HomeMy WebLinkAboutA6572 - GOLDEN VALLEY CONSTRUCTION - CATHEDRAL CANYON DRIVE CROSSWALKS DOC # 2014-0415304
10/31/2014 10:49A Fee:NC
Page 1 of 1
Recorded in Official Records
County of Riverside
Larry W. Ward
Assessor, County Clerk & Recorder
Recording (.
Requested by and �C
After Recording S R U PAGE SIZE DA MISC LONG RFD COPY O
Return to: 1 ^
City Clerk M A L 465 426 PCOR NCOR SMF CH Ex
City of Palm Springs tJC14 IT: CY UNI ga� 809_
Box 2743
Palm Springs_ CA 9226 (FOR RECORDERS US
ON Yl
Pursuant to Government Code Section 6103,this document is being recorded as a bereft to the City of Palm Springs and recording fees shall not apply.
NOTICE OF COMPLETION
NOTICE IS HEREBY given that:
I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the
State of California.
IL The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices
of Completion.
III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box
2743, Palm Springs, CA 92263-2743).
IV. The public work of improvement on the hereinafter referred to real property within the city was completed on Wednesday
October 01,2014
V. The name of the contractor(if named)for such work of improvement was: Golden Valley Construction
VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California,
is described as follows: Cathedral Canyon Drive Crosswalk
VII. Nature of Interest: Fee Owner
VIII.The property address or location of said property is: Cathedral Canyon Drive/Palm Springs Bike Path
IX. City Project: No.13-28 Agreement Number:6573, Minute Order No: N/A
CITY OF PALM SPRINGS: BY: DATED:
Public Works Inspector, Michael L.. Mott
BY:-$,-.t, DATED:
Director of Public Works/City Engineer
David J. Barakian
JAMES THOMPSON, being duly sworn, says:
That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that
he makes this verification on behalf of said corporation, that he has read the foregoing Notice of Completion, and knows the
contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said
municipal corporation.
Index No. 0414
City Clerk-James Thom
CITY OF PALM SPRINGS
CONTRACT SERVICES AGREEMENT FOR
CATHEDRAL CANYON DRIVE CROSSWALKS WITH
GOLDEN VALLEY CONSTRUCTION
THIS CO CT SERVICES AG EMENT(herein"Agreement")is made and entered
into this day of by and between the CITY OF PALM SPRINGS,
a municipal corporation(herein "City") and Golden Valley Construction (herein "Contractor").
NOW, THEREFORE,the parties hereto agree as follows:
1.0 SERVICES OF CONTRACTOR
1.1 Scope of Services. In compliance with all of the terms and conditions of
this Agreement, the Contractor shall perform the work or services set forth in the "Scope of
Services" attached hereto as Exhibit "A" and incorporated herein by reference. Contractor
warrants that all work and services set forth in the Scope of Services will be performed in a
competent, professional and satisfactory manner.
1.2 Compliance with Law. All work and services rendered hereunder shall be
provided in accordance with all ordinances,resolutions, statutes,rules,and regulations of the City
and any Federal, State or local governmental agency of competent jurisdiction.
1.3 Licenses, Permits. Fees and Assessments. Contractor shall obtain at its
sole cost and expense such licenses, permits and approvals as may be required by law for the
performance of the services required by this Agreement.
2.0 COMPENSATION
2.1 Contract Sum. For the services rendered pursuant to this Agreement,
Contractor shall be compensated in accordance with the "Schedule of Compensation" attached
hereto as Exhibit 'B" and incorporated herein by this reference, but not exceeding the maximum
contract amount of$21,460 ("Contract Sum").
2.2 Method of Payment. Provided that Contractor is not in default under the
terms of this Agreement, Contractor shall be paid as outlined in Exhibit "B" Schedule of
Compensation.
3.0 COORDINATION OF WORK
3.1 Rfpresentative of Contractor. Mike Honz is hereby designated as being the
principal and representative of Contractor authorized to act in its behalf with respect to the work
and services specified herein and make all decisions in connection therewith.
-t-
IMIDIOR AGREE-jjr_
i
i
3.2 Contract Officer. Director of Public Works is hereby designated as being
the representative the City authorized to act in its behalf with respect to the work and services
specified herein and make all decisions in connection therewith ("Contract Officer"). The City
Manager of City shall have the right to designate another Contract Officer by providing written
notice to Contractor.
