Loading...
HomeMy WebLinkAboutA8715 - Abacus Sports Installation LTD dba Abacus Sports Synthetic FloorCONTRACT ABSTRACT 2 Originals: Agreement; 1 Original: Performance & Payment Bond and Insurance Contract Company Name: Abacus Sports Installation LTD dba Abacus Sports Synthetic Floor Installations Company Contact: Spencer Proud Summary of Services: CP 20-26, Gym Floor Replacement at JOJDHUC Contract Price: $98,315.00 Funding Source: 260-4500-59525; 261-1395-59535 Contract Term: To be determined Contract Administration Lead Department: Development Services — Engineering Division Contract Administrator: Joel Montalvo/Art Cervantes Contract Approvals Council Approval: March 25. 2021, Item I.L. Resolution Number: N/A Agreement Number: A8715 Contract Compliance Exhibits: Attached Signatures: Attached Insurance: Attached Bonds: Attached Contract Prepared By: Engineering Division Submitted on: 04/12/2021 By: Vonda Teed �V4/ CITY OF PALM SPRINGS SHORT FORM CONSTRUCTION CONTRACT CP 20-26 GYM FLOOR REPLACEMENT AT THE JAMES O. JESSIE DESERT HIGHLAND UNITY CENTER 1. PARTIES AND DATE. This Contract is made and entered into this31 day of 14 d- IV- L O OO by and between the City of Palm Springs, a California charter city and municipal corporation ("City") and Abacus Sports Installations LTD dba Abacus Sports Synthetic Floor Installations, a Pennsylvania Corporation, with its principal place of business at 2330 Dairy Road, Lancaster, PA 17601 ("Contractor"). City and Contractor are sometimes individually referred to as "Party" and collectively as "Parties" in this Contract. 2. RECITALS. 2.1 Cam. City is a public agency organized under the laws of the State of California, with power to contract for services necessary to achieve its purpose. 2.2 Contractor. Contractor desires to perform and assume responsibility for the provision of certain construction services required by the City on the terms and conditions set forth in this Contract. Contractor represents that it is duly licensed and experienced in providing removal and disposal of existing multi -purpose sports flooring and placement of new multi- purpose sports flooring including game lines, sub -base preparation, replacement of existing floor rubber base coves, installation of new volleyball cover plates flush with finished floor, installation of new door base plate transitions, ancillary costs required to complete the work, incidental or additional costs required to complete the work as identified, related construction services to public clients, that it and its employees or subcontractors have all necessary licenses and permits to perform the services in the State of California, and that it is familiar with the plans and objectives of the City. The following license classifications are required for this Project: Class A or C61/D12. 2.3 Proiect. City desires to engage Contractor to render such services for the CID 20- 26 Gym Floor Replacement at the James O. Jessie Desert Highland Unity Center (JOJDHUC) ("Project") as set forth in this Contract. 2.4 Project Documents & Certifications. Contractor has obtained, and delivers concurrently herewith, applicable performance bond, payment bond, insurance documents and other certifications as required by the Contract. 3. TERMS 3.1 Compensation and Payment. 3.1.1 Amount of Compensation. As consideration for performance of the Work required herein, City agrees to pay Contractor the Total Contract Price of ninety-eight thousand three hundred and fifteen dollars ($98,315.00) ("Total Contract Price") provided that such amount shall be subject to adjustment pursuant to the applicable terms of this Contract or written change orders approved and signed in advance by the City. 55575.18165\33505817.1 3.1.2 Payment of Compensation. If the Work is scheduled for completion in thirty (30) or less calendar days, City will arrange for payment of the Total Contract Price upon completion and approval by City of the Work. If the Work is scheduled for completion in more than thirty (30) calendar days, City will pay Contractor on a monthly basis as provided for herein. On or before the fifth (5th) day of each month, Contractor shall submit to the City an itemized application for payment in the format supplied by the City indicating the amount of Work completed since commencement of the Work or since the last progress payment. These applications shall be supported by evidence which is required by this Contract and such other documentation as the City may require. The Contractor shall certify that the Work for which payment is requested has been done and that the materials listed are stored where indicated. Contractor may be required to furnish a detailed schedule of values upon request of the City and in such detail and form as the City shall request, showing the quantities, unit prices, overhead, profit, and all other expenses involved in order to provide a basis for determining the amount of progress payments. 3.1.3 Prompt Payment. City shall review and pay all progress payment requests in accordance with the provisions set forth in Section 20104.50 of the California Public Contract Code. However, no progress payments will be made for Work not completed in accordance with this Contract. Contractor shall comply with all applicable laws, rules and regulations relating to the proper payment of its employees, subcontractors, suppliers or others. 3.1.4 Contract Retentions. If this Contract is greater than Five Thousand dollars ($5,000), from each approved progress estimate, five percent (5%) will be deducted and retained by the City, and the remainder will be paid to Contractor. All Contract retention shall be released and paid to Contractor and subcontractors pursuant to California Public Contract Code Section 7107. 3.1.5 Other Retentions. In addition to Contract retentions, the City may deduct from each progress payment an amount necessary to protect City from loss because of: (1) liquidated damages which have accrued as of the date of the application for payment; (2) any sums expended by the City in performing any of Contractor's obligations under the Contract which Contractor has failed to perform or has performed inadequately; (3) defective Work not remedied; (4) stop notices as allowed by state law; (5) reasonable doubt that the Work can be completed for the unpaid balance of the Total Contract Price or within the scheduled completion date; (6) unsatisfactory prosecution of the Work by Contractor; (7) unauthorized deviations from the Contract; (8) failure of Contractor to maintain or submit on a timely basis proper and sufficient documentation as required by the Contract or by City during the prosecution of the Work; (9) erroneous or false estimates by Contractor of the value of the Work performed; (10) any sums representing expenses, losses, or damages as determined by the City, incurred by the City for which Contractor is liable under the Contract; and (11) any other sums which the City is entitled to recover from Contractor under the terms of the Contract or pursuant to state law, including Section 1727 of the California Labor Code. The failure by the City to deduct any of these sums from a progress payment shall not constitute a waiver of the City's right to such sums. 3.1.6 Substitutions for Contract Retentions. Pursuant to California Public Contract Code section 22300, Contractor may substitute securities for any money withheld by the City to ensure the performance under the Contract. At the request and expense of Contractor, securities equivalent to the amount withheld shall be deposited with the City, with the State or a federally chartered bank as the escrow agent, who shall return such securities to Contractor upon satisfactory completion of the Contract. Deposit of securities with an escrow BB&K (2020) 2 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\33505817.1 agent shall be subject to a written agreement between the escrow agent and the City, which provides that no portion of the securities shall be paid to Contractor until the City has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The City shall certify that the Contract has been satisfactorily completed within sixty (60) days of work "completion" as defined in Section 7107(c) of the California Public Contract Code. Securities eligible for investment under this section shall be limited to those listed in Section 16430 of the Government Code, bank or savings & loan certificates of deposit, interest -bearing demand deposit accounts, stand-by letters of credit, or any other security mutually agreed to by Contractor. 3.1.7 Payment to Subcontractors. Contractor shall pay all subcontractors for and on account of work performed by such subcontractors in accordance with the terms of their respective subcontracts and as provided for in Section 7108.5 of the California Business and Professions Code. Such payments to subcontractors shall be based on the measurements and estimates made and progress payments provided to Contractor pursuant to this Contract. 3.1.8 Title to Work. As security for partial, progress, or other payments, title to Work for which such payments are made shall pass to the City at the time of payment. To the extent that title has not previously been vested in the City by reason of payments, full title shall pass to the City at delivery of the Work at the destination and time specified in this Contract. Such transferred title shall in each case be good, free and clear from any and all security interests, liens, or other encumbrances. Contractor promises and agrees that it will not pledge, hypothecate, or otherwise encumber the items in any manner that would result in any lien, security interest, charge, or claim upon or against said items. Such transfer of title shall not imply acceptance by the City, nor relieve Contractor from the responsibility to strictly comply with the Contract, and shall not relieve Contractor of responsibility for any loss of or damage to items. 3.1.9 Labor and Material Releases. Contractor shall furnish City with labor and material releases from all subcontractors performing work on, or furnishing materials for, the Work governed by this Contract prior to final payment by City. 3.2 Incorporation of Documents. This Contract includes and hereby incorporates in full by reference the following documents, including all exhibits, drawings, specifications and documents therein, and attachments and addenda thereto: • Services/Schedule (Exhibit "A") • Project Details (Exhibit "B") • Special Conditions (Exhibit "C") • Contractor's Certificate Regarding Workers' Compensation (Exhibit "D") • Public Works Contractor Registration Certification (Exhibit "E") • Payment and Performance Bonds (Exhibit "F") • Federal Requirements (Exhibit "G") — Not Applicable • 2018 Edition of the Standard Specifications for Public Works Construction (The Greenbook) To the extent there is a conflict between any portions of this Contract, the order of precedence shall be as follows: change orders, special conditions, technical specifications, plans/construction drawings, general contract terms, scope of work, standard plans, advertisements for bid/proposals, bids/proposals or other documents submitted by Contractor. BB&K (2020) 3 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.3 Contractor's Basic Obligation; Scope of Work. 3.3.1 Scope of Work. Contractor promises and agrees, at its own cost and expense, to furnish to the City all labor, materials, tools, equipment, services, and incidental and customary work necessary to fully and adequately complete the Project, including all structures and facilities necessary for the Project or described in the Contract (hereinafter sometimes referred to as the "Work"), for a Total Contract Price as specified pursuant to this Contract. All Work shall be subject to, and performed in accordance with the above referenced documents, as well as the exhibits attached hereto and incorporated herein by reference. The project details for the Work are further described in Exhibit "B" attached hereto and incorporated herein by this reference. Special Conditions, if any, relating to the Work are described in Exhibit "C" attached hereto and incorporated herein by this reference. 3.3.2 Change in Scope of Work. Any change in the scope of the Work, method of performance, nature of materials or price thereof, or any other matter materially affecting the performance or nature of the Work shall not be paid for or accepted unless such change, addition or deletion is approved in advance and in writing by a valid change order executed by the City. 3.3.3 Change Orders. Changes to the Contract Time (as defined in Section 3.3) or Total Contract Price shall be in the form of a written Change Order, either signed by both parties or issued unilaterally by the City. No adjustment shall be made to the Contract Time unless the delay impacts the critical path to completion and the delay was not caused in whole or in part by the Contractor. The City's liability to Contractor for delays for which the City is responsible shall be limited to only an extension of time unless such delays were unreasonable under the circumstances. Failure to timely request a Change Order shall constitute a waiver of any right to adjust the Contract Time or the Total Contract Price. All requests for Change Orders shall be accompanied by detailed supporting documentation, including but not limited to payroll records, invoices, schedules, and any other documentation requested by the City for the purpose of determining the additional costs or the impact of any delay. If the change involves Work bid at a unit price, then the Total Contract Price shall be increased at the unit price. If there is no unit price, then the Total Contract Price shall be adjusted to account for costs actually incurred plus an allowed mark-up of fifteen percent (15%), which shall constitute the entire amount of profit, mark-ups, field or home office overhead costs, including personnel, equipment or office space, any materials, or any costs of equipment idle time for such work. Regardless of ownership, equipment rates shall not exceed the listed prevailing rates at local equipment rental agencies, or distributors, at the time the work is performed. Nothing herein shall prevent the Parties from agreeing to a lump sum cost. 3.3.4 Changes Ordered By City. City may at any time issue a written directive ordering additions, deletions, or changes to the Work. Contractor shall proceed with the work in accordance with the directive. To the extent the directive results in extra work or requires additional Contract Time, Contractor shall request a Change Order within seven (7) days of receiving the Work Directive. If any costs are not capable of being determined within seven (7) days, then Contractor shall request a Change Order within seven (7) days of when the costs are capable of being determined. 3.3.5 Changes Requested By Contractor. With respect to any matter that may involve or require an adjustment to the Contract Time or the Contract Price, Contractor shall provide written notice of the underlying facts and circumstances that gave rise to the potential change within seven (7) days or prior to the alteration of conditions, whichever is BB&K (2020) 4 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 earlier. Failure to give notice shall constitute a waiver of Contractor's right to a change order. if any costs are not capable of being determined within seven (7) days, then Contractor shall request a Change Order within seven (7) days of when the costs are capable of being determined. 3.4 Substitutions/"Or Equal". Pursuant to Public Contract Code Section 3400(b), the City may make a finding that designates certain products, things, or services by specific brand or trade name. Unless specifically designated in this Contract, whenever any material, process, or article is indicated or specified by grade, patent, or proprietary name or by name of manufacturer, such Specifications shall be deemed to be used for the purpose of facilitating the description of the material, process or article desired and shall be deemed to be followed by the words "or equal." Contractor may, unless otherwise stated, offer for substitution any material, process or article which shall be substantially equal or better in every respect to that so indicated or specified in this Contract. However, the City may have adopted certain uniform standards for certain materials, processes and articles. Contractor shall submit requests, together with substantiating data, for substitution of any "or equal" material, process or article no later than thirty-five (35) days after award of the Contract. To facilitate the construction schedule and sequencing, some requests may need to be submitted before thirty-five (35) days after award of Contract. Provisions regarding submission of "or equal" requests shall not in any way authorize an extension of time for performance of this Contract. If a proposed "or equal" substitution request is rejected, Contractor shall be responsible for providing the specified material, process or article. The burden of proof as to the equality of any material, process or article shall rest with Contractor. The City has the complete and sole discretion to determine if a material, process or article is an "or equal" material, process or article that may be substituted. Data required to substantiate requests for substitutions of an "or equal" material, process or article data shall include a signed affidavit from Contractor stating that, and describing how, the substituted "or equal" material, process or article is equivalent to that specified in every way except as listed on the affidavit. Substantiating data shall include any and all illustrations, specifications, and other relevant data including catalog information which describes the requested substituted "or equal" material, process or article, and substantiates that it is an "or equal" to the material, process or article. The substantiating data must also include information regarding the durability and lifecycle cost of the requested substituted "or equal" material, process or article. Failure to submit all the required substantiating data, including the signed affidavit, to the City in a timely fashion will result in the rejection of the proposed substitution. Contractor shall bear all of the City's costs associated with the review of substitution requests. Contractor shall be responsible for all costs related to a substituted "or equal" material, process or article. Contractor is directed to the Special Conditions (if any) to review any findings made pursuant to Public Contract Code section 3400. 