shall diligently complete such cure, correction or remedy, such Party shall not be deemed to be in default hereunder. 14.3 The Party claiming that a default has occurred shall give written notice of default to the Party in default, specifying the alleged default. Delay in giving such notice shall not constitute a waiver of any default nor shall it change the time of default; provided, however, that the non-defaulting Party shall have no right to exercise any remedy for a default hereunder without delivering the written default notice, as specified herein. 5 14.4 Any failure or delay by a.Party in asserting any of its rights or remedies as to any default shall not operate as a waiver of that or any future default, or of any rights or remedies associated with a default. 14.5 In the event that a default of either Party to this AGREEMENT remains uncured for more than thirty (30) calendar days following written notice, as provided above, a "breach" shall be deemed to have occurred. In the event of a breach, the non-breaching Party shall be entitled to seek any appropriate remedy or damages by initiating legal proceedings. 15. Miscellaneous 15.1 Whenever notice is required to be given herein, such notice shall be deemed given when mailed to the Party to be notified via certified mail, return receipt requested, or by overnight delivery, at the address first written above, or at such other address as the Party may, by written notice, provide to the other. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 6 IN WITNESS WHEREOF, the Parties hereto have caused this AGREEMENT to be executed as of the date first written above. AGUA CALIENTE BAND OF CAHUILLA INDIANS APP D B Thoma is, Chief Planning & Development Officer APPROVED AS TO FORM: John T. PI n-H ounsel CITY OF PALM SPRINGS APPROVED BY: APPROVED BY CITY COUNCIL David H. Ready, Cft rr ATTESTED BY. mes Thompson, City Clerk APPWORM: Dougl s Flolland, Ch Attorney 7 EXHIBIT "A" SCOPE OF WORK The City of Palm Springs ("City") will design and construct the Tahquitz Canyon Way Resurfacing Project ('Project"), which is a component of the 2014 Pavement Overlay and Reconstruction Project, City Project No. 14-04. The Project is generally defined as: The overlay and reconstruction of Tahquitz Canyon Way in Section 14, as further described in the April 2014 Plans, Specifications, and Estimates prepared for City Project No. 14-04. All work will be performed in accordance with the final plans and specifications approved by the City for bidding, and the City shall facilitate the bidding, construction contract, and construction engineering (inspection, materials testing and oversight) of the Project. The City shall provide all labor, materials, and equipment necessary for construction of the Project. The City will provide contract administration and inspection. COMPENSATION The maximum funds available for reimbursement pursuant to this Agreement are $585,000. TERM The term of this contract shall commence upon its execution and shall extend through completion of the construction phase of this Project. The following schedule is the estimated time for completion of this Project, which is subject to change: Final Design: April 2014 Bidding: May 2014 Bid Opening: June 2014 Contract Award: July 2014 Start Construction: September 2014 End Construction: January 2015 Project Close-Out: March 2015 8 EXHIBIT B INSURANCE 1.1 Overview, in an effort to standardize the insurance program of the TRIBAL GOVERNMENT and coordinate the insurance of subcontractors with the TRIBAL GOVERNMENTs own program, the following are the requirements for subcontractor insurance coverages. 1.1.1 Liability Coverage. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence, and a One Million Dollar ($1,000,000) combined single limit aggregate, Commercial General Liability policy. Such policy shall insure against any and all losses arising out of, or in connection with the operations of the SUBCONTRACTOR. Such coverage shall also provide products and completed operations coverage. 1.1.2 Automobile Insurance. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence automobile liability policy. Such policy shall include coverage for non-owned and hired car coverage. 1.1.3 Worker's Compensation. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect, a worker's compensation policy in the statutory amount. Such coverage shall provide employer's liability of at least One Million Dollars ($1,000,000) and include a waiver of subrogation in favor of the Ague Caliente Band of Cahuilla Indians. 1.1.4 Professional Liability. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense shall obtain and pay for, and at all times maintain in full force and effect a policy of Professional Liability (Errors and Omissions) in an amount of not less than One Million Dollars ($1,000,000) per claim and in the aggregate with respect to loss arising from the actions of the SUBCONTRACTOR performing professional services which include those to be performed on behalf of the Ague Caliente Band of Cahuilla Indians. 1.2 Common Provisions, 1.2.1 Certificates. Certificates of insurance shall be provided to the TRIBAL GOVERNMENT's Risk Manager at the following address: Agua Caliente Band of Cahuilla Indians c/o F.T. Kieley lit, Risk Management Consultant P.O.Box 3275 Palm Springs, CA 92263-3275 Voice: (760) 327-9160 Fax: (760)327-6450 1.2.2 Additional Named Insured Endorsements. The policies (other than professional liability) shall name the Agua Callente Band of Cahuilla Indians, its employees and agents as additional named insureds. 