3.3 Prohibition Against Subcontracting or Assignment. Contractor shall not
contract with any entity to perform in whole or in part the work or services required hereunder
without the express written approval of the City. Neither this Agreement nor any interest herein
may be assigned or transferred, voluntarily or by operation of law, without the prior written
approval of City. Any such prohibited assignment or transfer shall be void.
3.4 Independent Contractor. Neither the City nor any of its employees shall
have any control over the manner, mode or means by which Contractor, its agents or employees,
i perform the services required herein, except as otherwise set forth. Contractor shall perform all
services required herein as an independent contractor of City and shall remain under only such
obligations as are consistent with that role. Contractor shall not at any time or in any manner
represent that it, or any of its agents or employees, are agents or employees of City.
4.0 INSURANCE,INDEMNIFICATION AND BONDS
4.1 Insurance. The Contractor shall procure and maintain, at its sole cost
j and expense, in a form and content satisfactory to City, during the entire term of this Agreement
including any extension thereof, the following policies of insurance:
(a) Commercial General Liability Insurance. A policy of commercial
general liability insurance written on a per occurrence basis with a combined single limit of
j at least$1,000,000 bodily injury and property damage including coverages for contractual
liability, personal injury, independent contractors, broad form property damage, products
and completed operations.The Commercial General Liability Policy shall name the City of
Palm Springs as an additional insured in accordance with standard ISO additional insured
endorsement form CG2010(1185)or equivalent language.
(b) Worker's Compensation Insurance. A policy of worker's
compensation insurance in an amount which fully complies with the statutory requirements
jof the State of California and which includes $1,000,000 employer's liability.
(c) Business Automobile Insurance. A policy of business automobile
liability insurance written on a per occurrence basis with a single limit liability in the
amount of $1,000,000 bodily injury and property damage. Said policy shall include
coverage for owned, non-owned,leased and hired cars.
(d)Additional Insurance. Additional limits and coverages,which may
include professional liability insurance, will be specified in Exhibit D.
2
i
All of the above policies of insurance shall be primary insurance. (Reference Section 4.4
regarding sufficiency.) The insurer shall waive all rights of subrogation and contribution it may
have against the City, its officers, employees and agents, and their respective insurers. In the
event any of said policies of insurance are canceled, the Contractor shall,prior to the cancellation
date, submit new evidence of insurance in conformance with this Section 4.1 to the Contract
i Officer. No work or services under this Agreement shall commence until the Contractor has
provided the City with Certificates of Insurance, endorsements or appropriate insurance binders
evidencing the above insurance coverages and said Certificates of Insurance, endorsements, or
binders are approved by the City.
The contractor agrees that the provisions of this Section 4.1 shall not be construed as
limiting in any way the extent to which the Contractor may be held responsible for the payment of
damages to any persons or property resulting from the Contractor's activities or the activities of
any person or persons for which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the work in compliance with
Section 3.3 of this Agreement the contract between the Contractor and such subcontractor shall
i require the subcontractor to maintain the same polices of insurance that the Contractor is required
to maintain pursuant to this Section.
4.2 Indemnification. Contractor agrees to indemnify the City, its officers,
agents and employees against, and will hold and save them and each of them harmless from, any
I
and all actions, suits, claims, damages to persons or property, losses, costs,penalties, obligations,
j errors, omissions or liabilities, (herein "claims or liabilities")that may be asserted or claimed by
any person, firm or entity arising out of or in connection with the negligent performance of the
work, operations or activities of Contractor, its agents, employees, subcontractors, or invitees,
provided for herein, or arising from the negligent acts or omissions of Contractor hereunder, or
arising from Contractor's negligent performance of or failure to perform any term, provision,
covenant or condition of this Agreement, whether or not there is concurrent passive or active
negligence on the part of the City, its officers, agents or employees but excluding such claims or
liabilities arising from the sole negligence or willful misconduct of the City,its officers, agents or
employees,who are directly responsible to the City, and in connection therewith:
(a) Contractor will defend any action or actions filed in connection with
any of said claims or liabilities and will pay all costs and expenses, including legal costs and
attomeys'fees incurred in connection therewith;
i
(b) Contractor will promptly pay any,Judgment rendered against the
City, its officers, agents or employees for any such claims or Iabilities arising out of or in
connection with the negligent performance of or failure to perform such work, operations or
activities of Contractor hereunder; and Contractor agrees to save and hold the City, its officers,
agents, and employees harmless therefrom;
(c) In the event the City, its officers, agents or employees is made a
party to any action or proceeding filed or prosecuted against Contractor for such damages or other
claims arising out of or in connection with the negligent performance of or failure to perform the
work, operation or activities of Contractor hereunder, Contractor agrees to pay to the City, its
3
1
I
i
officers, agents or employees, any and all costs and expenses incurred by the City, its officers,
agents or employees in such action or proceeding, including but not limited to, legal costs and
attomeys'fees.
