Loading...
HomeMy WebLinkAboutA6134 - PADILLA TREE SERVICE - PALM TREE TRIMMING AT VARIOUS LOCATIONSCalifornia Automobile Insurance Company P.O. BOX 10730 SANTA ANA, CA 92711-0730 Customer Service: (800) 503-3724 MERCURY A/ INSURANCE BUSINESS AUTO POLICY ADDITIONAL INSURED Renewal Declarations Effective Date: 02/20/2025 NAMED INSURED: AGENT: LAZARD PADILLA GARCIA DBA PADILLA TREE SERVICE DMA INSURANCE SERVICES PO BOX 522 22342 AVENIDA EMPRESA STE 255 CATHEDRAL CITY, CA 92235-0522 RANCHO MARGARITA, CA 92688 (714)990-4362 SCHEDULE Insurance Company: California Automobile Insurance Company Policy Number: BA040000039026 Policy Period: From: 02/20/2025 to 02/20/2026 at 12:01 AM Standard Time at your mailing address Additional Insured: CITY PALM SPRINGS PROCUREMENT & CONTRACTING Address: 3200 E Tahquitz Canyon Way, Palm Springs CA 92262 Endorsements Attached: CA 20 48 10 13 - Designated Insured Limits of Insurance: AUTOMOBILE LIABILITY PROVIDED $1,000,000 CSL RECEIVED DEC 2 3 2024 OFFICE OF THE CITY CLERK MCADS910720 Page 1 of 1 DOC # 2011 -0441470 10/06/2011 09:06p Fee:NC Page 1 of 10 Recorded in Official Records County of Riverside \OAssessor, County Clerk & Recorder Larry W. Ward �'\' �\\� I IIIIII IIIIIII III IIIIII IIIIII IIII II III II iilll illl III S R U PAGE SIZE DA MISC LONG RFD COPY Recording Requested By And When Recorded Return To: M A L 465 1 426 PCOR NCOR SMF NCH exact City of Palm Springs,Attn:City Clerk 7W /�P i n $06 l.C.i T: CTY UNI "`Y P.O.Box 2743,Pain Springs,CA 92263-2743 _ (SPACE ABOVE THIS LINE FOR RECORDING USE) 1�� (EXEMPT FROM RECORDING FEE PER GOV.CODE§61m) NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs,California,is a municipal corporation,organized and incorporated pursuant to the laws of the State of California 2. 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. 3. 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). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 28"day of September,2011 5. The name of the contractor(if named)for such work of improvement was:Padilla Tree Service,68-590"U" Street,Cathedral City,Ca 92234 6. The public work of improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows:City Project 11-08 Annual Pahn Tree Trimming,Various locations in the City of Palm Springs—SEE EXHIBIT"A" 7. Nature of Interest:Fee Owner S. The property address or location of said property is:City Wide—Various locations as indicated in City Project 11-08 specifications. 9. City Purchase Order# CITY OF PALM SPRING A�r REVIEWED BY: DATED: P Maintenance Supe r ^ Juan R.Minjares BY: DATED: !� Director of Public Works/City Engineer David J.Barakian JAMES THOMPSON,being duly sworn,says: That he is the City Clerk ofthe 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 of regoM 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. City Clerk-James Clerk-James Thompson Index No.07-I1 CITY OF PALM SPRINGS, CALIFORNIA INVITATION FOR BIDS NO.11-08 LOCATIONS OF THE WORK Prune seed pods from all trees. Disposal required for debris from all trees. PART SECTION 1: NORTH PALM CANYON DRIVE 001.2451-43065 A. NORTH PALM CANYON DRIVE, east side,Alejo north to City entry way, 159 Trees total: Pods Only 113 Filifera Pods and Fronds 46 Robusta B. NORTH PALM CANYON DRIVE,west side, City entry way south to Alejo, 184 Trees total: Pods Only 83 Filifera Pods and Fronds 101 Robusta C. ISLAND WEST OF NORTH PALM CANYON at Vista Chino,4 Trees total: Pods and Fronds 4 Robusta D. NORTH PALM CANYON Entry Way Sign,24 Trees total: Pods Only 21 Filifera Pods and Fronds 3 Robusta SECTION 11: CENTRAL BUSINESS DISTRICT 001-2451-43065 A. PALM CANYON DRIVE,west side, Alejo to Ramon (not including Amado to Tahquitz Canyon), 129 Trees total: Pods Only 50 Filifera Pods and Fronds 79 Robusta B. PALM CANYON DRIVE, east side,Alejo to Ramon, 148 Trees total: Pods Only 80 Filifera Pods and Fronds 68 Robusta C. TAHQUITZ CANYON WAY,south and north sides, between Belardo and Indian Canyon, 49 Trees total: Pods Only 37 Filifera Pods and Fronds 12 Robusta D. AZUL RESTURANT. PARKING LOT,400 N. Palm Canyon Dr., 8 Trees total: Pods and Fronds 8 Robusta E. ANDREAS PLAZA(Palm canyon and Andreas 201 N Indian Canyon Dr)4 Trees Total: Pods only 4 Filifera F. BELARDO,from Alejo to Baristo,east side of street, 31 Trees total: Pods and Fronds 29 Robusta Pods only 2 Filifera 11 i IIIIII IIIIIII III IIIIII IIIIII IIII IIIIII III IIIII IIII IIII ie/e012e 4410:e6A Ait G. NORTH PARKING LOT,off Indian Canyon, (261 N Indian Canyon Dr. Next to fire station), 24 Trees total: Pods and Fronds 23 Robusta Pods Only 1 Filifera H. PARKING STRUCTURE,at Baristo and Indian Canyon,6 Trees total: Pods and Fronds 3 Robusta Pods only 3 Filifera I. MERCADO PLAZA DRIVE, (Andreas and palm canyon)14 Trees total: Pods Only 4 Filifera Pods and Fronds 6 Robusta Fronds, Pods and Fruit 4 Date Palms J. INDIAN CANYON DRIVE, 139 Trees Total: 1. SOUTH OF RAMON,west side: Pods and Fronds 6 Robusta 2.WEST OF RAMON, south side: Pods Only 5 Filifera 3.RAMON TO ALEJO,east side: Pods only 11 Filifera Pods and Fronds 53 Robusta 4. RAMON TO ALEJO,west side: Pods only 37 Filifera Pods and Fronds 27 Robusta K. ARENAS ROAD, (Palm Canyon to Indian Canyon) 10 Trees total: Pods and Fronds 4 Robusta Pots only 6 Filifera L. VILLAGE GREEN (221 S Palm Canyon Dr.), 1 Tree total: Pods only 1 Filifera M. CHAMBER OF COMMERCE, 190 W.Amado Road,6 Trees total: Pods Only 6 Robusta N. CHINO DRIVE(between North Palm canyon Dr, and N Patencio Rd on the mediums), 59 Trees Total: Pods only 2 Filifera Pods and Fronds 57 Robusta SECTION III: SOUTH PALM CANYON DRIVE 001-2451-43065 A. RAMON TO PALO FIERRO, both sides, 171 Trees total: Pods Only 54 Filifera 12 IIIIII IIIIIII III IIIIII IIIIII IIII IIIIII III IIIII IIII IIII 1 001 0 3 £§10706R 0 Pods and Fronds 117 Robusta B. WEST PALM CANYON, East Side,7 Trees Total Pods and Fronds 7 Robusta C. SUN CENTER ISLAND, (small island between Indian Canyon and Palm Canyon)2 Trees Total: Pods only 2 Filifera SECTION IV: GOVERNMENT BUILDINGS 001-2451-43065 A. CITY HALL,3200 Tahquitz Canyon Way, 45 Trees total: Pods Only 15 Filifera Pods and Fronds 30 Robusta 'NOTE•: Engineering Dent.Palm tree-do NOT trim fronds-sacred tree B. COGENERATION BUILDING north of City Hall, 16 Trees total: Pods Only 14 Filifera Pods and Fronds 2 Robusta C. CIVIC DRIVE south of Livmor, 12 Trees total: Pods and Fronds 12 Robusta D. POLICE DEPARTMENT,200 South Civic Drive, 15 Trees total: Pods and Fronds 15 Robusta E. POLICE DEPARTMENT TRAINING CENTER, 14 Trees total: Pods Only 6 Fifiera Pods and Fronds 8 Robusta F. PALM SPRINGS BOXING CLUB BUILDING(corner of El cello and Arenas rd), 11 Trees total: Pods Only 1 Fifiera Pods and Fronds 10 Robusta G. ABOP end of Vella Road, 6 Trees total: Pods Only 4 Filifera Pods and Fronds 2 Robusta H. COUNTY BUILDING on Tahquitz Canyon across from City Hall, 36 Trees total Pods Only t Filifera Pods and Fronds 35 Robusta I. CORPORATE YARD(477 N Civic Dr.),24 Trees total: Pods Only 3 Filifera Pods and Fronds 21 Robusta SECTION V: TAHQUITZ CANYON WAY AND SOUTH PARKWAYS 001-2451-43065 A. EL CIELO TO INDIAN CANYON, Center Median Strips, 86 Trees total: 13 IIIII IIIIIII III IIIIII IIIIII IIII IIIIII II IIII)IIII IIII 19 06140 f 10?06R fi-7 87 Pods and Fronds 86 Robusta B. RAMON AND SUNRISE WAY,on the frontage road between Cerritos and Parocela,25 Trees total: Pods and Fronds 25 Robusta C. LAVERNE WAY(east side from Caliente to Toledo),42 Trees total: Pods and Fronds 2 Robusta Pods only 40 Filifera D. COCO'S/US BANK, (1701 Palm Canyon to 1901 Palm Canyon on Frontage road), East Palm Canyon: 15 Trees total: Pods and Fronds 15 Robusta E. SADDLEROCK/DIPLOMAT,(between Farrell Dr and Cerritos Rd. East Palm Canyon Frontage road), 25 Trees total: Pods and Fronds 25 Robusta F. CATHEDRAL CANYON BIKE PATH, (starts at Cathedral Canyon Dr. and Paseo Azuleio ends at Golf Club Dr.)42 Trees Total: Pods and Fronds 42 Robusta G. CANYON SANDS, East Palm Canyon(between S Linden Way and Gene Autry), 9 Trees total: Pods Only 8 Robusta Pods and Fronds 1 Date palm H. HOLIDAY INN, 1800 E Palm Canyon Dr. (former Ramada inn): 7 Trees total: Pods and Fronds 2 Robusta Pods only 5 Filifera I. INDIAN TRAIL AND RAMON ROAD(between Ramon Rd. and E Sunny Dunes Rd.), 50 Trees total: Pods only 34 Filifera Pods only 16 Robusta(*these are trimmed like Filifera) J. LAS PALMAS-WEST ISLAND(371 N Via Las Palmas),6 Trees Pods only 6 Filifera K. LAS PALMAS- EAST ISLAND(200 S Via Las Palmas),2 Trees total: Pods only 2 Filifera L. MOUNTAIN VIEW ISLAND(between Prescott Dr. and mission Rd.), 16 Trees total: Pods and Fronds 16 Filifera M. HERMOSA&MISSION (400 Hermosa PI.), 1 Tree total: Pods only 1 Filifera N. GOLF CLUB DRIVE(between E. Palm canyon Dr. and 34th.Ave.), 100 Trees total: 14 IIIIII IIIIII III IIIIII IIIIII IIII IIIII III IIIII III IN10 06'S0 f400'06ti Pods and Fronds 100 Robusta O. NORTH RIVERSIDE,90 Trees total: Pods and Fronds 30 Robusta Pods only 60 Filifera P. SOUTH RIVERSIDE, 38 Trees total: Pods Only 34 Filifera Pods and Fronds 4 Robusta Q. BIRDIE WAY(between E.Waverly Or and Eagle Way), 21 Trees total: Pods and Fronds 17 Robusta Pods only 4 Filifera R. GENE AUTRY TRAIL, (S. Gene Autry and E. Par Dr.)3 Trees total: Pods only 3 Filifera SECTION VI: CONVENTION CENTER 001-2451.43065 A. 277 N.AVENIDA CABALLEROS, 57 Trees total: WEST SIDE: Pods only 8 Filifera Fronds, Pods and Fruit 14 date palms EAST SIDE: Pods only 25 Filifera Pods and Fronds 10 Robusta B. CONVENTION CENTER NORTH PARKING LOT,49 trees total: (Trim as Robusta) Pods and Fronds 49 Filifera SECTION VII: PARKWAY DISTRICTS 001-2451-43550/001-2451-43500 A. PARK SONORA, (on El Cielo between Sonora and Anzuelo cir.),east side,25 Trees total Pods and Fronds 9 Robusta Pods only 16 Filifera B. DESERT DORADO, northeast corner of Sunrise Way&Alejo,0 Trees total this year (*This district is not being included in the FY 11-12 Palm Tree Trimming contract) 0 Trees Pods and Fronds C. CAMELOT VILLAS, North of Sonora west side,0 Trees Total this year, 001-2451-43510 (*This district is not being included in the FY 11-12 Palm Tree Trimming contract) 0 Trees Pods and Fronds D. RANCHO PARK, South of Sonora west side, 0 Trees Total this year,001-2451-43530 (*This district is not being included in the FY 11-12 Palm Tree Trimming contract) 0 Trees Pods and Fronds 15 (IIII IIII II III IIIIII IIIIII IIII IIIIII III II II I II III 10 0g1 201 4409706R 6 0£ 10 E. CHIA ROAD,Gene Autry&Chia South side, 24 Trees total,001-2451-43530 Pods only 24 Filifera F. SUNRISE N. SAN RAFAEL&3200 MT. SHADOW DR., DR(SAN RAFAEL&3200 MT. SHADOW DR.)4 Trees Total, 001-2451-43560 Pods and Fronds 4 Robusta G. VINTAGE PALMS SAN RAFAEL& NO. CABALLEROS, 37 Trees Total, 001-2451-43560 Pods and Fronds 37 Robusta H. MID-VALLEY PARKWAY, Dinah Shore dr.(from Gene Autry to Dinah Shore bridge) 96 Trees Total,001-2451-43065 Pods and Fronds 96 Robusta I. FLORA VISTA(Comers of E. Racquet Club Rd.and Via Escuela on Sunrise) 10 Trees Total, 001-2451-43580 Pods and Fronds 10 Robusta J. MOUNTAIN GATE, (Gateway and Palm Canyon going north and back gate on tram view) 125 Trees total: Pods and Fronds 9 Robusta Pods only 116 Filifera SECTION VIII: PARKS 001-2451-43065 A. SUNRISE PARK,201 South Pavilion Way, 173 Trees total COGENERATION BUILDING: Pods and Fronds 13 Robusta Pods only 3 Filifera PAVILION BUILDING: Pods and Fronds 18 Robusta LEISURE SERVICES BUILDING: Pods and Fronds 38 Robusta SWIM CENTER: Pods and Fronds 14 Robusta Pods only 4 Filifera PALM SPRINGS STADIUM - FRONT ENTRANCE: Pods and Fronds 4 Robusta PALM SPRINGS STADIUM-BEHIND SCORE BOARD: Pods only 2 Filifera CORNER OF BARISTO AND PAVILION WAY: 16 IIII IIIIIII III VIII IIIIII III VIII II II III II le esi ee 44es�esR 7 0£ 10 Pods and Fronds 1 Robusta AREA WEST OF BASKETBALL COURT: Pods Only 33 Filifera Pods and Fronds 18 Robusta SENIOR CENTER: Pods and Fronds 11 Robusta BOYS CLUB: Pods only 5 Filifera Fronds, Pods and Fruit 2 date palms, Pods and Fronds 7 Robusta B. BARISTO PARK, Calle El Segundo and Calle Encilia, 7 Trees total: Pods and Fronds 7 Filifera C. FRANCES STEVENS PARK, 550 North Palm Canyon Drive, 39 Trees total (Median Islands at Indian Canyon&Alejo) Pods only 21 Filifera Pods and Fronds 18 Robusta D. DESERT HIGHLAND PARK,480 North Tram view Road, 18 Trees total: Pods and Fronds 15 Robusta Pods only 3 Filifera E. DEMUTH PARK and Median islands 4365 East Mesquite Avenue, 143 Trees total: 1. EAST AREA: Pods and Fronds 26 Robusta 2.WEST AREA: Pods and Fronds 11 Robusta 3. CENTER AREA: Pods Only 7 Filifera Pods and Fronds 29 Robusta 4.COMMUNITY CENTER: Pods only 3 Filifera Pods and fronds 11 Robusta 5. MESQUITE AVE.