Loading...
HomeMy WebLinkAbout04842 - PRECISION CONCRETE CONVENTION CENTER EXPANSION PHASE II CP02-27-06 DOCUMENT TRACKING Page: 1 Report: One Document Detail April 21, 2006 Condition: Document Number a4842, Document# Description Approval Date Expiration Date Closed Date A4842 Convention Center Expansion Project Phase li Cp02-27 Total... 03/17/2004 10/01/2005 Company Name: Precision Concrete Address: 465 E. Carmel Street, San Marcos, CA 92078 Group: PROCUREMENT Service: In File xRef: PROCUREMENT Ins. Status: A policy has Expired Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid CO 2 decr$ 2,286.00 --in file 06/27/2005 NOC sign & ret to Al for recording 12/13/2005 CO 1 decr$10,010.00- in file 08/10/2004 Res 20852 $352,275.78 not provided by dept 0 311 7/2 0 04 to CM for sig 04/21/2004 5 * * * * END OF REPORT * * * * **..)<` f 3l,� DOC # 2005-1046855 12/20/2005 08:00A Fee:NC Page 1 of 2 Recorded in Official Records PLEASE COMPLETE THIS INFORMATION County of Riverside RECORDING REQUESTED BY: Larry W. Ward Assessor, County Clerk d Recorder AND WHEN RECORDED MAIL TO, I III III I II III II I II I III 111111111111 III City Clerk M s °U PAGE SIZE OA PCOR NOCOR sMF ktlsc. City of Palm Springs P.O.Box 2743 Palm Springs, California 92263-2743 A R L COPY LONG REFUND NCHG E%'Ah1 Space above this line for recorders use only DTTNOTICE OF COMPLETION Title of Document TO AREA FOR RECORDER U 83 U S EE, 0N Ly THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 230P-AS4REO (Rev.0212003) Return To: City Clerk City of Palm Springs P.O. Box 2743 Palm Springs, California 92263-2743 Filing fee EXEMPT per Government Code 6103 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California(P.O. Box 2743, Palm Springs, California 92263-2743). 4. The public work improvement on the hereinafter referred to real property within the city was COMPLETED on the I Zak day of Pa4t vet+ v- 2005. 5. The name of the contractor(if named) for such improvement was: Precision Concrete 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, Site Concrete. 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. A4842 Resolution No. 20852 DATED: a t a $e>o y C 1 Y Root M SPRINGS AAA . Sroject A ministrator JA.MES 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 t t Index No. r ',,;'+.5',, ;1, 'p,M1! ,';?1";yr`.." 4 I IIIIII IIIIIII IIII IIIII IIIIII III IIIIIII III IIIII IIII IIII 12 20 2%5 26500R CITY OF PALM SPRINGS VNV PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: October 13, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92073 Change Order No. 3 (Page 1 of 2) Purchase Order No. 416606 Attn: Dennis Ihle Agreement No. A4842 Account No. 4263-50003 Description of Change to be Made: Description Add/ Amount Deduct i 1. Pour site concrete in compliance with MBA's revised hardscape sketch dated Deduct: $ (0.00) 4/14/05 & plan dated 6/1/05. I 2. Backcharge to repair sidewalks at Caballeros. Deduct: $ (3,484.00) I 3. Backcharge to repair plaster damage at east side. Deduct: $ (239.00) 4. Grade sidewalk at NE sidewalk. Add: $ 4,156.00 5. Remove & replace site concrete damaged by sheetmetal contractor. Add: $ 8,351.00 6. Provide concrete bases for L4 light bollards. Add: $ 5,000.00 7. Delete forming of light notch at seat wall. Deduct: $ (500.00) 8. Grade seat wall area. Add: $ 1,132.00 9. Grade sidewalk at NW corner of site. Add; $ 1.000.00 10. Add rebar at seat wall per Structural sketches. Add: $ 2,520.00 11. Provide site concrete in compliance with revised Handscape Plan dated Add: $ 15,660.00 6/1/05. 12. Backcharge to remove concrete debris left at Amado. Deduct: $ (770.00) 13. Replace SE site concrete due to cracking issues. Add; $ 15,000.00 14. Credit for not having to Demolish/Repair concrete seat wall due to quality Deduct: $ (10,000.00) issues. 15. Grade at NW stairs & NW area. Add; $ 8,000.00 16. Modify light bollard foundations &elevations per Landscape Architect. Add: $ 2,500.00 17, Pour temp. waste sidewalk at NW for Fountain. Cost includes removal & Add: $ 4,829.00 replacement after Vault & Water Feature is complete. 18. Repair site concrete panels at west side - six each. Add: $ 9,416.00 19. Construct handicap ramp at Amado Rd. Add: $ 4,160.00 20. Backcharge to repair sod & electrical at SE site concrete removal due to Deduct: $ (1,485.00) cracking. TOTAL ADD: $ 65,246.00 o 0 CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: October 13, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 3 (Page 2 of 2) Purchase Order No. 416606 Attn: Dennis Ihle Agreement No. A4842 Account No. 4283-50003 AUTHORIZATION FOR CHANGE: PCO's: 1) 544; 2) 640; 3) 644; 4) 685; 5) 705: 6) 708; 7) 725; 8) 735; 9) 739; 10) 756; 11) 824; 12) 859; 13) 868; 14) 869; 15) 944; 16) 947; 17) 959; 18) 985; 19) 992; 20) 997 Summary of Cost/Time Original Contract Price $ 352,275.00 Total of all Previous Change Orders $ (12,296.00) Total of this Change Order $ 65,246.00 Total Contract Price $ 405,226 00 This Change Order(increases) (decreases) (unchanged) the contract time by rking, ays. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: Date: to the contractor. Turner C n ructi n mp ny City Approval: By j _. c✓� 'z e 5 Submitted By: Date: Lo ab Qls Ow, Representative Title: ���� ��� Approved b,1{: Date: la � ��' Date: j e'"� y j,.Project Administrator Distribution: �" Original Conformed Copies Con. rmed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) ,ATTEST: , APPROVED BY Cny COUNCIL Q Clerk Precision Concrete CITY OF PALM SPRINGS Conv. CIT. Expansion Phase 2 CO 2 PALM SPRINGS CONVENTION CENTER EXPANSION AGREEMENT #4842 CM signed, 6-23-05 CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: May 5, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 2 Purchase Order No. 416606 Attn: Dennis He Agreement No. A4842 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount 1. Credit for forty (40) unused labor manhour allowance, per allowance Deduct: $ (2,286.00) noted in Scope of Work, dated February 6, 2004. TOTAL DEDUCT: ( 2,286.00) AUTHORIZATION FOR CHANGE: 1) PCO 6 Summary of Cost/Time Original Contract Price $ 352,275.78 Total of all Previous Change Orders $ (10,010.00) Total of this Change Order $ (2,286.00) Total Contract Price $ 339 979.78 This Change Order(increases) (decreases) (unchanged) the contract time by 0 working days. I have received a copy of this Change Order pp Manager: and the above AGREED PRICES are acceptable Approval: table A royal: te: l� V �✓u to the contractor. Turner C U. o pay / City Approval:: Own r' r Bye--�R a>�y e� -b _� Submitted By: Date: u } �2�pppp en a iue Title: 41; Approved by: Date: , � Date: r%-7(r.11 e-do C, S Proje Ad trato Distribution: G9 Tu,, a �CrY Original Conformed Copies Conformed - File Co Citv.Clerk- . . (1) Project Administrator (1) Contractor (1) Procurement&Contracting (1) Finance ATTEST: Owner's Representative (1) Turner Construction (1) CID � `` y CIer4< CITY OF PALM SPRINGS VA / PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: July 27, 2004 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 1 Purchase Order No. 416606 ; Attn: Dennis Ihle Agreement No. A4842 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Incorporate Issued for Construction Plans Volumes 1 of 3, 2 of 3 Deduct: $ (10,010.00) & 3 of 3 and Project Specifications Volumes 1 of 2 &2 of 2 dated May 10, 2004 into your frm's Scope of Work. Changes include deletion of 5'wide colored concrete sidewalk at SE site. Change Order does not include new bollards, new colored concrete fire lane or fire lane markers. Site concrete at these areas will be performed by others. TOTAL DEDUCT: ($10,010.00) AUTHORIZATION FOR CHANGE: 1) PCO 1 Summary of Cost/Time Original Contract Price $ 352,275.78 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ (10,010.00) Total Contract Price $ 342.265.78 This Change Order(increases) (decreases) (unchanged) the contract time by 0/ w rking d ys. I have received a copy of this Change Order Constr. Manager: / and the above AGREED PRICES are acceptable Approval: ! Date. to the contractor. Turner C r id o a y [ City A roval: �) pp� Submitted By: i ��� ! Date, Ow ersR?pres tiv ' Title: s%ro;) .