Loading...
HomeMy WebLinkAbout5/20/2015 - STAFF REPORTS - 5.B. �OEPALM SA4 c u u Cq��FORN�P City Council Staff Report DATE: May 20, 2015 NEW BUSINESS SUBJECT: AWARD A CONSTRUCTION CONTRACT TO GRANITE CONSTRUCTION COMPANY, A CALIFORNIA CORPORATION, IN THE AMOUNT OF $9,814,520; APPROVE AN ADDITIONAL LIST OF STREETS AND AUTHORIZE A CONSTRUCTION CONTRACT CHANGE ORDER NOT TO EXCEED $2,200,000; AND AUTHORIZE A PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED OF $318,132 TO WILLDAN ENGINEERING FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE 2015 PAVEMENT REHABILITATION PROJECT, CITY PROJECT NO 15-01 FROM: David H. Ready, City Manager BY: Public Works & Engineering Department SUMMARY Award of this contract will allow the City to proceed with construction of the 2015 Pavement Rehabilitation Project, City Project No. 15-01, (the "Project"). The low bid submitted by Granite Construction Company is approximately $2,000,000 less than the City's estimate, providing budget for additional streets; a list of additional streets will be discussed for consideration with direction provided by City Council. Approval of a Purchase Order with Willdan Engineering will provide the City with construction inspection and administration support services required for the Project. RECOMMENDATION: 1 . Award a construction contract (Agreement No. ) to Granite Construction Company, a California corporation, in the amount of $9,814,520 for Bid Schedules A through D, inclusive, for the 2015 Pavement Rehabilitation Project, City Project No. 15-01; 2. Consider and provide direction regarding the list of additional streets to include with the 2015 Pavement Rehabilitation Project, City Project No. 15-01, and authorize the City Manager to approve a Construction Contract Change Order in an amount not to exceed $2,200,000; 3. Authorize a Purchase Order to Willdan Engineering, pursuant to On-Call Agreement ITEM NO. -5. B . City Council Staff Report May 20, 2015 -- Page 2 Award Construction Contract-CP15-01, 2015 Pavement Rehabilitation No. 6688, in the amount of $268,132 for construction management and inspection services for the 2015 Pavement Rehabilitation Project, City Project No. 15-01; 4. Authorize the City Manager to approve an increase of up to $50,000 to the Purchase Order issued to Willdan Engineering for construction management and inspection services; 5. Authorize the City Manager to execute all necessary documents. BACKGROUND: On March 4, 2015, staff presented a final report of the 2015 Pavement Management Program Update (the "2015 Update') to the City Council. The 2015 Update determined an overall Pavement Condition Index ("PCI") of 69 and confirmed that 75% of the entire City street network has a pavement condition rated at "Fair' or better condition. Staff provided copies of the 2015 Update and held meetings with various subcommittees of the Palm Springs Neighborhood Involvement Committee (PSNIC), now known as the Organized Neighborhoods of Palm Springs (One-PS), and the Measure J Commission to review and discuss the 2015 Update. Staff identified a final list of streets using an overall budget estimate of $12 Million with a stipulation that $1 .2 Million would be programmed for Section 14 streets (including Indian Canyon Drive between Ramon Road and Alejo Road) to capitalize on the remaining $1.2 Million provided by the Tribe through the Section 14 MOU and that $1.4 Million from Measure J would be programmed to continue the Tahquitz Canyon Way reconstruction from Sunrise Way to El Cielo Road. In addition to and separate from the Section 14 list of streets, staff has assembled a list of over 100 various streets throughout the City (nearly 3.4 Million square feet of paved roadways) as identified on the list and map included as Attachment 1. This list includes the worst condition streets, with a few exceptions, and includes segments of an additional three arterial streets (Ramon Road, San Rafael Road, and Vista Chino), and is a fair and reasonable approach to identifying streets to include as part of the Project. With the exception of these three arterial streets, the list does not account for how much traffic each individual street segment otherwise carries, and will allocate funding to many streets that have very low traffic volumes, but for which funding is warranted given their very poor condition. On March 4, 2015, the City Council approved the list of streets and authorized staff to advertise and solicit bids for the Project. Subsequently, on April 30, 2015, the Procurement and Contracting Division received three construction bids from the following contractors: City Council Staff Report May 20, 2015 -- Page 3 Award Construction Contract—CP15-01, 2015 Pavement Rehabilitation Company Location Bid Amount Granite Construction Company Indio, CA $9,814,520.00 Matich Corporation San Bernardino, CA $9,833,929.00 Griffith Company Montclair, CA $11,093,390.11 Using actual bid item costs from prior projects completed by the City, staff determined a final Engineer's estimate of $12,600,000 with an expectation that given the large scale of the street reconstruction and overlay to be performed with the Project (the largest of its kind in the City's history), an economy of scale would result in competitive bidding and lower overall cost. As expected, the low bid submitted by Granite Construction Company was significantly less than the final estimate, at $9,814,520; a full bid summary is included as Attachment 2. Public Works Contractor Registration Law(SB 854) Under California Labor Code Section 1771.1, as amended by Senate Bill (SB) 854 (2014), unless registered with the State of California Department of Industrial Relations (DIR), a contractor may not bid, nor be listed as a subcontractor, for any bid proposal submitted for public works projects on or after March 1, 2015. Similarly, a public entity cannot award a public works contract to a non-registered contractor, effective April 1, 2015. Staff has reviewed the DIR's contractor registration database, and has confirmed that Granite Construction Company, and the listed subcontractors, are registered with the DIR, and are appropriately licensed. Granite Construction Company, of Indio, California submitted the lowest responsive bid. Staff reviewed the bid, references, and contractor's license, and found the Contractor to be properly licensed and qualified. A construction contract with Granite Construction Company, for the Project is included as Attachment 3. Local Business Preference Compliance Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program," requires prime contractors to use good faith efforts to sub-contract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley; submission of a good faith efforts is required. Although Section 7.09.030 does not apply to projects that receive state or federal funding which preclude the application of local preferences, Granite Construction Company is considered a local business enterprise. City Council Approval of Additional Streets with Remaining Budget As a result of the economy of scale and much reduced bid unit costs obtained through the competitive bidding on the Project, the low bid submitted by Granite Construction Company was significantly less than the final estimate, at $9,814,520, and provides a 03 City Council Staff Report May 20, 2015 -- Page 4 Award Construction Contract—CP1 5-01, 2015 Pavement Rehabilitation remaining budget of $2,200,000 from which additional streets may be included in the Project. Staff has identified an extended list of streets which includes both local and arterial streets and considers the unit cost per square foot bid received from Granite Construction Company. Options available to the City Council in considering an additional list of streets are: 1 . Allocate $2,000,000 for additional local streets based on PCI value; or 2. Allocate $2,000,000 for additional arterial streets based on PCI value; or 3. Allocate $1 ,000,000 each for additional local streets and arterial streets based on PCI value; or 4. Identify specific streets as may be recommended by One-PS or the Measure J Commission as a priority to various specific neighborhoods Staff has identified the list of local and arterial streets with approximately $1,000,000 budget allocated (shown as unshaded) and with approximately $2,000,000 budget allocated (inclusive of shaded streets), included as Attachment 4. On May 6, 2015, staff provided the extended list of streets with One-PS for consideration, concurrence and recommendation. Staff has suggested that the $2,200,000 remaining budget be equally allocated to local and arterial streets on the basis of PCI value, and recommends that the City Council provide direction to staff on the list, and authorize the City Manager to approve a Construction Contract Change Order to implement inclusion of such list as part of the Project. One-PS has reviewed the extended list of streets, and provided a response, included as Attachment 5. Construction Management and Inspection Services On April 1, 2015, the City Council approved agreements for on-call Public Works capital project construction management and inspection services with Dudek & Associates, Interwest Consulting Group, Inc., and Willdan Engineering to provide first class as- needed construction management and inspection ("Owner's Rep") services associated with a variety of future Public Works capital projects. Accordingly, staff solicited proposals from these on-call firms for required construction phase services associated with the Project, and on the basis of scope and fee has recommended the City Council approve the proposal submitted by Willdan Engineering, in the amount of $268,132, which represents less than 3% of the construction contract amount. In light of the additional streets to be included as part of the Project, additional contract time will be required to complete the Project, and corresponding budget necessary for associated construction phase services. Therefore, staff is recommending that the City Council authorize the City Manager to approve an increase of up to $50,000 in a Purchase Order issued to Willdan Engineering. A copy of the proposal for construction phase services provided by Willdan Engineering is included as Attachment 6. City Council Staff Report May 20, 2015 -- Page 5 Award Construction Contract—CP1 5-01, 2015 Pavement Rehabilitation ENVIRONMENTAL IMPACT: Section 21084 of the California Public Resources Code requires Guidelines for Implementation of the California Environmental Quality Act ("CEQA"). The Guidelines are required to include a list of classes of projects which have been determined not to have a significant effect on the environment and which are exempt from the provisions of CEQA. In response to that mandate, the Secretary for Resources identified classes of projects that do not have a significant effect on the environment, and are declared to be categorically exempt from the requirement for the preparation of environmental documents. In accordance with Section 15301 "Existing Facilities," Class 1 projects consist of the operation, repair, maintenance, permitting, leasing, licensing, or minor alteration of existing public structures, facilities, mechanical equipment or topographical features involving negligible or no expansion of use beyond that existing at the time of the lead agency's determination. Therefore, in accordance with Section 15301(c), staff has determined that the 2015 Pavement Rehabilitation Project, City Project No. 15-01, is considered categorically exempt from CEQA and a Notice of Exemption has been prepared and filed with the Riverside County Clerk. A copy of the Notice of Exemption is included as Attachment 7. FISCAL IMPACT: On November 19, 2014, the City Council adopted a Resolution authorizing the issuance of 2015 Local Measure A sales tax revenue bonds which have generated $5,969,450 in revenue for use on the Project. Separately, the City Council has budgeted $2 Million for street rehabilitation projects as part of the Measure J 2014/15 fiscal year budget, and is expected to budget another $2 Million as part of the Measure J 2015116 fiscal year budget. Moreover, there remain funds available from prior year street reconstruction projects. Finally, on May 7, 2014, the City Council approved a Memorandum of Understanding with the Agua Caliente Band of Cahuilla Indians, (the "Tribe"), for use of $1 ,800,000 of Tribal Transportation Program ("TTP") funds for roadway projects located in Section 14, (the "Section 14 MOU"). The Section 14 MOU provides that the Tribe will commit up to $1 ,800,000 of its TPP funds at a 1:1 match with City funds for roadway projects completed within Section 14; there is $1,200,000 of remaining TTP funds available for reconstruction of additional streets within Section 14, provided the City commits an equivalent amount of funding from its own sources. The Project's overall budget, and incurred expenditures, are identified in Table 1 on the following page: 05 City Council Staff Report May 20, 2015 -- Page 6 Award Construction Contract—CP15-01, 2015 Pavement Rehabilitation Table of Project Costs Amount Local Measure A Bond Revenue $5,969,450 Local Measure A FY 13/14 Allocation $529,000 Measure J FY 12/13 Allocation (Remaining) $271,705 Measure J FY 13/14 Allocation (Remaining) $538,066 Measure J FY 14/15 Allocation $2,000,000 Measure J FY 15/16 Allocation (Pending) $2,000,000 Tribal TPP Funds (Remaining) $1 ,200,000 Project Design $19,589 Project Administration (through 5/12/15 $3,646 Project Administration Estimated $10,000 Construction Engineering & Inspection $318,132 Construction Contract $9,814,520 Construction Contingency $2,200,000 Remaining Balance $142,334 Table 1 Funds to encumber for award of the construction contract in the amount of $9,814,520 with Granite Construction Company are available from the following accounts: • Local Measure A Account No. 134-4495-TBD: $5,969,450 • Measure J Account No. 260-4500-50809: $1 ,965,000 • Capital Project Account No. 261-4491-50324: $973,124 • Measure J Account No. 260-4493-50808: $535,000 • Measure J Account No. 260-4493-50805: $271,705 • Local Measure A Account No. 134-4498-50225: $100,241 Funds to encumber for approval of a Purchase Order with Willdan Engineering to provide construction management and inspection services in the amount of $268,132 are available from the following account: • Local Measure A Account No. 134-4498-50225: $268,132 City Council Staff Report May 20, 2015 -- Page 7 Award Construction Contract—CP15-01, 2015 Pavement Rehabilitation SUBMITTED: Prepared by: Approved by: Marcus L. Fuller, MPA, P.E., P.L.S. David H. Ready, Esq., Assistant City Manager/City Engineer City Manager Attachments: 1. Map and Listing of Approved Streets 2. Bid Summary 3. Construction Contract 4. Extended List of Streets 5. One-PS Response 6. Willdan's Construction Management and Inspection Services Proposal 7. CEQA Notice of Exemption 07 ATTACHMENT 08 City of Palm Springs 2015 Pavement Rehabilitation List of Streets (Excluding Section 14 Streets) Nalwa4L 10 Nema From To Lcayar WIdYr TNaMw I Nalyhborhootl PCI AnAaulated ToNIs CPS 1044 CAMINO CENTRO NIS N VIA LAS PALMAS SIS VEREDA NORTE 270 24 6,480 Old Las Palmas 21 6480 CPS 1945 KARLISA COVE US PASEO CAROLETA E END(COS) 210 24 7,148 Demuth Park 21 13,628 CPS 3434 OASIS ROAD US DEL SOL ROAD WIS INDIAN CANYON DRIVE 745 36 25.245 Desert Highland 22 38,873 CPS 194-5 WILLIAMS ROAD NIS MESQUITE AVENUE S/S SUNNY DUNES ROAD 1.271 32 40,672 Demuth Park 22 79,545 CPS 0344 PUERTA DEL SOL SIS SAN RAFAEL ROAD NIS SANTA CATALINA 435 16 6,960 Racquet Club West 23 86505 CPS 1244 COMMERCIAL ROAD NIS ALEJO ROAD N ENO(CDS) 695 36 29.763 23 116,268 CPS 1244 RESEARCH DRIVE EB FARRELL DRIVE S END(COS) 1,585 36 59,7B5 24 176,053 CPS 154-4 PATENCIO LANE US PATENCIO ROAD E END 490 20 9,800 Historic Tennis Club 24 185,B53 CPS 2945 BOLERO ROAD SIS GOLF CLUB DRIVE 1732'E/O GOLF CLUB DRIVE 1,732 36 62,352 24 248,205 CPS 1044 KAWEAH ROAD NIS CAMINO NORM SIS STEVENS ROAD 248 33 8,184 Old Las Palmas 25 256,389 CPS 2344 PALO VERDE AVENUE S)S OCOTILLO AVENUE NIS CALLE PALO FIERRO 341 36 12.276 Taquib,River Estates 25 268,655 CPS 2544 ARABY CIRCLE EIS ARABY DRIVE E END(COS) 405 32 15,516 Araby Commons 25 284,181 CPS 1144 SERENA CIRCLE NIS CHRISTINA WAY N END(CDS) 120 36 7,126 Movie Colony East 26 291.307 CPS 124-4 BURTON WAY NIS ALEJO ROAD N END ICDSI 515 32 19,205 26 310,512 CPS 2444 GOLONDRINA WAY WIS COMPADRE ROAD W END(CDS) MIS 32 15,045 Los Compadres 26 325,557 CPS 2744 CRESTVIEW WAY WIS S PALM CANYON DRIVE EIS MESA DRIVE 290 27 7,830 The Mesa 26 333,387 CPS 2444 LOS POSAS WIS BEVERLY DRIVE W END(COS) 413 33 15,876 Los Compadres 27 349,263 CPS 304-5 EAST PALM CANYON FRONTAGE ROAD US CHEROKEE WAY EIS LINDEN WAY 677 30 20,310 27 369.573 CPS 304-5 SEMINOLE ROAD US CHEROKEE WAY 220'EIO CHEROKEE WAY 220 30 6,777 27 376,350 CPS1344 BURTONWAY S/S ALEJO ROAD NIS AMADO ROAD 1,278 33 42,174 28 418.624 CPS 1945 CALLE DE CARLOS US CALLE SANTA CRUZ WIS VELLA ROAD us 20 14,157 Demuth Park 29 432,681 CPS 194-5 EL PLACER RD SIS RAMON ROAD NIS SUNNY DUNES RDA 1,261 33 41,613 Demuth Park 29 474,294 CPS 153d TIPTON ROAD NIS WENDY ROAD 1685 NIO WENDY ROAD 1,685 28 47,180 30 521,474 CPS 1044 FAIRVIEW CIRCLE NIS REGAL DRIVE N END(COS) 405 32 15,070 Vista Las Palmas 30 5W,544 CPS 1044 TUXEDO CIRCLE NIS REGAL DRIVE N END(COS) 405 32 15,070 Vista Las Palmas 30 551,614 CPS 1344 ANDREAS ROAD WIS FARRELL DRIVE US SUNSET WAY 988 36 35,558 w 587,182 CPS 304-5 EAGLE WAY WIS BIRDIE WAY US GENE AUTRY TRAIL 617 36 22212 30 609,394 CPS 0344 VIA ESCUEIA EIS VISTA GRANDE WEND 987 26 25662 31 6350% CPS 074-5 VALDIVIA WAY SIS LA CAMPANA WAY NIS TACHEVAH DRIVE 1620 36 36720 31 671,776 CPS 1044 KAWEAH ROAD NIS VIA SOL SIS VISTA CHINO 3W 29 B,073 Vista Las Palmas 31 679,849 CPS 1044 VIA SOL WIS WAWONA ROAD EIS VIA NORTE 963 32 31,456 Vista Las Palmas 31 711,305 CPS 1344 AVIATION WAY EIS CNIC DRIVE WIS EL CIELO ROAD 537 36 19,332 31 730,637 CPS 1344 CNIC DRIVE NIS TAHOUITZ CANYON WAY NIS LJVMOR AVENUE 756 36 27216 Sumner 31 757,853 CPS 1344 MONTEREY ROAD SIS AMATO ROAD NIS ANDREAS ROAD No 33 26,380 31 786,233 CPS1544 CAHUILIAROAD SIS ARENAS ROAD NIS BARISTO ROAD 605 35 21,175 Historic Tennis Club 31 807,408 CPS 1544 SAN JACINTO DRIVE NIS BARISTO ROAD SIS ARENAS ROAD 605 32 19,360 Historic Tennis Club 31 826768 CPS 1945 CAMINO SAN MIGUEL US EL PLACER ROAD WIS AVENIDA EVELITA 638 32 20,416 Demuth Park 31 U7,1M CPS 1945 VELLA ROAD NIS SUNNY DUNES ROAD NIS MESQUITE AVENUE 1,272 42 53.424 Demuth Park 31 90QE08 CPS 0244 EL CID EIS AVENIDA CABALLEROS E END(CDS) 518 32 18,822 Vista Norte 32 919430 CPS 0344 CABRILLO ROAD EIS JUNIPERO AVENUE W/S N PALM CANYON DRIVE 354 28 9.912 Chino Canyon 32 929,342 CPS 1044 CORONET CIRCLE NIS REGAL DRIVE N END(COS) 405 32 15.070 Vista Las Palmas 32 944,412 CPS 1044 FAIR CIRCLE NIS LEISURE WAY N END(COS) 41D 32 15236 Vista Las Palmas 32 959,648 CPS 1044 TOPAZ CIRCLE NIS LEISURE WAY N END(CDS) 405 32 15,070 Vista Las Palmas 32 974,718 CPS 1244 COMPUTER WAY WIS RESEARCH DRIVE EIS FARRELL DRIVE 351 36 12.636 32 987,354 C' :u0 City of Palm Springs 2015 Pavement Rehabilitation List of Streets (Excluding Section 14 Streets) Netsrmk ID NarM Prom To Length [111dth TrueA. Nalghbomootl PCI "Cou "i Totals CPS 1344 ARENAS ROAD EIS SUNRISE WAY W/S SATURMINO DRIVE 841 36 30.276 32 1,017630 CPS 1344 RANCHERO ROAD US COMPADRE ROAD E END(CDS) 654 36 26,35<) 32 1,043,980 CPS 2444 LA REINA WAY S/S SONORA ROAD NB E PALM CANYON DRIVE 1,212 33 40,716 Sonora Sunrise 32 1 084,6% CPS 1044 ABRIGO ROAD NIS CAMINO SUR WIS VIA LAS PALMAS 857 33 29,178 33 1.113,874 CPS 1044 CERES ROAD WIS HIGH ROAD EIS ROSE AVENUE 340 33 11,220 Vista Las Palmas 33 1 125094 CPS 1044 HIGH ROAD NIS CRESCENT DRIVE SIS CERES ROAD 1,029 33 36,012 Vista Las Palmas 33 1,160,106 CPS1044 VINEAVENUE S/S STEVENS ROAD NIS CAMINO NORTE 294 38 11,172 Old Las Palmas 33 1,171,278 CPS 134 4 VIA VAQUERO US COMPADRE ROAD E END(CDS) 682 27 19,624 33 1,190,902 CPS 15-0-0 PABLO DRIVE WIS CAHUILLA ROAD NIS SANTA ROSA DRIVE 837 26 21 762 Histaric Tennis Club 33 1,212.664 CPS 1945 SUNNY DUNES ROAD EIS VELLA ROAD WIS GENE AUTRY TRAIL 1,283 36 46,188 Demuth Park 33 t 25Q852 CPS 2644 CALLE PALO FIERRO NIS LA VERNE WAY SIB TWIN PALMS DRIVE 2.118 25 52,950 33 1,311,8W CPS M44 PUERTA DEL SOL SIS SANTA CATALINA NIS SAN CARLOS ROAD 431 20 8,620 Racquet Club West 34 1,320.422 CPS 194 DESERT WAY NIS SUNNY DUNES ROAD SEND 436 32 13,952 Demuth Park 34 1,33Q374 CPS 03-0 ROCHELLE ROAD WIS INDIAN CANYON DRIVE W END 469 24 11,256 35 1,345,630 CPS 1044 CAMINO MONTE VISTA EIS PALM CANYON DRIVE WIS INDIAN CANYON DRIVE 295 46 13,570 35 1,359,2W CPS 1344 CIVIC DRIVE NIS LIVMOR AVENUE NIS AVIATION WAY 766 40 30,368 Sunmor 35 1,389,568 CPS 1344 SUNSET WAY NIS AMADO ROAD SIS ALEJO ROAD 1,277 33 42,141 35 1.431 709 CPS 1945 CALLE SANTA CRUZ NIS SUNNY DUNES ROAD NIS MESQUITE AVENUE 1,288 32 41,216 Demuth Park 35 1,472,925 CPS 24-04 COMPADRE ROAD NIS SONORA ROAD NIS MESQUITE AVENUE 1.343 36 49,428 Los Compadres 35 1,522,353 CPS 1044 STEVENS ROAD WIS PALM CANYON DRIVE EIS VIA MONTE VISTA 2,228 47 104716 Vista Las Palmas 36 1.627069 CPS 1044 VIA LOIA WIS PALM CANYON DRIVE EIS PATENCIO ROAD 2,115 21 48,465 Old Las Palmas 36 1,675,534 CPS 1044 VIA NORTE SIS VISTA CHINO NIS STEVENS ROAD 626 32 20,032 Vista Las Palmas 35 1.695,566 CPS 1044 VIA SOL EIS VIA NORTE WEND 349 32 11168 Vista Las Palmas 36 1 706,734 CPS 1044 VISTA CHINO EIS KAWEAH ROAD W/S VIA NORTE 699 32 22,358 Vista Las Palmas 36 1,729,102 CPS 194-5 LOMA VISTA CIRCLE EIS EL CIELO ROAD E END(CDS) 530 32 19,685 Los ComWres 36 1,748,787 CPS 1945 ORANGE AVENUE SIS SUNNY DUNES ROAD SEND 238 22 5.236 Demuth Park 36 1,754,023 CPS 1945 SAN MARTIN CIRCLE EIS EL CIELO ROAD E END(CDS) 530 32 19,685 Los Compadres 36 1,773,708 CPS 1945 SONORA ROAD EIS EL CIELO ROAD E END(CDS) 1,085 36 41821 Las Compadres 36 1,815,529 CPS 1945 SUNNY DUNES ROAD EIS PLACER ROAD WIS AVENIDA EVELITA 636 33 20,988 Demuth Park 36 1,836,517 CPS 2644 ARGUILLA ROAD SIS E PALM CANYON DRIVE NIS TWIN PALMS DRIVE 408 34 13,872 Twin Palms 36 1,850 W9 CPS 2744 CAMINO DESCANSO WIS S PALM CANYON DRIVE EIS CAMINO BARRANCA 867 20 17.523 The Mesa 36 1,867,912 CPS 0344 CABRILLO ROAD