(between Vella and el Cielo rd. at Demuth park): A. NORTH SIDE OF STREET: Pods and fronds 9 Robusta B. SOUTH SIDE OF STREET: Pods only 11 Filifera 17 III III III II IIIII III I IIII s 4 ?eieels0iesR(IIIII IIIIIIII IN 1111 f Pods and fronds 10 Robusta C. MEDIAN: Pods and fronds 19 Robusta Pods only 7 Filifera F. RUTH HARDY PARK, 700 Tamarisk Road,60 Trees total: Pods Only 57 Filifera Pods and Fronds 3 Robusta G. VICTORIA PARK,2744 North via Miraleste off vista chino,3 Trees total: Pods only 3 Filifera H. GATEWAY PARK, (NEWLY planted, Do NOT trim in 2011) 50 total trees (NOT included in the 2011 bid totals*): 1. ON GENE AUTRY BETWEEN VISTA CHINO AND CHIA AVE: Pods only 33 Filifera 2. VISTA CHINO AND VIA ESCUELA: Pods and Fronds 17 Robusta I. JACKIE LEE HOUSTON, (NEWLY planted, Do NOT trim in 2011)(Across from Convention center on Calle Alvarado), 13 Trees total(NOT included in the 2011 bid totals): Pods only 5 Filifera Fronds, Pods and Fruit 8 Date Palms J. Wellness park(next to Ruth Hardy park)46 trees total: Pods only 45 Filifera Pods and Fronds 1 Robusta SECTION IX: PALM SPRINGS INTERNATIONAL AIRPORT 482 total trees 415-6175-43065 A. FRONT OF AIRPORT TERMINAL, PARKING LOTS, Pods and Fronds 320 Robusta B. AIRPORT OPERATION AREA,TERMINAL&SECURED AREAS Pods and Fronds 92 Robusta C. TAXI BUILDING Pods and Fronds 12 Robusta D. KIRK DOUGLAS WAY Pods and Fronds 27 Robusta E. CUSTOMS BUILDING Pods and Fronds 12 Robusta F. VISTA CHINO AND FERREL DR. 18 IIIIII IIIIIII III IIIIII IIIIII IIII IIIIII III IIIII IIII IIII 10?6190f 10?0ER Pods and Fronds 19 Robusta SECTION X: FIRE STATIONS. 3520-43060 A. FIRE STATION 443, East Racquet Club and Via Miraleste, 5 Trees total: Pods and Fronds 3 Robusta Pods only 2 Filifera B. FIRE STATION 444, La Verne and Caliente, 10 Trees total: Pods and Fronds 9 Robusta Pods only 1 Filifera C. FIRE STATION 445, Bolero Road and Golf Club Drive,4 Trees total: Fronds, Pods and Fruit 3 date palms Pods only 1 Filifera D. TRAINING CENTER, East Alejo Road, 3 Trees total: Pods and Fronds 2 Robusta Pods only 1 Filifera E. Train Station,Whitewater Road, 19 Trees Total: Pods only 19 Filifera SECTION XI: MEDIAN ISLANDS A. Sunrise—Racquet Club to north end median,24 Trees total: Pods only 24 Filifera B. North Indian entrance, 5 Trees total: Pods only 5 Filifera C. North Indian median islands—San Rafael to Radio Road,8 Trees total: Pods only 8 Filifera D. Sunrise&Ramon median/also North of Tahquitz, 9 Trees total: Pods only 9 Filifera E. Ramon west of Sunrise, 3 Trees total: Pods only 3 Filifera (end of locations and tree counts) IIIIII 1111111111111111 III 1111 10 00116 0£91 19 09ER I - --- _. CITYOFPALMSPRINGS I CONTRACT CHANGEORDER To: Padilla Tree Service Date: September 28,2011 68.580"H"Street Project No.: CP 11.08 Cathedral City,Ca.92234 Project: Annual Palm Tree Trimming Change Order No.: One (1) Contract Purchase No.: PO#12.0331 Account Numbers: 001-2451-43065 Agreement No.: NEW ITEMS-ADDITIONS/REDUCTIONS A. Additional and/or Reduction of Palms Trees to be trimmed $679.75 Total—Change Order Increase Amount - — - - -$679.75 REASONS FOR CHANGES: 1 The original counts of trees were either incorrect,had previously been trimmed by others,or the type of palm tree incorrectly i listed,attached is a list of the areas where changes were made and costs per location. i California Fan Palm subtractions=67x$ 735ea=($ 485.75)&additions= 28x$ 7.25ea=$ 203.00 ($28275) Mexican Fan Palm subtractions=52x$24.25ea=($1,261.00)&additions=101x$24.25ea=$2,449.25 $1,188.25 Date Palms subtractions=12x$32.25ea=($ 387.001&additions= 5432.25ea $ 16125 5.7 I TOTALS I 1 7,n $yam $679.75 i I Note: THE CONTRACTOR HAS AGREED TO THESE CHANGES AND NO ADDITIONAL CHARGES WILL BE ADDED TO THE CONTRACT. i i SOURCE OF FUNDS Funds are available in account No.001-2451-43065 i I Summary of Costs Contract Time Ongmal Contact Amount: $62,051.00 Original Completion Date: September 28,2011 This Change Order: $ 679.75 Days Added for this C.C.O. -0- Previous Change Order(s): $ -0- Previous Days Added: .0- ' Revised Contract Amount: 62.730.75 Revised Completion Dare: -0- - f 1 I I 1 f _ _ i I have received a copy of this Change Appro . Order and the above AGREED PRICES are acceptable to the contractor. Submitted by Date i Park jaintenance S rvisor By Approved by... Date ? / Conttacu r: edilla Tree ervice City-Engineer Date 3— [ Attests City Clerk f i Distribution: Original Earecu-w Cordes Conformed-File Cony Contractor (1) Engineering File (1) City Clerk (1) Park Maintenance Supervisor (1) Economic Development (1) Finance (1) 1 i i I 2 ���Kq"flam'"T•1�.1',-it�I.Tii�:iff����� My&gm ROM ������ c �x P iiiiii s E�i•i������oiiiiii I'•.'%F:.®ice' �����aiiiiii ii•i������Oiiiiii i I i �. 3 3E P O DO O O O O O O O O O D O D O OOOOb0000000 000O`ODOp0000 OOD000I...... f CCC��� 111 d Sl S s �O O O R ♦ V N �• iBw � OI�N P ary Ow R 2u F5 K �������o������ ����C.�' �t����������a������� ���������������o���������� ������� �������� �.� ���������o�������� � �������o��i������ cai���������w������o������� �� ��������o������ � ��� ������ ������������o������ �����������o������ ������������o����w��� ������ ��o������ r�:���������a��������� ���������r�����rs�������� �, �����������o������ ��©������o��������� ���®�����o������ �����������ow������ ���������o������ �����������o��������� ��������d������ �������������d��������� ������������o������� �����i���o���w����� ����������o�����r�� ����������o������ ��o�������o�������� ��o������o�������� �������������s������ ��0����r������� ��--��0�����r �������������rr� �rO�����0������ ���������d������ ��0�����0����r� ��������a������ ������������o������ ���������o������ ���a�������o�������� ���������o������� ��o�������������������� ����������o������� ��o��������ir�r������ ������� ������ �. ���a�� ����r��� ������w�����«a��������w��� �����������m[������� �_���������v�������� ■������s���������� �����������®�0 ���w���������mo®�®a AGREEMENT THIS AGREEMENT made this %*% day of in the year 2011, by and between the City of Palm Springs, a charter cityuorganized 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 PADILLA TREE SERVICE hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 —THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s)of the City's Contract Documents entitled: PALM TREE TRIMMING: SEED POD/FROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS, IFB No. 11-08 The Work is generally described as follows: The trimming of seed pods and fronds, and the proper disposal of debris, from palm trees at various public locations throughout the City of Palm Springs. 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 of $ 250.00 for each calendar day that expires after the time specified in Article 2, herein. ARTICLE 3—CONTRACT PRICE ($62,051.00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ORIGINAL SID ANQ/OR AGlREL€y1ENT 29 ARTICLE 4—THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions (Exhibit "A"), the Drawings, Addenda numbers 1 to 2 inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5-- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6— NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or K delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7-- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications 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. IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. 30 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA B City Clerk By City Manager Date APPROV TO FORM: By. �Mv APPROVED BY THE CITY COUNCIL: ?CitytAAtttomey Date B� �% `�� Date O• Agreement No. 00 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Lazaro Pg 1 , << Check one:_Individual )(Partnership_Corporation Address: 6 g -,5$0 a H "'S + Ca+ttedral G,*+H t CA g223y By: By: Sig ure( arized) Signature (notarized) Name: Lraza,ra PCJi IIC' Name: Title: D W yt t r Title: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of Cgf(W nT--\ c, State of C. County of ❑ss County of ❑ss 31 On 'TV1V 27r Zotl On before me, An*D q t-uk -C,1'"M f6b8[le1ore me, personally appeared I- u IFIAJ�t k�4 . personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(o whose name(o evidence to be the person(s) whose name(s) is/aO subscribed to the within instrument and is/are subscribed to the within instrument and acknowledged to me that he/sl�WMW executed acknowledged to me that he/she/they executed the same in his/hX/thgir authorized capacity(iks), the same in his/her/their authorized capacity(ies), and that by his/hi(/tINk signatures( on the and that by his/her/their signatures(s) on the instrument the personor), or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person(V acted, executed the of which the person(s) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under 1 certify under PENALTY OF PERJURY under the the laws of the State of California that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Notary Signature: Notary Seal: Notary Seal: ANTON10 VIRUETE Commission#1824786 = z Notary Public•California z z] Riverside County My Comm.Expires Nov 25,2012+ 32 INVITATION FORBIDS NO. 11-08 FOR PALM TREE TRIMMING: SEED PODI'FROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS THIS INVITATION FOR BIDS CONSISTS OF THE FOLLOWING: PAGE COVERSHEET............................................................................. ........................................................... 1 NOTICE INVITING BIDS...................................................... ..................................................... ............2-3 BIDDER'S CHECK LIST...............................................................................................................................4 TERMS&CONDITIONS............................................................................................................................5-8 GENERALSPECIFICATIONS............................................................................... .................................9-10 LOCATIONSOF WORK.................... ................. .................................. ........................................11-19 BID PRICING PAGE(MUST BE MANUALLY SIGNED).......................................................................20-21 BIDDER'S REFERENCE LIST....................................................................................................................22 AFFIDAVIT OF NON-COLLUSION.............................................................................................................23 BIDBOND FORM ......................................................................................................................................24 BIDDERS GENERAL INFORMATION........................................................................................................25 PAYMENT BOND FORM(required of successful bidderonly at time of award)...................................26-27 PERFORMANCE BOND FORM (required of successful bidder only at time of award).............................28 AGREEMENT (required of successful bidder only at time of award)....................................................2934 INSURANCE REQUIREMENTS(required of successful bidderonlyat time of award)........................35-38 NO RESPONSIBILITY WILL ATTACH TO ANY OFFICER FOR THE PREMATURE OPENING OF OR THE FAILURE TO OPEN A BID NOT PROPERLY ADDRESSED AND IDENTIFIED. MAILING ADDRESS: STREET ADDRESS: City of Palm Springs City of Palm Springs Procurement&Contracting Procurement&Contracting P.O. BOX 2743 3200 E.Tahquitz Canyon Way Palm Springs, CA 92263-2743 Palm Springs, CA 92262 DUE DATE: WEDNESDAY, JULY 6, 2011 TIME DUE: 3:00 P.M. CITY OF PALM SPRINGS,CALIFORNIA NOTICE INVITING BIDS IIFB 11-08) SEALED BIDS will be received for. IFB No. 11-08,PALM TREE TRIMMING: SEED POD/FRONO REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS Which includes furnishing all labor, equipment, materials, supervision, service, proof of insurance and bonding. Bids shall be received until Wednesday. July G. 2011 at 3.00 PM local time at the Office of Procurement and Contracting, 3200 East Tahquitz Canyon Way, Palm Springs, CA at which time, date and place, they will be publicly opened and read. Said Bids will be referred to the City Council for consideration at their next regularly scheduled meeting. No Bid will be considered unless it is made on a bid form furnished by the City. The Bid must be submitted in a sealed envelope, addressed to Procurement and Contracting, City of Palm Springs, at 3200 East Tahquitz Canyon Way, Palm Springs, California 92262. Each sealed envelope containing a Bid must be plainly marked on the outside as 'IFB #11-08 Palm Tree Trimming". The envelope shall show on the outside the name of the Bidder, Bid fide, Bid number and time and data of the Bid Opening. If forwarded by mail, the sealed envelope containing the Bid must be enclosed in another envelope addressed to the City of Palm Springs, Procurement