3.5 Period of Performance and Liquidated Damages. 3.5.1 Contractor shall perform and complete all Work under this Contract within 35 working days, beginning the effective date of the Notice to Proceed ("Contract Time"). Contractor shall perform its Work in strict accordance with any completion schedule, construction schedule or project milestones developed by the City. Such schedules or milestones may be included as part of Exhibits "A" or "B" attached hereto, or may be provided BB&K (2020) 5 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 separately in writing to Contractor. Contractor agrees that if such Work is not completed within the aforementioned Contract Time and/or pursuant to any such completion schedule, construction schedule or project milestones developed pursuant to provisions of the Contract, it is understood, acknowledged and agreed that the City will suffer damage. Pursuant to Government Code Section 53069.85, Contractor shall pay to the City as fixed and liquidated damages the sum of one thousand nine hundred ($1,900)) per day for each and every calendar day of delay beyond the Contract Time or beyond any completion schedule, construction schedule or Project milestones established pursuant to the Contract. 3.5.2 If Contractor is delayed in the performance or progress of the Work by a Force Majeure Event (as defined herein), then the Contractor shall be entitled to a time extension, as provided herein, when the Work stopped is on the critical path and shall not be charged liquidated damages. Such a non-compensable adjustment shall be Contractor's sole and exclusive remedy for such delays and the Contractor will not receive an adjustment to the Total Contract Price or any other compensation. Contractor must submit a timely request in accordance with the requirements of the Contract. 3.5.3 A Force Majeure Event shall mean an event that materially affects a party's performance and is one or more of the following: (1) Acts of God or other natural disasters occurring at the project site; (2) terrorism or other acts of a public enemy; (3) orders of governmental authorities (including, without limitation, unreasonable and unforeseeable delay in the issuance of permits or approvals by governmental authorities that are required for the work); (4) pandemics, epidemics or quarantine restrictions; and (5) strikes and other organized labor action occurring at the project site and the effects thereof on the work, only to the extent such strikes and other organized labor action are beyond the control of Contractor and its subcontractors, of every tier, and to the extent the effects thereof cannot be avoided by use of replacement workers. For purposes of this section, "orders of governmental authorities," includes ordinances, emergency proclamations and orders, rules to protect the public health, welfare and safety, and other actions of the City in its capacity as a municipal authority. 3.6 Standard of Performance; Performance of Employees. Contractor shall perform all Work under this Contract in a skillful and workmanlike manner, and consistent with the standards generally recognized as being employed by professionals in the same discipline in the State of California. Contractor represents and maintains that it is skilled in the professional calling necessary to perform the Work. Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the Work assigned to them. Finally, Contractor represents that it, its employees and subcontractors have all licenses, permits, qualifications and approvals of whatever nature that are legally required to perform the Work, including a City Business License, and that such licenses and approvals shall be maintained throughout the term of this Contract. As provided for in the indemnification provisions of this Contract, Contractor shall perform, at its own cost and expense and without reimbursement from the City, any work necessary to correct errors or omissions which are caused by Contractor's failure to comply with the standard of care provided for herein. Any employee who is determined by the City to be uncooperative, incompetent, a threat to the safety of persons or the Work, or any employee who fails or refuses to perform the Work in a manner acceptable to the City, shall be promptly removed from the Project by Contractor and shall not be re-employed on the Work. 3.7 Control and Payment of Subordinates; Contractual Relationship. City retains Contractor on an independent contractor basis and Contractor is not an employee of City. Any additional personnel performing the work governed by this Contract on behalf of BB&K (2020) 6 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 Contractor shall at all times be under Contractor's exclusive direction and control. Contractor shall pay all wages, salaries, and other amounts due such personnel in connection with their performance under this Contract and as required by law. Contractor shall be responsible for all reports and obligations respecting such additional personnel, including, but not limited to: social security taxes, income tax withholding, unemployment insurance, and workers' compensation insurance. 3.8 City's Basic Obligation. City agrees to engage and does hereby engage Contractor as an independent contractor to furnish all materials and to perform all Work according to the terms and conditions herein contained for the sum set forth above. Except as otherwise provided in the Contract, the City shall pay to Contractor, as full consideration for the satisfactory performance by Contractor of the services and obligations required by this Contract, the below -referenced compensation in accordance with compensation provisions set forth in the Contract. 3.9 Labor. 3.9.1 Prevailinq Wages. Contractor is aware of the requirements of California Labor Code Section 1720 et seq., and 1770 et seq., as well as California Code of Regulations, Title 8, Section 16000 et seq., ("Prevailing Wage Laws"), which require the payment of prevailing wage rates and the performance of other requirements on "public works" and "maintenance" projects. Since the Work is being performed as part of an applicable "public works" or "maintenance" project, as defined by the Prevailing Wage Laws, and if the total compensation is $15,000 or more for maintenance or $25,000 or more for construction, alteration, demolition, installation, or repair, Contractor agrees to fully comply with such Prevailing Wage Laws. City shall provide Contractor with a copy of the prevailing rates of per diem wages in effect at the commencement of this Contract. Contractor shall make copies of the prevailing rates of per diem wages for each craft, classification or type of worker needed to execute the Services available to interested parties upon request, and shall post copies at Contractor's principal place of business and at the project site. Contractor shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claim or liability arising out of any failure or alleged failure to comply with the Prevailing Wage Laws. Contractor and any subcontractor shall forfeit a penalty of up to $200 per calendar day or portion thereof for each worker paid less than the prevailing wage rates. 3.9.2 Apprenticeable Crafts. When Contractor employs workmen in an apprenticeable craft or trade, Contractor shall comply with the provisions of Section 1777.5 of the California Labor Code with respect to the employment of properly registered apprentices upon public works. The primary responsibility for compliance with said section for all apprenticeable occupations shall be with Contractor. The Contractor or any subcontractor that is determined by the Labor Commissioner to have knowingly violated Section 1777.5 shall forfeit as a civil penalty an amount not exceeding $100 for each full calendar day of noncompliance, or such greater amount as provided by law. 3.9.3 Hours of Work. Contractor is advised that eight (8) hours labor constitutes a legal day's work. Pursuant to Section 1813 of the California Labor Code, Contractor shall forfeit a penalty of $25.00 per worker for each day that each worker is permitted to work more than eight (8) hours in any one calendar day and forty (40) hours in any one calendar week, except when payment for overtime is made at not less than one and one-half (1-1/2) times the basic rate for that worker. BB&K (2020) 7 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\3 3505 817.1 3.9.4 Payroll Records. Contractor and each subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. The payroll records shall be certified and shall be available for inspection at all reasonable hours at the principal office of Contractor in the manner provided in Labor Code section 1776. In the event of noncompliance with the requirements of this section, Contractor shall have 10 days in which to comply subsequent to receipt of written notice specifying in what respects such Contractor must comply with this section. Should noncompliance still be evident after such 10-day period, Contractor shall, as a penalty to City, forfeit not more than $100.00 for each calendar day or portion thereof, for each worker, until strict compliance is effectuated. The amount of the forfeiture is to be determined by the Labor Commissioner. A contractor who is found to have violated the provisions of law regarding wages on Public Works with the intent to defraud shall be ineligible to bid on Public Works contracts for a period of one to three years as determined by the Labor Commissioner. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, such penalties shall be withheld from progress payments then due. The responsibility for compliance with this section is on Contractor. In accordance with Labor Code section 1771.4, the Contractor and each subcontractor shall furnish the certified payroll records directly to the Department of Industrial Relations ("DIR") on a weekly basis and in the format prescribed by the DIR, which may include electronic submission. The requirement to submit certified payroll records directly to the Labor Commissioner under Labor Code section 1771.4 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Section 1771.4. 3.9.5 Contractor and Subcontractor Registration. Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the DIR. No bid will be accepted nor any contract entered into without proof of the contractor's and subcontractors' current registration with the DIR to perform public work. Contractor is directed to review, fill out and execute the Public Works Contractor Registration Certification attached hereto as Exhibit "E" prior to contract execution. Notwithstanding the foregoing, the contractor registration requirements mandated by Labor Code Sections 1725.5 and 1771.1 shall not apply to work performed on a public works project that is exempt pursuant to the small project exemption specified in Labor Code Sections 1725.5 and 1771.1. 3.9.6 Labor Compliance; Stop Orders. This Project is subject to compliance monitoring and enforcement by the DIR. It shall be the Contractor's sole responsibility to evaluate and pay the cost of complying with all labor compliance requirements under this Contract and applicable law. Any stop orders issued by the DIR against Contractor or any subcontractor that affect Contractor's performance of Work, including any delay, shall be Contractor's sole responsibility. Any delay arising out of or resulting from such stop orders shall be considered Contractor caused delay subject to any applicable liquidated damages and shall not be compensable by the City. Contractor shall defend, indemnify and hold the City, its officials, officers, employees and agents free and harmless from any claim or liability arising out of stop orders issued by the DIR against Contractor or any subcontractor. 3.10 Performance of Work; Jobsite Obligations. 3.10.1 Water Quality Management and Compliance. BB&K (2020) 8 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.10.1.1 Water Quality Management and Compliance. Contractor shall keep itself and all subcontractors, staff, and employees fully informed of and in compliance with all local, state and federal laws, rules and regulations that may impact, or be implicated by the performance of the Work including, without limitation, all applicable provisions of the Federal Water Pollution Control Act (33 U.S.C. §§ 1300); the California Porter -Cologne Water Quality Control Act (Cal Water Code §§ 13000-14950); local ordinances regulating discharges of storm water; and any and all regulations, policies, or permits issued pursuant to any such authority regulating the discharge of pollutants, as that term is used in the Porter -Cologne Water Quality Control Act, to any ground or surface water in the State. 3.10.1.2 Compliance with the Statewide Construction General Permit. Contractor shall comply with all conditions of the most recent iteration of the National Pollutant Discharge Elimination System General Permit for Storm Water Discharges Associated with Construction Activity, issued by the California State Water Resources Control Board ("Permit"). It shall be Contractor's sole responsibility to file a Notice of Intent and procure coverage under the Permit for all construction activity which results in the disturbance of more than one acre of total land area or which is part of a larger common area of development or sale. Prior to initiating work, Contractor shall be solely responsible for preparing and implementing a Storm Water Pollution Prevention Plan (SWPPP) as required by the Permit. Contractor shall be responsible for procuring, implementing and complying with the provisions of the Permit and the SWPPP, including the standard provisions, and monitoring and reporting requirements as required by the Permit. The Permit requires the SWPPP to be a "living document" that changes as necessary to meet the conditions and requirements of the job site as it progresses through difference phases of construction and is subject to different weather conditions. It shall be Contractor's sole responsibility to update the SWPPP as necessary to address conditions at the project site. 3.10.1.3 Other Water Quality Rules Regulations and Policies. Contractor shall comply with the lawful requirements of any applicable municipality, drainage City, or local agency regarding discharges of storm water to separate storm drain systems or other watercourses under their jurisdiction, including applicable requirements in municipal storm water management programs. 3.10.1.4 Cost of Compliance. Storm, surface, nuisance, or other waters may be encountered at various times during construction of the Work. Therefore, the Contractor, hereby acknowledges that it has investigated the risk arising from such waters and assumes any and all risks and liabilities arising therefrom. 3.10.1.5 Liability for Non -Compliance. Failure to comply with laws, regulations, standards, ordinances, and permits listed in Sections 3.10.1.1, 3.10.1.2, 3.10.1.3, and 3.10.1.4 of the Contract is a violation of federal and state law. Pursuant to the indemnification provisions of this Contract, Contractor hereby agrees to defend, indemnify and hold harmless the City and its directors, officials, officers, employees, volunteers and agents for any alleged violations. In addition, City may seek damages from Contractor for any delay in completing the Work in accordance with the Contract, if such delay is caused by or related to Contractor's failure to comply with the Permit. 3.10.1.6 Reservation of Right to Defend. City reserves the right to defend any enforcement action brought against the City for Contractor's failure to comply with the Permit or any other relevant water quality law, regulation, or policy. Pursuant to the indemnification provisions of this Contract, Contractor hereby agrees to be bound by, and to BB&K (2020) 9 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\3 3505817.1 reimburse the City for the costs (including the City's attorney's fees) associated with, any settlement reached between the City and the relevant enforcement entity. 3.10.1.7 Training. In addition to the standard of performance requirements set forth in this Contract, Contractor warrants that all employees and subcontractors shall have sufficient skill and experience to perform the work assigned to them without impacting water quality in violation of the laws, regulations and policies described in paragraph 3.10.1. Contractor further warrants that it, its employees and subcontractors will receive adequate training, as determined by City, regarding the requirements of the laws, regulations and policies described in paragraph 3.10.1 as they may relate to the Work provided under this Contract. Upon request, City will provide the Contractor with a list of training programs that meet the requirements of this paragraph. 