HomeMy WebLinkAbout7/6/2016 - STAFF REPORTS - 2.H. pptM sp
ti
c
V N
R
c
x C 409Lh `e'a�»
4</FORN� City Council Staff Report
DATE: July 6, 2016 CONSENT CALENDAR
SUBJECT: AWARD A CONSTRUCTION CONTRACT TO PRINCIPLES
CONTRACTING, INC., A CALIFORNIA CORPORATION, IN THE
AMOUNT OF $329,867.60 FOR THE PALM SPRINGS DOG PARK
RENOVATIONS, CITY PROJECT NO. 16-03
FROM: David H. Ready, City Manager
BY: Public Works & Engineering Department
SUMMARY
Award of this contract will allow the City to undergo a complete overhaul of the existing
dog park for the Palm Springs Dog Park Renovations, City Project No. 16-03, ("the
Project").
RECOMMENDATION:
1. Reject the lowest bid received from G & M Construction, a California corporation, as
non-responsive;
2. Award a construction contract (Agreement No. ) to Principles Contracting Inc., a
California Corporation, in the amount of $329,867.60 for Bid Schedule A only, for the
Palm Springs Dog Park Renovations, City Project No. 16-03;
3. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
On March 16, 2016, the City Council approved a conceptual design plan to renovate the
City's Dog Park and authorized an increase in the amount of $25,200 with David Volz
Design ("DVD"), for additional On-Call Landscape Architectural Services, Agreement
(A6786) for the preparation of final design and construction documents. A copy of the
March 16, 2016, staff report is included as Attachment 1.
The location of the Project is shown in Figure 1 below and a vicinity map is included as
Attachment 2.
ITEM NO. 04
City Council Staff Report
July 6, 2016-- Page 2
Award CP16-03, Palm Springs Dog Park Renovations
c
i
Figure 1
The construction documents (plans and specifications) were prepared by DVD, and
identified bidding of the Project into two separate Bid Schedules; the scope of each Bid
Schedule is provided here:
Bid Schedule A (Dog Park Renovations):
The Work comprises the complete renovation of the existing Palm Springs Dog Park
including; clearing, grubbing and removals, soil preparation and fine grading, weed
abatement, earthwork, installation of new irrigations system, installation of new turf,
installation of site furnishings, 90-day landscape maintenance and all appurtenant work.
Bid Schedule B (Temporary Dog Park - Demuth):
The Work comprises the construction of an expanded temporary dog park located within
Demuth Park, at the southwest corner of Mesquite Avenue and Vella Road.
On March 16, 2016, the City Council directed staff to coordinate with the City Council
Dog Park Subcommittee (Mayor Moon / Councilmember Foat) on final design, and pre-
approved the plans, specifications and working details, and authorized staff to advertise
and solicit bids for the Project — subject to the approval of the Subcommittee. The
Project was released for bids on May 3, 2016, and advertised in the Desert Sun on May
5 and 12, 2016. Subsequently, on June 7, 2016, the Procurement and Contracting
Division received eight (8) construction bids from the following contractors:
02
City Council Staff Report
July 6, 2016 -- Page 3
Award CP16-03, Palm Springs Dog Park Renovations
Company Location Bid Amount
G & M Construction *"* Palm Springs, CA $389,607.00
'non-responsive
Principles Contracting, Inc. Riverside, CA $403,867.60
Landscape Support Services Sherman Oaks, CA $465,672.80
Marina Landscape Orange, CA $495,572.60
KASA Construction, Inc. Chino, CA $566,077.50
CS Legacy Construction, Inc. Pomona, CA $566,582.55
Mariposa Landscapes, Inc. Irwindale, CA $642,101.34
O&J Golf Construction, Inc. Moreno Valley, CA $982,478.32
The basis of award was Bid Schedule A and Bid Schedule B; excluding Alternative Bid
Items 9ALT and 23ALT from Bid Schedule A. Alternative Bid Item 9ALT identified a
price of $363,000 to install Synthetic Turf (K9 Grass System) in lieu of a Hybrid
Bermuda Turf. Additionally, Alternative Bid Item 23ALT identified a price of $137,000 to
install Solar LED Light Fixtures in lieu of Non-Solar LED Decorative Light Fixtures.
On that basis, Principles Contracting, Inc., a California corporation, submitted the lowest
bid in the amount of$403,867.60. A full bid summary is included as Attachment 3.
The lowest bid submitted from Principles Contracting, Inc., includes the following costs
for each separate scope of work. At the June 15, 2016, City Council meeting, the City
Council appropriated a budget of $330,000 from the Measure J Capital Fund for the
Project. On the basis of the funding appropriated, staff recommends that the City
Council award a contract excluding the alternative bid items for the synthetic turf and
LED light fixtures, and the work identified for an expanded temporary dog park at
Demuth Park, as identified on Bid Schedule B.
Bid Analysis
As part of the City's normal bid review process, staff reviewed all of the bid documents
submitted by the apparent low bidder, G & M Construction ("G&M"), to ensure
compliance with the Instructions to Bidders. After staff's review, staff determined that
G&M submitted an incomplete bid by listing a subcontractor who is not registered with
the Department of Industrial Relations ("DIR"). Pursuant to Section 1725.5 of the Public
Contract Code, a Contractor or subcontractor shall not engage in the performance of
any contract for public works unless currently registered with the DIR. However,
pursuant to Section 1771.1 (c) of the Public Contract Code, an inadvertent error in
listing a subcontractor who is not registered pursuant to Section 1725.5 in a bid
proposal shall not be grounds for considering the bid non-responsive provided that the
following apply:
1) The subcontractor is registered prior to the bid opening.
03
City Council Staff Report
July 6, 2016-- Page 4
Award CP16-03, Palm Springs Dog Park Renovations
2) Within 24 hours after the bid opening, the subcontractor is registered and has
paid the penalty registration fee specified in subparagraph (E) of paragraph (2) of
subdivision (a) of Section 1725.5.
Staff communicated with G&M and determined their subcontractor did not pay any
penalty registration fee to the DIR. As G&M did not inadvertently list Buena Vista
Landscaping on their bid they also could not claim they were unaware of their lack of
DIR registration and replace Buena Vista Landscaping with another subcontractor.
Therefore, the bid submitted by G&M is considered non-responsive.
Staff reviewed the bid documents submitted by the second low bidder, Principles
Contracting, Inc., and determined that its bid was compliant with the Instructions to
Bidders. On all advertisements for bids, the City issues a disclosure under Section N-3
"Award of Contract," in its Notice Inviting Bids declaring that:
The City reserves the right after opening bids to reject any or all bids, to waive any
informality (non-responsiveness) in a bid, or to make award to the lowest responsive,
responsible bidder, and reject all other bids, as it may best serve the interest of the City.
As a California charter city, pursuant to relevant state and case law, the City Council
retains general authority to award contracts in the best interests of the City. On the
basis that the City Council rejects the lowest bid submitted by G & M Construction, as
non-responsive, staff recommends that the City Council approve the bid submitted by
Principles Contracting, Inc., and determine that Principles Contracting, Inc., of
Riverside, California, submitted the lowest responsive bid.