1 1.2.3 Cancellation Provisions. Policies shall not be canceled or modified without at least thirty(30) days prior written notice. 1.2.4 Suitability of Companies. All such coverage shall be written by admitted carrier in the State of California with a"Bests" insurance rating of A, Class X or better. 1.2.5 Primacy. All such coverage shall be primary insurance, and any insurance or self insurance programs of the Ague Caliente Band of Cahuilla Indians shall be non-contributing. 2 SUBCONTRACTOR SERVICES AGREEMENT In furtherance of that certain Intergovernmental Memorandum of Understanding by and Between the Agua Caliente Band of Cahuilla Indians and the City of Palm Springs Regarding Tribal Transportation Program Funding for the Section 14 Roadway Improvements Project, dated May 22, 2014 , this Subcontractor Services Agreement ("AGREEMENT") is made and entered into this I-5e7 day of De,{ +✓ 2015, by and between Agua Caliente Band of Cahuilla Indians, a federally-recognized sovereign Indian Tribal Government ("TRIBAL GOVERNMENT"), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264, and the City of Palm Springs ("SUBCONTRACTOR"), a municipal corporation, with offices at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The TRIBAL GOVERNMENT and SUBCONTRACTOR are sometimes referred to hereinafter individually as a "Party" and collectively as the "Parties." 1. Scope of Work 1.1 SUBCONTRACTOR is to furnish services as outlined in Exhibit 'A," attached hereto and incorporated herein by reference, to the TRIBAL GOVERNMENT. 1.2 SUBCONTRACTOR shall perform all services as an independent contractor and shall be responsible for the manner, means, methods, materials, licenses, permits, fees, employer's and other taxes, royalties, health and safety precautions, workers' compensation insurance, and other conditions and qualifications necessary to perform the services and achieve the results required to professionally and competently furnish and complete the services outlined in Exhibit "A" hereto. SUBCONTRACTOR shall not be deemed an agent for, or engaged in a joint venture with, the TRIBAL GOVERNMENT, and shall have no authority to bind the TRIBAL GOVERNMENT. 2. Performance Standards and Other Conditions 2.1 All work performed by SUBCONTRACTOR shall be performed in accordance with generally recognized industry practices and professional standards for similar professional services. SUBCONTRACTOR agrees that it will, at SUBCONTRACTOR'S expense, retain the services of all personnel reasonably necessary to timely and competently perform the services required by this AGREEMENT. All work performed hereunder, shall be performed by fully qualified personnel and such personnel shall be authorized and properly licensed under applicable Tribal, federal and state laws to perform such work. 2.2 In addition to personnel employed directly by SUBCONTRACTOR, SUBCONTRACTOR shall have the right to engage such subcontractors as it may deem appropriate, qualified and reasonably necessary to the performance 1 of SUBCONTRACTOR'S obligations hereunder with the prior written approval of the TRIBAL GOVERNMENT, which shall not be unreasonably withheld. 2.3 SUBCONTRACTOR shall schedule and perform its work with diligence and in character, sequence and timing so that SUBCONTRACTOR'S work will be coordinated with that of the TRIBAL GOVERNMENT. 2.4 SUBCONTRACTOR shall not be liable for delays or other non-performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Acts of God, strikes or labor disputes, war or other violence, acts of third parties, or any applicable law, order, or requirement of any governmental agency or authority. 3. Compensation 3.1 SUBCONTRACTOR shall be fully compensated for SUBCONTRACTOR'S and its subcontractors' services provided under this AGREEMENT by the payment of the sums set forth in Exhibit "A" hereto. 3.2 The compensation paid to SUBCONTRACTOR shall be considered payment in full for the services provided to TRIBAL GOVERNMENT under this AGREEMENT. 4. Payments 4.1 SUBCONTRACTOR shall submit invoices to the TRIBAL GOVERNMENT for payment of services provided. 4.2 Invoices for services are subject to approval of and full audit by the TRIBAL GOVERNMENT. 4.3 The TRIBAL GOVERNMENT will pay the undisputed portions of SUBCONTRACOR'S proper invoices within 30 days of receipt, and will promptly consult with SUBCONTRATOR to resolve any portions that may be in dispute. 5. Additional Work 5.1 From time to time, by written amendment to this AGREEMENT in accordance with the provisions of Section 12.1 of this AGREEMENT, the TRIBAL GOVERNMENT may change, alter or modify the scope of work to be performed by SUBCONTRACTOR under this AGREEMENT, provided that SUBCONTRACTOR has been compensated for all work invoiced prior to the alteration or modification of the Scope of Work. 2 6. Term and Termination 6.1 This AGREEMENT shall remain in effect until such time as the services outlined in Exhibit "A" are completed, or until September 30, 2016, whichever is sooner, unless sooner terminated in accordance with the terms hereof. 6.2 Either the TRIBAL GOVERNMENT or SUBCONTRACTOR may terminate this AGREEMENT at any time for convenience, or upon breach of this AGREEMENT by the non-terminating Party, provided that the terminating Party provides the other Party at least thirty (30) days written notice of such termination and the non-terminating Party fails to cure the breach during that period. 