US CARRILLO AVENUE WIS JUNIPERO AVENUE 336 19 6,384 Chino Canyon 37 1 874,296 CPS 0344 VIAESCUEIA WIS PALM CANYON DRIVE EIS VISTA GRANDE AVENUE 1318 33 43,494 37 1,911790 CPS 1044 CAMINO SUR WIS VIA MONTE VISTA EIS ABRIGO ROAD 826 33 28,161 Vista Las Palmas 37 1,945,951 CPS 1044 VIA VADERA WIS ABRIGO ROAD EIS ROSE AVENUE 250 33 8,250 Vista Las Palmas 37 1,951201 CPS 1344 CIVIC DRIVE WIS CIVIC DRIVE SIS ALEJO ROAD 2,086 33 68,838 Sunmor 37 2,023.039 CPS 1344 PAVILION WAY SIS BARISTO ROAD SEND 1,256 37 46,472 37 21)69,511 CPS 1945 PASEO DOROTEA NIS MESQUITE AVENUE NIS SUNNY DUNES ROAD 1 542 32 49,344 Demuth Park 37 2,118,855 CPS 2344 CACTUS DRIVE WIS MANZANITAAVENUE W END(CDS) 665 25 18,735 Deepwell Estates 37 2.137,590 CPS 2644 SIERRA MADRE DRIVE SIS SAN JOSE ROAD NIS AVENDIA GRANADA 1,251 36 45,3% Canyon Corridor 37 2,182,9W CPS 2644 TWIN PALMS DRIVE WIS CALLE PALO FIERRO EIS S PALM CANYON DRIVE 1 260 36 44,904 37 2227.890 CPS 1044 CAMINO MIRASOL SIS VIA LAS PALMAS NIS CAMINO SUR B07 31 27,720 Old Las Palmas 38 2,255,610 CPS 1344 COMPADRE ROAD SIS BARISTO ROAD N/S RAMON ROAD 1,267 34 43,078 38 2,298,688 CPS 1344 ORCHID TREE LANE NIS ANDREAS ROAD SIS AMADO ROAD 660 33 28,380 38 2,327,%8 r 0 City of Palm Springs 201S Pavement Rehabilitation List of Streets (Excluding Section 14 Streets) NeMork ID Name From To Length 99mm Troe Ala I Neighborhood PCI Accun Toftls CPS 2045 RAMON ROAD WIS SAN LUIS REY EIS CROSSLEY ROAD 1,360 84 109,540 38 2,436,608 CPS 2344 MESQUITE AVENUE WIS CALLE PALO FIERRO W/S SUNRISE WAY 2,565 36 92.376 Taquih River Estates 38 2,528,984 CPS 2444 CAMINO PAROCEIA EIS CANON DRIVE W/S EL CIELO ROAD 241 34 8,194 38 2,537,178 CPS 0745 MONTALVO WAY NIS TACHEVAH DRIVE NIS IA CAMPANIA WAY 1,076 36 38.808 39 2,575,986 CPS 074Z VISTA CHINO EIS GENE AUTRY TRAIL 1550'E/O GENE AUTRY TRAIL 1, 5 80 117.670 39 2,69365(3 CPS 1044 VIA IAS PALMAS E/S ABRIGO ROAD WIS VIA MONTE VISTA 990 33 32.670 Vista Les Palmas 39 2,726,326 CPS 1044 VIA VADERA WIS VISTA VESPERO EIS ABRIGO ROAD 558 33 18.414 Vista Las Palmas 39 2,744,740 CPS 2444 ORELLA CIRCLE WIS BEVERYLY DRIVE W END(CDS) 413 33 15.876 Los Compaores 39 2760,616 CPS 2444 SAN MATEO CIRCLE WIS FARRELL DRIVE WEST END(COS) 186 33 8,863 Los CompaEres 39 2,769.479 CPS M4 4 ASHBY CIRCLE S/S GATEWAY DRIVE SEND(CDS) 270 32 11,295 Deser[HghlaW 40 2,780,774 CPS M4 4 GLADYS CIRCLE S/S GATEWAY DRIVE S END(COS) 289 32 11,097 Desert Hghlan 40 2791.871 CPS M4 4 JUANITA CIRCLE S/S GATEWAY DRIVE S END(CDS) 188 32 8,676 Desert Hghlan 40 2,800,547 CPS 0244 EL CONQUISTADOR ROAD E/S AVENIDA CABALLEROS E END(COST 518 32 18,822 Vista Norte 40 2,819,369 CPS 0244 SAN RAFAEL ROAD WIS SUNRISE WAY 265 EIO AVENIDA CABALLEROS 2,315 60 138,900 40 2,9 8,269 CPS M45 ARNICO STREET(N8S) WIS JASON COURT SIB VIA ESCUELA 736 32 23,552 40 2,981 621 CPS 1044 WAWONA ROAD NIS STEVENS ROAD SIS VISTA CHINO 618 32 19,776 Vista Las Palmas 40 3,001,597 CPS 134-0 EL ORO WAY NW CERRITOS DRIVE NE CERRITOS DRIVE 363 32 11,616 40 3,013,213 CPS 1945 SUNNY DUNES ROAD E/S AVENIDA EVELITA WIS PASEO QOROTFA 629 36 22,644 Demuth Perk 40 3,035.857 CPS 2644 CAMINO REAL S/S E PALM CANYON DRIVE S/S LA VERNE WAY 2,776 60 166,560 Twin Pakns 40 3,202,417 CPS 26-0-0 TWIN PALMS DRIVE W/S CAMINO REAL E/S CALLE PALO FIERRO 610 20 11,419 40 3,213,8W CPS 2644 TWIN PALMS DRIVE EJS ARQUILLA ROAD E/S CAMINO REAL 1305 32 41760 Twin Palms 46 3,255,5% CPS 2344 SAGEBRUSH ROAD S/S MESQUITE AVENUE NIS E PALM CANYON DRIVE 2,600 25 65,000 Deepwell Estates 46 3,320.5% CPS 264-0 TWIN PALMS DRIVE W/S LA VERNE WAY E/S ARQUILL4 ROAD 1,950 36 70,200 Twin Palms 55 3,390796 41 290 total SF awards All".11M total SF locals $ 7.116,239 locals $ 1.677957 arterials $ 11,794197 total shack $ 1361765 U aiR 9 Z400.000 1119OWn 14 9 12,555i962 TOTAL I..e r City of Palm Springs 2015 Pavement Rehabilitation Project Network ID Name From To Length Width I True Area I Neighborhood Pal Accumulated Area CPS 1444 AMADO ROAD 300'WIO SUNRISE WAY WIS SUNRISE WAY 300 60 18,000 32 18,000 CPS 1444 CALLE EL SEGUNDO NIS SATURNINO ROAD SIS TAHQUITZ CANYON WAY 1,700 60 102,000 Baristo 35 120,000 CPS 1444 SATURNINO ROAD WIS AVENIDA CABALLEROS EIS CALLE EL SEGUNDO 1,435 46 66,010 Baristo 38 186,010 CPS 1444 ARENAS ROAD EIS AVENIDA CABALLEROS 315'EIO AVENIDA CABALLEROS 315 30 9,450 Baristo 44 195,460 CPS 14-4-4 ARENAS ROAD WIS CALLE ENCILIA EIS INDIAN CANYON DRIVE 512 60 30,720 45 226,180 CPS 14-44 SATURNINO ROAD WIS CALLE EL SEGUNDO EIS CALLE ENCILIA 515 36 18,540 45 244,720 CPS 1444 ARENAS ROAD EIS CALLE EL SEGUNDO WIS CALLE ENCILIA 510 30 19,689 46 264,409 CPS 1444 ARENAS ROAD 365'WEST OF SUNRISE WAY WIS SUNRISE WAY 365 32 14,486 Baristo 51 278,895 CPS 1444 CALLE ENCILIA 140'S/O TAHQUITZ CANYON WAY NIS ARENAS ROAD 510 60 30,600 52 309,495 CPS 1444 AMADO ROAD 600'EIO AVENIDA CABALLEROS EIS HERMOSA DRIVE 715 46 32,890 55 342,385 CPS 14-4-4 CALLE ALVARADO NIS ARENAS ROAD S/S TAHQUITZ CANYON DRIVE 498 36 17,928 55 360,313 CPS 14-4-4 HERMOSA DRIVE NIS RAMON ROAD N END 596 36 21,456 Baristo 55 381,769 CPS 1444 ARENAS ROAD WIS AVENIDA CABALLEROS EIS CALLE EL SEGUNDO 1,423 60 85,380 Baristo 57 467,149 CPS 1444 AMADO ROAD EIS HERMOSA DRIVE 300'W/O SUNRISE WAY 955 60 57,300. 59 524,449 CPS 1444 CALLE ALVARADO NIS AMADO ROAD S/S ALEJO ROAD 1,228 36 44,208 59 568,657 CPS 1444 CALLE ROLPH S/S ALEJO ROAD S END(CDS) 667 36 26,818 59 595,475 CPS 1544 INDIAN CANYON DRIVE S/S RAMON ROAD NIS TAHQUITZ CANYON WAY 2,724 60 163,440 70 758,915 CPS 1544 INDIAN CANYON DRIVE NIS TAHQUITZ CANYON WAY S/S ALEJO ROAD 2,541 60 152,460 69 911,376 315,900 total SF arterials 595,475 total SF locals $ 1,423,185 locals $ 1,026,675 arterals $2,449,860 TOTAL t+� r ¢ � g � O 11p � Y •4 w I Y Y • Nr'�H l H o GY y6 sit is r- ,ram - all i g � I ` �Y bus a ..MgYau .�• m ,.sYYr sr IIIY • I[Y is YRW .qrs em.aw•. fi sids"K1 �.•• �. � • ,• 1n .ew1 71 "'1"' . � 1 � _ — _ , �. t YY S � , M 6 p � 3.. EE silly I ITT ass $ Y v nm v.o mmY °"° •oY YY STREET LIST S,xtls repa,d by$12M Fat.Budge: f i includes 11.9M ii inp Tribal Funds. _ 1 (Tpan Rd NOT PICTURED) pp [ R ATTACHMENT 2 14 2015 PAVEMENT REHABILITATION CRT PROJECT l"I BID SUMMARY Sod Opening:April 30,2015 BID SCHEDULE GRANITE CONSTRUCTION NATION CORPORATION GRIFFITH COMPANY Mini.. Awn,UnH Maximum UnN Law BIMMr QUANT. UNIT UnY BID REM ITEM DESCRIPTION UNIT PR, TOTAL UNIT PR. TOTAL UNIT PR. TOTAL PH. PrIce pool Un.Prla ."Tow.. t Ls S3o.OJ0.00 $.WOW 90,lsael $10358el f250,9me5 E250.905.e5 $30.oww S1ne15.0o $2s0.weas $3omo.00 2 T',sy TnMC Canwl I LS $1OW000 510,NOW $10J.on $105,OWW E95..000 f05.000.00 $10.00e 00 WOOD.00 $105.001 SI O.W0.00 ] Water Pollution L,Vol LS Two,. SW.. &2s W $2.WO.W SwOm WDOO.M E500 n0 S253333 ¢.W3W $500.00 6 ROaI PUvooI loapin'10') 3 ..DTO SF .W.15 850.260.50 $015 35 M050 W13 W.550.10 50.13 no So 11 SJ.15 5IT) U,ca.l6N Ewannaln lExponr 1 Cy Slow Sa13TOW $1e. f76,0600 513.03 553181,w 510.W $11ei 818L0 $10.W e CI S46111zetl FUlveimEu Ba (OepN 3y$Ono SF SO S107.535.00 $060 5201.Oa2.no So SO $161.535.W So. $0.53 $0.60 so 50 6' T A9pnWConsrde TYWC2jDw:l=rh'1 5230 TON $70.0n $21& Oon .ton $935..on s%.. &46.550.W Wow. S7117 E&S.W m. 0 Mpndl Corwide Type C2lDegn•1'R') 3120 TON E20.03 5218.WOW S030J bIB]M6.W f1W00 53t?BW.W fB3.W $l]ei E10000 E111.od B Ran.. ow and RwnaWcl E'aiin9 Curb Ion Cy $W0.00 E0000O.00 f130.00 $l] 00.W0 $SW 00 $50.000.00 $W000 .11, $73000 EGOo no Ra.pInstal TrmuW Dnmee In Eunn9 Curb 11 EA Ea50.W $a.AO.W fOOU.oO $B,W].W ffi=A 00 $9,M0.0n 4-050.00 Swiss $FA Sa50.00 no, a 11 Tall,Slnpin9,S,l,A Mnxlrya Ls f30ro050 $30.W0.50 820.eN 00 520,800.00 E21,000.00 e2LWp.00 820.e00.00 523.m On E30wnw 530.OJJ.50 inoluein revlw.cUlelna 12 ed Orders 1 LS SSO oceTO f`A,M3.03 f50,W0.00 f50,W].CO SSO,000.CO f50,OW.00 350 WJ.00 f30 W0.W SSO.00J.CO f50.OW.00 TOTAL 31,W9,818.00 TOTALA $1,180 11 TOTALA 91,440,201.75 BID SCHEDULE GRANTE CONSTRUCTION MATCH CORPORATION GRIFFITH COMPANY Minimum gveng Unit Maximum Unit Low BWMr QUART. UNIT Unk BID REM REM DESCRIPTION UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL Pd- Price Prlw Un.Price 1 monso1Fn 1 LS S 2M03 EW0.2M.W Vaae..0J $I.e..0o $2711103.W $27S wo.No $1B130.000 $2910B1]3 $IOO2N.03 woO..on 2 Tempxe Traffic Control 1 LS $1o.WOW $TO.W0.00 55 wo. $555,owon 5150000.W $1 A,OW.M E]O,NOW $258333.33 E555,ON.03 moo OE 3 Water Pollution CaMrd 1 LS Two. $1.. unwon Slow. $S,wNw, SS,wo. $1,W].W SG.PW.BT Se,0.' . 51000. R...,P.1, indow(Ce N•9' 3,Lce,052 SF Wis SI50688.3 $0.15 5650.08.55 $0,14 SC20.9W.BB 5010 50.15 win 50.15 5.(F) Unclemi6a]Ex®vNion(Exoord 24.W CY 510.DO 82d8W00 $1050 NOB.B82.0o 513W E3.o"od $In.W $13.17 W. $10W 6 Pulvellnd Bass Malerial(DapNs SO 3.Do 5i SF $015 50.50ade.11 b0.11 $260,174.81 vCB $2A5011, SO.W wl. wit W.15 T ApNM1 Concrete T,,C2 31.303 TON $/5.00 $2.347,500.00 Les $1.GO.T0000 ben 03 $?IAf.wooD W. $71.]3 SW.W $15W De =2ne' 6 WpmX CalKKels Type C2(Oepi 18,BW TON $75w $1,61a.27.OU b5903 $1.114,215.00 $WA $1.110.S000 SS9.00 $71J3 SB3.03 67503 g Remove MW RewrWruc1 Exhting .5 CY SCW.00 $VROW.W $730 DO f550.450.On =000 $1.no,.W SwOW &41J 33 SON. A CUN Rem10 noo"Tr and!IXmis l n Lodi, 101 Eo sw Oo soe. 000 wow $W.0000 $550.00 $5 WOO) YSOW R2033 monCoro RemISlgmgeAw' rO.I MIertOVB 1 LS STS,WOPo $TS O. .. $7A,W000 $1 o0000 $75 Ow 00 smwec0 E]SWU. Se.A9383 $Nwo.end bib rone ei neFied ONam LS f3W.oW.W EIDOOWW 53000MW $31IOOW.M E3110,OMW EXA.ON.CO R900.W3.W E3o0,003.W E3W.OW.W TOTAL $6,111,91T.00 TOI S5,11TI,00I TOTAL MI la,Z22$59.11 BID SCHEDULE GRANNTE CONSTRUI NATION CORPORATION GRIFFITH COMPANY Mmr Mm Awong Unit Maximum Unit Low Skider QUANT. UNIT Unit BE REM ITEM DESCRIPTION UNIT PFL TOTAL UNIT P0. TOTAL UNIT PR. TOTAL Puce Pdo Pdce Un.Pd. t Mebilisstun t Ls Vonnon.W $1W,0WW sW.Wo.00 fB],.oo PezD.11m f1B?wo. son A. $2aOo- f+92... s1W,oWW 2 Temlon Tnfle Control 1 LS "row on S25Ow OO 5202,0.UN so.0N.03 SSO,W0.00 senow00 UOOw.00 S. J3.33 f2020W.. UEow.0o 3 Walter nonunion Comml 1 LS $1..DO $1.no $A.. "J'Ano ¢`.OW.W $SWOW $t,owOn vessel., $B.CCOW $1 non no a Roadway Poverize5on(DepNI 595.075 SF .15 sea.125 ula UE 210 o0 %in sloT I.no wl. Wle W.18 solS 51F) Urolesdlled Exal(UMU Noll CY Slow 555,I.oO $1eW $W]2A00 $ISW $02.11000 Slow $1]eT $10W Slow 6 PUNenzed BaSa Malaial(GepM-n S)5,475 SF $0.15 .32125 W.12 $71651Po W.15 Lee.1.25 $o12 FO.ta W15 $0.15 2 Cod MITI Ex191i1q A.C.Pmwanem 315,eO3 SF an. $1105&S.W W1e 802,13A00 W.W E1519W.. S0.2e W.3T So SO 35 D =r Indian Canyon Clive 8 Asi Conran C-da,Type C2 3,932 TON $TS.W UIN900.00 WNW $2a7716W SO on f33d.22003 Won $1433 .no $TS.W D m-r Indian Can eon Rive 9 asphalt Cmwace Tyae C2(Coian37 11,120 TON $TS.W 543i.ON.Oo f6o.W wl2WW 535.W s&6o.A Now S73a] fWW $TS.W 10 RemoweM R9conal Existing 259 Cy $1000o s1W.OWW arzO.W s1 W.omW $SOOW $125oW.W Emo Oo $5a0.w $72000 MOO.oO Curo Rem I III TmnmtW Domes In Exisiv, 20 EA M50.00 WOAW SWOW slonwon WI 111 ow 00 .00n WWOo 595000 .0o0 Cub Hem s 12 A.- ad PerWrg l mpmvmrlada LS a... $G0,0]0.00 E91,WO.W $01500..0 $200 ow SWO... SW,W0.0o f1211e8.67 32WOW.00 SPO we 00 13 tzGIIs ErcIIIS to EI YMO p1n,SIN &Melon 1 L$ E410]1.00 $61W0.00 S55,20oW $52w 00 MOWOO $.W.W0.o0 MI A SW,T33.33 S%2oil.0. NI we 00 fa 1 LS $1 W3.W $1.wo. So. WV, E2.5WW So.. $5.00 S1 lee SO 32.500 00 S1.W3.50 15 F.ONna 1 LB $100.OW.Do aO)OW.W 5100wom S10000000 SI90.0I S1000000) $100.001 $1WOWW S1o0000.03 51WOW03 TOTAL f1.W6,2a8.00 T.I.I. $1.wT,T12.00 TOTALC VAG,we.Ts BID SCHEDULED GRANITE CONSTRUCTION MATICHCORPORATIOM GRIFFITH COMPANY Minimum gyeng Unit Mealmum Unit Low BldMr QUANT. UNIT Unit BID REM ITEM DESCRIPTION UNIT PR. TOTAL UNIT P0. TOTAL UNIT P0. TOTAL Pdm PHI Pdw Un.PA. 1 Mobllizetion 1 L To oYI.OU TO.00 ow. sm,w0o $118.W3.W 11leo. 3 535.W= S74.333.33 $1100WW Sn W000 2 Tem n TreHm Co. 1 L$ $2 ow 25 soenn 5 "IWTW $Tl ow 00 Sm W000 $A.03000 $25 WO75 $¢3RPe.92 $11 W0.00 $25,WO 15 3 Woler PoIIt.lkan INI 1 LS s1,own, f10.'Uon, $10WOW soloan0 W.0, WSWW 1".. So 033.33 $1OW000 $1 we Do a r Cold MIN Eswtng A.C.Pavailent a0Sm Si, W. $IQ1.25 W.]0 $122,1.. W.SO E23A56T50 WI W.3e SO. W.35 5 r AOnwh CnuNe Overlay Type C2 5,091 TON $TS.W S.,115W Woo sll5 2W Won fa]27AW W3W $TAW See on ST5.03 6 Remove and Rec.Ens ing 105 Cy Saw 00 SU.owoo $now Sn BW 00 WOW W2,500.00 500000 55C)OO $721100 $CW Oo b Rem T wat TNnHOWComWIn Eushy 0 EA W5000 53BW.W $1,KOW SIONG. 5550 D] B waoo EI5000 Sai SI.AO. E0.'U 00 Curb Rem 6 T.T.Senn,Sionals dMnMn 1 LS fW,0.'VOo S]o.W000 a.don on $.ow0 f25,W0.00 $25W000 W,U:1w .?Ow 00 $3].CWW 1. 9 FaW 0. 1 LB $SO.O33.00 SSO.000.W WOODW SSO.00I WOOO.00 we we SSO.W000I FwwO00 swonalool S50.W305 TOTALC fiae,6d.W TOTAL 3113A70.60 TOTALC 501 TOTAL AlHWH • $9,815,520A9 $9.833,929.00 $11..14"0.11 1 2 3 15 2015 PAVEMENT REHABILITATION CITY PROJECT 15-01 BID SUMMARY Bid Opening:April 30,2015 BID SCHEDULE A GRANITE CONSTRUCTION MATICH CORPORATION GRIFFITH COMPANY Minimum III QUANT. UNIT Unit AYerag Unit Maximum Unit Low Bidder BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL Price Price Price Un.Price 1 Mobiloalion 1 LS $30,000.00 $30.000.00 $70,358.61 $70,358.61 $250.996.65 $250,986.65 $30,000A0 $117,115.09 $250,986.65 $30,000.00 2 Temporary Traffic Control 1 LS $10,000.00 $10,D00.00 $105,000.00 $105.000.00 $35,000.00 $35.000.00 $10,000.00 $50.000.00 $105,000.00 $10,000.00 3 Water Pollution Control 1 LS $500.00 $500.00 $2,400.00 $2,400.00 $5,000.00 $5,000.00 $500.00 $2,633.33 $5,000.00 $500.00 4 Roadway Pulverization(Depth=10") 335,070 SF $0.15 $50,260.50 WAS $50,2W.50 $0.13 $43,559.10 SOA3 $0.14 WAS $0.15 5.(F) Unclassified Excavation(Expon) 4,137 Cy $10.00 $41,370.00 $18.00 $74.466.00 $13.00 $53,781A0 $10.00 $13.67 $18.DO $10.00 Cemart Stabilized Pulverized Base(Depth 6 =6. 335,070 SF $0.50 $167,535.00 $0.W $201,042.00 $0.50 $167,535.00 50.50 $0.53 $0.60 50.50 7 Asphalt Concrete Type B(Depth=21N) 5.230 TON $70.00 $366,100.00 $58.50 $305.955.00 $85.00 $444,550.00 $58S0 $71.17 $85.00 $70.00 8 Asphalt Concrete Type C2(Depth=1 Yh") 3,128 TON $70.00 $218,960.00 $63.1)) $197,064.001 $100.00 $312,800A0 $63.00 $77.67 $100.00 $70.00 9 Remove and Reconstruct Edsting Cum 100 Cy $400.00 $40,000.00 $730.00 $73,000.00 $500.00 $50,D00.00 $400.00 $543.33 $7W.W $400.00 Ram s 10 I1,:,ta1:nncaled Domes In Edsting Cum 11 EA $950.W $4,950.00 $900.00 $9,900.00 $550.00 $6,050.00 5450.00 $633.33 $900.00 $450.00 it Traffic Striping,Signage B Markings 1 LS $30,OW.50 $30.000.50 $20.800.00 $20.800.00 $21,000.00 $21,WO.00 $20,1301DO $23,933.50 $30,000.50 $30.000.50 jincluding new buffered bike lanes 12 Field Orders 1 LS $50,000.00 $50.000.00 $50,O00.00 $50.000.00 $50,000.00 $50.000.00 $50,000.00 $50,000.00 $50,000.00 $50,000.00 TOTAL A $1,009,676.00 TOTAL A $1,160,246.11 TOTAL A $1,410,261.75 BID SCHEDULE B GRANITE CONSTRUCTION MATICH CORPORATION GRIFFITH COMPANY Minimum Avereg Unit Maximum Unit Low Bidder QUANT. UNIT Unit BID ITEM ITEM DESCRIPTION UNIT PR. F TOTAL UNIT PR. TOTAL UNIT PR. TOTAL Price Price Price Un.Price 1 Mobilization 1 LS $400,244.00 $400,244.00 $198,000.00 $198,000.00 $275,000.00 $27000.00 $198,000.00 $291,081.33 $400,244.00 $400,244.00 2 Temporary Traffic Control 1 LS $70,000.00 $70,000.00 $555,000.00 $555,000.00 $150,000D0 $150,000.00 $70,000.00 $258,333.33 $555,000.00 $70,000.00 3 Water Pollution Control 1 LS $1p00.00 $1,000.00 $8,000.00 $8.000.00 $5,000.00 $5.000.00 $1,000.00 $4.666.67 $8,000.00 $1,000.00 4 Roadway Pulverization(Depth=9") 3,006,457 SF $0.15 $450,%8.55 $0.15 S450,968.55 $0.14 $420,903.98 $0.14 $0.15 $0.15 $0.15 5.(F) Unclassified Excavation(Export) 24,848 CV $10.00 $248,480.00 $ifim $409.992.00 $13.00 $323,024.00 $10.00 $13.17 $16.50 $10.00 6 Pulverized Base Material(Depth=6") 3,006,457 SF $0.15 $450.%8.55 $0.12 $360.774.84 $0.09 $210,581.13 $0.09 $0.12 $0.15 $0.15 7 Asphalt Concrete Type C2 31,300 TON $75.00 $2,347,500.00 $59.00 $1,846,700.00 $80A0 $2,5 .000.00 $59.00 $71.33 $80.00 $15.00 Da h=2%" 8 Asphalt Concrete Type C2(Depth=3") 18,885 TON $75.00 $1.416,375.00 $59.00 $1,114.215.00 680.00 $1,510,800.00 $59.00 $71.33 $80.00 $75.00 9 Remove and Reconstruct Existing 765 CV $400.00 $306,000.00 $730.00 $558.450.00 $500.00 $382,500.00 $400.00 $543.33 $730.00 S400.00 Curb Ramps 10 Install Truncated Domes In Existing 101 EA $450.00 $45.450.00 $900.00 $90,900.00 $650.00 $55,5%00 $450.00 $633.33 $900.00 $450.00 Curb Ramps Traffic Striping,Signage&Markings 11 (including new'Greenback'sharmws 1 LS $75,000.90 $75,000.90 $79,000.00 $79.000.00 $75,000.00 $75,000.00 $75,000.00 $76,333.63 $79,000.00 $75,000.90 and bike route si na e-bar specs) 12 Field Orders 1 LS $300,000.00 $300,000.00 $300,I)WOO $300.000.00 S300,000.00 $300,000.00 $30Q000.0 $300,000.001 $300,000.00 $300,000.00 TOTALS $6,111,987.00 TOTALA-1 $6,972,000.39 TOTALA-1 $6,272.369.11 F-� BID SCHEDULE C ODANT. UNIT GRANITE CONSTRUCTION MATICH CORPORATION GRIFFITH COMPANY Minimum Unit Avarag Unit Maximum Unit Low Bidder BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL Price Price Price Un.Price 1 Mobilization 1 LS $100.000.00 $100,000.00 $80,000.00 SB0,000.00 $192,000.00 $192,000.00 $80,000.00 $124,000.00 $192,000.00 $100,000.00 2 Temporary Traffic Control 1 LS 925,000.00 $25.000.00 $202,000.00 $202,000.00 $50,000.00 $50,000.00 $25,000.00 $92,333.33 $202,000.00 $25,000.00 3 Water Pollution Control 1 LS $1,W0.00 $1,000.00 58,000.00 $8,000.00 $5.000.00 $5.000.00 $1,000.00 $406.67 $8,000.00 $1,000.00 4 Roadway Pulverization(Depth=9") 595,475 SF $0.15 $89,321.25 $0.16 $95,276.00 $0.18 $107.185.50 $0.15 $0.16 $0.18 $0.15 5.(F) Unclassified Excavation(Export) 5,514 CY $10.00 $55,140.00 $16.00 $88,224.00 $15.00 $82,710.00 $10.00 $13.67 $16.00 $10.00 6 Pulverized Base Material(Depth=6") 595,475 SF $0.15 $89,321.25 $0.12 $71,457.00 $0.15 $89.321.25 $0.12 $0,14 $0.15 $0.15 7 Cold Mill Existing A.C.Pavement 315,900 SF $0.35 $110.565.00 $0.26 $82,134.00 $0.50 $157.950.00 $0.26 $0.37 $0.50 $0.35 De th=2" Indian Canyon Drive 8 Asphalt Concrete Oveday Type C2 3.932 TON $75.00 $294,900.00 $63.00 $247,716.00 $85.00 $334.220.00 $63.00 $74.33 $85.00 $75.00 De th=2" Indian Can on Drive 9 Asphalt Concrete Type C2(Depth=3") 11,120 TON $75.00 $634,000.00 $60.00 $667,200.00 $85.00 $945,200.00 $60.00 $73.33 $85.00 $75.00 10 Remove and Reconstruct Existing 250 CY $400.00 $100.000.00 $720.00 $180,000.00 $500.00 $125.000.00 $400.00 $540.00 $720.00 $400.00 Curb panic am s 11 Install Truncated Domes In Existing 20 EA $450.00 $9,000.00 $950.00 $19,000.00 $550.00 $11,000.00 $450.00 $650.00 $950.00 $450.00 Curb Ramps 12 Arenas Road Parking Improvements 1 LS $90,000.00 $90.000.00 $91,500.00 $91 500.00 $200.000,00 $200,000.00 $90,000.00 1 $127,166.67 $200,000.00 $W,".00 Calle Encilia to Calle EIS undo 13 Traffic Striping,Signage 8 Markings 1 LS $47,000.00 $47,000.00 $55,200.00 $55,200.00 $50.000.00 $50,000.00 $47,000.00 $R 33,33 $55,200.00 $47,000.00 14 Federal Trainee Program 1 LS $1.000.50 $1,000.50 $5.00 $5.00 $2,500.00 $2,500.00 $5.00 $1,168.50 $2.500.on $1,000.55 15 Field Orders 1 LS $100,000.00 $100,000,00 $16g000A0 $100,000.00 $100,000,00 $100,000.00 $100,000.00 $100,W0.00 $100,000.00 $100,000.00 TOTAL C $1,946,2411.001 TOTAL C $1,987,712.001 TOTAL C $2,452,OB6.75 BID SCHEDULED QUANT. UNIT GRANITE CONSTRUCTION MATICH CORPORATION GRIFFITH COMPANY Minimum Unit Averag Unit Maximum Unit Low Bidder BID ITEM ITEM DESCRIPTION UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL Price Price Price Un.Price 1 Mobilization 1 LS $70,000.00 $70,000.00 S35,000.00 $35,000.00 $118,000.00 $118,000.00 $35,000.00 $74.333.33 $118,000.00 $70,000.06 2 Tam ora Traffic Control 1 LS $25,000.75 $25,000.75 $71,000.00 $71,000.00 $35,000.00 $35,000.00 $25,000.75 $43,666.92 $71.W0.00 $25,000.75 3 Water Pollution Control 1 LS $1,000.00 $1,000.00 $10,000.00 $10,000.00 $6,500.00 $6,500.00 $1,000.00 $5,833.33 $10,000.00 $1,000.00 4 2"Cold Mill Existing A.C.Pavement 409,095 SF $o.35 $143,183.25 $0.30 $122,728.50 $0.50 $204,547,50 $0.30 $0.38 $0.50 $0.35 5 2"Asphalt Concrete Overlay Type C2 5,091 TON $75.00 $381,825.00 $62.00 8375,642.00 $85.00 $432,735.00 E62.00 $74.00 E85.00 E75.00 8 Remove and Reconstruct Existing 105 CY $400.00 $42,000.00 $720.00 $75,600.00 $500.00 $52,500.00 8400.00 E540.00 $720.00 $400.00 Curb Ram s 7 Install Truncated Domes In Existing 8 EA $450.00 53,600.00 $1,000.00 $8,000.00 $550.00 $4,400.00 $450.00 $616.67 $1.000.00 $450.00 Curb Ramps 8 Traffic Stn in Si na e&Markings 1 LS $30,000.00 $30,000.00 528,000.00 826,000.00 $25,000.00 $25,000.00 $25,000,00 $27,000.00 $30,000.001 $10,000.00 9 1 Field Orders 1 LS $SO,W0.00 $50,000.00 ow.col S5o,o00.00 1 $50,000.00 $SOp00.00 $50,000.00 $50,000.00 $50,000.00 TOTAL C $746,609.00 TOTAL C $713,970.50 TOTAL C $928,682.50 TOTAL A+B+C+D= $9,814,620.00 $9,833,929.00 $11,093,390.11 1 2 3 �.r ATTACHMENT 20 AGREEMENT (CONSTRUCTION CONTRACT) THIS AGREEMENT made this 20th day of May, 2015, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Granite Construction Company, a California corporation. The City and the Contractor, in consideration of the mutual Covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK For and in consideration of the payments and agreements to be made and performed by City, Contractor agrees to furnish all materials and perform all work required to complete the Work as specified in the Contract Documents, and as generally indicated under the Bid Schedule(s)for the Project entitled: 2015 PAVEMENT REHABILITATION CITY PROJECT NO. 15-01 The Work comprises reconstruction and overlay of approximately 4,700,000 square feet of 130 street segments in various locations throughout the City of Palm Springs including: surveying and monument control (corner records), and recording, preservation and resetting of existing survey monuments; pulverization of existing asphalt concrete pavement; unclassified excavation (export); preparation of subgrade; cement stabilized pulverized base (CSPB); asphalt concrete paving; adjustment of sewer manholes and water valves to grade; removal and replacement of concrete curb ramps; installation of truncated domes; traffic striping, signage and markings; replacement of inductive loop vehicle detectors; and all other appurtenant work. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. They also recognize the delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum specified in Section 6-9 of the Special Provisions for each calendar day that expires after the time specified in Article 2, herein. In executing the Agreement, the Contractor acknowledges it has reviewed the provisions of the Standard Specifications, as modified herein, related to liquidated damages, and has made itself aware of the actual loss incurred by the City due to the inability to complete the Work within the time specified in the Notice to Proceed. 2015 PAVEMENT REHABILITATION AGREEMENT FORM-PAGE 1 CITY PROJECT NO. 15-01 MARCH 26,2015 21 ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid Proposal and Bid Schedule(s), and any duly authorized Construction Contract Change Orders approved by the City. The amount of the initial contract award in accordance with the Contractor's Bid Proposal is Nine Million Eight Hundred Fourteen Thousand Five Hundred Twenty Dollars. ($9.814,520). Contractor agrees to receive and accept the prices set forth herein, as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages, and consequences arising out of the nature of the Work during its progress or prior to its acceptance including those for well and faithfully completing the Work and the whole thereof in the manner and time specified in the Contract Documents; and, also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the Work, suspension of discontinuance of the Work, and all other unknowns or risks of any description connected with the Work. ARTICLE 4-- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations, Federal Labor Standards Provisions, Federal Rates of Prevailing Wages, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non- collusion Declaration, Equal Employment Opportunity Certification, Debarment and Suspension Certification, Non-Lobbying Certification for Federal-Aid Contracts, Disclosure of Lobbying Activities, Bid Security or Bid Bond, Bidder's General Information, Exhibit 15G Local Agency Bidder DBE Commitment, Exhibit 15H DBE Information — Good Faith Efforts, Public Contract Code Section 10285.1 Statement, Public Contract Code Section 10162 Questionnaire, Public Contract Code Section 10232 Statement, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addendum Number 01, 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. The Contract Documents shall also incorporate those certain Federal Requirements for Federal-Aid Construction Projects (Form FHWA 1273), included in Exhibit "A" attached hereto and made a part hereof. ARTICLE 5 -- MUTUAL OBLIGATIONS For and in consideration of the payments and agreements to be made and performed by the City, the Contractor agrees to furnish all materials and perform all work required for the above stated project, and to fulfill all other obligations as set forth in the aforesaid Contract Documents. 2015 PAVEMENT REHABILITATION AGREEMENT FORM-PAGE 2 CITY PROJECT NO.15-01 MARCH 26,2015 22 City hereby agrees to employ, and does hereby employ, Contractor to provide the materials, complete the Work, and fulfill the obligations according to the terms and conditions herein contained and referred to, for the Contract Price herein identified, and hereby contracts to pay the same at the time, in the manner, and upon the conditions set forth in the Contract Documents. Contractor specifically acknowledges and agrees to be bound by the Wage Rates and Labor Code requirements specified in the Contract Documents, including the requirement to furnish electronic certified payroll records directly to the Labor Commissioner (via the Division of Labor Standards Enforcement), and shall pay the general prevailing rate of per diem wages as determined by the Director of the Department of Industrial Relations of the State of California. ARTICLE 6 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City Engineer as provided in the Contract Documents. ARTICLE 7 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice between the parties, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 8 -- INDEMNIFICATION The Contractor agrees to indemnify and hold harmless the City, and all of its officers and agents from any claims, demands, or causes of action, including related expenses, attorney's fees, and costs, based on, arising out of, or in any way related to the Work undertaken by the Contractor hereunder. This Article 8 incorporates the provisions of Section 7-15 "Indemnification," of the Special Provisions, which are hereby referenced and made a part hereof. ARTICLE 9 -- NON-DISCRIMINATION The Contractor represents and agrees that it does not and will not discriminate against any subcontractor, consultant, employee, or applicant for employment because of race, religion, color, sex, or national origin in any matter including without limitation employment upgrading, demotion, transfers, recruitment, recruitment advertising, layoff, termination, rates of pay, or other forms of compensation and selection for training, including apprenticeship. 2015 PAVEMENT REHABILITATION AGREEMENT FORM-PAGE 3 CITY PROJECT NO.15-01 MARCH 26,2015 23 ARTICLE 10 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. SIGNATURES ON NEXT PAGE 2015 PAVEMENT REHABILITATION AGREEMENT FORM-PAGE 4 CITY PROJECT NO.15-01 MARCH 26,2015 2 4 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. CITY OF PALM SPRINGS, CONTRACTOR CALIFORNIA By: Granite Construction Company Firm/Company Name By David H. Ready City Manager ATTEST: By: Signature (notarized) By Name: James Thompson City Cleric Title: APPROVED AS TO FORM: By By: Douglas Holland Signature (notarized) City Attorney RECOMMENDED: Name: By Title: Marcus L. Fuller, Assistant City Manager/City Engineer APPROVED BY THE CITY COUNCIL: Date Agreement No. 2015 PAVEMENT REHABILITATION AGREEMENT FORM-PAGE 5 CITY PROJECT NO. 15-01 MARCH 26,2015 25 EXHIBIT "A" Federal Requirements for Federal-Aid Construction Projects (Form FHWA 1273), Female and Minority Goals, Federal Trainee Program, Title IV Assurances FOLLOWS THIS PAGE 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM-EXHIBIT"A" 26 FHWA-1273 -- Revised May 1, 2012 REQUIRED CONTRACT PROVISIONS FEDERAL-AID CONSTRUCTION CONTRACTS I. General It. NONDISCRIMINATION II. Nondiscrimination III. Nonsegregated Facilities The provisions of this section related to 23 CFR Part 230 are applicable IV. Davis-Bacon and Related Act Provisions to all Federal-aid construction contracts and to all related construction V. Contract Work Hours and Safety Standards Act Provisions subcontracts of$10,000 or more. The provisions of 23 CFR Part 230 are VL Subletting or Assigning the Contract not applicable to material supply, engineering, or architectural service VII. Safety:Accident Prevention contracts. VIII. False Statements Concerning Highway Projects IX. Implementation of Clean Air Act and Federal Water Pollution In addition, the contractor and all subcontractors must comply with the Control Act following policies: Executive Order 11246, 41 CFR 60, 29 CFR 1625- X. Compliance with GovernmenMide Suspension and Debarment 1627, Title 23 USC Section 140, the Rehabilitation Act of 1973, as Requirements amended (29 USC 794), Title VI of the Civil Rights Act of 1964, as XI. Certification Regarding Use of Contract Funds for Lobbying amended,and related regulations including 49 CFR Parts 21,26 and 27; and 23 CFR Parts 200,230,and 633. ATTACHMENTS The contractor and all subcontractors must comply with: the A. Employment and Materials Preference for Appalachian Development requirements of the Equal Opportunity Clause in 41 CFR 60-1.4(b)and, Highway System or Appalachian Local Access Road Contracts(included for all construction contracts exceeding $10,000, the Standard Federal in Appalachian contracts only) Equal Employment Opportunity Construction Contract Specifications in 41 CFR 60-4.3. I. GENERAL Note:The U.S. Department of Labor has exclusive authority to determine 1. Form FHWA-1273 must be physically incorporated in each compliance with Executive Order 11246 and the policies of the Secretary construction contract funded under Title 23 (excluding emergency of Labor including 41 CFR 60,and 29 CFR 1625-1627. The contracting contracts solely intended for debris removal). The contractor (or agency and the FHWA have the authority and the responsibility to subcontractor) must insert this form in each subcontract and further ensure compliance with Title 23 USC Section 140,the Rehabilitation Act require its inclusion in all lower tier subcontracts (excluding purchase of 1973,as amended(29 USC 794),and Title VI of the Civil Rights Act of orders, rental agreements and other agreements for supplies or 1964, as amended, and related regulations including 49 CFR Parts 21, services). 26 and 27;and 23 CFR Parts 200,230,and 633. The applicable requirements of Form FHWA-1273 are incorporated by The following provision is adopted from 23 CFR 230, Appendix A, with reference for work done under any purchase order, rental agreement or appropriate revisions to conform to the U.S. Department of Labor (US agreement for other services. The prime contractor shall be responsible DOL)and FHWA requirements. for compliance by any subcontractor, lower-tier subcontractor or service provider. 1. Equal Employment Opportunity: Equal employment opportunity (EEO) requirements not to discriminate and to take affirmative action to Form FHWA-1273 must be included in all Federal-aid design-build assure equal opportunity as set forth under laws,executive orders,rules, contracts, in all subcontracts and in lower tier subcontracts (excluding regulations (28 CFR 35, 29 CFR 1630. 29 CFR 1625-1627,41 CFR 60 subcontracts for design services, purchase orders, rental agreements and 49 CFR 27)and orders of the Secretary of Labor as modified by the and other agreements for supplies or services). The design-builder shall provisions prescribed herein, and imposed pursuant to 23 U.S.C. 140 be responsible for compliance by any subcontractor, lower-tier shall constitute the EEO and specific affnmative action standards for the subcontractor or service provider. contractors project activities under this contract. The provisions of the Americans with Disabilities Act of 1990 (42 U.S.C. 12101 et seq.) set Contracting agencies may reference Form FHWA-1273 in bid proposal forth under 28 CFR 35 and 29 CFR 1630 are incorporated by reference or request for proposal documents,however,the Form FHWA-1273 must in this contract.In the execution of this contract,the contractor agrees to be physically incorporated(not referenced)in all contracts, subcontracts comply With the following minimum specific requirement activities of and lower-tier subcontracts (excluding purchase orders, rental EEO: agreements and other agreements for supplies or services related to a construction contract). a.The contractor will work with the contracting agency and the Federal Government to ensure that it has made every good faith effort to provide 2. Subject to the applicability criteria noted in the following sections, equal opportunity with respect to all of its terms and conditions of these contract provisions shall apply to all work performed on the employment and in their review of activities under the contract. contract by the contractor's own organization and with the assistance of workers under the contractor's immediate superintendence and to all b. The contractor will accept as its operating policy the following work performed on the contract by piecework, station work, or by statement: subcontract. "It is the policy of this Company to assure that applicants are 3. A breach of any of the stipulations contained in these Required employed,and that employees are treated during employment,without Contract Provisions may be sufficient grounds for withholding of progress regard to their race, religion, sex, color, national origin, age or payments, withholding of final payment, termination of the contract, disability. Such action shall include: employment, upgrading, suspension/debarment or any other action determined to be appropriate demotion, or transfer; recruitment or recruitment advertising; layoff or by the contracting agency and FHWA. termination;rates of pay or other forms of compensation;and selection for training, including apprenticeship, pre-apprenticeship, and/or on- 4. Selection of Labor: During the performance of this contract, the the-job training." contractor shall not use convict labor for any purpose within the limits of a construction project on a Federal-aid highway unless it is labor 2. EEO Officer: The contractor will designate and make known to the performed by convicts who are on parole, supervised release, or contracting officers an EEO Officer who will have the responsibility for probation. The term Federal-aid highway does not include roadways and must be capable of effectively administering and promoting an functionally classified as local roads or rural minor collectors. active EEO program and who must be assigned adequate authority and responsibility to do so. 2015 PAVEMENT REHABILITATION CITY PROJECT NO. 15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT 3. Dissemination of Policy: All members of the contractor's staff b.The contractor will periodically evaluate the spread of wages paid who are authorized to hire, supervise, promote, and discharge within each classification to determine any evidence of employees,or who recommend such action,or who are substantially discriminatory wage practices. involved in such action, will be made fully cognizant of, and will implement, the contractors EEO policy and contractual c.The contractor will periodically review selected personnel actions responsibilities to provide EEO in each grade and classification of in depth to determine whether there is evidence of discrimination. employment. To ensure that the above agreement will be met, the Where evidence is found, the contractor will promptly take following actions will be taken as a minimum: corrective action. If the review indicates that the discrimination may extend beyond the actions reviewed, such corrective action a.Periodic meetings of supervisory and personnel office employees shall include all affected persons. will be conducted before the start of work and then not less often than once every six months, at which time the contractor's EEO J.The contractor will promptly investigate all complaints of alleged policy and its implementation will be reviewed and explained. The discrimination made to the contractor in connection with its meetings will be conducted by the EEO Officer obligations under this contract, will attempt to resolve such complaints, and will take appropriate corrective action within a b.All new supervisory or personnel office employees will be given a reasonable time. If the investigation indicates that the thorough indoctrination by the EEO Officer, covering all major discrimination may affect persons other than the complainant, aspects of the contractors EEO obligations within thirty days such corrective action shall include such other persons. Upon following their reporting for duty with the contractor. completion of each investigation, the contractor will inform every complainant of all of their avenues of appeal. c. All personnel who are engaged in direct recruitment for the project will be instructed by the EEO Officer in the contractors 6.Training and Promotion: procedures for locating and hiring minorities and women. a.The contractor will assist in locating,qualifying,and increasing the d.Notices and posters setting forth the contractors EEO policy will skills of minorities and women who are applicants for employment be placed in areas readily accessible to employees,applicants for or current employees. Such efforts should be aimed at employment and potential employees. developing full journey level status employees in the type of trade orjob classification involved. e.The contractor's EEO policy and the procedures to implement such policy will be brought to the attention of employees by b.Consistent with the contractors work force requirements and as means of meetings, employee handbooks, or other appropriate permissible under Federal and State regulations, the contractor means. shall make full use of training programs, i.e., apprenticeship,and on-the-job training programs for the geographical area of contract 4.Recruitment:When advertising for employees,the contractor will performance. In the event a special provision for training is include in all advertisements for employees the notation: "An Equal provided under this contract, this subparagraph will be Opportunity Employer." All such advertisements will be placed in superseded as indicated in the special provision. The contracting publications having a large circulation among minorities and women agency may reserve training positions for persons who receive in the area from which the project work force would normally be welfare assistance in accordance with 23 U.S.C. 140(a). derived. c.The contractor will advise employees and applicants for a.The contractor will, unless precluded by a valid bargaining employment of available training programs and entrance agreement, conduct systematic and direct recruitment through requirements for each. public and private employee referral sources likely to yield qualified minorities and women. To meet this requirement, the d.The contractor will periodically review the training and promotion contractor will identify sources of potential minority group potential of employees who are minorities and women and will employees,and establish with such identified sources procedures encourage eligible employees to apply for such training and whereby minority and women applicants may be referred to the promotion. contractor for employment consideration. 7. Unions: If the contractor relies in whole or in part upon unions as b.In the event the contractor has a valid bargaining agreement a source of employees, the contractor will use good faith efforts to providing for exclusive hiring hall referrals, the contractor is obtain the cooperation of such unions to increase opportunities for expected to observe the provisions of that agreement to the minorities and women. Actions by the contractor, either directly or extent that the system meets the contractor's compliance with through a contractors association acting as agent, will include the EEO contract provisions. Where implementation of such an procedures set forth below: agreement has the effect of discriminating against minorities or women, or obligates the contractor to do the same, such a.The contractor will use good faith efforts to develop, in implementation violates Federal nondiscrimination provisions. cooperation with the unions,joint training programs aimed toward qualifying more minorities and women for membership in the c.The contractor will encourage its present employees to refer unions and increasing the skills of minorities and women so that minorities and women as applicants for employment. Information they may qualify for higher paying employment. and procedures with regard to referring such applicants will be discussed with employees. b.The contractor will use good faith efforts to incorporate an EEO clause into each union agreement to the end that such union will 5. Personnel Actions: Wages, working conditions, and employee be contractually bound to refer applicants without regard to their benefits shall be established and administered, and personnel race,color,religion,sex,national origin,age or disability, actions of every type, including hiring, upgrading, promotion, transfer, demotion, layoff, and termination, shall be taken without c. The contractor is to obtain information as to the referral practices regard to race, color, religion, sex, national origin, age or disability. and policies of the labor union except that to the extent such The following procedures shall be followed: information is within the exclusive possession of the labor union and such labor union refuses to furnish such information to the a.The contractor will conduct periodic inspections of project sites to contractor,the contractor shall so certify to the contracting agency insure that working conditions and employee facilities do not and shall set forth what efforts have been made to obtain such indicate discdminatory treatment of project site personnel. information. 