3.10.2 Safety. Contractor shall execute and maintain its work so as to avoid injury or damage to any person or property. Contractor shall comply with the requirements of the specifications relating to safety measures applicable in particular operations or kinds of work. In carrying out its Work, Contractor shall at all times be in compliance with all applicable local, state and federal laws, rules and regulations, and shall exercise all necessary precautions for the safety of employees appropriate to the nature of the Work and the conditions under which the Work is to be performed. Safety precautions as applicable shall include, but shall not be limited to, adequate life protection and lifesaving equipment; adequate illumination for underground and night operations; instructions in accident prevention for all employees, such as machinery guards, safe walkways, scaffolds, ladders, bridges, gang planks, confined space procedures, trenching and shoring, fall protection and other safety devices, equipment and wearing apparel as are necessary or lawfully required to prevent accidents or injuries; and adequate facilities for the proper inspection and maintenance of all safety measures. Furthermore, Contractor shall prominently display the names and telephone numbers of at least two medical doctors practicing in the vicinity of the Project, as well as the telephone number of the local ambulance service, adjacent to all telephones at the Project site. 3.10.3 Laws and Regulations. Contractor shall keep itself fully informed of and in compliance with all local, state and federal laws, rules and regulations in any manner affecting the performance of the Contract or the Work, including all Cal/OSHA requirements, and shall give all notices required by law. Contractor shall be liable for all violations of such laws and regulations in connection with the Work. If Contractor observes that the drawings or specifications are at variance with any law, rule or regulation, it shall promptly notify the City in writing. Any necessary changes shall be made by written change order. If Contractor performs any work knowing it to be contrary to such laws, rules and regulations and without giving written notice to the City, Contractor shall be solely responsible for all costs arising therefrom. City is a public entity of the State of California subject to certain provisions of the Health & Safety Code, Government Code, Public Contract Code, and Labor Code of the State. It is stipulated and agreed that all provisions of the law applicable to the public contracts of a municipality are a part of this Contract to the same extent as though set forth herein and will be complied with. Contractor shall defend, indemnify and hold City, its officials, directors, officers, employees and agents free and harmless, pursuant to the indemnification provisions of this Contract, from any claim or liability arising out of any failure or alleged failure to comply with such laws, rules or regulations. 3.10.4 Permits and Licenses. Contractor shall be responsible for securing City permits and licenses necessary to perform the Work described herein, including, but not limited to, a City Business License. While Contractor will not be charged a fee for any City BB&K (2020) 10 SHORT FORM CONSTRUCTION CONTRACT 55575,18165\33505817.1 permits, Contractor shall pay the City's applicable business license fee. Any ineligible contractor or subcontractor pursuant to Labor Code Sections 1777.1 and 1777.7 may not perform work on this Project. 3.10.5 Trenching Work. If the Total Contract Price exceeds $25,000 and if the Work governed by this Contract entails excavation of any trench or trenches five (5) feet or more in depth, Contractor shall comply with all applicable provisions of the California Labor Code, including Section 6705. To this end, Contractor shall submit for City's review and approval a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving ground during the excavation of such trench or trenches. If such plan varies from the shoring system standards, the plan shall be prepared by a registered civil or structural engineer. 3.10.6 Hazardous Materials and Differing Conditions. As required by California Public Contract Code Section 7104, if this Contract involves digging trenches or other excavations that extend deeper than four (4) feet below the surface, Contractor shall promptly, and prior to disturbance of any conditions, notify City of: (1) any material discovered in excavation that Contractor believes to be a hazardous waste that is required to be removed to a Class I, Class II or Class III disposal site; (2) subsurface or latent physical conditions at the site differing from those indicated by City; and (3) unknown physical conditions of an unusual nature at the site, significantly different from those ordinarily encountered in such contract work. Upon notification, City shall promptly investigate the conditions to determine whether a change order is appropriate. In the event of a dispute, Contractor shall not be excused from any scheduled completion date and shall proceed with all Work to be performed under the Contract, but shall retain all rights provided by the Contract or by law for making protests and resolving the dispute. 3.10.7 Underground Utility Facilities. To the extent required by Section 4215 of the California Government Code, City shall compensate Contractor for the costs of: (1) locating and repairing damage to underground utility facilities not caused by the failure of Contractor to exercise reasonable care; (2) removing or relocating underground utility facilities not indicated in the construction drawings; and (3) equipment necessarily idled during such work. Contractor shall not be assessed liquidated damages for delay caused by failure of City to provide for removal or relocation of such utility facilities. 3.10.8 Air Quality. Contractor must fully comply with all applicable laws, rules and regulations in furnishing or using equipment and/or providing services, including, but not limited to, emissions limits and permitting requirements imposed by the California Air Resources Board (CARB). Although CARB limits and requirements are more broad, Contractor shall specifically be aware of their application to "portable equipment", which definition is considered by CARB to include any item of equipment with a fuel -powered engine. Contractor shall indemnify City against any fines or penalties imposed by CARB, or any other governmental or regulatory agency for violations of applicable laws, rules and/or regulations by Contractor, its subcontractors, or others for whom Contractor is responsible under its indemnity obligations provided for in this Contract. 3.10.9 Recycling Mandates. feasibly diverted via recycling. BB&K (2020) 5 5575.18165\33505817.1 State Recycling Mandates. Contractor shall comply with State Any recyclable materials/debris collected by the contractor that can be reuse or recycling must be hauled by the appropriate handler for reuse or 11 SHORT FORM CONSTRUCTION CONTRACT 3.10.10 Inspection of Site. Contractor has visited sites where Work is to be performed and has become acquainted with all conditions affecting the Work. Contractor warrants that it has made such examinations as it deems necessary to determine the condition of the Work sites, its accessibility to materials, workmen and equipment, and to determine the Contractor's ability to protect existing surface and subsurface improvements. No claim for allowances —time or money —will be allowed as to such matters. 3.10.11 Field Measurements. Contractor shall make field measurements, verify field conditions and shall carefully compare such field measurements and conditions and other information known to Contractor with the Contract Documents before commencing activities. Errors, inconsistencies or omissions discovered shall be reported to the City immediately and prior to performing any work or altering the condition. 3.11 Completion of Work. When Contractor determines that it has completed the Work required herein, Contractor shall so notify City in writing and shall furnish all labor and material releases required by this Contract. City shall thereupon inspect the Work. If the Work is not acceptable to the City, the City shall indicate to Contractor in writing the specific portions or items of Work which are unsatisfactory or incomplete. Once Contractor determines that it has completed the incomplete or unsatisfactory Work, Contractor may request a re -inspection by the City. Once the Work is acceptable to City, City shall pay to Contractor the Total Contract Price remaining to be paid, less any amount which City may be authorized or directed by law to retain. Payment of retention proceeds due to Contractor shall be made in accordance with Section 7107 of the California Public Contract Code. 3.12 Claims; Government Code Claim Compliance. 3.12.1 Intent. Effective January 1, 1991, Section 20104 et seq., of the California Public Contract Code prescribes a process utilizing informal conferences, non -binding judicial supervised mediation, and judicial arbitration to resolve disputes on construction claims of $375,000 or less. Effective January 1, 2017, Section 9204 of the Public Contract Code prescribes a process for negotiation and mediation to resolve disputes on construction claims. The intent of this Section is to implement Sections 20104 et seq. and Section 9204 of the California Public Contract Code. This Section shall be construed to be consistent with said statutes. 3.12.2 Claims. For purposes of this Section, "Claim" means a separate demand by the Contractor, after a change order duly requested in accordance with the terms of this Contract has been denied by the City, for (A) a time extension, (B) payment of money or damages arising from Work done by or on behalf of the Contractor pursuant to the Contract, or (C) an amount the payment of which is disputed by the City. A "Claim" does not include any demand for payment for which the Contractor has failed to provide notice, request a change order, or otherwise failed to follow any procedures contained in the Contract Documents. 3.12.3 Filing Claims. Claims governed by this Section may not be filed unless and until the Contractor completes all procedures for giving notice of delay or change and for the requesting of a time extension or change order, including but not necessarily limited to the change order procedures contained herein, and Contractor's request for a change has been denied in whole or in part. Claims governed by this Section must be filed no later than fourteen (14) days after a request for change has been denied in whole or in part or after any other event giving rise to the Claim. The Claim shall be submitted in writing to the City and shall include on its first page the following in 16-point capital font: "THIS IS A CLAIM." Furthermore, BB&K (2020) 12 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\33505817.1 the claim shall include the documents necessary to substantiate the claim. Nothing in this Section is intended to extend the time limit or supersede notice requirements otherwise provided by contract for the filing of claims, including all requirements pertaining to compensation or payment for extra Work, disputed Work, and/or changed conditions. Failure to follow such contractual requirements shall bar any claims or subsequent lawsuits for compensation or payment thereon. 3.12.4 Supporting Documentation. The Contractor shall submit all claims in the following format: 3.12.4.1 Summary of claim merit and price, reference Contract Document provisions pursuant to which the claim is made documents 3.12.4.2 List of documents relating to claim: (A) Specifications (B) Drawings (C) Clarifications (Requests for Information) (D) Schedules (E) Other 3.12.4.3 Chronology of events and correspondence 3.12.4.4 Analysis of claim merit 3.12.4.5 Analysis of claim cost, including calculations and supporting 3.12.4.6 Time impact analysis in CPM format 3.12.5 Citv's Response. Upon receipt of a Claim pursuant to this Section, City shall conduct a reasonable review of the Claim and, within a period not to exceed 45 days of receipt of the Claim, or as extended by mutual agreement, shall provide the Contractor a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Any payment due on an undisputed portion of the Claim will be processed and made within 60 days after the City issues its written statement. 3.12.5.1 If City needs approval from its governing body to provide the Contractor a written statement identifying the disputed portion and the undisputed portion of the Claim, and the governing body does not meet within the 45 days or within the mutually agreed to extension of time following receipt of a Claim sent by registered mail or certified mail, return receipt requested, City shall have up to three (3) days following the next duly publicly noticed meeting of the governing body after the 45-day period, or extension, expires to provide the Contractor a written statement identifying the disputed portion and the undisputed portion. 3.12.5.2 Within 30 days of receipt of a Claim, City may request in writing additional documentation supporting the Claim or relating to defenses or claims City may BB&K (2020) 13 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\3 3505817.1 have against the Contractor. If additional information is thereafter required, it shall be requested and provided pursuant to this subdivision, upon mutual agreement of City and the Contractor. City's written response to the Claim, shall be submitted to the Contractor within 30 Days (if the Claim is less than $50,000, within 15 Days) after receipt of the additional documentation, or within a period of time no greater than that taken by the Contractor in producing the additional information or requested documentation, whichever is greater. 3.12.6 Meet and Confer. If the Contractor disputes City's written response, or City fails to respond within the time prescribed, the Contractor may so notify City, in writing, within 15 Days of receipt of City's response or the City's failure to respond, and demand an informal conference to meet and confer for settlement of the issues in dispute. Upon receipt of a demand, City shall schedule a meet and confer conference within 30 Days for settlement of the dispute. 3.12.7 Mediation. Within 10 business days following the conclusion of the meet and confer conference, if the Claim or any portion of the Claim remains in dispute, City shall provide the Contractor a written statement identifying the portion of the Claim that remains in dispute and the portion that is undisputed. Any payment due on an undisputed portion of the Claim shall be processed and made within 60 Days after City issues its written statement. Any disputed portion of the Claim, as identified by the Contractor in writing, shall be submitted to nonbinding mediation, with City and the Contractor sharing the associated costs equally. City and Contractor shall mutually agree to a mediator within 10 business days after the disputed portion of the Claim has been identified in writing, unless the Parties agree to select a mediator at a later time. 3.12.7.1 If the Parties cannot agree upon a mediator, each Party shall select a mediator and those mediators shall select a qualified neutral third party to mediate with regard to the disputed portion of the claim. Each Party shall bear the fees and costs charged by its respective mediator in connection with the selection of the neutral mediator. 3.12.7.2 For purposes of this section, mediation includes any nonbinding process, including, but not limited to, neutral evaluation or a dispute review board, in which an independent third party or board assists the Parties in dispute resolution through negotiation or by issuance of an evaluation. Any mediation utilized shall conform to the timeframes in this section. 3.12.7.3 Unless otherwise agreed to by City and the Contractor in writing, the mediation conducted pursuant to this section shall excuse any further obligation under Section 20104.4 to mediate after litigation has been commenced. 3.12.7.4 The mediation shall be held no earlier than the date the Contractor completes the Work or the date that the Contractor last performs Work, whichever is earlier. All unresolved Claims shall be considered jointly in a single mediation, unless a new unrelated Claim arises after mediation is completed. 3.12.8 Procedures After Mediation. If following the mediation, the Claim or any portion remains in dispute, the Contractor must file a claim pursuant to Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the Contractor BB&K (2020) 14 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 submits his or her written Claim pursuant to subdivision (a) until the time the Claim is denied, including any period of time utilized by the meet and confer conference or mediation. 3.12.9 Civil Actions. The following procedures are established for all civil actions filed to resolve Claims of $375,000 or less: 3.12.9.1 Within 60 Days, but no earlier than 30 Days, following the filing or responsive pleadings, the court shall submit the matter to non -binding mediation unless waived by mutual stipulation of both Parties or unless mediation was held prior to commencement of the action in accordance with Public Contract Code section 9204 and the terms of these procedures. The mediation process shall provide for the selection within 15 Days by both Parties of a disinterested third person as mediator, shall be commenced within 30 Days of the submittal, and shall be concluded within 15 Days from the commencement of the mediation unless a time requirement is extended upon a good cause showing to the court. 3.12.9.2 If the matter remains in dispute, the case shall be submitted to judicial arbitration pursuant to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, notwithstanding Section 1114.11 of that code. The Civil Discovery Act of 1986 (Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civil Procedure) shall apply to any proceeding brought under this subdivision consistent with the rules pertaining to judicial arbitration. 3.12.9.3 In addition to Chapter 2.5 (commencing with Section 1141.10) of Title 3 of Part 3 of the Code of Civil Procedure, (A) arbitrators shall, when possible, be experienced in construction law, and (B) any party appealing an arbitration award who does not obtain a more favorable judgment shall, in addition to payment of costs and fees under that chapter, also pay the attorney's fees on appeal of the other party. 3.12.10 Government Code Claim Procedures. 3.12.10.1 This section does not apply to tort claims and nothing in this section is intended nor shall be construed to change the time periods for filing tort claims or actions specified by Chapter 1 (commending with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.5 of Title 1 of the Government Code. 3.12.10.2 In addition to any and all Contract requirements pertaining to notices of and requests for adjustments to the Contract Time, Contract Price, or compensation or payment for extra work, disputed work, claims and/or changed conditions, Contractor must comply with the claim procedures set forth in Government Code sections 900 et seq. prior to filing any lawsuit against the City. 3.12.10.3 Such Government Code claims and any subsequent lawsuit based upon the Government Code claims shall be limited to those matters that remain unresolved after all procedures pertaining to adjustment of the Contract Time, Contract Price, or compensation or payment for extra work, disputed work, claims, and/or changed conditions have been followed by Contractor. If no such Government Code claim is submitted, or if any prerequisite contractual requirements are not otherwise satisfied as specified herein, Contractor may not file any action against the City. 3.12.10.4 A Government Code claim must be filed no earlier than the date the work is completed or the date the Contractor last performs work on the Project, BB&K (2020) 15 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\33505 817.1 whichever occurs first. A Government Code claim shall be inclusive of all unresolved Claims known to the Contractor excepting only new unrelated Claims that arise after the Government Code claim is submitted. 