� fi v✓l a•v -�. �� dv � ) ''yy Approved by. / Date: VVVVV p Date: r ) C Cf ProjbGV dministrator / 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) r Precision Concrete Convention Center CP02-27-06 AGREEMENT #4842 R20852, 3-17-04 AGREEMENT -- --- - - — - - THIS AGREEMENT made this / ' > day of in the year 2004, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Precision Concrete 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 02-27-06 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- 06. 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 ($352,275.78) 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. ,l"" Sit? ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of : notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule, the Schedule of Values, Bid Security or Bid Bond, this Agreement Worker's Compensation Certificate, Performance Bond, Multiple Oblige Rider to Performance Bond, Payment Bond, Notice of Award Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, the Technical Specifications, Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover of the Drawings, Addenda numbers 1, 2, and 3, Inclusive, and all Change Orders, and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5- PAYMENT PROCEDUERES The Contractor shall submit Applications for Payment in accordance with the provisions of the General Conditions and the Supplementary General Conditions of the Contract. Applications for Payment will be processed by the City as provided in the Contract Documents. ARTICLE 6- NOTICES Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address know to the giver of the Notice. ARTICLE 7- MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due many not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors , assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. 04/19/2004 NON 17:42 FAX 2006/006 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 _ r \ L �'1City Clerk se tel IN isoiji-, APPROVED AS TO FORM: 'cti�✓'v Lu v u�'Ja d ti , "; By: City Attorney SIGNATURES ON NEXT PAGE Agreement overlu*der$25,000 Reviewed and approved by Procurement& Contracting Initia]s'DateAL P.O.Number 2--rJJ 4 ,�.TA �, . ., � � �, � .. .,�.x„„....„..�r`,��� y�,,...�.„,,,...,�....� � ., 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 By: By: City Clerk Convention Center Project Administrator APPROVED AS TO FORM: By: City Attorney SIGNATURES ON NEXT PAGE � YpGC,i`svz Gv�'�e' CaY'S3�c ' r CONTRACTOR: Check one:—Individual _Partnership Corporation Corporations require two notarized signatures: One from each of the following:A. Chairman of Board, President,or any Vice President AND B. Secretary,Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer. By yL �e1�9 By �'1 �c�.� SIGNATURE NOTARIZED �TN,AJREAOTARI/ZED Name: ///�,r//.5'� ���/>'Gc. i-f��Y L - sc'1�TT Title: ' VZ,-6 �� /mil n/T� Title ( ?/ - ��c S/�O% vT Address: /D.59 (.//VYan/C SEE! /tnCG Address: 7/7 Oyu.z221iYc Slate of r,., /Fa cam// 7 State of NG %Fo zNi i County of <i=F� i eC� County of ee 'r On me ��fdpAOq - L� T Onvkle�efore me /14- solo �, Lere6/�S personally appeared j>eijn,S 111 ,d perso llan y appeared j%(/f/r personally known to me(or-pro=d_tosne on personally known to me(nr proved-to-mobn the-basis-af-,,�a{isfaetorj+-evidenae)to be the the-basis-ofsatisfaetoTrcvirtcmc)to be the person(s)whose name(s)is/are subscribed persons)whose name(&) is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/skwhhey executed the same in to me that he/shehhey executed the same in his/herFtheir authorized capacity(ie&), and lis/her/dreir authorized capacity(ies) and that by his/berkhzir signature(s) on the that by his/herktheir signature(s) on the instrument the person(s), or the entity upon instrument the persou(s), or the entity upon behalf of which the person(s) acted, behalf of which the person(s) acted executed the instrument. executed the instrument. WITNESSTTry hand and official seal. WITNESS my hand and official seal. otaiy Signature N to ay Signature Notary Seal: Notary Seal: ~y ymSHANNON R. COUTTSBHANNON B. COUTTS Comm.k1315555 (� '� NOTAflY PUBLIGCALIPoRNIA Comm.p 1315555 r� S Riverside County UA ' '® NOTARY PUBLIC-CALIFORNIA LIJ' r My Comm. Expires July29,2005^v " ° Riverside Coumy . .�.•�.,..�- „�,.�,.�„o,.o,�.�,t ao. My Comm. Expires July lBy 20055 _3/25/2004 13: 45 7594102901 PRECI920hJ CONCRETE Or' PAGE 11/14 BOND NO. 209552 PREMIUM INCLUDED IhL PERFORMA R BOND KNO'N ALL MEN BY THESF PRESENTS, AMERICAN CONTRACTORS That, I1NDEM➢y[TY COMPANY as Surety,are held firmly bound unto the City of Palm Springs, a Charier City, organized and existing in the County ofRiversidc, State of Califomia,hereinafter called the "City," in the sum of. 1 52 275.75 (Three hundred fifh'rivo thousand(vo hundred seventy five and 75/100) dollars_, for the payment of which stun well and truly to be made,we bind ourselves. our heirs, executors, administrators, su=ssors,and assigns,jointly and severally,firmly by these presents. WHEREAS,said Contractor has been awarded and is about to enter into the annexed agreement with said City to porform the Work as specified or indicated to the Contract Documents entitled: PALM SPRINGS Palm Springs Convention Center Expansion Phase II CITY PROJECT 02-27-06 Convention Center NOW THEREFORE,if said Contractor,its subcontyactors,its heirs, executors.. administrators, successors, or assigns shall fail to pay for any materials,provisions,provender,equipment or other supplies used in,upon, for or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind,or for amounts due under the Unemployment Insurance Code,or for any amounts required to be deducted,withheld, and paic over to the Employment Development Department from,the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Codc with respect to such labor, all as required by the provisions of Title XV, Chapter 7,Sections 3247-3252, inclusive, of the Civil Code of the State of Cal forma and acts amendatory thereof,and sections of other cadcs of the State of California referred to therein and act: amendatory thereof, and provided that the persons, compames, 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 poison,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 lab)r upon the same, or any person who supplies both,work and materials therefor,shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum hereinbeforc set forth and also will pay, in case suit is brought upon this bond, a reasonable attorney's fee,as shall be fixed by the Court. Th,s bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond, PR OVMED,that any alterations in the Work to be dare or the materials to be furnished, at changes in the time of co.npletion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety,and notice of said alterations or extensions of the Ai;reemcnt is hereby waived by said Surety. SIGNATURES ON NEXT PAGE 113/215/2004 13: 45 7604202901 PRECISIM ..OhJCRE7E PAGE 12/14 SIGNED AND SEALED, this 16TH day of APRIL XM004 Su��f�ty . ANE C Af T/1RR TEdnFhTmaTT-Y CO2IPANY ConnactorPRECISION CONCRETE COINS UCTION, I It �aBy— VI 2.