Public Works Contractor Registration Law (5B 854)
Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854
(2014), unless registered with the State of California Department of Industrial Relations, a
contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted
for public works projects on or after March 1, 2015. Similarly, a public entity cannot
award a public works contract to a non-registered contractor, effective April 1, 2015. Staff
has reviewed the DIR's contractor registration database, and has confirmed that
Principles Contracting, Inc., is registered with the DIR, and is appropriately licensed.
Principles Contracting, Inc., of Riverside, California, submitted the lowest responsive
bid; staff reviewed the bid and contractor's license, and found Principles Contracting,
Inc., to be properly licensed and qualified. A construction contract with Principles
Contracting, Inc., is included as Attachment 4.
04
City Council Staff Report
July 6, 2016 -- Page 5
Award CP16-03, Palm Springs Dog Park Renovations
Local Business Preference Compliance
Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference
Program," requires prime contractors to use good faith efforts to sub-contract the supply
of materials and equipment to local business enterprises and to sub-contract services to
businesses whose work force resides within the Coachella Valley. Principles
Contracting, Inc., is not considered a local business, however, demonstrated sufficient
evidence of good faith efforts to sub-contract the supply of materials and equipment to
local business enterprises.
ENVIRONMENTAL IMPACT:
Section 21084 of the California Public Resources Code requires Guidelines for
Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines
are required to include a list of classes of projects which have been determined not to
have a significant effect on the environment and which are exempt from the provisions
of CEQA. In response to that mandate, the Secretary for Resources identified classes
of projects that do not have a significant effect on the environment, and are declared to
be categorically exempt from the requirement for the preparation of environmental
documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects
consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public structures, facilities, mechanical equipment or topographical
features involving negligible or no expansion of use beyond that existing at the time of
the lead agency's determination. Therefore, in accordance with Section 15301(c), staff
determined that construction of the proposed improvements to the City's existing Dog
Park is considered categorically exempt from CEQA, and a Notice of Exemption has
been prepared and will be filed with the Riverside County Clerk. A copy of the Notice of
Exemption is included as Attachment 5.
FISCAL IMPACT:
On June 15, 2016, the City Council continued discussions toward the appropriation of
funds to Measure J Capital projects as part of the 2016/2017 Fiscal Year. At that time,
the City Council took action to appropriate $330,000 for the Project as part of the
2016/2017 Measure J Capital Project Fund budget. On the basis of this appropriation,
sufficient funding is available to award the construction contract in the amount of
$329,867.60.
05
City Council Staff Report
July 6, 2016 -- Page 6
Award CP16-03, Palm Springs Dog Park Renovations
SUBMITTED:
Prepared by: Approved by:
Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Esq., Ph.D.
Assistant City Manager/City Engineer City Manager
Attachments:
1 . March 16, 2016, City Council staff report
2. Vicinity Map
3. Bid Summary
4. Construction Contract
5. CEQA Notice of Exemption
06
ATTACHMENT 1
07
�pALM SA
A. 4�y
a
V N
� �c°auno•F
c44IFOAa�P City Council Staff Report
DATE: March 16, 2016 NEW BUSINESS
SUBJECT: REVIEW OF THE CONCEPTUAL DESIGN FOR IMPROVEMENTS TO
THE PALM SPRINGS DOG PARK
FROM: David H. Ready, City Manager
BY: Office of the City Manager
SUMMARY
The implementation of state-mandated water conservation measures limiting outdoor
watering to three days per week, and the prior cancellation of annual winter rye grass
re-seeding in 2014 and 2015, has resulted in the deterioration of the turf at the Palm
Springs Dog Park. Currently, most of the underlying Bermuda grass has been lost due
to the high volume use by residents, the reduced irrigation, and deferral of annual winter
re-seeding resulting in the appearance of bare ground. Council has asked staff to
initiate efforts with a Landscape Architect to review the site and provide
recommendations for solutions to the on-going turf maintenance challenges.
RECOMMENDATION:
1. Review and approve the conceptual design for the City's Dog Park; and
2. Authorize an increase in the amount of $26,200 to Purchase Order No. 16-0825 with
David Volz Design, for a total amount of $47,284, in accordance with Professional
Services Agreement for On-Call Landscape Architectural Services, A6786; and
3. Authorize the City Manager to execute all necessary documents.
STAFF ANALYSIS:
Planning efforts for construction of the City's first dog park were initiated in 1998.
Subsequently, the dog park was constructed on approximately one acre of City land
located immediately north of City Hall, as shown in Figure 1. The dog park is
landscaped primarily with turf, with a variety of trees in and around the perimeter of the
site. The type of turf used is a "hybrid Bermuda" grass, which is a very common type of
grass used throughout the Coachella Valley, defined as:
08
ITEM N0. b _
City Council Staff Report
March 16, 2016 -- Page 2
Dog Park Conceptual Design
Bermuda grass is a warm-season grass well adapted to warm regions of
California. It does best in full sun and high temperatures. During periods of
extended low temperatures. Bermuda grass will turn brown. In areas where
Bermuda grass is well adapted, it is very water-efficient and has few pest
problems. Both seeded and hybrid varieties are durable and withstand heavy use
during the spring, summer, and early autumn months when they are actively
growing, but they can be severely damaged from traffic durintq the winter months
when they are not growing, giving weeds a chance to invade.
During the winter months, the Bermuda grass will go dormant turning yellow and
appearing dead. Its dormancy period extends generally from September to May. when it
starts its growing season again, not requiring replanting. Historically, during its
dormancy period the City will over-seed the Bermuda grass with an annual Rye which
provides a full, dark green turf throughout the winter months, after which it naturally dies
off by the summer months due to the higher temperatures.
I
Zvi V
_I r ,
AWEEP*.
Figure 1
Annual winter Rye grass reseeding of the dog park typically required complete closure
of the dog park for 4-6 weeks to allow for germination of the Rye grass, and in 2014 at
the request of dog park users, the City deferred the annual reseeding to allow the dog
Taken from University of California Agriculture & Natural Resources, Statewide Integrated Pest
Management Program website, 1/27116
09
City Council Staff Report
March 16, 2016-- Page 3
Dog Park Conceptual Design
park to remain open during the peak season of September/October. As a result, due to
high traffic use of the dormant Bermuda grass, the condition of the underlying Bermuda
grass deteriorated.
The City is under specific regulations restricting outdoor watering, which has generally
deteriorated the condition of turf, trees and landscaping at all City parks and facilities.
The combination of reduced outdoor watering and deferral of annual reseeding has
significantly deteriorated the underlying Bermuda grass to the extent that most of it has
now been replaced by bare ground.