6.3 In the event of such termination, the TRIBAL GOVERNMENT's sole liability will be to pay SUBCONTRACTOR for work performed up to the date of termination in accordance with the terms of this AGREEMENT. 6.4 In the event of such termination, the SUBCONTRACTOR shall immediately deliver all completed work and all work-in-progress to the TRIBAL GOVERNMENT. No closeout payments shall be payable to SUBCONTRACTOR until all such deliveries are completed. 6.5 In the event of termination, there shall be no liability on the part of either Party hereto for lost revenues or lost profit for unperformed services. 7. Special Provisions 7.1 SUBCONTRACTOR shall be responsible for complying with all applicable Tribal Transportation Program (TTP) and Federal Acquisition Regulations including, but not limited to, Davis Bacon Act provisions. 8. Records 8.1 Records of SUBCONTRACTOR's direct and indirect labor costs, payroll costs, and each reimbursable expense pertaining to work performed hereunder will be kept by SUBCONTRACTOR in a generally recognized accounting format, copies of which shall be forwarded as supporting documentation for all invoices submitted to the TRIBAL GOVERNMENT. 8.2 SUBCONTRACTOR shall maintain all records pertaining to the Scope of Work in legible and useable form for a period of not less than three (3) years. Original records shall be retained by SUBCONTRACTOR or forwarded to the TRIBAL GOVERNMENT in accordance with any applicable Tribal, state and federal guidelines. 8.3 All designs, as-built drawings, specifications, notes, and other work developed in the performance of this AGREEMENT shall be and remain the joint property of 3 the TRIBAL GOVERNMENT and SUBCONTRACTOR and may be used on any other work without additional compensation under this AGREEMENT. The TRIBAL GOVERNMENT and SUBCONTRACTOR reserve a royalty-free, nonexclusive, and irrevocable license to produce, publish, or otherwise use, for general purposes, the copyright or any other intellectual property right in any work developed under this AGREEMENT, or pursuant to a subcontract under this AGREEMENT, and any rights of copyright or any other intellectual property right which the SUBCONTRACTOR, or its subcontractors, purchases to facilitate its work under this AGREEMENT. 8.4 SUBCONTRACTOR shall provide a report to the TRIBAL GOVERNMENT on a Quarterly Basis, not later than five (5) days after the end of each calendar quarter, which contains the following information: 8.4.1 the total amount of funds received from the TRIBAL GOVERNMENT; and 8.4.2 a detailed list of all activities for which IRR and TTP funds were expended, including: the name of the activity, a description of the activity, an evaluation of the completion status of the services outlined in Exhibit "A." 9. Insurance 9.1 After the execution of this AGREEMENT, SUBCONTRACTOR, and any subcontractor of the SUBCONTRACTOR, shall furnish the TRIBAL GOVERNMENT with copies of certificates of insurance, and shall maintain such insurance in the amounts and of the types specified in Exhibit "B" hereto, which is incorporated by this reference, for the term of the AGREEMENT. 10. Indemnification 10.1 SUBCONTRACTOR hereby agrees to fully defend, indemnify and hold the TRIBAL GOVERNMENT harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) to the extent caused by the negligence or willful misconduct of SUBCONTRACTOR hereunder, including SUBCONTRACTOR's officers, employees, agents, principals, shareholders, directors, and subcontractors. 10.2 TRIBAL GOVERNMENT hereby agrees to fully defend, indemnify and hold the SUBCONTRACTOR harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) arising from, or in any way attributable to or related to the negligence or willful misconduct of the TRIBAL GOVERNMENT hereunder, including the TRIBAL GOVERNMENT'S officers, employees, agents, principals, shareholders, and directors. 4 11. Successors and Assigns 11.1 SUBCONTRACTOR hereby binds itself, its successors, executors, administrators, assigns and legal representatives to this AGREEMENT with respect to all covenants and obligations of SUBCONTRACTOR under this AGREEMENT. 11.2 Except as set forth in this AGREEMENT, SUBCONTRACTOR shall not assign, sublet, or transfer any rights or obligations under, or interest in, this AGREEMENT without the prior written consent of the TRIBAL GOVERNMENT, which consent shall not be unreasonably withheld or delayed. 12. Entirety 12.1 This AGREEMENT and the Exhibits attached hereto constitute the entire AGREEMENT between the Parties hereto with respect to the subject matter hereof. No amendment or modification to this AGREEMENT shall be effective unless in writing and executed by both Parties. 13. Damages 13.1 Except as set forth in this AGREEMENT, neither Party shall be liable to the other, in any event, for any special or incidental damages arising out of the work performed hereunder, whether arising in contract, tort, California statutes or otherwise. 14. Default and Enforcement 14.1 This AGREEMENT is to be governed by federal law. 14.2 Except as stated in Section 2.4, failure or delay by any Party to this AGREEMENT to perform any material term or provision of this AGREEMENT shall constitute a default under this AGREEMENT; provided however, that if the Party who is otherwise claimed to be in default commences to cure, correct or remedy the alleged default within fifteen (15) calendar days after receipt of written notice specifying such default and shall diligently complete such cure, correction or remedy, such Party shall not be deemed to be in default hereunder. 