— I BEILM'AN, ATTORNEY :I�3 TACT _- � Title Titlm_ ( �-6 (SEAT, AND NOTARIAL ACKNOWLETIGNTI:NT ' OF SURETY) SY Title Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vlre President: AND 2, Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer). ALL-PURPOSE ACKNOWLEDGMENT State of California (\ SS. County of ec j 1 t/ II 11 On e before me, l fDATEJ I (NOTARY) I ' personally appeared F B'\i S SIGNER(S) ❑ personally known to me OR - ]� proved to me on the basis of satisfactory ) R evidence to be the person(s) whose name(s) is_,are subscribed to the within instrument and acknowledged to�me thadshe/they executed the same in his)/her/their authorized capacity(ies), and that by(fibs)her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CARLA M.ALLEN - Commission S 1477711 -r - Notary Public•California ' •`� San Diego Co nty u MyComm.ExpltesMar2a,200e �VI�NESS m}i handl ind official seal. �NOTARY'S SIGNATURG OPTIONAL INFORMATION o� The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTrrYnES) OF E SIGNER n APA 5/99 VALLEY-SIERRA, 800-362-3369 ALL-PURPOSE ACKNOWLEDGMENT State of California Ss. County of (t V elm On l\�T�4 before me, IDATEI .�:/ I (NOTARY) personally appeared �� T(� C > wv� SIGNER(S) ❑ personally known to me OR - v proved to me on the basis of satisfactory / \�vidence to be the person(s) whose name(s) -'are subscribed to the within instrument and acknowledged to me thattyshe/they executed the same authorized capacity(ies), and that by IS her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the CARtAM.ALLEN person(s) acted, executed the instrument. Commission#`1477711 - Notary Public-California -- San Diego County • My Comm.Expires Mar 20,2008 WscITNESS roy 1 ncl� d official seal. t n�TARY'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSONS)OR ENTrrY(IES) OF E SIGNER n APA 5/99 VALLEY-SIERRA, 800-362-3369 ALL-PURPOSE ACKNOWLEDGMENT State of California County of SAN DIEGO SS. be fore efore me, 4/16/04 CARLA M. ALLEN, NOTARY PUBLIC (DATE) (NOTARY) personally appeared CYNDI BEILMAN SIGNER(S) 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 signatures(s) on the instrument the person(s), CARLAM.ALLEN or the entity upon behalf of which the Commission N 1477711 person(s) acted, executed the instrument. -i Notary Public.California San Diego County 01MY Comm.Expires Mar 20,2008 WITNESS �y hand gdjoffi ial seal. NOTARY'S 'I UR& OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER SURETY BOND TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ATTORNEYAN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT V.\ME Of PERSON�S)OIt F.NTITY(IES) GF E AMERICAN CONTRACTORS SIGNER INDEMNITY COMPANY ARA 5/99 VALLEY-SIERRA. 9W-362-3369 .. .. ..tip. .r,v. ' ,..Nl.�..., ��y h J .:'. i . , _ ... „ 'av'4 _i , � '3 i'(_ American Contractors Indemnity Company 9841 Airport Blvd.,9th Floor, Los Angeles, California 90045 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Cyndi Beilman of San Diego, California Its true and lawful Attoiney(s)-in-Fact, with fill authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ $1,868,000.00 This Power of Attorney shall expire without further action on September 27, 2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting daily called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer, President or any Uce President, Executive Vice President, Secretary or Assistant Secretory, shall have the power and authorny 1 To appoint Attorneys)-in-Fact and to authorize them to execute on behalf of the Compaiu, and attach the seal of the Company thereto, bonds and undertakings, contracts ofindenniby and other writings obligatory in the nature thereof and, 2. To remove, at any time, any such Attorney-m-fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating theeto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Coinpany and any such power so executed and certfed by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or nmdertalong to which it is attached" IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February, 2003. ( 0pf�yQ AMERICAN CONTRACTORS INDEMNITY COMPANY F 5 INCORPORATED W SEPT.26,1990 �s •� By: fgl �P� Robert F. Thomas,Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February, 2003 before me,Norma J.Virgilio,a notary public,personally appeared Robert F. Thomas, Chief Executive Officer of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. N�NIMA J,VIRGILIO WITNESS ray hand arid official seal _ Commimions 1322310 z _ Notary Public-California Loa Angel"County Norma J. Virgilio,Notaif AlyConm.Ei�ires SeV 27. + I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF, I have hereunto set my hand this 16THday of APRIL 200 4 Bond No. 209552Nyq_ —_ 9003 Agency No. VJAMES H. FERGUSONVCorporqte Secretary rev.POA04/20i01 ]7f25/'21 4 13: 45 7604102901 RmECISIOti CONCRETE PAGE 13/14 BOND NO. 209552 PREMIUM $8,046.00 PERFORMANCE BOND KNOW AJ,L IVIFN BY THESE PRESENTS, That Precision Concrete Inc.,as Contractor and, Surety, AMERICAN CONTRACTORS INDEMNITY COMPANY are held firmly bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sum of: $352,275.75(Three hundred fifty two thousand two hundred seventy five and 75/100)_ dollars,, for the payment of which sum well and truly to be made, we bind ounielves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WIIFRPAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated to the Contract Documents entitled: PALM SPRINGS PHASE II Palm Springs Convention Center Expansion Phase II CITY PROJECT 02-27-06 Convention Center NOW THEREFORE, if said Contractor .shall perform all the raquiretnents of said Contract Documents required to he performed on its part,at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the A,reement is hereby waived by said Surety. SIG1vATtMES ON NEXT PACE •33;25/2004 1.3: 45 75GJ416290 PRECISIONd CONCRETE PAGE 14/14 SIGI,ED AND SEALED,this 16TH day of APRIL _—' 20 04 Contractor PRECISION CONCRETE CONSTRUCTION, Contractor INC. By Title Title +�c�ix:f;r ,�•? ,-'�%> Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). SE J.AND NOTARIAL .4,CK.NOWLEDGMENT OF SURETY Snr^l} �A�IERTCAN C0�+7T�tA.CTORS INDE'HNITY COAff'ANY _/CY ffiEILS$AN, ATTORNEY IN FACT Tide ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of On O�(44 before me, fo�UNS WU N � W1� 01, �'6-\Af � � �t(' , (DATE) (NOTARY) personally appearedC'etf4i SIGNER(S) r ❑ personally known tome OR - �j proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ire subscribed to the within instrument and acknowledged to me that he/she/they executed the same in ii Vher/their authorized capacity(ies), and that by K'Wher/their signatures(s) on the instrument the person(s), CARLAM.ALLEN or the entity upon behalf of which the Commission M 14I7711 person(s) acted, executed the instrument. Wow Public•Calltomla Son Diego County My Comm.Expkw Mar 20,20D5 WITNESS my hanyl a d official seal. i " NQTARY'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT _ NAME OF PERSON(S)OR ENTITYOES) GF E SIGNER APA 5/99 VALLEY-SIERRA, 800-362-3369 � .. .. � T,a,� nJ4R., ,. . ..... "7(f�i'� ., .