Loading...
HomeMy WebLinkAboutA4852 - CMF - CONVENTION CENTER EXPANSION PHASE II CP02-27-14 FLASHING SHEET METAL ........... . . . \ ievu,�'v L 1 L 1 ` `D''OCUMENT.1 TRACKING (� A\ 11llYA31 - i�1` &W �k � 6l \NQ.r&VVD��WJy A.if • Y`� (A t��� �C /�(ll © Page: 1 Report: All Active Documents Listing if,Nn �`l 1�p ��� December 19,2005 Condition: ALL Groups,services=NOC,XREF°= PROCUREMENT G' w � Document# Company Group Service Aprvl Date Expire Date Close Date A4840 American Demo PROCUREMENT NOC 03/17/2004 10/01/2005 A4841 Shoring Engineers Ghost PROCUREMENT NOC 03/17/2004 10/01/2005 A4843 -Precision;Concrete PROCUREMENT NOC 03/17/2004 10/01/2005 A4844 Temecula Mechanical CloqL. NOC 03/17/2004 10/01/2005 A4845 ._ K-&S Air Conditioning- PROCUREMENT NOC 03/17/2004 10/01/2005 A4846 ✓A Shasta Fire Protection Ctok PROCUREMENT NOC 03/17/2004 10/01/2005 A4847 t $�A� Cove Electric Okayc PROCUREMENT NOC 03/17/2004 10/01/2005 A4850 ® 6✓� -� H C I GAO NOC 03/31/2004 03/01/2005 A4852 CMF Inc C-lD 0- PROCUREMENT NOC 03/31/2004 10/01/2005 A4853 Construction Hardware Co C61A PROCUREMENT NOC 03/31/2004 10/01/2005 A4854 Preferred Ceilings Inc CIbsr PROCUREMENT NOC 03/31/2004 10/01/2005 A4855 �' �� J Colavin&San G%o(t PROCUREMENT NOC 03/31/2004 10/01/2005 A4856 Invironmentalists Clo4g NOC 03/31/2004 10/01/2005 A4859 Palm Springs Mirror&Glass Inc CID 5k PROCUREMENT NOC 03/31/2004 10/01/2005 A4860 Temecula Mechanical Inc C�tiv PROCUREMENT NOC 03/31/2004 10/01/2005 A4861 Advanced Equipment Corporation&G9 PROCUREMENT NOC 03/31/2004 10/01/2005 A4871 American Demolition Concrete CuttiDg PROCUREMENT NOC 04/14/2004 10/01/2005 A4879 DBM-Hatch Inc C�iK C�v� PROCUREMENT NOC 05/05/2004 10/01/2005 A4880 Standard Drywall 6.05- PROCUREMENT NOC 05/05/2004 10/01/2005 A5019 Nick Pecoraro Painting&Decorating? PROCUREMENT NOC 01/05/2005 12/01/2005 A5020 Arrowwood Works CEO`✓ Y PROCUREMENT NOC 01/05/2005 12/01/2005 A5021 Vomar Products GG'it PROCUREMENT NOC 01/05/2005 12/01/2005 A5041 Saddleback Waterproofing 6b'k PROCUREMENT NOC 02/16/2005 06/01/2006 A5050 Stumbaugh &Assoc�iiat//es Inc. CSOW PROCUREMENT NOC 01/05/2005 01/01/2006 A5054 Cookson Doors C� PROCUREMENT NOC 03/17/2005 * * * * * * END OF REPORT * * * * * * DOC " 2005-06901640 08/23/2005 08:0091 Fee:NC Page 1 of 2 PLEASE COMPLETE THIS INFORMATION Recorded in Official Records RECORDING REQUESTED BY: County of Riverside 1 Larry W, Ward i Assessor, County Clerk &I{Recorder ll I` AND WHEN RECORDED MAIL TO: I IINII IIIIIII 1111111 II 1E IIIII III IIIII 11 IIII City Clerk M S 'U PAGE SIZE DA PCOR NOCOft SMF MISC, City of Palm Springs 1 . P.O.Box 2743 fI C Palm Springs, California 92263-2743 1 1 1 `- " A R L DOPY LONG REFUND NCHG E ,Md AJ Space above this line for recorders use only TRA: NOTICE OF COMPLETION OTT: Title of Document Tn Z� AR� K REU/ 0RUER" Uo'r-*'E 0NLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 238P-AS4REO (Rev.02/2003) Return To: City Clerk City of Pahn Springs P.O. Box 2743 Palm Springs, California 92263-2743 Filing fee EXEMPT per Government Code 6103 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Pahn Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Talrquitz Canyon Way, Palm Springs, California(P.O. Box 2743,Palm Springs, California 92263-2743). 4. The public work improvement on the hereinafter referred to real property within the city was COMPLETED on the 19th day of August,2005. 5. The name of the contractor(if named) for such improvement was: CMF, Inc. 6. The public work improvement, which was completed in the City of Pahn Springs, County of Riverside, State of California, is described as follows: Palm Springs Convention Center Expansion-Phase II, City Project No. 02-27, Copper Fascia/Sheet Metal. 7. The property or location of said property is: 277 N. Avenida Caballeros,Palm Springs, California, 92262. 8. City Project No: 02-27 Agreement No. A4852 Resolution No. 20870 DATED: CITY OF PALM SPRINGS By: —. Allen F. Smoot/Project Administrator JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of aforesaid City of Palm Springs, California,the corporation that executed the foregoing notice;that he makes this verification on behalf of said corporation;that he has read the foregoing Notice of Completion, and knows the content thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of id municipal corporation. City Clerk hrdex No. 1111111111111111111111 II II11111 IIIII II IIIII IIII IIII 08 20�2 09 08460fi CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: CMF, Inc. —� _ Date: September 27, 2005 1317 W. Grove Avenue I'���, �� ��,� Project No. 02-27 Orange, CA 92865 '� ��II "I_� Change Order No. 4 (Page 1 of 2) Purchase Order No. 416614 Attn: Paul Jones Agreement No. A4852 c_ Account No. 4283-50003 _ il,�tnt 9�)�u;rJ4�Y.3 o f�LrC�9 i0V091;�11 Description of Change to be Made: Description Add/ Amount Deduct 1. Provide new gutter at existing trellis (COR#16). __- - _Add: $__1.161.00 2. Provide revised sheet metal cap @ 26 & 32 between 2.5 &AA.. Add: $ 1,118.00 3. Replace damaged gutter at Loading Dock. Add: $ 1.137.00 4. Furnish & install flat channel at revised louvers at Cooling Tower Add: $ 1,858.00 Mezzanine. 5. Provide expansion joints at Pylons/ Fascia intersection, SOR#110.05. Add: $ 3,839.00 6. Delete rosin paper over 30 lb felt. Deduct: $ (3,045.00) 7. Provide sheet metal angle to cover up exposed steel at base of parapet/ Add: $ 1,672.00 roof deck intersection of Ballroom &West Mech. Mezzanine roofs. 8. Backcharge for damaged colored site concrete. Deduct: $ (4,175.00) 9. Remove & replace copper fascias and work overtime to correct wood Add: $ 2,087.00 ceiling elevation issues. 10. Provide flashing at back side of pylons, per RFI#999. Add: $ 3,389.00 11. Work overtime on Saturday, 6/25.05. Add: $ 814.00 12. Acid fire blanket at DID Line. Add: $ 1,366.00 13. Provide sheet metal coping at existing transformer/electrical generator/ Add: $ 1,004.00 screen walls. 14. Work overtime on Saturday, 7/2/05. Add: $ 1,019.00 15. Reconcile expansion joints and fire blankets and expedited delivery. Add: $ 7,839.00 16. Raise height of exterior cloud canopy coping. Add: $ 1,771.00 TOTAL ADD: $22,853.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 99; 2) 316; 3) 446; 4) 534; 5) 543; 6) 549; 7) 555; 8) 705: 9) 712; 10) 740; 11) 803; 12)808; 13)821; 14) 821; 15)866: 16) 875 CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: CMF, Inc. Date: September 27, 2005 1317 W. Grove Avenue Project No, 02-27 Orange, CA 92865 Change Order No. 4 (Page 2 of 2) Purchase Order No. 416614 Attn: Paul Jones Agreement No. A4852 Account No. 4283-50003 Sumrnary of Cost/Time Original Contract Price $ 348,095.00 Total of all Previous Change Orders $ 303,378.00 Total of this Change Order $ 22,853.00 Total Contract Price $ 674.326.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 working days. , � fk I have received a copy of this Change Order Constr. Manager. 'f / and the above AGREE RICES are acceptable Approval: ff/ P Date: V to the contr t r. Turner Cog, F'ctiqjn�Cc9mp�any d I City Ap�rbval: ¢ By: Submitted By: V�h� I Date: f°� i���jT �� Own Representative Title: � � Approved by: Date. �4 Date: /O /� niVtratdr Distribution: t a �Gf,�n a';hIa�GCll,1i�i�I„ Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) APPROVED BY CITY COUNCIL �h ao�'lo �•3�•nIL RlLaya CITY OF PALM SPRINGS VW PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: CMF, Inc. Date: February 16, 2005 1317 W. Grove Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 3 Purchase Order No. 416614 Attn: Chris Lavato Agreement No. A4852 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Install pre-finished galvanized fascia shingles and copings/trims at Add: $ 15.000.00 Curtainwall Entry Canopies. Color to be selected by Architect. 2. Provide copper shingles and copings/trims, per RFP #8 dated Add: $ 251,396.00 February 2, and February 9, 2005. Provide credit for galvanized coping at west fascia. TOTAL ADD: $266,396.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 91; 2) 128 Summary of Cost/Time Original Contract Price $ 348,095.00 Total of all Previous Change Orders $ 36,982.00 Total of this Change Order $ 266,396.00 Total Contract Price $ 651.4UM This Change Order(increases) (decreases) (unchanged) the contract time by 0 rkin ays. I have received a copy of this Change Order Constr. Manag and the above AGREED PRICES are acceptable Approval: / Date: %% J to the con r'. Turner structi p ny City Approval: GG r By: /// Submitted By: (i � ' is `4' Date: Owner's.,Representative a 9 Title: i �5t } % Approved by: 0 } 1 v Date: Date: 07���wr✓'� P cedAdministrator Distribution: Original Conformed Copies "'�"' ' Conformed - File Copy � ���- �,�+� �� � ;.,,_a City Clerk (1) Project Administrator (1) Contractor (1) f< Procurement& Contracting (1) ; k Finance� (1)a Owner's Representative (1) nr:-'ter:"t e)(41 "d Turner Construction (1) 0.w1.ir.,Inc CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II YIV��VV CONSTRUCTION CHANGE ORDER To: CMF, Inc. Date: November 3, 2004 1317 W. Grove Avenue Project No. 02-27 Orange, CA 92865 - 1 Change Order No. 2 ��f6r7 sib Purchase Order No. 416614 Attn: Chris Lavato V Agreement No. A4852 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount Provide three (3) louvers at Cooling Tower enclosure, per architectural ADD: $ 4,666.00 elevations A51.01. Install four (4) existing 8' x 8' louvers at Cooling Tower enclosures. Provide and install sheet metal sill and head flashing at seven (7) Cooling Tower louvers in accordance with RFP #05, dated 6/30/04. TOTAL ADD: $4,666.00 AUTHORIZATION FOR CHANGE: PCO#86 Summary of Cost/Time Original Contract Price $ 348,095.00 Total of all Previous Change Orders $ 32,316.00 Total of this Change Order $ 4,666.00 Total Contract Price $ 385,077.