Loading...
HomeMy WebLinkAbout04879 - DMB HATCH CONVENTION CENTER EXPANSION PHASE II STONE MASONRY CP02-27-09 I °tj' DOCUMENT TRACKING Page: t Report: All Active Documents Listing �V l Sx' ao n 1 December 19,2005 Condition: ALL Groups, Services = NOC,XREF=PROCJREI110 T Document# Company Group Service !� Aprvl Date Expire Date Close Date A4840 American Demo PROCUREMENT NOC 03117I2004 10/01/2005 A4841 Shoring Engineers C e*t- PROCUREMENT NOC 03/17/2004 10/01/2005 A4843 -Precision Concrete PROCUREMENT NOC 03/17/2004 10/01/2005 A4844 Temecula Mechanical C\off NOC 03/17/2004 10/01/2005 A4845 -K&-S Air Conditioning, ., PROCUREMENT NOC 03/17/2004 10/01/2005 A4846 Shasta Fire Protection PROCUREMENT NOC 03117/2004 10/01/2005 A4847 Cove Electric 12.6-,L PROCUREMENT NOC 03/17/2004 10/01/2005 A4350 H C I Cto'X NOC 03/31/2004 03/01/2005 A4852 CMF Inc ,,,, PROCUREMENT NOC 03/31/2004 10/01/2005 A4853 Construction Hardware Cc C6A PROCUREMENT NOC 03/31/2004 10/01/2005 A4854 Preferred Ceilings Inc CI bi e PROCUREMENT NOC 03l31/2004 10/01/2005 A4855 J Colavin&Son CAcS.c PROCUREMENT NOC 03/31/2004 10/01/2005 A4856 Invironmentalists GLOW, NOC 03/31/2004 10/01/2005 ` A4859 Palm Springs Mirror&Glass Inc CIOSs PROCUREMENT NOC 03/31/2004 10/01/2005 A4860 Temecula Mechanical Inc Q(Zy PROCUREMENT NOC 0321/2004 10/01/2005 A4861 Advanced Equipment Corporation rn(Oy PROCUREMENT NOC 03/31/2004 10/01/2005 A4871 American Demolition Concrete Cutti2-9) PROCUREMENT NOC 04/14/2004 10/01/2005 A4879 DBM-Hatch Inc CEO S~ Ct'�` PROCUREMENT NOC 05/05/2004 10/01/2005 A4880 AV. Standard Drywall C ')ti PROCUREMENT NOC 05/05/2004 10/01/2005 A5019 �a \ Nick Pecoraro Painting &Decorating PROCUREMENT NOC 01/05/2005 12/01/2005 A5020 ` / Arrowwood Works C6Sr �TL' PROCUREMENT NOC 01/05/2005 12/01/2005 A5021 �����' Vomar Products our( PROCUREMENT NOC 01/05/2005 12/01/2005 A5041 �y1 Saddleback Waterproofing PROCUREMENT NOC 02/16/2005 06/01/2006 A5050 �4 � C) Stumbaugh &Associates Inc. C(iOW PROCUREMENT NOC 01105/2005 01/01/2006 A5054 Cookson Doors C-(D4ZL PROCUREMENT NOC 0311712005 * * * * * * END OF REPORT * * * * * * DOC xs 2OOS—OSS0645 08/23/2005 08:00A Fee:NC Page 1 of 2 PLEASE COMPLETE THIS INFORMATION Recorded in Official Records RECORDING REQUESTED BY: County of Riverside Larry W. Ward Assessor, County Clerk & Recorder i AND WHEN RECORDED MAIL TO: III I IIIII IIIII IIIII II IIIII III III IIII II III City Clerk M 5 'I 'U PAGE SIZE pA PCOR NOCOR SMF h115C. ` City of Palm Springs 2 P.O. Box 2743 U (1 Palm Springs, California 92263-2743 2A A R L COPY LONG REFUND WHO `f AJ Space above this line for recorders use only TRA: pTT: NOTICE OF COMPLETION Title of Document TWSS ARE A FORD 'RE C0RIER'S USCG ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 23SP-AS4REO(Rev.0212003) Return To: City Clerk City of Palm Springs P.O. Box 2743 Pahn Springs, California 92263-2743 Filing fee EXEMPT per Government Code 6103 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Pahn Springs, California is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Pahn Springs is City Hall, 3200 E. Tahquitz Canyon Way,Palm Springs, California(P.O. Box 2743,Pahn Springs, California 92263-2743). 4. The public work improvement on the hereinafter referred to real property withhi the city was COMPLETED on the 19th day of August, 2005. 5. The name of the contractor(if named)for such improvement was: DBM/Hatch 6. The public work improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Palm Springs Convention Center Expansion-Phase II, City Project No. 02-27,Masonry. 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. A4879 Resolution No. 20916 DATED: Q t 9 o 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 said municipal corporation. City Clerk Index No. IIIIII IIIIIII IIIII IIIII III IIIIII IIIIII III IIIII IIII IN08 2AA 2 0ff 0E¢00F ? W. 4 z_ Fite Edit Generate Letters Transactrons pwl is-- Maintenance Quit f; s . Gen.Leiters I Transa�citoits„ Repons- Mau[tettance Negi - ExR Program _ ,x a gi s 3 v -F-Zfx e a A#'- x ? = 41 { s}- .£#�. Trt,--. #-� $ f t il x -r Y 1. _ Y _ r4 'C Y _ ......x 'L -1 rl ;` a < t74CY111efR Rs A4E79, Grow, FRCrC E-NT._ ACtJ+4R njV -._ .. ... r zi-sty' € i 1 = x t } ; UCsc[iPttoiK. . C"OnvPnllLr,CCtr 6xpw4on ja e k Trade INd 9 Stone CpO2 27 S1 W-3,306 j Documetrt , _ .__._ Financials 3 z c Appramttlate QSASQOWN Etq)ire [iAte 1QA]12It05 ElasedDtRe III = t - h latr[�' REIN- lTtrtt lC XR[f Eo 12gClNT 1 - tFlkk 4J1 a _ _ 3 %r€ `'Selutrdiorc, inStXxB E3eparimer8 �Address 50.9 A[row tihvsfay - -A7:QQ ` - - -� ,IN� [t ; Cd1� LaYarne $t 1 Zq) 9175fl51QSy.P1t: { ) F�4t:�� ° a € Y FLOG �- -E-Matt% # Nisurance_$tahts. A p cy"as EXIAre(L # J # Dacuu)eutl`Iaciciuytten+s. (6biclickitea4i�ti f4-Snit}- x, - Nts.. :Code- pert . DUO 9}t4R7PIetdtT[kIIl�_C}[E ' AmtAddetl AtntFaid° i Co lA99.0D-to OM if I I1 109117I04 D.DO *} Yak - - CO2de�r$10,9DD-$7,0 #865 ;fI 1l 11 0.00i 0.DD 47fl s g:# ' # _ 003$1,059-$18A5,92b ,3t i1 D1)Il51t1 W O.��J tt.ilflY f " i a NOC to Al for recording_ r ! �. NOD 2005-0690645 infile 11 jll D9I1d705 00D, D.00' I I 0Dt1Dt45 _0011t �Eiixd:AOo=.0 "T[k.Itotes.- A dite.vtfoat- ,[}ei+teLx�cji _ $CMlttitl(tntt ,Save . € s3 �- x-« a -x, .. _ - - .-_ "- - - - .,•...._..... $ £ Prcv�oas i��sur�+cP CepcN 6 A<W ttew irk_" Dal Trkt[tgittm Dot" } +-e �s i+t hs k "E tit "`t t k' :. ,E�kd �i5 t [ g ,{' y G z m 3 § )}t{ k�'k '- £k * �, �, r i l;Ja�a Console x A licalJon... �astrack D... ,� #° f✓ C � 2: 7 PM „IQStart I a ' @ I �Yattoo. Gam .` .� FP J - .. CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: DBM/ Hatch, Inc. Date: September 28, 2005 640 Arrow Highway Project No. 02-27 LaVerne, CA 91750 Change Order No. 4 Attn: Jim Hensley Purchase Order No. 416609 Agreement No. A4879 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Provide glass block replacement at gridline AA along 25 &26 lines. Add: $ 5,318.00 2. Replace damaged curb & gutter. Deduct: $(1,219.00) 3. Provide correction of bottom course CMU at locations where top of Add: $ 637.00 footings are not level at pylons and NW retaining wall site. 4. Delete pylon ring plates &anchor bolts, RFI 213. Deduct: $ (500.00) 5. Furr masonry walls due to misalignment at exterior of Electrical Room Deduct: $ (0.00) 414. 6. Cost to cut masonry head at doorway of Electrical Room 414 due to Add: $ 0.00 frame damage which had to be replaced. 7. Credit for scaffolding pylons for plaster trade. Deduct: $(4,000,00) 8. Revise CMU height at pylon #6. Add: $ 4,024.00 9. Repair concrete edge at cloud canopies. Add: $ 1,534.00 10. Enclose beam seat at pylon#17, RFI#920. Add: $ 0.00 11, Remove & replace stone at pylon/fascia intersection due to wood Add: $ 1,083.00 ceiling conflicts with as-built conditions. 12, Furnish & install waterproofing @ backside of seat wall, RFI #1043. Add: $ 3,578.00 13. Install stone veneer at north BR masonry wall. Add: $ 3,764.00 14. Remove & replace stone veneer around seat wall @ Pylon 11,12,& 17. Add: $ 3,135.00 15. Work overtime to install stone flooring at north canopy due to delay of Add: $ 2,796.00 Nano wall installation. TOTAL ADD: $20,150.