The condition of the dog park has prompted complaints from its users requesting
immediate action by the City. Requests have been made that the City replace all of the
existing turf and consider planting of "St. Augustine" grass, which it has been claimed is
used elsewhere in the Coachella Valley as an all-year grass not requiring annual
reseeding during the winter months. Specifically, claims have been made that it is used
at other dog parks, and at the private recreation area at the Coyote Run apartment
complex in north Palm Springs. St. Augustine grass is defined as:
St. Augustine grass, along with bemtuda grass and zoysia grass, is a warm-
season turf grass. In areas where it is well adapted, it is water efficient and has
few pest problems. St. Augustine grass is used in the most moderate California
climate zones, along the Southern California coast or in coastal valleys. /t prefers
full sun, but has a high tolerance for shade. It grows quickly during the summer
months, but slows down during the spring and fall and enters a dormancy period
in the late autumn and during the winter months. Because St. Augustine grass is
not wear tolerant, it is used for lawns and general purpose turf, but not for high
traffic sports turf 2
Staff has contacted the City of Palm Desert and has confirmed that at all of its dog
parks they have planted hybrid Bermuda grass, and not St. Augustine grass. Staff does
not recommend the City consider planting St. Augustine grass, as it is not a true year-
round turf, is difficult to maintain (is thick and problematic for removal of dog feces), and
is not recommended for high traffic sports areas like dog parks.
An immediate resolution to the recent complaints on the condition of the dog park is to
consider replanting of hybrid Bermuda grass in February/March when the temperatures
are warmer. Staff previously received a proposal in the amount of $54,375 from its
landscape maintenance contractor, Golden Valley Construction, to remove the existing
turf and replant hybrid Bermuda. Staff does not recommend replanting hybrid Bermuda
throughout the entire dog park at this time due to the following issues:
Z Taken from University of California Agriculture & Natural Resources, Statewide Integrated Pest
Management Program website, 1/27116
10
City Council Staff Report
March 16, 2016-- Page 4
Dog Park Conceptual Design
1) Extension of state-mandated water conservation regulations limiting outdoor
watering to 3 times per week is not sufficient to adequately maintain turf to its best
condition.
2) The existing irrigation system requires replacement with an improved and more
efficient system with separate irrigation stations and valves allowing for segregation
of turf areas for maintenance.
3) Hybrid Bermuda grass requires annual reseeding with Rye grass to ensure it is not
damaged during its dormancy period, and annual reseeding may not be allowed
under the current state-mandated water conservation regulations.
At the January 19, 2016, Parks & Recreation Commission, staff reported that the City
had entered into a contract with one of its on-call Landscape Architects (David Volz
Design) to review the City's dog park and provide recommendations on improvements
that should be made to address the deteriorated condition of the turf, including
preparation of a conceptual plan for its complete renovation. At that time, the
Commission appointed a sub-committee to coordinate with staff on the Dog Park.
At the February 3, 2016, City Council meeting, the City Council appointed Mayor Moon
and Councilmember Foat to a sub-committee to review the issues surrounding the Dog
Park, including review of a proposed conceptual plan for its improvement.
On February 9, 2016, the City Council and Parks & Recreation Commission sub-
committees met with staff and David Volz Design to discuss goals and objectives with
development of a conceptual plan to improve the City's Dog Park. The collective
agreement was the following goals:
• Maintain turf
• Install new irrigation system
• Install concrete perimeter walkways
• Install benches
• Install water for dogs
• Install more lighting
At the February 16, 2016, Parks & Recreation Commission, staff reported on the
progress made with appointment of a City Council subcommittee and development of a
conceptual plan by David Volz Design.
On March 7, 2016, the City Council and Parks & Recreation Commission sub-
committees met with staff and David Volz Design to review a conceptual plan for
improvements to the Dog Park. The group recommended approval of the conceptual
plan, with formal review scheduled by the Parks & Recreation Commission at its March
15, 2016, meeting. A copy of the conceptual plan is shown as Figure 2 on the next
page.
11
City Council Staff Report
March 16, 2016 — Page 5
Dog Park Conceptual Design
The City Council sub-committee is recommending that the City Council approve the
conceptual plan and authorize David Volz Design to proceed with preparing final design
and construction documents. Staff has received a proposal from David Volz Design in
the amount of $25,200 and recommends that the City Council authorize the City
Manager to increase the Purchase Order previously issued to David Volz Design for the
conceptual phase of this project. A copy of the proposal from David Volz Design is
included as Attachment 1.
Time is of the essence on preparing final design and construction documents, to allow
staff to return final plans for City Council approval to bid, with bidding and award of
contract in time to schedule construction of the project by summer. The proposal
anticipated installation of new hybrid Bermuda grass, which requires the summer
months to take hold and grow. Construction of the improvements at the Dog Park will
require complete closure for a period of two months, with a subsequent closure of the
Dog Park in the Fall to allow for annual winter rye grass re-seeding-
Figure 2
FJ
! .,
_ a sy`s'. v G • �_ Ex Sr.hp U
V
LEGEND
_._. wcw cawc�E � raKoc�u.o coax¢
® ��GPAB9 O CNWEAO�X
® PALM SPRINGS DOG PARK !`t- '�'
Cr"OF P"Sprom Orr
12
City Council Staff Report
March 16, 2016--Page 6
Dog Park Conceptual Design
ENVIRONMENTAL IMPACT:
Section 21084 of the California Public Resources Code requires Guidelines for
Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines
are required to include a list of classes of projects which have been determined not to
have a significant effect on the environment and which are exempt from the provisions
of CEQA. In response to that mandate, the Secretary for Resources identified classes of
projects that do not have a significant effect on the environment, and are declared to be
categorically exempt from the requirement for the preparation of environmental
documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects
consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public structures, facilities, mechanical equipment or topographical
features involving negligible or no expansion of use beyond that existing at the time of
the lead agency's determination. Therefore, in accordance with Section 15301(c), staff
determined that construction of the proposed improvements to the City's existing Dog
Park is considered categorically exempt from CEQA.
FISCAL IMPACT:
Funding for development of the conceptual plan by David Volz Design was appropriated
from existing budget in the General Fund, Parks Maintenance Account 001-2451-
43071. Sufficient funding is available to authorize the increase in the Purchase Order
with David Volz Design in the amount of$25,200 to proceed with final design.
The estimated cost to construct the proposed improvements to the City's Dog Park is
$250,000 to $300,000. Funding has not yet been identified or appropriated by the City
Council for this project and will require an appropriation in the adopted FY 2016-17
budget if the project is to proceed.
SUBMITTED:
Prepared by: Approved by:
r
Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Es
Assistant City Manager/City Engineer City Manager
Attachments:
1. David Volz Design Proposal
13
ATTACHMENT 1
14
Landscape Archtteets and Park play.Ktm
March 8, 2016 w ..dvohdesitn.com
Home Office
151 Kalmus Drive,Suite.M8
Costa Mesa,CA 92626
Mr. Marcus Fuller phone 714.641.13
00 fox 714.641.132323
Assistant City Manager/City Engineer
City of Palm Springs Coocheeffe lley 78060 Cage Office
3200 E. Tahquitz Canyon Way La Quinta,CA 92253
Palm Springs, CA 92262 phone 760.580.5165
fox 760.564.0369
RE: Palm Springs Dog Park Construction Documents and Construction Period Services
Proposal to Provide Landscape Architectural Services
City of Palm Springs
Dear Marcus,
Thank you for the opportunity to propose on construction documents for refurbishment of the
Palm Springs Dog Park DVD will prepare plans and specifications for city plan review process
and approval. The landscape portion of the site is approximately 34,000 square feet and we
estimate the construction costs for landscape to be about $275,000{Includes $40,000 lighting
estimate. The construction documents will be based upon the concept plan dated March 2016.