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 orkin days. I have received a copy of this Change Order Constr. Manager, / b and the above AGREE P ICES are acceptable Approval: Date: to the co c r. i/�� Tyner o t u om any City Approval: ^ g : Submitted B Date: lf11 dQ / Owic,s Repre entat`ivpe Title: l i �) db t ��W A roved by: 4 i N' Date. �2 Date: /�/� ^/ c� Protect Administ for f A/ Distribution: Z�, ld'�c�a�1 k-�h C�h ati�aD1_ o -� 5 Oriqinal Conformed Copies Conformed - File Copy City Clerk (1) „ Project Administrator (1) Contractor (1) m�td Procurement& Contracting (1) ^ ��Finance (1) "Owner's Representative (1) Turner Construction (1) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER ' To: CMF, Inc. Date: July 14, 2004 1317 W. Grove Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 1 Purchase Order No. 416614 Attn: Chris Lavato Agreement No. A4852 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount Incorporate Issued for Construction Plans Volumes 1 of 3, 2 of 3 & 3 ADD: $ 32,316.00 of 3 and Project Specifications Volumes 1 of 2 & 2 of 2 dated May 10, 2004 into your firm's Scope of Work, specifically including all new coping. Scope does not include pre-finished shingles over new curtain wall canopies. v 4 ,. ffj m S; V" {p �05 ggL7 tl � RKE, Inc AJ TOTAL ADD: $32,316.00 AUTHORIZATION FOR CHANGE: PCO 1 ~ �' Summary of Cost/Time Original Contract Price $ 348,095.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ 32,316.00 Total Contract Price $ 380.411.00 This Change Order(increases) (decreases) (unchanged) the contract time by working days. I have received a copy of this Change Order Constr. Manager Z �, C and the above AGR RICES are acceptable Approval: ate: U�II to the co ra or. Turner o tru i C pa y City Approval By: Submitted By: Date: a o Own s Repre entati e Title: / Approved by: Date: y Date: �/a��`� /�� Project Administrator Distribution: Original Conformed Copies Conformed - File Copy City Clerk (1) RECEIVED Project Administrator (1) Contractor (1) Procurement&Contracting (1) JUL 2 6 2004 Finance (1) Owner's Representative (1) TURNER CONSTRUCTION CTOurner Construction (1) NOTE FOR FILE ONLY: Change Order 1 was never recv'd. We only recv'd a copy of it when a copy was requested from Al Smoot; therefore, only a copy is available. kdh 11-16-04 CMF, Inc Convention Center CP02-27-14 AGREEMENT #4852 R20870, 3-24-04 l AGREEMENT 11__ - - THIS AGREEMENT made this Un'day of n(1 NV in the year 2004, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and CMF, Inc., hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1-THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City Contract's contract Documents entitled: Palm Springs Phase II Convention Center Expansion Phase II City Project No 02-27-14 Flashing & Sheet Metal The work is generally described as follows: All that Work set forth in the Trade Bid Schedule of the bid Forms, as awarded by the City of Palm Springs, pursuant to the Contract Documents for the City Project No. 02-27- 14. ARTICLE 2-COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall be commenced on the date specified the Notice to Proceed by the City and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement and that the City will suffer considerable financial loss if the Work is not completed within the time specified in said Notice to Proceed, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The damages suffered by the City would be extremely difficult or impractical to determine in the event of a breach by the Contractor. Accordingly the City and the Contractor agree that the Contractor shall pay the amount provided in Exhibit G of the contract documents attached hereto as liquidated damages, for each calendar day that the work is not completed in the time set forth. ARTICLE 3-CONTRACT PRICE ($348,095) The City shall pay the contractor for the completion of the Work hereunder in accordance with the Contract Documents in current funds the Contract Price(s) named in the Contractor's Bid and accepted Bid Schedule. Y�V t ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of : notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule, the Schedule of Values, Bid Security or Bid Bond, this Agreement Worker's Compensation Certificate, Performance Bond, Multiple Oblige Rider to Performance Bond, Payment Bond, Notice of Award Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, the Technical Specifications, Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover of the Drawings, Addenda numbers 1,2 and 3, inclusive, and all Change Orders, and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5- PAYMENT PROCEDUERES The Contractor shall submit Applications for Payment in accordance with the provisions of the General Conditions and the Supplementary General Conditions of the Contract. Applications for Payment will be processed by the City as provided in the Contract Documents. ARTICLE 6- NOTICES Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address know to the giver of the Notice. ARTICLE 7- MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due many not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors , assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. ATTEST: CITY OF PALM SPRINGS a municipal corporation City Clerk STY MATPGL+P �' { APPROVED AS TO FORM: Agreement AmonnU-..,,,,6_ c Reviewed aed Wraved by By: � Precureajerit & Contract*City Attorney! flta�s �� Date SIGNATURES ON NEXT PAGE S CONTRACTOR: Check one:_Individual _Partnership Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer. BY -SIC lATURE NOT -RIZE� D SIGNATURE NOTARIZED c%� ��. �G�LG/G�/� Title: i- rre,V A Q y�� Title / G e lz�2e Address: Jffl \0�5 01 ,�0e) Address: Y1P �� 6i�)�I\ � lv State of 1(� ����� State of (a A .��1'��o County of -IT(I 4I „I @@ County of ('y�'Q'�, jJ,�(�� 0n�""�3�P'it betore me{JLMI x(J), Ya, iv,,ad/al� l��((°Ou��'�J� before me persor{�ly a es�/�ed, personall a eared . .11,//(A�.B' [.J,O .8 Y10 , 1 i (( I (9� 5 personally known to me(or proved to me on personally known to me(or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/she/they executed the same in to me that lie/she/they executed the same in his/her/their authorized capacity(ies), and his/her/their authorized capacity(ies)and that by his/her/their signature(s) on the that by his/her/their signature(s)on the instrument the person(s),or the entity upon instrument the person(s),or the entity upon behalf of which the person(s)acted, behalf of which the person(s) acted executed the instrument. executed the instrument. TNESS my hand and of rcial seal. TNESS my hand and fficial seal. N tary Signa� re Not ry Si' ar"re Notary Seal: Not Seal: ,1� p q�I1. . c ^� ppif G .0 d`p 4J8ffi.�'u tr�'sUtl`1..., v ,9�,fNIF R L V RUNT d ° ��f f ``' i I ugcmne,p 9�i�Ai c 'f' , _ ff'v�,� t. 1�+ �i b� s"'�4d�+�9i� �`$II Jv d,�J1 0-ADICECt')t Ntl1r.P'vKiput; (11M.PVd?Cim � �'� '��� PJRAN COM3711 j,25C+Pi ' � W 1 Gf s 4e i;F9i,Ff a4.fi9vG. .ii,.;L . 