14.3 The Party claiming that a default has occurred shall give written notice of default to the Party in default, specifying the alleged default. Delay in giving such notice shall not constitute a waiver of any default nor shall it change the time of default; provided, however, that the non-defaulting Party shall have no right to exercise any remedy for a default hereunder without delivering the written default notice, as specified herein. 5 14.4 Any failure or delay by a Party in asserting any of its rights or remedies as to any default shall not operate as a waiver of that or any future default, or of any rights or remedies associated with a default. 14.5 In the event that a default of either Party to this AGREEMENT remains uncured for more than thirty (30) calendar days following written notice, as provided above, a "breach" shall be deemed to have occurred. In the event of a breach, the non-breaching Parry shall be entitled to seek any appropriate remedy or damages by initiating legal proceedings. 16. Miscellaneous 15.1 Whenever notice is required to be given herein, such notice shall be deemed given when mailed to the Party to be notified via certified mail, return receipt requested, or by overnight delivery, at the address first written above, or at such other address as the Party may, by written notice, provide to the other. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 6 IN WITNESS WHEREOF, the Parties hereto have caused this AGREEMENT to be executed as of the date first written above. AGUA CALIENTE BAND OF CAHUILLA INDIANS A OV Y: Thom t s J. Davis, Chief Planning & Development Officer APPROVED AS TO FORM: John T. Pla , Genera Counsel CITY OF PALM SPRINGS APPROVED BY: APPROVED BY CITY COUNT: David H. Ready, City M V' ATTESTED BY: ,,01mes Thompson, City Clerk APPZ AS TO FORM: Doug s Holland, City Attorney 7 EXHIBIT "A" SCOPE OF WORK The City of Palm Springs ("City") will perform pavement rehabilitation on various streets that are in or border Section 14 ("Project") as part of the larger 2015 Pavement Reconstruction Project ("City Project No. 15-01"). The Project is generally defined as: The resurfacing and/or reconstruction of various streets that are in or border Section 14, as further described in the Plans, Specifications, and Estimates prepared for City Project No. 15-01. All work will be performed in accordance with the final plans and specifications approved by the City for bidding, and the City shall facilitate the bidding, construction contract, and construction engineering (inspection, materials testing and oversight) of the Project. The City shall provide all labor, materials, and equipment necessary for construction of the Project. The City will provide contract administration and inspection services. COMPENSATION The maximum funds available for reimbursement pursuant to this Agreement is $1,312,209.72. TERM The term of this contract shall commence upon its execution and shall extend through completion of the construction phase of this Project. The following schedule is the estimated time for completion of this Project, which is subject to change: Final Design: April 2015 Bidding: May 2015 Bid Opening: June 2015 Contract Award: June 2015 Start Construction: July 2015 End Construction: December 2015 Project Close-Out: February 2016 8 EXHIBIT B INSURANCE 1.1 Overview. In an effort to standardize the insurance program of the TRIBAL GOVERNMENT and coordinate the insurance of subcontractors with the TRIBAL GOVERNMENT's own program, the following are the requirements for subcontractor insurance coverages. 1.1.1 Liability Coverage. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence, and a One Million Dollar ($1,000,000) combined single limit aggregate, Commercial General Liability policy. Such policy shall insure against any and all losses arising out of, or in connection with the operations of the SUBCONTRACTOR. Such coverage shall also provide products and completed operations coverage. 1.1.2 Automobile Insurance. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence automobile liability policy. Such policy shall include coverage for non-owned and hired car coverage. 1.1.3 Worker's Compensation. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect, a worker's compensation policy in the statutory amount. Such coverage shall provide employer's liability of at least One Million Dollars ($1,000,000) and include a waiver of subrogation in favor of the Agua Caliente Band of Cahuilla Indians. 1.2 Common Provisions. 1.2.1 Certificates. Certificates of insurance shall be provided to the TRIBAL GOVERNMENT's Risk Manager at the following address: Agua Caliente Band of Cahuilla Indians c/o F.T. Kieley III, Risk Management Consultant P.O.Box 3275 Palm Springs, CA 92263-3275 Voice: (760) 327-9160 Fax: (760) 327-6450 1.2.2 Additional Named Insured Endorsements. The policies (other than professional liability) shall name the Agua Caliente Band of Cahuilla Indians, its employees and agents as additional named insureds. 1.2.3 Cancellation Provisions. Policies shall not be canceled or modified without at least thirty (30) days prior written notice. 1.2.4 Suitability of Companies. All such coverage shall be written by admitted carrier in the State of California with a "Best's" insurance rating of A, Class X or better. 1 1.2.5 Primacy. All such coverage shall be primary insurance, and any insurance or self insurance programs of the Agua Caliente Band of Cahuilla Indians shall be non-contributing. 