� Pi �.^ ,:, �- ��� i? �'I ���� ��' �'x""w'^"��."'�'� r..;*..y�•.p�,��*.,..;�hY,�W�c�1i"Nk 11 ALL-PURPOSE ACKNOWLEDGMENT State of California �� I SS. County of I �) ]� On ������� before me, 4wv_ , TY��Q'd�i ���S� �C�� ��1��/1� I , (DATE) (NOT RY) personally appeared SIGNER(S) ❑ personally known to me OR - �' proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) [�%are subscribed to the within instrument and acknowledged to me that )she/they executed the same in is her their authorized capacity(ies), and that by �O/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CARLA M.ALLEN Commission S 1477711 $ .` Notary Public-California _ .. San Diego County Myeomm.ExpkesMarzo,20De W ES ( m i han nd official seal. I � 1 "' NOTARY'S 51 NA RE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TI _E(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTITY(IES) n OF E SIGNER APA 5/99 VALLEY-SIERRA, 800-362-3369 ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of SAN DIEGO before efore me, 4/16/04 CARLA M. ALLEN, NOTARY PUBLIC (DATE) (ND'IARY) personally appeared CYNDI BEI1_4AN SIGNER(S) 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 signatures(s) on the instrument the person(s), or the entity upon behalf of which the CARLA M.ALLEN person(s) acted, executed the instrument. 4 Commission#1477711 Notary Public-California San Diego County My Comm.Expkes tNar20,2005 WITNESS oqy hand'and o icial seal. NOTARY'S SI ATIIRE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER SURETY BOND TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT - NAME Of PERSON(S)OR ENTITY(IES) OF E AMERICAN CONTRACTORS SIGNER INDEMNITY COMPANY F APA 5191) VALLEY SIERRA. 800-362-3369 . _ �. V �. t d _.r _LAC. ..� _ - � � J _ a.4 American Contractors Indemnity Company 9841 Airport Blvd., 9th Floor,Los Angeles, California 90045 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Cyndi Beilman of San Diego, California Its true and lawful Attomey(s)-m-Fact, with full authority to execute on its behalf bonds, undertakings, recognizanees and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ $1,868,000.00 This Power of Attorney shall expire without further action on September 27, 2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer; President or any Vice President, Executive Tice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appointAttorney(s)-in-Fact and to author-e them to execute on behalf of the Cmnpany, and attach the seal of the Company thereto, bonds and undertakings, cant acts of indemnity and other writings obligator,in the native thereof and, 2. To remove, at any thine, any such Allorney-in fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsindle seal shall be valid and binding upon the Company and any such power so executed and certified by facsnnde signatures and facsnnde seal shall be valid and binding upon the Company in the fixture with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February,2003. vo��ypCTORS AMERICAN CONTRACTORS INDEMNITY COMPANY 5 W INCORPORATED SEPT.26,1990 ? /J -mac By. Robert F. Thomas, Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28tb day of February, 2003 before me,Norma J.Virgilio,a notary public,personally appeared Robert,F. Thomas, Chief Executive Officer of American Contractors Indemnity Company, to me personally]mown to be the individual and officer described herein,and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NORMAARGILIO WITNESS m hand and official seal _ ornmim J. #132231 Y Commiuion�1322310 z � Notary Public-California � u- z Los Angela County Norma J.Virgilro,Notai My Conn.E]xhes Sep 27,2W5 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors hndemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF, I have hereunto set my hand this 16TH day of APRIL 1200 4 Bond No. 209552 Agency No. 9003 JAMES 11 FERGUSON. Corporate Secretary Pono4t2olm r f , MULTIPLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number 209552 with AMERICAN CONTRACTORS INDEMNITY COMPANY as Surety, PRECISION CONCRETE CONSTRUCTION, INC. as Principal,and THE CITY OF PALM SPRINGS ,as Obligee, for valuable consideration, hereby agree respectively in connection with a contract for PALMS SPRINGS CONVENTION CENTER EXPANSION PHASE II, CITY PROJECT NO. 02-27-06 SITE CONCRETE which bond and contract are made a part hereof by reference, shall now include as additional Obligee(s) U.S. Department of Interior Bureau of Indian Affairs "Pertaining to Lease PSL-315" This bond is subject to the condition that no Obligee shall have any right or action greater than those of any other Obligee and shall be subject to all offsets and defenses, however arising,which might be available against any other Obligee, their agents and representatives, in addition to any offsets or defenses that might be available against themselves. In no event shall the Surety be liable in the aggregate to the Obligees for more than the penalty of this bond. At Surety's election, any payment due to any Obligee may be made by its check issued to the Obligees jointly. Neither the execution nor language of this instrument,nor any previous negotiations,shall be construed as relieving any Obligee from the due and timely performance of such obligations and duties as he,or his agent or represetnative, may owe to the Principal or the Surety under the contract or bond. Witness the following signatures and seals this 16TH day of APRIL ,200 4 PRINCIPAL: PRECISION CONCRETE CONSTRUCTION SFy. AMERICAN CONTRACTORS INDEMNITY COMPANY Check One: _individual; partnership; X$orporation (Corporations require two signatures: one from each of the following groups: A. Chairman of Board,President or any Vice pp BEILMAN, ATTORNEY-IN FACT President;and B:Secretary, Asst. Secretary,Treasurer,or Chief Title f� , Financial Officer) By (SEAL&NOTARIAL ACKNOWLEDGMENT OF SURETY) Signanue(NOTARIZED) PRINT NAME AND TITLE JEFFREY L. SCOTT BY ��-)1t°aJNCA.3. Signature(NOTARIZED) PRINT NAME AND TITLE: DF.NNIS IHLE CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On 4116104 before me, RECENAH WHITE, NOTARY PUBLIC Dale Name aril Tille of Oflcer(e.g..-Jaae Doe,Notary Public) personally appeared CYNDI BEILMAN Name(.)of Sgne,(s) x7jpersonally known tome—OR—❑proved tome on the basis of satisfactory evidence to be the person(s) whose name(s) Ware 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, RECENAH WHITE executed the instrument. N es COMM.