2f;,k �1 Bond No:6200467 Executed in four originals Premium included in Performance Bond PAYMENT BOND KNOW ALL MEN BY THESE PRFSENTS, That,CMF.Inc.as Contractor and Safe..Insuranuo Company of America as Surety, are held firmly bound unto the City of Palm Springs, a Chatter City, organized and existing in the County of Riverside. State of California, hereinafter called the "City," in the sum of: $348 095.00 (Three hundred, forty eiglII thousand and nine five dollars, for the payment of which sum well and wily to be made, we bind ourselves, our Irehs, executors, adrninisrators, successors,and assigns,jointly and severnlly,firndy by these presents, WHER);,AS,said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Convention Center Expansion Phase H CITY PROJECT 02.27-14 Flashing&Sheet Metal NOW THEREFORE, if said Contractor, its subcontractors, its heirs, cxecutars, administrators, successors, or assigns 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 Iabor thereon of any kind, or for amounts due under the lnemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Dovelopmcnt Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV,Chapter 7, Sections 3247-3252,inclusive, of the Civil Code of the State of California and acts amendatory thereof,and sections of other codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so furnishing said materials, provisions,provender,equipment or other supplies, appliances or power used in,upon,for at about performance of the work contracted to be executed or perforrned, or any person, company, or corporation renting or hiring implements or machinery or power for or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum hercinbeforc set forth and also will pay,in case suit is brought upon this bond, a reasonable attorneys fee, as shall be fixed by the Court, This bond shall intro to the benefit of any and all persons named in Section 31,91 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way mlease said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety_ SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this 26 day oY April ,2e 04 . sure Safe Contract CMFp In o I an a o of America Hy� M Mark Richardson,Attorney-m-+act - - (SEAL AND NOTARIAL ACIiNOWLEDGMfNT orsultt?rv) _ BY L�.�r - Corporations require two notarized - signatures; One from each of the foilawing: - - i, Chairman of Board,President,or any Nice - president:ANo 2.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer), State of California RIGHT THUMBPRINT(Optional) County Of Orange t On April 26,2004 before me,Jennifer L.Prunty,Notary Public IDATEI [NAM ETITLE OF OFFICER-i.e.'JANE DOE.NOTARY PUBLIC-) c personally appeared David G. Duclett & Paul Keohane INAMNS)OF SIGNER(SH CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) CORPORATE 0� personally known to me -OR- ❑ proved to me on the OFFICERIS) basis Of satisfactory OPARTNERIS) ❑LIMITED evidence to be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT it is/are subscribed to the OTRUSTEEIS) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER: n _ he/she/they executed the j O TI t an9 same in his/her/their f u E ) / l II authorized capacity(ies), SIGNER IS REPRESENTING: ( " + NJiId �" 91('- o9.drrlvtlll�l and that by his/her/their (Name of Person(c)or Entity(ioa) " err r signature(s) on the Cry, Inc. instrument theperson(s), or the entity upon behalf of which the person(s) j acted, executed the it instrument. RIGHT THUMBPRINT IOptlonel) I :i Witness my hand and official seal. 9/`1 (SEAL) o _a5l ` �i.�)d e✓� 1���"j j II IGNATURE F NOTARY) CAPACITY CLAIMED BV SIGNER(S) ❑INDIVIDUALIS) ❑CORPORATE ATTENTION !VOTARY OFFICER(S) The information requested below and in the column to the right is OPTIONAL. 1T1T1£51 Recording of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any OPARTNER(S) ❑LIMITED unauthorized document. ❑GENERAL I! OATTORNEY IN FACT THIS CERTIFICATE Tale or Type of Document OTRUSTEE(S) MUST BE ATTACHED ❑GUARDIANICONSERVATOR TO THE DOCUMENT Number of Pages Date of Document ❑OTHER: DESCRIBED AT RIGHT: Signerlsl Other Than Named Above SIGNER IS REPRESENTING: (Nome of Personls)or Entity(ies) i, WOLCOTT$FORM 63240 Rav-3.94(price class 0.2A) 01994 WOLCOTTS FORMS,INC ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATION,TWO FINGERPRINTS II�IIl7 710p63240 I!II R CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On Al ,z( -1,904 before me Stephanie Pham Notary Public DATE ° 0 NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) Z personally known to me - OR - ❑ 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 ca acit ies and that b his/her/their -J P Y ), Y a �r aPl�An11L fHAIV ei r 1 �("(WAA ,+t +aoao4o k signature(s) on the instrument the person(s), or the d Maur naorouii, entity upon behalf of which the person(s) acted, W",M.. 4PI,Inty °'r.` y pm n Ex Tres executed the i strument. �� i��4'?j/�MLsfyFi�,2006 WITNES m b d-and o (ci' I se I. I Place Notary Seal Above oigna urejof Njtary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: ❑ INDIVIDUAL ❑ CORPORATE OFFICER T ITLE(S) TITLE OR TYPE DOCUMENT ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL ❑✓ ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: DOCUMENT DATE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE PREMIUM IS FOR THE CONTRACT TERM AND IS SUBJECT Bond No.6200467 TO ADJUSTMENT BASED ON F114AL CONTIZACr PRICE Executed in four originals Premium:$3,759.00 PERFORMANCE BOND KNCN ALL MEN BY TIIESE PRESENTS, Company of America That_ lnc. as Contractor and. Safeco Insurance P Y as Surety we held i$miy bound unto dre City of Palm Springs,a Charier City,organized and existing in the County of Riverside,California, hereinafter called the"City,"in the Sion of•,1348,045,00(Threc bundred foiry cjght thousand and arty five 1 dollars,.,for the payment of which stun well and truly to be made, we bind ourselves, our heirs, executors, administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS said Contracmr has been awarded and is about to enter into the annexod Agreemenr with said City to perform the Work as specified or indicated in the Contract Doeurnems entitled: PALb'I SPRINGS PRASE 11 Convention Center Expansion Phase 11 CITY PROJECT 02,27-14 IIIIashing&Sheet Metal NOW TREii1;FORE^,if said Connector shall perform all the requirements of said Contract Documents required to Ito performed on its part,at the Times and in the manner specified herein,then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be famished, or changes in the time of completion,which may be made pursuant to the terms of said contract Dociunenrs,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents, release eitlier said Contactor or said Surety, and notice of such aitera9nns or extensions of the Agrccment is hereby waived by said Surety. SIGNATURES ON NEXT PAGE StCiNED,AND`uFALED,this 26 day of April ,20 04 CMF,�f'n Canto to . C F Inc. _ Can A1z ctor , DY_/"� - M!'2,A; '�✓ Sy d--.+� a.,,;�Win„ _n _ Titic ��r'�p �J Corporations require two notarized signatures: One from each of the following: 1. Chairman of-Board, President, or any Vice President: AND 2. Secretary, Assistant secrehxr/,Treasurer,Assistant Treasurer, or Chief Financial Officer). SEAL AND NOTABSAL - ACK',,(OWL$DGiVffiNT of SX3MTY sot ty 5 f c �nsura. .01, npany of America i Dy , Titic Mark Richardsofi,Attoril'ey-in-Fact I State Of California RIGHT THUMBPRINT(Optionall County of Orange E On 4/26/04 before me,Jennifer L.Prunty,Notary Public 0 IDATE) INAM ElrITLE OF OFFICER-i.e."JANE DOE,NOTARY PUBLIC') c personally appeared David G. Duclett & Paul Keohane NAMES)OF SIGNERISII I CAPACITY CLAIMED BY SIGNER(S) DINDIVIDUAL(S) dWORPORATE FKk El personally known to me -OR- proved to me on the RITIES) basis of satisfactory OPARTNERIS) ❑LIMITED evidence to be the ❑GENERA❑_ person(s)whose name(s) ❑ATTORNEY IN FACT is/are subscribed to the OTRUSTEE(S) within instrument and OGUARDIAN/CONSERVATOR acknowledged to me that DOTHER: T he/she/they executed the same in his/her/their _ e _ "1- �� I° I I'�at�V�M i V authorized capacity(ies) SIGNER IS REPRESENTING: sP• )'t 9.' eIJ.�'�I� � and that by his/her/their (Name of Parasols)or Entity(iac) ele-YA 0 signature(s) on the CMF, Inc. I FA � r0MI-J, instrument the person(s) I^a�11 L or the entity upon behalf of which the person(s) acted, executed the RIGHT THUMBPRINT(Optional) instrument. I I Witness my hand and official seal. 'I I L (SEAL) .A I � )((SIGNATURE OF NOTARY) 11CAPACITY CLAIMED BY SIGNERIS) DINDIVIDUAL(S) ❑CORPORATE ATTENTION NOTARY OFFICER(SI The information requested below and in the column to the right is OPTIONAL. mnE3) Recording Of this document is not required by law and is also optional. It could, however, prevent fraudulent attachment of this certificate to any OPARTNER(S) ❑LIMITED unauthorized document. DGeNERAL OATTORNEV IN FACT THIS CERTIFICATE Tale or Type of Document OTRUSTEE(S) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of Pages Date of Document OOTHER: DESCRIBED AT RIGHT: Signer(.)Other Than Named Above SIGNER IS REPRESENTING: (Name of Persons)or EnNtVfies) II WOLCOTTS FORM 63240 Rev 3-94 (price class 6-2A) 01994 WOLCOTTS FORMS,MC ( _ ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITYIREPRESENTATION/iWO FINGERPRINTS I�I 67775 63240 s CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of gg Orange On a'b�P p'76 A09u1 before me Stephanie Pham Notary Public -p E° NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) Q personally known to me - OR - ❑ 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 sl hl I�NIr �i��M authorized capacity(ies), and that by his/her/their hNry PuhN1384040 ra°om�� ' signature(s) on the instrument the person(s), or the Mti"H '(., :�i Expires 'r''I entityupon behalf of which the person(s) acted, $da w f';"j',"'"✓ fui Comm Nunn, t" p p ( ) 21, 6 executed the instrument. WITNES offi ial s/ea��. Place Notary Seal Above Signatu e of Ntary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE DOCUMENT ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL O ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: DOCUMENT DATE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE CO INSURANCE COMPANY F AMERICA S A F E C a POWER GENERAL OFAMERIC GENERAL INSURANCE COMPANY OF AMERICA r OF ATTORNEY HOME OFFICE: SAFECO PLAZA SFATTLE,WASHINGTON 98185 No. 12804 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint .................*+*r+++r+r+«+«+r++........+****ERIC LOWEY,MARK RICHARDSON,Costa Mesa, its true and lawful attorney(s)-m-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 5th day of November 2002 4 �_ P r CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations.shall each have authority to appoint individuals as attorneys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business..On any instrument making or evidencing such appointment, the signatures may he affixed by facsimile. On any instrument conferring such authority or on any band or undertaking of the company,the seat,or a facsimile thereof,may be impressed or affixed or In any other manner reproduced,provided,however,that the seal snail not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company setting out, r) The provisions of Article V,Section 13 of the Sy-Laws,and (u) A copy of the power-of-attorney appointment,executed pursuant thereto,and (m) Certifymg that said power-of-attomey appointment is in full force and effect, :he signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof" I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and Correct,and that both the By-Laws,the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 26 day of April 2004 oTe,'lyy� �PNgf COMpgN _� CORPORATE 9 SEAS; — �, SEAL a a x 3 s1, d353 oea W�� tez'� `s FOf NASM dy��WdSnSA. CHRISTINE MEAD,SECRETARY 3-09741SAEF 2101 O A registered trademark of SAFECO Corporation 11/12/2002 PDF Executed in four originals Premium included in Performance Bond MULTIPLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number 6200467 with Safeco Insurance Company of America as surety, CMF,Inc. _ asPrincipal,and City of Palm Springs ,as obligee. for valuable consideration,hereby agree respectively in connection with a contract for Palm Springs Convention Center Expansion Phase H. City Project 02-27-14. Flashing& Sheet Metal which bond and contract are made a part hereof by refemnce,shall now include as additional Ohlloee(s) U,S Department of Interior Bureau of Indian Affairs "Pertaining to Lease PR-315" This bond is subject to the condition that no Obliges shall have any right or action groater than those of any other Cl and shall be subject to all offsets and defenses,however arising,which might be available against any other Obligee, their agents and representatives,in addition to any offsets or defenses that might be available against themselves. In no event shall the Surety be liable in the aggregate to the Obligees for more than the penalty of this bond, At Surety's election,any payment due to any Obligee may be made by its check issued to the Obllgees lolntly. Neither the execution nor language of this inatrument,nor any previous nogoUations,shall be construed as relieving any Obligee from the due and timely performance of such obligations and duties as he,or his agent or represetnative,may owe to the Principal or the Surety under the contract or bond. Witness the fel00w1110 signahims and seals this 26 day of April _ _ 200 4 PRINCIPAL: CMF,Inc. SURFTY: Safeco Insurance Company of America Chuk Oac. indivAduxl;V partnership; X carPOratlbn - (Carponidans rcquirc nvo sigriewres: one From cech of the By__ fallowing groups: A. Chairman of Board,President or nny Vicc President:and E:Stdo,mry, Ass(.Sccreinry.rrosw cr,or Chief Title Mark Richardson,Attorney-ill-Fact Fionncial Of tcer} ��^ IBy C ���(f' ��"''`�� (SEAL R NOTARIAL AMNOW,1,FDGMENT OF SURIsTY) 8ignnlvre(NOTARI7HD) PRINT-1g7m,AND TITLF _ By—. / JC./ Signsnire(NOTARI7_Rr1) .. PRINT NAME AND TITLE: �J State of California RIGHT THUMBPRINT(Optional) County of Orange 1 On 4/26/04 before me Jennifer L.Prunty,Notary Public (DATE) ' (NAM EfrITLE OF 0 FFI C ER,.e.'JAN E DOE,NOTARY—PUBLIC"I O personally appeared Paul Keohane and Dave G. Duclett (NAMES)OF SIGNER(SII CAPACITY CLAIMED BY SIGNERIS) OINDIVIDUAL(S) AIYORPORATE II U personally known to me -OR- ❑ proved to me on the OFFICER(S) PnE6 basis of satisfactory OPARTNER(S) ❑LIMITED evidence to be the ❑GENERAL person(s) whose name(s) ❑ATTORNEY IN FACT Is/are subscribed to the OTRUSTEEIS) within instrument and ❑GUARDIAN/CONSERVATOR acknowledged to me that ❑OTHER: he executed the same in y his/her/their authorized caacity(ies► t'� , im p , SIGNER IS REPRESENTING: II "' and that by his/her/their y(Name of Person(.)or Emit des) signature(s) on the cMF Inc. instrumenttheperson(s), or the entity upon behalf of which the person(s) acted, executed the RIGHT THUMBPRINT(Optional) instrument. Witness my hand and official seal. t I (SEAL) '4 .� 'ACAU- o � ( ( I NATURE OF NOTARY(Y) J CAPACITY CLAIMED BY SIGNERS) III OINDIVIDUAL(S) ❑CORPORATE ATTENTION NOTARY OFFICER(S) l The information requested below and in the column to the right is OPTIONAL. Recording of this document is not required by law and is also optional. ( It could, however, prevent fraudulent attachment of this certificate to any ❑PARTNERS) ❑LIMITED unauthorized document. ❑GENERAL ❑ATTORNEY IN FACT THIS CERTIFICATE Title or Type of Document OTRUSTEE(S) MUST BE ATTACHED ❑GUARDIAN/CONSERVATOR TO THE DOCUMENT Number of Pages Date of Document ❑OTHER: DESCRIBED AT RIGHT: Signedsi Other Than Named Above SIGNER IS REPRESENTING: (Name of Personls)or EntityPOG) WOLCOTTS FORM 63240 Rev.3-94 IP,,C,close 3-2A) �)1994 WOLCOTTS FORMS,INC. l ALL PURPOSE ACKNOWLEDGMENT WITH SIGNER CAPACITY/REPRESENTATIOMmvO FINGERPRINTS 111 7 I�I I111IIII I6 i1i l l 8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ` State of California County of Orange On l 4� amm before me Stephanie Pham Notary Public DATE r / NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) Q personally known to me - OR - ❑ 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 1 he/she/they executed the same in his/her/their ,z. si hI ANIF EI+Frw authorized capacity(ies), and that by his/her/their aO M110 138 .Ya„(` signature(s) on the instrument the person(s), or the Moomn,�a county,, entity upon behalf of which the person(s) acted, ` ' y"� NMEMuER 9 266 executed the instrument. WITNESS my han end-official- eal. !L Place Notary Seal Above Signatdire of Notary a`iblf 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 CLAWED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: ❑ INDIVIDUAL ❑ CORPORATE OFFICER. TITLE(S) TITLE OR TYPE DOCUMENT ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL Q ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: DOCUMENT DATE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNERS) OTHER THAN NAMED ABOVE SAFECO INSURANCE COMPANY OF AMERICA S /f,IY F CC C a POWER GENERAL INSURANCE COMPANY OF AMERICA r OF ATTORNEY HOME OFFICE SAFECO PLAZA SEATTLE,WASHINGTON 98185 No. 12B04 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint ....a...................w.r.r.ra.ww.w.w......w.rERIC LOWEY:MARK RICHARDSON;Costa Mesa,Califomiawww..r.w.rww.r:ww...www....wr..r..rr..r.rww.+..<rwr.. Its true and lawful aftorney(s)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character Issued in the course of Its business,and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this Soh day of Nnvember 2002 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS .., the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authonty to appoint Individuals as attomeys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidefy and surety bonds and other documents of similar character Issued by the company in the course of its business. On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile On any instrument containing such authonty or on any band or undertaking of the company, the seal,or a facsimile thereof,may be Impressed or affixed or in any other manner reproduced,provided,however,that the seal shall not be necessary to the validity of any such Instrument or undertaking" Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 28. 