and Contracting, P. O. Box 2743, Palm Springs, California 92263-2743. Each Bid must be accompanied by cash, a certified or cashier's check or Bidder's bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent(10%) of the amount Bid(maximum award value). Such guaranty shall be forfeited should the Bidder to whom the Work is awarded fail to furnish the required proof of insurance, bonds and enter into an Agreement with the City within the period of time provided by the IFB's requirements. Ail Bids are to be compared on the basis of the City s estimates of the quantities of Work to be done. No Bid will be accepted from a Contractor who has not been licensed in accordance with the provisions of Chapter 9 of Division 3 of the Business and Professions Code. OBTAINING IFB DOCUMENTS AND REGISTRATION AS A BIDDER: Specifications may be obtained from the Procurement and Contracting Office located at 3200 East Tahquitz Canyon Way, Palm Springs, California or by calling (760) 322-8373. Specifications will be mailed at no charge. The bid documents may also be downloaded via the Internet at www.oalmsoringsca.aov, (go to Government, Departments, Procurement, Open Bids & Proposals). If you are interested in submitting a bid, it is IMPERATIVE that you contact Cheryl Martin, Procurement Specialist I, via email at Cheryl.Marttn0valmsorinasca.cov, to officially register as a Bidder for this s iF project with your company name, address, phone, fax, contact person and email address. Failure to officially register may result in not receiving addenda to the Bid. Note: You may also register your firth in the CtVs online general vendor database system while on the website, but you MUST still contact Cheryl Martin as instructed above to register as a Bidder for this IFB 11-08. The City of Palrim Springs reserves the right to reject any or all Bids and the right to waive minor irregularities or informalities in any proof of insurance, bonds or in the Bid itself. A conditional, qualified or incomplete Bid, regarding substantive or material aspects of performance, shall be deemed non- responsive. The successful Bidder shall meet all insurance requirements of the City, including but not limited to the provisions of personal and property liability, including vehicle coverage and Workers Compensation, in limits acceptable to the City. All required insurance, except Worker's Compensation, shall name and endorse the City of Palm Springs as an additional insured. Securities may be substituted for retained funds, if applicable,per Public Contract Code Section 22300. Prevailing Wage Rates are not applicable: Funding for the work is with all local funds and, as provided under City Charter, will NOT require compliance with the prevailing wage requirements of the State of California. 2 The successful Bidder shall possess a Class `D-49' Contractors license at the time the Contract is awarded. If the Contractor fails to comply with the above provisions, he/she shall not receive damages for the Ices of the Contract. The receiving time in the Procurement and Contracting Office will be the governing time for acceptability of Bids. Telegraphic and telephonic Bids will not be accepted. It is the responsibility of the Bidder to see that any Bid sent through the mail shall have sufficient time to be received by the Procurement and Contracting Office prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. Craig L. Gladders, C.P.M. Procurement&Contracting Manager Dated: June 21, 2011 3 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FORBIDS NO. I I-W BIDDER'S CHECK LIST 1 GENERAL INSTRUCTIONS TO BIDDERS: Bidders are advised that notwithstanding any instructions or inferences elsewhere in this Invitation to Bid only the documents shown and detailed on this sheet need be submitted with and made part of their Bid. Other documents may be required to be submitted after the Bid opening time and date, but prior to Award. Kidders are hereby Avised that failure to submit the documents shown and detailed on this sheet MAY RENDER THE BID NON-RESPONSIVE 11 REQUIRED DOCUMENTS FOR BID SUBMITTAL: BIDS MAY NOT BE CONSIDERED if the following documents and/or attachments are not completely filled out and submitted with the Bid. NOTE: ONLY THOSE ITEMS MARKED BY AN W ARE REQUIRED. X Pricing page 20 must be manually signed. X All Addenda issued shall be acknowledged in the space provided on the Bid Pricing page 21, or by manually signing the Addenda sheet and submitting it prior to the Bid Opening Time and Date. Also, Acceptance of the site(s) and conditions must also be acknowledged in the space provided on page 20. X Erasures or other changes made to the Bid Pricing Page must be initialed by the person signing the Bid. X Bidder's Reference List page 22 must be completed. X Affidavit of Non-Collusion by Contractor form page 23 must be notarized and signed by a Notary Public. X Bid Bond, Certified Check, Cashiers Check, Money Order or Cash shall be submitted with the Bid in the amount indicated. Page 24 must be executed and notarized as indicated, if applicable. X Bidder's General Information page 25 must be completed. 4 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.11-08 TERMS AND CONDITIONS 1. Bids must be submitted on the Bid forms supplied by the Procurement and Contracting Office in a sealed envelope showing on the outside the name of the Bidder, Bid title, Bid number and time and date of the Bid Opening. The sealed envelope containing the bid must be enclosed in another envelope addressed to the City of Palm Springs, Procurement and Contracting, P.O. Box 2743, Palm Springs,CA 92263-2743. 2. Bids submitted may be withdrawn by written request received before the time and date of the opening. After the opening, Bids may not be withdrawn by the Bidder for a period of sixty (60) calendar days and at no time after Award of the Bid. 3. The City of Palm Springs reserves the right to reject the Bid of any Bidder who previously failed to perform properly or complete on time agreements of similar nature or to reject the Bid of a Bidder who is not in a position to perform such an agreement satisfactorily. 4. The City reserves the right to reject any or all Bids and to waive any informafrty or technical defect in a Bid. The City also reserves the right to make such investigations as it deems necessary to determine the ability of the Bidder to perform the Work and the Bidder shall furnish to the City all such information and data for this purpose as the City may request. The City reserves the right to reject any Bid If the evidence submitted by or investigation of such Bidder fails to satisfy the City that such Bidder is properly qualified to carry out the obligations of the Contract and to complete the Work contemplated therein. 5. Submission of a signed bid will be interpreted to mean that Bidder has hereby agreed to all the terns and conditions set forth in all of the pages which make up this Invitation For Bids. Failure of a bidder to carefully read and examine the Bid documents shall in no way relieve any Bidder from any obligation in respect to the Bid. The existing conditions and descriptions of work are intended to give Prospective Bidders a general idea of the work to be done, however each bidder is STRONGLY ADVISED to visit and inspect the site(s) and satisfy himself as to the exact conditions and requirements of the work to be done and submission of a bid will be prima facia evidence of this site visit. Failure of a bidder to visit and inspect the sites shall constitute acceptance of ALL pre-existing site conditions and shall constitute as a waiver of any and all future claims relating to said conditions. 6. The successful bidder shall enter into an Agreement with the City, after award by the Palm Springs City Council. A copy of the agreement that will be used is attached hereto for reference. 7. The price quoted by the Bidder in his Bid shall include a separate line item for any sales or use tax levied by the California Revenue and Taxation Code and shall be exclusive of Federal Excise Taxes pursuant to the exemption of political subdivisions in the "Revenue Act of 1935" or any other acts of Congress. 8. When discrepancies occur between unit prices and extended amounts the unit prices shall govern. 9. The Bidder shall be required to file an Affidavit of Non-Collusion with their Bid. This shall be — sigrie�and svrom�efasr€a Notary Public with a ccrtrmissiominBie Stare of California. -- 10. Business License: The successful Bidder shall be required to be licensed in accordance with the Palm Springs Municipal Code, Chapter 3.40 through 3.96 entitled Business Tax. 11. ANY questions, technical or otherwise, pertaining to this Invitation to Bid must be submitted IN WRITING and directed ONLY to: Craig L. Gladders,C.P.M., Procurement&Contracting Manager 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 5 via FAX (760)323-8238 orviaEMAIL: Craig.Gladders0palmsorinasca.gov Interpretations or clarifications considered necessary in response to such questions will be resolved by the issuance of formal Addenda to the IFB. The deadline for all questions is Wednesday. June 29, 2011 at 3:00 P.m. Local Time. Questions received after this date and time will not be answered. Only questions that have been resolved by formal written Addenda via the Division of Procurement and Contracting will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 12. Deviations from Specifications: It is understood that the service offered by the Bidder will meet all requirements of the Specifications in this Invitation for Bids, unless deviations there from are clearly indicated in an attachment headed"Exceptions to Specifications"submitted and signed by the Bidder's authorized representative. In order for the Bid to be considered,an explanation must be made for each Item in which an exception is taken, giving in detail the extent of the exception and the reason for which it is taken. 13. Contractor's License: The successful Bidder shall posses a Class D-49 Contractor's License at the time the contract is awarded and for the duration of the term that the work is in progress. 14. Site Inspection: Bidders are encouraged to inspect the site(s)to satisfy themselves in reference to all general and local conditions that may affect the cost of performance of the work. To arrange a site visit please contact Rick Minjares, Parks Maintenance Supervisor at (760) 323- 8283. In no event will a failure to inspect the sites) constitute grounds for withdrawal of a Bid after the Bid Opening or for a claim after Award. 15. Local Preference in Public Works Contracts (Sub-Contracting). The prime contractor shall use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local sub-contractors, or by demonstrating that no local sub-contractors are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non- responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. 16. Basis of Award: It is the City's intent to base the award on the lowest responsive and responsible Bidder of the unit prices submitted on the Bid Pricing Page of this document for the Grand Total of Schedule A. However, the City reserves the right to modify the estimated quantities up or down as may be required, or make no award,whichever is in the best interests of the City. 17. Each Bid must be accompanied by cash, a certified or cashier's check or Bidders bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of grand total of Schedule A). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into an Agreement with the City within the period of time provided by the IFB's requirements. ---— i8.-" -- Notice of Award After Award of the Bid by the Palm Springs City Council,a Niotice of Award letter will be issued to the successful Bidder. The successful Bidder shall provide all required Certificates of Insurance within 14 calendar days and execute the Agreement. 19. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of the agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. 6 20. Payment/Labor and Materials Bond: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a PaymenVILabor and Materials Bond in the sum of the amount of the agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. 21. Notice to Proceed: A Notice to Proceed letter %inll be issued upon receipt of the required and approved Certificate of Insurance and the required bonding. The successful Bidder shall begin Work immediately or as soon as is reasonable from the date of the Notice to Proceed and shall complete all work specified in this document within thirty(30) days from the date indicated on the Notice to Proceed. 