#1377489 z r o NOTARY SANDIE OC PUBLIC-CALIFORNIA N WIT ESS m hand and official seal. i SAN DIEGD COUNTY 1 Y -�,^F••" My COMM.6xp SEPTEMGER 30,2006 �. Sgnalure A Notary Publk; �_ OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑General Xkj Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator kiuu ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: ANMCAN CONTRACTORS I EMNITY COMPANY 0 1994 National Notary Assmialion•8236 Remmet Ave,P.O.Box 718 •Canoga Park.CA 9130 -7184 Prod.No.5907 Reorder Call Tall-Free 1-600-876-6827 American Contractors Indemnity Company 9841 Airport Blvd.,961 Floor,Los Angeles, California 90045 r,� POWER OF ATTORNEY ��� ��� ��� KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Cyndi Beilman of San Diego, California Its true and lawful Attoruey(s)-m-Fact, with hill authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ $1,868,000.00 This Power of Attorney shall expire without further action on September 27, 2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting drily called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint Attorney(s)-m-Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and, 2. To remove, at any time, amr such Attorney-in fact and revoke the auth Orin,given. RESOLVED FURTHER, that the signatures of such officers and the seat of the Cmnpany may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsin le signatures and facsimile seal skull be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February, 2003. CTO,pS AMERICAN CONTRACTORS INDEMNITY COMPANY 5 SEPT2OMTEU ? /J W SEPT.16,1990 .tee By: GLIFORMP� Robert F. Thomas,Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February,2003 before me,Nonna J.Virgilio, a notary public,personally appeared Robert F. Thomas, Chief Executive Officer of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NOMAA J.VIRGILIO WITNESS my hand and official seal Commimionf 1322310 z _ Notzry Public-California ti Los Angeles County Norma J.Virgilio,Notai QMyCo .Ex0msSep27,2O051mm I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in hill force and effect. IN WITNESS HEREOF,I have hereunto set my hand this 7 611 day of APRTI, 12004 Bond No. 900552 9003 13 / Agency No. U,IAMES H. FERGUSON Corporate Secretary rev.POA04/20/01 ' M • ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of S�' d'� 4@',v On before me, ��)'���'l � a'i �6I tiVI. DATE) I LgNOTARY personally appeared ,�p�� d S I�If Q6�JA �Lt I��VPrI !1 e�0 SIGNER(S) ❑ 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/ ie xecuted the same in his/her/ hetrj authorized capacity(ies), and that y his/her/Xi _ _ signatures(s) on the instrument the person(s), CARLAM.ALLEN or the entity upon behalf of which the ` CornmkgonN t47771I I person(s) acted, executed the instrument. Nolary Pudic-Cakromla { son ouyo County MyC0mm.Ezpk*$Mar20, WITNES �ny h d o l seal. N TAR 'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ((( DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL❑ '� CORPORATE OFFICER TITLE OR YPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR - DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTFrYaES) OF aI E SIGNER s Z t= APA 5/99 VALLEY-SIERRA, 800-362-3369 ♦ i ' .rlv-�M.4.A.,xw,A�+_Yr..irweiy.�A`..fnnn �- I s�,t �AF� - +� 4 ir.0 � •� ��, 1� TRADE BID TRADE BID PACKAGE!! G TRADE ULSCRIPI_[ON File Concrete BID TO. CITY OF PALM SPRINGS, CALIFORNIA Ho, undersigned Pickier proposes and domes, d this Bid is aceepled, to enu... into o i Agirmnvvrt wilh iho Clty of Palen SPnngs tit the form included in the Contract Documents (as delined in Article 4 of the Agreement) to prilrnni rho Work is cpecdmd or mdicaled in said Contract Documents enmnled, TRADE BID FOR: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II PROJECT NO. 02.27 Bidder accepts rill of the terms and conditions of the Contract Documents, Including without to nation those in the Nolice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will reform open for the period slated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the uric 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 followinq Addenda (receipt of which is hereby acknowledged). Number_ D,ue Number__ Date C� [,25/ Number_ — Dole Li /�(j[%0 �0� Number Dal, Bidder has familiarized itself with the nature and extent of the Contract Oncuments, the Work, the site, the locality where the Work is to he performed, the logo) rceuirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or performance of the Work and has made such indopendent investigations as Budder deerns necessary In conformance with current statutory requirements of California Labor Code Section 1860, el sect , the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Carle which require every employer to be insured against Lability for worker's compensation or to undertake self insurance In accordance wuh 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 collusionAlfidavn, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Prices) named in the aforementioned Bidding Schedule(s). � Darr. _-ie t t o Bidder s C. i Y ✓�r� L`i.,('h1V�_Y�3^�j--,� Tit le: AV TRADE BID TRADE BID FORMS - 2 TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase If Project No. 02-27 In the City of Palm Springs, California TRADE BID PACKAGE NO.: G TRADE BID PACKAGE DESCRIPTION: Site Concrete TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - Pnce in li9ures I t�i-2�=��- �'I'eB.N.di•IC' (',/ �p i� .+�, &t 1n'3 e 1 4 a • r ' Ltl*7 -(�`L+'�•✓('r J1�'°�1 p� Pncegm woitls BIDDER: BY: p Signature TITLE: DATE: 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 to 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. G. 7. 8. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ss. County OI .j..p/�_; 8'F vv r ] y9fw4 being first duly sworn, deposes and says that he or she is a � "�4y'7 Of qP,��� d�.�,y e m,rr.. 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 7' —,e_c, L y TITLE ��c ORGANIZATION� p_ . ADDRESS 157) '� -^A SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF �l f�,1 1 JEFFREY L. SGOTT COMM.aY 14472So / -f - - NOTARYPUOLIC-CALIFORNIA NCO i RY"'I UBLIC IN AND FOR SAID FU- SAN DIEGO COUNTY COUNTY AND STATE MY COMM.EXPIRES OCt26,20C7'` MY COMMISSION EXPIRES: City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS • 5 BID BOND KNOW ALL LIEN BY THESE PRESENTS. T tar PRECISION CONCRETE CONSTI,uC TON Prinripal. and AMERICAN CONTRACTORS INDEMNITY COMPANY _ as SurcTV, n'e held and firmly bound unto The City of Palm Springs, hereinatter called the "City" in the sum of (State in ',words and figuresl THIRTY—FIVE THOUSAND THREE HUNDRED AND NO 100TH5 S 35,300.00 -- lire pam.nm I10%1 ni imW amnam M nrorasnP 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 submittod a bid to said City to perform the Work required under the I;iddincg schedule of the City's Contract Documents untitled: 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 rnnnner required in the "Notice Inviting Bids" and the "Instructions To Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, Then this obligation shall be null and void, otherwise it shall remain in full force_ and effect. In the evenT suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 16TH day of_MARCH _ ,2004 PRECISION CONCRETE CONSTRUCTION INC. (SEALI BY: (SEAL} _ISEALI Pnn l AMRIC I MNITY COMPANY (SEAL) rP By: CARLA M. ALLEN, ATM Y—IN—FACT SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY S<tnauirel BID BOND City of Palm Springs BID TRADE FORMS - 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r�-. - - - - - - �`,�r�cr�o"k-res�.<=��.rr.,�-r.,rni•cz�:�.�_�-y C I State of CALIFORNIA ), County of SAN DIEGO 3/16/04 On before me, RECENAH WHITE , NOTARY PUBLIC Date Name and Title o1 O81cer(e g.."Jene one.Notary Publie) personally appeared CARLA M. ALLEN Neme(s)of Signed(s) Ag personally known to me-OR-0 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, °r. RECENAH WHITE executed the instrument. nl „ COMM.