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,and (h) A copy of the power-of-attomey appointment,executed pursuant thereto,and fli) Certifying that said power-of-attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I,Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby candy that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 26 day of April 2004 /�Q��CyNvca CECOMpy�o 1 CORPORATE 1 \ SEAU SEAL A x T - ArFi`�wNSNf ' eof WdS�N6�S CHRISTINE MEAD,SECRETARY S-0974ISAEF 2101 D A registered trademark of SAFECO Corporation 11I12I2002 PDF • TRADE BID TRADE BID PACKAGE# 14 TRADE DESCRIPTION Flashing Sheet Metal & Roofing Accessories BID TO: CITY OF PALM SPRINGS,CALIFORNIA The undersigned Bidder proposes and agrees,it this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents las defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled, TRADE BID FOR: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II PROJECT NO. 02-27 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number Date 3102104 Number 2 Date 3105104 Number 3 Date 3109104 • Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost,progress or performance of the Work and has made such independent investigations as Bidder deems necessary. In conformance with current statutory requirements of California Labor Code Section 1860,at seq., the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the 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 before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Date: McyLoh 22, 2004 Bidder: CMF, Inc. By: swnaw,el Title: E6,tifpatn TRADE BID TRADE BID FORMS - 2 • TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase II Project No. 02-27 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 14 TRADE BID PACKAGE DESCRIPTION: Flashing Sheet Metal & Roofing Accessories TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - $ 348,045.00 Price in figures Tbucee hundhed -lonty e,Lght thou,6and ninety � ve dot vLz Pnce in wards Pnce in words . BIDDER: CMS Tnc. BY: Lwej:," Sipnamre TITLE: Estimaton DATE: MaAah 22, 2004 • City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address 1 . N/A 2. 3. 4. 5. 6. 7. 8. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California I ss. County of Ohange ) I, Paut Keohane being first duly sworn, deposes and says that he or she is PiLmident of CMP, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER ,01,', Inc. BY TITLE P)Lu dent ORGANIZATION COhpO)Lation ADDRESS 1317 W. G"ve Ave. Unange, CA 92865 SUBSCRIBED AND SWO N TO BEFORE ME THIs22ncbAY OFMARCH 2O04, r �n NtTARY I�UBLIC IN AND FOR S ID C UNTYND STATE a'ui"'" B �rsG98C l.Pi$V�� ` !; COUP] v<14112 C sa; r7d Or�0;6tlP�� MY COMMISSION EXPIRES: SeptembeA 28, 2007 or tluc�caaasov `���s my�csaemr.�1o.SEPT. 26,API <<-r —­­ City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 BID BOND KNOW ALL MEN BY THESF PRFSFNTS, That__ C M F., Inc. as Principal, and Safeco Insurance Company of America as surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (state in words and figures) (10%) Ten percent of the attached bid amount s 10%ofbid amount IT..pc W(IM Tat mrnl nm""nv m p.opWl for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, execotors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II City Project No. 02-17 Bid Package# 14: Flashing,Sheet Metal&Roofing Accessories NOW THEREFORF, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and of re.O. In the event suit Is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the GOUT[. SIGNED AND SEALED, this 22 day of March ,2o 04 C M F., Inc. (SEAL) 5 EA L1 IFdn�i nA p. _. (SEALI Safeco Insurance Company of America (SEAL) M /� ^1f.. �rety) �- ' iq , I SEAL AND NOTARIAL By: Mark Richardson, Attorney-in-Fact ACKNO` UMGMENT OF SURETY (Signnturel BID BOND City of Palm Springs BID TRADE FORMS - 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On ayth &�2 04 before me Stephanie Pham, Notary Public DATE NAME, TITLE OF OFFICER personally appeared Mark Richardson NAME(S) OF SIGNER(S) 0 personally known to me - OR - ❑ 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 STEPHANIE HAM authorized capacity(ies), and that by his/her/their ,ter COMM,# 7384040 signature(s) on the instrument the person(s), or the Notarya gale unity rnla� entity upon behalf of which the person(s) acted, MyCC romm.Expires -+ executed the instrument. VOVEM6ER 9 2006 WITME'SE y h d a d ofLcalseal. Place Notary Seal Above ignatu Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document.. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT Signer's Name: ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE DOCUMENT ❑ PARTNER(S) - ❑ LIMITED ❑ GENERAL 0 ATTORNEY-IN- FACT NUMBER OF PAGES ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ OTHER: DOCUMENT DATE SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE POWER SAFECOINSURANCE COMPANY OF AMERICA SAFECa GENERAL INSURANCECOMPAN OF AMERICA OF ATTORNEY HOME OFFICE SAFECO PLAZA SEAL LE,WASHINGTCN 98185 No. 12604 KNOW ALL BY THESE PRESENTS: That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA,each a Washington corporation,does each hereby appoint .........-..+ww++.+....rsarx........... ...+wrsrERIC LOW EY,MARK RICHARDSON;Costa Mesa,Califberiass+.+r.+.rr.+rr.+.r..++..•r..ss.ww.*••r..rxr+....+r:. ;is true and lawful attorneys)-in-fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business,and to bind the respective company thereby IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 5th day of November 2002 CHRISTINE MEAD,SECRETARY MIKE MCGAVICK,PRESIDENT CERTIFICATE Extract from the By-laws of SAFECO INSURANCE COMPANY OFAMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13, - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attomeys-in-fact or under other appropnate titles with authonty to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business..On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any band or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced,provided,however,that the seal mall not be necessary ro the validity of any such instrument of Undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adapted July 28.1970 "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,and (a) A copy of the power-of-attorney appointment,executed pursuant thereto,and (iii) Certifying that said power-of-atomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof" I.Christine Mead,Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA,do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of these corporations,and of a Power of Attorney issued pursuant thereto,are true and correct,and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 22 dayor March 2004 ,`LE OfNp�NPQ s F�C5 COMP9��o 3 CORPORATE -9, L W SEAL . C x sr 1953 eb y� le2's �f`cOf WAyM Gp({v31lr1iNNS CHRISTINE MEAD,SECRETARY S-0974lSAEF 2101 OO A reg,o.red Emdemarx of SAFECO Corporation 11/122002 POP PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 SCOPE OR WORK PROVISIONS 14- FLASHING, SHEET METAL AND ROOFING ACCESSORIES A. Scope of Work shall include, but not limited to,the following Contract Documents: 1. All conditions as set forth in the City's Bid Package 14 Construction Documents, dated February 6, 2004, including the Safety Program dated February 6, 2004 (Exhibit A), Master Construction Schedule for Bidding Information (Exhibit B), dated February 6, 2004, General Liability and Automobile Insurance Limits (Exhibit C), dated February 6, 2004, Document List(Exhibit D), dated February 6, 2004. Construction Manager's Standard Provisions (Exhibit E), dated February 6, 2004, Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004 and Liquidated Damages (Exhibit G), dated February 6, 2004 are to be considered as part of the Work. 2. OSHA 30 Hour Safety Training Policy, as outlined, in the City's Safety Program, dated February 6, 2004. 3. Project Regulations and Logistics. Reference Paragraph "M" of the Scope of Work Provisions. B. Additional Instructions 1. The Contract Documents do not necessarily indicate or describe all Work required for the full performance of the Flashing, Sheet Metal and Roofing Accessories Work. Trade Contractor is to provide all items required for the completion of the Work without adjustment to the Price. It is intended that the Trade Contractor shall be solely responsible for the inclusion of adequate amounts to cover all Work indicated, described, or implied, subject to code requirements and the reasonable intent of the Contract Documents. The Trade Contractor acknowledges and represents that they have: a) Visited the site and become familiar with the existing conditions, improvements and the overall physical condition of the site. b) Examined and fully understand the Contract Documents and all other exhibits, attachments, engineering reports, soils reports, special studies, and existing conditions to the extent necessary to perform the Work. The drawings, specifications, and other information listed as Contract Documents indicate the general scope of Work, and do not necessarily indicate or describe everything required for the full performance and completion of the Work. Trade Contractor shall be solely responsible for completing the Work in accordance with code requirements and the reasonable intent of the Contract Documents. c) Had an opportunity to request changes, clarifications and interpretations of errors, ambiguities, omissions and other matters which Trade Contractor has become aware of contained in the Contract Documents and Exhibits. d) Determined all procedures, techniques, phasing, sequencing, and schedules necessary or appropriate to complete the Work. e) Examined and fully understands Safety Manual and its rules, regulations and guidelines. 