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 99; 2) 120; 3) 204; 4)213; 5)257; 6)264; 7)368; 8)384; 9)460; 10) 524; 11)712 ; 12)889; 13) 933; 14)940; 15)960 Summary of Cost/Time Original Contract Price $ 1,863,306.00 Total of all Previous Change Orders $ <17,382.00> Total of this Change Order $ 20,150.00 Total Contract Price $ 1.866.074.00 This Change Order (increases) (decreases) (unchanged) the contract time b 0 king lays. I have received a copy of this Change Order Constr. Manager: OJ and the above AGREED PRICES are acceptable Approval: 0-V1, to the contractor. Turner C suc pan City val \ d Submitted By! By: Date: to� � 6 _ pia Own 's Representative Title: of 4G'a_ Approved by: UVZAA Date: Date: ✓V -6 -e..h Project Ad 7ilvtorl, Distribution: ��•� " Original Conformed Copies Conformed- File_Co ' City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contra ' g (1) Finance (1) Owner's Representative (1) Turner Construction (1) APPROVED BY CITY COUNCIL 1;-6 M�b t- I.o LA 0 CITY OF PALM SPRINGS VWJ PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: DBM/ Hatch, Inc. Date: December 6, 2004 640 Arrow Highway Project No. 02-27 Laverne, CA 91750 Change Order No. 3 Purchase Order No. 416609 Attn: Jim Hensley Agreement No. A4879 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Cut CMU to establish a level first course. Add: $ 637.00 2. Cleaned footings @ electrical room west of new Loading Dock to Add: $ 205.00 receive CMU. 3. Drill & dowel vertical and horizontal dowels that were missed by Add: $ 217.00 Precision Concrete at light pole @ new Loading Dock wall. TOTAL ADD: $ 1,059.00 AUTHORIZATION FOR CHANGE: 1) PCO 229; 2)272; 3)273 Summary of CostlTime Original Contract Price $ 1,863,306.00 Total of all Previous Change Orders $ (18,441.00) Total of this Change Order $ 1,059.00 Total Contract Price $ 1 845,924.00 This Change Order (increases) (decreases) (unchanged) the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: , Date: l I to the c tractor. Turner C st u n Cc parry City Appro al: (o By: Submitted By: Date: p Owner's,Representative Title: '� V I Csz — 1 nJ d YjY��) _ �./ Approved by: Oe 7 . 11 Date: Date: t Z/ I /o-( Project Administra�� Distribution: 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) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: DBM/Hatch, Inc. Date: November 17, 2004 640 Arrow Highway Project No. 02-27 LaVerne, CA 91750 Change Order No. 2 Purchase Order No. 416609 Attn: Jim Hensley Agreement No. A4879 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount 1. Incorporate Issued for Construction Plans Volumes 1 of 3, 2 of 3 Deduct: $(18,900.00) & 3 of 3 and Project Specifications Volumes 1 of 2 and 2 of 2 dated May 10, 2004, into your firm's Scope of Work. This work specifically includes: Deletion at Andreas Road retaining wall, RFI F ted May 21, 2004, and pylon revisions letter and sketch May 27, 2004, revising top of pylon foundations. #ko92 TOTAL DEDUCT: $ (18,900.00) AUTHORIZATION FOR CHANGE: 1) PCO 1 Summary of Cost/Time Original Contract Price $ 1,863,306.00 Total of all Previous Change Orders $ 459.00 Total of this Change Order $ (18,900.00) Total Contract Price $ 1,844,865.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager:L01structib / // I n and the above AGREED PRICES are acceptable Approval: 4" ! Date: `� I to the ntractor. Turner r>'I'piny City Approv By: Submitted Pfes B) Date: 6T a`I Owne7rs Representative Title. U! Csz� Approved by: Lfl���� �,M i Date: Date: I Z l /v `{ Project Administrator Distribution: Original Conformed Copies Conformed - File CopV City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) CITY OF PALM SPRINGS VW PALM SPRINGS CONVENTION CENTER EXPANSION PHASE it CONSTRUCTION CHANGE ORDER To: DBM/ Hatch, Inc, Date: August 20. 2004 640 Arrow Highway Project No. 02-27 LaVerne, CA 91750 Change Order No. 1 Purchase Order No. 416609 Attn: Jim Hensley Agreement No. A4879 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Remove EIFS to accommodate 8" tie-in to existing RFI #45. Add: $ 136.00 2. Drill/Epoxy dowel for additional jamb bars at Door#412 per RFI Add: $ 323.00 #142. TOTAL ADD: $459.00 AUTHORIZATION FOR CHANGE: 1) PCO 92 2) PCO 93 Summary of Cost/Time Original Contract Price $ 1,863,306.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ 459.00 Total Contract Price $ 1.863.765.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 worki g days. I have received a copy of this Change Order Constr. Managef/ ®� and the above AGREED PRICES are acceptable Approval: tt _Date: to the c tractor. Turner .o str Mon* any City Approval: By: Submitted By:��`°P Dater � ®�r Owners R p ese ative Approved by: fl '�� Date: Date. 1 /O `{ Prot ct Administrator Distribution: 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 A, —� i�f APPROVED BY: City M&fiager 70iI, ;u G ,ti MU"` L `s" a 4i 'e.4 i, Iu,� , TURN RcalvsT�ucrt ?��Q-_� 1 / VIti, ��rr. . . ., �' °l DMB/Hatch Inc Convention Ctr CP02-27-09 AGREEMENT #4879 R20916, 5-5-04 AGREEMENT THIS AGREEMENT made this 1 — day of in the year 2004, by and between the City of Palm Springs, a charter city, orga ized 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 DMB/Hatch 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 Palm Springs Convention Center Expansion Phase II City Project No 02-27-09 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- 09. 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 ($1,863,306) 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. M � fN . S)�, , �� 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, 3, 4-9, 5-9, and 6-9,. 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. CITY OF PALM SPRINGS ATTEST: a municipal corporation L9_ $yam � City Clerk CITY MANAGER Agreement Amount._ �. - . APPROVED AS TO FORM: Reviewed and approved by By: �P g; Procurement & Contracting City Attorney Initial --Date SIGNATURES ON NEXT PAGE ►`t�VVYIr� t�� ���� �:�"�Ti"J' E."`tS.��'��,r�F�`_ 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. t ) By By— ;✓�U,.�—i��r�'Lccf� ,F1'7i�� NATURE NOTARIZED -8G TURE NOTARIZED Name: T W. Hen jl e y Louise E. Middleton Title: Pkesw2nt Title Assistant Secretary Address: 64,0 k?Wo J Y Address: 640 Arrow Highway 4YMNE 6A. g17,20 La Verne, Ca. 91750 State of California State of California County of Los Angeles Comntyof Los Angeles 05/11/04 d!c-lr-ny On beforemeLouise Middleton On beforeme 'Z,*' " personally appeared J.W. Hensley personally appeared personally known to me(or-pry'ed,torme-on personally known to me(or proved to me on the_basis-oFsatisfaetony-e_videnee)to be the the basis of satisfactory evidence)to be the person(s)-whose name(8)is/are-subscribed erp son(s)whose name(s)j-7are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/sheAhey executed the same in to me that he/s�T /they executed the same in his/Iner/_their authorized capacity(ies),and his/CieOtheir authorized ca acity(ies)and that by his/her/their signature(s)on the that by his 1fi 3rAheir`ignpturp(s)on the instnmient the person(&}or the entity upon instrument the person(s), or the entity upon behalf of which the person(&-) acted, behalf of which the person(s)acted executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. ea Notdy Signature Notary Signature � Notary Seal: Notary Seal: LOUISE E MIDDIETON LOR Co I Cornmlssion#12W436 Commission i t3581M U�kvelft counv Notgry Publlo—Cdifomia f MwCarrrr�E>piesNur 11 Los MpeksCountV f1AyCorrrrr.ERritss Msy25,20f15 Bond No. 46BCSCW2977 PERFORMANCE BOND 1SI+TOW ALL MEN BY TMSE PRESENTS, That DUB/HatchInc., as Contractor and, Hartford Casualty Insurance Company , as fit, are held f=tly bound unto the City of Palm Springs,a Charter City, oro*ed and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: $1,863,306.00(One million tight hundred sixty three thousand three hundred and six, dollarojor the payroom of which stun well and truly to be trade, %w bind ourselves, our heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. WEEPUEAS said Contrmtor has been awarded and is about to enter into the aamexed Agreement with said City to pedant the Work as specified or indicated in the Contract Domments entitled: PALM S11MGS I'1USE II Palm Springs Convention Center Expansion Phase II C=PROJECT 02-27-09 Palm Springs Convention Center NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Doennr0nts required to be performed on its part at the times and in the nanuer specified hereha, then this obligation shall be null and void, otherwise it shall remain in full force and effcat. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or cD44ges in the time of completion, which may be made pursuant to the tents of said Oontraot Iocummts,shall not in any way release said Contraotor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents, release eifm)e said Contractor or said Surety, and notice of such alttxatioms or extensions of the Agreement is hereby waived by said Surety. $10NATVRES ON NEXT PAGE SIGNED AND SEALED,this 17th day of May ,20 04 Comn.=.r DBM/ atch Inc. Contractor DBM/Hatch, Inc. i Title J.W. Hensley, Sr. rQside t Titie Louise Middleton, Assistant Secretary Corporations require two notarized signatures: One from each of the following, 1 Chairman of Board, president, or any Vice President:AND 2. Secretary, Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer). SPAL AND NOTARIAL ACKNOWLSDQMZNT OF SURETY SuetvHoavlt I surance Company Title Cheryl A. Brodaski, ttorne -in-Fact MULTIPLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number 46BCSCW2977 with Hartford Casualty Insurance Company as Surety, DBM/Hatch, Inc. &Principal,and City of Palm Springs _ ,es Obligee, far vslusblo consideration, hereby agree respectively in connection with a contract for Palm Springs Phase II Palm Springs Convention Center Expansion Phase If City Project 02-27-09 Palm Springs Convention Center which bond and contract are made a part hereof by rsfarence, shall now include as adcIftnal Obligae(s) US, Department of Interior Bureau of Indlan Affairs 'Pertaining to Lease PSL-Z,l5" This bond is subject to the condition that no Obligee shall have any right or action greaterthan those of any other0bligc;e and shall be subject to all offsets and defenses, however arising,which might be available against any other Obligee, their agents and representatives, in addiflon to any offsets or defenses that might be available against themselves. In no event shall the Surety be lisble 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 Obligees jointly. Nehherthe execution nor language of this Instrument,norany previous negotiations,shall be construed as relieving any Obligee from the due and timely performance of such obligations and dues as he,or his agent or represetnative,may owe to the Pirincipal or the Surety under the contract or bond. Witness the following signatures and seals this t 7th day of May ppp 4 PRINCIPAL: DBM/Hatch Inc. SURX3Ty! Hartford Casualty Insurance Company Cbcak One: inttivlduat;_gaaYaerslup;X toxporutian -^ - (Cmoradom require tWn s4pataros; one from each of Uao following gNups; A. Chaknun of Rocx(d,11rcddenr or any vice -- Presidmt;ands; Secr&Wy, Ass%,Seuomry,Treeeurer,or Ctuef Tirte Cheryl A. Brodaski .Attorney-in-Pact - Fimneiat 8y (SEAL 3c NOTARIAL ACRNOWLMOMENT OF SUMP) Signanue(NOTAR.YZEA PAINT NAME AND TJTLr J.W. Hensley Sr. President Hy(_ u+-z-t Sigmrure(NOTA=ED) PRVT NAME AND=LB; Louise Middleton Assistant Secretary Bond No, 46BCSCW2977 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, Tha#l7j B atch Inc•as Contractor and Hartford Casualty Insurance Company Surety, are held firmly bound unto the City of Pabn Springs,a Charter City,organized and existbg in the County of Riverside, State of California, hereinafter called the "City," in the sum of: R t 863 306 O0(Qne million eight hundred sixty three thousand three hundred and sire) dollars. for the payment of which sun well and truly to be made, we bind ourselves, our heirs, executors,administrators, successors,and assigns,jointly and severally,firmly by these presents. WlTMEAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to pesformthe Work as specified or indicated in the Contract Documents eutitla& PALM SPRLNGS Faint Springs Convention Center Expansion Phase II CXTY PROJECT 02-27-09 Palm Springs Convention Center NOW THEREFORE, if said Contractor, its subwA1mctor5,,its hefts, executors, administrators, successors, a 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 labor thtrwn of any kind, or for amounts due under to Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Eurployment DevbIopmtnt Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of tlra Unemployment Trsurame Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Coda of the State of California and acts amendatory thereof, and sections of other codes of the State of California referred to therein and sots 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 or about performance of the work contracted to be executed or performed, or any person, company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws,then said surety will pay the same iu an amount not exceeding the surnhereiubefore 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 Lure to the benefit of any and all persons named in Section 3181 of the Civil Cede of the State of California so as to give a right of action to them or their aasigos in any suit brought upon this bond. PROVIDED,that any alterations in the Work to be done or the materials to be Arraished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Document& release either said Contractor or said surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNAT S ON NEXT PAGE SIGNED AND SEALED, th s 17th day of May 20 04 ,Surety Hat rdl-CaSU21tY Insilrance Company - Coatsacwr DBM/Hatch, Inc. By Title Cheryl A. Brodaski, At orne -in-Fact Title J.W. Hensley, Sr., Preside (S.BAE AND NOTARIAL'ACTS; 0WLEDGMPNT OF SURETY) Contractor DBM/Hatch, Inc. gam- Title Louise Middleton, Assistant Secretary Corporations require two notarized signatures: One from each of the fallowing: 1, Chairman of Board, president,or any Vice President;AND 2,Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer), CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of b= &Z,4u,2 On ME 17, 2004 before me, pe/rsonally appeared J.W. Hensley, Sr. ❑ personally known to me - OR- ❑proved to me on the basis of satisfactory evidence to be the person(s) whose name( is/a� subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity ( ), and that by his/her/their signature(y) on the instrument the person(s), or the entity upon LOUISE E.MIDDLETON behalf of which the person(s) acted, executed the instrument. Gomm M ILtWm B 12 �Y WITNESS my hand and official seal. We mBg3kwNw11,2 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ® CORPORATE OFFICER President Performance&Payment Bond,Multiple Obligee Rider TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL Five(5) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR May 17,2004 DATE OF DOCUMENT ❑ OTHER: SIGNER IF REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE DBM/Hatch.Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California County of t G5 19+i�r>_��S f On May 1� 2004 before me, -Kc(+f2 r& F'1 L e-n Po Lq, /t�ca�ci.1-t8 1014 L fly ,L personally appeared Louise Middleton Ipersonally known to me - OR- ❑proved to me on the basis of satisfactory evidence to be the person(s) whose nalrle(ia') isAWe subscribed to the within instrument and acknowledged to me that lie`/she/tWy executed the same in he's/her/tWii authorized capacity ( s), and that by Ws/her/tIler signature(A) on the instrument the person(k`), or the entity upon behalf of which the person(s) acted, executed the instrument. KATHR.Y14 LEE POLO WITNESS my hand and official seal. COMMiSa101101343199 Notarlr Public-califomia zz Los Angeles County a MyCpmm.ExpirasMargar92096 7� /j�1,.�-,/rl� i ', OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattaclunent of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ® CORPORATE OFFICER Assistant Secretary Performance &Payment Bond,Multiple Obligee Rider TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL Five(5) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR May 17, 2004 DATE OF DOCUMENT ❑ OTHER: SIGNER IF REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE DBM/Hatch Inc. CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Texas County of Dallas On May 17"' . 2004 before me, Cheryl C. Freshour personally appeared Cheryl A. Brodaski ® 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 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. WITNESS my hand and official seal. osY�,�GHE:hlYl- C. FftiESNOUR +�° hlolary Public * '� SPATE OF TEXAS �� �"�bF°'� My Cnmrn. Expires 95-29-2008 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Performance &Payment Bond, Multiple Obligee Rider TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL Five(5) ® ATTORNEY-IN-FACT NUMBEROEPAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR May 17 2004 DATE OF DOCUMENT ❑ OTHER: SIGNER IF REPRESENTING: NAME OF PERSON(S)OR ENTITYHES) SIGNER(S)OTHER THAN NAMED ABOVE Hartford Casualri Insurance Company POWER OF ATTORNEY THE HARPLAZA PLAZA HARTFORD HARTFORD,CONNECTICUT 06115 Hartford Fire Insurance Company Twin City Fire Insurance Company 0 Hartford Casualty Insurance Company Hartford Insurance Company of Illinois 0 Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Curtis B. Roberts, Cheryl A. Brodaski, Cheryl C. Feshour of Dallas, TX their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. tyiY lrk,�R v'°aou�mr qwat'� s't ➢ 9I9'19 YA 1 t19P • "...iyvt.lIr w� Y•rrolr0.0.•'° t�''+'H",,.n Paul A. Bergenholtz,Assistant Secretary John P.Hyland,Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OFHARTFORD On this 19"day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut;that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. wr JILMU +un, r /% Jean II.Nlozmak CERTIFICATE Notary Public My Commission Expires June 30,2004 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of May 17, 2004. Signed and sealed at the City of Hartford. wwm we➢ oc�a,. W+oi.'a4""'"P. - - �: ,s�N.IYIMW � t1U IN �0.\tt rl db � 4 ��.•"• `'�a - i ti�nNlwr � :'-.s a>✓.n'°u°�,"Ro lWtr�._N]'7i'I 4 .mx apt _ _ g 13 ? rixllB�v r•auwl• �°a.`879 "` Le; t➢q9/ .t '. t ���rJ`'lf {: a� ','y..;.�.;yfi° 7irr ^P' '.t,... '''s°�`x }•�\i';�._r •,^h;,�q s$ • `xY.vurxo\9� Mnnv YP nP x`,aµytxiwlii, "`wwi/r✓ —"^.1�mmfT��� '��- �s77Ea�ltir—v�-a-f.-u� Colleen Mastroianni,Assistant Vice President Insured's Name DBM/Hatch, Inc. Insured's Mailing Address 640 Arrow Highway La Verne, California 91750 Policy Number 46BCSCW2977 IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law, Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: $o Form B-3333-0 Page 1 of 1 © 2002, The Hartford II.UITFclRD Hartford Fire Insurance Company Twin City Insurance Company Hartford Casualty Insurance Company Hartford Insurance Company of Illinois Hartford Accident and Indemnity Company Hartford insurance Company of the Midwest Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast Please address inquiries regarding claims for all surety and fidelity products issued by The Hartford's underwriting companies to the following: Phone Number 888-266-3488 Fax -Underwriting : 860-547-6672 Fax - Claims 860-547-8265 or 2092 E-mail claims@Istepsurety.com Mailing Address The Hartford The Hartford Fidelity & Bonding (BOND) Hartford Plaza 690 Asylum Avenue Hartford. CT 06115 BID BOND KNOW ALL MEN BY THESE PRESENTS, That DBM/Hatch Inc. as Principal, and Hartford Casualty Insurance Company 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) Ten Percent of the Greatest Amount Bid $ 10% G.A.B. (Ten percent[10%]of total amount of proposal) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II City Project No. 02-27 NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids' and the "Instructions to Bidders" enters into a written Agreement on the form at agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 271h day of April ,20 04 DBM/Hatch Inc. (SEAL) (P ' a By; ��— J. ensl y, Sr. (sig�pere) President Ham urance C m an (SEAL) — �rety) By; " Cheryl A. Broda ki (signature) Attorney-in-Fact SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY BID BOND City of Palm Springs BID TRADE FORMS-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of Texas County of Dallas On April 27, 2004 before me, Cheryl C. Freshour personally appeared Cheryl A. Brodaski ®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 capacity (ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. WITNESS my hand and official seal. �oaMYrae�h CHE C. FRFSHOUR *�* Notary Public STATE OF TEXAS 'F My Comm. Expires 06-20-2006 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER Bid Bond TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL One (1) ® ATTORNEY-IN-FACT NUMBEROF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR Anril 27, 2004 ❑ DATE OF DOCUMENT OTHER: SIGNER IF REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S)OTHER THAN NAMED ABOVE Hartford Casualty Insurance Company POWER OF ATTORNEY THE HAR PLAZA HARTFORD PLAZA HARTFORD,CONNECTICUT 06115 Hartford Fire Insurance Company Twin City Fire Insurance Company OX Hartford Casualty Insurance Company Hartford Insurance Company of Illinois 0 Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest 0 Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast 0 KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited., Curtis B. Roberts, Cheryl A. Brodaski, Cheryl C. Freshour of Dallas, TX their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied nttow this Power of Attorney. �.tY 11/U 16 t 'H[i yA�.'i'd; y 1116N ,1�',�+'" [1✓%W. a^' �^'�°4roi a�ara4+ �. :.w• r.rr.1'� t Loa Y l� a�°r+'d+rm t i f�voa�^a �'�ggo „ $ a g�, s = . eE s. \`+..rorn�f� ` +♦br♦N♦ - �1079 =17079}`< i& 19719 ♦ � �``.`:uMrcdg6' ,. °'``re,`a+an J ♦ F ,...;nxrrw"e�>+"' 'Vou '�� Paul A.Bergenholtz,Assistant Secretary John P. Hyland,Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 19" day of September, 2000, before me personally came John P. Hyland,to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals;that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. QT`,—=y ,/�JeanH Wozniak CERTIFICATE Notary Public My Commission Expires June 30,2004 I,the undersigned,Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of April 27, 2004. Signed and sealed at the City of Hartford. µn 4y, 19a'uuW} au xy F}rtrs,y` W96yG- tc te.y a.ow ,�+ r ISR7 ^ r F= F r� 1a,aY ads`+x,o,n+�„ +iblANa arc? ZD 79 ee yt079 2 4 ♦ G, ea,: ``9b..rn`° J'+ra"�iia'♦ 'r�+ ti• ="m'Rino,s•.4+''.