Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04860 - TEMECULA MECHANICAL CONVENTION CENTER EXPANSION PHASE II CP02-27-25
DOCUMENT TRACKING N`iStr0 - to Vt�W 0%- by\Y )6y . s (tif " � - Z17 k& �� t�l �1� Page: 1 Report: All Active Documents Listing �wV �\ 1np �`b r A \ �_ December 19, 2005 Condition: ALL Groups,Services=NOC,XR F=PROCURE ENT A Document# Company Group Service Aprvl Date Expire Date Close Date A4840 American Demo G`O PROCUREMENT NOC 03/17/2004 10/01/2005 A4841 Shoring Engineers C\a 5*- PROCUREMENT NOC 03/17/2004 10/01/2005 A4843 -Precision Concrete PROCUREMENT NOC 03/17/2004 10/01/2005 A4844 Temecula Mechanical C�050. NOC 03/17/2004 10/01/2005 A4845 !: K&S Air Conditioning-_ _ PROCUREMENT NOC 03117/2004 10/01/2005 A4846 Shasta Fire Protection C.to yc. PROCUREMENT NOC 03117/2004 10/01/2005 A4847 Cove Electric C'U-A PROCUREMENT NOC 03/17/2004 10/01/2005 A4850 H C I c-101>- NOC 03/31/2004 03/01/2005 A4852 CMF Inc C.�Obc PROCUREMENT NOC 03/31/2004 10/01/2005 A4853 Construction Hardware Co �X PROCUREMENT NOC 03/31/2004 10/01/2005 A4854 Preferred Ceilings Inc Clow PROCUREMENT NOC 03/31/2004 10/01/2005 A4855 J Colavin&Son cAb"t PROCUREMENT NOC 03/31/2004 10/01/2005 A4856 Invironmentalists G\off NOC 03/31/2004 10/01/2005 owlic_ A4859 Palm Springs Mirror& Glass Inc 0-I05L PROCUREMENT NOC 03/31/2004 10/0112005 A4860 Temecula Mechanical Inc G 4V PROCUREMENT NOC 03/31/2004 10/01/2005 A4861 Advanced Equipment Corporation CO(OfO PROCUREMENT NOC 03/31/2004 10/01/2005 A4871 Y� American Demolition Concrete CuttiDg PROCUREMENT NOC 04/14/2004 10/01/2005 (`P A4879 \r � DBM-Hatch lnc C�uK CU PROCUREMENT NOC 05/05/2004 10/01/2005 A4880 lJt,1( c Standard Drywall C4 - PROCUREMENT NOC 05/05/2004 10/01/2005 A5019 Nick Pecoraro Painting&Decorating PROCUREMENT NOC 01/05/2005 12/01/2005 A50 v Arrowwood Works C6`v �� PROCUREMENT NOC 01/05/2005 12/01/2005 A5021 �.,t1 1 Vomar Products GUI PROCUREMENT NOC 01/05/2005 12/01/2005 A5041 Saddleback Waterproofing Ctb'�p PROCUREMENT NOC 02I612005 06/01/2006 A5050 Stumbaugh &Assoc�iiatt(es Inc. CSOW PROCUREMENT NOC 01/05/2005 01/0112006 A5054 Cookson Doors C_-�b L'4 PROCUREMENT NOC 03/17/2005 * * * * * * END OF REPORT * * * * * * Doc 21005-0717442 08/31/2005 08:OOA Fee:NC Page 1 of 2 PLEASE COMPLETE THIS INFORMATION Recorded in Official Records RECORDING REQUESTED BY: County of Riverside Larry W. Ward Assessor, County Clerk & Recorder AND WHEN RECORDED MAIL TO: I IIIIII IIII II III I II III I II IIIII I II II IIII II City Clerk M s 'U PAGE SIZE OA PCOR NOCOR SMF MIsc: City of Palm Springs P.O.Box 2743 Pahn Springs, California 92263-2743 ✓ �)'� A R L COPY LONG REFUND tE--- NCHG E%AM Space above this line for recorders Use only TRA NOTICE OF COMPLETION TPr DTT: i ITitle of Document THM AREA FOR REC"ORDE S Uor--"E ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 238P-AS4REO(Rev. 0212003) Return To: City Clerk City of Palm Springs P.O. Box 2743 Palm Springs, California 92263-2743 Filing fee EXENDT 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 29th day of August,2005. 5. The name of the contractor(if named) for such hnprovement was: Temecula Mechanical 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 IL City Project No. 02-27, Wet Utilities. 