We propose that the following scope of services to complete the project:
Scope of Services
Construction Documents
TASK I Prepare layout plan for proposed improvements,walkways, benches, landscape
and irrigation.
TASK 2 Prepare the planting plan and planting details for construction. The plan will be
based on the approved preliminary landscape plan. The plan will include the
turf locations, existing trees, details and notes.
TASK 3 Prepare the irrigation plan and irrigation details for construction and
submittal to the water department. The plan will be based on the approved
preliminary landscape plan. Included on the irrigation plans will be the type, size,
and locations of irrigation equipment including rotor heads, valves, pipe, and
points of connection to existing irrigation. The irrigation system will be listed by
name, manufacturer, model number and description. The irrigation system will
include pressure loss calculations, and calculations for the proposed yearly water
use.
...MsEgnfny LaM ISOR s that Crtatt Coxuauntta 15
F
TASK 4 Provide planting and irrigation technical specification sections in
word document format with a bid schedule and payment items for landscape
related work.
TASK 5 Electrical engineers plans for lighting of the park use areas. See attached
proposal for electrical engineering scope of services.
TASK 6 Provide an estimate of probable construction costs based on the final
construction documents.
Bidding Support and Construction Observation
TASK 7 Provide bidding and construction support for planting and irrigation. Services will
include answering RFI's (Request for Information) during the bid period and
assistance with evaluating bids once submitted. Construction observation would
include two(2) site visits during the project construction at the following times:
1. Fine Grading
2. Final Inspection
Professional Fees
DVD proposes to provide the landscape architectural services outlined above on a fixed fee
basis. Any additional services required can be provided at our current hourly rate schedule.
A, Construction Documents
Task I through 4 and 6 identified above. Prepare planting and irrigation plans and specifications.
$19,000
Task 7 Electrical Engineers Plans
$4,600
B, Bidding and Construction Observation
Task 7 will be provided on a time and materials basis and will include RFI responses, in-office
construction support and two (2) site reviews.
$1,600
DVD will provide base map information based upon publicly available aerial photography, no
survey will be prepared. Discrepancies between the base map information and field conditions
will require field adjustments during construction. Printing, copying,delivery and reprographics
ova
16
cost will be billed in addition to the above identified fees at the rate of cost plus 15%when
prepared in-house.
Consultants fees for team members include a 15% administrative mark-up
Please review this proposal and should you have any questions please do not hesitate to call. We
are looking forward to the refurbishment of Palm Springs Dog Park.
Very truly yours,
DAVID YILZ 11E=101
Tk__ '
David J. Volz, RLA#2375
LEED Accredited Professional QSD/P
ova = -.
17
I
EYIW YVR
elgCY6 OiYY
I
me, wawttewcv. waena- wnew aEavwr
a� o
Lu
1 _ --'. � EXISTING U
o° -r BUILDING
o:
U - 1 Lu
w
o�
.aT.�
LEGEND
1 NEW CONCRETE BOULDERS AND COBBLE
(fOYI.lCN Ews.sEu�
' i NATURAL GRASS CRUSHED ROCK
_ -- (NEW IFRY_MTpN) (p"Tg EYIHlW3�
' yEY9T1q:YWE'.Y ^ �Mpf g_ _ OEl16IIW:WUfC OE+i:..•..l'In.GE4
CONC PT PLAN'NATURA!GVASS WITH >_kA/ETER Wa._
ARAN PALM SPRINGS DOG PARK N
CITY Of PALM SPRINGS
Cb
ATTACHMENT 2
19
O`�PIM da4
Department of Public Works and Engineering
.... Vicinity Map
i
CIVIC DR W -
ppdORAVE
FL
J
m '..
LI VM OR AVE -. G
W
ANDREAS RD
i
Legend E TANQUITZ CANYON WAY
®Site
F-1500' Radius
{ I
— Parcels
I I ! I
CITY OF PALM SPRINGS
20
ATTACHMENT 3
21
DOG PARK RENOVATIONS
CITY PROJECT 16-03
BID SUMMARY
Bid Opening:June 7,2016
BID SCHEDULE A G&M CONSTRUCTION CS LEGACY CONSTRUCTION KASA CONSTRUCTION MARINA LANDSCAPE
DUANT. UNIT INC.
BID ITEM ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1 Mobilization 1 ITS $11850.00 $11850.00 $9954500 $99545.00 $10100000 $107000.00 $22,000.00 $22000.00
2 Temporary Traffic Control 1 LS $250,00 $250.00 $862,00 $862.00 $400000 $400000 $1500.00 $1500.00
3 Water Pollution Control 1 LS $1,250,00 $1250.00 $3,189.00 $3,189,00 $6500.00 $6.500,00 $1.000,00 $1.000.00
4 Site Clearing&Demolition 1 LS $17,800.00 $17,800.00 $22,65800 $22,658.00 $40,000.00 $40000B $125D0.00 $12,500.00
5 Earthwork 1 LS $15,525.00 $15,525.00 $8282.00 $8,282.00 $24,000.00 $240D0.00 $200D0.00 $20000.00
6 Soil Preparation&Fine Grading 360a5 SF 0.50 $18042.50 $0.40 $14434.00 $0.45 $16238.25 $0.35 $12,629.75
7 Weed Abatement 36085 SF $0.20 $7217.00 $003 $1,082.55 $005 $1804.25 $0.01 $360.85
8 Irrigation S stem 1 LS $39000,00 $39000.00 $60773,00 $60773.00 $45000.00 $45000.00 $34000.00 $34000.00