2 SUBCONTRACTOR SERVICES AGREEMENT In furtherance of that certain Intergovernmental Memorandum of Understanding by and Between the Agua Caliente Band of Cahuilla Indians and the City of Palm Springs Regarding Tribal Transportation Program Funding for the Section 14 Roadway Improvements Project, dated May 22, 2014, this�4ubcontractor Services Agreement ("AGREEMENT") is made and entered into this � day ofDXuwW 2014, by and between Agua Caliente Band of Cahuilla Indians, a federally-recognized sovereign Indian Tribal Government ("TRIBAL GOVERNMENT"), with offices at 5401 Dinah Shore Drive, Palm Springs, California, 92264, and the City of Palm Springs ("SUBCONTRACTOR"), a municipal corporation, with offices at 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262. The TRIBAL GOVERNMENT and SUBCONTRACTOR are sometimes referred to hereinafter individually as a "Party" and collectively as the "Parties." 1. Scope of Work 1.1 SUBCONTRACTOR is to furnish services as outlined in Exhibit "A," attached hereto and incorporated herein by reference, to the TRIBAL GOVERNMENT. 1.2 SUBCONTRACTOR shall perform all services as an independent contractor and shall be responsible for the manner, means, methods, materials, licenses, permits, fees, employer's and other taxes, royalties, health and safety precautions, workers' compensation insurance, and other conditions and qualifications necessary to perform the services and achieve the results required to professionally and competently furnish and complete the services outlined in Exhibit "A" hereto. SUBCONTRACTOR shall not be deemed an agent for, or engaged in a joint venture with, the TRIBAL GOVERNMENT, and shall have no authority to bind the TRIBAL GOVERNMENT. 2. Performance Standards and Other Conditions 2.1 All work performed by SUBCONTRACTOR shall be performed in accordance with generally recognized industry practices and professional standards for similar professional services. SUBCONTRACTOR agrees that it will, at SUBCONTRACTOR'S expense, retain the services of all personnel reasonably necessary to timely and competently perform the services required by this AGREEMENT. All work performed hereunder, shall be performed by fully qualified personnel and such personnel shall be authorized and properly licensed under applicable Tribal, federal and state laws to perform such work. 2.2 In addition to personnel employed directly by SUBCONTRACTOR, SUBCONTRACTOR shall have the right to engage such subcontractors as it may deem appropriate, qualified and reasonably necessary to the performance 1 ORIGINAL RID AND/OR AGREEh+.ENT of SUBCONTRACTOR'S obligations hereunder with the prior written approval of the TRIBAL GOVERNMENT, which shall not be unreasonably withheld. 2.3 SUBCONTRACTOR shall schedule and perform its work with diligence and in character, sequence and timing so that SUBCONTRACTOR'S work will be coordinated with that of the TRIBAL GOVERNMENT. 2.4 SUBCONTRACTOR shall not be liable for delays or other non-performance resulting from circumstances or causes beyond its reasonable control, including without limitation, fire or other casualty, Acts of God, strikes or labor disputes, war or other violence, acts of third parties, or any applicable law, order, or requirement of any governmental agency or authority. 3. Compensation 3.1 SUBCONTRACTOR shall be fully compensated for SUBCONTRACTOR'S and its subcontractors' services provided under this AGREEMENT by the payment of the sums set forth in Exhibit "A" hereto. 3.2 The compensation paid to SUBCONTRACTOR shall be considered payment in full for the services provided to TRIBAL GOVERNMENT under this AGREEMENT. 4. Payments 4.1 SUBCONTRACTOR shall submit invoices to the TRIBAL GOVERNMENT for payment of services provided. 4.2 Invoices for services are subject to approval of and full audit by the TRIBAL GOVERNMENT. 4.3 The TRIBAL GOVERNMENT will pay the undisputed portions of SUBCONTRACOR'S proper invoices within 30 days of receipt, and will promptly consult with SUBCONTRATOR to resolve any portions that may be in dispute. 5. Additional Work 5.1 From time to time, by written amendment to this AGREEMENT in accordance with the provisions of Section 12.1 of this AGREEMENT, the TRIBAL GOVERNMENT may change, alter or modify the scope of work to be performed by SUBCONTRACTOR under this AGREEMENT, provided that SUBCONTRACTOR has been compensated for all work invoiced prior to the alteration or modification of the Scope of Work. 2 6. Term and Termination 6.1 This AGREEMENT shall remain in effect until such time as the services outlined in Exhibit "A" are completed, or until September 30, 2015, whichever is sooner, unless sooner terminated in accordance with the terms hereof. 6.2 Either the TRIBAL GOVERNMENT or SUBCONTRACTOR may terminate this AGREEMENT at any time for convenience, or upon breach of this AGREEMENT by the non-terminating Party, provided that the terminating Party provides the other Party at least thirty (30) days written notice of such termination and the non-terminating Party fails to cure the breach during that period. 6.3 In the event of such termination, the TRIBAL GOVERNMENT's sole liability will be to pay SUBCONTRACTOR for work performed up to the date of termination in accordance with the terms of this AGREEMENT. 6.4 In the event of such termination, the SUBCONTRACTOR shall immediately deliver all completed work and all work-in-progress to the TRIBAL GOVERNMENT. No closeout payments shall be payable to SUBCONTRACTOR until all such deliveries are completed. 