`` '14r e,n�C, ♦ 'v.ewrnt9�a' Colleen Mastroianni,Assistant Vice President � I Insured's Name DBM/Hatch, Inc. Insured's Mailing Address 640 Arrow Highway La Verne, California 91750 Policy Number Bid Bond IMPORTANT NOTICE TO OBLIGEES/POLICYHOLDERS - TERRORISM RISK INSURANCE ACT OF 2002 You are hereby notified that, under the Terrorism Risk Insurance Act of 2002, effective November 26, 2002, we must make terrorism coverage available in your bond/policy. However, the actual coverage provided by your bond/policy for acts of terrorism, as is true for all coverages, is limited by the terms, conditions, exclusions, limits, other provisions of your bond/policy, any endorsements to the bond/policy and generally applicable rules of law. Any terrorism coverage provided by this bond/policy is partially reinsured by the United States of America under a formula established by Federal Law. Under this formula, the United States will pay 90% of covered terrorism losses exceeding a statutorily-established deductible paid by sureties/insurers until such time as insured losses under the program reach $100 billion. If that occurs, Congress will determine the procedures for, and the source of, any payments for losses in excess of $100 billion. The premium charge that has been established for terrorism coverage under this bond/policy is either shown on this form or elsewhere in the bond/policy. If there is no premium shown for terrorism on this form or elsewhere in the bond/policy, there is no premium for the coverage. Terrorism premium: $0 Form B-3333.0 Pate 1 of 1 © 2002, The Hartford • TRADE BID TRADE BID PACKAGE# 9-A1 TRADE DESCRIPTION Masonry and Stone Masonry Veneer BID TO: CITY OF PALM SPRINGS,CALIFORNIA The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents(as 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 1 Date 03/21/2004 #6 04/27/2004 Number 2 Date 03/08/2004 Number 3 Date 03/17/2004 Number 4 Date 03/17/2004 • Number 5 Date 04/06/2004 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 underthe 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, May 4 , 2004 Bidder: DBM/HaJtch/, ,Inc . _ By: Title: Vice President • 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.: 9-A1 TRADE BID PACKAGE DESCRIPTION: Masonry and Stone Masonry Veneer TOTAL BID PRICE- (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - Pr— ices 1 i-i`c� fy)ILL/c3:u ✓�."`/:L7 -G'G5` 1-fdIZ�F Tf-Ic^.re�A.c�ya F��iZ kli..+r�_i:,Il��� _ Price in words Prim in words BIDDER: DBM/Hatch , Inc . 7 BY: �Signalure TITLE: Vice President DATE: May 4 , 2004 • City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS -3 . TRADE BID TRADE BID PACKAGE# 9-A2 TRADE DESCRIPTION Masonry and Stone Masonry Veneer BID TO: CITY OF PALM SPRINGS,CALIFORNIA The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents (as 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 Agreementwithin 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 1 Date 03/02/2004 #6 04/27/2004 Number 2 Date 03/09/2004 Number 3 Date 03/17/2004 Number 4 Date 04/06/2004 • Number 5 Date 04/19/2004 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,et 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 Bidderfurther 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: May 4 , 2004 Bidder: DBM/Hatch , Inc . _ Title: Vice President • 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.: 9-A2 TRADE BID PACKAGE DESCRIPTION: Masonry and Stone Masonry Veneer TOTAL BID PRICE- (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - Pnce in fi res G�'1� L /'�'II�LiC�.y tL�l-LT �1U�YIY�ir rift �ik'Pi� 1'NldLi.�l3 `Tklc%�t�G,��:1 Price in words 'Tlyt7f� ,� /Jl,i.uL)C�Cti� � iX aci_�_:1;2s _ Price in words BIDDER: DBM Hatch Inc . / SiBnaWre Ix TITLE: Vice President DATE: May 4 , 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. 2. 3. 4. 5. 6. 7. 8. i 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 ) ss. County of Los Angeles 1 1, Ty Harding , being first duly sworn, deposes and says that he or she is Vice President of DBM/Hatch , 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 DB//M/Hj fitch Inc . _ TITLE YTEe" P r e s i d e n t ORGANIZATION DBM/Hatch , Inc . ADDRESS 640 Arrow Highway , La Verne , CA 91750-5101 SUBSCRIBED AND SWORN TO BEFORE ME THIS4thDAY OF May, 2004 —NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE MY COMMISSION EXPIRES: LO"SE E. MIODI�7ON Commission#1�0 Notary Public-Corifomb Los Angges Counfy • MYCarrn.15PiesNw11,2'b{ .. City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 r , PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 SCOPE OR WORK PROVISIONS 9- MASONRY AND STONE VENEER A. Scope of Work shall include, but not be limited to, the following Contract Documents: 1. All conditions as set forth in the City's Bid Package 9 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 Masonry and Stone Veneer Work. Trade Contractor is to provide all items required for the completion of the Work without adjustment to the Price. It is intended than 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 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER 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 General Scope: 1. Provide all Masonry and Stone Veneer 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) 03200, 03300, 03600, 04220, 04340, 07110, 07190, 07900, 09635 and 09750 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 Masonry and Stone Veneer 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. 9. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 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 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 Masonry and Stone Veneer 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. 20. 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. 21. 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. 22. 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. 23. 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 Logistic plan, dated 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 9 MASONRY AND STONE VENEER 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. 24. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 25. 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. 26. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 27. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 28. 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. 29. References to Masonry Trade Contractor shall mean Masonry and Stone Veneer Trade Contractor. References to Masonry and Stone Veneer Trade Contractor shall mean Masonry Trade Contractor. 30. 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. 31. Site shall be enclosed with construction fencing with the boundaries conveyed on the proposed Site Logistic 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 exterior and interior stone veneer, stone flooring and concrete unit masonry work as shown on the drawings/specifications including all grouting. Provide all building and site masonry, including reinforcement. 2. Provide exterior stone complete, including weather barrier, concealed flashing, weeps as indicated on the Contract Documents. Lath by others. Provide miscellaneous building paper where may be required. 3. Coordinate with the exterior wall Trade Contractor for placement of concealed flashings behind lath. Repair/ complete all lath were removed for installation of components of masonry work. Lath shall be installed by drywall Trade Subcontractor. 4. Provide interior stone veneer complete. 5. Coordinate layout of miscellaneous steel ledger angles with steel Trade Contractor. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE it CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 6. Kerf (Sawcut) stone at parapet locations to receive sheet metal (lashings where indicated on drawings. Coordinate layout with sheet metal and metal stud framing Trade Contractor. 7. Provide the specified stone and block samples and field constructed mock-ups for approval by the Architect. Provide all samples, submittals and product data as required by the specifications. 8. Provide reinforcing steel for grouted concrete unit masonry in accordance with the requirements of the Contract Documents and Specification Section 03200. 9. Coordinate footing reinforcement layout for masonry walls with the concrete Trade Contractor. Locate dowel positions before concrete is placed so dowels match reinforcing steel in masonry. Coordinate top of footing elevations at masonry walls with Turner and the concrete Trade Contractor. 10. Provide layout for your own work. Layout and install all miscellaneous steel embeds per the approved embed plans. Notify Turner of any discrepancies or other problems with embed plan to help ensure proper placement of embeds. Provide layout for stone masonry ledger angles. 11. Provide all material handling equipment for the proper transportation, receiving, unloading) and disbursement of the material. 12. Provide all scaffolding as required to perform the Work. Allow use of in-place scaffolding for the work of other trades for miscellaneous installations. 13. Provide all control joints as shown on plans or required by specifications. Provide for approval a control joint layout plan indicating locations on plan view and on architectural building elevations. 14. Provide caulking per Specification Section 07900 as required, including at the following locations: *CMU and stone control joints *stone to miscellaneous metal *stone to plaster, *stone to sheet metal *stone to CMU. *Stone to wood plank ceiling .Caulking of stone pylons to site concrete by others. 15. Provide water repellant per Specification Section 07190- Water Repellants for first course of stone per detail 7/A7.2.01, typical. 16. Provide a complete watertight waterproof system including protection board, rigid insulation in accordance with the Contract Documents at CMU retaining walls. Provide waterproofing per Specification Section 07110 at all building and site walls. Provide insulation at building foundation walls opposite occupied space (north exterior wall at Area 1). IT Provide all fasteners, adhesives, clips and accessories to attach and secure the waterproofing and accessories to the receiving surfaces. Provide manufacturer recommended flashing or other terminations at the transitions of vertical waterproofing to adjacent finish surfaces. 18. Review Contract Documents for any construction details and conditions, which may conflict with the waterproofing manufacturer's recommendations. Notify Turner within two weeks of the date of this Agreement of any such conflicts. 19. Coordinate the top of waterproofing with the adjacent finish grades or finish surfaces. 20. Provide CMU stem walls at pylons per detail 8/S6.0.16, typical. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 21. Provide site masonry loading dock screen wall and cap identified on the building Structural and Civil drawings. Provide waterproofing per Specification Section 07110 at all building and site walls. 22. Provide masonry light pole bases/pilasters per detail 13/A7.2.01 at loading dock site wall. Coordinate with the electrical Trade Contractor for anchor bolt placement of light pole baseplate. 23. Provide west side masonry retaining wall/bench wall. Reference Landscape and Civil Drawings for wall/footing construction (concrete footings- by Building Concrete Trade Contractor; mason retaining wall - by masonry Trade Contractor and C.I.P. concrete seat- By Site Concrete Trade Contractor). 24. Provide masonry wall infill, including any required doweling, caulking and fire safing at two (2) relocated 60 70 doors at existing electrical room. 25. Provide stone flooring (SF-1) at entry areas as indicated on plans. 26. Upon completion of the Work, all masonry surfaces shall be left clean of mortar, sealants, grease, residues, etc. 27. Coordinate all required inspections with the Turner Superintendent and the on-site testing agency. 28. Coordinate dowel reinforcing layout at footings, with the Concrete Contractor. 29. Obtain approval for the storage of material and mixing areas from the Construction Manager. 30. Provide all material handling equipment for the proper transportation, receiving, unloading, and disbursement of your materials. 31. Coordinate your work with all interacting Trade Contractors, particularly the concrete, electrical, mechanical and plumbing trades to account for any openings, sleeves, devices, base plates, etc. located in the masonry walls. 32. Provide all scaffolding as required to perform the Work. Provide free use of in-place scaffolding for the Work of other trades (i.e. installing electrical conduit and fixtures). 33. Set and grout hollow door frames in new masonry. 34. Provide masonry wall at Andreas road improvements(per Civil Plans). 35. Remove from the jobsite all debris/waste by generated from this Trade Subcontractor's work. 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. 1. None 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 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. Backfill 5. Testing & inspection. 6. Stone Countertops. 7. Lath at stone veneer. 8. Precast benches 9. Waterproof barrier at fascia per detail 2,3/A7.1.03 and behind stone at roof stem parapets per detail 1017.2.04 (by sheetmetal Trade Subcontractor) 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. 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. 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 f MASONRY AND STONE VENEER ' February 6, 2004 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. Provide a mock-up of Slone Pylon. Turner to define one (1) permanent pylon location to be as a mock-up for of the exterior and interior trades attaching to or adjacent to the stone veneer pylon. Coordinate with other trades, for a complete mock-up 2. Provide mock-up of stone flooring. I. Schedule 1. All Work is to be performed in accordance with the Master Project Construction Schedule, Exhibit B, dated 2/6104. A detailed schedule will be required from all Trade Contractors within 10 clays 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 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. & 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. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 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. Site wall at Amado shall be constructed in a minimum of two (2) separate moves (west half J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: b. 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. 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). 