9 Furnish and Install Sod 1 LS $40 000,00 $40 000.00 $26 737,00 $26 737.DO $16 500.00 $16 500.00 $21 00000 $21 000.00
9(Alt) Furnish and Install Synthetic Sad 1 ITS $129,550.00 $129,550.00 $287.479,00 $287,479.00 $350,000.00 $350.00000 $350,000.00 $350,000,00
K9 Grass S stem Com late
10 Furnish and Install Trees 36'Box 14 EA $250.00 $3,500.001 $871,00 1 $12194.00 $100000 1 $1400000 $1125.00 1 $15750,05
11 Furnish and Install Gushed Rock 69 TON $135,00 $9,315.DGI $276.00 $19 044.00 $26D.00 17 940 00 $300.00 1 $20 700.00
12 Furnish and Install Boulder A 4 EA $500.00 $2 00000 $622.01) $2 488.00 $350.00 $1,400.00 $650.00 1 $2,600.00
13 Furnish and Install Boulder B 12 EA $400.00 $4800.00 $44300 $5311 $200.00 $2400.00 $350.00 $42D0.00
14 Furnish and Install Boulder C 10 EA $275.00 $275000 $302,00 $3020.00 $175.00 $1,750.00 $180.00 $1.800.00
15 Construct Concrete Flatwork 5105 SF $4,50 $2297250 $7.20 $36756.00 $7,00 $35735B $12.00 $61260.00
16 Construct Concrete Header 720 LF $15,00 $10,80000 $12A0 $8,712.00 $1700 $12240,00 $24.00 $17,280.00
17 Furnish and Install Dog Bone Bench 4 EA $1,425.00 $5,700L0 $1,300.00 5 200.00 1 700.00 $6,800.00 $1 95000 $]800.00
18 Furnish and Install Dog Wash 1 EA $1,850.00 $1.850,00 $4.420.00 $4.420.00 $3,500.00 $3,500.00 $2,150.00 $2,150.00
Fountain(Hydrant)
19 Furnish and Install Dog Wash
Fountain 1 EA $2,150.1)0 $2,150,00 $4.713.00 $4.713.00 $5,500.00 $5,500,00 $3,00000 $3,000.00
20 Furnish and Install Trash Bench 12 EA $3100,00 $36000.00 $1268.00 $20072,00 $1,600.00 $30000.00 $2250.00 $$500000
21 Furnish and Install Trash Receptacle 4 EA $1,10000 $4400.00 $1,26800 $5,07200 $1,600.00 $6,400.00 $1,250.00 $5,00000
22 Furnish and Install Mini Dog Waste 2 EA $200,00 $400.00 $352.D0 $704.00 $600,00 $1,200.00 $475,00 $95000
with One ul Ba S tam
Lighting&Electrical System(with Pole
23 Mounted LED Decoralive Light 1 LS $50,550.00 $50,55000 $91.82300 $91,82300 $68,000.00 $68,000.00 $80,000.00 $80,000,00
Fixtures
Lighting&Electrical System(with Pole
23FAIT Mounted Solar LED Light Fixture with 1 ITS $116,20000 $116,20000 $180,988.00 $180.988.00 $175.000.00 $175,000,00 $178,750,00 $178,750.00
Integral PV Panel Assembly(
24 90 Day Landscape Maintenance 1 LS $3.5DO,00 $3500,00 $8781.OD $8 T81.00 $8000.00 $8,000.00 600000 $6,00000
BID SCHEDULE A TOTAL(EXCLUDING ALT ITEMS): $311,622.00 $466,541.55 $469,907.50 $387,680.60
BID SCHEDULE A TOTAL(INCLUDING ALT IT EMS): $466,822.00 $816,448.55 $910,407.50 $815,430.60
BID SCHEDULE B G&M CONSTRUCTION CS LEGACY CONSTRUCTION KASA CONSTRUCTION MARINA LANDSCAPE
GUANT. UNIT INC.
BID ITEM ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1 Mobilization 1 LS $2,985.00 $2,885.00 $8,698.00 $8,698.00 $20000.00 $20,00000 $6,000.00 $6000.00
2 Temporary Traffic Control 1 LS $250.00 $250.00 $86200 $862.00 $800.00 $800.00 $1500.00 $1,500.0o
3 Water Pollution Control 1 LS $1250.00 $1250.00 $1421.D0 $1,421,D0 $1500.00 $1,50000 $400.00 $400,00
4 Site Clearing&Demolition 1 LS $2,500,00 $2,500.00 $732.00 $732.00 $5ODO 00 $5.00000 $11350.00 $11,35000
5 Soil preparation&Fine Grading 560 SF $0.50 $280,00 $0,50 $280.00 $1,50 $940.00 $0]0 $392,00
6 Modify Irrigation S tem 1 LS $750.00 $750.00 $1,91500 1915.DO $800000 $8,000,00 $13350,00 $13,350.00
7 Repair and Replace Sod 1 ITS $2,250.00 2250.00 $724300 $7,243,00 $5000,00 $5,DO0.00 $270000 $2,70D.D0
8 Construct Concrete Flatwork 560 SF $4.50 $2,520.00 $8.75 $4,900.00 $8.00 $4,480.00 $12.50 $7,000.00
9 Construct Concrete Header 750 LF $15.00 $11,250.00 $16.00 $12000.00 $17.00 $12,750,00 $26.00 $19,50 ,
10 Furnish and Install 6'High Chain Link 830 LF $55.OD $45,650.00 $56.00 $46,48000 $4000 $33,200,00 $45.00 $37,350,00
Fence
11 Furnish and Install Chain Link Fence 4 EA $1,000.00 $4,00000 $2.30700 $9,22800 $40000 $1,600.00 $1,100.00 $4,40000
Simple Gale
12 Furnish and Install Chain Link Fence 2 EA 1 $2,000.00 1 $4,000.00 $2.789,00 1 $5,578.00 $9D0.00 1 $1,800.00 $1,500.00 $3,000.00
Oou le Gate
13 Furnish and Install Mini Dog Waste 2 EA $20000 $400,00 $352.00 $704.00 $600,00 $1,200.00 $4]500 $950.00
with One ul Ba S tern
BID SCHEDULE B TOTAL: $77,985.00 $100,041.00 $96,170.00 $107,892.00
TOTAL BID SCHEDULE A+B(EXCLUDING ALT ITEMS) $389,607.00 $566,582.55 $566,077.50 $495,572.60
1 6 5 4
22
DOG PARK RENOVATIONS
CITY PROJECT 16-03
BID SUMMARY
Bid Opening:June 7,2016
BID SCHEDULE A MARIPOSA LANDSCAPES INC LANDSCAPE SUPPORT O&J GOLF CONSTRUCTION PRINCIPLES CONTRACTING
OUANT. UNIT SERVICES INC INC
BID ITEM ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1 Mobilization 1 LS $15064.0D $15064.00 $24,031,00 $24031.00 $1250D.00 $12501 $3000000 $30000.00
2 Temporary Traffic Control 1 LS $463900 $4639.00 $541.00 $541.00 $22111.06 $22111.06 $20000.00 $2000000
3 Water Pollution Control 1 LS $2,327.00 $2327,00 $5173.00 $5,173.00 $17508.19 $17.508.19 $1,023.00 $1,02300
4 Site Clearing&Demolition 1 LS $50718.00 $50711 $37515.00 $3751500 $4040586 $40405.86 $40000.00 $40000.00
5 Earthwork 1 LS $12,996.00 $12 996.0 $10,182.00 $1018200 $3000000 $30000.00 $16000.00 $16000.00