3.12.11 Non -Waiver. City's failure to respond to a Claim from the Contractor within the time periods described in this section or to otherwise meet the time requirements of this section shall result in the Claim being deemed rejected in its entirety and shall not constitute a waiver of any rights under this section. 3.13 Loss and Damage. Except as may otherwise be limited by law, Contractor shall be responsible for all loss and damage which may arise out of the nature of the Work agreed to herein, or from the action of the elements, or from any unforeseen difficulties which may arise or be encountered in the prosecution of the Work until the same is fully completed and accepted by City. In the event of damage proximately caused by an Act of God, as defined by Section 7105 of the Public Contract Code, the City may terminate this Contract pursuant to the termination provisions in this Contract; provided, however, that the City needs to provide Contractor with only one (1) day advanced written notice. 3.14 Indemnification. 3.14.1 Scope of Indemnity. To the fullest extent permitted by law, Contractor shall defend, indemnify and hold the City, its officials, employees, agents and volunteers free and harmless from any and all claims, demands, causes of action, suits, actions, proceedings, costs, expenses, liability, judgments, awards, decrees, settlements, loss, damage or injury of any kind, in law or equity, regardless of whether the allegations are false, fraudulent, or groundless, to property or persons, including wrongful death, (collectively, "Claims") in any manner arising out of, pertaining to, or incident to any acts, errors or omissions, or willful misconduct of Contractor, its officials, officers, employees, subcontractors, consultants or agents in connection with the performance of the Contractor's services, the Project or this Contract, including without limitation the payment of all expert witness fees, attorneys' fees and other related costs and expenses. Notwithstanding the foregoing, to the extent required by Civil Code section 2782, Contractor's indemnity obligation shall not apply to such loss or damage which is caused by the sole or active negligence or willful misconduct of the City. 3.14.2 Additional Indemnity Obligations. Contractor shall defend, with counsel of City's choosing and at Contractor's own cost, expense and risk, any and all Claims covered by this section that may be brought or instituted against City or its officials, employees, agents and authorized volunteers. In addition, Contractor shall pay and satisfy any judgment, award or decree that may be rendered against City or its officials, employees, agents and authorized volunteers as part of any such claim, suit, action or other proceeding. Contractor shall also reimburse City for the cost of any settlement paid by City or its officials, employees, agents and authorized volunteers as part of any such claim, suit, action or other proceeding. Such reimbursement shall include payment for City's attorney's fees and costs, including expert witness fees. Contractor shall reimburse City and its officials, employees, agents and authorized volunteers, for any and all legal expenses and costs incurred by each of them in connection therewith or in enforcing the indemnity herein provided. Contractor's obligation to indemnify shall survive expiration or termination of this Contract, and shall not be restricted to insurance proceeds, if any, received by the City, its officials, employees, agents and authorized volunteers. 3.15 Insurance. BB&K (2020) 16 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.15.1 Time for Compliance. Contractor shall not commence Work under this Contract until it has provided evidence satisfactory to the City that it has secured all insurance required under this section. In addition, Contractor shall not allow any subcontractor to commence work on any subcontract until it has provided evidence satisfactory to the City that the subcontractor has secured all insurance required under this section. Failure to provide and maintain all required insurance shall be grounds for the City to terminate this Contract for cause. 3.15.2 Minimum Requirements. Contractor shall, at its expense, procure and maintain for the duration of the Contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the Work hereunder by Contractor, its agents, representatives, employees or subcontractors. Contractor shall also require all of its subcontractors to procure and maintain the same insurance for the duration of the Contract. Such insurance shall meet at least the following minimum levels of coverage: 3.15.2.1 Minimum Scope of Insurance. Coverage shall be at least as broad as the latest version of the following: (1) General Liability: Insurance Services Office Commercial General Liability coverage (occurrence form CG 00 01) OR Insurance Services Office Owners and Contractors Protective Liability Coverage Form (CG 00 09 11 88) (coverage for operations of designated contractor); (2) Automobile Liability: Insurance Services Office Business Auto Coverage form number CA 00 01, code 1 (any auto); (3) Workers' Compensation and Employer's Liability: Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance; and (4) Builders'/All Risk: Builders'/All Risk insurance covering for all risks of loss, including explosion, collapse, underground excavation and removal of lateral support (and including earthquakes and floods if requested by the City). Policies shall not contain exclusions contrary to this Contract. 3.15.2.2 Minimum Limits of Insurance. Contractor shall maintain limits no less than: (1) General Liability: $2,000,000 per occurrence and $4,000,000 general aggregate for bodily injury, personal injury and property damage; (2) Automobile Liability: $1,000,000 per accident for bodily injury and property damage; (3) Workers' Compensation and Employer's Liability: Workers' compensation limits as required by the Labor Code of the State of California. Employer's Liability limits of $1,000,000 each accident, policy limit bodily injury or disease, and each employee bodily injury or disease; and (4) Builders'/All Risk: Completed value of the project. Defense costs shall be available in addition to the limits. Notwithstanding the minimum limits specified herein, any available coverage shall be provided to the parties required to be named as additional insureds pursuant to this Contract. 3.15.2.3 Notices; Cancellation or Reduction of Coverage. At least fifteen (15) days prior to the expiration of any such policy, evidence showing that such insurance coverage has been renewed or extended shall be filed with the City. If such coverage is cancelled or materially reduced, Contractor shall, within ten (10) days after receipt of written notice of such cancellation or reduction of coverage, file with the City evidence of insurance showing that the required insurance has been reinstated or has been provided through another insurance company or companies. In the event any policy of insurance required under this Contract does not comply with these specifications or is canceled and not replaced, the City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by the City will be promptly reimbursed by Contractor or the City may withhold amounts sufficient to pay premium from Contractor payments. In the alternative, the City may suspend or terminate this Contract. BBBK (2020) 17 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.15.3 Insurance Endorsements. The insurance policies shall contain the following provisions, or Contractor shall provide endorsements (amendments) on forms supplied or approved by the City to add the following provisions to the insurance policies: 3.15.3.1 General Liability. (1) Such policy shall give the City, its officials, employees, agents and volunteers additional insured status using ISO endorsements CG20 10 10 01 plus CG20 37 10 01, or endorsements providing the exact same coverage, with respect to the Work or operations performed by or on behalf of Contractor, including materials, parts or equipment furnished in connection with such work; (2) all policies shall waive or shall permit Contractor to waive all rights of subrogation which may be obtained by the Contractor or any insurer by virtue of payment of any loss or any coverage provided to any person named as an additional insured pursuant to this Contract, and Contractor agrees to waive all such rights of subrogation; and (3) the insurance coverage shall be primary insurance as respects the City, its officials, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of Contractor's scheduled underlying coverage. Any insurance or self- insurance maintained by the City, its officials, employees, agents and volunteers shall be excess of Contractor's insurance and shall not be called upon to contribute with it. 3.15.3.2 Automobile Liability. (1) Such policy shall give the City, its officials, employees, agents and volunteers additional insured status with respect to the ownership, operation, maintenance, use, loading or unloading of any auto owned, leased, hired or borrowed by Contractor or for which Contractor is responsible; (2) all policies shall waive or shall permit Contractor to waive all rights of subrogation which may be obtained by the Contractor or any insurer by virtue of payment of any loss or any coverage provided to any person named as an additional insured pursuant to this Contract, and Contractor agrees to waive all such rights of subrogation; and (3) the insurance coverage shall be primary insurance as respects the City, its officials, employees, agents and volunteers, or if excess, shall stand in an unbroken chain of coverage excess of Contractor's scheduled underlying coverage. Any insurance or self-insurance maintained by the City, its officials, employees, agents and volunteers shall be excess of Contractor's insurance and shall not be called upon to contribute with it in any way. 3.15.3.3 Workers' Compensation and Employer's Liability Coverage. The insurer shall agree to waive all rights of subrogation against the City, its officials, employees, agents and volunteers for losses paid under the terms of the insurance policy which arise from work performed by Contractor. 3.15.3.4 All Coverages. Each insurance policy required by this Contract shall be endorsed to state that: (1) coverage shall not be suspended, voided, reduced or canceled except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the City; and (2) any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not affect coverage provided to the City, its officials, employees, agents and volunteers. 3.15.4 Builders'/All Risk Policy Requirements. The builders'/all risk insurance shall provide that the City be named as loss payee. In addition, the insurer shall waive all rights of subrogation against the City. 3.15.5 Separation of Insureds; No Special Limitations. All insurance required by this Section shall contain standard separation of insureds provisions. In addition, such BB&K (2020) 18 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 insurance shall not contain any special limitations on the scope of protection afforded to the City, its officials, employees, agents and volunteers. 3.15.6 Professional Liability Insurance. All architects, engineers, consultants or design professionals retained by Contractor shall also procure and maintain, for a period of five (5) years following completion of the Contract, errors and omissions liability insurance with a limit of not less than $1,000,000 per occurrence. This insurance shall name the City, its directors, officials, officers, employees, agents and volunteers as additional and insureds with respect to Work performed, and shall otherwise comply with all requirements of this Section. Defense costs shall be paid in addition to the limits. 3.15.7 Deductibles and Self -Insurance Retentions. Any deductibles or self - insured retentions must be declared to and approved by the City. Contractor shall guarantee that, at the option of the City, either: (1) the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officials, employees, agents and authorized volunteers; or (2) the Contractor shall procure a bond or other financial guarantee acceptable to the City guaranteeing payment of losses and related investigation costs, claims and administrative and defense expenses. 3.15.8 Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating no less than A:VII, licensed to do business in California, and satisfactory to the City. Exception may be made for the State Compensation Insurance Fund when not specifically rated. 3.15.9 Verification of Coverage. Contractor shall furnish City with original certificates of insurance and endorsements effecting coverage required by this Contract on forms satisfactory to the City. The certificates and endorsements for each insurance policy shall be signed by a person authorized by that insurer to bind coverage on its behalf, and shall be on forms supplied or approved by the City. All certificates and endorsements must be received and approved by the City before work commences. The City reserves the right to require complete, certified copies of all required insurance policies, at any time. 3.15.10 Subcontractors. All subcontractors shall meet the requirements of this Section before commencing Work. Contractor shall furnish separate certificates and endorsements for each subcontractor. Subcontractor policies of General Liability insurance shall name the City, its officials, employees, agents and authorized volunteers as additional insureds using form ISO 20 38 04 13 or endorsements providing the exact same coverage. All coverages for subcontractors shall be subject to all of the requirements stated herein except as otherwise agreed to by the City in writing. 3.15.11 Reporting of Claims. Contractor shall report to the City, in addition to Contractor's insurer, any and all insurance claims submitted by Contractor in connection with the Work under this Contract. 3.16 Bond Requirements. 3.16.1 Payment Bond. If required by law or otherwise specifically requested by City in Exhibit "C" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Contract a Payment Bond in an amount required by the City and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until the bond has been received and approved by the City. BB&K (2020) 19 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.16.2 Performance Bond. If specifically requested by City in Exhibit "C" attached hereto and incorporated herein by reference, Contractor shall execute and provide to City concurrently with this Contract a Performance Bond in an amount required by the City and in a form provided or approved by the City. If such bond is required, no payment will be made to Contractor until the bond has been received and approved by the City. 3.16.3 Bond Provisions. Should, in City's sole opinion, any bond become insufficient or any surety be found to be unsatisfactory, Contractor shall renew or replace the effected bond within (ten) 10 days of receiving notice from City. In the event the surety or Contractor intends to reduce or cancel any required bond, at least thirty (30) days prior written notice shall be given to the City, and Contractor shall post acceptable replacement bonds at least ten (10) days prior to expiration of the original bonds. No further payments shall be deemed due or will be made under this Contract until any replacement bonds required by this Section are accepted by the City. To the extent, if any, that the Total Contract Price is increased in accordance with the Contract, Contractor shall, upon request of the City, cause the amount of the bond to be increased accordingly and shall promptly deliver satisfactory evidence of such increase to the City. If Contractor fails to furnish any required bond, the City may terminate the Contract for cause. 