22 Increases to Scope of Work: The City may, at any time Work is in progress, by written Order, make alterations in the terms of the Work as shown in the Specifications, require the performance of extra work, or make such other changes as the City may find necessary or desirable. The successful Bidder shall not claim forfeiture of Contract by reason of such changes by the City. The amount of compensationto be paid to the Contractor for any Extra Work as so ordered shall be determined by unit prices quoted on the Bid pages of these documents. 23. Decreases to Scope of Work: The City may, at any time work is in progress, decrease the quantity of the Work to be performed under this Contract The Contractor shall execute the Work as so ordered by the City, and the difference occasioned by the decrease shall be deducted from the amount payable under this Contract. The amount of such deduction(s) shall be determined by the unit prices quoted on the Bid pages of these documents. If such changes diminish the quantity of the Work to be done, they shall not constitute a claim for damages or for losses of anticipated profits if the Work which may be dispensed with and the Contractor shall not claim forfeiture of Contracts by reason of such changes by the City. 24. Acceptance of Work: During performance and upon completion of the Work on this project, the Contractor will remove all equipment and instruments of service, all excess or unsuitable material, trash, rubbish and debris, including pods and fronds, and legally dispose of same, unless otherwise directed by these Specifications. The Contractor shall leave the entire area in a neat, clean and acceptable condition as approved by the Parks Maintenance Supervisor (Contract Administrator)or his designee. 25. Final Determination: The Bidder agrees that the City has the right to make all final determinations as to whether the Work has been satisfactorily completed. 26. Permits: The successful Contractor shall be responsible for obtaining any and all necessary permits required for conducting work in the public right-of-way, including a (no-fee) City of Palm Springs permit. 27. Completion Time/Period to perform the work: All work must be completed within 4 weeks (30 days) of the Notice to Proceed.Work shall be scheduled and conducted in a cooperative manner in order to give the least possible interference with or annoyance to others. It shall be the Contractor's responsibility to work out, if necessary, any cooperative Work schedules. Work shall not be performed on weekends or holidays. 28 Time of the Essence: Time is of the essence in performance of the Work. 29. Liquidated Damages: Since the determination of actual damages for any delay in performance of - -- ---- the Work would be extremely difficult or impracticatto detemuneimthe-event of a-breachrof-the completion time, the Contractor and its sureties shall be liable for and shall pay to the City the sum of two hundred and fifty dollars ($250) per day as liquidated damages for each working day of delay in performance of any service required. The City may withhold from any monies payable on account of services performed by the Contractor any accrued liquidated damages. 30. Pricing Information from the last two years(2009 and 2010): In 2009 the City awarded Schedule A only, the contractor was So Cal Tree Care Inc., and the pricing was $7.95 per tree for Pod removal only; $26.25 per tree for Pod & Frond removal; and $26.25 per tree for Date Palms (Frond, Pod & Fruit removal). In 2010 the City awarded Schedule A only, the contractor was 7 Mariposa landscapes Inc, and the pricing was$14 per tree for Pod removal only; $36 per tree for Pod and Frond removal;and$65 per tree for Date Palms(Frond,Pod&Fruit removal). 31. Budoet for this oroiect: The budget that will be allocated to this effort has not been finalized and is dependent on the results of this bid and the corresponding unit pricing so that, if necessary, the City may adjust the estimated tree quantities up or down. 8 CITY OF PALM SPRINGS,CA: INVITATION FOR BIDS NO. 11-08 GENERAL SPECIFICATIONS 1. Locations: Tree work shall be performed at the locations indicated on the attached fist and supervised by the Parks Maintenance Supervisor, or his designee. 2. Description of Work: Work is to be performed on the palm trees described on the attached list: A. Remove seed pods from all trees. B. Remove all existing wind damaged frond skirts. C. Remove fronds from trees as indicated on the attached list Fronds shall be trimmed in such a manner that the lowest remaining green fronds are approximately parallel to the ground surface. D. Remove Fronds, Seed pods and fruit from the Date Palms as indicated on the attached list. Bidders are strongly advised to inspect these trees before submitting a bid. 3. Standards of Operations and Workmanship: A. It shall be the responsibility of the Contractor to become aware of and comply with all ordinances and policies concerned with and/or relating to the herein described work. B. The Contractor shall adhere to all CAL/OSHA safety standards pertaining to tree trimming and right of way maintenance. C. ALL TRAFFIC CONTROL SHALL COMPLY WITH CALTRANS' MANUAL OF TRAFFIC CONTROLS FOR CONSTRUCTION /MAINTENANCE WORK ZONES, 1990 EDITION. ALL REQUIRED ARROWBOARDS SHALL BE SOLAR-POWERED. D. Adequate warning devices, barricades, guards, flagmen, or other necessary precautions shall be taken by the Contractor to give advice and reasonable protection, safety and warnings to persons and vehicular traffic concerned in the area. ARROWBOARDS AND DELINEATIONS ARE REQUIRED FOR TRIMMING OPERATIONS CONDUCTED FROM ANY PORTION OF CITY STREETS. E. Work shall be scheduled and conducted in a cooperative manner in order to give the least possible interference with or annoyance to others. It shall be the Contractor's responsibility to work out, if necessary, any cooperative Work schedules. Work shall not be performed Fridays(due to current furlough program)or on weekends or holidays. F. All Work shall be done by qualbed and trained persons in a workmanlike manner. A qualified foreman shall be present to oversee and direct the Work at all times. G. All forms of debris resulting from this Work shall be removed and legally disposed of. Work sites shall be swept clean of any debris resulting from tree trimming, skinning, and/or seed pod removal. H. Any adjacent shrubs, trees or growth receiving or sustaining breakage, injury or other damage shall be given remedial or corrective treatment and cleanup. Any and all damages resulting from the Contractor's operations shall be reported to the Parks Maintenance Supervisor or his designated representative immediately. 1. All equipment operators shall be property and legally licensed for the equipment in their use. Class A and B licenses are required for operation of vehicles over 26,000 lbs. GVW. 9 J. Final judgment pertaining to workmanship, practices, safety,or any issue pertinent to the successful completion of the Contract shall be made by the Parks Maintenance Supervisor, or his designee. 10 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO. 11-08 LOCATIONS OF THE WORK Prune seed pods from all trees. Disposal required for debris from all trees. PART SECTION I: NORTH PALM CANYON DRIVE 001-2461-43066 A. NORTH PALM CANYON DRIVE,east side,Alejo north to City entry way, 159 Trees total: Pods Only 113 Filifera Pods and Fronds 46 Robusta B. NORTH PALM CANYON DRIVE,west side, City entry way south to Alejo, 184 Trees total: Pods Only 83 Filifera Pods and Fronds 101 Robusta C. ISLAND WEST OF NORTH PALM CANYON at Vista Chino,4 Trees total: Pods and Fronds 4 Robusta D. NORTH PALM CANYON Entry Way Sign,24 Trees total: Pods Only 21 Filifera Pods and Fronds 3 Robusta SECTION II: CENTRAL BUSINESS DISTRICT 001-2451-43066 A. PALM CANYON DRIVE,west side,Alejo to Ramon(not including Amado to Tahquitz Canyon), 129 Trees total: Pods Only 50 Filifera Pods and Fronds 79 Robusta B. PALM CANYON DRIVE, east side,Alejo to Ramon, 148 Trees total: Pods Only 80 Filifera Pods and Fronds 68 Robusta C. TAHQUITZ CANYON WAY, south and north sides, between Belardo and Indian Canyon, 49 Trees total: Pods Only 37 Filifera Pods and Fronds 12 Robusta D. AZUL RESTURANT. PARKING LOT, 400 N. Palm Canyon Dr., 8 Trees total: Pods and Fronds 8 Robusta --- -- -E.----ANDREAS PLAZA{Pelrrteenyon and-Andreas20-IN-ifdian-Canyon-Dr44-TTees-Totak- - Pods only 4 Filifera F. BELARDO,from Alejo to Baristo, east side of street, 31 Trees total: Pods and Fronds 29 Robusta Pods only 2 Filifere 11 y G. NORTH PARKING LOT,off Indian Canyon, (261 N Indian Canyon Dr.Next to fire station),24 Trees total: Pods and Fronds 23 Robusta Pods Only 1 Filifera H. PARKING STRUCTURE,at Baristo and Indian Canyon,6 Trees total: Pods and Fronds 3 Robusta Pods only 3 Filifera I. MERCADO PLAZA DRIVE, (Andreas and palm canyon) 14 Trees total: Pods Only 4 Filifera Pods and Fronds 6 Robusta Fronds, Pods and Fruit 4 Date Palm J. INDIAN CANYON DRIVE, 139 Trees Total: 1. SOUTH OF RAMON,west side: Pods and Fronds 6 Robusta 2.WEST OF RAMON, south side: Pods Only 5 Filifera 3. RAMON TO ALEJO, east side: Pods only 11 Filifera Pods and Fronds 53 Robusta 4. RAMON TO ALEJO,west side: Pods only 37 Filifera Pods and Fronds 27 Robusta K. ARENAS ROAD, (Palm Canyon to Indian Canyon) 10 Trees total: Pods and Fronds 4 Robusta Pots only 6 Filifera L. VILLAGE GREEN(221 S Palm Canyon Dr.), 1 Tree total: Pods only 1 Filifera M. CHAMBER OF COMMERCE, 190 W.Amado Road,6 Trees total: Pods Only 6 Robusta N. CHINO DRIVE(between North Palm canyon Dr.and N Patenao Rd on the mediums), 59 Trees Total: Pods only 2 Filifera Pods and Fronds 57 Robusta SECTION III: SOUTH PALM CANYON DRIVE 001-2451-43065 A. RAMON TO PALO FIERRO,both sides, 171 Trees total: Pods Only 54 Filifera 12 Pods and Fronds 117 Robusta B. WEST PALM CANYON, East Side, 7 Trees Total Pods and Fronds 7 Robusta C. SUN CENTER ISLAND, (small island between Indian Canyon and Palm Canyon)2 Trees Total: Pods only 2 Filifera SECTION IV: GOVERNMENT BUILDINGS 001-2451-43065 A CITY HALL,3200 Tahquitz Canyon Way,45 Trees total: Pods Only 15 Filifera Pods and Fronds 30 Robusta *VOTE*: Engineering Dept palm tree-do NOT Wm fronds-sacred tn3e B. COGENERATION BUILDING north of City Hall, 16 Trees total: Pods Only 14 Filifera Pods and Fronds 2 Robusta C. CIVIC DRIVE south of Livmor, 12 Trees total: Pods and Fronds 12 Robusta D. POLICE DEPARTMENT, 200 South Civic Drive, 15 Trees total: Pods and Fronds 15 Robusta E. POLICE DEPARTMENT TRAINING CENTER, 14 Trees total: Pods Only 6 Fifiera Pods and Fronds 8 Robusta F. PALM SPRINGS BOXING CLUB BUILDING(comer of El cello and Arenas rd), 11 Trees total: Pods Only 1 Frfiera Pods and Fronds 10 Robusta G. ABOP end of Vella Road, 6 Trees total: Pods Only 4 Filifera Pods and Fronds 2 Robusta H. COUNTY BUILDING on Tahquitz Canyon across from City Hall,36 Trees total Pods Only 1 Filifera Pods and Fronds — -35Robusfa 1. CORPORATE YARD(477 N Civic Dr.),24 Trees total: Pods Only 3 Filifera Pods and Fronds 21 Robusta SECTION V: TAHQUITZ CANYON WAY AND SOUTH PARKWAYS 001-2451-43065 A EL CIELO TO INDIAN CANYON, Center Median Strips, 86 Trees total: 13 Pods and Fronds 86 Robusta B. RAMON AND SUNRISE WAY,on the frontage road between Cerritos and Parocela, 25 Trees total: Pods and Fronds 25 Robusta C. LAVERNE WAY(east side from Calients to Toledo),42 Trees total: Pods and Fronds 2 Robusta Pods only 40 Filifera D. COCO'S/US BANK,(1701 Palm Canyon to 1901 Palm Canyon on Frontage road), East Palm Canyon: 15 Trees total Pods and Fronds 15 Robusta E. SADDLEROCK[DIPLOMAT,(between Farrell Dr and Cerritos Rd.East Palm Canyon Frontage road), 25 Trees total: Pods and Fronds 25 Robusta F. CATHEDRAL CANYON BIKE PATH, (starts at Cathedral Canyon Dr. and Paseo Azuleio ends at Golf Club Dr.)42 Trees Total: Pods and Fronds 42 Robusta G. CANYON SANDS, East Palm Canyon(between S Linden Way and Gene Autry), 9 Trees total: Pods Only 8 Robusta Pods and Fronds 1 Date palm H. HOLIDAY INN, 1800 E Palm Canyon Dr. (former Ramada inn): 7 Trees total Pods and Fronds 2 Robusta Pods only 5 Fi ifere 1. INDIAN TRAIL AND RAMON ROAD(between Ramon Rd.and E Sunny Dunes Rd.), 50 Trees total: Pods only 34 Fildera Pods only 16 Robusta('these are trimmed like Filifera) J. LAS PALMAS-WEST ISLAND(371 N Via Las Palmas),6 Trees Pods only 6 Filifera K LAS PALMAS-EAST ISLAND(200 S Vfa Las Palmas),2 Trees total: Pods only 2 Filifera L. MOUNTAIN VIEW ISLAND(between Prescott Dr.and mission Rd.), 16 Trees total: Pods and Fronds 16 Filifera M. HERMOSA&MISSION (400 Hermosa PL), 1 Tree total Pods only 1 Filifere N. GOLF CLUB DRIVE(between E. Palm canyon Dr. and 34th.Ave.), 100 Trees total: 14 Pods and Fronds 100 Robusta O. NORTH RIVERSIDE,90 Trees total: Pods and Fronds 30 Robusta Pods only 60 Filifera P. SOUTH RIVERSIDE, 38 Trees total: Pods Only 34 Filifera Pods and Fronds 4 Robusta Q. BIRDIE WAY(between E.Waverly Or and Eagle Way),21 Trees total: Pods and Fronds 17 Robusta Pods only 4 Filifera R. GENE AUTRY TRAIL, (S. Gene Autry and E.Par Dr.)3 Trees total: Pods only 3 F'll'ifera SECTION VI: CONVENTION CENTER 001-2451.43066 A. 277 N.AVENIDA CABALLEROS, 57 Trees total: WEST SIDE: Pods only 8 Filifera Fronds, Pods and Fruit 14 date Palms EAST SIDE: Pods only 25 Filifera Pods and Fronds 10 Robusta B. CONVENTION CENTER NORTH PARKING LOT,49 trees total: (Trim as Robusta) Pods and Fronds 49 Filifera SECTION VII: PARKWAY DISTRICTS 001-2451436501001-2461.435M A. PARK SONORA, (on El Cielo between Sonora and Anzuelo cic), east side,25 Trees total Pods and Fronds 9 Robusta Pods only 16 Filifera B. DESERT DORADO, northeast comer of Sunrise Way&Alejo, 0 Trees total this year ('This district is not being included in the FY 11-12 Palm Tree Trimming contract) 0 Trees Pods—aMFronds C. CAMELOT VILLAS, North of Sonora west side, 0 Trees Total this year, 001-2451-43510 ('This district is not being included in the FY 11-12 Palm Tree Trimming contract) 0 Trees Pods and Fronds D. RANCHO PARK, South of Sonora west side,0 Trees Total this year,001-2451-43530 ('This district is not being included in the FY 11-12 Palm Tree Trimming contract) 0 Trees Pods and Fronds 15 E. CHIA ROAD, Gene Autry&Chia South side,24 Trees total,001-2451-43530 Pods only 24 Filffara F. SUNRISE N. SAN RAFAEL&3200 MT.SHADOW DR., DR(SAN RAFAEL&3200 MT. SHADOW DR.)4 Tram Total, 001-2451-43560 Pods and Fronds 4 Robusta G. VINTAGE PALMS SAN RAFAEL&NO.CABALLEROS,37 Trees Total,001 2451.43560 Pods and Fronds 37 Robusta H. MID-VALLEY PARKWAY,Dinah Shore dr.