6 Soil Preparation B Fine Grading 36085 SF $0.58 $20929.3 $0.57 $2056B.4 $0.39 $14,07315 0.25 $902L25
7 Weed Abatement 36085 SF $004 $1443.40 $0.01 $36085 $0.08 $2886.80 $0.10 $3608.50
8 Ini ation System 1 LS $71287.00 $71287,00 $37087.00 $3708700 $158.212.44 $158212.44 $18500.00 18500.00
9 Furnish and Install Sod 1 LS $31961.00 $3196100 $22573.00 $2257300 $3312480 $33124.80 $14361,00 $143610D
9(Alt) Furnish and Install Synthetic Sad 1 LS $357,141,00 $357.141 00 $315,000.00 $315,000.00 $333,531.36 $333,531,36 $363,000.00 $363,000,00
K9 Grass S stem Cam lele
10 lFurnish and Install Trees 36"Box 14 EA $1,115S3 $15617.42 $1.4M.00 $20.132,00 $1.186A8 $16,61032 $1.074.00 $15036.00
11 IFurnish and Install Crushed Rock 69 TON 1027.61 $709D5.09 $325.00 $22425.00 114.00 $7,86600 130.00 $8970.00
12 Furnish and Install Boulder(A) 4 EA $827.54 $3310.16 $675.DO $2700.00 $98700 $3948.00 $41300 $1,652.00
13 Furnish and Install Boulder IS, 12 EA $58547 $7025,64 $345,00 $4140.00 $789.60 $9475.20 $236.00 $2832.00
14 Furnish and Install Boulder C 10 EA $241.27 $241270 $11400 $114000 $393.00 $3931 $80.60 $806.00
15 Construct Concrete Flatwork 5105 SF $9.24 $47170.20 $7.50 $38287.50 $24.83 $126,757,15 $8.17 $41707.85
16 Construct Concrete Header 720 LF $24A2 $17,36640 $1760 $12.672.00 $26,25 $18,900,00 $10.00 $7,200.00
17 Furnish and Install Dog Bane Bench 4 EA $3121.21 $12,484.84 1991.00 $7.964.00 $1760.99 $7043,56 $1228.00 $491200
18 Furnish and Install Dag Wash 1 EA $224292 $224292 $4,180.00 $4,180.0D $3,186.28 $3,186.28 $1,81 $1,801
Fountain(Hydrant)
19 Furnish and Install Dog Wash Fountain 1 EA $2.809.83 $2,809.83 $4,402,00 $4,402.00 $3,639.50 $3,639,50 $2,400.00 $2.400.00
20 Furnish and Install Radius Bench 12 EA $2551.40 $1020500 $1,822,00 $$7288.00 $3389,58 $$5559.32 $$25,00 $$3300.00
21 Fumish and Install Trash Receptacle 4 EA $2,551.40 810,205.6D $1822.00 $],288.00 $1,389.58 $5,558.32 $825.00 $3.3D0.00
22 Furnish and Install Mini Dog Waste 2 EA $692.68 $1,385.36 $579.00 $1,158.00 $271,23 $542.46 $269.00 $538.00
with Precut Bad Sydbern
Lighting S Electrical System(with Pole
23 Mounted LED Decorative Light 1 LS $82,595,00 $82,595.00 $61,1 $61,084.00 $44,358.00 $44,358.00 $57,40000 $57.400.00
Fixtures)
Lighting&Electrical System(with Pole
23.(Alt) Mounted!Solar LED Light Fixture with 1 LS $143.281.00 $143,281.00 $113.114.00 $113,114.00 $110,652.00 $110,65200 $137,000,00 $137.000.00
Integral PV Panel Assembly)
24 90 Day Land scal Maintenance 1 LS $4646,00 1 $4,646,001 $5309,00 1 $5309.00 $18100.00 $1810000 $1500.00 $1,500,00
BID SCHEDULE A TOTAL(EXCLUDING ALT ITEMS): $525,633.86 $387,776.80 $643,261.77 $329,867.60
BID SCHEDULE A TOTAL(INCLUDING ALT ITEMS): $911,499.86 $732,233.80 $1,009,962.33 $758,106.60
BID SCHEDULE B MARIPOSA LANDSCAPES INC LANDSCAPE SUPPORT 01 GOLF CONSTRUCTION PRINCIPLES CONTRACTING
OUANT. UNIT SERVICES INC INC
BID ITEM ITEM DESCRIPTION UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT UNIT PRICE AMOUNT
1 Mobilization 1 LS $1.698.00 $1,69800 $6808.00 $6,808.00 $6,651,30 $6,651.30 $3.500.00 $3,501
2 Tormorar,,Traffic Control 1 LS $1553.00 $1,553.00 $541.00 $541,00 $22111.06 $22,11106 $2,500.00 $2,500.00
3 Water Pollution Control 1 LS $686.00 $686.00 $1,00000 $1,ODO.00 $17508.19 $17,508,19 $1,500.00 $1500.00
4 Site Clearing&Demolition 1 LS $5,56000 $5561 $250000 $251 $40405.86 $4D,405.8 Ill $10,722.00
5 Soil Preparation&Fine Grading 560 SF $7.12 $3987.20 $1.80 $1008.00 $0.39 $218.40 $2.00 $1,12000
6 Modify Indication S stem 1 LS $3718.00 $3.718.00 $2,234.00 $2234.00 $158,212A6 $158,212.44 $2,500.00 $250000
7 Repair and Replace Sod 1 LS $6,783,98 $6.783.98 $10,531.00 $10.53100 $33.124.80 $33,124.80 $4,00000 $400000
8 Construct Concrete Flaiwork 560 SF $1262 $7.067,20 $8.60 $481600 $24.83 $13,904,80 $7,00 $392000
9 Construct Concrete Header 750 LF $2184 $16,38000 $1160 $13,200.00 $26,25 $19.687.50 $10.00 7500.00
10 Furnish and Install 6'High Chain Link 830 LF $75.93 $63,021 90 $3000 $24.900.00 $28.93 $24,011.90 $32.40 $26,892.00
Fence
11 Furnish and Install Chain Link Fence 4 EA $573.54 $2,294.16 $1,200,00 $4,800,00 $359.31 $1,437.24 $1,198,00 $4,792.00
Sin le Gate
12 1 Furnish and Install Chain Link Fence 2 EA $1,166.34 $2,332.68 $2.200,00 $4,400,00 $701 $1,400.60 $1.477.00 $2,954,00
Dou le Gate
13 Furnish and Install Mini Dag Waste 2 EA $692.68 $1,385.36 $579.00 $1158.00 $271.23 $542.46 $1,050.00 $2,10000
with One ul Bag System
BID SCHEDULE B TOTAL: $116,467.48 $77,896.00 $339,216.55 $74,000.00
TOTAL BID SCHEDULE A+B(EXCLUDING ALT ITEMS) $642,101.34 $465,672.80 $982,478.32 $403,867.60
7 3 8 2
23
ATTACHMENT 4
24
AGREEMENT
(CONSTRUCTION CONTRACT)
THIS AGREEMENT made this _ day of 20_, by and between
the City of Palm Springs, a charter city, organized and existing in the County of Riverside,
under and by virtue of the laws of the State of California, hereinafter designated as the
City, and Principles Contracting, Inc., a California corporation, hereinafter designated as
the Contractor.