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 9 MASONRY AND STONE VENEER February 6, 2004 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 (12 man hrs min. per week). i) Trade Contractor Daily Reports (DCR). j) 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 suppliers 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 10 r CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NO. 2-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Trade Bid #9 — Masonry and Stone Masonry Veneer Trade Bid #12 - Metal Stud Framing & Drywall, Plaster, GFRG, Insulation and Fireproofing ADDENDUM NO. 4-9 and 4-12 THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE PLANS AND SPECIFICATIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED DRAWINGS AND SPECIFICATIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. A. Add Fentress Bradburn Architects, LTD, Addendum #004 document, dated April 6, 2004, pages 1 through 2, and attachments. B. Delete in its entirety Notice to Pre-Qualification Trade Contractors, dated February 6, 2004, and Replace in its entirety Notice to Pre-Qualified Trade Contractors, dated March 30, 2004, attached. C. Change Titling of Trade Bid #12, Metal Stud Framing & Drywall, EIFS, GRFG, Insulation and Fireproofing to Trade Bid #12, Metal Stud Framing & Drywall, Plaster, GRFG, Insulation and Fireproofing. D. Replace wording of Notice to Pre-Qualified Trade Contractors, Trade Bid Package #12 (Re-bid), dated March 30, 2004 from "NOTE: ALL EFIS HAS BEEN REMOVED FROM THE REVISED SCOPE OF WORK COVERED IN THIS RE-BID" to read "NOTE: EIFS HAS BEEN CHANGED TO PLASTER, EXCEPT IN LOCATIONS WHERE: INCIDENTIAL EIFS PATCHING IS REQUIRED". E. Replace wording within Paragraph N-1 of Notice to Pre-Qualified Trade Contractors, Trade Bid Package #12 (Re-bid), dated March 30, 2004 from "...in strict accordance with the contract documents and is described in four (4) individual Trade Bid Packages..." to read "...in strict accordance with the contract documents and is described in individual Trade Bid Packages...". F. Delete in its entirety Exhibit D, dated February 27, 2004, issued with Addendum #1, dated and Replace in its entirety with Exhibit D, dated April 4, 2004, attached. G. Delete in its entirety Trade Bid #12, Metal Stud Framing & Drywall, EIFS, GRFG, Insulation and Fireproofing, Scope of Work Provisions, dated February 6, 2004, and Replace in its entirety Trade Bid #12, Metal Stud Framing & Drywall, Plaster, GRFG, Insulation and Fireproofing, Scope of Work Provisions, dated April 6, 2004, attached. H. Delete Trade Bid Form 2 and Trade Bid Form 3 for Trade Bid Package 12A, Metal Stud Framing & Drywall, EIFS, GRFG, Insulation and Fireproofing and Trade Bid Package 12B, Metal Stud Framing & Drywall, EIFS, GRFG, Insulation and Fireproofing Replace with Trade Bid #12, Metal Stud Framing & Drywall, Plaster, GRFG, Insulation and Fireproofing, attached. I. Delete in its entirety Trade Bid #9, Masonry and Stone Masonry Veneer, Scope of Work Provisions, dated February 6, 2004, and Replace in its entirety Trade Bid #9-A1, Masonry and Stone Masonry Veneer, Scope of Work Provisions, dated April 6, 2004, Trade Bid #9-A2, Masonry and Stone Masonry Veneer, Scope of Work Provisions, dated April 6, 2004, and Trade Bid #9-B, Masonry and Stone Masonry Veneer (Synthetic Stone Veneer), Scope of Work Provisions, dated April 6, 2004, attached. J. Delete in its entirety Trade Bid Form 2 and Trade Bid Form 3 for Trade Bid Package 9, Masonry and Stone Masonry Veneer Replace in its entirety with Trade Bid Forms 2 and Trade Bid Forms 3 for Trade Bid #9-A1, Masonry and Stone Masonry Veneer, Trade Bid 9-A2, Masonry and Stone Masonry Veneer and Trade Bid 9-B, Masonry and Stone Masonry Veneer (Synthetic Stone Veneer), attached. K. Delete in its entirety Exhibit "G" Trade Liquated Damages, dated February 6, 2004 and Replace in its entirety with Exhibit "G" Trade Liquated Damages, dated April 6, 2004, attached. L. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID FORM ON TRADE BID FORM 2. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: April 6, 2004 CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NO. 2.27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Trade Bid #9 — Masonry and Stone Masonry Veneer Trade Bid#12 - Metal Stud Framing & Drywall, Plaster, GFRG, Insulation and Fireproofing ADDENDUM NO. 6-9 and 6-12 THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE PLANS AND SPECIFICATIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS, THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED DRAWINGS AND SPECIFICATIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. A. Add Fentress Bradburn Architects, LTD, Addendum #006 document, dated April 27, 2004, pages 1, and attachments. B. Questions and Answers to RFI's: All Trade Contractors shall review and determine the applicability and impact of each RFI response on their respective Trade Bid Package. General Trade Bid Package #9 — Masonry and Stone Masonry Veneer 1. Scope of work for Trade Bid #9, Item #35, indicates "remove all debris from jobsite .... "Exhibit "F" indicates owner will furnish dumpster for the masonry trade. Confirm remove debris to dumpster, furnished by Turner, only. Response: Trade Bid # 9 Scope of Work has been replaced with Trade Bid #9-A1, Trade Bid #9-A2 and Trade Bid #9-B, as stated in Addendum #4, dated 4/6/04. Masonry and Stone Masonry Veneer Trade Contractor shall provide dumpsters for its Scope of Work. 2. Spec. Section 04340, Part 2,01.13.1 indicates 4"-6" nominal depth for sandstone cladding; Section details, i.e., 10/A7.2.04, indicate V normal depth for sandstone. Please clarify depth (thickness) of sand stone cladding. Response: See Addendum 4 Specification Section 04345 Thin Stone Veneer dated April 6, 2004 for information regarding thickness of stone cladding. 3. Specification 4730, 1.07 Warranty has a 50-year Manufacturer's warranty against defects in material is this correct? Response: Specification Section 04730, 1.06 Warranty is correct. Trade Bid Package #12 -- MSF & Drywall, Plaster, GFRG, Insulation and Fireproofing 1. On the scope of work Trade Bid #12, Item #26, page 6 - Provide plaster at the backside of all parapets. The plans clearly show plywood with rolled up roofing, see 4 & 8/A7.2.04, Which do you want? Response: Please refer to Architectural details for location of vertical roofing, plaster or EFIS conditions. Plaster is to be provided at interior sides (backside) of vertical wall and parapets where north, south and east wall of existing roof well pockets are reframed and plastered at new box truss at Z.5 line is constructed. EFIS is to be provided at detail 7/A72.2 along H.9 line. 2. Page A2.1.01 line 39 L.3 to E.9 shows an F2 wall. You cannot get to the backside in these areas to apply gypsum board to the backside. Do you want a furred wall 171 instead? Response: 1-HR rated partition required at BOH Circulation 103/13allroom 102. See attached sketch SKA-019 dated 26 April 2004 for revised construction of walls in this area. 3. Detail 12/A7.1.03 shows 2 plaster stops, or milcores, with backer rod and caulking at every corner other than 90 degree corner. This is very expensive and should just be a woven wire corneraid. Every single corner on the Stone Veneer columns needs to done: using milcore, backer rod and caulking, then the stone veneer subcontractor has to work over all that. That would be very expensive. Can we use regular woven wire corneraid at all corners per standard construction practices? Response: 12/A7.0.03 allow applies at one (1) corner of building fascia where plaster has replaced copper fascia and EFIS has changed to plaster. Please see sheet A2.1.22 for single location where detail 12/A7.0.03 applies. If standard construction practices allows corneraid at this location, corner aid would be acceptable. Stone veneer pylon corners need to maintain "organic" shape. Lath can be used to wrap corners in lieu of Corner aid if standard construction practices permit. C. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID FORM ON TRADE BID FORM 2. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA ( 5) HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: April 27, 2004 CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NO. 2-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Trade Bid #9— Masonry and Stone Masonry Veneer Trade Bid #12 - Metal Stud Framing & Drywall, Plaster, GFRG, Insulation and Fireproofing ADDENDUM NO. 5-9 and 5-12 THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE PLANS AND SPECIFICATIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE: OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED DRAWINGS AND SPECIFICATIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. A. Add Fentress Bradburn Architects, LTD, Addendum #005 document, dated April 19, 2004, pages 1, and attachments. B. Change Bid opening date for Trade Bid #9, Masonry and Masonry Stone Veneer from April 27, 2004 at 3:00 p.m. to May 4, 2004 at 3:00 p.m. C. Change Bid opening date for Trade Bid #12, Metal Stud Framing & Drywall, Plaster, GFRG, Insulation and Fireproofing from April 27, 2004 at 3:30 p.m. to May 4, 2004 at 3:30 p.m. D. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID FORM ON TRADE BID FORM 2. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA 6) HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: April 19, 2004 Client#: 8931 DEEBRMAS ,".AC'ORD,M CERTIFICATE OF LIABILITY INSURANCE 0DATE 5/11/04Onvvvl PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION McQueary Henry Bowles Troy LLP ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 12700 Park Central Drive HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 1700 Dallas,TX 75251-0470 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURERA: St. Paul Fire &Marine 24767 DBM/Hatch, Inc. INSURERS St. Paul Mercury Insurance Co. 24791 640 Arrow Highway INSURER C Insurance Co. of the State of PA. 19429 La Verne, CA 91750-5101 INSURER D. INSURER E: COVERAGES 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.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, POLICY EFFECTIVE POLICY EXPIRATION LTR NSR TYPE OFINSURANCE POLICY NUMBER DATE MMIDDIYV DATE MMIDDIYV LIMITS A GENERAL LIABILITY KK09101800 10/01/03 10/01/04 EACH OCCURRENCE $1 QQQ 000 X COMMERCIAL GENERAL LIABILITY PREM AGE SETOE ENTED nce $100 DDO CLAIMS MADE Fx�OCCUR MED EXP(Any one person) $1 Q 000 X PD Ded:5,000 PERSONAL&ADV INJURY $1,000,000 GENERAL AGGREGATE $2 QQQ 000 X SENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGO $21,000000 POLICY X jECT D LOC B AUTOMOBILE LIABILITY KA09100519 10/01/03 10101/04 COMBINED SINGLE LIMIT A X ANY AUTO KK09101800 10/01103 10/01/04 (Eaacndent) $1,OOQ000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per Person) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (PeraccldenO S PROPERTY DAMAGE S (Per accldenq GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY. AGO S C EXCESS/UMBRELLA LIABILITY 46034638 10/01/03 10101104 EACH OCCURRENCE $5000000 X OCCUR F—ICLAIMS MADE AGGREGATE $5 QQQ QQQ S DEDUCTIBLE S X RETENTION $1000Q $ A WORKERS COMPENSATION AND WVK9102180 10/01/03 10/01/04 X TrRV IMIT C STATU- DER EMPLOYERS'LIABILITY El ANY PROPRIFTORIPARTNER/EXECUTIVE EACH ACCIDENT $'I,000,OOO OFFICERIMEMBER EXCLUDED' ELIf .DISEASE-EA EMPLOYE $'I,000,QQO SPECIAL PROVISIONS E.L.DISEASE-POLICY LIMIT vI,000,000 SPECIAL PROVISIONS below A OTHER Contractors IM09102283 10/01/03 10/01/04 $150,000 Any One Item Leased Equipment $300,000 Any Occurrence $2,500 Deductible DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re: Palm Springs Convention Center Expansion Phase ll, City Project#02.27-09 City of Palm Springs and Turner Construction Company are endorsed as Additional Insureds with regards to the General Liability and Automobile Liability policies when required by a written contract or agreement but only with respect to and to (See Attached Descriptions) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL —31)_ DAYSWRITTEN Department of Procurement and Contracting NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO50SHALL 3200 Tahquitz Canyon Way IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Palm Springs, CA 92262 REPRESENTATIVES. AUTHORIZED REPRESENT TIVE ACORD 25(2001108) 1 of 3 #M44631 KJW © ACORD CORPORATION 19F J IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25-5(2001108) 2 of 3 #M44631 DESCRIPTIONS (Continued from Page 1) the extent of the liabilities assumed by the insured under the written contract. Policies are primary and non contributory when required by a written contract or agreement. Waiver of subrogation applies to the General Liability,Automobile, and Workers Compensation policies. AMS 25.3(2001/08) 3 of 3 #M44631 ` COPY F ADDITIONAL PROTECTED PERSONS ENDORSEMENT — CONTRACTORS The�l PM GENERAL LIABILITY — INCLUDING COMPLETED WORK This endorsement changes your Contractors Commercial General Liability Protection How Coverage Is Changed architect, engineer, or surveyor professional services There are two changes which are described below. Architect, engineer, or surveyor professional services includes: 1. The following is added to Who is Protected Under . The preparation or approval of maps, drawings, This Agreement section. This change adds certain opinions, reports, surveys, change orders, designs, protected persons and limits their protection. or specification; and Additional protected person. The person or • supervisory, inspection, or engineering services. organization named below is an additional protected The following is added to the Other primary 2. person as required by a contract or agreement entered into by you. But only for covered injury or Insurance section. This change broadens coverage. damage arising out of : We'll consider this insurance to be primary to and • your work for that person or organization; non-contributory with the insurance issued directly to • your completed work for that person or additional protected persons listed below if: organization if you contract or agreement . your contract specifically requires that we requires such coverage; consider this insurance to be primary or primary • premises you own, rent, or lease from that that and non-contributory; or person or organization; or • you request before a loss that we consider this • your maintenance, operation, or use of insurance to be primary or primary and non- equipment leased from that person or contributory insurance. organization. We explain what we mean by your work and your Other Terms completed work in the Products and completed work All other terms of your policy remain the same. total limit section. If the additional protected person is an architect, engineer, or surveyor, we won't cover injury or damage arising out of the performance or failure to perform Person Or Organization: ANY PERSON OR ORGANIZATION REQUIRED TO BE MADE AN ADDITIONAL PROTECTED PERSON IN A WRITTEN CONTRACT EXECUTED PRIOR TO A LOSS. ADDITIONAL PROTECTED PERSON STATUS FOR YOUR COMPLETED WORK WILL BE PROVIDED ONLY IF REQUIRED IN THE WRITTEN CONTRACT WITH THE ADDITIONAL PROTECTED PERSON Name of Insured Policy Number Effective Date 10/01/03 DEE BROWN, INC., Processing Date 10/01/04 DBM/HATCH, INC. KK09101800 G0322 Rev. 12-97 Printed in U.S.A. Endorsement ©St. Paul Fire and Marine Insurance Co. 1997 All Rights Reserved