(from Gene Autry to Dinah Shore bridge) 96 Trees Total,001-2451-43065 Pods and Fronds 96 Robusta I. FLORA VISTA(Comers of E. Raoauet Club Rd.and Via Escuela on Sunrise) 10 Trees Total, 001-2451-43580 Pods and Fronds 10 Robusta J. MOUNTAIN GATE,(Gateway and Palm Canyon going north and back gate on tram view) 125 Trees total: Pods and Fronds 9 Robusta Pods only 116 Fflftra SECTION VIII: PARKS 001-2451-43065 A. SUNRISE PARK,201 South Pavilion Way, 173Trees total COGENERATION BUILDING: Pods and Fronds 13 Robusta Pods only 3 Filifera PAVILION BUILDING: Pods and Fronds 16 Robusta LEISURE SERVICES BUILDING: Pods and Fronds 38 Robusta SWIM CENTER: & Pods and Fronds 14 Robusta Pods only 4 Filifera PALM SPRINGS STADIUM-FRONT ENTRANCE: Pods and Fronds 4 Robusta PALM SPRINGS STADIUM-BEHIND SCORE BOARD: Pods only 2 Filifera CORNER OF BARISTO AND PAVILION WAY: 16 Pods and Fronds 1 Robusta AREA WEST OF BASKETBALL COURT: Pods Only 33 Filifera Pods and Fronds 18 Robusta SENIOR CENTER: Pods and Fronds 11 Robusta BOYS CLUB: Pods only 5 FTifera Fronds, Pods and Fruit 2 date palms, Pods and Fronds 7 Robusta B. BARISTO PARK,Catle El Segundo and Cale EnaTia,7 Trees total: Pods and Fronds 7 Filifera C. FRANCES STEVENS PARK,550 North Palm Canyon Drive,39 Trees total (Median Islands at Indian Canyon&Alejo) Pods only 21 Filifera Pods and Fronds 18 Robusta D. DESERT HIGHLAND PARK,480 North Tram view Road, 18 Trees total: Pods and Fronds 15 Robusta Pods only 3 Filifera E. DEMUTH PARK and Median islands 4366 East Mesquite Avenue, 143 Trees total: 1. EAST AREA: Pods and Fronds 26 Robusta 2.WEST AREA: Pods and Fronds 11 Robusta 3.CENTER AREA: Pods Only 7 Filifera Pods and Fronds 29 Robusta 4. COMMUNITY CENTER: Pods only 3 Fildera Pods and fronds — -- 11 Robusta 5. MESQUITE AVE.(between Vella and el Cielo rd. at Demuth park): A NORTH SIDE OF STREET: Pods and fronds 9 Robusta B. SOUTH SIDE OF STREET: Pods only 11 Filifera 17 Pods and fronds 10 Robusta C. MEDIAN: Pods and fronds 19 Robusta Pods only 7 Flffera F. RUTH HARDY PARK,700 Tamarisk Road,60 Trees total: Pods Only 57 Flifera Pods and Fronds 3 Robusta G. VICTORIA PARK,2744 North via Miraleste off vista chino, 3 Trees total: Pods only 3 Flifera H. GATEWAY PARK,(NEWLY planted,Do NOT trim in 2011)50 total trees(NOT included in the 2011 bid totaft•): 1. ON GENE AUTRY BETWEEN VISTA CHINO AND CHIA AVE: Pods only 33 Filiifera 2. VISTA CHINO AND VIA ESCUELA: Pods and Fronds 17 Robusta 1. JACKIE LEE HOUSTON,(NEWLY planted,Do NOT trim in 2011)(Across from Convention center on Cale Alvarado), 13 Trees total(NOT included in the 2011 bid totals): Pods only 5 Filifera Fronds,Pods and Fruit 8 Date Palms J. Wellness park(ne)t to Ruth Hardy park)46 trees total: Pods only 45 Filters Pods and Fronds 1 Robusta SECTION IX: PALM SPRINGS INTERNATIONAL AIRPORT 482 total trees 415-6176-43066 A. FRONT OF AIRPORT TERMINAL, PARKING LOTS, Pods and Fronds 320 Robusta B. AIRPORT OPERATION AREA,TERMINAL&SECURED AREAS Pods and Fronds 92 Robusta C. TAXI BUILDING _ hods and Fronds _. 12 Robusta D. KIRK DOUGLAS WAY Pods and Fronds 27 Robusta E. CUSTOMS BUILDING Pods and Fronds 12 Robusta F. VISTA CHINO AND FERREL DR. 18 Pods and Fronds 19 Robusta SECTION X: FIRE STATIONS. 3620-43060 A. FIRE STATION 443, East Racquet Club and Via Miraleste, 5 Trees total: Pods and Fronds 3 Robusta Pods only 2 Filtfera B. FIRE STATION 444, La Verne and Caliente, 10 Trees total: Pods and Fronds 9 Robusta Pods only 1 Filifera C. FIRE STATION 445, Bolero Road and Golf Club Drive,4 Trees total: Fronds, Pods and Fruit 3 date palms Pods only 1 Filifera D. TRAINING CENTER, East Alejo Road,3 Trees total: Pods and Fronds 2 Robusta Pods only 1 Filifera E. Train Station,Whitewater Road, 19 Trees Total: Pods only 19 Filifera SECTION XI: MEDIAN ISLANDS A. Sunrise—Racquet Club to north end median,24 Trees total: Pods only 24 Filifera B. North Indian entrance, 5 Trees total: Pods only 5 Filifera C. North Indian median islands—San Rafael to Radio Road, 8 Trees total: Pods only 8 Fil'rfera D. Sunrise&Ramon mediantalso North of Tahquitz,9 Trees total: Pods only 9 Filifers E. Ramon west of Sunrise, 3 Trees total: Pods only 3 Filifera (end of locations and tree counts) 19 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BID(IFB)NO. 11-08 BID PRICING PAGE Responding to an Invitation for Bids for Palm Tree Trimming: Schedule A - Seed Pod/Frond/Fruit Removal at various locations in the City of Palm Springs, the undersigned Bidder agrees to furnish all labor, equipment, materials, supervision and service necessary to complete the job requirements as outlined in the Detailed Specifications. It is the City's intent to base the award on the lowest responsive and responsible Bidder of the unit prices submitted on this page for the Grand Total of Schedule A. However, the City reserves the right to make no award, or modify the estimated quantities up or down as may be required, whichever is in the best interests of the City. VWE PROPOSE AND AGREE to f imish all labor, equipment, materials, supervision and service necessary to complete said Work in accordance with the Specifications of the City of Palm Springs and will accept as full payment therefore,the following amounts: SCHEDULE A: UNIT PRICE X #TREES = TOTAL COST POD REMOVAL ONLY: s 1. 7.5 Ea. X 1245 $,1,0 26 L25 POD AND FROND REMOVAL ONLY: $ .24 •�5Ea. X 2156 = $ 52)2-g3.Op DATE PALMS: FROND,POD&FRUIT $ 2.5 Ea. X 23 = s "7`I I • 75' (3424 Total#Trees) TOTAL SCHEDULE A: S 2 ©5 1 . 00 It is understood and agreed that this Bid may not be withdrawn for a period of sixty (60) calendar days from the Date and time of the Bid Opening thereof, and at no time in the case of the successful Bidder. ACCEPTANCE OF SITES, CONDITIONS,AND WORK TO BE DONE IS V or IS NOT HEREBY ACKNOWLEDGED (YOU MUST CHECK ONE). The existing conditions and descriptions of work are intended to give Prospective Bidders a general idea of the work to be done, however each bidder is STRONGLY ADVISED to visit and inspect the sle(s) and satisfy himself as to the exact conditions and requirements of the work to be done and submission of a bid will be prima facia evidence of this site visit. Failure of a bidder to visit and inspect the sites shall constitute acceptance of ALL pre-existing site conditions and shall constitute as a waiver of any and all future claims relating to said conditions. Failure to acknowledge acceptance of the conditions of the sites and requirements of the work will result in your bid being deemed non-responsive. Pcld.'114 Tree Eer,��c2 P � NAME OF BIDDER(PERSON,FIRM, CORP.) Sl NA RE OF �AUTHORIZED REPRESENTATIVE PO • )?cvc 522 Lci w v 6 IOU i1/a ovivier ___-ADDRESS ecdl�e�ra� Cit�4l EGA 9222 -760 GqD3 ADDRESS TELEPHONE NUMBER "7— 5— It 76 0 32.c5 2 '71 t/ DATE � FAX NUMBER Pad i hit Tr Ee Jf*r✓!C,27 P L01100.CCr4E-MAIL ADDRESS 20 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non-responsive. In the space providV below, please acknowledge receipt of each Addendum: Addendum(s)#J�am—Is/are hereby acknowledged Send via mail(sealed)to: or Deliver via courier(sealed)to: City of Palm Springs/Procurement City of Palm Springs Procurement 3200 E.Tahquitz Canyon Way 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Palm Springs, CA 92262 PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY DUE TO THE CURRENT FURLOUGH PROGRAM.AND THEREFORE IS NOT ABLE TO ACCEPT.TIME OR DATE STAMP ANY S S/B1D ON FRIDAYS Q WEEKENDS . PLEASE TAKE THIS O CONSIDERATION WHEN DELNERING A SUBM AL113I0 BY TWE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. LATE BIDS WILL NOT BE ACCEPTED - NO EXCEPTIONSI 21 OF PA iM S V � N Cgt�Ft}? INVITATION FOR BID (IFB 11-08) FOR ANNUAL PALM TREE TRIMMING ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1: We currently do not have the D-49 classification. We do have the C-27. If this is a disqualifier I regret that we would have to decline at this time. Please advise me if I am mistaken. A 1:A D-49 license is required for this project. Q 2: We do have a sub who holds a D-49 classification. We utilize him on all of our projects. Would that meet the City of Palm Springs requirement? A. 2 No. The bidder is required to hold a D-49 license for this project. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Craig L.Gladders,C.P.M. Procurement&Contracting Manager DATE: June 23,2011 ADDENDUM ACKNOWLEDGMENT: Bidder Firm Name: Atdi lla Tree 5;w-vice Authorized Signature: P Date: -- Acknowledgment of Receipt of Amendum 1 is required by signing and including the acknowledgment with your Bid. Failure to acknowledge this Addendum may result in your Bid being deemed non-responaWe. You may also acknowledge each Addenda on the bottom of Attachment"A"of gre IFB document OF PALM Sp U v+ i �Rl rFOR��P INVITATION FOR BID (IFB 11-08) FOR ANNUAL PALM TREE TRIMMING ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE iFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1:Are we allowed to work in the parks on furlough days? (not on city streets) A 1:No. Q 2: On pod only removal, do the fronds need to be skirted? A. 2 No. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders,C.P.M. Procurement&Contracting Manager DATE: June 29, 2011 ADDENDUM ACKNOWLEDGMENT: P-i�Bidder Firm Name: r t i11 q I rce SQ ry f e e Authorized Signature: e Date: --_----_---. Ac o gment of Recall of A endue 2 is required v sigran_g and including.the acknowledgment with your Bid. Failure to acknowledge this Addendum may result in your Bid being deemed non-resporn;ML You may also acknowMee0ge -- each Addenda on the bottom of AHachmerd"A^of the IFB document CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.11-08 BIDDER'S REFERENCE LIST List at least five (5) references for which you have provided palm tree trimming services vAthin the last three years with requirements similar to the scope of work outlined in these documents. 1) NAME OF BUSINESS/AGENCY: 4- ADDRESS Cta CN2Z34 CONTACT PERSON : 40%nn wox ,M\al TELEPHONE# :(-760 )250 - 2 H©4 2) NAME OF BUSINESSIAGENCY: �je5e c k Q2Crec.�\o n Qi S\v:C� ADDRESS : 4 -3 5";o 5ts s� in io CA '220 ( CONTACT PERSON wi \ Cam oyi o� _ TELEPHONE# : C76o� ` 5- 63S 3) NAME OF BUSINESS/AGENCY: fL-%%W '84xe covrA� laoc�siHa l04t+or j ADDRESS : 5556 t�rlivwlrov, #1Je QiJ@tS�fx W 97-SO4 CONTACT PERSON eo �Q�gvce o TELEPHONE# : r760\ zf47- Y/o 4) NAME OF BUSINESSIAGENCY: (2a�et,0 N��rw�e n 1c,bi le Noneo MYI.V rvtjj ADDRESS 6QATS Irwnk S nn4�m yage 011270 CONTACT PERSON Scoff* S.I--6,n2f TELEPHONE# : C-7Co0-%1 21R- 6(M3 5) NAME OF BUSINESS/AGENCY: �hOvli+� Cow oan�e5 ADDRESS tit,! AA.+S S4 La Q Vj1%1014CA Q83S2 CONTACT PERSON nyve S'OK TELEPHONE# 57 2q 22 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.11-08 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE) The undersigned, being first duly swom,deposes and says that he or she is 4 a+coca Bwc!•�1k Of Pwd 1\e "i'r ee Sere cj�- , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fur the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: ' Title Q w-n-o�C Subscribed and sworn to before me this day of ,201 '_. 