3.16.4 Surety Qualifications. Only bonds executed by an admitted surety insurer, as defined in California Code of Civil Procedure Section 995.120, shall be accepted. If a California -admitted surety insurer issuing bonds does not meet these requirements, the insurer will be considered qualified if it is in conformance with Section 995.660 of the California Code of Civil Procedure, and proof of such is provided to the City. 3.17 Warranty. Contractor warrants all Work under the Contract (which for purposes of this Section shall be deemed to include unauthorized work which has not been removed and any non -conforming materials incorporated into the Work) to be of good quality and free from any defective or faulty material and workmanship. Contractor agrees that for a period of one year (or the period of time specified elsewhere in the Contract or in any guarantee or warranty provided by any manufacturer or supplier of equipment or materials incorporated into the Work, whichever is later) after the date of final acceptance, Contractor shall within ten (10) days after being notified in writing by the City of any defect in the Work or non-conformance of the Work to the Contract, commence and prosecute with due diligence all Work necessary to fulfill the terms of the warranty at its sole cost and expense. Contractor shall act sooner as requested by the City in response to an emergency. In addition, Contractor shall, at its sole cost and expense, repair and replace any portions of the Work (or work of other contractors) damaged by its defective Work or which becomes damaged in the course of repairing or replacing defective Work. For any Work so corrected, Contractor's obligation hereunder to correct defective Work shall be reinstated for an additional one-year period, commencing with the date of acceptance of such corrected Work. Contractor shall perform such tests as the City may require verifying that any corrective actions, including, without limitation, redesign, repairs, and replacements comply with the requirements of the Contract. All costs associated with such corrective actions and testing, including the removal, replacement, and reinstitution of equipment and materials necessary to gain access, shall be the sole responsibility of Contractor. All warranties and guarantees of subcontractors, suppliers and manufacturers with respect to any portion of the Work, whether express or implied, are deemed to be obtained by Contractor for the benefit of the City, regardless of whether or not such warranties and guarantees have been transferred or assigned to the City by separate agreement and Contractor agrees to enforce such warranties and guarantees, if necessary, on behalf of the City. In the event that Contractor fails to perform its obligations under this Section, or under any other warranty or guaranty under this Contract, BB&K (2020) 20 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505 817.1 to the reasonable satisfaction of the City, the City shall have the right to correct and replace any defective or non -conforming Work and any work damaged by such work or the replacement or correction thereof at Contractor's sole expense. Contractor shall be obligated to fully reimburse the City for any expenses incurred hereunder upon demand. 3.18 Employee/Labor Certifications. 3.18.1 Contractor's Labor Certification. By its signature hereunder, Contractor certifies that he is aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of that Code, and agrees to comply with such provisions before commencing the performance of the Work. A certification form for this purpose, which is attached to this Contract as Exhibit "D" and incorporated herein by reference, shall be executed simultaneously with this Contract. 3.18.2 Equal Opportunity Employment. Contractor represents that it is an equal opportunity employer and that it shall not discriminate against any employee or applicant for employment because of race, religion, color, national origin, ancestry, sex, age or other interests protected by the State or Federal Constitutions. Such non-discrimination shall include, but not be limited to, all activities related to initial employment, upgrading, demotion, transfer, recruitment or recruitment advertising, layoff or termination. 3.18.3 Verification of Employment Eligibility. By executing this Contract, Contractor verifies that it fully complies with all requirements and restrictions of state and federal law respecting the employment of undocumented aliens, including, but not limited to, the Immigration Reform and Control Act of 1986, as may be amended from time to time, and shall require all subcontractors and sub -subcontractors to comply with the same. 3.19 Termination. This Contract may be terminated by City at any time, either with our without cause, by giving Contractor three (3) days advance written notice. In the event of termination by City for any reason other than the fault of Contractor, City shall pay Contractor for all Work performed up to that time as provided herein. In the event of breach of the Contract by Contractor, City may terminate the Contract immediately without notice, may reduce payment to Contractor in the amount necessary to offset City's resulting damages, and may pursue any other available recourse against Contractor. Contractor may not terminate this Contract except for cause. In the event this Contract is terminated in whole or in part as provided, City may procure, upon such terms and in such manner as it may determine appropriate, services similar to those terminated. Further, if this Contract is terminated as provided, City may require Contractor to provide all finished or unfinished documents, data, diagrams, drawings, materials or other matter prepared or built by Contractor in connection with its performance of this Contract. Contractor shall be required to provide such document and other information within fifteen (15) days of the request. 3.20 City Officers and Employees: Non -Discrimination. 3.20.1 Non -liability of City Officers and Employees. No officer or employee of the City shall be personally liable to the Contractor, or any successor -in -interest, in the event of any default or breach by the City or for any amount which may become due to the Contractor or to its successor, or for breach of any obligation of the terms of this Contract. BB&K (2020) 21 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.20.2 Conflict of Interest. Contractor acknowledges that no officer or employee of the City has or shall have any direct or indirect financial interest in this Contract nor shall Contractor enter into any agreement of any kind with any such officer or employee during the term of this Contract and for one (1) year thereafter. Contractor warrants that Contractor has not paid or given, and will not pay or give, any third party any money or other consideration in exchange for obtaining this Contract. 3.20.3 Covenant Against Discrimination. In connection with its performance under this Contract, Contractor shall not discriminate against any employee or applicant for employment because of actual or perceived race, religion, color, sex, age, marital status, ancestry, national origin ( i.e., place of origin, immigration status, cultural or linguistic characteristics, or ethnicity), sexual orientation, gender identity, gender expression, physical or mental disability, or medical condition (each a "prohibited basis"). Contractor shall ensure that applicants are employed, and that employees are treated during their employment, without regard to any prohibited basis. As a condition precedent to City's lawful capacity to enter this Contract, and in executing this Contract, Contractor certifies that its actions and omissions hereunder shall not incorporate any discrimination arising from or related to any prohibited basis in any Contractor activity, including but not limited to the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship; and further, that Contractor is in full compliance with the provisions of Palm Springs Municipal Code Section 7.09.040, including without limitation the provision of benefits, relating to non-discrimination in city contracting. 3.21 General Provisions. 3.21.1 City's Representative. The City hereby designates the City Manager, or his or her designee, to act as its representative for the performance of this Contract ("City's Representative"). City's Representative shall have the power to act on behalf of the City for all purposes under this Contract. Contractor shall not accept direction or orders from any person other than the City's Representative or his or her designee. 3.21.2 Contractor's Representative. Before starting the Work, Contractor shall submit in writing the name, qualifications and experience of its proposed representative who shall be subject to the review and approval of the City ("'Contractor's Representative"). Following approval by the City, Contractor's Representative shall have full authority to represent and act on behalf of Contractor for all purposes under this Contract. Contractor's Representative shall supervise and direct the Work, using his best skill and attention, and shall be responsible for all construction means, methods, techniques, sequences and procedures and for the satisfactory coordination of all portions of the Work under this Contract. Contractor's Representative shall devote full time to the Project and either he or his designee, who shall be acceptable to the City, shall be present at the Work site at all times that any Work is in progress and at any time that any employee or subcontractor of Contractor is present at the Work site. Arrangements for responsible supervision, acceptable to the City, shall be made for emergency Work which may be required. Should Contractor desire to change its Contractor's Representative, Contractor shall provide the information specified above and obtain the City's written approval. 3.21.3 Contract Interpretation. Should any question arise regarding the meaning or import of any of the provisions of this Contract or written or oral instructions from BB&K (2020) 22 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 City, the matter shall be referred to City's Representative, whose decision shall be binding upon Contractor. 3.21.4 Anti -Trust Claims. This provision shall be operative if this Contract is applicable to California Public Contract Code Section 7103.5. In entering into this Contract to supply goods, services or materials, Contractor hereby offers and agrees to assign to the City all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2, commencing with Section 16700, of Part 2 of Division 7 of the Business and Professions Code) arising from purchases of goods, services, or materials pursuant to the Contract. This assignment shall be made and become effective at the time the City tender final payment to Contractor, without further acknowledgment by the Parties. 3.21.5 Notices. All notices hereunder and communications regarding interpretation of the terms of the Contract or changes thereto shall be provided by the mailing thereof by registered or certified mail, return receipt requested, postage prepaid and addressed as follows: CONTRACTOR: CITY: ABACUS SPORTS INSTALLATIONS LTD DBA ABACUS SPORTS SYNTHETIC FLOOR INSTALLATIONS 2330 DAIRY ROAD, LANCASTER, PA 17601 ATTN: SPENCER PROUD, PROJECT MANAGER CITY OF PALM SPRINGS 3200 E. TAHQUITZ CANYON WAY PALM SPRINGS, CA 92262 ATTN: CITY MANAGER & CITY CLERK Any notice so given shall be considered received by the other Party three (3) days after deposit in the U.S. Mail as stated above and addressed to the Party at the above address. Actual notice shall be deemed adequate notice on the date actual notice occurred, regardless of the method of service. 3.21.6 Time of Essence. Time is of the essence in the performance of this Contract. 3.21.7 Assignment Forbidden. Contractor shall not, either voluntarily or by action of law, assign or transfer this Contract or any obligation, right, title or interest assumed by Contractor herein without the prior written consent of City. If Contractor attempts an assignment or transfer of this Contract or any obligation, right, title or interest herein, City may, at its option, terminate and revoke the Contract and shall thereupon be relieved from any and all obligations to Contractor or its assignee or transferee. 3.21.8 No Third -Party Beneficiaries. There are no intended third -party beneficiaries of any right or obligation assumed by the Parties. BB&K (2020) 23 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 3.21.9 Laws; Venue. This Contract shall be interpreted in accordance with the laws of the State of California. If any action is brought to interpret or enforce any term of this Contract, the action shall be brought in a state or federal court situated in the County of Riverside, State of California. 3.21.10 Attorneys' Fees. If either Party commences an action against the other party, either legal, administrative or otherwise, arising out of or in connection with this Contract, the prevailing party in such litigation shall be entitled to have and recover from the losing party reasonable attorneys' fees and all other costs of such action. 3.21.11 Counterparts. This Contract may be executed in counterparts, each of which shall constitute an original. 3.21.12 Successors. The Parties do for themselves; their heirs, executors, administrators, successors, and assigns agree to the full performance of all of the provisions contained in this Contract. 3.21.13 Solicitation. Contractor maintains and warrants that it has not employed nor retained any company or person, other than a bona fide employee working solely for Contractor, to solicit or secure this Contract. Further, Contractor warrants that it has not paid nor has it agreed to pay any company or person, other than a bona fide employee working solely for Contractor, any fee, commission, percentage, brokerage fee, gift or other consideration contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, City shall have the right to terminate this Contract without liability. 3.21.14 Certification of License. 3.21.14.1 Contractor certifies that as of the date of execution of this Contract, Contractor has a current contractor's license of the classification indicated below under Contractor's signature. 3.21.14.2 Contractors are required by law to be licensed and regulated by the Contractors' State License Board which has jurisdiction to investigate complaints against contractors if a complaint regarding a patent act or omission is filed within four (4) years of the date of the alleged violation. A complaint regarding a latent act or omission pertaining to structural defects must be filed within ten (10) years of the date of the alleged violation. Any questions concerning a contractor may be referred to the Registrar, Contractors' State License Board, P.O. Box 26000, Sacramento, California 95826. 3.21.15 Authority to Enter Contract. Each Party warrants that the individuals who have signed this Contract have the legal power, right and authority to make this Contract and bind each respective Party. 3.21.16 Entire Contract; Modification. This Contract contains the entire agreement of the Parties with respect to the subject matter hereof, and supersedes all prior negotiations, understandings or agreements. This Contract may only be modified by a writing signed by both Parties. 3.21.17 Non -Waiver. None of the provisions of this Contract shall be considered waived by either party, unless such waiver is specifically specified in writing. BB&K (2020) 24 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\33505817.1 3.21.18 City's Right to Employ Other Contractors. City reserves right to employ other contractors in connection with this Project or other projects. [Signatures on Next Page] BB&K (2020) 25 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 SIGNATURE PAGE FOR CONSTRUCTION CONTRACT BETWEEN THE CITY OF PALM SPRINGS AND ABACUS SPORTS INSTALLATIONS LTD DBA ABACUS SPORTS SYNTHETIC FLOOR INSTALLATIONS below. IN WITNESS WHEREOF, the Parties have executed this Contract as of the dates stated "CITY" City of Palm Springs Date: �G'� By: Justin lifton MS? City Manager APPROVED AS TO FORM: A By: Q 4&y L9 11, B 14'ffreA. galifing4l' City Attorney APPROVED BY CITY COUNCIL: Date: Agreement No. )LO/5' Corporations require two notarized signatures. One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR NAME: /166z J.5 �a/A � ``wYt ojW/ �MA& s�4,1l�J Check one: _ Individual _ Partnership Corporation 336 i1'oa� Addre s MA, "d9'1 - 4- 1AI)37/41 CWi/ .- Con rat ctor's License Numb r and Classification p6j— / -k — 106 7 DIR Registr be By Signature (Notarized) By� LZ Signature (Notarize BB&K (2020) 26 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 NOTARY ACKNOWLEDGMENT STATE • COUNTY OF On this day of in the year 6�0 , before me personally appeared known to me or proved to me on the basis of satisfactory evidence to be the person whose name is subscribed within this instrument and acknowledged to me that he/she executed the same in his/her authorized capacity, and that by his/her signature on the instrument the person or the entity upon behalf of which the person acted executed this instrument MY COMMISSION EXPIRES ON 1d 1 1,?d 2 y rComm%onweatth of Pennsylvania - Notary Seal A 'MENT, Notary Publlc ancaster County on Expires October 7, 2024 "fon Number 1003774 NOTARY ACKNOWLEDGMENT STATE • • / .f On this day of in the year = , before me personally appeared known to me or proved to me on the basis of satisfactory evidence to be the person whose name is subscribed within this instrument and acknowledged to me that he/she executed the same in his/her authorized capacity, and that by his/her signature on the instrument the person or the entity upon behalf of which the person acted executed this instrument M Com"""alth of Pennsylvania - Notary Seal IDMNE L ARMENT, Notary Public fan caster County ommissi My Con Expires October 7, 2024 Cor"is6ion Number 1003774 SERVICES/SCHEDULE BB&K (2020) Exhibit A - 1 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 James O Jessie Community Center Abacus Sports Installations, Ltd Spencer Proud Mon, 4/26/2021 Project Starr Display Week: ; 1 I APr 26, 2021 May 3, 2921 May 10, 2021 May 17, 2021 IrMy 24, 2021 Lilly 31, 2021 J.7, 2021 J. 14, 2NI 26 27 28 29 W 1 2 3 4 5 6 7 8 9 ] 11 12 13 14 15 16 17 1B 19 20 21 22 23 24 26 26 27 78 19 30 31 1 2 3 4 5 6 7 a 9 W 11 12 13 14 6 16 17 zB 19 20 Ph —I TM. Mobilize & Unload Abacus 0% 4/26/21 4/26/21 PrFloors, set volleyball Ab—s 03A 4/27/21 4/30/21 ver pla tes Install new door, ve baseano Abaas 0% 5/3/21 5/14/21 translsbons Cure Time Abacus 0% 5/14/21 5/21/21 Flooravallablefor Aba— 0% 5/22/21 5/22/21 EXHIBIT "B" PROJECT DETAILS BB&K (2020) Exhibit B - 1 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505 817.1 4ABACUS Sports Installations Ltd. To: Art Cervantes — City of Palm Springs From: Spencer Proud Email: Francisco.Jaime alms rin sca. ov Pages: 1 Phone: References Date: Thursday. March 11.2021 Re: James O. Jessie Community Center CC: ❑ Urgent ❑ For Review ❑ Please Comment ❑ Please Reply ❑ Please Recycle As requested, please find below our pricing for the above referenced project. Pricing assumes the following: 1. We are to supply & install up to 6,566 square feet of Pulastic mufti purpose sports flooring using the Sourcewell CO-OP contract #060518-RBI. 2. Pricing includes a one -color finish, to be selected from manufacturers standard color chart. 3. Games lines are included in our pricing for one basketball ,one volleyball court & one pickleball court. 4. We have included waste removal in our pricing. Trash will be taken to City's facility. 5. All insurances are included. 6. Sub -base preparation has been included in our pricing. 7. All materials will be delivered upon our arrival. 