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 1 i PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 3. Trade Contractor acknowledges that they will be working in an existing, fully functional Convention Center facility, and the work may include working within public right-of ways. As such, Trade Contractor will allow for the Owner's needs for security, delivery and cleanliness and will perform ; the Trade Contractor's Work without disruption of the facility or its systems and operations. The level of quality, detail, coordination, scheduling, phasing, sequencing, construction activities and aesthetics is expected to exceed normal industry standards. 4. Trade Contractor fully understands that the existing Convention Center will remain open for ' business and will be fully operational. This Contractor further acknowledges that occasionally the progress of the work will be impeded as a result of operating the existing facility. Any demobilization, remobilization, or any other associated costs related to this type of delay is not reimbursable. 5. Contractor to provide all drinking water containers, ice, cups, trash receptacles, etc. as necessary for Contractor's employees. 6. Trade Contactor acknowledges that Turner is the Construction Manager and as such has no field forces or material handling capability to assist Trade Contractor. 7. On the basis of the above and further examinations, investigations and studies which the Trade Contractor has made in connection with the Work, Trade Contractor represents and agrees that the Contract Documents and Exhibits are accurate to the best of the Trade Contractor's knowledge and that the Work can be performed in strict accordance with the terms of their Agreement with the City. C. Scope Of Work i General Scope: 1. Provide all Flashing, Sheet Metal and Roofing Accessories Work as required by the Contract Documents. The following items and descriptions of Work are particularly included and are not intended to limit the Trade Contractor's Work but to clarify or emphasize the Work. 2. All items listed under scope of work that are not specifically shown in the Contract Documents, or are necessary to perform this Work to completion, must be included by this Trade Contractor. 3, This Work includes, but is not limited to, all the Work specified in Section(s) This Work includes, but is not limited to, all the Work specified in Section(s) 01732, 01735, 05810, 07600, 07720, 07900 and 10210 of the Specifications. 4. The word "provide" when used herein shall mean Provide completely, including all costs for labor, material, equipment, travel, hoisting, scaffolding, tools, rigging and any other facilities necessary to complete the Work. 5. The word "remove"when used shall mean remove and dispose, unless otherwise noted 6. All required fees, sales taxes, haul route permits, freight or other ancillary charges associated with the performance of this Work are included. The Building Permit will be obtained and paid for by others. 7. Provide the complete, fully functional, code complying Flashing, Sheet Metal and Roofing Accessories to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Trade Contractor shall be responsible for providing Protection of adjacent surfaces. Sanitary protection of all loads or items being transported through or around the Existing Building of the Convention Center Facility. 2 I PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 9. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 10. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 11. Food & beverages will be allowed in designated areas only. The designated area will be located i outside of existing and new building areas, and may be located offsite. Designated areas will be determined by Turner Construction Company. 12. A City Business License must be obtained within 10 business days after the start of the project. 13. Move-ins: As required to meet the schedule and performance of the Flashing, Sheet Metal and Roofing Accessories portion of work. 14. The Working hours for the project will be 7:00 a.m. —3:30 p.m. daily. All off-hour work, deliveries must be scheduled through the Construction Manager. 15. Provide, install and coordinate all hoisting, rigging, scaffolding, fall protection and temporary bracing necessary for the safe execution of your Work required by OSHA and the City's Safety Program, which ever is most stringent will apply. 16. Work to be performed in areas: All Work areas shown or on Contract Documents. 17. Trade Contractor is responsible for performing an existing damage survey in areas of Trade Contractors Work in existing areas within five (5) days prior to beginning work. In addition, submit a typed list to Turner Construction Company on your Company's letterhead with the pertinent Company Representative certifying all damage noted is true and the list is complete. Any items not listed by the Trade Contractor's will be the responsibility of the Trade Contractor to correct to the satisfaction of Turner Construction Company and the Owner. Survey should encompass all areas within or around the limits of the demolition and construction. 18. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 19. Delivery of materials and equipment shall be scheduled and coordinated with Turner. Provide layout/verification as required for the work unless noted otherwise. Reference lines and grades only will be provided City's surveying. Provide any required grade/elevation surveys 20. All excavations shall be shored and braced as required. Loadings from existing structures and utilities and services shall be accounted in the shoring and bracing requirements. Engineered plans for shoring and bracing shall be provided if required. Provide required access/egress/ventilation into all trenches, excavations or confined spaces for all workers and governing agency inspections. 21. All required utility and systems shut-downs, or all area closures are to be scheduled and coordinated in advance with all agencies having jurisdiction of the work, including, but not limited to, the City, Building Department, Engineering, Public Works, Fire Department, Verizon, SCE, Gas Company, DWA, Fire Alarm Monitoring, Building Management Systems, Security and other agencies having jurisdiction, and with the Convention Center through Turner. Perform shut- downs and closures related work on off-hours, or approved schedule time frame as not to disruption of the facility or its systems and operations, as required. Provide 72 hour notification for any scheduled shut down. 22. Storage space on site is extremely limited. Use, placement and size of Trade Contractor jobsite office trailers and storage bins shall be reviewed and approved by Turner, and may not be allowed. Storage area will be located at the 5 Acre East Lot located at the Southeast corner of Avenida Caballeros and Amado Road, as noted in the Proposed Site Logistics plan, dated 3 I I PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 February 6, 2004. Limited Office Trailer space is available to the Trades that are required to provide onsite jobsite offices as noted in the Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004. 23. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 24. Provide on-site dust control and clean-up of soil, including the adjacent sites and streets, during the execution of the work. The PM-10 and SWPPP plans will be provided and maintain by the Site Demolition and Grading Trade Contractor through the duration of the project. However, coordination, removal and replacement of PM-10 and SWPPP measures to accommodate your work will be this Trade Contractor's responsibility. Coordinate your work, including impacts to the above plans with the Site Demolition and Grading Trade Contractor prior to start of your work. 25. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 26. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 27. Protect in place all new and existing work within the demolition and construction limits, and the existing Convention Center that will be remain, reused, reworked or reconnected, unless otherwise noted. 28, References to Sheet Metal Trade Contractor shall mean Flashing, Sheet Metal and Roofing Accessories Trade Contractor. References to Flashing, Sheet Metal and Roofing Accessories Trade Contractor shall mean Sheet Metal Trade Contractor. 