7 ANm TONIC E Notary #82 Public in and for said ] Commission 1824785 County and State = •d Notary Public-California z z Riverside.County raonw.rRM My Comm.Ex ires Nov 25,2012 23 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR SIDS NO.I1.08 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That L.azxA,- n Po gi(l a as PrinCo,and as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter a the"City"in the sum of: Y+ ,--b5 , I d dollars (not less than tt1 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS,said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: PALM TREE TRIMMING:SEED PODIFROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS IFS No.11-08 NOW THEREFORE, if said Principal is awarded a contract by said City, and,within the time and in the manner required in the 'Notice inviting Bids" and the 'Instructions to Bidders" eaters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Sond, then this obligation shall be null and void, otherwise it shall remain in full force and effect In the event suit is brought upon this bond by said City and City prevails,said Surety shall pay all costs incurred by said City in such suit, including a reasonable atbmey's fee to be fixed by the court, """""��'''''��'�'""""��111 SIGNED AND SEALED,this 7 day of�,201�_ (SEAL) (SEAL) (SEAL) 10 (Principa9 (SEAL) By: P010— (Signature) (SEAL AND NOTARIAL By: � ACKNOWLEDGMENT OF SURETY) (Signature) 24 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1199 State of California County of t1V.*T5 ue_ On 01—6S"f/ before me, &hyl D yyue* /UB Date Here Insert Name and Title ofthe Ofioar personally appeared (,>li'.Z,4 a - P&40//t� Name(s)of Signers) who proved to me on the basis of satisfactory evidence to be the person(,* whose name00 is/W subscribed to the within instrument and acknowledged to me that he/s)(bfttky executed the same in his/her/their authorized capacity(iod), and that by + - ++r his/NK/1110 signature(M on the instrument the ANTONIO VIRUETE personoo, or the entity upon behalf of which the a -® Commission# 1824786 Z person( acted, executed the instrument. z .. Notary Public-California z z Riverside County D My Comm.Expires Nov 25,2012 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han and official seai Signature: Place Notary Seal Above ignefure of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document �ff Title or Type of Document: 6JeT fOYI40 JLorM Document Date: 40-7`0J— « Number of Pages: Signer(s) Other Than Named Above: Capacity(ies)Claimed by Signer(s) -� ��yy Signer's Name: LA'7_ ID A' • ��tvf/Lq Signer's Name: ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): F%1- Individual ❑ Individual =' Partner—❑Limited ❑General Top of thumb here ❑ Partner—❑Limited ❑General Top of thumb here ❑_ Attorney in Fact ❑Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or Conservator ❑Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: ✓r Signer Is Representing: 0 2010 National Notary Association•NationalNotary.org•1.800-US NOTARY(1-800-876-6827) Item#5907 BIDDER'S GENERAL INFORMATION PALM TREE TRIMMIMG:SEED PODIFROND REMOVAL,IFB 11-08 The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDERICONTRACTOR'S Name and Street Address: 4azcw o 04%\\a Gresrco N st coox4rc \ CV+ CA >y2'23S Lazaco b Pc I',k\a, `3u ls`10 Eaeblc C5Y, 9y AV4 B Co lhflM I Q i h, �223y 2. CONTRACTOR'S Telephone Number. (,?Go ) Lt 6 Lf - Sil 03 Facsimile Number. (-7(.© ) 4 l3 60 5'z- & CONTRACTOR'S License: Primary Classification C f�\ O 4 Cl State License Number(s) q`232 05 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Nameofsurety Ar evricny\ Co sky-scipsT Address 6 2 5 Tt.a_ C i E� Drl.i e 5ouA-h I S v4-e 13 0 ora�f-' . C (4 a'2R 69 Surety Company F�m¢rieav� eoti.�rcckpc5 1w�evvMky CowvP `j Telephone Numbers: Agent(76o Surety(YI41) -14 0--7 000 5. Type of Firm(Individual,Partnership or Corporation): 6. Corporation organized under the laws of the State of 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firth: Lo.2Fr0 t?G a1.11 G( f34MEt j_p,- ave, A Vc J\,t\S (S er 8. Number of years experience as a contractor in this specific type of construction work: 9. List the name and title of the person who wilt supervise full-time the proposed work for your firm: Lazaco?6A,I I OwKer 10. is full-time supervisor an employee -4, contract services_? 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. WAIVED 25 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held firmly bound unto the City of Palm Springs,a charter city, organized and existing in the County of Riverside, State of California, hereinafter called the"City,"in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM TREE TRIMMING:SEED PODIFROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS,IFB NO.11-08 NOW THEREFORE, If said Contractor, its subcontractors, its heirs, executors, administrators, successors, or assigns shall fail to pay for any material, provisions, provender, equipment, or other supplies used in, upon,for, or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and Sections of other Codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions, equipment, or other supplies, appliances, or power used in, upon, for, or about performance of the Work contracted to be executed or performed, or any person, company, or corporation renting or hiring implements or machinery or power for, or contributing to, said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefore, shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum hereinbefore set forth, and also will pay, in case suit is brought upon this bond, a reasonable attorneys fee as shall be fixed by the Court. This Bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. 26 PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said Surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this day of 12011. CONTRACTOR: (Check one:_individual,_partnership, _corporation) (Corporations require two signatures; one from each of the following groups: A Chairman of Board, President, or any Vice President;AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer). By Signature(NOTARIZED) Print Name and Title: By Signature(NOTARIZED) Print Name and Title: SURETY By Tide NOTARIAL ACKNOWLEDGMENT OF SURETY0___ 27 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That as Contractor, And as Surety, are held firmly bound unto the City of Palm Springs, a charter city, organized and existing in the County of Riverside, Cardomia,hereinafter called the"City,"in the sum of: dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM TREE TRIMMING: SEED PODiFROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS,IFB No. 11-08 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be fumished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNED AND SEALED,this day of 2011. CONTRACTOR: (Chen one: _individual, _)artnership, corporation) (Corporations rewire two signalures,one Win each of the follomrg groups:A.Chairman of Board,President,or any Vice President; AND B.Secretary,Assistara Secretary,Treasurer,Assistant Treasurer,orCtdef Financial Oficeo. By SURETY: Signature(NOTARIZED) Print Name and Title: -- BY- Signature(NOTARIZED) Print Name and Title: le (SEAL AND IdOTARIAi.ACIQJOyVI.EDGMENT OF SURETY) URETY) 28 AGREEMENT THIS AGREEMENT made this day of in the year 2011, 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 taws of the State of California, hereinafter designated as the City,and hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 —THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s)of the City's Contract Documents entitled: PALM TREE TRIMMING: SEED PODIFROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS, IFB No. 11-08 The Work is generally described as follows: The trimming of seed pods and fronds, and the proper disposal of debris, from palm trees at various public locations throughout the City of Palm Springs. 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 rf 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 of $ 250.00 for each calendar day that expires after the time specified in Article 2, herein_ 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 and Bid Schedule(s). 29 ARTICLE 4—THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General information, Bid Security or Bid Bond, this Agreement, Workers Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions (Exhibit "Al, the Drawings, Addenda numbers to inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5—PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 —NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by _registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7—MISCELLANEOUS Terns 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. IN WITNESS WHEREOF,the City and the Contractor have caused this Agreement to be executed the day and year first above written. 30 ATTEST: CITY OF PALM SPRINGS, CALIFORNIA By City Clerk By City Manager APPROVED AS TO FORM: Date By City Attorney APPROVED BY THE CITY COUNCIL: Date Date Agreement No. Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Dace President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Check one:_Individual_Partnership_Corporation Address: gy; By: Signature(notarized) Signature{notarized) Name: Name: Title: Tom: (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board,President or any Vice President) Financial Officer or any Assistant Treasurer) State of ❑ State of ❑ County of ❑ss County of ❑ss 31 On On before me, before me, personally appeared personally appeared who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the person(s) whose name(s) istare subscribed to the within instrument and islare subscribed to the within instrument and acknowledged to me that helshe/they executed acknowledged to me that helshefthey executed the same in hislher(their authorized capacity(ies), the same in his/her/their authorized capacity(ies), and that by hislherftheir signatures(s) on the and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf behalf of which the person(s)aged, executed the of which the person(s) acted, executed the instrument, instrument. I certify under PENALTY OF PERJURY under 1 certify under PENALTY OF PERJURY under the the laws of the State of Cardomia that the laws of the State of California that the foregoing foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal Notary Signature: Notary Signature: Notary Seal: Notary Seal: 32 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the California Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions of said Code, and I will comply with such provisions before commencing the performance of the Work of this Contract. Contractor By Title 33 EXHIBIT "A" SPECIAL PROVISIONS Business license Reauirernent: Contractor shall possess a valid City of Palm Springs Business License throughout the term of this agreement. Contractor's License Reoulrement: The successful Bidder shall hold a valid Class D-49 Contractor's License at the time the contract is awarded and for the duration of the term that the work is in progress. Bid Bond: Each Bid must be accompanied by cash, a certified or cashiers check or Bidders bond on the prescribed form and made payable to the City of Palm Springs for an amount equal to at least ten percent (10%) of the amount Bid (maximum award value of lump sum total). Such guaranty shall be forfeited should the Bidder to whom the work is awarded fail to furnish the required proof of insurance, bonds and enter into a Purchase Order Contract with the City within the period of time provided by the IFB's requirements. Performance Bond and Insurance: The successful Bidder shall furnish within 14 calendar days after Notice of Award, a Performance Bond in the sum of the amount of the Agreement. The successful Bidder shall maintain the validity and enforcement of said bond for the duration of the Contract. Also, the successful Bidder shall furnish within 14 calendar days after Notice of Award certificates of Insurance as per the instructions contained herein. Payment Bond: Concurrently with execution of Agreement, Contractor shall deliver to Agency a payment bond (Material and Labor Bond)in the sum of the amount of Agreement, in the form provided by the City clerk, to satisfy claims of material suppliers and mechanics and laborers employed by Contractor on the work. The bond shall contain the original notarized signature of an authorized officer of the surety and affixed thereto shall be certified and current copy of his power of attorney. The bond shall be unconditional and remain in force until the work is accepted by Agency and until all claims for materials and labor are paid, and shall otherwise comply with the Civil Code. All work shall be performed in accordance with the °Greenbook" Standard Specifications for Public Works Construction, 2006 edition. 