6.5 In the event of termination, there shall be no liability on the part of either Party hereto for lost revenues or lost profit for unperformed services. 7. Special Provisions 7.1 SUBCONTRACTOR shall be responsible for complying with all applicable Tribal Transportation Program (TTP) and Federal Acquisition Regulations including, but not limited to, Davis Bacon Act provisions. 8. Records 8.1 Records of SUBCONTRACTOR's direct and indirect labor costs, payroll costs, and each reimbursable expense pertaining to work performed hereunder will be kept by SUBCONTRACTOR in a generally recognized accounting format, copies of which shall be forwarded as supporting documentation for all invoices submitted to the TRIBAL GOVERNMENT. 8.2 SUBCONTRACTOR shall maintain all records pertaining to the Scope of Work in legible and useable form for a period of not less than three (3) years. Original records shall be retained by SUBCONTRACTOR or forwarded to the TRIBAL GOVERNMENT in accordance with any applicable Tribal, state and federal guidelines. 8.3 All designs, as-built drawings, specifications, notes, and other work developed in the performance of this AGREEMENT shall be and remain the joint property of 3 the TRIBAL GOVERNMENT and SUBCONTRACTOR and may be used on any other work without additional compensation under this AGREEMENT. The TRIBAL GOVERNMENT and SUBCONTRACTOR reserve a royalty-free, nonexclusive, and irrevocable license to produce, publish, or otherwise use, for general purposes, the copyright or any other intellectual property right in any work developed under this AGREEMENT, or pursuant to a subcontract under this AGREEMENT, and any rights of copyright or any other intellectual property right which the SUBCONTRACTOR, or its subcontractors, purchases to facilitate its work under this AGREEMENT. 8.4 SUBCONTRACTOR shall provide a report to the TRIBAL GOVERNMENT on a Quarterly Basis, not later than five (5) days after the end of each calendar quarter, which contains the following information: 8.4.1 the total amount of funds received from the TRIBAL GOVERNMENT; and 8.4.2 a detailed list of all activities for which IRR and TTP funds were expended, including: the name of the activity, a description of the activity, an evaluation of the completion status of the services outlined in Exhibit "A." 9. Insurance 9.1 After the execution of this AGREEMENT, SUBCONTRACTOR, and any subcontractor of the SUBCONTRACTOR, shall furnish the TRIBAL GOVERNMENT with copies of certificates of insurance, and shall maintain such insurance in the amounts and of the types specified in Exhibit "B" hereto, which is incorporated by this reference, for the term of the AGREEMENT. 10. Indemnification 10.1 SUBCONTRACTOR hereby agrees to fully defend, indemnify and hold the TRIBAL GOVERNMENT harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) to the extent caused by the negligence or willful misconduct of SUBCONTRACTOR hereunder, including SUBCONTRACTOR's officers, employees, agents, principals, shareholders, directors, and subcontractors. 10.2 TRIBAL GOVERNMENT hereby agrees to fully defend, indemnify and hold the SUBCONTRACTOR harmless from and against any and all claims, suits, actions, liens, damages, loss, liability or costs of every nature or description (including reasonable attorney fees) arising from, or in any way attributable to or related to the negligence or willful misconduct of the TRIBAL GOVERNMENT hereunder, including the TRIBAL GOVERNMENT'S officers, employees, agents, principals, shareholders, and directors. 4 11. Successors and Assigns 11.1 SUBCONTRACTOR hereby binds itself, its successors, executors, administrators, assigns and legal representatives to this AGREEMENT with respect to all covenants and obligations of SUBCONTRACTOR under this AGREEMENT. 11.2 Except as set forth in this AGREEMENT, SUBCONTRACTOR shall not assign, sublet, or transfer any rights or obligations under, or interest in, this AGREEMENT without the prior written consent of the TRIBAL GOVERNMENT, which consent shall not be unreasonably withheld or delayed. 12. Entirety 12.1 This AGREEMENT and the Exhibits attached hereto constitute the entire AGREEMENT between the Parties hereto with respect to the subject matter hereof. No amendment or modification to this AGREEMENT shall be effective unless in writing and executed by both Parties. 13. Damages 13.1 Except as set forth in this AGREEMENT, neither Party shall be liable to the other, in any event, for any special or incidental damages arising out of the work performed hereunder, whether arising in contract, tort, California statutes or otherwise. 14. Default and Enforcement 14.1 This AGREEMENT is to be governed by federal law. 14.2 Except as stated in Section 2.4, failure or delay by any Party to this AGREEMENT to perform any material term or provision of this AGREEMENT shall constitute a default under this AGREEMENT; provided however, that if the Party who is otherwise claimed to be in default commences to cure, correct or remedy the alleged default within fifteen (15) calendar days after receipt of written notice specifying such default and shall diligently complete such cure, correction or remedy, such Party shall not be deemed to be in default hereunder. 14.3 The Party claiming that a default has occurred shall give written notice of default to the Party in default, specifying the alleged default. Delay in giving such notice shall not constitute a waiver of any default nor shall it change the time of default; provided, however, that the non-defaulting Party shall have no right to exercise any remedy for a default hereunder without delivering the written default notice, as specified herein. 