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT 8 d. In the event the union is unable to provide the contractor with a employees currently engaged in each work classification required reasonable Flow of referrals within the time limit set forth in the by the contract work. This information is to be reported on Form collective bargaining agreement, the contractor will, through =H1-''F=l30 . The staffing data should represent the project work independent recruitment efforts, fill the employment vacancies force on board in all or any part of the last payroll period without regard to race, color, religion, sex, national origin, age or preceding the end of July. If on-the-job training is being required disability; making full efforts to obtain qualified and/or qualifable by special provision, the contractor will be required to collect and minorities and women. The failure of a union to provide sufficient report training data. The employment data should reflect the work referrals(even though it is obligated to provide exclusive referrals force on board during all or any part of the last payroll period under the terms of a collective bargaining agreement) does not preceding the end of July. relieve the contractor from the requirements of this paragraph. In the event the union referral practice prevents the contractor from III.NONSEGREGATED FACILITIES meeting the obligations pursuant to Executive Order 11246, as amended, and these special provisions, such contractor shall This provision is applicable to all Federal-aid construction contracts immediately notify the contracting agency. and to all related construction subcontracts of$10,000 or more. 8.Reasonable Accommodation for Applicants I Employees with The contractor must ensure that facilities provided for employees Disabilities: The contractor must be familiar with the requirements are provided in such a manner that segregation on the basis of race, for and comply with the Americans with Disabilities Act and all rules color, religion, sex, or national origin cannot result. The contractor and regulations established there under. Employers must provide may neither require such segregated use by written or oral policies reasonable accommodation in all employment activities unless to do nor tolerate such use by employee custom. The contractor's so would cause an undue hardship. obligation extends further to ensure that its employees are not assigned to perform their services at any location, under the 9. Selection of Subcontractors, Procurement of Materials and contractor's control, where the facilities are segregated. The term Leasing of Equipment:The contractor shall not discriminate on the "facilities"includes waiting rooms,work areas, restaurants and other grounds of race, color, religion, sex, national origin,age or disability eating areas,time clocks, restrooms,washrooms,locker rooms,and in the selection and retention of subcontractors, including other storage or dressing areas, parking lots, drinking fountains, procurement of materials and leases of equipment. The contractor recreation or entertainment areas, transportation, and housing shall take all necessary and reasonable steps to ensure provided for employees. The contractor shall provide separate or nondiscrimination in the administration of this contract. single-user restrooms and necessary dressing or sleeping areas to assure privacy between sexes. a.The contractor shall notify all potential subcontractors and suppliers and lessors of their EEO obligations under this contract. IV. DAVIS-BACON AND RELATED ACT PROVISIONS This section is applicable to all Federal-aid construction projects b.The contractor will use good faith efforts to ensure subcontractor exceeding $2,000 and to all related subcontracts and lower-tier compliance with their EEO obligations. subcontracts (regardless of subcontract size). The requirements apply to all projects located within the right-of-way of a roadway that 10.Assurance Required by 49 CFR 26.13(b): is functionally classified as Federal-aid highway. This excludes roadways functionally classified as local roads or rural minor a.The requirements of 49 CFR Part 26 and the State DOT's U.S. collectors, which are exempt. Contracting agencies may elect to DOT-approved DBE program are incorporated by reference. apply these requirements to other projects. b.The contractor or subcontractor shall not discriminate on the basis The following provisions are from the U.S. Department of Labor of race, color, national origin, or sex in the performance of this regulations in 29 CFR 5.5"Contract provisions and related matters' contract. The contractor shall carry out applicable requirements with minor revisions to conform to the FHWA-1273 format and of 49 CFR Part 26 in the award and administration of DOT- FHWA program requirements. assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may 1. Minimum wages result in the termination of this contract or such other remedy as the contracting agency deems appropriate. a.All laborers and mechanics employed or working upon the site of the work,will be paid unconditionally and not less often than once 11. Records and Reports: The contractor shall keep such records a week, and without subsequent deduction or rebate on any as necessary to document compliance with the EEO requirements. account (except such payroll deductions as are permitted by Such records shall be retained for a period of three years following regulations issued by the Secretary of Labor under the Copeland the date of the final payment to the contractor for all contract work Act (29 CFR part 3)), the full amount of wages and bona fide and shall be available at reasonable times and places for inspection fringe benefits (or cash equivalents thereof) due at time of by authorized representatives of the contracting agency and the payment computed at rates not less than those contained in the FHWA. wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual a.The records kept by the contractor shall document the following: relationship which may be alleged to exist between the contractor and such laborers and mechanics. (1)The number and work hours of minority and non-minority group members and women employed in each work classification on Contributions made or costs reasonably anticipated for bona fide the project; fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such (2)The progress and efforts being made in cooperation with laborers or mechanics,subject to the provisions of paragraph 1.d.of unions,when applicable,to increase employment opportunities this section; also, regular contributions made or costs incurred for for minorities and women;and more than a weekly period (but not less often than quarterly)under plans,funds,or programs which cover the particular weekly period, (3)The progress and efforts being made in locating, hiring, are deemed to be constructively made or incurred during such training,qualifying,and upgrading minorities and women; weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination b.The contractors and subcontractors will submit an annual report for the classification of work actually performed, without regard to to the contracting agency each July for the duration of the project, skill,except as provided in 29 CFR 5.5(a)(4).Laborers or mechanics indicating the number of minority,women,and non-minority group performing work in more than one classification may be 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" 29 compensated at the rate specified for each classification for the time may require the contractor to set aside in a separate account actually worked therein: Provided, that the employers payroll assets for the meeting of obligations under the plan or program. records accurately set forth the time spent in each classification in 2. Withholding which work is performed. The wage determination (including any The contracting agency shall upon its own action or upon written additional classification and wage rates conformed under paragraph request of an authorized representative of the Department of Labor, 1.b.of this section)and the Davis-Bacon poster(WH-1321)shall be withhold or cause to be withheld from the contractor under this posted at all times by the contractor and its subcontractors at the contract, or any other Federal contract with the same prime site of the work in a prominent and accessible place where it can be contractor, or any other federally-assisted contract subject to Davis- easily seen by the workers. Bacon prevailing wage requirements, which is held by the same b.(1)The contracting officer shall require that any class of laborers prime contractor, so much of the accrued payments or advances as or mechanics, including helpers, which is not listed in the wage may be considered necessary to pay laborers and mechanics, determination and which is to be employed under the contract including apprentices, trainees, and helpers, employed by the shall be classified in conformance with the wage determination. contractor or any subcontractor the full amount of wages required by The contracting officer shall approve an additional classification the contract. In the event of failure to pay any laborer or mechanic, and wage rate and fringe benefits therefore only when the including any apprentice,trainee, or helper,employed or working on following criteria have been met: the site of the work,all or part of the wages required by the contract, the contracting agency may, after written notice to the contractor, (i) The work to be performed by the classification requested is not take such action as may be necessary to cause the suspension of performed by a classification in the wage determination;and any further payment, advance, or guarantee of funds until such violations have ceased. (n)The classification is utilized in the area by the construction industry;and 3. Payrolls and basic records (iii)The proposed wage rate, including any bona fide fringe a.Payrolls and basic records relating thereto shall be maintained by benefits, bears a reasonable relationship to the wage rates the contractor during the course of the work and preserved for a contained in the wage determination. period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the (2) If the contractor and the laborers and mechanics to be name, address,and social security number of each such worker, employed in the classification(if known), or their representatives, his or her correct classification, hourly rates of wages paid and the contracting officer agree on the classifcation and wage (including rates of contributions or costs anticipated for bona fide rate (including the amount designated for fringe benefits where tinge benefits or cash equivalents thereof of the types described appropriate), a report of the action taken shall be sent by the in section 1(bX2XB) of the Davis-Bacon Act), daily and weekly contracting officer to the Administrator of the Wage and Hour number of hours worked, deductions made and actual wages Division,Employment Standards Administration, U.S. Department paid. Whenever the Secretary of Labor has found under 29 CFR of Labor, Washington, DC 20210. The Administrator, or an 5.5(aXl Xiv)that the wages of any laborer or mechanic include the authorized representative, will approve, modify, or disapprove amount of any costs reasonably anticipated in providing benefits every additional classification action within 30 days of receipt and under a plan or program described in section l(bX2XB) of the so advise the contracting officer or will notify the contracting Davis-Bacon Act, the contractor shall maintain records which officer within the 30-day period that additional time is necessary. show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, (3) In the event the contractor, the laborers or mechanics to be and that the plan or program has been communicated in writing to employed in the classification or their representatives, and the the laborers or mechanics affected, and records which show the contracting officer do not agree on the proposed classification and costs anticipated or the actual cost incurred in providing such wage rate (including the amount designated for fringe benefits, benefits. Contractors employing apprentices or trainees under where appropriate), the contracting officer shall refer the approved programs shall maintain written evidence of the questions, including the views of all interested parties and the registration of apprenticeship programs and certification of trainee recommendation of the contracting officer,to the Wage and Hour programs, the registration of the apprentices and trainees, and Administrator for determination. The Wage and Hour the ratios and wage rates prescribed in the applicable programs. Administrator, or an authorized representative, will issue a b.(1)The contractor shall submit weekly for each week in which any determination within 30 days of receipt and so advise the contract work is performed a copy of all payrolls to the contracting contracting officer or will notify the contracting officer within the agency. The payrolls submitted shall set out accurately and 30-day period that additional time is necessary. completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and (4) The wage rate (including fringe benefits where appropriate) home addresses shall not be included on weekly transmittals. determined pursuant to paragraphs 1.b.(2) or 1.b.(3) of this Instead the payrolls shall only need to include an individually section, shall be paid to all workers performing work in the identifying number for each employee(e.g.,the last four digits of classification under this contract from the first day on which work the employee's social security number). The required weekly is performed in the classification. payroll information may be submitted in any form desired. Optional Form WH-347 is available for this purpose from the c.Whenever the minimum wage rate prescribed in the contract for a Wage and Hour Division Web site at class of laborers or mechanics includes a fringe benefit which is http://w .dol.gov/esaiwhdlfo"shvh347instr.htm or its successor not expressed as an hourly rate, the contractor shall either pay site. The prime contractor is responsible for the submission of the benefit as stated in the wage determination or shall pay copies of payrolls by all subcontractors. Contractors and another bona fide fringe benefit or an hourly cash equivalent subcontractors shall maintain the full social security number and thereof. current address of each covered worker, and shall provide them upon request to the contracting agency for transmission to the d. If the contractor does not make payments to a trustee or other State DOT, the FHWA or the Wage and Hour Division of the third person,the contractor may consider as part of the wages of Department of Labor for purposes of an investigation or audit of any laborer or mechanic the amount of any costs reasonably compliance with prevailing wage requirements. It is not a violation anticipated in providing bona fide fringe benefits under a plan or of this section for a prime contractor to require a subcontractor to program, Provided, That the Secretary of Labor has found, upon provide addresses and social security numbers to the prime the written request of the contractor,that the applicable standards contractor for its own records, without weekly submission to the of the Davis-Bacon Act have been met. The Secretary of Labor contracting agency. 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" 30 (2)Each payroll submitted shall be accompanied by a"Statement determination for the classification of work actually performed. In of Compliance," signed by the contractor or subcontractor or his addition,any apprentice performing work on the job site in excess of or her agent who pays or supervises the payment of the persons the ratio permitted under the registered program shall be paid not employed under the contract and shall certify the following: less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing (i) That the payroll for the payroll period contains the construction on a project in a locality other than that in which its information required to be provided under §5.5 (a)(3)(4) of program is registered, the ratios and wage rates (expressed in Regulations, 29 CFR part 5, the appropriate information is percentages of the journeyman's hourly rate) specified in the being maintained under§5.5 (a H3)(i) of Regulations, 29 CFR contractors or subcontractors registered program shall be part 5,and that such information is correct and complete; observed. (n) That each laborer or mechanic (including each helper, Every apprentice must be paid at not less than the rate specified in apprentice, and trainee) employed on the contract during the the registered program for the apprentice's level of progress, payroll period has been paid the full weekly wages earned, expressed as a percentage of the journeymen hourly rate specified without rebate, either directly or indirectly, and that no in the applicable wage determination. Apprentices shall be paid deductions have been made either directly or indirectly from fringe benefits in accordance with the provisions of the the full wages earned,other than permissible deductions as set apprenticeship program. If the apprenticeship program does not forth in Regulations,29 CFR part 3; specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable (iii)That each laborer or mechanic has been paid not less than classification. If the Administrator determines that a different practice the applicable wage rates and fringe benefits or cash prevails for the applicable apprentice classification, fringes shall be equivalents for the classification of work performed, as paid in accordance with that determination. specified in the applicable wage determination incorporated into the contract. In the event the Office of Apprenticeship Training, Employer and Labor Services,or a State Apprenticeship Agency recognized by the (3)The weekly submission of a properly executed certification set Office, withdraws approval of an apprenticeship program, the forth on the reverse side of Optional Form WH-347 shall satisfy contractor will no longer be permitted to utilize apprentices at less the requirement for submission of the"Statement of Compliance" than the applicable predetermined rate for the work performed until required by paragraph 3.b.(2)of this section. an acceptable program is approved. (4)The falsification of any of the above certifcations may subject b.Trainees(programs of the USDOL). the contractor or subcontractor to civil or criminal prosecution under section 1001 of title 18 and section 231 of title 31 of the Except as provided in 29 CFR 5.16,trainees will not be permitted to United States Code. work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in c.The contractor or subcontractor shall make the records required a program which has received prior approval, evidenced by formal under paragraph 3.a. of this section available for inspection, certification by the U.S. Department of Labor, Employment and copying, or transcription by authorized representatives of the Training Administration. contracting agency, the State DOT, the FHWA, or the Department of Labor, and shall permit such representatives to The ratio of trainees to journeymen on the job site shall not be interview employees during working hours on the job. If the greater than permitted under the plan approved by the Employment contractor or subcontractor fails to submit the required records or and Training Administration. to make them available,the FHWA may,after written notice to the contractor, the contracting agency or the State DOT, take such Every trainee must be paid at not less than the rate specified in the action as may be necessary to cause the suspension of any approved program for the trainee's level of progress,expressed as a further payment, advance, or guarantee of funds. Furthermore, percentage of the journeyman hourly rate specified in the applicable failure to submit the required records upon request or to make wage determination. Trainees shall be paid fringe benefits in such records available may be grounds for debarment action accordance with the provisions of the trainee program. If the trainee pursuant to 29 CFR 5.12. program does not mention fringe benefits,trainees shall be paid the full amount of fringe benefits listed on the wage determination 4. Apprentices and trainees unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the a.Apprentices(programs of the USDOL). corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices.Any Apprentices will be permitted to work at less than the predetermined employee listed on the payroll at a trainee rate who is not registered rate for the work they performed when they are employed pursuant and participating in a training plan approved by the Employment and to and individually registered in a bona fide apprenticeship program Training Administration shall be paid not less than the applicable registered with the U.S. Department of Labor, Employment and wage rate on the wage determination for the classification of work Training Administration,Office of Apprenticeship Training, Employer actually performed. In addition, any trainee performing work on the and Labor Services, or with a State Apprenticeship Agency job site in excess of the ratio permitted under the registered program recognized by the Office,or if a person is employed in his or her first shall be paid not less than the applicable wage rate on the wage 90 days of probationary employment as an apprentice in such an determination forthework actually performed. apprenticeship program, who is not individually registered in the program, but who has been certified by the Office of Apprenticeship In the event the Employment and Training Administration withdraws Training, Employer and Labor Services or a State Apprenticeship approval of a training program, the contractor will no longer be Agency (where appropriate) to be eligible for probationary permitted to utilize trainees at less than the applicable employment as an apprentice predetermined rate for the work performed until an acceptable program is approved. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to c. Equal employment opportunity. The utilization of apprentices, the contractor as to the entire work force under the registered trainees and journeymen under this part shall be in conformity program.Any worker listed on a payroll at an apprentice wage rate, with the equal employment opportunity requirements of Executive who is not registered or otherwise employed as stated above, shall Order 11246,as amended,and 29 CFR part 30. be paid not less than the applicable wage rate on the wage 2015 PAVEMENT REHABILITATION CITY PROJECT NO. 15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" 31 d.Apprentices and Trainees(programs of the U.S. DOT). basic rate of pay for all hours worked in excess of forty hours in such workweek. Apprentices and trainees working under apprenticeship and skill training programs which have been certified by the Secretary of 2. Violation; liability for unpaid wages; liquidated damages. In Transportation as promoting EEO in connection with Federal-aid the event of any violation of the clause set forth in paragraph(1.)of highway construction programs are not subject to the requirements this section, the contractor and any subcontractor responsible of paragraph 4 of this Section IV. The straight time hourly wage therefor shall be liable for the unpaid wages. In addition, such rates for apprentices and trainees under such programs will be contractor and subcontractor shall be liable to the United States(in established by the particular programs. The ratio of apprentices and the case of work done under contract for the District of Columbia or trainees to journeymen shall not be greater than permitted by the a territory, to such District or to such territory), for liquidated terms of the particular program. damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and 5.Compliance with Copeland Act requirements. The contractor guards, employed in violation of the clause set forth in paragraph shall comply with the requirements of 29 CFR part 3, which are (1.)of this section,in the sum of$10 for each calendar day on which incorporated by reference in this contract. such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime 6.Subcontracts. The contractor or subcontractor shall insert Form wages required by the clause set forth in paragraph (1.) of this FHWA-1273 in any subcontracts and also require the subcontractors section. to include Form FHWA-1273 in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any 3. Withholding for unpaid wages and liquidated damages. The subcontractor or lower tier subcontractor with all the contract FHWA or the contacting agency shall upon its own action or upon clauses in 29 CFR 5.5. written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any moneys payable 7. Contract termination: debarment. A breach of the contract on account of work performed by the contractor or subcontractor clauses in 29 CFR 5.5 may be grounds for termination of the under any such contract or any other Federal contract with the same contract,and for debarment as a contractor and a subcontractor as prime contractor, or any other federally-assisted contract subject to provided in 29 CFR 5.12. the Contract Work Hours and Safety Standards Act,which is held by the same prime contractor,such sums as may be determined to be 8.Compliance with Davis-Bacon and Related Act requirements. necessary to satisfy any liabilities of such contractor or All rulings and interpretations of the Davis-Bacon and Related Acts subcontractor for unpaid wages and liquidated damages as provided contained in 29 CFR parts 1, 3, and 5 are herein incorporated by in the clause set forth in paragraph(2.)of this section. reference in this contract. 