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. A4860 Resolution No. 20882 DATED: rd Z o CITY OF PALM SPRINGS By: LIe Allen F. Smoot/Project Administrator JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of aforesaid City of Pahn 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 hue; that as said City Clerk, lie makes this verification on behalf of said municipal corporation. ��) Thn rk 0 o. IIIIIIIIIIIIIIII II IIIIII IIIII IIIII III IIIIIIII IIII 300200fl 1084 6800R 03/29/2005 14:12 7603275801 TURNER PAGE 02/02 CITY OF PALM SPRINGS i PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHA14GE ORDER To: Temecula Mechanical fate: July 14,2004 41715 Enterprise Circle North Project No. 02-27 Temecula, CA 92690 Change Order No, 2 Purchase Order No. 416625 Attn: Pat Leonard Agreement No, A4860 Account No. 4283-50003 Description of Chance to be Made: Description Add/Deduct Amount 1. Incorporate Issued for Construction Plans voluma:; 1 of 3,2 of 3&3 Add/Ded: $ 0.00 of 3 and Project Specifications Volumes 1 of 2&2 of 2 dated Mey 10, 2004 into your firm's Scope of Work. TOTAL: $0.00 AUTHORIZATION FOR CHANGE: 1) POO 1 summary of,Costm e Original Contract Price $ 732,480.00 Total of all Previous Change Orders $ (108,600.00) Total of this Change Order $ 0.00 Total Contract Price $ 6-23,880.09 This Change Order(increases) (decreases) (unchanged)the contract time by w' ing c}a S. I have received a copy of this Change Order Constr, Mana er: ( / J ! // L�, and the above AGREED PRICES are acceptable Approve I: g tl d Da: to the contractor. Turner C n 6ti/ man d City Approval: jay: fin„n.� c Submitted By: Date: 7 Own-er' ��Re�)preseennNtive Title: ti&A-41(ja,� ` .17ko a h�a,44e-e A 11 , CA '- 31a9�cr; L Approved by: Proj CtAdmi ' t or Date: Date: It Distribution: LFile uo1u ' a 11--1( (Prieinal Conformed Copies Conforme City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) d �y Clerk APPROVED BY CITY COUNCIL j_ r •�p..: CITY OF PALM SPRINGS • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II brINV �'f Jl„i✓ CONSTRUCTION CHANGE ORDER F� To: Temecula Mechanical Date: November 8, 2004 41715 Enterprise Circle North Project No. 02-27 Temecula, CA 92590 Change Order No, 3--T age 1 of 2) Purchase Order No. ' 416625 Attn: Pat Leonard Agreement No. A4860 Account No. 4283-50003 Description of Chanqe to be Made: � I Description Add / Amount Deduct 1. Pot hole Edison. Add: $ 1,788.00 2. Work OT for compaction of sewer pipe at Ramp. (TM #25) Add: $ 1,585.00 3. Traffic accident at Amado crash barrels. Add: $ 300.00 4. , Fire line hit in field by plumber after potholing. Add: $ 0.00 5. Delete grease interceptor. Deduct: $(7,752.00) 6. Relocated water line and Verizon line. Add: $ 0.00 7. Sewer manhole work at Amado. (Waste Water District) Add: $ 4,000.00 8. Waterline relocation at north side. Add: $ 0.00 9. HCI hit fire hydrant. Add: $ 0.00 10. Provide new manhole at southeast storm drain inlet removal. Add: $ 6.390.00 11, DWA Preconstruction Meeting. Add: $ 0.00 12. French drain at site wall. Add: $ 0.00 13. Credit for water service at street. Deduct: $(1,592.00) 14. Dig sewer at temporary ramp. Add: $ 0.00 TOTAL: $4,719.00 AUTHORIZATION FOR CHANGE: PCO'S: 1) 32; 2) 42; 3) 43; 4) 511 6) 53; 6) 54; 7) 55; 8) 59; 9)64; 10) 96; 11) 98; 12) '102; 13) 103; 14) 104 (continued on next page) �j I)(3a CITY OF PALM SPRINGS • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER (continued) (Page 2 of 2) To: Temecula Mechanical Date: November 8, 2004 41715 Enterprise Circle North Project No. 02-27 Temecula, CA 92590 Change Order No. 3 (Page 2 of 2) Purchase Order No. 416625 Agreement No. A4860 Account No. 4283-50003 { , I Summary of Cost[Time Original Contract Price $ 732,480.00 Total of all Previous Change Orders $ (108,600.00) Total of this Change Order $ 4,719.00 Total Contract Price $ 628.599.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager: pp and the above AGREED PRICES are acceptable Approval: Date: U to the contractor. Turner C n ru t ny �T�i1ryLu . Il Hucljw- cfa Tau. City Approval: � By: I"Ckmxitra e-�L n— Submitted By: Date: tl(tOF Owner's Representative Title: � Approved by: Date: Date: Project Administrator .