8. Our work area is to be entirely unencumbered, dry and temperature at 650 Fahrenheit or above throughout our installation. 9. Adequate power supply & lighting must be available. 10. Prevailing wage rates have been included in our pricing. PRICING VALID FOR SIXTY (60) DAYS. THEREAFTER SUBJECT TO CHANGE Assuming the above information our pricing equates to: Pulastic Classic 90 @ $8.34 $54,760.00 Additional labor using Prevailing Wages $16,435.00 Upgraded Resin Layer to 3mm of GM2500 $13,220.00 Sub -base preparation $2,500.00 Freight $5,800.00 Supply and install new volleyball cover plates $1,800.00 Base and Transitions $1,400.00 Payment and Performance Bonds $2,400.00 Total $98,315.00 If you wish for us to complete these works on your behalf, kindly issue us with a purchase order as soon as possible so we may ensure availability. Please contact me with any questions you may have. Thank you, Spencer Proud 2330 Dairy Road • Lancaster, PA 17601 • Phone: (717) 560-8050 • FAX: (717) 560-8054 www.abacussports.com • install@abacussports.com PULASTIC CLASSIC 90 A seamless multi purpose sports .floor that provides comfort and safety for all levels of competition, along with excellent resistance to mechanical loads Approved by FIBA, FIVB, and IHF Manufactured under ISO 9001, ISO 14001, and CSR Level 3 (ISO 26000) Good resiliency for comfort and injury Seamless, non -porous and smooth surface for easy maintenance, repair and resurface Excellent contact noise reduction for outstanding acoustic isolation Sustainability through high content of recycled and rapidly renewable raw materials Water based finish for very low odor during installation and maximum indoor clean air protection during use Outstanding mechanical strength and wear resistance for optimal life cycle cost and maximum usability INDOOR I MULTI- PURPOSE I BASKETBALL I VOLLEYBALL AEROBICS I TRAINING FACILITY I COMPETITION LEVEL Product Specifications Nominal Thickness 9 mm : ...................................................................................... Character Point-Elastic : ...................................................................................... Shock Absorption 29% DIN 18032-91 • ...................................................................................... 0 Vertical Deformation 1.0 mm EN 14809 ..................................................................................... Ball Bounce 98% EN 12235 ...................................................................................... Resistance to Rolling Load >_ 1500 N EN 1569 16 Classic Colors to Choose From Resistance to Impact >_ 800 gr @ 10°C EN 1517 Sim .................................................................................... 4 Resistance to Indentation 0.35 mm @ 5 min EN 1516 WIWI 0.15 mm. @ 24 hrs EN1516 V.O.C. Content- Adhesive Solvent Free ....................................................................................... V.O.C. Content -Finish"" 45 gr/lit ASTM D 3960 Elongation at break- Structure 150% DIN 53455 Tensile Strength- Structure 8 N/mm2 DIN 53455 Tear Strength- Structure 25 N/mm DIN 53515 Warranty 25 YEAR manufacturer's warranty l=futunln S(nm i7ctity Grey Ked ��rli�e. Iron �;rr�i *Custom color options anail6k. Due to printer variation, actualfloor oor colors may be slightly dierent from colors above. Consult your dealer for color accuracy. Robbins is proud to partner with the following organizations: ROBBINS@ PULASTIC Classic 90 Specification Note: Page 1 of 5 Issue: 07/2014 The following specifications call out the material and default installation requirements necessary for the floor as recommended by Robbins Sports Surfaces. In some cases, local codes, physical requirements or installer recommendation may override these methods and procedures. It is Robbins recommendation to review the specification with a Regional Sales Manager or the local Authorized Dealer before incorporating the specification into the project design. Some options impact installed cost and verification of the design and budget is advised. For the name of the local Robbins representative or dealer, contact Robbins at 1-800-543-1913 or on the web at www.robbinsfloor.com <htti)://www.robbinsfloor.com/>. SECTION 09 / GUIDE SPECIFICATIONS FOR ROBBINS@ PULASTIC® Classic 90 POLYURETHANE FLOOR SYSTEM Part 1-GENERAL 1.01 DESCRIPTION A. Scope 1. The complete installation of Robbins PULASTIC Classic 90 polyurethane surfacing over high-performance resilient base mat, by Robbins, Inc. of Cincinnati, Ohio, including adhesives, resilient base mat, polyurethane sealer, polyurethane structure layer, surface topcoat, and court markings. B. Related work specified under other sections. (A cross-reference should be incorporated in these sections.) 1. Concrete and Concrete Finishing.................................................................................................. Section 03300 a. Concrete Slab Depression: a total of 9 mm, equal to system thickness, (0.3543 inches). b. Surface Finish: steel troweled and finished smooth. c. Concrete Tolerance: 1/8" (3mm) in radius of 10' (3m). Floor Flatness and Floor Levelness (FF and FL) numbers are not recognized. d. NO CURING AGENTS OR SEALERS ARE TO BE APPLIED TO THE CONCRETE SLAB. 2. Membrane Waterproofing and Dampproofing.............................................................................. Section 07100 a. Concrete subfloors on or below grade shall be adequately waterproofed beneath the slab and at the perimeter walls and on the earth side of below grade walls by general contractor using suitable type membrane. b. Sand -Poly -Sand slab construction is not an acceptable construction. 3. Thresholds.....................................................................................................................................Section 08700 4. Game Standard Inserts.................................................................................................................. Section 11500 1.02 QUALITY ASSURANCE A. Floor System Supplier Qualifications 1. Supplier shall be an established firm experienced in field and have been in business for a minimum of ten (10) years; Robbins, Inc. or an approved equal. 2. Formulator shall be ISO-9001 certified for quality control, and ISO-14001 certified for environmental care, and provide copy of Certification document upon request. B. Floor Contractor/Installer Qualifications and Certifications 1. Floor Contracting Company and field personnel shall be trained by supplier on proper installation and finishing process. C. System Industry Approvals 1. Floor system shall be approved by F.I.V.B. (International Volleyball Federation), and provide copy of Approval upon request. 2. Floor system shall be approved by F.I.B.A. (International Basketball Federation), and provide copy of Approval upon request. 3. Floor system shall be approved by I.H.F. (International Handball Federation), and provide copy of Approval upon request. ROBBINS* PULASTIC Classic 90 Page 2 of 5 Issue: 07/2014 D. System Technical Data: Technical Data Character Point -elastic Classification n/a Nominal thickness 9 mm (0.3543 inches) Shock Absorption 20% EN 14808 Shock Absorption (29%) (DIN 18032-91) Vertical Deformation 1.0 mm EN 14809 Linear Friction (dry) 98 EN 13036-4 Linear Friction (damp) 0.3 Leroux Ball Bounce 98 % EN 12235 Gloss 3% EN 2813 Resistance to rolling load >_1500 N EN 1569 Resistance to impact >_800 gr @ 10°C EN 1517 >_1200 gr @ 17°C EN 1517 Resistance to indentation 0.35 mm @ 5 min EN 1516 0.15mm@24hrs EN1516 Resistance to wear 150 mg EN ISO 2813 Flammability Bfl-Si EN 13501-1 V.O.C. content -Adhesive Solvent free V.O.C. content - Topcoat 0.01 gr/lit (EU) 2004/42/EG 45 gr/lit (US) ASTM D 3960 Adhesive composition Free of solvents and heavy metals Resin composition Free of solvents and heavy metals Elongation at break - Structure 150% DIN 53455 Tensile Strength - Structure 8 N/mm2 (1,160 psi) DIN 53455 Tear Strength - Structure 25 N/mm (142 pli) DIN 53455 Colour fastness 8 (excellent) DIN 54004 1.03 SUBMITTALS A. Manufacturer's Product Data 1. Submit three (3) Robbins Pulastic Classic 90 Floor System specification sheets. B. Concrete Guidelines 1. Submit three (3) copies of Recommendations for correct preparation, finishing and testing of concrete subfloor surfaces to receive to receive granulated base mat and polyurethane floor system. C. Samples 1. Submit one (1) sample of Pulastic Classic 90 2. Submit one (1) Pulastic Topcoat Standard Color Chart 3. Submit one (1) Pulastic Linepaint Color Chart D. Maintenance Literature 1. Submit copy of Pulastic Maintenance Instructions. E. References 1. Submit Letter attesting that Floor Contractor and Field Personnel have been properly trained to perform work per specifications and contract. 2. Reference list of three individual for whom installer has worked on projects of similar size and magnitude. 1.04 DELIVERY, STORAGE AND HANDLING A. Delivery of Materials 1. Material shall not be delivered or installed until all masonry, painting, plastering, tile work, marble and terrazzo work are completed and all overhead mechanical work, lighting, backstops, scoreboards are installed. Room temperature shall be at least 55 degrees Fahrenheit, and ambient relative humidity shall be 75% or less. In -slab relative humidity shall be 80% or less. 2. Area where materials are to be stored should be maintained at least 55 degrees Fahrenheit and under 75% relative humidity by the General Contractor. *please refer to Robbins Technical Services "Concrete Guide Specification " for further information regarding conditions and requirements of concrete prior to installation. ROBBINS@ PULASTIC Classic 90 Page 3 of 5 Issue: 07/2014 1.05 JOB CONDITIONS-SEOUENCY A. Do not install floor system until concrete has been cured 60 days and the requirements in paragraph 1.01 and 1.04 are obtained. B. General Contractor is responsible to ensure slab is clean and free of all dirt and debris prior to floor installation beginning. C. Permanent heat, light and ventilation shall be installed and operating during and after installation. Environmental temperatures must average a minimum of 65 degrees Fahrenheit for one full week proceeding, throughout, and 72 hours following application. D. After floors are finished, area to be kept locked by general contractor to allow curing time for the paint and finish system(s). No other trades are to be allowed on floor until it is accepted in writing by owner or owner's authorized agent. 1.06 GUARANTEE A. Guarantee shall not cover damage caused in whole or in part by casualty, ordinary wear and tear, abuse, use for which material is not designed, faulty construction of the building, settlement of the building walls, failure of the other contractors to adhere to specifications, separation of the concrete slab and excessive dryness or excessive moisture from humidity, spillage, migration through the slab or wall, or any other source. B. Robbins, Inc. hereby warrants the Pulastic Classic 90 material to be free from manufacturing defects for a period of 2 years. This warranty is in lieu of all other warranties, expressed or implied including but not limited to any warranty of merchantability or fitness for a particular purpose, and of any other obligations on the part of Robbins. In the event of breach of any warranty, the liability of Robbins shall be limited to repairing or replacing Pulastic Classic 90 material and system components supplied by Robbins and proven to be defective in manufacture, and shall not include any other damages, either direct or consequential. Part 2-PRODUCTS 2.01 MATERIALS NOTE: USE OF ANY NON -APPROVED COMPONENT SUBSTITUTIONS SHALL VOID WARRANTY. A. Robbins PULASTIC 1. Adhesive a. Pulastic Tacly Adhesive: a two -component polyurethane adhesive 2. Shock Pad a. Shock Pad, a granulated rubber/polyurethane mat 7.0 mm thick. 3. Pad Sealer a. Pulastic EG Sealer: a two -component polyurethane sealer 4. Polyurethane Resin a. Pulastic GM1500 Compound: a pigmented two -component polyurethane resin 5. Coating a. Pulastic Coating 221 W: a pigmented, two -component, water -dispersed polyurethane surface coating. 1) Color Options: Specify Topcoat color from following standard colors: a) 401 Lime Green b) 417 May Green c) 400 Green Oxide d) 407 Turquoise Mint e) 205 Sand Beige f) 800 Yellow Ochre g) 106 Autumn Brown h) 100 Red Oxide i) 307 Pastel Blue j) 308 Pigeon Blue k) 306 Steel Blue 1) 305 Sky Blue m) 309 Capri Blue n) 504 Stone Grey ROBBINS@ PULASTIC Classic 90 Page 4 of 5 Issue: 07/2014 o) 506 Dusty Grey p) 507 Iron Grey 6. Game line Paint a. Pulastic Linepaint: a pigmented, two -component polyurethane paint. 1) Color Options: Specify Court Marking colors from following standard colors: a) Black b) Light Grey (504) c) White d) Light Blue e) Signal Blue f) Dark Blue g) Lilac h) Ruby Red i) Red Orange j) Pastel Orange k) Yellow 1) Light Green (401) m) Dark Green (400) n) Dark Brown (106) o) Light Brown b. Option: Pulastic Linepaint-W: a pigmented, two -component, water -dispersed polyurethane paint. Part 3-EXECUTION 3.01 INSPECTION A. Inspect concrete slab for proper levelness tolerance, dryness, and possible contamination, (see Part 1 —Sec 1.01 and Sec. 1.04) and report any discrepancies to the general contractor and architect in writing. B. All work required to put the concrete subfloors in acceptable condition shall be the responsibility of the general contractor. C. Subfloor shall be broom cleaned by general contractor. D. General Contractor will notify the flooring installation company to proceed with the installation after concrete slab specifications are met. E. Installer shall perform tests for moisture and adhesion prior to application and report adverse conditions to the general contractor in writing. F. Installer shall document all working conditions provided in General Specifications prior to commencement of installation. 3.02 INSTALLATION A. Robbins Pulastic 1. Shock Pad a. Mix two -component Tacly Adhesive according to supplier's instructions and spread adhesive using ROBBINS PULASTIC notched trowel. b. Unroll polyurethane/rubber granulated base mat into freshly applied adhesive. Seams shall be in virtual contact with absence of compression fit. Roll surface of base mat with a medium -size roller. 2. Sealer a. Mix two -component EG Sealer according to supplier's instructions and spread sealer over base mat using a straight trowel. Allow to cure minimum 12 hours before proceeding. 3. Structure Layer a. Mix two -component ROBBINS PULASTIC GM1500 pigmented polyurethane resin and spread over EG Sealer according to supplier's instructions. Allow to cure minimum 12 hours before proceeding. b. Mix two -component ROBBINS PULASTIC GM1500 pigmented polyurethane resin and apply at proper thickness according to supplier's instructions. Allow to cure minimum 12 hours before proceeding. ROBBINS@ PULASTIC Classic 90 Page 5 of 5 Issue: 07/2014 4. TopCoat a. Mix two -component ROBBINS PULASTIC Coating 221 W and apply using ROBBINS PULASTIC lambswool roller(s) according to suppliers instructions. Allow 24 to 48 hours curing time before proceeding. 5. Gamelines a. Mix two -component ROBBINS PULASTIC PU-Linepaint according to supplier's instructions. b. Line painting should be in accordance with supplier's directions. c. Color of court markings shall be chosen from ROBBINS PULASTIC PU-Linepaint standard colors. d. Consult architectural drawings for game line locations and chosen colors. B. Perimeter Molding (Optional): 1. Install a rubber base, anchored to the walls with standard base cement. 3.03 CLEANING 1. Clean up all unused materials and debris and remove from the premises. Dispose of empty containers in accordance with federal and local regulations. 3.04 PROTECTION 1. Cure Time a. No traffic or other trades shall be allowed on the surface for a period of one week following completion to allow for complete and proper cure of the finish. 2. Other Trades a. It shall be the responsibility of the general contractor to protect the surface from damage by other trades before acceptance by the owner or the owner's authorized agent. 3. Safety a. No smoking, open flames or sparks from electrical equipment or any other source shall be permitted during the installation process, or in areas where materials are stored Construction options are available to modify this system to the project design and budget. Contact your Regional Sales Manager or the local Authorized Dealer for more information. 