4.3 Payment Bond. Concurrently with execution of this Agreement,
Contractor shall deliver to City a payment bond in the sum of the amount of this Agreement,in the
form provided by the City, which secures the faithful performance of this Agreement,unless such
requirement is waived by the Contract Officer. The bond shall contain the original notarized
signature of an authorized officer of the surety and affixed thereto shall be a certified and current
copy of his power of attorney. The bond shall be unconditional and remain in force during the
entire term of the Agreement and shall be null and void only if the Contractor promptly and
faithfully performs all terms and conditions of this Agreement. (Performance bond requirement
waived—see EXHIBIT"D")
4.4 Sufficiency of Insurer or Suretv, Insurance or bonds required by this
Agreement shall be satisfactory only if issued by companies qualified to do business in California,
rated "A" or better in the most recent edition of Besfs Key Rating Guide or in the Federal
Register, unless such requirements are waived by the City Manager or designee of the City
Manager due to unique circumstances. In the event the City Manager determines that the work or
services to be performed under this Agreement creates an increased or decreased risk of loss to the
City,the Contractor agrees that the minimum limits of the insurance policies and the performance
bond required by this Section 4 may be changed accordingly upon receipt of written notice from
the City Manager or designee; provided that the Contractor shall have the right to appeal a
determination of increased coverage by the City Manager to the City Council of City within ten
(10) days of receipt of notice from the City Manager.
I
5.0 TERM 5.1 Term. The Work to be performed under this Contract shall
i commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully
completed within 10 working days. Working days does not include the time period needed to order
'C materials.
6.0 MISCELLANEOUS
i
6.1 Covenant Against Discrimination. Contractor covenants that, by and for
itself, its heirs,executors, assigns and all persons claiming under or through them,that there shall
be no discrimination against or segregation of, any person or group of persons on account of race,
color, creed, religion, sex, marital status, national origin, or ancestry in the performance of this
Agreement. Contractor shall take affirmative action to ensure that applicants are employed and
that employees are treated during employment without regard to their race, color,creed, religion,
sex,marital status,national origin or ancestry.
I
6.2 Non-liability of City Officers and Employees. No officer or employee of
the City shall be personally liable to the Contractor,or any successor in interest,in the event of any
default or breach by the City or for any amount which may become due to the Contractor or to its
,i successor,or for breach of any obligation of the terms of this Agreement.
-4-
i
i
i
6.3 Conflict of Interest. No officer or employee of the City shall have any
financial interest, direct or indirect, in this Agreement nor shall any such officer or employee
participate in any decision relating to the Agreement which effects his financial interest or the
financial interest of any corporation,partnership or association in which he is,directly or indirectly
interested, in violation of any State statute or regulation. The Contractor warrants that it has not
paid or given and will not pay or give any third party any money or other consideration for
obtaining this Agreement.
6.4 Notice. Any notice, demand, request, document, consent, approval, or
communication either party desires or is required to give to the other party or any other person
shall be in writing and either served personally or sent by prepaid,first-class mail,in the case of the
' City,to the City Manager and to the attention of the Contract Officer, CITY OF PALM SPRINGS,
P.O. Box 2743,Palm Springs, California 92263, and in the case of the Contractor, to the person at
the address designated on the execution page of this Agreement.