5 14.4 Any failure or delay by a Party in asserting any of its rights or remedies as to any default shall not operate as a waiver of that or any future default, or of any rights or remedies associated with a default. 14.5 In the event that a default of either Party to this AGREEMENT remains uncured for more than thirty (30) calendar days following written notice, as provided above, a "breach" shall be deemed to have occurred. In the event of a breach, the non-breaching Parry shall be entitled to seek any appropriate remedy or damages by initiating legal proceedings. 15. Miscellaneous 15.1 Whenever notice is required to be given herein, such notice shall be deemed given when mailed to the Party to be notified via certified mail, return receipt requested, or by overnight delivery, at the address first written above, or at such other address as the Party may, by written notice, provide to the other. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 6 IN WITNESS WHEREOF, the Parties hereto have caused this AGREEMENT to be executed as of the date first written above. AGUA CALIENTE BAND OF CAHUILLA INDIANS AP7 aEDBY Thomas . Davis, Chief Planning & Development Officer APPROVED AS TO FORM: John T. Plata, 1 e Counsel CITY OF PALM SPRINGS APPROVED BY: APPROVED BY CITY COUNCIL David H. Ready, C' a r ATTESTED BY: es Thompson, City Clerk APP AS TO FORM: D ugl s olland, Cit Attorney 7 EXHIBIT "A" SCOPE OF WORK The City of Palm Springs ("City") will design and construct the Tahquitz Canyon Way Resurfacing Project ("Project'), which is a component of the 2014 Pavement Overlay and Reconstruction Project, City Project No. 14-04. The Project is generally defined as: The overlay and reconstruction of Tahquitz Canyon Way in Section 14, as further described in the April 2014 Plans, Specifications, and Estimates prepared for City Project No. 14-04. All work will be performed in accordance with the final plans and specifications approved by the City for bidding, and the City shall facilitate the bidding, construction contract, and construction engineering (inspection, materials testing and oversight) of the Project. The City shall provide all labor, materials, and equipment necessary for construction of the Project. The City will provide contract administration and inspection. COMPENSATION The maximum funds available for reimbursement pursuant to this Agreement are $585,000. TERM The term of this contract shall commence upon its execution and shall extend through completion of the construction phase of this Project. The following schedule is the estimated time for completion of this Project, which is subject to change: Final Design: April 2014 Bidding: May 2014 Bid Opening: June 2014 Contract Award: July 2014 Start Construction: September 2014 End Construction: January 2015 Project Close-Out: March 2015 8 EXHIBIT B INSURANCE 1.1 Overview. In an effort to standardize the insurance program of the TRIBAL GOVERNMENT and coordinate the insurance of subcontractors with the TRIBAL GOVERNMENT's own program, the following are the requirements for subcontractor insurance coverages. 1.1.1 Liability Coverage. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence, and a One Million Dollar ($1,000,000) combined single limit aggregate, Commercial General Liability policy. Such policy shall insure against any and all losses arising out of, or in connection with the operations of the SUBCONTRACTOR. Such coverage shall also provide products and completed operations coverage. 1.1.2 Automobile Insurance. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect a One Million Dollar ($1,000,000) combined single limit per occurrence automobile liability policy. Such policy shall include coverage for non-owned and hired car coverage. 1.1.3 Worker's Compensation. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense, shall obtain and pay for, and at all times maintain in full force and effect, a worker's compensation policy in the statutory amount. Such coverage shall provide employer's liability of at least One Million Dollars ($1,000,000) and include a waiver of subrogation in favor of the Agua Caliente Band of Cahuilla Indians. 1.1.4 Professional Liability. SUBCONTRACTOR, at the SUBCONTRACTOR's sole expense shall obtain and pay for, and at all times maintain in full force and effect a policy of Professional Liability (Errors and Omissions) in an amount of not less than One Million Dollars ($1,000,000) per claim and in the aggregate with respect to loss arising from the actions of the SUBCONTRACTOR performing professional services which include those to be performed on behalf of the Agua Caliente Band of Cahuilla Indians. 1.2 Common Provisions. 1.2.1 Certificates. Certificates of insurance shall be provided to the TRIBAL GOVERNMENT's Risk Manager at the following address: Agua Caliente Band of Cahuilla Indians Go F.T. Kieley III, Risk Management Consultant P.O.Box 3275 Palm Springs, CA 92263-3275 Voice: (760) 327-9160 Fax: (760) 327-6450 1.2.2 Additional Named Insured Endorsements. The policies (other than professional liability) shall name the Agua Caliente Band of Cahuilla Indians, its employees and agents as additional named insureds. 1 1.2.3 Cancellation Provisions. Policies shall not be canceled or modified without at least thirty (30) days prior written notice. 