#1377489 1 wv-nq�• n NOTARY PUBLIC-GALIFOBNIA ` a,h BnNOIEGOCOUNTv WITNESS my hand and official seal. °,�� MY COMM.bap. SEPTEMBER 30,2006 SreMWre d Notary Puhlk OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent " fraudulent removal and reattachment or this form to another document. I• i Description of Attached Document Title or Type of Document: i Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: I ❑ Individual ❑ Individual Ix ❑ Corporate Officer ❑ Corporate Officer i Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee �y ❑ Guardian or Conservator `•• ❑ Guardian or Conservator wiffimm 2>' ❑ Other: Top of thumb here ❑ Other: Top of thumb here i I Signer Is Representing: Signer Is Representing: ), 9 P 9� 9 I I 0 1995 Natlaeel Notary Avevaelion•8236 Remmal Ava.,P.0 Be,7164•Canoga P.I.CA 91309-7184 Prod.No.5907 R, filar,GM Tolf-Fre,"00­e7"827 I American Contractors Indemnity Company 9841 Airport Blvd.,9th Floor, Los Angeles, California 90045 09-2 6 5 5 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, Carla M. Allen Its true and lawful Attomey(s)-in-Fact, with fall authority to execute on its behalf bonds, undertakings, recogiuzamces and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ ***1 863,000 00 Dollars***. This Power of Attorney shall expire without further action on September 27, 2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer, President or any lice President, Executive Vice President, Secretory or Assistant Secretory, shall have the power and authorio, 1. To appointAttorney(s)-in-Fact and to authorize then¢to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings,contracts of indemnity and other writings obligatory in the nature thereof and, 2. To remove, at any time, any such Attorney-in fact and revoke the authority given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company nay be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certrf ed by facsimile signatures and facsuile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 281h clay of February,2003. voakypCTOkS AMERICAN CONTRACTORS INDEMNITY COMPANY 3 INCORPORATED z W sEPT.16,1990 By. G(IFORN�A� Robert F Thomas, Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February,2003 before me,Norma J. Virgilio, a notary public,personally appeared Robert F. Thomas,Chief Executive Officer of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NORRM J.VIRGILIO WITNESS my hand and official seal Commiasion#1322310 ¢ Notary Public-California £_ fl�� Los Angel"County Norma J. Virgilio,Notar§7 My Comm.D puns Sep 27,2005 1, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect. IN WITNESS HEREOF, I have hereunto set my hand this 16TH day of MARCH 200 4 Bond No. N/A BID BOND Agency No. # 9003 VJAMES H. FERGUSON Corporate Secretary rev.POA04/20/01 BIDDER'S GENERAL INFORMATION PRE-QUALIFICATION OF TRADE CONTRACTORS: All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre- qualified to submit bids for the project Trade contractors must be pre-qualified for each trade bid for which they wish to submit a bid. The completed pre-qualification questionnaires must be received at least five days prior to the date of bid openine specified in the Notice. Pre-qualification applications can be obtained at http://www.ei.palm-springs.ca.us./ (Go to "Departments" then to "Procurement", or the may be purchased from JP Reprographics. Bid proposals submitted by trade contractors who have failed to successfully pre-qualify will not be accepted. BIDDERS GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 SCOPE OR WORK PROVISIONS 6-SITE CONCRETE (Architectural) 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 6 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 Site Concrete Work. Trade Contractor is to provide all items required for the completion of the Work without adjustment to the Price. It is intended that the Trade Contractor shall be solely responsible for the inclusion of adequate amounts to cover all Work indicated, described, or implied, subject to code requirements and the reasonable intent of the Contract Documents, The Trade Contractor acknowledges and represents that they have: a) Visited the site and become familiar with the existing conditions, improvements and the overall physical condition of the site. b) Examined and fully understand the Contract Documents and all other exhibits, attachments, engineering reports, soils reports, special studies, and existing conditions to the extent necessary to perform the Work. The drawings, specifications, and other information listed as Contract Documents indicate the general scope of Work, and do not necessarily indicate or describe everything required for the full performance and completion of the Work. Trade Contractor shall be solely responsible for completing the Work in accordance with code requirements and the reasonable intent of the Contract Documents. c) Had an opportunity to request changes, clarifications and interpretations of errors, ambiguities, omissions and other matters which Trade Contractor has become aware of contained in the Contract Documents and Exhibits. d) Determined all procedures, techniques, phasing, sequencing, and schedules necessary or appropriate to complete the Work. e) Examined and fully understands Safety Manual and its rules, regulations and guidelines. 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 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 1 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 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 Site Concrete 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) 02220, 02300, 02755, 03200, 03300 and 07900 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 Site Concrete 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. 10. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 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 Site Concrete 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 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. 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) 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 Flatwork Trade Contractor shall mean Site Concrete Trade Contractor. References to Site Concrete Trade Contractor shall mean Flatwork 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 site concrete flatwork, concrete bands and steps and concrete reinforcing work per Landscape Drawings and complimentary information for concrete work as shown on Civil Drawings and as further clarified herein 2. Provide all layout and surveying required for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor's operations, will be this Trade Contractor's responsibility. 3. Provide all required concrete and reinforcing submittals and shop drawings including, but not limited to: product data, design mixes, curing compounds, hardeners, and dimensioned shop drawings. 4. Trade Contractor shall repair all existing concrete damage at location where new concrete meets existing. Trade Contractor should coordinate Site Demolition limits with Site Demolition and Grading Trade Contractor. 5. Provide all site concrete and related fine grading in accordance with the drawings, specifications and "Geotechnical Exploration Report' dated April 17, 2003, prepared by Professional Service Industries. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 6. The site concrete consists of all concrete work outside the building footprint unless specifically excluded in paragraph "C" below. Provide all fine grading of all site concrete, including curb cuts and areas to receive concrete pavers. 7. Provide all rebar and mesh for your Work. This includes rebar dowel tie-ins where new concrete ties into existing concrete. Provide all layout and surveying required for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor operations, will be this Trade Contractor's responsibility. 8. Provide mock-ups for review and approval by the Architect of all finished concrete types. Remove all mock-ups as directed by Turner. 9. Provide concrete steps as shown on Sheet L1.3.04 and detail 4/1-1.4.01. Coordinate final layout with Architect. Provide tooled stair nosings or install embedded nosings where required. 10. Provide concrete sub-slabs at site stone paving per Landscape Drawings. 11. Provide concrete band at gravel and d.g. paths per Landscape Drawings, detail 1/1-1.4.01. 12. Provide all layout, line and grade, and survey to perform this Work (primary control to be provided by others). 13, Provide concrete reinforcing per drawings for all concrete included as part of the Work. 14. Provide all ancillary materials and accessories, such as reglets, felt, vapor barriers, sand, crushed rock, curing compounds/coatings, joint accessories, etc., as required for the installation of the work. 15. Provide backfill of the slab edge as necessary to match the adjacent rough grade. 16. Work shall be performed and coordinated to safely provide and maintain building and site access. 17. Provide and maintain a concrete truck wash-out pit for any concrete work. The pit shall be cleaned with all debris removed at the direction of Turner. The location of the pit will be as agreed by Turner. All miscellaneous remaining concrete, gravel, etc., is to be removed at the end of the job, or when directed by Turner. 18. Obtain approval from Turner prior to staging, delivery and storing materials on site. This includes providing protection of stored materials from weather and other construction activities. Include all necessary flagmen for deliveries. 19. Provide dust control for this Trade Contractor's operations in performance of the Work. 20. Coordinate all survey and layout requirements with the Turner Superintendent. Protect survey stakes and use caution to minimize any re-staking. 21. Coordinate all required inspections with the Turner Superintendent. Obtain all required inspections. 22, Protect as may be necessary in performance of the Work all existing landscaping, hardscape and structures. 23, Provide reasonable protection (caution tape, traffic cones, etc.) of installed Work at traffic and construction areas. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 24. Prior to installation of concrete walks ramps and steps, verify conditions and drawings are in accordance with slope requirements and ADA requirements as they may apply. Review the existing site conditions and all available information for existing rough grade conditions and elevations prior to commencement of fine grading work. Notify Turner if significant discrepancies exist between the existing rough grades and precise grading plans. 25. Provide all required submittals as required for the Work, including but not limited to, shop drawings, samples, product data. Provide all required material submittals within one (1) week of this Agreement. 26. Provide all necessary move-ins to complete the Work. 27. Receive rough grade at+/-0.1 foot and provide fine grading per the Contract Documents. 28. Comply with all local authority requirements for the control and disposal of concrete retardant materials, including acids. 29. Provide all blockouts in the site concrete which are required for the work of other Trade Contractors. 30. Provide caulking and pre-molded filler at the sidewalks, including tie-in to existing and new structures. 31. Provide all site concrete sealant and caulking in accordance with the specifications. 32. Provide all sealers, hardeners and curing required for the site concrete and ensure that each is compatible with waterproofing or paint finishes. 33. Provide the Construction Manager with a copy of all site concrete delivery tickets. 34. Provide Daily Construction Reports to Construction Manager. 35. Provide daily clean-up and removal of all debris generated by your work. 36. Coordinate the vertical adjustment of the existing and new structures at the concrete paving areas prior to placement of concrete. Coordinate this work with all site and utility trade contractors. 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. 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 The following Allowances are specifically included in the Trade Contractor's work: 1. Include a cost allowance of 40 man-hours of Laborer Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. Labor Rate of these man-hours will not be less than the published prevailing wage rates for your firm's scope of work. 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. Offsite Curb and Gutters. 5. Demolition of light Pole Bases 6. Furnishing of miscellaneous metal embeds. 7. Structural concrete within the Building envelope. 8. Concrete masonry work. 9. Light Pole Bases (by building concrete Trade Contractor) 10. Site bollards (by building concrete Trade Contractor) 11. Site masonry wall footings (by building concrete Trade Contractor) 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 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 G. Material Delivery, Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. Use designated areas, as determined by Construction Manager for all dumpster, deliveries, truck loading, material storage and equipment staging locations. Coordinate delivery, routing, staging, storage, dumping, pick-up of all dumpster, deliveries, truck loading, material storage and equipment staging with Turner's Project Superintendent. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. L H. Mock-Ups—As noted in the Contract Documents, including but limited to, the following: 1. Provide mock-ups for review and approval by the Architect of all finished concrete types of a minimum 30 SF per type unless specified elsewhere in specifications. Remove all mock-ups as directed by Turner. 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 days from award of Contract, and will be review for compliance with the Master Project Construction schedule's intent. Trade Contractor's will acknowledge that the Master Project Construction Schedule will include"multiple move-ins", "out of sequence," and "phasing" of the work. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, off hour work and other premium time costs required to "expedite" or "make-up" delays to the schedule caused by this Trade Contractor. This includes, but is not limited to, work in excess of eight hours per day, forty hours per week, and/or work on Saturdays, Sundays and Holidays. All off-hour work must be scheduled through the Construction Manager. 3. All "tie-ins' or "shut-downs" and other impacts must be scheduled through Turner at least 72 hours in advance. All related costs, including overtime, phasing and off hour work are included in the Trade Contract price. 