14g02jb All rights reserved. EXHIBIT "C" SPECIAL CONDITIONS PUBLIC WORKS PROJECTS OF MORE THAN $25,000 WILL REQUIRE PAYMENT BONDS BY LAW. WHERE A PAYMENT BOND IS REQUIRED, A PERFORMANCE BOND IS ALSO REQUIRED. ARTICLE 1. BONDS Concurrently with this Contract, the Contractor shall deliver to the City two identical counterparts of the Performance Bond and Payment Bond on the forms supplied by the City and included as Exhibit "F" to the Contract. The surety supplying the bond must be an admitted surety insurer, as defined in Code of Civil Procedure Section 995.120, authorized to do business as such in the State of California and satisfactory to the City. The Performance Bond and the Payment Bond shall be for one hundred percent (100%) of the Total Contract Price. BBBK (2020) Exhibit C - 1 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33 505 817.1 EXHIBIT "D" CERTIFICATION LABOR CODE - SECTION 1861 I, the undersigned Contractor, am aware of the provisions of Section 3700, et seq., of the California Labor Code which require every employer to be insured against liability for Worker's Compensation or to undertake self-insurance in accordance with the provisions of the Code, and I, the undersigned Contractor, agree to and will comply with such provisions before commencing the performance of the Work on this Contract. ABACUS SPORTS INSTALLATIONS LTD DBA ABACUS SPORTS SYNTHETIC FLOOR INSTALLATIONS By: Signature Name (Print) Title (Print) BB&K (2020) Exhibit D - 1 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\3 3 505817.1 d 0 11'=Ioaftions STATE OF CALIFORNIA APPLICATION FOR PUBLIC WORKS CONTRACTOR REGISTRATION Registration Information Type: New Period: February 5, 2021— June 30, 2022 Contractor Information Contractor Name: Abacus Sports Installations Ltd Trade Name: Abacus Sports Synthetic Floor Installations License Type Number: PW-LR-1000714608 Contractor Physical Address Physical Business Country: United States of America Physical Business Address: 2330 Dairy Road Contractor Mailing Address Mailing Business Country: Mailing Business Address: Contact Info Daytime Phone: Mobile Phone: Physical Business City/ Province: Lancaster Physical Business State: PA Physical Business Postal Code: 17601 Mailing Business City/ Province: Mailing Business State: Mailing Business Postal Code: Daytime Phone Ext.: Business Email: accounts@abacussports.com Applicant's Email: accounts@abacussports.com Registration Services:: Page i of 2 2/5/202111:43:24 AM Workers' Compensation Professional Employer Organization (PEO) Do you lease employees through Professional Employer Organization? No Workers' Compensation Overview Exempt from workers' compensation insurance Carrier: Erie Insurance Company Inception Date: Policyholder Name: Expiration Date: Policy Number: Certification Yes I certify that I do not have any delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award Yes I certify that the contractor is not currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes I certify that one of the following is true: (1)1 am licensed by the Contractors State License Board (CSLB) in accordance with Chapter 9 (commencing with Section 7000) of the Business and Professions Code; or (2) my business or trade Is not subject to licensing by the CSLB. I understand refunds are not authorized I, Bobbi Installations Fletcher, the undersigned, am , Abacus Sports Installations Ltd with the authority to act for and on behalf of the above named contractor. I certify under penalty of perjury that all of the above information provided is true and correct. I further acknowledge that any untruthful information provided in this application could result in the certification being canceled. I certify this on: 2/5/2021 11:34:25 AM Legal Entity Information Legal Entity Type: Corporation Name: Abacus Sports Installations Ltd Registration Services:: Page 2 of 2 EXHIBIT "E" PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. See http://www.dir.ca.gov/Public- Works/PublicWorks.html for additional information. No bid will be accepted nor any contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work. Contractor hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations.' Name of Contractor:,yS���`tJ DIR Registration Number: DIR Registration Expiration: Small Unless Contractor is exempt pursuant to the small project exemption, Contractor further acknowledges: 1. Contractor shall maintain a current DIR registration for the duration of the project. 2. Contractor shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its contract with subcontractors and ensure that all subcontractors are registered at the time of bid opening and maintain registration status for the duration of the project. 3. Failure to submit this form or comply with any of the above requirements may result in a finding that the nn bid is non -responsive. Name Name of Contractor:/4ba&-tj Signature: LIL e 6 Lz.� Name and Title: Dated: 1 If the Project is exempt from the contractor registration requirements pursuant to the small project exemption under Labor Code Sections 1725.5 and 1771.1, please mark "Yes" in response to "Small Project Exemption." BB&K (2020) Exhibit E - 1 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 EXHIBIT "F" PAYMENT AND PERFORMANCE BONDS BB&K (2020) Exhibit F - 1 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT WHEREAS, the City of Palm Springs awarded to , (hereinafter an agreement for (hereinafter referred to as the "Project"). (hereinafter referred to as "City") has referred to as the "Contractor") WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated , (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. NOW, THEREFORE, we, the undersigned Contractor and as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum of DOLLARS, ($ ), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, its officers and agents, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship, Surety shall undertake and faithfully fulfill all such obligations. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: BB&K (2020) Exhibit F - 2 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 (1) Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or (2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3) Permit the City to complete the Project in any manner consistent with local, California and federal law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project, including but not limited to the provisions of sections 2819 and 2845 of the California Civil Code. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 20__). (Corporate Seal) Contractor/ Principal By Title BB&K (2020) Exhibit F - 3 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 (Corporate Seal) Surety By Attorney -in -Fact Signatures of those signing for the Contractor and Surety must be notarized and evidence of corporate authority attached. (Attach Attorney -in -Fact Certificate) The rate of premium on this bond is charges, $ (The above must be filled in by corporate attorney.) THIS IS A REQUIRED FORM Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of process in California, if different from above) (Telephone number of Surety and Agent or Representative for service of process in California) Title per thousand. The total amount of premium NOTE: A copy of the Power -of -Attorney authorizing the person signing on behalf of the Surety to do so must be attached hereto. BB&K (2020) Exhibit F - 4 SHORT FORM CONSTRUCTION CONTRACT 5 5575.18165\33505817.1 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF On personally appeared 20_, before me, , Notary Public, who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature of Notary Public WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER ❑ Individual ❑ Corporate Officer Title(s) ❑ Partner(s) ❑ Limited ❑ General ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: Signer is representing: Name Of Person(s) Or Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Signer(s) Other Than Named Above BB&K (2020) Exhibit F - 5 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS That WHEREAS, the City of Palm Springs (hereinafter designated as the "City"), taken or a resolution passed 20 has awarded to hereinafter designated as the "Principal," a contract for the work described as follows: by action (the "Project"); and WHEREAS, the work to be performed by the Principal is more particularly set forth in the Contract Documents for the Project dated ("Contract Documents"), the terms and conditions of which are expressly incorporated by reference; and WHEREAS, said Principal is required to furnish a bond in connection with said contract; providing that if said Principal or any of its Subcontractors shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Code or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of said Principal and its Subcontractors with respect to such work or labor the Surety on this bond will pay for the same to the extent hereinafter set forth. NOW THEREFORE, we, the Principal and are held and firmly bound unto the City in the penal sum of Dollars ($ ) lawful money for the payment of which sum well and truly to be made executors, administrators, successors and assigns, jointly presents. as Surety, of the United States of America, we bind ourselves, our heirs, and severally, firmly by these THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named in Section 9100 of the Civil Code, fail to pay for any materials, provisions or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department or Franchise Tax Board from the wages of employees of the contractor and his subcontractors pursuant to Section 18663 of the Revenue and Taxation Code, with respect to such work and labor the Surety or Sureties will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bond, all litigation expenses incurred by City in such suit, including reasonable attorneys' fees, court costs, expert witness fees and investigation expenses. This bond shall inure to the benefit of any of the persons named in Section 9100 of the Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement BB&K (2020) Exhibit F - 6 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\3 3505817.1 pertaining or relating to any scheme or work of improvement herein above described, or pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement herein above described, nor by any rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond, nor by any fraud practiced by any person other than the claimant seeking to recover on the bond and that this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the owner or City and original contractor or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Section 9100 of the Civil Code, and has not been paid the full amount of his claim and that Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned and the provisions of sections 2819 and 2845 of the California Civil Code. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of 20_. (Corporate Seal) Contractor/ Principal (Corporate Seal) By Title Surety By Attorney -in -Fact Title Signatures of those signing for the Contractor and Surety must be notarized and evidence of corporate authority attached. A Power -of -Attorney authorizing the person signing on behalf of the Surety to do so much be attached hereto. NOTE: A copy of the Power -of -Attorney authorizing the person signing on behalf of the Surety to do so must be attached hereto. BB&K (2020) Exhibit F - 7 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF CALIFORNIA COUNTY OF On personally 20_, before me, , Notary Public, appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Signature of Notary Public WITNESS my hand and official seal. OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER ❑ Individual ❑ Corporate Officer Title(s) ❑ Partner(s) ❑ Limited ❑ General ❑ Attorney -I n-Fact ❑ Trustee(s) ❑ Guardian/Conservator ❑ Other: Signer is representing: Name Of Person(s) Or Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Signer(s) Other Than Named Above BB&K (2020) Exhibit F - 8 SHORT FORM CONSTRUCTION CONTRACT 55575,18165\33505817.1 EXHIBIT "G" FEDERAL REQUIREMENTS NOT APPLICABLE BB&K (2020) Exhibit G - 1 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33505817.1 Bond No. 7901042149 PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: THAT A6�CO bttsTfistdll2�fon iL+!d cqt AbgL(p Springs (hereinafter referred to as "City") has awarded to s , (hereinafter referred to as the "Contractor") an agreement for CP 20-26 Gym Floor Replacement CO James O. Jessie (hereinafter referred to as the "Project"). Desert Highland Unity Center WHEREAS, the work to be performed by the Contractor is more particularly set forth in the Contract Documents for the Project dated 03/31/2021 , (hereinafter referred to as "Contract Documents"), the terms and conditions of which are expressly incorporated herein by reference; and WHEREAS, the Contractor is required by said Contract Documents to perform the terms thereof and to furnish a bond for the faithful performance of said Contract Documents. Abacus Sports Installations, Ltd dba Abacus ports Synthetic floor Installations NOW, THEREFORE, we; the undersigned Contractor and Nationwide Mutual Insurance Company as Surety, a corporation organized and duly authorized to transact business under the laws of the State of California, are held and firmly bound unto the City in the sum Of Ninety -Eight Thousand Three Hundred Fifteen DOLLARS, ($98,315.00 ), said sum being not less than one hundred percent (100%) of the total amount of the Contract, for which amount well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if the Contractor, his or its heirs, executors, administrators, successors or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants, conditions and agreements in the Contract Documents and any alteration thereof made as therein provided, on its part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their intent and meaning; and shall faithfully fulfill all obligations including the one-year guarantee of all materials and workmanship; and shall indemnify and save harmless the City, its officers and agents, as stipulated in said Contract Documents, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. As a condition precedent to the satisfactory completion of the Contract Documents, unless otherwise provided for in the Contract Documents, the above obligation shall hold good for a period of one (1) year after the acceptance of the work by City, during which time if Contractor shall fail to make full, complete, and satisfactory repair and replacements and totally protect the City from loss or damage resulting from or caused by defective materials or faulty workmanship, Surety shall undertake and faithfully fulfill all such obligations. The obligations of Surety hereunder shall continue so long as any obligation of Contractor remains. Nothing herein shall limit the City's rights or the Contractor or Surety's obligations under the Contract, law or equity, including, but not limited to, California Code of Civil Procedure section 337.15. Whenever Contractor shall be, and is declared by the City to be, in default under the Contract Documents, the Surety shall remedy the default pursuant to the Contract Documents, or shall promptly, at the City's option: BB&K (2020) Exhibit F - 2 SHORT FORM CONSTRUCTION CONTRACT 55575.18165\33 505817.1 (1) Take over and complete the Project in accordance with all terms and conditions in the Contract Documents; or (2) Obtain a bid or bids for completing the Project in accordance with all terms and conditions in the Contract Documents and upon determination by Surety of the lowest responsive and responsible bidder, arrange for a Contract between such bidder, the Surety and the City, and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. (3) Permit the City to complete the Project in any manner consistent with local, California and federal law and make available as work progresses sufficient funds to pay the cost of completion of the Project, less the balance of the contract price, including other costs and damages for which Surety may be liable. The term "balance of the contract price" as used in this paragraph shall mean the total amount payable to Contractor by the City under the Contract and any modification thereto, less any amount previously paid by the City to the Contractor and any other set offs pursuant to the Contract Documents. Surety expressly agrees that the City may reject any contractor or subcontractor which may be proposed by Surety in fulfillment of its obligations in the event of default by the Contractor. Surety shall not utilize Contractor in completing the Project nor shall Surety accept a bid from Contractor for completion of the Project if the City, when declaring the Contractor in default, notifies Surety of the City's objection to Contractor's further participation in the completion of the Project. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project to be performed thereunder shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract Documents or to the Project, including but not limited to the provisions of sections 2819 and 2845 of the California Civil Code. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 31st day of March 20 21 ) Abacus Sports Installations Ltd dba Abacus Sports Synthetic (Corporate Seal) Floor Installations Contractor/ Pri I BY Title BB&K (2020) Exhibit F - 3 SHORT FORM CONSTRUCTION CONTRACT 55575.18165�335058171 (Corporate Seal) Nationwide Mutual Insurance Company Surety By Attorney -in -Fact Signatures of those signing for the Contractor and Surety must be notarized and evidence of corporate authority attached. (Attach Attorney -in -Fact Certificate) Title Beth A. Seibert, Attorney -in -Fact $25.00 per thousand The rate of premium on this bond is first $100,000. of per thousand. The total amount of premium charges, $2,458.00 Contract Price (The above must be filled in by corporate attorney.) THIS IS A REQUIRED FORM Any claims under this bond may be addressed to: (Name and Address of Surety) (Name and Address of Agent or Representative for service of process in California, if different from above) (Telephone number of Surety and Agent or Representative for service of process in California) Nationwide Mutual Insurance Company 1100 Locust St., Dept 2006 Des Moines, IA 50391 Keystone Bonding and Surety Agency, LLC 2600 Commerce Dr Harrisburg, PA 17110 515-508-5393 - Paris Spencer, Contract Manager for Nationwide Mutual Insurance Company NOTE: A copy of the Power -of -Attorney authorizing the person signing on behalf of the Surety to do so must be attached hereto. BB&K (2020) 55575.19165\33505817.1 Exhibit F - 4 SHORT FORM CONSTRUCTION CONTRACT Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF Pennsylvania COUNTY OF LanCa-4-r-r On IUae.4 3i . 209L, before me, t.Q,nR L. �clrim nk Notary Public, personally appeared fit i WA - N= , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their sig,oature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under P ws of the of PA that the foregoing paragraph is true and correrAlyCmvnb*n �+�Perray+van+a-Notary L ARMENT, Notary Public Lancaster County S y h ff ial sea. EWres October 7,4 �sllan Number 100W4 111W.1ul Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT `i Individual -1 Corporate Officer �er�rrnan ea.. Title (s ) Title or Type of Document Partner(s) ❑ Limited ❑ General Number of Pages 11 Attorney -In -Fact -i Trustee(s) D Guardian/Conservator Date of Document :i Other: Signer is representing: Name Of Person(s) Or Entity(ies) BB&K (2020) 55575.18165W505801 Signer(s) Other Than Named Above Principal Notary Acknowledgement Exhibit F - 5 SHORT FORM CONSTRUCTION CONTRACT Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF Pennsylvania COUNTY OF Cumberland On March 31 20 21 , before me, Nevin L. Beyer Notary Public, personally appeared Beth A. Seibert, Attorney -in -Fact , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of PA that the foregoing paragraph is true and correct. WITNESS my hand and official seal. By. COMMONWEALTH OF PENNSYLVANIA NOTARIALSEAL ig ature o o ry u 4 oyer,Commission Expires 8/28/2021 Uarnp HI o, u County OPTIONAL My Commission Expires Aug. 28, 2021 MEMBER, PENNSYLVANIAASSO IATION OF NOTARIES Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER Individual D Corporate Officer Title(s) Partner(s) ❑ Limited LI General 25 Attorney -I n-Fact Trustee(s) 3 Guardian/Conservator Other: Signer is representing: Name Of Person(s) Or Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Performance Bond Title or Type of Document 3 pages Performance Bond - 2 Pages Notary Acknowledgements 1 Number of Pages March 31, 2021 Date of Document Signer(s) Other Than Named Above Surety Notary Acknowledgement BBBK (2020) Exhibit F - 5 SHORT FORM CONSTRUCTION CONTRACT 5 5575 18165\33505817.1 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Nevin L. Beyer, Aimee R. Horvath, Lydia A. Mantle, Beth A. Seibert each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of Two Million Five Hundred Thousand and no/100 - - Dollars $2,500.000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the teens and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided. however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided. however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by',he signature of its officer the 271h day of February, 2019. 