1.2.4 Suitability of Companies. All such coverage shall be written by admitted carrier in the State of California with a "Best's" insurance rating of A, Class X or better. 1.2.5 Primacy. All such coverage shall be primary insurance, and any insurance or self insurance programs of the Agua Caliente Band of Cahuilla Indians shall be non-contributing. 2 INTERGOVERNMENTAL MEMORANDUM OF UNDERSTANDING By and Between THE AGUA CALIENTE BAND OF CAHUILLA INDIANS and THE CITY OF PALM SPRINGS Regarding TRIBAL TRANSPORTATION PROGRAM FUNDING forthe SECTION 14 ROADWAYS IMPROVEMENTS PROJECT THIS INTERGOVERNMENTAL MEMORANDUM OF UNDERSTANDING ("MOU") is entered into this 2nday of 2014, by and between the AGUA CALIENTE BAND OF CAHUILLA INDIANS, a federally-recognized Indian Tribe, (the "Tribe") and the CITY OF PALM SPRINGS, a California municipal corporation (the "City"). RECITALS WHEREAS, the Agua Caliente Band of Cahuilla Indians is a federally-recognized Indian Tribe governing itself according to a Constitution and By-Laws and exercising sovereign authority over the lands of the Agua Caliente Indian Reservation (the 'Reservation"), acting through its duly elected Tribal Council, pursuant to Federal law; and WHEREAS, the City, acting through its City Council, is a political subdivision of the State of California, established pursuant to the Constitution and general laws of the State of California; and WHEREAS, the Tribe receives funding through the federal Tribal Transportation Program (TTP) for the planning, design, construction, and maintenance of public roads 1 that provide access to and within the Reservation and serve the cultural, social, economic, and/or governmental needs of the Tribe; WHEREAS, the Tribe and the City desire to work together in good faith to complete the planning, design, and construction of the Section 14 Roadways Improvements Project (the "Project"); and WHEREAS, the Project shall be comprised of one or more roadway improvement projects on the public roads within and bordering Section 14, Township 4 South, Range 4 East that are eligible for TTP funding, as identified on Exhibit A. ll. COMMITMENTS: 1. The Tribe will make payments to the City from the TTP funding allocations it's received from the Federal Highway Administration, up to $1,800,000, for use toward the planning, design, and construction of the Project, based on records of work performed and progress estimates submitted to the Tribe. 2. The City, in consultation with the Tribe prior to presentation of projects to the Measure J Subcommittee, will be responsible for selecting the public roads that will be improved as part of the Project from the public roads identified on Exhibit A, and will contribute up to $1,800,000 in City match funding toward the Project at a 1:1 ratio to the amount of TTP funding received from the Tribe toward the Project. 3. The Tribe and the City mutually agree that the $3,600,000 in total funding authorized by this MOU shall be used exclusively on public roadway projects within and bordering Section 14, including the resurfacing of Tahquitz Canyon Way which shall be accomplished using this funding. 2 4. The City and the Tribe will enter into Subcontractor Services Agreement(s) and other such other contracts or agreements as may be required to fulfill their respective commitments as memorialized in this MOU, and as required by federal regulations for the use of TTP funding. III. GENERAL TERMS AND CONDITIONS: 1. Recitals. All of the above recitals are true and correct and the Tribe and City so find and determine, and incorporate such recitals as part of this MOU by this reference. 2. Modifications. This MOU may only be modified in writing, signed and duly approved by both the Tribal Council and the City Council. 3. Approval. This MOU shall be approved by formal action of the City Council and the Tribal Council. 4. Authority. The individuals signing this MOU warrant and represent that pursuant to their respective governing laws, constitutions, and/or bylaws they have the full power and authority to enter into this MOU and fully perform in accordance with the terms hereof, and the Tribe and the City acknowledge that their respective legal counsels have advised that this MOU is not subject to approval of the authorized representative of the Secretary of the Interior under 25 U.S.C. §81. 5. Effective Date. This MOU shall take effect on the date first set forth above. 6. Termination Date. This MOU shall remain in effect until the Project is completed, or until September 30, 2016, whichever is sooner. [THE REMAINDER OF THIS PAGE INTENTIONALLY LEFT BLANK] 3 IN WITNESS WHEREOF, the Tribe and the City have executed this MOU as of the date first written above. "TRIBE" Agua Caliente Band o lla Indians A Feder - ec i e v reign1. than Tribe Je . Gru ri ou ci Chairman Approved as to Form Tribal Attorney APPROVEDD BY CITY COUNCIL ,.CITY' UQt) *0 ' 11� P� City of Palm Springs A California Municipal Corporation ATTEST City Manager y Clerk Appro ed to Form City A o ey 4 Vim T r . . J � � '.17 -- - r k9n, • •• 1 0, 'All .fir • ,.� � I I itg - r �- , l w.. A,C'l. 1 gCAH AQUA CAUENTE INDIAN RESERVATION T4SR4E SECTION 14 "P� CITY STREET PAVEMENT CONUITON SURVEY` Total Reconstruction Needed N o zso soo rsd 1.000 Fee 2"Asphalt Grind 8 Overlay Slurry Seal Boundary data in this map is forrapresentation powses onl, n does not rover questions of IotaUm Mid,a survey map may disclose. No Rehab Needed `Ma zoos survey u U'a�"mct"'°�'a�"a"-"'m')' 4E-"EXHIBIT A y y updated to include recently complete road resurfacing projects.