- �01 e,hcn�?uGy Distribution: Oriqinal Conformed Copies Conformed - File Copv City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) --ATTEST: APPROVED BY CITY COUNCIL Y/ ty hq) 9 , > .(�i17 Clerk i Y -. a�. rC� yY�yam. ',,9p nEI,u�.-.'t J� 1bf,40 h 1r�t}5 0 CITY OF PALM SPRINGS i PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Temecula Mechanical Date: March 8, 2005 41715 Enterprise Circle North Project No. 02-27 Temecula, CA 92590 Change Order No. �,.-� Purchase Order No. �16625 Attn: Pat Leonard Agreement No. A4860 Account No. 4283-50003 Description of Chanqe to be Made: Description Add /Deduct Amount 1. Change sewer pipe to AB& Add: $ 0.00 2. Relocate Utilities (FH & MH) at New Southeast Fire Drive Add: $ 1,600.00 3. Assist with rain control/damage on October 20, 2004. Add: $ 0.00 4. Repair Storm Drain @ existing Kitchen, per FBA's SOR#10 Add: $ 0.00 5. Patch asphalt at sewer trench crossing at Calle Alvarado Deduct: $(1,600.00) TOTAL ADD: $0.00 AUTHORIZATION FOR CHANGE: PCO'S: 1)41; 2) 172; 3)222; 4)224 5) 361 Summary of Cost/Time Original Contract Price $ 732,480.00 Total of all Previous Change Orders $ (103,881.00) Total of this Change Order $ 0.00 Total Contract Price $ 628.599.00 This Change Order(increases) (decreases) (unchanged) the contract time b rking d s. / I have received a copy of this Change Order Constr. Manager: /f 1 and the above AGREED PRICES are acceptable Approval: ate: 6 to the contractor. Tur-er C n cti m a y City Ap)proval: �R By: kzec .9 "�Qe r .7 Submitted By: .,,, Data " l Ow s Representative / Title: 5cce �➢ Y9r Approved by:: Date: Date: �It�UJ' Pro' tAdministrator Distribution: r � "' @�(,T,5u, r„iaan w Oriqinal Conformed Copies Conformed - File Copv (Cie V,PPROVED OY CITY COUNCIL City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contracting (1) My a Edij"V','+ "r r�;�'a.•rrr'i,• Finance Owner's Representative (1) ATTEST: a ` - ® -- Turner Construction (1) YYy Clerk A"'DIO61`AGRLE,7�ifJ�WiT CITY OF PALM SPRINGS y�,�V I PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II ���V�� CONSTRUCTION CHANGE ORDER To. Temecula Mechanical Date: March 25, 2005 41715 Enterprise Circle North Project No. 02-27 Temecula, CA 92590 Change Order No. 5 Purchase Order No. 416625 Attn: Pat Leonard Agreement No. A4860 Account No. 4283-50003 Description of Change to be Made: Description Add/ Deduct Amount 1. Credit for unused allowance, per the allowances noted in "Scope of Deduct: $(10,000.00) Work", dated February 6, 2004. TOTAL DEDUCT: $ (10,000.00) AUTHORIZATION FOR CHANGE: 1) PCO 5 Summary of Cost/Time Original Contract Price $ 732,480.00 Total of all Previous Change Orders $ (103,881.00) Total of this Change Order $ (10,000.00) Total Contract Price $ 618 599.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 irking Pays. I have received a copy of this Change Order Constr. Manager: 1 Air and the above AGREED PRICES are acceptable Approval: Date: 1 to the contractor. Turner Vn !tiPnC mp ny City Approve) By: c m�L � Submitted By': H�vo Date: Owner's Representative Title. See./b,, Approved by: { _ Date: Itl iIQ Date: 4.LI-o', ProlectAdmini r r Distribution: CCM�r IV. Original Conformed Copies Conformed - File Cop City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) y Clerk erk APPROVED BY CITY COUNCIL r{d1d 0 yt � ��li CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Temecula Mechanical Date: April 30, 2004 41715 Enterprise Circle N, Ste. 108 Project No. 02-27 Temecula, CA 92570 Change Order No. 1 Purchase Order No. 416625 Attn: Patrick Leonard Agreement No. 25 -`� v`' Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Relocation of fire hydrant at Avenida Caballeros by DWA. 2. Abandon site utility underground piping shown on specified to be removed on Demolition Plan. 3. Abandon existing sewer lift station in place. 