4.Subcontracts. The contractor or subcontractor shall insert in any 9. Disputes concerning labor standards. Disputes arising out of subcontracts the clauses set forth in paragraph (1.) through (4.) of the labor standards provisions of this contract shall not be subject to this section and also a clause requiring the subcontractors to include the general disputes clause of this contract. Such disputes shall be these clauses in any lower tier subcontracts. The prime contractor resolved in accordance with the procedures of the Department of shall be responsible for compliance by any subcontractor or lower Labor set forth in 29 CFR parts 5, 6, and 7. Disputes within the tier subcontractor with the clauses set forth in paragraphs (1.) meaning of this clause include disputes between the contractor(or through(4.)of this section. any of its subcontractors) and the contracting agency, the U.S. Department of Labor,or the employees or their representatives. VI.SUBLETTING OR ASSIGNING THE CONTRACT 10.Certification of eligibility. This provision is applicable to all Federal-aid construction contracts on the National Highway System. a. By entering into this contract,the contractor certifies that neither it (nor he or she)nor any person or firm who has an interest in the 1.The contractor shall perform with its own organization contract contractor's firm is a person or firm ineligible to be awarded work amounting to not less than 30 percent (or a greater Government contracts by virtue of section 3(a)of the Davis-Bacon percentage if specified elsewhere in the contract) of the total Act or 29 CFR 5.12(aXl). original contract price, excluding any specialty items designated by the contracting agency. Specialty items may be performed by b. No part of this contract shall be subcontracted to any person or subcontract and the amount of any such specialty items firm ineligible for award of a Government contract by virtue of performed may be deducted from the total original contract price section 3(a)of the Davis-Bacon Act or 29 CFR 5.12(a)(1). before computing the amount of work required to be performed by the contractor's own organization(23 CFR 635.116). c.The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. a.The tern "perform work with its own organization' refers to workers employed or leased by the prime contractor, and V. CONTRACT WORK HOURS AND SAFETY STANDARDS ACT equipment owned or rented by the prime contractor, with or without operators. Such tern does not include employees or The following clauses apply to any Federal-aid construction contract equipment of a subcontractor or lower tier subcontractor, in an amount in excess of $100,000 and subject to the overtime agents of the prime contractor, or any other assignees. The provisions of the Contract Work Hours and Safety Standards Act. term may include payments for the costs of hiring leased These clauses shall be inserted in addition to the clauses required employees from an employee leasing firm meeting all relevant by 29 CFR 5.5(a) or 29 CFR 4.6. As used in this paragraph, the Federal and State regulatory requirements. Leased employees terms laborers and mechanics include watchmen and guards. may only be included in this term if the prime contractor meets all of the following conditions: 1. Overtime requirements. No contractor or subcontractor contracting for any part of the contract work which may require or (1) the prime contractor maintains control over the involve the employment of laborers or mechanics shall require or supervision of the day-to-day activities of the leased pennit any such laborer or mechanic in any workweek in which he or employees; she is employed on such work to work in excess of forty hours in (2) the prime contractor remains responsible for the quality of such workweek unless such laborer or mechanic receives the work of the leased employees; compensation at a rate not less than one and one-half times the (3) the prime contractor retains all power to accept or exclude individual employees from work on the project;and 2015 PAVEMENT REHABILITATION CITY PROJECT NO. 15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" 32 (4) the prime contractor remains ultimately responsible for the payment of predetermined minimum wages, the This provision is applicable to all Federal-aid construction contracts submission of payrolls, statements of compliance and all and to all related subcontracts. other Federal regulatory requirements. In order to assure high quality and durable construction in conformity b."Specialty Items'shall be construed to be limited to work that with approved plans and specifications and a high degree of requires highly specialized knowledge, abilities, or equipment reliability on statements and representations made by engineers, not ordinarily available in the type of contracting organizations contractors,suppliers,and workers on Federal-aid highway projects, qualified and expected to bid or propose on the contract as a it is essential that all persons concerned with the project perform whole and in general are to be limited to minor components of their functions as carefully, thoroughly, and honestly as possible. the overall contract. Willful falsification, distortion, or misrepresentation with respect to any facts related to the project is a violation of Federal law. To 2.The contract amount upon which the requirements set forth in prevent any misunderstanding regarding the seriousness of these paragraph (1) of Section VI is computed includes the cost of and similar acts, Form FHWA-1022 shall be posted on each material and manufactured products which are to be purchased or Federal-aid highway project (23 CFR 635) in one or more places produced by the contractor under the contract provisions. where it is readily available to all persons concerned with the project: 3.The contractor shall furnish (a) a competent superintendent or supervisor who is employed by the firm, has full authority to direct 18 U.S.C. 1020 reads as follows: performance of the work in accordance with the contract requirements, and is in charge of all construction operations "Whoever,being an officer,agent,or employee of the United Stales, (regardless of who performs the work) and (b) such other of its or of any State or Territory, or whoever, whether a person, own organizational resources (supervision, management, and association, firm, or corporation, knowingly makes any false engineering services) as the contracting officer determines is statement, false representation, or false report as to the character, necessary to assure the performance of the contract. quality, quantity, or cost of the material used or to be used, or the quantity or quality of the work performed or to be performed, or the 4.No portion of the contract shall be sublet, assigned or otherwise cost thereof in connection with the submission of plans, maps, disposed of except with the written consent of the contracting specifications,contracts,or costs of construction on any highway or officer, or authorized representative, and such consent when related project submitted for approval to the Secretary of given shall not be construed to relieve the contractor of any Transportation;or responsibility for the fulfillment of the contract. Written consent will be given only after the contracting agency has assured that Whoever knowingly makes any false statement, false each subcontract is evidenced in writing and that it contains all representation, false report or false claim with respect to the pertinent provisions and requirements of the prime contract. character, quality, quantity, or cost of any work performed or to be performed, or materials fumished or to be furnished, in connection 5.The 30% self-performance requirement of paragraph (1) is not with the construction of any highway or related project approved by applicable to design-build contracts; however, contracting the Secretary of Transportation;or agencies may establish their own self-performance requirements. Whoever knowingly makes any false statement or false VII.SAFETY:ACCIDENT PREVENTION representation as to material fact in any statement, certificate, or report submitted pursuant to provisions of the Federal-aid Roads Act This provision is applicable to all Federal-aid construction contracts approved July 1, 1916, (39 Stat. 355), as amended and and to all related subcontracts. supplemented; 1. In the performance of this contract the contractor shall comply Shall be fined under this title or imprisoned not more than 5 years with all applicable Federal,Slate,and local laws governing safely, or both." health,and sanitation(23 CFR 635).The contractor shall provide all safeguards, safety devices and protective equipment and take IX. IMPLEMENTATION OF CLEAN AIR ACT AND FEDERAL any other needed actions as it determines, or as the contracting WATER POLLUTION CONTROL ACT officer may determine,to be reasonably necessary to protect the life and health of employees on the job and the safety of the This provision is applicable to all Federal-aid construction contracts public and to protect property in connection with the performance and to all related subcontracts. of the work covered by the contract. By submission of this bid/proposal or the execution of this contract, 2. It is a condition of this contract, and shall be made a condition of or subcontract, as appropriate, the bidder, proposer, Federal-aid each subcontract,which the contractor enters into pursuant to this construction contractor, or subcontractor, as appropriate, will be contract, that the contractor and any subcontractor shall not deemed to have stipulated as follows: permit any employee, in performance of the contract, to work in surroundings or under conditions which are unsanitary,hazardous 1.That any person who is or will be utilized in the performance of or dangerous to hislher health or safety, as determined under this contract is not prohibited from receiving an award due to a construction safety and health standards (29 CFR 1926) violation of Section 508 of the Clean Water Act or Section 306 of promulgated by the Secretary of Labor, in accordance with the Clean Air Act. Section 107 of the Contract Work Hours and Safely Standards Act(40 U.S.C.3704). 2.That the contractor agrees to include or cause to be included the requirements of paragraph (1) of this Section X in every 3. Pursuant to 29 CFR 1926.3, it is a condition of this contract that subcontract, and further agrees to take such action as the the Secretary of Labor or authorized representative thereof, shall contracting agency may direct as a means of enforcing such have right of entry to any site of contract performance to inspect requirements. or investigate the matter of compliance with the construction safety and health standards and to carry out the duties of the X. CERTIFICATION REGARDING DEBARMENT, SUSPENSION, Secretary under Section 107 of the Contract Work Hours and INELIGIBILITY AND VOLUNTARY EXCLUSION Safety Standards Act(40 U.S.C.3704). This provision is applicable to all Federal-aid construction contracts, Vill.FALSE STATEMENTS CONCERNING HIGHWAY PROJECTS design-build contracts, subcontracts, lower-tier subcontracts, 2015 PAVEMENT REHABILITATION CITY PROJECT NO. 15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT. purchase orders, lease agreements, consultant contracts or any participate in covered transactions. To verify the eligibility of its other covered transaction requiring FHWA approval or that is principals, as well as the eligibility of any lower tier prospective estimated to cost$25,000 or more— as defined in 2 CFR Parts 180 participants, each participant may, but is not required to, check and 1200. the Excluded Parties List System website(httns:Gwmw.ecls.covi), which is compiled by the General Services Administration. 1.Instructions for Certification—First Tier Participants: i. Nothing contained in the foregoing shall be construed to require a.By signing and submitting this proposal, the prospective first tier the establishment of a system of records in order to render in participant is providing the certification set out below. good faith the certification required by this clause.The knowledge and information of the prospective participant is not required to b.The inability of a person to provide the certification set out below exceed that which is normally possessed by a prudent person in will not necessarily result in denial of participation in this covered the ordinary course of business dealings. transaction. The prospective first tier participant shall submit an explanation of why it cannot provide the certification set out j. Except for transactions authorized under paragraph (f) of these below. The certification or explanation will be considered in instructions, if a participant in a covered transaction knowingly connection with the department or agency's determination enters into a lower tier covered transaction with a person who is whether to enter into this transaction. However, failure of the suspended, debarred, ineligible, or voluntarily excluded from prospective first tier participant to furnish a certification or an participation in this transaction, in addition to other remedies explanation shall disqualify such a person from participation in available to the Federal Government, the department or agency this transaction. may terminate this transaction for cause or default. c. The certification in this clause is a material representation of fact ""' upon which reliance was placed when the contracting agency 2. Certification Regarding Debarment, Suspension,Ineligibility determined to enter into this transaction. If it is later determined and Voluntary Exclusion—First Tier Participants: that the prospective participant knowingly rendered an erroneous certification, in addition to other remedies available to the Federal a.The prospective first tier participant certifies to the best of its Government, the contracting agency may terminate this knowledge and belief,that it and its principals: transaction for cause of default. (1) Are not presently debarred, suspended, proposed for d.The prospective first tier participant shall provide immediate debarment, declared ineligible, or voluntarily excluded from written notice to the contracting agency to whom this proposal is participating in covered transactions by any Federal submitted if any time the prospective first tier participant learns department or agency: that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. (2) Have not within a three-year period preceding this proposal been convicted of or had a civil judgment rendered against e.The terms "covered transaction," "debarred," "suspended," them for commission of fraud or a criminal offense in "ineligible," "participant," "person," "principal," and "voluntarily connection with obtaining, attempting to obtain, or excluded,"as used in this clause,are defined in 2 CFR Parts 180 performing a public (Federal, State or local) transaction or and 1200. "First Tier Covered Transactions' refers to any contract under a public transaction; violation of Federal or covered transaction between a grantee or subgrantee of Federal State antitrust statutes or commission of embezzlement, funds and a participant (such as the prime or general contract). theft, forgery, bribery, falsification or destruction of records, "Lower Tier Covered Transactions" refers to any covered making false statements,or receiving stolen property; transaction under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant"refers to the participant who (3) Are not presently indicted for or otherwise criminally or civilly has entered into a covered transaction with a grantee or charged by a governmental entity (Federal, State or local) subgrantee of Federal funds (such as the prime or general with commission of any of the offenses enumerated in contractor). "Lower Tier Participant" refers any participant who paragraph(ax2)of this certification;and has entered into a covered transaction with a First Tier Participant or other Lower Tier Participants (such as subcontractors and (4) Have not within a three-year period preceding this suppliers). application/proposal had one or more public transactions (Federal,State or local)terminated for cause or default. f. The prospective first tier participant agrees by submitting this proposal that, should the proposed covered transaction be b.Where the prospective participant is unable to certify to any of the entered into, it shall not knowingly enter into any lower tier statements in this certification, such prospective participant shall covered transaction with a person who is debarred, suspended, attach an explanation to this proposal. declared ineligible, or voluntarily excluded from participation in this covered transaction, unless authorized by the department or 2.Instructions for Certification-Lower Tier Participants: agency entering into this transaction. (Applicable to all subcontracts, purchase orders and other lower tier g.The prospective first tier participant further agrees by submitting transactions requiring prior FHWA approval or estimated to cost this proposal that it will include the clause titled "Certification $25,000 or more-2 CFR Parts 180 and 1200) Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion-Lower Tier Covered Transactions," provided by the a.By signing and submitting this proposal,the prospective lower her department or contracting agency, entering into this covered is providing the certification set out below. transaction, Without modification, in all lower tier covered transactions and in all solicitations for lower tier covered b.The certification in this clause is a material representation of fact transactions exceeding the$25,000 threshold. upon which reliance was placed when this transaction was entered into. If it is later determined that the prospective lower tier h.A participant in a covered transaction may rely upon a certification participant knowingly rendered an erroneous certification, in of a prospective participant in a lower tier covered transaction that addition to other remedies available to the Federal Government, is not debarred, suspended, ineligible, or voluntarily excluded the department, or agency with which this transaction originated from the covered transaction, unless it knows that the certification may pursue available remedies, including suspension and/or is erroneous. A participant is responsible for ensuring that its debarment. principals are not suspended,debarred,or otherwise ineligible to 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" G. The prospective lower tier participant shall provide immediate ineligible, or voluntarily excluded from participating in covered written notice to the person to which this proposal is submitted if transactions by any Federal department or agency. at any time the prospective lower tier participant learns that its certification was erroneous by reason of changed circumstances. 2.Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective d.The terms "covered transaction," "debarred," "suspended," participant shall attach an explanation to this proposal. "ineligible," "participant," "person," "principal," and "voluntarily excluded,"as used in this clause,are defined in 2 CFR Parts 180 '"" and 1200. You may contact the person to which this proposal is submitted for assistance in obtaining a copy of those regulations. XI. CERTIFICATION REGARDING USE OF CONTRACT FUNDS "First Tier Covered Transactions" refers to any covered FOR LOBBYING transaction between a grantee or subgrantee of Federal funds and a participant(such as the prime or general contract). "Lower This provision is applicable to all Federal-aid construction contracts Tier Covered Transactions' refers to any covered transaction and to all related subcontracts which exceed$100,000(49 CFR 20). under a First Tier Covered Transaction (such as subcontracts). "First Tier Participant" refers to the participant who has entered 1.The prospective participant certifies, by signing and submitting into a covered transaction with a grantee or subgrantee of Federal this bid or proposal,to the best of his or her knowledge and belief, funds (such as the prime or general contractor). "Lower Tier that: Participant"refers any participant who has entered into a covered transaction with a First Tier Participant or other Lower Tier a. No Federal appropriated funds have been paid or will be Participants(such as subcontractors and suppliers). paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or employee e.The prospective lower tier participant agrees by submitting this of any Federal agency, a Member of Congress, an officer or proposal that, should the proposed covered transaction be employee of Congress, or an employee of a Member of entered into, it shall not knowingly enter into any lower tier Congress in connection with the awarding of any Federal covered transaction with a person who is debarred, suspended, contract,the making of any Federal grant,the making of any declared ineligible, or voluntarily excluded from participation in Federal loan, the entering into of any cooperative this covered transaction, unless authorized by the department or agreement, and the extension, continuation, renewal, agency with which this transaction originated. amendment, or modification of any Federal contract, grant, loan,or cooperative agreement. f. The prospective lower tier participant further agrees by submitting this proposal that it will include this clause titled "Certification b. If any funds other than Federal appropriated funds have Regarding Debarment, Suspension, Ineligibility and Voluntary been paid or will be paid to any person for influencing or Exclusion-Lower Tier Covered Transaction,"without modification, attempting to influence an officer or employee of any Federal in all lower tier covered transactions and in all solicitations for agency, a Member of Congress, an officer or employee of lower tier covered transactions exceeding the$25,000 threshold. Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or g.A participant in a covered transaction may rely upon a certification cooperative agreement,the undersigned shall complete and of a prospective participant in a lower tier covered transaction that submit Standard Form-LLL, "Disclosure Form to Report is not debarred, suspended, ineligible, or voluntarily excluded Lobbying,"in accordance with its instructions. from the covered transaction,unless it knows that the certification is erroneous. A participant is responsible for ensuring that its 2.This certification is a material representation of fact upon which principals are not suspended, debarred, or otherwise ineligible to reliance was placed when this transaction was made or entered participate in covered transactions. To verify the eligibility of its into. Submission of this certification is a prerequisite for making principals, as well as the eligibility of any lower tier prospective or entering into this transaction imposed by 31 U.S.C. 1352. Any participants, each participant may, but is not required to, check person who fails to file the required certification shall be subject to the Excluded Parties List System website(httns:iiww.v.eols. ov;), a civil penalty of not less than $10,000 and not more than which is compiled by the General Services Administration. $100,000 for each such failure. h. Nothing contained in the foregoing shall be construed to require 3.The prospective participant also agrees by submitting its bid or establishment of a system of records in order to render in good proposal that the participant shall require that the language of this faith the certifcation required by this clause. The knowledge and certification be included in all lower tier subcontracts, which information of participant is not required to exceed that which is exceed $100,000 and that all such recipients shall certify and normally possessed by a prudent person in the ordinary course of disclose accordingly. business dealings. i. Except for transactions authorized under paragraph a of these instructions, if a participant in a covered transaction knowingly enters into a lower tier covered transaction with a person who is suspended, debarred, ineligible, or voluntarily excluded from participation in this transaction, in addition to other remedies available to the Federal Government, the department or agency with which this transaction originated may pursue available remedies,including suspension and/or debarment. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion—Lower Tier Participants: 1.The prospective lower tier participant certifies, by submission of this proposal, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" 35 FEMALE AND MIONORITY GOALS The nationwide goal for female utilization is 6.9 percent. The goals for minority utilization [45 Fed Reg 65984(10/3/1980)] are as follows: MINORITY UTILIZATION GOALS Economic Area Goal-% Redding CA: 5.8 174 Non-SMSA(Standard Metropolitan Statistical Area)Counties: CA Lassen;CA Modoc;CA Plumes; CA Shasta; CA Siskiyou; CA Tehama Eureka, CA 175 Non-SMSA Counties: .6 CA Del Norte; CA Humboldt;CA Trinity San Francisco-Oakland-San Jose,CA: SMSA Counties: 8.9 7120 Salinas-Seaside-Monterey, CA CA Monterey 5.6 7360 San Francisco-Oakland CA Alameda; CA Contra Costa;CA Marin; CA San Francisco; CA San Mateo 7400 San Jose, CA 19.6 CA Santa Clara,CA 176 7485 Santa Cruz, CA 14.9 CA Santa Cruz 7500 Santa Rosa .1 CA Sonoma 8720 Vallejo-Fairfield-Napa, CA 17.1 CA Napa; CA Solano Non-SMSA Counties: 3.2 CA Lake; CA Mendocino; CA San Benito Sacramento, CA: SMSA Counties: 16.1 177 6920 Sacramento, CA CA Placer; CA Sacramento; CA Yolo 14.3 Non-SMSA Counties CA Butte;CA Colusa; CA El Dorado; CA Glenn; CA Nevada; CA Sierra: CA Sutter; CA Yuba Stockton-Modesto, CA: SMSA Counties: 5170 Modesto, CA 12.3 178 CA Stanislaus 8120 Stockton, CA 24.3 CA San Joaquin Non-SMSA Counties 19.8 CA Alpine; CA Amador; CA Calaveras; CA Mariposa; CA Merced;CA Tuolumne Fresno-Bakersfield, CA SMSA Counties: 0680 Bakersfield, CA 19.1 179 CA Kern 2840 Fresno, CA 26.1 CA Fresno Non-SMSA Counties: 23.6 CA Kings; CA Madera;CA Tulare For each July during which work is performed under the contract, you and each non material- supplier subcontractor with a subcontract of $10,000 or more must complete Form FHWA PR-1391 (Appendix C to 23 CFR 230). Submit the forms by August 15. 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM—EXHIBIT"A" 36 FEDERAL TRAINEE PROGRAM For the Federal training program, the number of trainees or apprentices is identified in Section 7-2.3 of the Special Provisions. This section applies if a number of trainees or apprentices is specified in Section 7-2.3 of the Special Provisions. As part of your equal opportunity affirmative action program, provide on-the-job training to develop full journeymen in the types of trades or job classifications involved. You have primary responsibility for meeting this training requirement. If you subcontract a contract part, determine how many trainees or apprentices are to be trained by the subcontractor. Include these training requirements in your subcontract. Where feasible, 25 percent of apprentices or trainees in each occupation must be in their 1st year of apprenticeship or training. Distribute the number of apprentices or trainees among the work classifications on the basis of your needs and the availability of journeymen in the various classifications within a reasonable recruitment area. Before starting work, submit to the City of Palm Springs: 1. Number of apprentices or trainees to be trained for each classification 2. Training program to be used 3. Training starting date for each classification Obtain the City of Palm Springs approval for this submitted information before you start work. The City of Palm Springs credits you for each apprentice or trainee you employ on the work who is currently enrolled or becomes enrolled in an approved program. The primary objective of this section is to train and upgrade minorities and women toward journeymen status. Make every effort to enroll minority and women apprentices or trainees, such as conducting systematic and direct recruitment through public and private sources likely to yield minority and women apprentices or trainees, to the extent they are available within a reasonable recruitment area. Show that you have made the efforts. In making these efforts, do not discriminate against any applicant for training. Do not employ as an apprentice or trainee an employee: 1. In any classification in which the employee has successfully completed a training course leading to journeyman status or in which the employee has been employed as a journeyman 2. Who is not registered in a program approved by the US Department of Labor, Bureau of Apprenticeship and Training Ask the employee if the employee has successfully completed a training course leading to journeyman status or has been employed as a journeyman. Your records must show the employee's answers to the questions. In your training program, establish the minimum length and training type for each classification. The City of Palm Springs and FHWA approves a program if one of the following is met: 1. It is calculated to: • Meet the your equal employment opportunity responsibilities • Qualify the average apprentice or trainee for joumeyman status in the classification involved by the end of the training period 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM-EXHIBIT"A" 37 2. It is registered with the U.S. Department of Labor, Bureau Of Apprenticeship and Training, and it is administered in a way consistent with the equal employment responsibilities of Federal-aid highway construction contracts Obtain the State's approval for your training program before you start work involving the classification covered by the program. Provide training in the construction crafts, not in clerk-typist or secretarial-type positions. Training is allowed in lower level management positions such as office engineers, estimators, and timekeepers if the training is oriented toward construction applications. Training is allowed in the laborer classification if significant and meaningful training is provided and approved by the division office. Off-site training is allowed if the training is an integral part of an approved training program and does not make up a significant part of the overall training. The City of Palm Springs reimburses you 80 cents per hour of training given an employee on this contract under an approved training program: 1. For on-site training 2. For off-site training if the apprentice or trainee is currently employed on a Federal-aid project and you do at least one of the following: • Contribute to the cost of the training • Provide the instruction to the apprentice or trainee • Pay the apprentice's or trainee's wages during the off-site training period 3. If you comply this section. Each apprentice or trainee must: 1. Begin training on the project as soon as feasible after the start of work involving the apprentice's or trainee's skill 2. Remain on the project as long as training opportunities exist in the apprentice's or trainee's work classification or until the apprentice or trainee has completed the training program Furnish the apprentice or trainee: 1. Copy of the program you will comply with in providing the training 2. Certification showing the type and length of training satisfactorily completed 2015 PAVEMENT REHABILITATION CITY PROJECT NO. 15-01 MARCH 26,2015 AGREEMENT FORM-EXHIBIT"A" 38 TITLE VI ASSURANCES During the performance of this Agreement, the contractor, for itself, its assignees and successors in interest (hereinafter collectively referred to as CONTRACTOR) agrees as follows: (1) Compliance with Regulations: CONTRACTOR shall comply with the regulations relative to nondiscrimination in federally assisted programs of the Department of Transportation, Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time, (hereinafter referred to as the REGULATIONS), which are herein incorporated by reference and made a part of this agreement. (2) Nondiscrimination: CONTRACTOR, with regard to the work performed by it during the AGREEMENT, shall not discriminate on the grounds of race, color, sex, national origin, religion, age, or disability in the selection and retention of sub-applicants, including procurements of materials and leases of equipment. CONTRACTOR shall not participate either directly or indirectly in the discrimination prohibited by Section 21.5 of the Regulations, including employment practices when the agreement covers a program set forth in Appendix B of the Regulations. (3) Solicitations for Sub-agreements. Including Procurements of Materials and Equipment: In all solicitations either by competitive bidding or negotiation made by CONTRACTOR for work to be performed under a Sub-agreement, including procurements of materials or leases of equipment, each potential sub-applicant or supplier shall be notified by CONTRACTOR of the CONTRACTOR'S obligations under this Agreement and the Regulations relative to nondiscrimination on the grounds of race, color, or national origin. (4) Information and Reports: CONTRACTOR shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the California Department of Transportation or FHWA to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of CONTRACTOR is in the exclusive possession of another who fails or refuses to furnish this information, CONTRACTOR shall so certify to the California Department of Transportation or the FHWA as appropriate, and shall set forth what efforts CONTRACTOR has made to obtain the information. (5) Sanctions for Noncompliance: In the event of CONTRACTOR's noncompliance with the nondiscrimination provisions of this agreement, the California Department of Transportation shall impose such agreement sanctions as it or the FHWA may determine to be appropriate, including, but not limited to: (a) withholding of payments to CONTRACTOR under the Agreement within a reasonable period of time, not to exceed 90 days; and/or (b) cancellation, termination or suspension of the Agreement, in whole or in part. (6) Incorporation of Provisions: CONTRACTOR shall include the provisions of paragraphs (1) through (6) in every sub-agreement, including procurements of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. CONTRACTOR shall take such action with respect to any sub-agreement or procurement as the California Department of Transportation or FHWA may direct as a means of enforcing such provisions including sanctions for noncompliance, provided, however, that, in the event CONTRACTOR becomes involved in, or is threatened with, litigation with a sub-applicant or supplier as a result of such direction, CONTRACTOR may request the California Department of Transportation enter into such litigation to protect the interests of the State, and, in addition, CONTRACTOR may request the United States to enter into such litigation to protect the interests of the United States. MAINTAIN RECORDS AND SUBMIT REPORTS DOCUMENTING YOUR PERFORMANCE UNDER THIS SECTION * * * END OF EXHIBIT "A" * * * 2015 PAVEMENT REHABILITATION CITY PROJECT NO.15-01 MARCH 26,2015 AGREEMENT FORM-EXHIBIT'A" 39 ATTACHMENT CP 15-01 EXTENDED STREET LIST Local Streets Name From TO Length Width Area Neighborhood PCI ACCUM.AREA COST' ALTA LOMA DRIVE EIS COMPADRE ROAD W/S BEVERLY DRIVE 630 32 20,160 Los Compadres 41 20,160 $41,126 BELDING DRIVE WIS SUNSET WAY EIS CERRITOS DRIVE 624 32 19.968 41 40,128 $81.861 $ A CALIENTE ROAD NIS LAVERNE WAY SIS LA JOLLA ROAD 624 25 15,600 Twin Palms 41 55,728 $113,685 1 CALIFORNIA AVENUE SIS SUNNY DUNES ROAD S END 240 22 5,280 Demuth Park 41 61,008 $124,456 CAMINO ALTURAS W/S MESA DRIVE W END 952 22 20,944 The Mesa 41 81.952 $167.182 M I CAMINO SARRANCA SIS CAMINO DESCANSO S END 492 20 9,840 The Mesa 41 91,792 $187,256 CERRITOS ROAD S/S MESQUITE AVENUE SIS SONORA ROAD 1,286 36 46,296 Sonora Sunrise 41 138,088 $281,700 0 EASTGATE ROAD S/S GATEWAY DRIVE S END(COS 321 32 10,272 Desert Highland 41 148,360 $302,654 B C MONTEREY ROAD S/S TAMARISK ROAD NIS ALEJO ROAD 1,284 33 42,372 41 190,732 $389,093 TAHQUITZ DRIVE NIS BARISTO ROAD S/S AREANAS ROAD 675 32 21,600 Historic Tennis Club 41 212,332 $433,157 u a VERADA NORTE EIS CAMINO MIRASOL W/S PALM CANYON DRIVE 2,019 24 48,456 Old Las Palmas 41 260,788 $532,008 d t VIA COLUSA W/S HERMOSA DRIVE EIS ARQUILLA ROAD 615 36 22,140 Movie Colony East 41 282,928 $577,173 AVENIDA EVELITA SIS RAMON ROAD NIS SUNNY DUNES ROAD 1.275 33 42,075 Demuth Park 42 325,003 $663,006 g CALLE AMIGOS SIS RAMON ROAD NIS SUNNY DUNES ROAD 1.270 32 40,640 Warm Sands 42 365.643 $745,912 e o CAMINO MIRASOL S/S CAMINO NORTE NIS VIA LAS PALMAS 737 23 16,951 Old Las Palmas 42 382,594 $780,492 CAMINO NORTE E/S VIA MONTE VISTA NIS VEREDA NORTE 2,170 31 67,270 Old Las Palmas 42 449,864 $917,723 t n CERRITOS DRIVE NIS ANDREAS ROAD-W END NIS ANDREAS ROAD-E END 1.649 36 59,364 42 509.228 $1,038,825 GIRASOL AVENUE SIS VIA OLIVERA NIS VIA ESCUELA 795 30 23,850 Chino Canyon 42 533,078 $1,087,479 PALM AVENUE SIS SUNNY DUNES ROAD S END 240 23 5,520 Demuth Park 42 538,598 $1,098,740 PATENCIO ROAD SIS BARISTO ROAD SIS LINDA VISTA DRIVE 1,078 34 36,652 Historic Tennis Club 42 575,250 $1 173 510 SATURMINO ROAD S/S TAHQUITZ CANYON WAY NIS BARISTO ROAD 1,241 34 42.194 42 617,444 $1 259 586 ACE CIRCLE NIS ALEXANDER WAY N END(COS) 144 33 4.752 Racquet Club Estates 43 622,196 $1 269280 $ A BAHADA ROAD S/S JOYCE DRIVE NIS FRANCIS DRIVE 1,137 33 37,521 Desert Park Estates 43 659.717 $1 345 823 2 1 BELDING DRIVE WIS CERRITOS DRIVE E/S SATURMINO DRIVE 821 32 26,272 43 685.989 $1 399,418 CALLE PAUL NIS PASEO CAROLETA S/S CALLE SAN ANTONIO 825 33 27.225 43 713,214 $1 454 957 M I CAMINO CENTRO NIS VEREDA NORTE SIS CAMINO NORTE 270 26 7,020 Old Las Palmas 43 720,234 $1 469 277 0 MONTE VISTA DRIVE WIS CAHUILLA ROAD SIS PABLO DRIVE 1,092 21 22,932 Historic Tennis Club 43 743,166 $1 516 059 OCOTILLO AVENUE WIS SAGEBRUSH ROAD EIS PASEO DE MARCIA 233 25 5,825 Deepwell Estates 43 748,991 $1 527,942 B c PASEO CAROLETA SIS CALLE SAN RAPHAEL WIS CALLE SANTA CRUZ 648 3 2,544 Demuth Park 43 751,535 $1,533 131 U a ROCK CIRCLE NIS ALEXANDER WAY N END(CDS) 144 33 4,752 Racquet Club Estates 43 756,287 $1 542 825 SAN CARLOS ROAD EtS ZANJERO ROAD WIS INDIAN CANYON DRIVE 1,058 36 38,088 Racquet Club West 43 794,375 $1 620 525 d t TRAIL CIRCLE NIS ALEXANDER WAY N END(CDS) 144 33 4,752 Racquet Club Estates 43 799,127 $1,630,219 VIA LAS PALMAS SIS VIA LAS PALMAS-NIS 208'W PALM CANYON DRIVE 1,371 30 41,130 Old Las Palmas 43 840.257 $1.714 124 g VIRGINIA ROAD 345'S/O SAN RAFAEL ROAD NIS SANTA CATALINA ROAD 195 18 3,510 Raoquet Club West 43 843,767 $1 721 285 e O EL PORTAL WIS MESA DRIVE WEND 1,386 25 34,650 The Mesa 44 878,417 $1 791 971 VIA LAS PALMAS 208'W OF PALM CANYON DRI VIA LAS PALMAS-NIS 1,371 30 41,130 Old Las Palmas 44 919,547 $1,875 876 t n VIA SOLEDAD SIS SONORA ROAD N/S AVENIDA OLANCHA 625 32 20,000 44 939547 $i 918 676 CALLE DE MARIA NIS DEEP WELL ROAD ISIS MESQUITE AVENUE 1,822 25 45,550 Deepwell Estates 45 985:097 $2,009,598 CRESTVIEW WAY S/S RIDGE ROAD IS END 283 20 5,660 The Mesa 45 990,757 $2,021,144 Arterial Streets Name From To Length Width Area Neighborhood PCI ACC UM.AREA COST• DILLON ROAD W/S DIABLO ROAD W END(CITY LIMITS) 1,000 19 19,000 45 19,000 $40,660 MESQUITE AVENUE E/S CERRITOS ROAD W/S FARRELL DRIVE 1,707 60 102,420 Sonora Sunrise 46 121,420 $259,839 MESQUITE AVENUE E/S FARRELL DRIVE W/S COMPADRE ROAD 855 60 47,100 49 168,520 $360,633 $1M E PALM CANYON DRIVE E/S SUNRISE WAY W/S SMOKETREE UN/CERRITOS RD 1,280 86 110,080 51 278,600 $596.204 Budget SOUTH PALM CANYON DRIVE LA CONDESA DRIVE NIS MURRAY CANYON RD 1,093 60 65,580 Canyon Corridor 51 344,180 $736,545 Allocation SOUTH PALM CANYON DRIVE NIS AVENIDA GRANADA LA CONDESA DRIVE 1,305 60 78,300 Canyon Corridor 53 422,480 $904,107 SOUTH PALM CANYON DRIVE NIS MURRAY CANYON RD CL CHERYL CREEK BRIDGE 834 60 50,040 55 472,520 $1,011,193 SOUTH PALM CANYON DRIVE S/S CANTINA WAY NIS AVENIDA GRANADA 1,144 60 68,640 Canyon Corridor 57 541,160 $1 158 082 SUNRISE WAY NIS E PALM CANYON DRIVE S/S BRIDGE 3,202 66 211,332 Sonora Sunrise 60 752,492 $1,610,333 $ZM RAMON ROAD WIS FARRELL DRIVE WIS EL CIELO ROAD 2,243 60 134,580 61 887,072 $1,898,334 Budget SUNRISE WAY SIS FRANCIS DRIVE 220'N/O SAN RAFAEL ROAD 1,565 66 103,290 Desert Park Estates 64 990,362 $2,118,375 Allocation •COST BASED ON LOW BID AT$2.04ISF FOR LOCAL AND$2.14/SF FOR ARTERIAL H ATTACHMENT 5 42 May 13, 2015 TO: Marcus Fuller, Assistant City Manager, City Engineer FROM: Curt Watts, Chair of ONE-PS Code Enforcement& Public Works Committee ONE-PS Chair Lisa Middleton forwarded your email on the Additional Streets to me and the two of us have met and discussed the matter. Based on that conversation I wanted to forward these comments (and the attached) to you today so that hopefully you can incorporate them into your Staff Report for the May 20th City Council meeting. If you are unable to do so, please attach this correspondence to the Staff Report so that the City Council will have our thoughts on the matter. These comments are provided in my capacity as the Chairperson of the ONE-PS Code Enforcement and Public Works Committee ("CE&PW Committee"). They have been guided by prior discussions with Staff and neighborhood representatives (during the first round of discussions of the Citywide Pavement Rehabilitation Project) as well as comments made during the City Council's consideration of the original project's list of streets and the new information our Committee recently received for consideration of Additional Streets. At the May 6, 2015 meeting of the CE&PW Committee, Savat Khamphou provided us with an initial list of Additional Streets for consideration and we were told that we would have until our next Committee meeting on June 3rd to respond. Yesterday (May 12) we received your correspondence advising us of a more accelerated timeline to offer input. While this revised timeline does not afford us the opportunity to solicit additional input from all neighborhood representatives, we feel comfortable that our comments are consistent with prior discussions and input received. Attached is our list of suggested streets which reflect the following: 1) Agreement with your recommendation of $1 million for each category of additional "Local (& Collector)Streets" and additional "Arterial Streets". 