4L441t— id 4c� Antonio C. Albanese, Vice President of Nationwide Mutual insurance Company 41"W\ ACKNOWLEDGMENT STATE OF NEW YORK, COUNTY OF NEW YORK. ss c� AT On this 2Th day of February, 2019, before me came the above -named officer for the Company JEtil..:.� aforesaid, to me personally known to be the officer described in and who executed the preceding ` `• �" instrument, and he acknowledged the execution of the same, and being by rile duly sworn, deposes at and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the � corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. sutanne C. Del,u - NotirVpublic,StateofNewYork �) N0.02DE6126649 r `P Y4 ✓tr, qua6flee,n wenchester County �L .7LC ` �.�.-✓ Cpmmisuan Eaprtes September it, 2921 �' No,arYputr-: My Cemm,rvan E-0— sept—, 16,20ll CERTIFICATE I, Laura S. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 31st day of March 2021 �- 8 �- Assistant Secretary BDJ 1(02-19)00 Bond No. 7901042149 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS That WHEREAS, the City of Palm Springs (hereinafter designated as 1 l hV aacr}tInnn taken or a resolution passed , 20 21 has awarded to _' S or(s Irista8F IR t Ltd dba Abacus p bons hereinafter designated as the "Principal," a contract for the work described as follows: CP 20-26 Gym Floor Replacement @ James O. Jessie Desert Highland Unity Center (the "Project"); and WHEREAS, the work to be performed by the Principal is more particularly set forth in the Contract Documents for the Project dated 03/31/2021 ("Contract Documents"), the terms and conditions of which are expressly incorporated by reference; and WHEREAS, said Principal is required to furnish a bond in connection with said contract; providing that if said Principal or any of its Subcontractors shall fail to pay for any materials, provisions, provender, equipment, or other supplies used in, upon, for or about the performance of the work contracted to be done, or for any work or labor done thereon of any kind, or for amounts due under the Unemployment Insurance Code or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of said Principal and its Subcontractors with respect to such work or labor the Surety on this bond will pay for the same to the extent hereinafter set forth. Nationwide Mutual NOW THEREFORE, we, the Principal and Insurance Company as Surety, are held and firmly bound unto the City in the penal sum of Ninety -Eight Thousand Three Hundred Fifteen Dollars ($ 98.315.00 ) lawful money of the United States of America, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if said Principal, his or its subcontractors, heirs, executors, administrators, successors or assigns, shall fail to pay any of the persons named in Section 9100 of the Civil Code, fall to pay for any materials, provisions or other supplies, used in, upon, for or about the performance of the work contracted to be done, or for any work or labor thereon of any kind, or amounts due under the Unemployment Insurance Code with respect to work or labor performed under the contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department or Franchise Tax Board from the wages of employees of the contractor and his subcontractors pursuant to Section 18663 of the Revenue and Taxation Code, with respect to such work and labor the Surety or Sureties will pay for the same, in an amount not exceeding the sum herein above specified, and also, in case suit is brought upon this bond, all litigation expenses incurred by City in such suit, including reasonable attorneys' fees, court costs, expert witness fees and investigation expenses. This bond shall inure to the benefit of any of the persons named in Section 9100 of the Civil Code so as to give a right of action to such persons or their assigns in any suit brought upon this bond. It is further stipulated and agreed that the Surety on this bond shall not be exonerated or released from the obligation of this bond by any change, extension of time for performance, addition, alteration or modification in, to, or of any contract, plans, specifications, or agreement BB&K (2020) Exhibit F - 6 SHORT FORM CONSTRUCTION CONTRACT 55575 18165\33 505 817.1 pertaining or relating to any scheme or work of improvement herein above described, or pertaining or relating to the furnishing of labor, materials, or equipment therefore, nor by any change or modification of any terms of payment or extension of the time for any payment pertaining or relating to any scheme or work of improvement herein above described, nor by any rescission or attempted rescission of the contract, agreement or bond, nor by any conditions precedent or subsequent in the bond attempting to limit the right of recovery of claimants otherwise entitled to recover under any such contract or agreement or under the bond, nor by any fraud practiced by any person other than the claimant seeking to recover on the bond and that this bond be construed most strongly against the Surety and in favor of all persons for whose benefit such bond is given, and under no circumstances shall Surety be released from liability to those for whose benefit such bond has been given, by reason of any breach of contract between the owner or City and original contractor or on the part of any obligee named in such bond, but the sole conditions of recovery shall be that claimant is a person described in Section 9100 of the Civil Code, and has not been paid the full amount of his claim and that Surety does hereby waive notice of any such change, extension of time, addition, alteration or modification herein mentioned and the provisions of sections 2819 and 2845 of the California Civil Code. IN WITNESS WHEREOF, we have hereunto set our hands and seals this 31st day of March 20 21 (Corporate Seal) Abacus Sports Installations Ltd dba Abacus Sports Synthetic Floor Installations Contractor/ Principal By _ <5� Title Nationwide Mutual Insurance Company (Corporate Seal) Surety By Attorney -in -Fact Title Beth A. Seibert, Attorney -in -Fact Signatures of those signing for the Contractor and Surety must be notarized and evidence of corporate authority attached. A Power -of -Attorney authorizing the person signing on behalf of the Surety to do so much be attached hereto. NOTE: A copy of the Power -of -Attorney authorizing the person signing on behalf of the Surety to do so must be attached hereto. BB&K (2020) Exhibit F - 7 SHORT FORM CONSTRUCTION CONTRACT 55575.19165\3 3505817.1 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF Pennsylvania COUNTY OF On kka-ArGh 3I 2QL, before me, � � - _ Notary Public, personally _ appeared , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PE i TV C)F PERJURY r laws of f PA that the foregoing paragraph is true and correct Comvnonwealth of Pennsytvania -Notary Seal DIANE L. ARMENT, Notary Public Lancaster County N E and n a l. AV Commission Expires Oct 7, Conn ntsSion Number 100 4 Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER Individual Corporate Officer Title(s) Partner(s) ❑ Limited General Attorney -In -Fact Trustee(s) j Guardian/Conservator -3 Other: Signer is representing: Name Of Person(s) Or Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT o' Title or Type of Document Number of Pages Date of Document Signer(s) Other Than Named Above Principal Notary Acknowledgement BB&K (2020) Exhibit F - 8 SHORT FORM CONSTRUCTION CONTRACT 55575. 18165\33505817 1 Notary Acknowledgment A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. STATE OF COUNTY O On March 3 personally F Pennsylvania Cumberland 1 . 20 21 , before me, Nevin L. Beyer Notary Public, appeared Beth A. Seibert, Attorney -in -Fact , who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. l certify under PENALTY OF PERJURY under the laws of the State of PA that the foregoing paragraph is true and correct. WITNESS m NSYLVANIA NOTA L L By:Nevin L. Beyer, Notary Public (14WI ture o ary u Ic Camp Hill Boro, Cumberland County Commission Expires 08/28/2021 MEMBER PENNSYLVANIAASSOCIATION OF N TA ►ES OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER -j Individual Ij Corporate Officer Title(s) Partner(s) p Limited General Attorney -In -Fact :1 Trustee(s) Guardian/Conservator :i Other: Signer is representing: Name Of Person(s) Or Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT Payment Bond Title or Type of Document 1 2 Pages Payment Bond - 2 Pages Notary Acknowledgements - 1 POA I March 31, 2021 Number of Pages Date of Document Signer(s) Other Than Named Above Surety Notary Acknowledgement BB&K (2020) Exhibit F - 8 SHORT FORM CONSTRUCTION CONTRACT 55575 1816513350S817.1 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: Ncvin L. Bcycr, Aimcc R. Horvath, Lydia A. Mantic, Beth A. Scibcrt each in their individual capacity, its true and lawful attomey-in-fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of Two Million Five Hundred Thousand and no/100 - - Dollars $2,500.000.00 and to bind the Company thereby, as fully and to the same extent as if such instruments were signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: "RESOLVED, that the president, or any vice president be, and each hereby is, authorized and empowered to appoint attorneys -in -fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory in nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -tact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents." This power of attorney is signed and seated under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided. however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company. IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 2r day of February, 2019. JViy{n.� d *_ Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company 14 ACKNOWLEDGMENT r �auutw STATE OF NEW YORK, COUNTY OF NEW YORK: ss t A On this 2T" day of February. 2019, before me came the above -named officer for the Company 0;,:,SEAL`�� ,r aforesaid, to me personally known to be the officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly sworn, deposes s"'o 4#r and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is the corporate seal of said Company, and the said corporate seal and his signature were duly affixed and subscribed to said instrument by the authority and direction of said Company. Sutanne C. Delu Notary Public, Stale of New York NO. 030E61266a9 Quarto in WwChener Coumy A rG'./L'% C . /�..G'�• C�i C-1 iasion E.0i,es 5eplamber 16, 2021 a Nbu.y oub'rt MY Cbr,r,bilwn [>P•rCi SCPembcr 16, 702, CERTIFICATE I. Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the original power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the Foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN VyITNESS WHEREOF, 1 have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 31st day of March 2021 Assistant Secretary BDJ 1(02-19)00 ACOR" CERTIFICATE OF LIABILITY INSURANCE `./ DATE(MM/DDIYYYY) 1 03/31/2021 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the policy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder In Ileu of such endorsements . PRODUCER CONTACT Katie Kohl NAME: PHC.ONNO.E 717 733-8631 FANo: 717 733AO69 DoupleAgency. Inc. 34 East Main Street MAIL , katie@doupleinsuranoe.com EDDP INSURERS AFFORDING COVERAGE NAIC # INSURERA : Erie Insurance Exchange 26271 E hrata PA 17522-2701 INSURED INSURERS: Erie Fla shi p City 35585 INSURER C : Lloyds of London 00000 Abacus Sports Installations LTD INSURER D : Abacus Surfaces Inc D/B/A INSURER E : 2330 Dairy Rd INSURERF: Lancaster PA 17601-2308 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUBR POLICY NUMBER POLICY EFF POLICY EXPLTIR DDfYYYYl LIMITS X COMMERCIAL GENERAL LIABILITY FACH OCCURRENCE $ 1000000 CLAIMS -MADE F OCCUR PREMISES Eaoccurrence $ 1000000 X MED EXP (Any one person) $ 5000 EPLI with 3rd Party - $5000 Ded PERSONAL aADVINJURY $ 1000000 A Y Y Q37-0155973 01/01/2021 01/01/2022 GENT AGGREGATE LIMIT APPLIES PER* GENERAL AGGREGATE $ 2000000 POLICY X❑ JER LOC PRODUCTS -COMPIOPAGG $ 2000000 EPLI with 3rd Pa $ 1000000 OTHER AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000000 BODILY INJURY (Per person) $ X ANY AUTO A OWNED SCHEDULED AUTOS ONLY AUTOS Y Y Q01-0141183 01/01/2021 01/012022 BODILY INJURY (Per accident) $ HIRED NON -OWNED Ix PROPERTY DAMAGE Per accident $ AUTOS ONLY AUTOS ONLY UMBRELLA,LIAB X OCCUR EACH OCCURRENCE $ 5000000 A X EXCESSLIAB CLAIMS -MADE Y Y Q25-0173316 01/012021 01/012022 AGGREGATE $ 5000000 DED X RETENTION 0 $ WORKERS COMPENSATION X PER OTH- AND EMPLOYERS' LIABILITY YINR STATUTE E.L.EEACHACCIDENT $ 1000000 B ANY PROPRIETORIPARTNERIEXECUTIVE OFFICERIMEMBEREXCLUDED? FN NIA Y Q85-5101927 01/012021 01/01/2022 E.L. DISEASE -EA EMPLOYE $ 1000000 (Mandatory in NH) Ifyes, describe under DESCRIPTION OF OPERATIONS below E.L DISEASE -POLICY LIMIT $ 1000000 Limit 1000000 Contractors Pollution C ECO0598553 Ol /082021 01 /082022 Aggregate 2000000 Deductible 5000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached it more space Is required) Project: James O Jessie Desert Highland Unity Center, CP 20-26 Gym Floor Replacement 480 W. Tramview Road, Palm Springs, CA 92262. The City of Palm Springs, its officials, employees and agents are named as an additional insured with respect to general liability, auto liability and umbrella liability in regards to Work performed by the above named insured for ongoing and completed operations per forms CG2010 and CG2037 editions 4/13. Coverage is written on a primary and non-oontributory basis. 30 day notice of cancelation applies. Waiver of subrogation applies per written contract. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN City of Palm Springs ACCORDANCE WITH THE POLICY PROVISIONS. 3200 E. Tahquitz Canyon Way AUTHORIZED RVIMLENTATIVE Palm Springs CA 92262 Fax: Email: ACORD 25 (2016103) O 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ERIE INSURANCE CON M ERCIAL GENERAL LIABILITY CG 20 10 (Ed. 4/13) OF-9665 POLICY NUMBER: Q37-0155973 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: CON MERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) I Location(s) Of Covered Operations The City of Palm Springs, its officials, employees and agents Varous jobs by the insured for the additional insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; This insurance does not apply to "bodily injury" or whichever is less. "property damage" occurring after: This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. C Insurance Services Office, Inc., 2012 ERIE INSURANCE COMMERCIAL GENERAL LIABILITY CG 20 37 (Ed. 4/13) OF-3293 POLICY NUMBER: Q37-0155973 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations The City of Palm Springs, its officials, employees and agents Various jobs completed by the insured for the additional insured Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. 0 Insurance Services Office, Inc., 2012 Q01-0141183 9149I:IiiEel ►&; ERIE INSURANCE GROUP COMMERCIAL/GARAGE AUTO ABAZ10 (Ed. 6/11) OF-5072 ADDITIONAL INSURED ENDORSEMENT "Additional Insured" means the person or organization shown on the "Declarations" as an "ADDITIONAL INSURED." OUR PROMISE Under Liability Protection, "we" will pay all sums the "Additional Insured" legally must pay as damages arising out of the acts or omissions of: 1. the "Named Insured" or any "relative;" 2. any employee or agent of the "Named Insured;" or 3. any other person, except the "Additional Insured" or any employee or agent of the "Additional Insured" using an "auto we insure" with the "Named Insureds" permission. TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US If any person or organization to or for whom "we" make payment under this Coverage Form has rights to recover damages from another, those rights are transferred to "us." That person or organization must do everything necessary to secure our rights and must do nothing after "accident" or loss to impair them. "We" waive any right of recovery "we" may have against a person or organization identified as an "Additional Insured" in the "Declarations" because of payments "we" make for injury or damage arising out of the ownership, maintenance or use of a covered "auto" under a contract with that "Additional Insured." SPECIAL CONDITIONS 1. If this policy is cancelled by "us," "we" will mail notice to the "Additional Insured" at least 30 days prior to the cancellation date. (Maryland Exception: "We" will mail notice at least 30 days in advance of the effective date of cancellation for non-payment of premium. If this policy is cancelled by "us" for any other reason, "we" will mail notice at least 45 days in advance of the effective date of cancellation.) 2. If this policy is cancelled by the "Named Insured," "we" will mail notice of cancellation to the "Additional Insured." 3. The "Additional Insured" will never be asked to pay a premium for this policy. 4. Protecting the "Additional Insured" under this policy shall not increase the limits of protection. OTHER PROVISIONS All other provisions of the policy apply. ERIE INSURANCE WORKERS COMPENSATION AND EMPLOYERS LIABILITY WC 00 03 13 (Ed. 1/86) OF-8641 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule "Organizations for which the Named Insured has agreed to by written contract executed prior to the loss to furnish waiver" 01984 National Council on Compensation Insurance, Inc.