The City and the Contractor, in consideration of the mutual covenants hereinafter set
forth, agree as follows:
ARTICLE 1 -- THE WORK
For and in consideration of the payments and agreements to be made and performed by
City, Contractor agrees to furnish all materials and perform all work required to complete
the Work as specified in the Contract Documents, and as generally indicated under the
Bid Schedule(s) for the Project entitled:
DOG PARK RENOVATIONS
CITY PROJECT NO. 16-03
The Work comprises the complete renovation of the existing Palm Springs Dog Park
located north of the Palm Springs City Hall at 3200 E. Tahquitz Canyon Way, including
the following scope of work: clearing, grubbing and removals; soil preparation and fine
grading; weed abatement; earthwork; installation of new irrigation system; installation of
new turf; installation of site furnishings; and all other appurtenant work.
ARTICLE 2 -- COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall commence on the date specified in
the Notice to Proceed by the City, and the Work shall be fully completed within the time
specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement, and
that the City will suffer financial loss if the Work is not completed within the time specified
in Article 2, herein, plus any extensions thereof allowed in accordance with applicable
provisions of the Standard Specifications, as modified herein. They also recognize the
delays, expense, and difficulties involved in proving in a legal proceeding the actual loss
suffered by the City if the Work is not completed on time. Accordingly, instead of
requiring any such proof, the City and the Contractor agree that as liquidated damages or
delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section
6-9 of the Special Provisions for each calendar day that expires after the time specified in
Article 2, herein. In executing the Agreement, the Contractor acknowledges it has
reviewed the provisions of the Standard Specifications, as modified herein, related to
liquidated damages, and has made itself aware of the actual loss incurred by the City due
to the inability to complete the Work within the time specified in the Notice to Proceed.
25
DOG PARK RENOVATIONS
CITY PROJECT NO. 16-03 AGREEMENT FORM-PAGE 1
MAY 2,2016
ARTICLE 3 -- CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work, in accordance with the
Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid
Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change
Orders approved by the City. The amount of the initial contract award in accordance with
the Contractor's Bid Proposal is Three Hundred Twenty Nine Thousand Eight
Hundred Sixty Seven Dollars and Sixty Cents ($329,867.60). Bid Schedule A only.
Contractor agrees to receive and accept the prices set forth herein, as full compensation
for furnishing all materials, performing all work, and fulfilling all obligations hereunder.
Said compensation shall cover all expenses, losses, damages, and consequences arising
out of the nature of the Work during its progress or prior to its acceptance including those
for well and faithfully completing the Work and the whole thereof in the manner and time
specified in the Contract Documents; and, also including those arising from actions of the
elements, unforeseen difficulties or obstructions encountered in the prosecution of the
Work, suspension of discontinuance of the Work, and all other unknowns or risks of any
description connected with the Work.
ARTICLE 4 -- THE CONTRACT DOCUMENTS
The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the
prevailing rate of per diem wages as determined by the Director of the California
Department of Industrial Relations, the accepted Bid and Bid Schedule(s), List of
Subcontractors, Local Business Preference Program — Good Faith Efforts, Non-
Discrimination Certification, Non-Collusion Declaration, Bidder's General Information, Bid
Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance
Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings,
Addenda numbers 2 to 2, inclusive, and all Construction Contract Change Orders and
Work Change Directives which may be delivered or issued after the Effective Date of the
Agreement and are not attached hereto.
ARTICLE 5 -- MUTUAL OBLIGATIONS
For and in consideration of the payments and agreements to be made and performed by
the City, the Contractor agrees to furnish all materials and perform all work required for
the above stated project, and to fulfill all other obligations as set forth in the aforesaid
Contract Documents.
City hereby agrees to employ, and does hereby employ, Contractor to provide the
materials, complete the Work, and fulfill the obligations according to the terms and
conditions herein contained and referred to, for the Contract Price herein identified, and
hereby contracts to pay the same at the time, in the manner, and upon the conditions set
forth in the Contract Documents.
26
DOG PARK RENOVATIONS
CITY PROJECT NO. 16-03 AGREEMENT FORM-PAGE 2
MAY 2, 2016
Contractor specifically acknowledges and agrees to be bound by the Wage Rates and
Labor Code requirements specified in the Contract Documents, including the requirement
to furnish electronic certified payroll records directly to the Labor Commissioner (via the
Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per
diem wages as determined by the Director of the Department of Industrial Relations of the
State of California.
ARTICLE 6 -- PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the Standard
Specifications as amended by the Special Provisions. Applications for Payment will be
processed by the City Engineer as provided in the Contract Documents.
ARTICLE 7 -- NOTICES
Whenever any provision of the Contract Documents requires the giving of a written Notice
between the parties, it shall be deemed to have been validly given if delivered in person
to the individual or to a member of the firm or to an officer of the corporation for whom it is
intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the
last business address known to the giver of the Notice.
ARTICLE 8 -- INDEMNIFICATION
The Contractor agrees to indemnify and hold harmless the City, and all of its officers and
agents from any claims, demands, or causes of action, including related expenses,
attorney's fees, and costs, based on, arising out of, or in any way related to the Work
undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of
Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced
and made a part hereof.
ARTICLE 9 -- NON-DISCRIMINATION
Contractor represents and agrees that it shall not discriminate against any subcontractor,
consultant, employee or applicant for employment because of race, religion, color, sex,
age, marital status, ancestry, national origin, sexual orientation, gender identity, physical
or mental disability, or medical condition. Contractor shall ensure that applicants are
employed, and that employees are treated during their employment, without regard to
their race, religion, color, sex, age, marital status, ancestry, national origin, sexual
orientation, gender identity, physical or mental disability, or medical condition. Such
actions shall include, but not be limited to, the following: employment, upgrading,
demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of
pay or other forms of compensation; and selection for training, including apprenticeship.
DOG PARK RENOVATIONS 27
CITY PROJECT NO. 16-03 AGREEMENT FORM-PAGE 3
MAY 2,2016
ARTICLE 10 -- MISCELLANEOUS
Terms used in this Agreement which are defined in the Standard Specifications and the
Special Provisions will have the meanings indicated in said Standard Specifications and
the Special Provisions. No assignment by a party hereto of any rights under or interests
in the Contract Documents will be binding on another party hereto without the written
consent of the party sought to be bound; and specifically, but without limitation, monies
that may become due and monies that are due may not be assigned without such
consent (except to the extent that the effect of this restriction may be limited by law), and
unless specifically stated to the contrary in any written consent to an assignment, no
assignment will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
The City and the Contractor each binds itself, its partners, successors, assigns, and legal
representatives, to the other party hereto, its partners, successors, assigns, and legal
representatives, in respect of all covenants, agreements, and obligations contained in the
Contract Documents.
SIGNATURES ON NEXT PAGE
28
DOG PARK RENOVATIONS
CITY PROJECT NO. 16-03 AGREEMENT FORM-PAGE 4
MAY 2,2016
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be
executed the day and year first above written.