2) Inclusion (in the first category of Local & Collector Streets) of arterial streets that had appeared on Savat's original list, but which were apparently dropped from consideration when you reviewed and revised the Arterial Streets on your list. While we understand your desire to drop collector streets from your list of arterial streets, we feel it would be inappropriate to totally eliminate these streets from consideration for repair. By including those previously deleted streets in the renamed Local & Collector Streets category, they receive due consideration (although they now "compete" with local streets for prioritization and funding). 3) Incorporation of "Adjusted PCI" ratings for all listed streets in accordance with the Traffic Adjustment factors discussed with the City Council during the original project discussions (see attached Street Repair Traffic Adjustment document). It appeared to us during those 43 previous discussions that both Staff and the City Council were very supportive of this concept of adjusting PCI's in the future to reflect the type of street being rated (i.e. Arterial, Collector, Local, dead-ends, etc.). Given the reduced number of streets being considered at this time, we have taken the extra time to incorporate the adjustments based on the factors previously provided to Staff& the City Council. We utilized the Circulation Plan exhibit (labeled as Figure 4-1) of the General Plan's Circulation Element to determine the classification of each specific street as an Arterial, Collector or Local Street. On our attached list of streets you will see both the original and adjusted PCI ratings, as well as the description triggering the adjustment. The Adjusted PCI rating is the basis for the order in which the streets are now recommended for pavement rehabilitation. We trust that you will agree that this process does not create a scenario where individual streets are either being "cherry picked" or"randomly selected". THANK YOU for this opportunity to comment on the list of Additional Streets being considered for pavement rehabilitation. Should you wish to discuss this matter, or need additional clarification, I would be happy to meet with you and/or talk by phone. Curt Watts, Chairperson ONE-PS Code Enforcement & Public Works Committee E: CWinPS@hotmail.com C: 760.219.6250 Attachments: - ONE-PS: CP 15-01 Extended Street List with Collectors Added to Local Streets and Post PCI Adjustments - Neighborhood Street Repair Traffic Adjustments 44 ONE-PS: CP 15-01 EXTENDED STREET LIST-WITH Collectors Added to Local Streets AND Post PCI Adjustments Name From To Length Width Area Neighborhood PCI Adj. Adj PCI ACCUM. COST' AREA Local &Arterial Streets ARENAS ROAD W/S TAHOUITZ DRIVE WIS CAHUILLA ROAD 1,311 36 47,196 Historic Tennis CIL 41 Arterial-Secondary -8 33 47,196 $96,279.84 CERRITOS ROAD S/S MESQUITE AVENUE SIS SONORA ROAD 1,286 36 46,296 Sonora Sunrise 41 Collector-Connects to Aril -7 34 93,492 $190,723.68 MONTEREY ROAD S/S TAMARISK ROAD NIS ALEJO ROAD 1,284 33 42,372 41 Local-Connects w/Cllctr/ -6 35 135,864 $277,162.56 MESQUITE AVENUE E/S EL CIELO ROAD WIS MOUNTAIN VIEW DRIVE 1,000 60 60,000 Demuth Park 42 Collector-Connects to Artri -7 35 195,864 $399,562.56 SATURMINO ROAD S/S TAHQUITZ CANYON I NIS BARISTO ROAD 1,241 34 42,194 Sunrise Park 42 Collector-Connects to Artrf -7 35 238,058 $485,638.32 SUNNY DUNES ROAD EIS EL CIELO ROAD WIS DESERT WAY 745 31 23,095 Demuth Park 42 Collector-Connects to And -7 35 261,153 $532,752.12 SUNNY DUNES ROAD EIS CALLE SANTA CRUZ WIS VELIA ROAD 632 36 22,752 Demuth Park 42 Collector-Connects to Cllct -7 35 283.905 $579.166.20 AVENIDA EVELITA S/S RAMON ROAD NIS SUNNY DUNES ROAD 1,275 33 42,075 Demuth Park 42 Local-Connects w/Cllclr/A £ 36 325,980 $664,999.20 CALLE AMIGOS S/S RAMON ROAD NIS SUNNY DUNES ROAD 1,270 32 40,640 Wane Sands 42 Local-Connects w/Cllcfr/ -6 36 366,620 $747,904.80 VIA LAS PALMAS SIS VIA LAS PALMAS-N/208'W PALM CANYON DRIVI 1,371 30 41,130 Old Las Palmas 43 Collector-Connects to Artrl -7 36 407,750 $831,810.00 VISTA CHINO WIS PALM CANYON DRI EIS KAWEAH ROAD 592 46 27,232 Vista Las Palmas 43 Collector-Connects to Arte -7 36 434,982 $887,363.28 BELDING DRIVE W/S SUNSET WAY E/S CERRITOS DRIVE 624 32 19,968 Sunrise Park 41 Local-Connects w/Collecto -4 37 454,950 $928,098.00 CAMINO REAL NIS NORTH RIVERSIDE S/S SUNNY DUNES ROAD 490 48 23,520 Taqudz River Esta 44 Collector-Connects to Coll -7 37 478,470 $976,078.80 VIA LAS PALMAS 208'W OF PALM CANYO VIA LAS PALMAS-NIS 1,371 30 41,130 Old Las Palmas 44 Collector-Connects to Arte -7 37 519.600 $1,059,984.00 ALTA LOMA DRIVE FJS COMPADRE ROAD WIS BEVERLY DRIVE 630 32 20,160 Los Compatlres 41 Local-Connects to Collect -3 38 539,760 $1,101,110.40 ARENAS ROAD FJS BELARDO ROAD WIS PALM CANYON DRIVE 282 36 10,152 46 Artenal-Secondary -8 38 549,912 $1,121,820.48 CALIENTE ROAD NIS LAVERNE WAY S/S LA JOLLA ROAD 624 25 15.600 Twin Palms 41 Local-Connects to Arterial -3 38 565,512 $1,153,644.48 CERRITOS DRIVE NIS ANDREAS ROAD-W NIS ANDREAS ROAD-E EN 1,649 36 59,364 Sunrise Park 42 Collector-Connects wlColl -4 38 624,876 $1,274,747.04 TAHOUITZ DRIVE NIS BARISTO ROAD S/S ARENAS ROAD 675 32 21,600 Historic Tennis CIL 41 Local-Connects to Arterial -3 38 646,476 $1,318,811.04 VERADA NORTE E/S CAMINO MIRASOL WIS PALM CANYON DRIVE 2,019 24 48,456 Old Las Palmas 41 Local-Connects to Arterial -3 38 694,932 $1,417,661.28 VIA COLUSA W/S HERMOSA DRIVE E/S ARQUILLA ROAD 615 36 22,140 Movie Colony East 41 Local-Connects to Collect -3 38 717,072 $1,462,826.88 BELDING DRIVE W/S CERRITOS DRIVE E/S SATURMINO DRIVE 821 32 26,272 Sunrse Park 43 Local-Connects w/Collect -4 39 743,344 $1,516,421.76 CAMINO MIRASOL SIS CAMINO NORTE NIS VIA LAS PALMAS 737 23 16,951 Old Las Palmas 42 Local-Connects to Collect -3 39 760,295 $1,551,001.80 GIRASOL AVENUE SIS VIA OLIVERA NIS VIA ESCUELA 795 30 23,850 Chino Canyon 42 Local-Connects to Colley -3 39 794,145 $1,599,655.80 SONORA ROAD WIS EL CIELO ROAD E/S FARRELL DRIVE 2,595 36 93,420 Los Compatlres 46 Collector-Connects w/Arte -7 39 877,565 $1,790,232.60 SONORA ROAD WIS CERRI7OS ROAD E/S SUNRISE WAY 1,300 36 46,8O0 Sonora Sunrise 46 Collector-Conn ects wlClctr •7 39 924,365 $1,885,704.60 SONORA ROAD W/S CALLE ROLPH EIS SAGEBRUSH ROAD 225 33 7,425 Deepwell Estates 46 Collector-Connects wl L -7 39 931,790 $1.900.851.60 VIA MIRALESTE ISIS RACQUET CLUB ROA NIS VIA ESCUELA 1,300 36 46,800 Racquet Club Est8 45 Collector-Connects wlClctr -6 39 978,590 $1,996,323.60 CAMINO NORTE E/S VIA MONTE VISTA NIS VEREDA NORTE 2,170 31 67,270 Old Las Palmas 42 Local-Connects to Locals -2 40 1.045,860 $2.133,554.40 CALIFORNIA AVENUE SIB SUNNY DUNES ROAI S END 240 22 5,280 Demuth Park 41 Local-Dead Ends from Col -1 40 1,051,140 $2,144,325.60 BAHADA ROAD S/S JOYCE DRIVE NIS FRANCIS DRIVE 1,137 33 37,521 Desert Park EstatE 43 Local-Connects to Coll -3 40 1,088,661 $2,220,868.44 PATENCIO ROAD SIB SARISTO ROAD SIS LINDA VISTA DRIVE 1,078 34 36,652 Historic Tennis CIL 42 Local-Connects to Locals -2 40 1,125,313 $2,295,638.52 SAN CARLOS ROAD EIS ZANJERO ROAD W/S INDIAN CANYON DRIVE 1,058 36 38,088 Racquet Club Wes 43 Local-Connects to Arterial -3 40 1,163,401 $2,373,338.04 BELARDO ROAD S/S ALEJO ROAD EIS MUSEUM DRIVE 2,191 54 118,314 43 Local-Connects to Arterial -3 40 1,281,715 $2,614,698.60 VIRGINIA ROAD 345'S/0 SAN RAFAEL RC NIS SANTA CATALINA ROAC 195 18 3,510 Racquet Club Wes 43 Local-Connects to Arterial -3 40 1,285,225 $2,621,859.00 CALLE PAUL NIS PASEO CAROLETA SIS CALLE SAN ANTONIO 825 33 27,225 43 Local-Connects to Locals -2 41 1,312.450 $2,677.398.00 CAMINO ALTURAS WIS MESA DRIVE W END 952 22 20,944 The Mesa 41 Local-Dead Ends from Loc 0 41 1,333,394 $2,720,123.76 CAMINO BARRANCA S/S CAMINO DESCANSO SEND 492 20 9,940 The Mesa 41 Local-Dead Ends from Loc 0 41 1,343,234 $2,740,197.36 CAMINO CENTRO NIS VEREDA NORTE SIS CAMINO NORTE 270 26 7,020 Old Las Palmas 43 Local-Connects to Locals -2 41 1,350,254 $2,754,518.16 EASTGATE ROAD SIS GATEWAY DRIVE S END(COS 321 32 10,272 Desert Highland 41 Local-Dead Ends from Loc 0 41 1,360,526 $2,775,473.04 MONTE VISTA DRIVE WIS CAHUILLA ROAD S/S PABLO DRIVE 1,092 21 22,932 Historic Tennis CIL 43 Local-Connects to Locals -2 41 1,383,468 $2,822,254.32 MUSEUM DRIVE S/S BELARDO ROAD NIS TAHQUITZ CANYON WA 780 44 34,320 44 Local-Connects to Arterial -3 41 1,417,778 $2,892,267.12 OCOTILLO AVENUE WIS SAGEBRUSH ROAD EIS PASEO DE MARCIA 233 25 5,825 Deepwell Estates 43 Local-Connects to Locals -2 41 1,423.603 $2,904,150.12 PALM AVENUE SIS SUNNY DUNES ROA1 S END 240 23 5,520 Demuth Park 42 Local-Dead Ends from Col -1 41 1,429,123 $2,915,410.92 PASEO CAROLETA SIS CALLE SAN RAPHAE1 W/S CALLE SANTA CRUZ 848 3 2,544 Demuth Park 43 Local-Connects to Locals -2 41 1,431,667 $2,920,600.68 VIA SOLEDAD SIS SONORA ROAD NIS AVENIDA OLANCHA 625 32 20,000 ?Tahquitz River ES 44 Local-Connects to Collect -3 41 1,451,667 $2,961,400.68 CALLE DE MARIA NIS DEEP WELL ROAD SIS MESQUITE AVENUE 1,822 25 45,550 Deepwell Estates 45 Local-Connects to Collect 9 -3 1 42 1,497,217 $3,054,322.68 ACE CIRCLE NIS ALEXANDER WAY N END(CDS) 144 33 4,752 Racquet Club Es 43 Local-Dead Ends from L 0 43 1,501,969 $3,064,016.76 ROCK CIRCLE NIS ALEXANDER WAY N END(CDS) 144 33 4,752 Racquet Club Esta 43 Local-Dead Ends from L 0 43 1,506,721 $3,073,710.84 rFi TRAIL CIRCLE NIS ALEXANDER WAY N END(CDS) 144 33 4,752 Racquet Club Es 43 Local-Dead Ends from L OHS 1,511,473 $3,083,404.92 EL PORTAL WIS MESA DRIVE W END 1,386 25 34,650 The Mesa 44 Local-Dead Ends from L 0 44 1,546,123 $3.154,090.92 CRESTVIEW WAY SIS RIDGE ROAD S END 283 20 5,660 The Mesa 45 LowFDead Ends firm L O 45 1,551,783 $3,165,637.32 1,551,783 $3,165,637.32 Arterial Streets DILLON ROAD W!S DIABL0,ROAD W END(CITY LIMITS) 1,000 19 19,000 45IArtenal-? -8 37 19,000 $40,660.00 MESQUITE AVENUE EIS CERRITOS ROAD W!5 FARRELL DRIVE 1,707 60 102,420 Sonora Sunrise 46 Arterial-Secondary -8 38 121,420 $259,838.80 MESQUITE AVENUE EIS FARRELL DRIVE WIS COMPADRE ROAD B55 60 47,1D0 49 Artenal-Secondary -8 41 168,520 $360,632.80 E PALM CANYON DRI EIS SUNRISE WAY WIS SMOKETREE LWCERRI 1,280 86 110,080 51 Artenal-Major -8 43 278,600 $596,204.00 SOUTH PALM CANYONLA CONDESA DRIVE NIS MURRAY CANYON RD 1,093 60 65,580 Canyon Corridor 51 Artenal-Secondary -8 43 344,180 $736,545.20 SOUTH PALM CANYO NIS AVENIDA GRANADA LA CONDESA DRIVE 1,305 60 78,3D0 Canyon Corridor 53 Arterial-Secondary -8 45 422.480 $904,107.20 SOUTH PALM CANYO NIA MURRAY CANYON R CL CHERYL CREEK BRIDGE 834 60 50,040 55 Artenal-Secondary -8 47 472,520 $1,011,192.80 SOUTH PALM CANYO 515 CANTINA WAY NIS AVENIDA GRANADA 1,144 60 68,640 Canyon Comdor 57 Artenal-Secondary -8 49 541,160 $1,158,082.40 SUNRISE WAY NIS E PALM CANYON DR S!S BRIDGE 3,202 66 211,332 Sonore Sunrise 60 Arterial-Major -6 52 752,492 :1,610.332.88 RAMON ROAD WIS FARRELL DRIVE WIS EL CIELO ROAD 2,243 60 134,680 61 Artenal-Major -8 53 887,072 $1.898,334.08 li SUNRISE WAY SIS FRANCIS DRIVE 220'NIO SAN RAFAEL RO 1,565 66 103,290 Desert Park Estat 64 Artenal-Major -8 56 990.362 $2,119,374.68 990,362 $2 119 374.68 •COST BASED ON LOW BID AT$2.04ISF FOR LOCAL&COLLECTORS AND$2.14ISF FOR ARTERIAL r{� c" Palm Springs Neighborhood Involvement Committee Neighborhood Street Repair Traffic Adjustments Issue: Pavement Condition Index (PCI) scores provide a comparative value for the condition of a street; but fail to address comparative traffic volume. It is unrealistic to conduct traffic volume studies on every street in the city. Proposal: Modify the PCI score based on the type of street and by the type of street(s) it connects to. Subtract from PCI Score A. Street dead-ends from a local street 0 B. Street dead-ends from a collector street 1 C. Street connects at either end to a local street 2 D. Street connects to a local street and a collector street 3 E. Street connects at both ends to a collector street 4 F. Street connects to a collector streets and crosses a collector street 5 G. Street connects/crosses to a collector street and a arterial street 6 H. Street is a collector street 7 I. Street is a major arterial 8 47 ATTACHMENT 48 W I L L D A N I exendiour ng Engineeri y ng reaor. April 28, 2015 Mr. Marcus Fuller, PE, PLS Assistant City Manager/City Engineer City of Palm Springs 3200 E. Tahquitz Canyon Way Palm Springs, CA 92262 Subject: Proposal for Construction Engineering Services — 2015 Pavement Rehabilitation, City Project No. 15-01 Dear Mr. Fuller: Willdan Engineering is pleased to submit this proposal to provide professional construction engineering services for the subject project. The project includes reconstruction and overlay of 4,700,000 SF of street reconstruction, asphalt pulverization, concrete pavement, cement stabilization, asphalt overlay, utility adjustments, repair of damaged pcc improvements, and other appurtenant work. It is our understanding the project is to begin work around June 2015 and we have estimated approximately 120 working days to complete the work. It is our understanding the City is in need of the following: 1. Provide Construction Management 2. Provide Public Works Inspection 3. Provide Material Testing Per your request, we have provided a detailed scope of work and our estimated fee. SCOPE OF WORK TASK 01 -:Construction Mangerrxn i, •. 1. Assist the City with public awareness and information program to keep residents and local stakeholders advised of project status along with the impacts to traffic flow circulation, including answering questions from the public about the project. 2. Prepare the construction file. 3. Ensure that the contractor distributes public construction notices and places construction and information signs. 4. Prepare special concerns to be presented at the preconstruction conference. 5. Conduct meeting and prepare preconstruction meeting minutes and distribute to attendees. 49 April 28, 2015 Page 2 6. Review contractor's safety program in consultation with City staff. 7. Through Willdan's system of project control, monitor activities related to the project such that the project is constructed pursuant to contract documents, LAPM, and in a timely fashion. 8. Log, track, and process submittals, RFls, RFCs, CCOs, field directives, NOPCs, Non- Conformance Reports (NCRs), construction schedule, and detailed traffic control plan. 9. Closely review schedule and advise contractor to take action on schedule slippage. 10. Document contractor's 20-day notices, mechanic's liens, and stop notices. 11. Monitor and coordinate activities of design engineering support, surveying, testing, and work by utilities or other agencies. 12. Prepare weekly statement of working days and submit to the contractor and the City. 13. Provide monthly progress report. 14. Establish and conduct weekly construction progress meetings to: • Resolve all old business issues to the maximum extent possible • Address all items of new business as presented by any party • Review project schedule and address any deviations • Review submittal log in terms of items needed and resubmittals required and review RFI, RFC, CCO, NCR, and NOPC logs • List status of construction items recently undertaken or ongoing • List planned construction items for the next two weeks, usually known as the two- week look ahead schedule • Review SWPPP issues • Review contractor's safety program 15. Prepare minutes for the weekly construction progress meeting. 16. Provide claims mitigation monitoring, including proactively applying foresight to discover unforeseen conflicts prior to contractor encounter. 17. Evaluate and respond to the contractor's requests for clarification of plans and specifications. 18. Ensure that all questions, conflicts, and issues are immediately brought to the City's attention and addressed with appropriate directives to the contractor. 19. Conduct special site meetings, when necessary, with the contractor and City staff to review job progress, scheduling, and coordination. 20. Perform quantity, time, and cost analyses required for negotiation of contract changes. Engineering end Plamiag Energy Effc we y and Suslu nablity I Fwanaial and Ecdnnnnc Coesuung I National Propur6driessaud tnteaaperob0ity 5090&62CO ] 600.4109_4464 1 fax 562.895.2120 i 13191 Crosm ads P�kway North.Suite 405.'Industrf,Callforno 95746-,idO I "viwiida❑_com 50 April 28, 2015 Page 3 21. Negotiate and prepare change orders, including memorandum of explanation and cost estimates to substantiate change order costs and provide to City for review. 22. Monitor and perform immediate and thorough analysis of validity of all potential claims that arise. 23. Maintain all data for change orders and record information with regard to the time of dispute, time of notification by the contractor, and action taken by the inspector. 24. Monitor materials documentation and testing results and enforce corrections. 25. Review for approval the contractor's progress payment requests, including verifying LAPM compliance status and impact on payment; negotiate differences over the amount with the contractor; and process payments through the City's Project Manager. 26. Monitor preparation of a punch list at substantial completion and follow up. 27. Routinely review construction files to ensure conformance to City standards and good construction management practice. 28. Ensure City received as-built set of drawings at completion. 29. Assist City with stop notices and release of retention. 30. Provide memorandum of clearance to issue the notice of completion. 31. Finalize and deliver all construction files and supplies to the City for their records. TA$ #2-Construction Inspection 1. Review plans, specifications, and all other contract- and construction-related documents. 2. Conduct a field investigation of the project area to become familiar with the existing facilities and the project environment. 3. Become familiar with traffic control plans, construction schedule, construction sequence, and permit requirements from other agencies. 4. Verify that the contractor conforms to the design survey line and grades. 5. Attend weekly progress meetings with the resident engineer, contractor, and subcontractors. 6. Provide full-time and as-needed construction inspection, including night inspection, of the work to monitor materials and methods for compliance with plans, specifications, and contract documents; address and document non-conforming items as they are discovered. Ergiwring and Planning t Enc+rgy E.fic.R nri and 8ua'ialnabiGtY ! Fi wni l d and Ecnrvnnc C0,130 ng ; Ndtoi„1t PittirnledCDSa 6^u 18[(tit ¢r2tFa'Ifip .562.fl08.6200 800.599.44&4 I fzi :562-605.2170 1 13191 Crwsroeds Padnva�Noah,Suite 405,in dusIry,California 91 746-3443 I www.wllldansom April 28, 2015 Page 4 7. Monitor compliance with Cal OSHA requirements and compliance with all local, state, and federal regulations. Although Willdan will monitor the activities, it is the contractor's sole responsibility to provide workers with a safe working environment. 8. Provide Willdan's labor compliance manager with federally-compliant labor and equipment reports, labor classification interviews, and assist with certified payroll review. 9. Monitor compliance with the Clean Air Act and the Clean Water Act (National Pollutant Discharge Elimination System — NPDES best management practices). Also, monitor the contractor's compliance with approved SWPPP. 10. Meet with the contractor at the beginning of each day and review the proposed work plan, including specific details that may affect progress. 11. Conduct daily measurements of quantities of work with the contractor. 12. Review actual contractor performance throughout the day and discuss discrepancies with the contractor as they occur. 13. Assist in coordination of engineering support, surveying, specialty inspections, and fieldwork by utility companies. 14. Ensure compliance of Underground Service Alert notification/delineation. 15. Evaluate the contractor's operation and production with respect to quality and progress and report to the resident engineer. 16. Photograph continuous property frontages along the street alignment once prior to construction and once immediately following construction. Maintain a photographic record of key elements of each major operation of work each day, with increased detail in situations of potential changes or claims. 17. Closely monitor testing results and require the contractor to provide corrective measures to achieve compliance. 18. Maintain copies of all permits needed to construct the project and enforce special requirements of each. 19. Prepare and maintain detailed daily diary inspector reports on construction progress. 20. Prepare clear and concise letters and memoranda, as needed. Establish a solid paper trail. 21. Maintain field file bound workbooks during construction, including a cumulative record of quantities constructed, daily and weekly reports, working day reports, change order documentation, photographs, and other documentation. 22. Review the construction schedule and enforce requirements for updating schedules and maintaining appropriate progress of the work. Engineering and Planning I Enmjy Elf c 1,-y and 5uumnabday i Financial and Ecoromic r:.rnrsulting I Nafiorlw Prw�"dees's and IntBropewb'My 582908.fi240 ; 900.49g-443 1 fax!5b„„CM,2170 1 13191 Crossroads Parkway North,Suia2 405.Pndustry,Ga0forma 9174G-3M3 I www.wllldaaccm 52 April 28, 2015 Page 5 23. Analyze delays and review claims on a timely basis and make recommendations to the construction manager. 24. Assist with the review and evaluation of change order work. 25. Provide complete measurements and calculations documented to administer progress payments. 26. Maintain and submit a clean set of plans marked in red for as-built corrections on record drawings to be filed with the City. (City's design consultant will transfer the contractor's record drawings to original Mylar drawings.) 27. Prepare a punch list at substantial completion and follow up with the contractor regarding progress of corrections. 28. Schedule a final inspection with the City and applicable agencies; prepare, distribute, and inspect corrections to the final punch list for completion; and recommend final acceptance. 29. Prepare documentation for final payment to the contractor. 30. Upon project completion, provide the finished set of project workbooks to the City. TASK#3-CagtecMrcal and Materials Testing 1. Attendance at preconstruction meeting by project manager, a California Registered Geotechnical Engineer. 