6.5 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or against either
party by reason of the authorship of this Agreement or any other rule of construction which might
I otherwise apply.
6.6 Integration: Amendment. It is understood that there are no oral
agreements between the parties hereto affecting this Agreement and this Agreement supersedes
and cancels any and all previous negotiations, arrangements, agreements and understandings, if
any, between the parties, and none shall be used to interpret this Agreement. This Agreement
may be amended at any time by the mutual consent of the parties by an instrument in writing.
6.7 Severability. In the event that part of this Agreement shall be declared
invalid or unenforceable by a valid judgment or decree of a court of competent jurisdiction, such
invalidity or unenforceability shalt not affect any of the remaining portions of this Agreement
which are hereby declared as severable and shall be interpreted to carry out the intent of the parties
hereunder unless the invalid provision is so material that its invalidity deprives either party of the
basic benefit of their bargain or renders this Agreement meaningless.
i
I 6.8 Waiver. No delay or omission in the exercise of any right or remedy by a
nondefaulting party on any default shall impair such right or remedy or be construed as a waiver.
A party's consent to or approval of any act by the other party requiring the partys consent or
approval shall not be deemed to waive or render unnecessary the other party's consent to or
approval of any subsequent act. Any waiver by either party of any default must be in writing and
shall not be a waiver of any other default concerning the same or any other provision of this
Agreement.
6.9 Attorneys' Fees, If either party to this Agreement is required to initiate or
defend or made a party to any action or proceeding in any way connected with this Agreement,the
prevailing party in such action or proceeding,in addition to any other relief which may be granted,
whether legal or equitable, shall be entitled to reasonable attorneys fees,whether or not the matter
proceeds to judgment.
6.10 Corporate Authority. The persons executing this Agreement on behalf of the
parties hereto warrant that (i) such party is duly organized and existing, (ii) they are duly
authorized to execute and deliver this Agreement on behalf of said party,(iii)by so executing this
Agreement,such party is formally bound to the provisions of this Agreement,and(iv)the entering
into this Agreement does not violate any provision of any other Agreement to which said party is
bound.
SIGNATURES ON NEXT PAGE
I
f
i
I
i
i
II
I
-6-
IN WITNESS WHEREOF,the City and the Contractor have caused this Agreement to be executed the day
and year first above written..
Date /
ATTEST:
CITY OF PALM SPRINGS,
CALIFORNIA B i�
City Manag
By ;
City Clerk Date
APPRO7Z11
FORM: APPROVED BY CITY MANAGER
By ��
City Attorney —�
f
Date �� �� j
APPRO7t/�//a
ITY COUNCIL:
CONTENTSAPPROVED:
i� Date
By C.I zl u
City Engineer
Agreement No.
Corporations require two notarized signatures:One signature must be from Chairman of Board,President,or
any Vice President. The second signature must be from the Secre
tary, Assistant Secretary, Treasurer,
Assistant Treasurer,or Chief Financial Officer.
4 CONTRACTOR:Name:'90'40 %16y COVITU Okheckone:_Individual_Partnership Corporation
Addr 000
cp, q?2Q.
B :
ature(no Si a no '
Name:_ h,rAo -1 Ltnttynn Name: Shannon MySVp f
Title: V rce CE 0 Title: Ab'} St e r4ary
I
i
i
i
i
(This Agreement must be signed in the above space This Agreement must be signed in the above space
by one of the following: Chairman of the Board, by one of the following: Secretary, Chief Financial
President or any Vice President) Officer or any Assistant Treasurer)
State of State of ❑
County of 1-74 ❑ss
-I County of ❑ss
On BU (DR (1.01q On O[t(0R' (n1t1
before me.7 aftoNA. 44&- before me,Y�LtClr dta Mild•�yt �(�Q- 71 t� � �
personally appeared /WIUM$L >%,iJJWCVrJ personally appeared S �� 4
who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory
evidence to be the persons whose narn*)(91de evidence to he the person((whose name
subscribed to the within instrument and subscribed to the within instrument and
acknowledged to me thaCWsise/thcry executed the acknowledged to me that keej fly executed the
same in r/th6r authorized capacity0d), and . same in bd er etr authorized capacitykiEs), and
ti that by /th*signatureO on the instrument that by p* tl�&signatures(w)r on the instrument
the person(4),or the entity upon behalf of which the the personal,or the entity upon behalf of which.the
! person(4 acted, executed the instrument, person(t)acted, executed the instrument.
i
I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the
laws of the State of California that the foregoing laws of the State of California that the foregoing
paragraph is true and correct, paragraph is true and correct.
j
WITNESS my hand and official seal. WITNESS my hand and official seal.