34 CERTIFICATE OF INSURANCE TMCBiI4T=MMSU®TO THE UW AMNML WED es UVtDESIGNRr®MVIM COORWY BOTH THE'MOORED rwaE ANDADDBEstoFlr>suR® INSURANCE COMPANIES AFFORDING(AVERAGE COMPANY A B C D TYPE OFNATRKPERFOBhEDA1D LOG r LIMITSOF WIBICRYINT110USANDS(x7DA0) TYPE OF INSURANCE POLICY MR6BA EACH OCCURRENCE AGGREGATE COSPRBBOVE GEMWAL !LIABILITY hWudrg: S S ❑EN ONDMOIXlM6E SDDLYINI S S ❑ ura>EnuroDeaArR; PmtsDrDetWE ❑�DPHUTtaB ❑CONtPPCfLLN.ltlallNdlCE ❑ eaoPn FOIYa PRDPERIY'DLmAfe S S ❑ adfax NafaAfD tYaDPERrr ❑PeWoxPLRMRn hvwAaEcartee� ' PBiaDN.LmuRv S COU LIRE RFJ@ISIYEwuT'OIeDBILE PI� S Ndhsig: E ACGDENr ❑oImIeD PInPBrtrDatrc,E S ❑ NDED ❑ ruNonrID a ❑epTOR CPtd�RP.Cr nofnr ruRrY 00t)PRDP6DY S DAMPnEODafRtD BTCESS LIABILITY BO LY �rc 0 BgDYER8 WHIlIY O COLIN J® S IAORII m COMPENSATION fTATIIIORr end EMPIAYBCSLMBLITY EL badaWg. i 11 O ❑ LDtiD SlIOIiB.EN'S ND IIPABDRY1aRiEflS OTHER ADDITIONAL INSURED ENDORSEMENT—CITY OF PALM SPRINGS The ulgMmgned mYfas t by Iv ad*W the rePrnm+ie6ye afm ahmAlvmod Nmssiw ompmiM fethe afie hssmesbmHy is mmDU shd bmvlb4mv4de eo CmMcam HaMm,and eamrdply does hseby cw*m bdW of atd Svmmm omrpeses M POldes of ebfeeoi ASWd db hm bM oDad b tv Nehled mm�ea ebme arW He N'Imv mlbsro. NmNibMDUnB aryregmertmOt,imltlalmmeA.risT camacl aavr doamem AYhrsapeTdb Msoltlss=Nab mM be hlmmda may pertmn,She NHEmire aforded by In Policies drombed herein is subpcl Mat tiv Where,om*NiDM mtl conol ons of such DOWN Ccpiea of dre l " ahaAn ml be funhAvd W be CedMcd9 HddmePan raAuem. TNa eeNflcds does rotmtand.eAmN.aNmr the coverap eBmded by be PO WN Aged. CennlWAm:Stwvdm y aft mow dhveb®d POAdes be amWelled belaethe mpMm data Nmect the WSW V mnpay•R evil W days VAMn notice W the belmw4wmd cercfndsholden NAME AND ADDRESS OF ADMONAL INSURED DATE t� BY .E� . 35 SUMMARY OF INSURANCE REQUIREMENTS FOR CITY CONTRACTS instructions to ContractorslVendors/Servfce Providers: Prior to commencing any work, all contractors, vendors and service providers shall procure and maintain, at their own cost and expense for the duration of their contract with the City, appropriate insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work or services. The types of insurance required and the coverage amounts are specified below: A. Minimum Scope of Insurance Reauired 1. General Liability Insurance is required whenever the City is at risk of third-party claims which may arise out of work or presence of a contractor,vendor and service provider on City premises. 2. Automobile Liability Insurance is required only when vehicles are used by a contractor, vendor or service provider in their scope of work or when they are driven off-road on City property. Compliance with California law requiring auto liability insurance is mandatory and can not be waived. 3. Workers' Compensation and Employer's Liability Insurances is required for any contractor, vendor or service provider that has any employees at any time during the period of this contract. Contractors with no employees must complete a Request for Waiver of Workers' Compensation Insurance Requirement form. 4. Errors and Omissions coverage is required for licensed or other professional contractors doing design, architectural,engineering or other services that warrant such insurance. B. Minimum Limits of Insurance Coverage Required Under$25,000 Limits TBD by Risk Manager Over$25,000 to$5,000,000 $1 Million per Occurrencel$2 Million Aggregate Over$5 Million Limits TBD by Risk Manager Umbrella excess liability may be used to reach the limits stated above. C. The following general regutrements apply: 1. Insurance carrier must be authorized to do business in the State of California. 2. Insurance carter must have a rating of or equivalent to B++, VII, by A.M. Best Company. 3. Coverage must include personal injury, protective and employer liability. 4. Certificate must include evidence of the amount of any deductible or self-insured retention under the policy. 5. Contractor's general liability and automobile insurance coverage must be primary and non-contributory over any insurance the City may maintain, that is, any such City insurance shall be excess to limits stated in the certificate. D. Verification of Insurance coverage may be provided by: an approved amQtgr. Endorsement Form for the City of Palm Springs or (2) an acceptable Certificate of Liability Insurance Coverage with an approved Additional Insured Endorsement (see attached) with the following endorsements stated on the certificate: 36 1. "The City of Palm Springs, its oWals, employees and agents are named as an additional insured' ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 2. 'This insurance is primary and non-contributory over any insurance or se&insurance the City may have" ("as respects a specific contract" or "for any and all work performed with the City" may be included in this statement). 3. "Should any of the above described porrdes be canceled before the expiration date thereof, the issuing company will/ mail 30 days written notice to the Certificate Holder named." Language such as, "endeavor to" mail and "but failure to mail such notice shall impose no obligation or liability of any kind upon the company, its agents or representative" is not acceptable and must be crossed out. See Example A below. 4. Both the Workers' Compensation and Employers' Liability policies shall contain the insurer's waiver of subrogation in favor of City, its elected officials, officers, employees, agents and volunteers. See Example B below. In addition to the endorsements listed above, the City of Palm Springs shall be named the certificate holder on the policy. All certificates and endorsements are to be received and approved by the City before work commences. All certificates of insurance must be authorized by a person with authority to bind coverage, whether that is the authorised agent/broker or insurance underwriter. Failure to obtain the required documents prior to the commencement of work shag not waive the contractor's obligation to provide them. E. Acceptable Alternatives to Insurance Industry Certificates of Insurance: • A copy of the full insurance policy which contains a thirty (30) days' cancellation notice provision (ten (10) days for non-payment of premium) and additional insured and/or Ices-payee status, when appropriate, for the City. • Binders and Cover Notes are also acceptable as interim evidence for up to 90 days from date of approval 37 F. Endorsement Lanauaae for Insurance Certificates Example A: SHOULD ANY OF THE ABOVE-REFERENCED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING INSURER WILL 1-N91 TO MAIL 30 DAYS* WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED HEREIN BUT FAN I RE Tn ■"Au el G14 NOTIGe cuAI I IMPOSe win GSUGATtON OR I 4iii ITV nr r awln I lonwl Tuc 1N--6UR5R ITS AGENTS OR CCOOCSCwITATA/CS *The broker/agent can include a qualifier stating "f0 days notice for nonpayment of premium." Example B: "IT IS UNDERSTOOD AND AGREED THAT THE COMPANY WAIVES THE RIGHT OF SUBROGATION AGAINST THE ABOVE ADDITIONAL INSURED (S), BUT ONLY AS RESPECTS THE JOB OR PREMISES DESCRIBED IN THE CERTIFICATE ATTACHED HERETO." G. Alternative Programs/Setf-lnsurance. Under certain circumstances, the City may accept risk financing mechanisms such as Risk Retention Groups, Risk Purchasing Groups, off-shore carriers, captive Insurance programs and self-insurance programs as verification of insurance coverage. These programs are subject to separate approval once the City has reviewed the relevant audited financial statements and made a determination that the program provides sufficient coverage to meet the CRYs requirements. THIS SPACE INTENTIONALLY LEFT BLANK 38 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BID(IFB)NO. 11-08 BID PRICING PAGE Responding to an Invitation for Bids for Palm Tree Trimming: Schedule A - Seed Pod/Frond/Fruit Removal at various locations in the City of Palm Springs, the undersigned Bidder agrees to furnish all labor, equipment, materials, supervision and service necessary to complete the job requirements as outlined in the Detailed Specifications. It is the City s intent to base the award on the lowest responsive and responsible Bidder of the unit prices submitted on this page for the Grand Total of Schedule A. However, the City reserves the right to make no award, or modify the estimated quantities up or down as may be required, whichever is in the best interests of the City. VWE PROPOSE AND AGREE to furnish all labor, equipment, materials, supervision and service necessary to complete said Work in accordance with the Specifications of the City of Palm Springs and will accept as full payment therefore,the following amounts: SCHEDULE A: UNIT PRICE X #TREES = TOTAL COST POD REMOVAL ONLY: $"7. 25 Ea. X 1245 POD AND FROND REMOVAL ONLY: $2.4 •2-5Ea. X 2156 = $ 52)283.GO DATE PALMS: FROND,POD&FRUIT $32.25 Ea. X 23 = $ 7`I 1 • 75' (3424 Total#Trees) TOTAL SCHEDULE A: S 2 ©S 00 It is understood and agreed that this Bid may not be withdrawn for a period of sixty (60) calendar days from the Date and time of the Bid Opening thereof,and at no time in the case of the successful Bidder. ACCEPTANCE OF SITES, CONDITIONS,AND WORK TO BE DONE IS or IS NOT HEREBY ACKNOWLEDGED (YOU MUST CHECK ONE). The existing conditions and descriptions of work are intended to give Prospective Bidders a general idea of the work to be done, however each bidder is STRONGLY ADVISED to visit and inspect the site(s) and satisfy himself as to the exact conditions and requirements of the work to be done and submission of a bid will be prima facia evidence of this site visit. Failure of a bidder to visit and inspect the sites shall constitute acceptance of ALL pre-existing site conditions and shall constitute as a waiver of any and all future claims relating to said conditions. Failure to acknowledge acceptance of the conditions of the sites and requirements of the work will result in your bid being deemed non-responsive. D Pctd;IIa 77ree Eerv�ce. NAME OF BIDDER(PERSON,FIRM,CORP.) S16NA RE OF AUTHORIZED REPRESENTATIVE RO 5 • 10Ox 22 Lctzava AJ (la Owvle.r ADDRESS NAME&TITLE(PRINT OR TYPE) Ce'kIn-edrj C.(A .'GA 9Z2 35 _760 4(64 5I103 ADDRESS TELEPHONE NUMBER "7— 5— I ( 76 0 9 2cf 2 71 t/ DATE FAX NUMBER PaJ IIa?rEe c5eryic2 27 P_ !L0hDd.ca1`E-MAIL ADDRESS 20 ADDENDA ACKNOWLEDGMENT: Acknowledgment of Receipt of any Addenda issued by the City for this IFB is required by including the acknowledgment with your bid. Failure to acknowledge the Addenda issued may result in your bid being deemed non-responsive. In the space prow" below, please acknowledge receipt of each Addendum: Addendum(s)# 1 Y Af" 2 isfare hereby acknowledged Send via mail(sealed)to: or Deliver via courier(sealed)to: City of Palm Springs/Procurement City of Palm Springs Procurement 3200 E.Tahquilz Canyon Way 3200 E.Tahquitz Canyon Way Palm Springs, CA 92262 Palm Springs, CA 92262 PLEASE NOTE THAT PALM SPRINGS CITY HALL IS CLOSED EVERY FRIDAY DUE TO THE CURRENT FURLOUGH PROGRAM, AND THEREFORE IS NOT ABLE TO ACCEPT,TIME OR DATE STAMP ANY SUBMITTALSIBIDS ON FRIDAYS (OR WEEKENDS). PLEASE TAKE THIS INTO CONSIDERATION WHEN DELIVERING A SUBMITTALBID 13Y THE DUE DATE AND TIME AS DEFINED IN THIS DOCUMENT. LATE BIDS WILL NOT BE ACCEPTED - NO EXCEPTIONSI 21 �� Is INVITATION FOR BID (IFB 11-08) FOR ANNUAL PALM TREE TRIMMING ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1: We currently do not have the D-49 classification. We do have the C-27. If this is a disqualifier 1 regret that we would have to decline at this time. Please advise me if I am mistaken. A 1:A D-49 license is required for this project. Q 2: We do have a sub who holds a D-49 classification. We utilize him on all of our projects. Would that meet the City of Palm Springs requirement? A. 2 No. The bidder is required to hold a D-49 license for this project. BY ORDER OF THE CITY OF PALM SPRINGS,CALIFORNIA Craig L.Gladders,C.P.M. Procurement&Contracting Manager DATE: June 23, 2011 ADDENDUM ACKNOWLEDGMENT: Bidder Firm Name: I v tdi lla Tree seldice Authorized Signature: °''� Date: -7- 5- ( j Acknowledgment of Receipt o�dendum 1 Is required by signing and udng the acknowledgment with your Bid. Failure to acknowledge this Addendum may result in your Bid being deemed non-responsive. You may also acknowledge each Addenda on the bottom of Attachment"A"of the IFB document L 1 L, �J F i INVITATION FOR BID (IFB 11-08) FOR ANNUAL PALM TREE TRIMMING ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE IFB DOCUMENT AND INSTRUCTIONS ARE TO BE INCLUDED AND SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1: Are we allowed to work in the parks on furlough days?(not on city streets) A1: No. Q 2: On pod only removal, do the fronds need to be skirted? A. 2 No. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Craig L. Gladders,C.P.M. Procurement&Contracting Manager DATE: June 29, 2011 ADDENDUM ACKNOWLEDGMENT: Bidder Firm Name: P�ljt jlg I rxc7e �S�e�ry jL E Authorized Signature: �YA41 ee 1" Xx Date: 7— Acknowledgment of Receipt of Ad,4endum 2 is required by signing and including the acknowledgment with your Bid. Failure to acknowledge this Addendum may result in your Bid being deemed non-responsWe. You may also acknowledge each Addenda on the bottom of Attachment"A"of the IFB document CITY OF PALM SPRINGS,CALIFORNIA INVITATION FORBIDS NO. 11-08 BIDDER'S REFERENCE LIST List at least five (5) references for which you have provided palm tree trimming services within the last three years with requirements similar to the scope of work outlined in these documents. 1) NAME OF BUSINESS/AGENCY: Pe,Sov 0Ai'zrZ " an ADDRESS Ss950 Jue xfta cc,. l e4`ta\ ejkj t Cla g2Z34 CONTACT PERSON Jotih W0.t le TELEPHONE# :/-7Gc9 )250 - $H©(4 2) NAME OF BUSINESS/AGENCY: Deserk Q,ecrec,) \Xa" 'Qi.SAry i Cyr ADDRESS 5- 05 Td.sus to CA 1 CONTACT PERSON Ji \ em oS TELEPHONE# C76o) 2 5- q63r. 3) NAME OF BUSINESS/AGENCY: (LMJer-C4C CcvrA� l�W VSiaarAJ�l+or�}vj ADDRESS : cSKr+ Intciu-*01A Age, QtJetS1AP GIl aZSpy CONTACT PERSON eo rre o TELEPHONE# !"760\ 4f47- 4/o 4) NAME OF BUSINESS/AGENCY: N-%vage rYlcibi(e Novae Co"Yk\)Yvvbkj ADDRESS 6gQZ5; Pi"t 4' nalra Q.wmcko MWayv N2270 CONTACT PERSON &Colo' S1 e: nef TELEPHONE# : C-rGo�b zl*� 6(b3 5) NAME OF BUSINESSIAGENCY: SMOVIi,i COMPO.y�\tS ADDRESS 96--753 11Aa..S Si- , La, Qyirn4q CA 4zsSz CONTACT PERSON ^Yye S TELEPHONE# 2q 22 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO. 1"8 AFFIDAVIT OF NON-COLLUSION STATE OF CALIFORNIA ) ) SS COUNTY OF RIVERSIDE) The undersigned, being first duly sworn,deposes and says that he or she is ". o ra V.c,a,� of Pa.d;\Xo, Tree , c4 , the party making the foregoing bid. That the bid is not made in the interests of, or on the behalf of, any undisclosed person, partnership company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereof, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or any other member or agent thereof to effectuate a collusive or sham bid. By: Title 0 w W.Qt- Subscribed and sworn to before me this day of ,201--. ` ]}-+ ANTONIO vIRUETE Notan and for said + Commission#1824786 z County and State i -u Notary Public-California z z Riverside County s FIDAWFRM My Comm.Expires Nov 25,2012 23 CITY OF PALM SPRINGS,CALIFORNIA INVITATION FOR BIDS NO.11-08 BID BOND FORM KNOW ALL MEN BY THESE PRESENTS, That Lc1zc rcn P6,91l l ci as Principal,and as Surety, are held and firmly bound unto The City of Palm Springs, hereinafte called the"City'in the sum of: -Z o s, I y dollars (not less than 70 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: PALM TREE TRIMMING: SEED PODIFROND REMOVAL AT VARIOUS LOCATIONS IN THE CITY OF PALM SPRINGS IFB No.11-08 NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorneys fee to be foxed by the count. SIGNED AND SEALED,this day of���_,2011 (J (SEAL) (SEAL) Q_ (SEAL) (Principal) (SEAL) (Surety) By: (Signature) (SEAL AND NOTARIAL By t' See_ A-fJz M e_J it ACKNOWLEDGMENT OF SURETY) (Signature) 24 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE g 1189 F a //LLq 7 beforeme, �TnfDvu U V//7.t2 nla f Here Insert Name and Me o e Officer personally appeared LAZ-4 A . Pal d%/(G� Name(s)of Signer(s) who proved to me on the basis of satisfactory evidence to be the persono whose name% is/W subscribed to the within instrument and acknowledged to me that he/s)kb/tt Vy executed the same in his/her/their authorized capacity(o), and that by his/hX/thblif signature(A) on the instrument the ANTONIO VIRUETE person()6, or the entity upon behalf of which the a -� Commission# 1824786 z person( }acted, executed the instrument. z . Notary Public-California z 7v z Riverside County s My Comm.Expires Nov 25,2012 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han and official seale Signature: Piece Notary Seal Above -signature of Notary Public OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Documents Title or Type of Document: •f nJIG� &h40 PvrM Document Date: Q-7—O — 11 Number of Pages: Signer(s) Other Than Named Above: A)bAe, Capacity(lies) Claimed by Signer(s) � Signer's Name: LA14r0 A - P61,54My Signer's Name: ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): Individual INNNE ❑ Individual Partner—❑Limited ❑General Top of thumb here ❑ Partner—❑Limited ❑General Top of thumb here ❑ Attorney in Fact ❑Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or Conservator y. ❑Guardian or Conservator ❑ Other: �� ❑Other: Signer Is Representing: Signer Is Representing: 0 2010 National Notary Association•NationalNotary.org•1.800-US NOTARY(1-600-876-6827) Item A5907 c BIDDER'S GENERAL INFORMATION PALM TREE TRIMMIMG.SEED PODIFROND REMOVAL,IFS 11.08 The Bidder shall furnish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Lw&x-o PGA:\\a, (dgiSao W 54- Cad%+cacc.\ ems! I (!A >c+223S Lazaco 1A Qc.l\1\a `?" r10 E4ajlc O5h 9r Md B Co. helr,, e�Fti �223y 2. CONTRACTOR'S Telephone Number: ( 76o ) 146 L4 — 54 O'3 Facsimile Number: ('760 ) cl 13 — 60 5'4? 3. CONTRACTOR'S License: Primary Classification C C 1 D 4 Cl StateLioanseNumber(s) q?32\03 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: NameofSurety Americgh CohkYcc� oc.c \Y\c�evwnil� Cow.pw-'v5 Address L 2 5 'T't.4 C Dr,j e South I S v 1+e 13 0 1 c�r��, C W ERGS Surety Company Rivneri cwv\ ( o�.�Y 4 ckot S \ytaQ�'A4.1 coy-'ewwcl Telephone Numbers: Agent(7(,o ) 2a-A-t6`f b Surety(-rl'i) -7LI 0--7 000 5. Type of Firm(Individual,Partnership or Corporation): 6. Corporation organized under the laws of the State of: 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: Lo.2GY0 Q4�.\14 �\rMC'r IiA24Y6 �'7 Qt^! \\S OWN ef- 8. Number of years experience as a contractor in this specific type of construction work: 2-0 srJC4r 5 9. List the name and title of the person who will supervise full-time the proposed work for your firth: LC4ZC4C o CA;I\4 owNerr 10. Is full-time supervisor an employee _Y_1 contract services_? 11. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. WAIVED 25 City of Palm Springs, CA Procurement Contracting Division Bid Abstract BID ABSTRACT Vendor&Bid Amount (Vendor&Bid Amount 'Vendor&Bid Amount Vendor& Bid Amount Vendor& Bid Amount General Tree Service Thrifty Tree Service Padilla Tree Service Your Neighborhood Aztec Landscaping PROJECT NO IFB 11-( Tree Service PROJECT NAME Annual Palm Tree Trimming - -- --- DUE DATE: 7/06/2011 ' Total of all Bid Schedules g70 ov � �� g ��7 G3 sZ -----TOTAL a_ VVhitnessed ey: Date: G --- ----- - City of Palm Springs, CA Procurement Contmung Division Bid Abstract BID ABSTRACT Vendor&Bid Amount Vendor& Bid Amount Vendor&Bid Amount Vendor&Bid Amo nt Vendor&Bid Amount So. Cal Tree Care Mariposa Landscapes WCA Desert View Tr e Green Horizons - - - PROJECT NO Service Landscape PROJECT NAME DUE DATE: r Total of all Bid Schedules - t 7 •as I i - TOTAL 3,9 2 4 Q q — 7 . c I Whitnessed By Date: L — ` City of Palm Springs, CA Procurement Cg kacft pvision - Bid Abstract B I D ABSTRACT Vendor 8 Bid Amount Vendor 8 Bid Amount Vendor&Bid Amount Vendor& Bid Am 'pnt Vendor&Bid Amount -- --- - ---= Valley Crest PROJECT NO T Landscape PROJECT NAME: DUE DATE: Total of all Bid Schedules. — - -i---� --- i TOTAL Whitnessed By: Date: %Check a License - Contractors State License Board Page 1 of 2 Department of Consumer Affairs Contractors State License oard Contractor's License Detail - License # 932103 DISCLAIMER:A license status check provides information taken from the CSLB license database.Before relying on this information,you should be aware of the following limitations. CSLB complaint disclosure is restricted by law(B&P 7124.6)If this entity is subject to public complaint disclosure,a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P,70711,7, only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. License Number 932103 Extract Date: 7/6/2011 LAZAROALEXANDER PADILLA _ .���..._ -.�.. .. 34810 EAGLE CANYON DRIVE APT B Business Information CATHEDRAL CITY,CA 92234 Business Phone Number.1760I464-5403 Entity:_ Sole Ownership Issue Date 04/30/2009 Expire Date 04/30/2013 License status This license is current and active. All information below should be reviewed. Additional Status. . _... _..... __. __. . . .. _. CLASS DESCRIPTION Classifications: D49 TREE SERVICE CONTRACTOR'S BOND This license filed Contractor's Bond number 100162321 in the amount of$12,500 with the bonding company Bonding: AMERICAN CONTRACTORS INDEMNITY COMPANY. Effective Date: 04/28/2011 Contractor's Bonding History This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:1863301 Workers'Compensation: Effective Date: 12/01/2009 Expire Date: 12/01/2011 Workers'Compensation History Personnel List https://www2.cslb.ca.gov/OnlineServices/CheekLicenseII/LicenseDetail.aspx?LicNum=932... 7/6/2011 .Check a License - Contractors State License Board Page 2 of 2 Conditions of Use I Privacy Policv Copyright©2010 State of Califomia https://www2.cslb.ca.gov/OnlineServices/CheekLicenseII/LicenseDetail.aspx?LicNum=932... 7/6/2011 California Automobile Insurance Company P.O. BOX 10730 M E R C U RY SANTA ANA, CA 92711-0730 INSURANCE Customer Service: (800) 503-3724 BUSINESS AUTO POLICY ADDITIONAL INSURED Renewal Declarations Effective Date: 02/20/2023 NAMED INSURED: AGENT: LAZARD PADILLA GARCIA DBA PADILLA TREE SERVICE DMA INSURANCE SERVICES PO BOX 522 22342 AVENIDA EMPRESA STE 255 CATHEDRAL CITY, CA 92235-0522 RANCHO MARGARITA, CA 92688 (714)990-4362 SCHEDULE Insurance Company: California Automobile Insurance Company Policy Number: BA040000039026 Policy Period: From: 02/20/2023 to 02/20/2024 at 12:01 AM Standard Time at your mailing address Additional Insured: CITY PALM SPRINGS PROCUREMENT & CONTRACTING Address: 3200 E Tahquitz Canyon Way, Palm Springs CA 92262 Endorsements Attached: CA 20 48 10 13 - Designated Insured AUTOMOBILE LIABILITY PROVIDED Covered Autos: I Symbol 1 -Any "Auto' Limits of Insurance: 1 $1,000,000 CSL RECEIVED FEB 0 6 2023 City Hall Reception Desk M DS 9107 11 Page 1 of 1 F IN REPLY REFER TO: DECEMBER 23, 2022 CITY OF PALM SPRINGS 3200 E TAHQUITZ CANYON WAY PALM SPRINGS CA 92262-6959 CERTIFICATE OF WORKERS' ----------------------- COMPENSATION INSURANCE ---------------------- CANCELLATION NOTICE ------------------- RE: CERTIFICATE DATED DECEMBER 1, 2022 THE WORKERS' COMPENSATION INSURANCE POLICY FOR THE EMPLOYER NAMED BELOW WILL BE CANCELLED EFFECTIVE JANUARY 27, 2023 AT 12:01 A.M. IF YOU HAVE ANY QUESTIONS REGARDING THIS NOTICE, PLEASE CONTACT THE EMPLOYER NAMED BELOW EMPLOYER: PADILLA TREE SERVICE PO BOX 752 THOUSAND PALMS, CA 92276 POLICY 1863301-22 CUSTOMER SERVICE REPRESENTATIVE CUSTOMER SERVICE CENTER (888) 782-8338 5860 Owens Or Pleasanton, CA 94588-3900 Mailing Address: P.O. Box 8192 • Pleasanton, CA 94588-9682 RECEIVED DEC 2 72022 Reoeption Desk SCIF 19102 333y DECEMBER 27, 2022 CITY OF PALM SPRINGS 3200 E TAHQUITZ CANYON WAY PALM SPRINGS CA 92262-6959 IN REPLY REFER TO: CERTIFICATE OF WORKERS' ----------------------- COMPENSATION INSURANCE ---------------------- CANCELLATION WITHDRAWAL NOTICE ------------------------------ RE: CERTIFICATE DATED DECEMBER 1, 2022 THE CANCELLATION HAS BEEN WITHDRAWN FOR THE WORKERS' COMPENSATION INSURANCE POLICY FOR THE EMPLOYER NAMED BELOW. THIS LETTER SUPERSEDES THE NOTICE OF CANCELLATION SENT TO YOU ON DECEMBER 23, 2022. THIS EMPLOYER'S WORKERS' COMPENSATION INSURANCE COVERAGE CONTINUED UNINTERRUPTED. REP 02 EMPLOYER: PADILLA TREE SERVICE PO BOX 752 THOUSAND PALMS, CA 92276 POLICY 1863301-22 CUSTOMER SERVICE REPRESENTATIVE CUSTOMER SERVICE CENTER (888) 782-8338 5860 Owens Or Pleasanton, CA 94588-3900 Mailing Address: P.O. Box 8192 - Pleasanton, CA 94588-9682 SCIF 19102 California Automobile Insurance Company RECEIVED P.O. BOX AANA, A F�IH , 2ozs INSURANCE MERCURY SANTA ANA, CA 92711-0730 Customer Service: (800) S03-3724 gy; ,. BUSINESS AUTO POLICY ADDITIONAL INSURED Renewal Declarations Effective Date: 02/20/2023 NAMED INSURED: AGENT: LAZARO PADILLA GARCIA DBA PADILLA TREE SERVICE DMA INSURANCE SERVICES PO BOX 522 22342 AVENIDA EMPRESA STE 255 CATHEDRAL CITY, CA 92235-0522 RANCHO MARGARITA, CA 92688 (714)990-4362 SCHEDULE Insurance Company: California Automobile Insurance Company Policy Number: BA040000039026 Policy Period: From: 02/20/2023 to 02/20/2024 at 12:01 AM Standard Time at your mailing address Additional Insured: CITY PALM SPRINGS PROCUREMENT & CONTRACTING Address: 3200 E Tahquitz Canyon Way, Palm Springs CA 92262 Endorsements Attached: CA 20 48 10 13 - Designated Insured AUTOMOBILE LIABILITY PROVIDED Covered Autos: Symbol 1 - Any "Auto" Limits of Insurance: $1,000,000 CSL M DS 9107 11 Page 1 of 1