29. Specifically refer to Cutting and Patching, specification section 01732, and Selective Demolition, and Appendix Demolition Photographs, specification section 01735 for additional demolition, patching, reuse, rework or reconnect work required by your scope of work. 30. Site shall be enclosed with construction fencing with the boundaries conveyed on the proposed Site Logistics plan, dated February 6, 2004. All temporary removal, relocation and replacement of fencing to perform your work will be this Trade Contractors responsibility. Coordinate removal, relocation and replacement of fencing with Turner 72 hours in advance of commencement of work. Specific Scope: 1. Provide all sheet metal required at all buildings including but not limited to: flashings, gutters, downspouts and strainers, scuppers, window/door flashing and counter(lashings, wall penetration flashings, roof to wall transitions, gravel stops, reglets, counter(lashings, building expansion joints, louvers and scuppers per the Construction Documents. 2. Provide splash blocks per Specification Section 07600 for downspouts/ roof drains at all required locations. In addition, provide additional five (5) each splash blocks at existing locations. 3. Provide all roof to roof and roof to parapet expansion joints assemblies and covers indicated in Specification Section 05830 and shown on plans and related details (other than expansion joints provided under specification section 07530. Coordinate all framed opening requirements, sheet metal counter (lashings and any transitions to roof 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 expansion joints with the affected Trade Contractors. Vertical Fire Blankets ("VFB" per SS 05830) are required at rated partitions only. 4. Provide Expansion Joint EJ-6 per detail 1/A7.1.02 as pre-finished break metal shape. 5. Coordinate with glass Trade Contractor for rough opening requirements at expansion joint located in curtain wall system (reference detail 8/A7.1.01). 6. Provide detailed shop drawings for expansion joint indicating all required rough openings in all types of construction and conditions in order for the affected Trade Contractors to properly frame all rough openings. 7. Coordinate with the masonry Trade Contractor for layout of stone sawcut at parapet locations to receive sheet metal flashings where indicated on drawings. Provide the specified coping and (lashings, including sealants to stone per detail 16/A7.2.01. 8. Provide one (1) ea access hatch per Specification Section 07720, paragraph 2.02 A-B including curb, frame, lid and safety posts. 9. Provide(lashings at expansion joint openings per detail 13,14/A7.1.03, typical. 10. Provide sheet waterproofing/ ice & water shield at building fascia/ coping/ pylon stone veneer substrate per details 2,3/A7.1.03 and behind stone at roof stem parapets per detail 10/7.2.04 (referenced as "9255B"). 11. Provide copper copings at copper shingles/ west fascia and pre-finished steel per Specification Section 07600, paragraph 2.01.C, typical elsewhere. Pre finished aluminum sheet metal shall be provided by the curtain wall Trade Contractor unless specifically noted elsewhere in this bid package scope. 12. Provide copper cladding at bottom of fascia per detail 3/A7.1.02. 13. Copper copings at fascia/ shingles are included as part of the Work for this bid package. Coordinate shop drawings, fabrication and installation of copper copings with the copper shingles Trade Contractor. Provide weather barrier(ice &water shield) at copper copings as part of this Work. 14. Copings may be segmented to follow the radius of the building parapets. Segments shall be not less than 4' long. Submit shop drawings indicating coping segments with break points for approval by the Architect. 15. Provide copings at canopies per detail 1,2/A7.2.05, typical. 16. Provide all sheet metal clips, straps, anchorage, fasteners, supports, and welding for installation of the Work. 17. Provide two (2) each 50 SF pre-finished architectural louvers per Specification Section 10210 at the existing mechanical room or other future designated location (opening preparation by others), including all accessories, sealants required for a complete installation. Louvers as shown on Building North Elevation, sheet 3/A5.1.01, are existing. 18. Provide Work that will be left clean of sealants, gasket compounds, grease, residues, manufacturer's labels, etc. upon completion of the work. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 Scope of Work Allowances: A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City at the end of the project for any remaining unused hours. Turner Construction Company Field Superintendent will issue authorization to your Firm to begin the utilizing the allowance hours. The Trade Contractor will provide a Daily Time Ticket with a description of work, manpower quantity, and the number of man-hours worked. Trade Contractor Daily Time Ticket must be presented daily to Turner Construction Company for approval. Upon completion of the Work performed within a given month, the Trade Contractor is to present the monthly cost to Turner Construction Company in the form of a Trade Contractor Request for Change Order with Daily Time Tickets that reflect the time, material and equipment cost attached. All Final Costs associated with the Work, upon Turners approval, will be reconciled and issued to your Firm in the form of a Trade Contractor Change Order by the City. A Change Order must be executed by both the City and the Trade Contractor prior to billing for this work. The following Allowances are specifically included in the Trade Contractor's work: 1. None D. Exclusions The following items are specifically excluded from the Work: 1. Building Permit fees by Owner. 2. Testing for or removal of Hazardous Material by Owner. 3. Temporary Boundary Fencing. 4. Copper Fascia 5. Roofing 6. Smoke/Fire vents per Specification Section 07720, Paragraph 2.02 C-D. (not required) 7. Break metal shapes indicated on drawings with "08915" prefix. (by curtainwall Trade Contractor)/ Aluminum copings and composite metal panels integral with the aluminum/glass system (by glass sub). 8. Stainless steel corner guards (by misc. specialties sub). 9. Louvers as shown on Building North Elevation, sheet 3/A5.1.01 (existing). E. Taxes 1. All sales, use and other taxes which may be required must be included. F. Insurance Requirements 1. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 1,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured under the Subcontract. 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. 2. Turner Construction Company shall be named as additionally insured on all required insurance certificates/policies G. Material Delivery, Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. Use designated areas, as determined by Construction Manager for all dumpster, deliveries, truck loading, material storage and equipment staging locations. Coordinate delivery, routing, staging, storage, dumping, pick-up of all dumpster, deliveries, truck loading, material storage and equipment staging with Turner's Project Superintendent. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. H. Mock-Ups—As noted in the Contract Documents, including but limited to, the following: 1. 2. I. Schedule 1. All Work is to be performed in accordance with the Master Project Construction Schedule, Exhibit B, dated 2/6/04. A detailed schedule will be required from all Trade Contractors within 10 days from award of Contract, and will be review for compliance with the Master Project Construction schedule's intent. Trade Contractor's will acknowledge that the Master Project Construction Schedule will include"multiple move-ins', "out of sequence," and "phasing" of the work. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, off hour work and other premium time costs required to "expedite" or "make-up" delays to the schedule 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 caused by this Trade Contractor. This includes, but is not limited to, work in excess of eight hours per day, forty hours per week, and/or work on Saturdays, Sundays and Holidays. All off-hour work must be scheduled through the Construction Manager. 3. All "tie-ins' or "shut-downs" and other impacts must be scheduled through Turner at least 72 hours in advance. All related costs, including overtime, phasing and off hour work are included in the Trade Contract price. 4. Whenever an actual or potential labor dispute, involving the Trade Contractor, delays or threatens to delay the timely performance of the work, the Trade Contractor shall promptly give notice thereof in writing to Turner. If as a result of any labor dispute, a special gate is designated by Turner for ingress and egress by the Trade Contractor to the job site, the Trade Contractors and suppliers will comply with the requirement to use only the designated gate. Special badging may be required as long as the Trade Contractor is restricted to the reserved gate. 5. A detailed schedule of this trades' work, including submittals/shop drawings, material/equipment fabrication, delivery, installation, start-up/testing/commissioning and closeout, will be provided with ten (10) days of award of contract. 