2. Soils technician on site during subgrade preparation, soil cement mixing, curing, preparation and testing including the aggregate base placement. Conduct field testing (nuclear gauge) of compacted subgrade and aggregate materials, and collect samples of subgrade, aggregate base, cement treated stabilized pulverized base material for laboratory determination of maximum density and optimum moisture content. 3. Soils technician on site during processing of the cement stabilized pulverized base, placement of hot mix asphalt pavements to monitor the temperature, thickness, and compaction. 4. Provide and submit test results daily to field construction manager/inspector. 5. Provide engineering support, inspector/technician coordination, dispatch, material engineering review, review of AC mix designs, test reporting, QA/QC, and administrative support services. We will promptly submit daily reports, which will include information on field observations, sampling and testing, as well as related laboratory testing. These reports will conform to the project specifications and applicable codes. These will be provided to the City's designated representative for review Engineering acid Planning Energy Effic�e;icy and 8oeiainab2ity ; Foaooial and EOCramic Concniting 1 Nabofu4 pmxvod,us%a tst IntertrµarcNWY 562,908.6200 9094994494 I fax:562.695212n ; 13191 Crossroads Parkway Nnft,Suite 405.induatry,California 91T46-3443 I %mw,wilidan.9om 53 April 28, 2015 Page 6 PROJECT TEAM Willdan proposes the following team members. Mr. Michael D. Bustos, PE, will serve as Resident Engineer. Mr. Bustos has been with Willdan for over 8 years and brings more than 10 years of experience as a project manager and construction manager on public works inspection, contract administration, and construction management projects. Mr. Christopher Baca, RCI, will serve as the Construction Manager, Mr. Baca has over 28 years of construction management experience including includes construction management of large-scale projects in areas of water systems, street improvements, park improvements, storm drains, sanitary sewers, asphalt resurfacing (including asphalt-rubber products), concrete paving, landscaped medians, and traffic signals. In addition to his experience with Community Development Block Grant (CDBG)funded projects, Mr. Baca is also familiar with the inspection and contract administration of other federally-funded projects in accordance with Caltrans Local Program Manual. Mr. Baca's recent experience includes the City of Raito's Pepper Avenue Extension Project. The project extended Pepper Avenue '/ mile crossing the Lytle Creek drainage endangered species habitat to CA 210. Approximately 100,000 cubic yards of import soil, four 10' by 10' reinforced box culverts and a Verdura Wall were used to span the drainage area. The project included 2814 feet of curb, gutter, sidewalk, AC paving parkway landscaping and irrigation as well as a new water line, sewer line, SCE conduits and street lighting. This project was the result of 12 years of planning and design with an overall $15 million budget and a construction cost of$7 million. Mr. Alberto Rosiles, Senior Public Works Observer has over 30 years of experience in the construction industry here in southern California. Mr. Rosiles' experience includes street rehabilitation projects in various cities where his responsibilities included quality control, quantity calculations, and project management. His areas of expertise includes A.C. heater remix, A.C. rubber paving, overlay, P.C.C., slurry seal, underground facilities, cast-in-place pipe, A.C. and P.C.C. batch plant inspection, roadways, highways, bridges, landscape, and vertical construction. Mr. Larry D. Brown, will serve as the additional as-needed public works inspector. Mr. Brown's 27 years' of field experience includes drainage facilities, railroad grade crossings, highway and landscape improvements, traffic signals and signing projects, and underground utility construction, as well as commercial and residential development projects. Mr. Brown served as public works observer for the Cities of Hesperia, Moreno Valley, and Temecula, and was responsible for review of plans and specifications prior to construction, to ensure compliance with city standards. He also conducted field observations of the improvements. Mr. Brown's construction administration experience includes: coordinating activities with contractors, utility companies, and other agencies; processing change orders, progress payments, and other construction documents; investigating citizen complaints, and resolving field problems; and reviewing plans, specifications, and estimates packages for compliance with city Willdan Geotechnical will provide asphalt compaction and plant inspection services. Eng,neermt;and Plammng ; Energy Effioewy and 8ustalnobtity I Finwrw w and E6ormw ConsOing I National prr yaaIInns4 arzd iclkatcq. ralhliiy 562.908.5200 , 800.499,4464 1 fax:562.645.2120 1 13191 Crowoads Parkwey North.Suite 405,industry,Catornla 51746,0443 w.vw.wli;dan.coro 54 April 28, 2015 Page 7 FEE— See attached Exhibit "A" Our proposed not-to-exceed fee for the Scope of Work identified above is $268,132.00. Thank you for this opportunity to be of continuing service to the City of Palm Springs. We recognize the importance of this project to the City and are committed to realizing its timely and successful completion. Should you have any questions regarding this proposal, please contact Mr. Chris Baca at (562) 364-8198. Respectfully submitted, Approval and Authorization to Proceed By: WILLDAN ENGINEERING CITY OF PALM SPRINGS Chris Baca Deputy Director of Construction Management Signature Date Enclosure CB:mec 91005-11106-1501P15-095 Engmn wng and Planmg Energy Efk�any and nstairabFtty I Fwanoial and Ecoroow ➢fr 'y VYdnwss wld rtem$x ONP3y 562-99A.82Gt1 ; 602499.4464 I flak 567.F,952Y2a ; 11191 Cro.swads Parkway North.9ulte 4a6.trak etry,Cnl.tornia$17ary-3aa8 nr wr.+++litdgn,epm 55 City of Palm Springs FEE PROPOSAL FOR CONSTRUCTION MANAGEMENT 2015 Pavement Rehabilitation City Project No. 1501 RESIDENT PUBLIC WORKS TASK I CLASSIFICATION ENGINEER CONSTRUCTIO PUBLIC WORKS INSPECTOR MATERIAL Clerical TOTAL MISC. TOTAL COST (OA/DC) N MANAGER INSPECTOR (Assist with TESTING` LABOR EXPENSE Pavin i .M-trf5 vu iiliiu: .(� TOTALS PRE&POST CONSTRUCTION SERVICES 4 40 24 $9,296 $250 $9,546 TASK 1 -CONSTRUCTION MANAGEMENT 24 384 24 $64,392 $250 $64,642 TASK 2-PUBLIC WORKS INSPECTION 960 320 $134 400 $150 $134,556 TASK 3-MATERIAL TESTING $0 $68.940 $68,940 TOTALS 281 4241 984 320 $0.00 24 $198.792 869,340 $268,73T This not-to-exceed fee is based an a 120 working day contract.Additional services needed beyond the contract specified date of completion will be provided on a time-and-material basis at Willdan'standard hourly rates. See attached Exhibit B for material Tesing breakdown. Ln WILLDAN EXHIBIT B — Material Testing Cost Breakdown In preparing this cost we have assumed that the prevailing wages are applicable. Following is estimated cost for the above scope: BIDSCHEDULE A. Tahouitz Canyon Way(Sunrise Way to El Cielo Road) Field Testing Sidewalks. Driveways, and Curb&Gutters. Subgrade and Aggregate base Testing Sr. Technician 20 hrs $ 100/hr $ 2,000.00 Cement Stabilized Pulverized Base Placement and Testing Sr. Technician 40 hrs $ 100/hr $ 4,000.00 AC Overlay Placement and Testing Sr. Technician 40 hrs $ 100/hr $ 4,000.00 Vehicle Usage 100 hrs $ 5/hr $ 500.00 $10,500.00 BIDSCHEDULE B. City Street List Field Testing Sidewalks, Driveways, and Curb & Gutters, Subgrade and Aggregate base Testing Sr. Technician 40 hrs $ 100/hr $ 4,000.00 Cement Stabilized Pulverized Base Placement and Testing Sr. Technician 80 hrs $ 100/hr $ 8,000.00 AC Overlay Placement and Testing Sr. Technician 80 hrs $ 100/hr $ 8,000.00 Vehicle Usage 200 hrs $ 5/hr $ 1,000.00 $21,000.00 BIDSCHEDULE C. Section 14 Street List Field Testing Sidewalks, Driveways, and Curb &Gutters, Subgrade and Aggregate base Testing Sr. Technician 20 hrs $ 100/hr $ 2.000.00 Cement Stabilized Pulverized Base Placement and Testing Sr. Technician 60 hrs $ 100/hr $ 6,000.00 AC Overlay Placement and Testing Sr. Technician 60 hrs $ 100/hr $6,000.00 Vehicle Usage 140 hrs $ 5/hr $ 700.00 $14,700.00 BIDSCHEDULE D. Ramon Road, Vista Chino, San Rafael Road Field Testing Sidewalks, Driveways. and Curb & Gutters. Subgrade and Aggregate base Testing Sr. Technician 10 hrs $ 100/hr $ 1,000.00 AC Overlay Placement and Testing Sr. Technician 30 hrs $ 100/hr $ 3,000.00 Vehicle Usage 40 hrs $ 5/hr $ 200.00 $4,200.00 Laboratory Testing Gradation 10 test $75/test $ 750.00 Subgrade Maximum Density 6 test $165/test $ 990.00 Aggregate Maximum Density 6 test $175/test $ 1.050.00 Cement Treated Maximum Density 8 test $195/test $ 1,560.00 $4,350.00 Engineering and Planning j Energy Efficiency and Sustahnabilrty I Hnancia3 and Economic Consulting I National Preparedness and Interoperability 714.634.3318 1 fax;714.634.3372 1 1515 South Sunkist Street,Suite E,Anaheim,California 92806-5808 1 www.willdan.com 57 Analysis. Review of mix designs(AC.ARHM.AND C/R), Proiect Management. QA/QC. and Final Report Sr. Project Engineer 30 hrs $ 190/hr $ 5,700.00 Project Engineer 40 hrs $ 165/hr $ 6,600.00 Sr. Staff Engineer 14 hrs $ 135/hr $ 1,890.00 $14,190.00 Total : $68,940.00 The above estimated field hours are based on the areas, volumes, and tonnages of material from the project Bid Schedule. During the course of construction depending on the contractors operations there would be overlaps of our services which in turn may reduce our field staff hours. City will be billed only for the approved filed hours of our staff. City of Palm Springs PROPOSAL FOR GEOTECHNICAL AND MATERIAL TESTING Pavement Rehabilitation 5a ATTACHMENT 59 PrHu 6orm Notice of Exemption _ - Appendix E To: Office of Planning and Research From: (Public Agency; City of Palm Springs P.O Box 3044. Room 113 3200 E. Tahquitz Canyon Way Sacramento.. CA 95812-3044 — _ Palm Springs, CA 92262 County Clerk _.... ___... County of: Riverside {Address; P.D. Box 751 Riverside, CA 92502-0751 Project Title 2015 Pavement Rehabilitation Project, City Project No 15-01 Project Applicant City of Palm Springs Project Location- Specific: Various City streets as listed on Exhibit"A". Palm Springs Project Project Location- City: Project Location -County, Description of Nature. Purpose and Beneficiaries of Project: Removal of existing asphalt concrete pavement of various City streets,and reconstruction with new asphalt concrete pavement,including improvements to existing or new curb ramps to meet ADA standards. The Project will improve deteriorated City streets for use by the general public. Name of Public Agency Approving Project:City of 1.Palm Springs Name of Person or Agency Carrying Out Project City of Palm Springs Exempt Status: (check one): ❑ Ministerial (Sec. 21080(b)(1); 15268); ❑ Declared Emergency (Sec.21080(b)(3); 15269(a)); ❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(e)): O Categorical Exemption. State type and section number: 15301 (c}Existing highways and streets ❑ Statutory Exemptions. State code number: Reasons why project is exempt: The Project consists of the repair and maintenance of existing City streets,involving negligible or no expansion of use beyond that existing at the time of the City's determination. Therefore,the Project is considered Categorically Exempt from CEQA pursuant to Section 15301(c)of the CEQA Guidelines. Lead Agency Marcus Fuller (760) 322-8380 Contact Person: _ Area Code/Telephone/Extension; If filed by applicant: 1. Attach certified document a x mption finding. 2. Has alij,19tice of ExempliVieen filed by the public agency approving the project?-❑ Yes ❑ No Signature: e: 2/23t15 Title- Assil City Manager _ _ _ . O Signed by Lead Agency❑ Signed by Applicant Authority cited:Sections 21083 and 21110,Public Resources Code, Dale Received for filing at OPR:.,_,_________,..__.,. Reference:Sections 21108,21152,drtd 21152.1, Public Resources Code. RoviS d 201 60 • i STATE OF CALIFORNIA-THE RESOURCES AGENCY DEPARTMENT OF FISH AND GAME ENVIRONMENTAL FILING FEE CASH RECEIPT Receipt#: 201500192 State Clearinghouse#(if applicable: Lead Agency: CITY OF PALM SPRINGS Date: 03/19/2015 County Agency of Filing. Riverside Document No: 201500192 Project Title: 2015 PAVEMENT REHABILITATION PROJECT,CITY PROJECT NO 15-01 Project Applicant Name: CITY OF PALM SPRINGS Phone Number: 760 322-8380 Project Applicant Address: 3200 E.TAHQUITZ CANYON PALM SPRINGS CA 92262 Project Applicant Local Public Agency CHECK APPLICABLE FEES: ❑Environmental Impact Report ❑Negative Declaration []Application Fee Water Diversion(State Water Resources Control Board Only) ❑Project Subject to Certified Regulatory Programs ❑X County Administration Fee $50.00 ❑ Project that is exempt from fees(DEG No Effect Determination(Form Attached)) ❑X Project that is exempf from fees(Notice of Exemption) Total Received $50.00 Signature and title of person receiving payment Notes. Print Form Notice of Exemption Appendix E To: Office of Planning and Research From: (Public Agency): City of Palm Springs P.O. Box 3044, Room 113 3200 E. Tahquitz Canyon Way Sacramento, CA 95812-3044 Palm Springs, CA 92262 County Clerk I� County of: Riverside (Address) RIVERSIp COU� P.O. Box 751 Nry D Riverside, CA 92502-0751 MAR 19 Project Title: 2015 Pavement Rehabilitation Project, City Project No. 15-01 PE7ERAtDANA 83��n_ L-cRK Project Applicant: City of Palm Springs �eyer Duty Project Location-Specific: Various City streets as listed on Exhibit"A". Project Location-City: Palm Springs Project Location-County: Riverside Description of Nature, Purpose and Beneficiaries of Project: Removal of existing asphalt concrete pavement of various City streets,and reconstruction with new asphalt concrete pavement,including improvements to existing or new curb ramps to meet ADA standards. The Project will improve deteriorated City streets for use by the general public. Neg Dec+are Name of Public Agency Approving Project:City of Palm Springs FlledpP_ Name of Person or Agency Carrying Out Project: City of Palm Springs Exempt Status: (check one): MAP j ., ❑ Ministerial (Sec. 21080(b)(1); 15268); Remov ed, ❑ Declared Emergency (Sec. 21080(b)(3); 15269(a)); Sy' «15 ❑ Emergency Project (Sec. 21080(b)(4); 15269(b)(c)); 17 Categorical Exemption. State type and section number. 15301 (c)Existing hlghwa and streets' ❑ Statutory Exemptions. State code number: Reasons why project is exempt: The Project consists of the repair and maintenance of existing City streets,involving negligible or no expansion of use beyond that existing at the time of the City's determination. Therefore,the Project is considered Categorically Exempt from CEQA pursuant to Section 15301(c)of the CEQA Guidelines. Lead Agency Marcus Fuller (760) 322-8380 Contact Person: Area Code/Telephone/Extension: If filed by applicant: 1. Attach certified document o x mption finding. 2. Hasa tice of Exemptio n filed by the public agency approving the project?. ❑Yes ❑ No Signature: e: 2/23115 Title: Asst. City Manager 2 Signed by Lead Agency❑ Signed by Applicant Authority cited:Sections 21083 and 21110,Public Resources Code. Date Received for filing at OPR: Reference:Sections 21108,21152,and 21152.1, Public Resources Code. Revised 2011 `M spf �Z c V N w Cq��FORN�P• City Council Staff Report DATE: May 20, 2015 NEW BUSINESS SUBJECT: AWARD A CONSTRUCTION CONTRACT TO GRANITE CONSTRUCTION COMPANY, A CALIFORNIA CORPORATION, IN THE AMOUNT OF $9,814,520; APPROVE AN ADDITIONAL LIST OF STREETS AND AUTHORIZE A CONSTRUCTION CONTRACT CHANGE ORDER NOT TO EXCEED $2,208;8002,500,000; AND AUTHORIZE A PURCHASE ORDER IN AN AMOUNT NOT TO EXCEED OF $318,132 TO WILLDAN ENGINEERING FOR CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR THE 2015 PAVEMENT REHABILITATION PROJECT, CITY PROJECT NO 15-01 FROM: David H. Ready, City Manager BY: Public Works & Engineering Department SUMMARY Award of this contract will allow the City to proceed with construction of the 2015 Pavement Rehabilitation Project, City Project No. 15-01, (the "Project"). The low bid submitted by Granite Construction Company is approximately $2,000,000 less than the City's estimate, providing budget for additional streets; a list of additional streets will be discussed for consideration with direction provided by City Council. Approval of a Purchase Order with Willdan Engineering will provide the City with construction inspection and administration support services required for the Project. RECOMMENDATION: 1. Award a construction contract (Agreement No. ) to Granite Construction Company, a California corporation, in the amount of $9,814,520 for Bid Schedules A through D, inclusive, for the 2015 Pavement Rehabilitation Project, City Project No. 15-01 ; 2. Consider and provide direction regarding the list of additional streets to include with the 2015 Pavement Rehabilitation Project, City Project No. 15-01, and authorize the City Manager to approve a Construction Contract Change Order in an amount not to exceed $2,290,0082,500,000; 3. Authorize a Purchase Order to Willdan Engineering, pursuant to On-Call Agreement =-7-eM 5 . B -RM.V150- CP 15-01 EXTENDED STREET LIST Local Streets Name From To Length Width Area Neighborhood PCI ACCUM.AREA COST LTA LOMA DRIVE E/S COMPADRE ROAD WIS BEVERLY DRIVE 630 32 2D,160 Las Compadres 41 20,160 $41,126 BELDING DRIVE W/S SUNSET WAY EIS CERRITOS DRIVE 624 32 19,968 41 40,128 $81'861 $ A CALIENTE ROAD NIS LAVERNE WAY SIS LA JOLLA ROAD 624 25 15,600 Twin Palms 41 55,728 $1131685 1 CALIFORNIA AVENUE S/S SUNNY DUNES ROAD S END 240 22 5,280 Demuth Park 41 61,008 $124,456 CAMINO ALTURAS W/S MESA DRIVE W END 952 22 20.944 The Mesa 41 81,952 $167,182 M I CAMINO BARRANCA S/S CAMINO DESCANSO S END 492 20 9,840 The Mesa 41 91,792 $187,256 CERRITOS ROAD SIS MESQUITE AVENUE SIS SONORA ROAD 1,286 36 46,296 Sonora Sunrise 41 138,088 $281,700 O EASTGATE ROAD SIS GATEWAY DRIVE S END(CDS 321 32 10,272 Desert Highland 41 148,360 $302,654 B C MONTEREY ROAD SIS TAMARISK ROAD NIS ALEJO ROAD 1,284 33 42.372 41 190,732 $389,093 TAHQUITZ DRIVE NIS BARISTO ROAD SIS AREANAS ROAD 675 32 21.600 Historic Tennis Club 41 212,332 $433,157 u a VERADA NORTE EIS CAMINO MIRASOL WIS PALM CANYON DRIVE 2,019 24 48,456 Old Las Palmas 41 260,788 $532,008 d t VIA COLUSA W/S HERMOSA DRIVE EIS ARQUILLA ROAD 615 36 22,140 Movie Colony East 41 282,928 $577,173 AVENIDA EVELITA SIS RAMON ROAD NIS SUNNY DUNES ROAD 1,275 33 42.075 Demuth Park 42 325,003 $663,006 9 I CALLE AMIGOS SIS RAMON ROAD NIS SUNNY DUNES ROAD 1,270 32 40.640 Warm Sands 42 365,643 $7451912 e O CAMINO MIRASOL SIS CAMINO NORTE NIS VIA LAS PALMAS 737 23 16.951 Old Las Palmas 42 382,594 $780,492 CAMINO NORTE EIS VIA MONTE VISTA NIS VEREDA NORTE 2,170 31 67.270 Old Las Palmas 42 449,864 $917,723 t n CERRITOS DRIVE NIS ANDREAS ROAD W�ryEND NIS ANDREAS ROAD E END 1,649 36 59.364 42 509,228 $1,038,825 G92A SIS IIAOUYER`A J NIS WIAEWDELA i 725 90 23850 ChlnoCanycn 42 533.078 $1087479 SIS .OUNFS ROAD �; SEND cx 240 '23 5 5,20 Park 421, 1538.598 N D98 T40 TENCtQ. v .:.SIS SIS LINDA VISS.I, �F. f-., . ; 7,3 '344 98E F, btpfc Tamis Club {4{2 57Sf�25D 1a73510 - R,rjO No Y WAY h}7S BARISTO y44 3`3 44162,Racquet Club Estates 4§ 1269 280 $ A ads NIs +N 1137 ss �Jr 11 pan Estates A3 6597v raasaz3 2 I II°" lA$�111 6J0 RNE'h- 82{ §! 26 " -I 4§ $@5tet19 1'399418 r 1 ,, A srs cALi.E` i`D rers 3 3•/ ., ; `p1az 9. Ksa 957 M 4 " t7 'fij/''s�^;G SIj4 `i11bi �§„ x" a 970 S r t(-lhK��aIIDBs 72P� i+i69`2T! r - Iili t SdS AB�,Qb 4 H'992i 'FenNsqub 43 743 115 059 O i, a aw Etsa�o� y , a3 5zsEw 1 27942 B c P A s S7S ,SA AEL,ro.ad R .. *t "� OenNtlh Park r 4s 751 35 $1 38181 C 1 I NIS OF.RWA a NE1gq;(C!. 3�„`.'' ,t44 33 -4752 ClubEstates 43 756,28Z St 825 u a i' ,. 4ws D cArr 1yyoh ap ua}�iubw ,WS sr6 2o525 , d t 4si� 3egpe 43 794 � NE �CASY 4 4 7;4 S3 1752I R66ci6af:Ckib Eate(ea 43 799127i $1630219 e a; 5!<u�PA�MAS WS ly 208 W P-I_1L}+1..CANYON a `1 371 0` 4t 130 0 Pebnas 43 84o,25'f ..51?141z4 g - tiAF onDl{ S( lth"CAT,{VtANAROAO"+ `.195 31S10 Racq'�uet�lub WOM 43 `$43787 P721285 e D a0:� 51i1 ie Mesa 44 878r417 i1791'971` iIJ3g�i*LW-Palmas 44 gig s;0 ;1'875878 t n u+§ _Ste^ 3 s k -A OUINC}IA `^ 825 9 2C g08 is =.r. k,"959,547 3191&e78 ';... WSD OAD"4'r - S /71E3 filn'Ep1,VENCJE _� -18�d Z5: 1i565g �1 ejFv%eN Estates A5 9a '01 dD9b96 /Fr I a90a57 12;02T'(44 I Arterial Streets Name From To Length Width Area Neighborhood PCI ACCUM.AREA COST DILLON ROAD WIS DIABLO ROAD W END(CITY LIMITS) 1,000 19 19,000 45 19.000 $40,660 MESQUREAVENUE EIS CERRITOS ROAD WIS FARRELL DRIVE 1,707 60 102,420 Sonora Sunrise 46 121.420 $259,839 MESQUREAVENUE EIS FARRELL DRIVE WIS COMPADRE ROAD B55 60 47,100 49 168.520 $360,633 $1111 E PALM CANYON DRIVE EIS SUNRISE WAY WIS SMOKETREE LN/CERRITOS RD 1,280 86 110,080 51 278.600 $596,204 Budget SOUTH PALM CANYON DRIVE LA CONDESA DRIVE NIS MURRAY CANYON RD 1,093 60 65,580 Canyon Corridor 51 344,180 $736,545 Allocation SOUTH PALM CANYON DRIVE NIS AVENIDA GRANADA LA CONDESA DRIVE 1,305 60 78,300 Canyon Corridor 53 422,480 $904.107 SOUTH PALM CANYON DRIVE NIS MURRAY CANYON RD CL CHERYL CREEK BRIDGE 834 60 50,040 55 472,520 $1.011,193 sr§U'ttf NYA„':' ONPrst AY'1i' ""^� tJVS eGi_NlA A , 9144 s6,r .Canyon canid'oi..- 57 5�1160 $1 a5a ofiz , SSE VltY+, SfSSRDWI „ y ,Yr 5` 02 �' 3 312 SonoaSunriae 60 752,492 €1J6 0336 iza OA[7 Et��` 14753 �* ' - 1�1r1tELCIFTLY7A0,, 89833¢ID7Z .$1, B g y0z -pj2243 80 �194580 i+l 81 g8� 'Allocab'on N SUW�WA' Y '7 ., SI&FR7INGSORIVE� i 2hD'„hUuS'ANRAFAEL*ROAD _ .: ,565 "TAP159,2$9 sQadr Eclat 4 - 99o,982 $2r; ,9,3t�.rd Section 14 Streets Name From To Length Width Area Neighborhood PCI ACCUNI.AREAJ COST SATURNINO ROAD CALLE ENCILIA INDIAN CANYON DRIVE 491 36 17,676 60 17,676 $37,827 ARENAS ROAD AVENIDA CABALLEROS HERMOSA DRIVE 326 60 19,560 Baristo 62 37,236 $79.685 HERMOSA DRIVE AMADO ROAD TAHQUITZ CANYON WAY 1.241 19 23,579 65 60,815 $130,144 AMADO ROAD CALLE ALVARADO AVENIDA CABALLEROS 716 60 42,960 66 1D3,775 $222,079 AVENIDA CABALLEROS TAHOUrrZ CANYON WAY ALEJO ROAD 2.580 60 154,8 D0 72 258,575 $553,351 COST BASED ON LOW BID AT$2.041SF FOR LOCAL AND$2.14ISF FOR ARTERIAL