4. Whenever an actual or potential labor dispute, involving the Trade Contractor, delays or threatens to delay the timely performance of the work, the Trade Contractor shall promptly give notice thereof in writing to Turner. If as a result of any labor dispute, a special gate is designated by Turner for ingress and egress by the Trade Contractor to the job site, the Trade Contractors and 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 suppliers will comply with the requirement to use only the designated gate. Special bodging may be required as long as the Trade Contractor is restricted to the reserved gate. 5. A detailed schedule of this trades' work, including submittals/shop drawings, material/equipment fabrication, delivery, installation, start-up/testing/commissioning and closeout, will be provided with ten (10) days of award of contract. 7. Punchlist items are to be completed within 10 days of the punchlist issuance. Any Turner supervision costs required to complete punchlist items after the 10 day period will be backcharged to the appropriate Trade Contractor. 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. J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: a. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. K. Submittal Schedule 1. Provide a fully itemized submittal including material and equipment lead time, including shipping and delivery dates. Provide weekly shipping schedules and delivery dates, including schedules of shipment"PRO#'s" as requested by the Construction Manager. 2. Provide complete shop drawings, samples and product data submittals as required and per specifications for approval within three (3)weeks of the Contract Award. 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: 6 SITE CONCRETE (ARCHITECTURAL) February 6, 2004 M. Proiect 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. 0 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 (8 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 supplier's personnel and vehicles shall enter and leave the site through gates designated by Turner. Vehicle access will be limited to approved vehicles essential to efficient work performance. 4. All deliveries shall be scheduled with Turner's Project Superintendent a minimum of forty-eight (72) hours prior in advance. END OF SCOPE OF WORK DOCUMENT 10 04/15/2004 14:29 WESTLAND INS. HRDKERS -3 17604102931 NO.334 17004 ACORD,M CERTIFICATE OF LIABILITY INSURANCE 04/15/z4' FROaUCER (619)S84-6400 FAX (619)584-6425 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Westland Insurance Brokers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3838 Camino Del Rio North #315 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR p,0. Sox 85481 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. San Diego, CA 9 2 186-5 431 INSURERS AFFORDING COVERAGE NAIC 0 INSURED precision Concrete Construction, Ine. INSURERS Mt, Hawley Ins. Co. Tricon Textures, Inc. INSURERS: Allstate Ins. Company 465 East Carmel St- INSURER C. San Marcos, CA. 92079 USURER D. INSURER E: COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLIOY PERIOD INDICATED.NOTWITHSTANDIN ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACTOR 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, IIJIK NM NSR DD' TYPE OFINSURANCE POLICY NUMBER POLICY EFFECTIVENI POLICY E%PIRATION LIMITS GENERAL LWOIUri EACH OCCURRENCE $ 1,000 OQ X COMMERCIAL GENERAL LIABILITY MGLO136695 11/15/2003 11/15/2004 DAMAGE TO RENTED $ 50,000 CLAIMS WOE Xl OCCUR MED EXP(Any one person) $ 5100 A _ PERSONAL&ADV INJURY $ 1,000,00 GENERALAGGREGATE $ 2,000 oD GEN'L AGGREGATE LIMIT APPLIES PER; PRODUCTS-COMPIOPAGG S 1,00010o POLICY PRO ECT OC AUTOMOnILE LIABILITY AN(AUTO (EOM�BIf�EeDISINGLE LIMIT X 048693822 11/15/2003 11/15/2004 ) $ 1,000 DOD ALL OWNED AUTOS EOUILY INJURY S R WHEDULLOAUT6G (Per Pp+Rn) X HIREp AUTOS BODILY INJURY $ X NON-OWNED Al1Y05 (Pm swgen[) PRQPERTYI GE 5 (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO EAACC $ OTHER THAN AUTO ONLY AGG $ EXCESSNMBRELLA LIABILITY EACH OCCURRENCE $ 2,000m X OCCUR O CLAIMS MADE MXL0360052 11/15/2003 11/15/2004 AGGREGATE $ 2,000.000 A $ DEDUCTIBLE $ X RETENTION 5 $ WORKERS COMPENSATION AND VJC STATU-EMPLOYERS'LIABILITY LIMIS ANY PROPRIETOR/PARTNEREXECUTNE E.L.EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? El DISEASE-EA EMPLOYE S II VE,naaalbr,under SPECIAL PROVISIONS below EL.DISEABEPOLICY LIMIT $ OTHER DESOMPTRON OF OPERATIONS/LOCATIONS'VEHICLE*I EILCWSIONS ADDED EY ENDORSEMENT/SPECIAL PROVISIONS alm Springs Convention Center Hardscape ertificate Holder and the City of Palm Springs are named as additional insureds `Subject to 10 Day Notice if canceled for non payment of premium CERTIFICAIr H LDER CAN TI N $HOULD ANYOF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE I!PIRAT10N DATE TNEREOF,THE ISSUING INSURER WILLENDEAVOR TO MAIL Turner Construction Company =30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 591 Camino del la Reina BUT FAILURE TQ MAR SUCH NOTICE SHALL IMPOSE NO OBUGATION OR LIABILITY Suite 1025 OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. San Diego, CA 92108 AUTHORGUED REPRESENTATIVE Sandra Smith/SSMITH A RD 6..(,too'f/08) FAX: (760)410-2901 ©ACORD CORPORATION 1988 04/15/2004 14:29 WESTLAND INS. BROKERS 4 17604102901 NO.334 P005 Policy No: MGL 0136695 Mt,Hawley Insurance Company Precision Concrete Construction Inc, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM C) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations where required by written contract Turner Construction Company and the City of Palm Springs (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WI30 IS AN INSURED (Section I1) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work"for the insured by or for you. To the extent required under contract, this policy will apply as primary insurance to additional insureds scheduled above and other insurance which may be available to such additional insureds will be non-contributory. Sectiou TV,Condition 4,of thi$policy is amended accordingly All other Terms and Conditions of this Policy remain unchanged Page 1 of 1 CGL216(04/98) I 34/15/2004 14:29 WESTLAND INS. EROKERS 4 17604102901 NO.334 D006 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807,SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANGE FU N CI CERTIFICATE OF WORKERS' COMPENSATION INSURANCE APRIL 15, 2004 GROUP: 000046 POLICY NUMBER: 5333-2 oa4 CERTIFICATE ID: 83 CERTIFICATE EXPIRES: 07.-01-2005 01-01-2004/01-01-2005 TURNER CONSTRUCT=T COMPANY 591 CAMINO DEL LA REINA 41025 SAN DIEEGO CA 92108 PALM SPRINGS CONVENTION CENTER This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is riot subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice shuuld this policy be cancelled prior to its.normal expiration. This certificate of insurance is not an insurance policy and does not amend,extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate of insurance 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. �A� A , e . AUTHORIZED REPRESENTATIVE PRIWDRNT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS! $1,000,000 PER OCCURRENC$ ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-01-2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY_ EMPLOYER PRECISION CONCRETE CONST'RTCTION,INC. TRTCON T8XTURES,INC. 4E5 E CARMEL ST SAN MARCOS CA 92078