7. Punchlist items are to be completed within 10 days of the punchlist issuance. Any Turner supervision costs required to complete punchlist items after the 10 day period will be backcharged to the appropriate Trade Contractor. 8. In addition, Trade Contractor shall complete various portions of, or acknowledges special conditions regarding the Work. The following is not to limit this Trade Contractor's Work, but to emphasize various or special conditions regarding the schedule. The items are as follows: a. J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: a. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. K. Submittal Schedule 1. Provide a fully itemized submittal including material and equipment lead time, including shipping and delivery dates. Provide weekly shipping schedules and delivery dates, including schedules of shipment"PRO#'s" as requested by the Construction Manager. 2. Provide complete shop drawings, samples and product data submittals as required and per specifications for approval within three (3)weeks of the Contract Award. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 14 FLASHING, SHEET METAL AND ROOFING ACCESSORIES February 6, 2004 L. Other Information: 1. The name and address of the Owner is: _City of Palm Springs 3200 E. Tahquitz Canyon Drive Palm Springs CA 92262 760-323-8239 2. The Project is being funded by City of Palm Springs. There is no lender. 3. The Trade Contractor shall have one key field supervisory staff person register and complete, within three months of contract award, the Turner/OSHA 30 hour safety certification training course via the Turner Knowledge Network (TKN) on the Internet($595 per person). M. Project Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. f) No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) In addition to required cleanup of own work and work areas, this Trade Contractor will be required to provide general labor to general clean-up crews for weekly or bi-weekly full building cleanings (4 man hrs min. per week). Trade Contractor Daily Reports (DCR). i) Trade Contractor Daily Equipment Inspection List. 2. Each Trade Contractor is to provide a fully qualified field foreman. The same foreman that starts the project will remain on the project until completion. The foreman will maintain safety, DCR's, Daily Equipment Inspection Lists, and proper conduct amongst the Trade Contractors field forces. 3. All supplier's personnel and vehicles shall enter and leave the site through gates designated by Turner. Vehicle access will be limited to approved vehicles essential to efficient work performance. 4. All deliveries shall be scheduled with Turner's Project Superintendent a minimum of forty-eight (72) hours prior in advance. END OF SCOPE OF WORK DOCUMENT 9 Jun . 8 . 2004 2 , 14PM 80YD & ASSOCIATES No .1096 P . 2/6 AC OM_ CERTIFICATE OF LIABILITY INSURANCE OF,b D DATE(MM/DOA YY) CNIPTN-1 o6/os o4 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION BOYD & ASSOCIATES ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Insurance Services HOLDER,THIS CERTIFICATE DOES NOTAMEND,EXTEND OR P. O. Box 485 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Tustin CA 92781-0485 Phone: 714/245-1350 Fax:714/245-1340 INSURERS AFFORDING COVERAGE NAIL INSURED INSURERA I.anamaik nmuriwn xne¢ranae Co INSURER B: Inauxan. Co. cME Inc. INSURER C: RSUT Indemnit Company CnSom Metal Fabricators -- 1317 W.CAron Avenue INSURERD: Amesioae warantee a ns.xq llty oranNSURER E• COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY RECWREMENT,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,AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS �A`�' LTR NSR TYPE OF INSURANCE POLICY NUMBER DATE IN MlraXy�EM/UO/YY E PDATE 67M/�-O%YV LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1 OOO o0O A X X COMMERCIAL GENERAL LIABILITY LHA102329 04/14/04 O�T/14/05 PREMISES EeocatrenCe) $ $50,000 CLAIMSMADE a] OCCUR •II�ISNGRTIIICA REPLACES D ME()EXP(A+YOnope,sPn) $45,000 SUPERSEDES ALL P EVIOUS CERTI ICATES GENERAL GARV INJURY $$1 000,O00 GENERAL AGGREGATE S$2 OOO OOO ISSUED TO THEC RTIFlCATE H OER GEVL AGGREGATE LIMITAPPLIES PER. NAMED BELOW FO THE REFEREN J�8 PRODUCTS-COMP/OP AGG 5 $2 DOO 000 POLICY X j�CT LOG w1 AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT B X ANYAUTO Ol CG 540079 10 04/01/04 04/01/05 (Eaawdenp $1,000,000. ALL OWNED AUTOS BODILY INJURY SCHEOULEDAUTOB (Per Peron) $ X HIREDAIJI BODILY INJURY X NON-OWNEDAUTOS (Perawdent) S COMP/COLLIS IODT PROPERTY DAMAGE $1 000/$1,000 (Per evident) $ VE LIABILITY AUYO ONLY-EA ACCIDENT $ AUTO OTHER THAN EA ACC S AUTO ONLY: AGO o MBRELLA LIABILITY EACH OCCURRENCE $4 000 OOOUR CLAIMS MADE P2HA20S693 04/Ol/04 O4/14/05 AGGREGATE UCTIBLE $ ENTION $MPENSATION AND X TORY LMITS ERIABILITY WC 5989028-00 10/01/03 10/01/04 E.L.EACH ACCIDENT $1 000,000.OR/PARTNEWEXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $1 00O 000. Ir Yea,dewiDe Under EL DISEASE-POLICY LIMIT S1 000 000. SPECIAL PROVISIONS DPIPW OTHER B Leased/Rented 01 CC, 328432 02 04/01/04 04/O1/p5 Limit: $100,000. Contractors Equip. Deduct- $250. DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS *Except Ten (10) Day Notice of Cancellation for Non-Payment of Premium RE: Palm springs Phase Convention Center Expansion, 277 N. Avenida Caballeros, Palm Springs, CA 92261 The City of Palm Springs and Turner Construction Company are named as Additional Insureds per the attachod endorsement, ror Notice of Cancellation CERTIFICATE HOLDER CANCELLATION PLmsPRI SHOULD ANY OF THE ABOVE DESCRIBED POLICIES UE CANCELLED BEFORE THE E%PIRATION DATE THEREOF,THE ISSUING INSURERWIMLEIICDIYCNTSMAIL *30 DAYSWMTTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Palm Springs 3200 E. Tahquitz Way Palm Springs CA 92262 AUTO E R E N TI (I eH cc 11 ACORD 25(2001/06) 10 ORD CORPO f0 198E Jun . 8 . 2004 2 15P10 BOYD & ASSOCIATES No .1095 P . 5/6 This Endorsement Changes The Policy, Please Read it Carefully. ADDITIONAL INSURED-BY CONTRACT, AGREEMENT OR PERMIT This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE FORM The following is added to SECTION li—WHO IS AN INSURED: S. a. Any person or organization you are required by written contract, agreement or permit to name an insured is an insured but only with respect to liability arising out of: 1. "Your Work" performed for that insured at the location designated in the contract, agreement or permit; or 2. Premises owned by you. b. This insurance does not apply unless the contract, agreement or permit is made prior to the "bodily injury"or"property damage". c. This insurance does not apply to the rendering or failure to render any professional services. d. The insurance is primary if that Is required by the contraet, agreement or permit, This endorsement effective Forms part of Policy Number LHA102329 Issued to CMF. Inc. Custom Metal Fabricators by Endorsement No.: RSG 15006 0903 Jun . 8 . 2004 2 : 15PM 80YD & ASSOCIATES No .1095 P . 6/6 BOYD & ASSOCIATES INSURANCE SERVICES P.O. Sox 485 •TUscin, CA 92781-0485 600 N.Tustin Avenue,Suite 140 • Santa Ana,CA 92705 Tel. 714 245 1350 •Fax 714 245,1340 Licensc No,OA96327 April 14, 2004 Named Insured: CMF, Inc. Insurance Company(s): Landmark Insurance Co., American States Insurance Co. and RUST Indemnity Co, Policy Number(s): LHA'102329, 01 CG 328432 02, 01 CG 54007910 10 and NHA211584 Policy Period: 04/01104 to 04/01/05 and 04/14/04 to 04/14/05 To Whom It May Concern: Certificate Holders for certain lobs performed by the above captioned insured require the cancellation wording for their certificate of insurance to be amended to exclude the "endeavor to...but failure to..." wording contained in the cancellation clause. It is agreed and understood that in the event of cancellation or non-renewal, Boyd & Associates Insurance Services will advise the Certificate Holder of said change and will not be the responsibility of the insurance companies. Sincerely, Authorized Signature '' Date' /del Jun , 8 , 2004 9 : 58AM BOYD & ASSOCIATES No • 7090 5/5 BOYD & ASSOCIATES INSURANCE SERVICES PD.Box 485 •'Tustin,CA 9278 M485 600 N Tustin Avenuc,Suite I40 •Santa Ana,CA 92705 Tel, 714 245,1350 •Fax 714 245.1340 License No.OA96327 April 14, 2004 Named Insured: CMF, Inc. Insurance Company(s): Landmark Insurance Co., American States Insurance Co. and RUSI Indemnity Co. Policy Number(s) LHA102329, 01 CG 328432 02, 01 CG 54007910 10 and NHA211534 Policy Period: 04/01/04 to 04/01/05 and 04/14/04 to 04/14/05 To Whom It May Concern: Certificate Holders for certain jobs performed by the above captioned insured require the cancellation wording for their certificate of insurance to be amended to exclude the "endeavor to---but failure to..." wording contained in the cancellation clause. It is agreed and understood that in the event of cancellation or non-renewal, Boyd & Associates Insurance Services will advise the Certificate Holder of said change and will not be the responsibility of the insurance companies. Sincerely, Authorized Signature Date /del