Notary Signature' ,(airtav¢-/4� Notary Signature: . 0 q�* ti f• t NFL
Notary Seal: Notary Seal:
MELODY AMOR-S.SWINDELL
MELODY AMOR S. 6WINOELL Commission #r 1956054
Commission 0 1956054 Omyc
Notary Public -California
< ='s Notary Public -California i Los Angeles County
Los Angeles County = omm.Ex ires Ocl 10,2015
My Comm. Ex ires Oct 10,2015
j
I
i
i
i
EXHIBIT "A"
SCOPE OF WORK
Provide Traffic Control, remove existing bike lane, install white thermoplastic crosswalk striping,
furnish and install type 1-B pole with pedestrian activated rapid flasher beacons, and famish and
install advanced WI1-15 and W16-9P warning signs per City of Palm Springs Standard Drawing
No. 624 per Exhibit C.
All work to be pursuant to Plan titled"Cathedral Canyon Drive Crosswalk, City Project No. 13-28.
i
i
a
i
I
f
EXHIBIT`B°
SCHEDULE OF COMPENSATION
Item 1 Initial Mobilization 1 LS @$1,500.00/LS $1,500.00
Item 2 Traffic Control I LS @$1,500.00/LS $1,500.00
Item 3 Thermo Plastic Striping I LS @$1 440.00/LS $1,440.00
Item 4 Solar Beacon Assembly 2 EA @ $7,500.00/EA $15,000.00
Item 5 Sign Posts 2 EA @$200.00/EA $400.00
Item 6 Sign—WI 1-15 6 EA @ $150.00/EA $900.00
Item 7 Sign—WI 6-7P 4 EA @$120.00/EA $480.00
Item 8 Sign—WI6-9P 2 EA @$120.00/EA $240.00
Total $21,460.00
i
i
i
3
f
1
I�
I
i
i
I
I
j
i
i
i
EXHIBU "C"
PLAN
I
j
,i
i
I
I
i
r
12
S � a
" }• 1G• 1
{
d
n
PROJECT
LOCATIO
VICINITY MAP SCALE:1"=40' CROSSWALK STRIPING
N.T.S. DETAIL(TYP)
N.T.S.
saAR PANEL CONSTRUCTION NOTES
b V
W11_1s O PROTECT IN PLACE.
w � RASHER BEACON O REMOVE EXISTING BIKE LANE LINE 1 FOOT
a n W16-7P BEYOND EACH SIDE OF NEW CROSSWALK.
mm
it P9 O3 INSTALL WHITE THERMOPLASTIC CROSSWALK
- b STRIPING PER DETAIL
HOUSING)
g O FURNISH AND INSTALL TYPE 1-8 POLE
(MOD.) - 12 FT. HEIGHT WITH PEDESTRIAN
ACTIVATED RAPID FLASHER BEACON
_ FLASHER BEACON (CARMANAH R920) BI-DIRECTIONAL CONFIG.
POLE DETAIL W/ 4.5 INCH ROUND POST MOUNT,
N.T.S. W71-15 AND W16-7P SIGNS, PPB.
O5 FURNISH AND INSTALL ADVANCED W11-15
AND W16-9P WARNING SIGNS PER C.P,S.
W11.15 STD. DWG. NO. 624.
W767R W1&BP �u
i
W !Mn xn
" IN FT9A "
811 R C.P. 13 28
�� ,a e ^ CR1'OF PNH SPRWGS,GN.6OR1N " �•..�CgaPYe9P`4 }
CATHEDRAL CANYON DR.CROSSWALK
ox �'• muse' 1
i
EXHIBIT"D"
SPECIAL REQUIREMENTS
City hereby waives Section 4.3 as a requirement of this Agreement.
I
f
I
I.
I
i
I
i
{I
I
I
i
i
.