CITY OF PALM SPRINGS, CONTRACTOR
CALIFORNIA
By: Principles Contracting, Inc., a
California corporation
By Firm/Company Name
David H. Ready
City Manager
ATTEST:
By:
Signature (notarized)
By
James Thompson Name:
City Clerk
APPROVED AS TO FORM: Title:
By By:
Douglas Holland
City Attorney Signature (notarized)
RECOMMENDED:
Name:
By
Marcus L. Fuller, Title:
Assistant City Manager/City Engineer
APPROVED BY THE CITY COUNCIL:
Date
Agreement No.
29
DOG PARK RENOVATIONS
CITY PROJECT NO. 16-03 AGREEMENT FORM-PAGE 5
MAY 2,2016
ATTACHMENT 5
3
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street,Room 121 3200 E.Tahquitz Canyon Way
Sacramento, CA 95814 Palm Springs, CA 92262
® Clerk of the Board
County of Riverside
P.O. Box 751
Riverside, CA 92502-0751
Project Title: Palm Springs Dog Park Reno a ions City Project No 16.03
Project Applicant: City of Palm Springs
Project Location(Specific): Palm Sorings City Hall located at 3200 E. Tahouilz Canyon Way
Project Location(City): City of Palm Springs Project Location (County): Riverside
Project Description: The scope of work includes the complete renovation of the existing Palm Springs flog Park comprising of
clearing, grubbing and removals, soil preparation and fine grading, weed abatement, earthwork, installation of new irrigations
system,installation of new turf, installation of site furnishings,90-day landscape maintenance and all appurtenant work.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works& Engineering Department
3200 E.Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial(Sec.21080(b) (1); 15268);
❑ Declared Emergency(Sec. 21080(b)(3); 15269(a));
❑ Emergency Project(Sec.21080(b)(4); 15269(b)(c));
® Categorical Exemption. State type and section number: 15301 Class 1 (c)—Existing Facilities
❑ Statutory Exemptions.State code number:
Reasons why project is exempt: Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public structures, facilities, mechanical equipment or topographical features involving negligible or no
expansion of use beyond that existing at the time of the lead agency's determination. Existing highways and streets, sidewalks,
gutters bicycle and pedestrian trails, and similar facilities, therefore, the Palm Springs Dog Park Renovations, City Project No.
16-03, is considered categorically exempt from CEQA.
Lead Agency Contact Person: Marcus L. Fuller Area Code/Telephone/Extension: (760)322,13M
If filed by applicant:
I.Attach certified document of exemption finding.
2.Has a Notice of Exempt n filed by the public agency approving the project?El Yes ❑ No
Signahlfe: Date: 6122/16 Title: Assistant City Manager/City Engineer
®Signed by Lead Agency[]Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at OPR:
Reference: Sections 21108, 21152,and 21152.1, Public Resources Code,
31
RECEIVED
CITY Y OF PALM SPRINw
STATE OF CALIFORNIA-THE RESOURCESAGEN1816 0 AM 7+ 59
DEPARTMENT OF FISHAND GAME AUGtY
ENVIRONMENTAL FILING FEE CASH RECEI jT4 MES THOM `xt; -
CITY CLERK Receipt#: 16-225972
State Clearinghouse#(if applicable):
Lead Agency: CITY OF PALM SPRINGS Date: 07/13/2016
CountyAgency of Filing: RIVERSIDE Docu entNo: E-201600758
Project Title: PALM SPRINGS DOG PARK RENOVATIONS, CITY PROJECT NO. 16-03
Project Applicant Name: CITY OF PLAM SPRINGS Phore:Nwnber.- (760) 322-8380
Project Applicant Address: 3200 E. TAHQUITZ CANYON WAY, PALM SPRINGS, CA 92262
Project Applicant: LOCAL PUBLIC AGENCY
CHECKAPPLICABLE FEES:
❑Environmental Impact Report
❑Negative Declaration
❑Application Fee WaterDiversion(State WaterResources Control BoardOnly)
❑Project Subject to Certified RegulatoryPrograms
®CountyAdministrationFee $50.00
❑Project that is exempt from fees(DFGNo Effect Determination (Form Attached))
®Project that isexeniptfrom fees(Notice ofExemption)
Total Received $50.00
Signature and title ofperson receiving payment: Deputy
Notes:
ACR 533(Est.12/2013) i
-j�rl
NOTICE OF EXEMPTION
To: ❑ Office of Planning and Research From: City of Palm Springs
1400 Tenth Street, Room 121 3200 E.Tahquitz Canyon Way
Sacramento, CA 95814 Palm Springs, CA 92262
F I L E D / P O S T E D
® Clerk of the Board County of Riverside
County of Riverside Peter Aldana
P.O. Box 751 Assessor-County Clerk-Recorder
Riverside, CA 92502-0751 E-201600758
07/13/2016 09:26 AM Fee: $ 50 0
Project Title: Palm Springs Dog Park Renovations, City Proiect No. 16-03 Page 1 ofAN 2 4 2016
Removed: BY: Deputy
EIRE
Project Applicant: City of Palm Springs 'III :�IKtiT l
Project Location(Specific): Palm Springs City Hall, located at 3200 E.Tahquitz Ganyon way hi'T 1
Project Location(City): City of Palm Springs Project Location (County): Riverside
Project Description: The scope of work includes the complete renovation of the existing Palm Springs Dog Park comprising of
clearing, grubbing and removals, soil preparation and fine grading, weed abatement, earthwork, installation of new irrigations
system, installation of new turf, installation of site furnishings,90-day landscape maintenance and all appurtenant work.
Name of Public Agency Approving Project: City of Palm Springs
Name of Person or Agency Carrying Our Project: City of Palm Springs, Public Works&Engineering Department
3200 E.Tahquitz Canyon Way, Palm Springs, CA 92262
Exempt Status: (check one)
❑ Ministerial (Sec.21080(b) (1); 15268);
❑ Declared Emergency(Sec. 21080(b) (3); 15269(a));
❑ Emergency Project(Sec. 21080(b) (4); 15269(b)(c));
® Categorical Exemption. State type and section number: 15301 Class 1 (c)-Existing Facilities
❑ Statutory Exemptions. State code number:
Reasons why project is exempt: Class 1 consists of the operation, repair, maintenance, permitting, leasing, licensing, or minor
alteration of existing public structures, facilities, mechanical equipment or topographical features involving negligible or no
expansion of use beyond that existing at the time of the lead agency's determination. Existing highways and streets, sidewalks,
gutters bicycle and pedestrian trails, and similar facilities, therefore, the Palm Springs Dog Park Renovations, City Project No.
16-03, is considered categorically exempt from CEQA.
Lead Agency Contact Person: Marcus L. Fuller Area Code/Telephone/Extension: (760)322-8380
If filed by applicant:
1.Attach certified document of exemption finding.
2.Has a Notice of Exempti en filed by the public agency approving the project? ❑Yes ❑ No
Signat e:]1� V4,1 Date: 6/22/16 Title: Assistant City Manager/City Engineer
® Signed by Lead Agency❑Signed by Applicant
Authority cited: Sections 21083 and 21110, Public Resources Code Date received for filing at OPR:
Reference: Sections 21108, 21152, and 21152.1, Public Resources Code.