4. Demolish approximately the top five (5)feet of existing lift station, seal sewer line lateral, and slurry fill remaining lift station structure. TOTAL DEDUCT: 108 600.00) AUTHORIZATION FOR CHANGE: City Council via Resolution No. 20882 dated 3/31/04. Summary of Cost/Time Original Contract Price $ 732,480.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ (108,600.00) Total Contract Price $ This Change Order(increases) (decreases) (unchanged)the contract time by 0 jorkil days. I have receyii d copy of this Ch nge Order Constr. Manager: JV and the tfov AGREED PRIC are acceptable Approval: Date: to the nt ctor. Turner C tr ct om any City Approv : By: Submitted By: Date: Owner's Repres ntati e Title: � � Approved by: Date:,; k1a, Date: 2I n4 Project A ministrator Distribution: QTV MAMC*R . Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) R6NdG Finance (1) - Owner's Representative (1) Turner Construction (1) i;=:.U`a'i(''�wu Temecula Mechanical Convention Center CP02-27-25 AGREEMENT #4860 R20882, 3-31-04 AGREEMENT --- THIS AGREEMENT made this day of h% lk1 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 Temecula Mechanical, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1-THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City Contract's contract Documents entitled: Palm Springs Phase II Convention Center Expansion Phase II City Project No 02-27-25 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- 25. 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 ($732,480) 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. OMM, wo z 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. 04/20/2004 TUE 16:09 FAX 1�003l003 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS A / a municipal corporation B r City Clerk APPROVED AS TO FORM: (f�kFAf'PqWWP RM I1pOF; �,,.5 TYP N 11fiM'1,v1.�r �.�s... City Attorney SIGNATURES ON NEXT PAGE Agreement Amount - .i,. � Reviewed and approved by Procurement & Contracting Initials jAA Date , �� CONTRACTOR: Check one: Individual Partnership h 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 Finan ' 1 Officer. / Y �aedd�,;. . GL�n,4�'Y'�._ By =%c,��r.P.�S (� (. 5"0,tr". 3 SI(iNATURR OTARIZED SIGNATURE,NOS ZED Name:yyR '�[ (vr ntt UI i 11w��t� �kUVI r,✓t(. Title: ry Title Set Address: tl(�1� L— 14 ?i'I>P ��iyLtm l.1 Address: 4� 1-1�ll IS[ (.1Vr Ct wj' Sw_tc !U'r L-LILt (bC LC ifn lYz�r C-N �Ja`'e C 6 " bVhCC;.aG Cfi1 ni1''a�11� State of _C.��i gt^�.d�'ti pR;. State of Ctjn"c"(n u' County of County of ,.�- On 116 before me ffibn 101 l•U-)0 On /// before me lllk U'C?t �� C.e o personally appeared 1�5 jrTjrJ- f-(?0-A0!( personally appeared��if „o/r CUYCPrG� personally known to me(or proved to me on personally known to me(or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(a)*hose name(s)is/armsubscribed person(s)-whose name(s)is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/she/they executed the same in to me that he/she/they executed the same in Iris/her/their authorized capacity(i<,, and his/her/theif authorized capacity(ies) and that by his/her/their signature(s)-on the that by his/her/their signature(s}on the instrument the person(&),or the entity upon instrument the person(s), or the entity upon behalf of which the person(s),acted, behalf of which the person(s) acted executed the instrument, executed the instrunent. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary/Signature Notary signature Notary Seal: Notary Seal: "ICAO WOLFS 1 MONICAC WOLFS Gi rZx� 4 1320088 �' COMM #1320088 In CaliforniaO i-,-" T' Notary Public California G /'NTY �' r 'i eq`"fy}' ORANGE COUNTY 18,200E �r �{`�' .� My Gmnm cxp, s SEP T 18,2005 {j A BOND NO. WCN1225790 PERFORMANCE BOND PREMIUM: $7 ,461.00 Premlum Is For Contract Term And Is Subject To Adjustment Based On Pinal Contract Price KNOW ALL MEN BY TI- SE PF ESENnl , INC. , OLD REPUBLIC SURETY COMPANY That,Temecula Mechanical as Contractor and, , as Surety are held.firmly bound unto the City of Palm Springs,a Charter City, organized and existing in the Coutnty of Riverside, Catiu'ornia,hereinafter called the "City,"in the sum of.$732,480.00(Seven hundred thirty two thousand four hundwd cighty� doll;;:rs1for the paymcant of which sum well and truly to be made, we bind ourselves, our heirs,executors, achirmistrators, successors,and assigns,jointly and severally,firmly by these presents. WHIMAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS PRASE 1I Convention Center Eipansion Phase 11 CITY PROJECT 02-27-25 Convention Center WET UTILITIES N07, fl-IEREFOR-E,if said Contractor shall perforrn all the requirements of said Contract Documents requited to be 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 ruaterials to be famished, 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 Conn actor or said Surety thereunder,nor shalt 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 Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE f SIGNED AND SEALED,this 13TH day of APRIL ,20 04 f ContyBc TE ECULA MEC 'ANICAL INC. COntractOY TEMEGULA MECHANICAL, INC. � I ByL TitlePATRICIZ NARD, PRESIDENT TiticPAMETA. J. LEONARD, SECRETARY Corporations require two notarized signatures: One from each of the following: I- Chairman of Board, President, or any Vice President; AND 2, Secretary, Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial officer), SEAL AND NOTARIAL A( ,"'Ir)W_i Vn(,MPNT nx cf TR_FTVNo 5193 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT llllllll� OPTIONAL SECTION CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 z State of CALIFORNIA q OPTIONAL SECTION Jl CAPACITY CLAIMED BY SIGNER County of SAN DIEGO Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On 4/13/2004 before me, ❑DEBORAH D. DAVIS, NOTARY PUBLIC INDIVIDUAL DATE NAME,TITLE OF OFFICER-E G.,"JANE DOE,NOTARY PUBLIC" ❑CORPORATE OFFICER(S) personally appeared KAREN JEAN HALL NAME(S)OF SIGNER(S) TITLE(S) ❑X personally known to me-OR - ❑ proved to me on the basis of satisfactory evidence PARTNER(S) LIMITED to be the person(s) whose name(s) is/are ❑ GENERAL subscribed to the within instrument and ac- ®ATTORNEY-IN-FACT knowledged to me that he/she/they executed ❑TRUSTEE(S) the same in his/her/their authorized sE" "� DEBORAH D.DAVIS ❑GUARDIAN/CONSERVATOR Ca acit ies ❑ N „ COMM.#1412744 p yI ), and that by hislherltheir OTHER: ub i�� NOTSAN OIEGOCOUNTY NIA N signature(s) on the instrument the person(s), Mycomm Exp nPRl�21,2om or the entity upon behalf of which the person(s) acted, executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and official Seal. NAME OF PERSON(S)OR ENTITY(IES) r SIGNATURE OF NOTAR� ■ OPTIONAL SECTION 1 THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, SIGNERS Ol-HER THAN NAMED ABOVE it could prevent Iraudulent reattachment of this 9orm. ( ) o �h UU-1J) F_,,—,C,j Suure'y rcmianny 6 �PR4H La"t"u'a»G8G'9P i(' KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS, OF ESCONDIDO,, CA its true and lawful Attorney(s)-in ract,with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the companythereto(it a seal Is required),bonds,undertakings, recognizanGes or other written obligations In the nature thereof,(olhot Man bail bonds, bankticpostoiy bonds, mortgage d'efiaency bonds, mortgage c,Lin'aidy I)ondS, gueiantaes of Installment ptijrel and noto quaianty bond;, self-Insuran'ne woilo rs coiiyiensallon bonds guatanleoing paynlent of bonehts,asbestos abatement contract ponds,waste mnnagement bonds,hazardous waste ten ied aeon Bonds of black lung bUl Ids). as follows. ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ($3 , 500, 000) --------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all ofAhe acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi-colored. This appointment is made Linder and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982, RESOLVED that,the president, any vice-president, or assistant vice president In conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking, recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any.,vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary;or , (ii) when signed,by the president,any vice president or assistant vice president,secretary or assistant secretary,.and countersignedand sealed(if a seal be required)by a duly authorized attorney-in-factor agent;or (iii) when duly executed and sealed(if a seal be required)by one or more attorneys-In.-factor agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons, RESOLVED FURIIdERthatthe signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of thecompany;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WI-IEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by Its proper officer,and its corporate seal to'be affixed this-9-THL_day of 7nt UAR_y__________2-0-0.4 ®LD F6ECo49SLIC S�DRPT'y C©S4fiRTT t9V 14 VO flyflAP / 0 c COUNTY OF WAUK - President STATE OF WISCONSIN, Asslatarrt�SeoreiIr - ESHA - SS �"' ^� On this 9TR day ofJANUARY 20A4 personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. -, f yC� ...o..A �F - Notary Public Nam., PUfI L\L 5` / My commission expires: 02 1,3 2005 CERTIFICATE I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore,that the Resolutions of the board of directors set forth In the Power of Attorney, are now In force. - 70-2082 \csuAer Signed and sealed at the City of Brookfield, WI this I3TH. day of APRIL, 2004 all # 'g9 MALONEY & ASSQ Cn IA'TES. INSURANCE Asslstantj1%etary - - - -- - - - �� tlliitl Ir «'t:.lrt4lrllt 111f, hil.g4rfvrltUl`.Nr�pt' �Fh'Ipnlltllrnnrinlln,rV "virhll_IuiLrirl .�;l,(],idlrllr ,�Tlllort hA'U9_llllic, -vrift,-li�' - -� ORSC 22262(1197) - - - - - -— - - ** ** * * Old Republic * OLD REPLBLIC Milwaukee, Box 1 Milwaukee,,W WI 53201 ***** (800)217-1792 DATE: APRTL 13, 2004 Old Republic Insurance Company_(-Old Republic) as agent for: Old Republic Surety Company, Bituminous Casualty Corporation, and International Business & Mercantile REassurance Co. TO BE ATTACHED TO AND FORM PART OF CONTRACT BOND NUMBER: WCN1225790 PRINCIPAL: TEMECULA MECHANICAL, INC. OBLIGEE: CITY OF PALM SPRINGS RIDER - POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE Rider has been provided to Principal and Obligee. Coverage for acts of terrorism is included in the captioned bond. You should know that, effective November 26, 2002, under that bond, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by Old Republic.The established annual deductible is equal to 7% of the prior years direct earned premium written by Old Republic for losses incurred in 2003, 10% for losses incurred in 2004, and 15%for losses incurred in 2005. Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. As defined in Section 102(1) of the Terrorism Risk Insurance Act of 2002, a certified "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism. To be certified, the act of terrorism must be: 1)a violent act or an act that is dangerous to human life, property, or infrastructure; 2)have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel, or the premises of a United States mission; and 3) have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. You have a right to purchase insurance coverage for losses arising from terrorism, or you may choose to reject the purchase. SELECTION OR REJECTION OF TERRORISM INSURANCE COVERAGE The premium you have been charged for this bond includes terrorism coverage, for a premium of$ which you must pay within 30 days of this offer. THE PREMIUM CHARGED FOR THIS COVERAGE DOES NOT INCLUDE ANY CHARGES FOR THE PORTION OF LOSS COVERED BY THE FEDERAL GOVERNMENT UNDER THE ACT. Note: If you reject the coverage, you must check the box below, sign this form, and return it to the address shown above.The premium will be credited. ❑ I hereby elect to have the exclusion of terrorism coverage apply to this bond. I understand that I will have no coverage for losses arising from acts of terrorism. The undersigned agrees that this election will apply only to this bond. James E. Lee Bond Obligee's Signature Vice President - Old Republic Insurance Company President- Old Republic Surety Company Print Name Vice President - Bituminous Casualty Corporation Vice President- International Business & Mercantile REassurance Co. Date ORSC 22836 (112003) Attach to all contract bonds as 2 cover page. PAYMENT BOND BOND NO. WCN1225790 PREMIM INCLUDED IN PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, Thar, Temecula Mechanical as EdWactor and--gt n RRRttur rr crtREzy ram,Luy . as Surety,arc held f'mtly bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Riverside, State of California,hereinafter called the"City," in the sum of: $732,480.00(Seven hundred thirty two thousand four hruxA,lred ei htv, dollars,for the payrnont of which sum well and truly to be made,we bind ourselves,our heirs, cxecators,administrators, successors,and assigns,jointly and severally, firmly by these presents, WHI REAS, said Contractor has been awarded and is about to enter into die annexed agreenicru,with said City to perform the Work as specified or indicated in tho Contract Documents entitled; PALM SPITING$Convention Center Expansion Phase II CITY PROJECT 02 27-25 Convention Center WET UTILITIES NOW THEREFORE,if said Contractor, its subcontractors,its heirs,executors, adm nistrators, successors,or assigns shall fail to pay for any materials,provisions,provender,equipment or other supplies used in, upon, for or abow 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 Unemployinew Insurance Code, or for any amounts required to be deducted,witblteld,and paid over to the Employment Development Department from dte wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor,all as required by the provisions of Title XV, Chapter'7, Sections 3247-3252,inclusive,of the Civil Code of the State of California and acts amendatory thereof, and secdom of other codes of the State of California referred to therein and acts amendatory tliereof,and provided that the persons,companies,or corporations so fiuidshing said materials, provisions,provender, equipment or other supplies,appliances or power used in, upon,for or about performance of the work contracted to be executed or performed, or any person, company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done,or any person who performs wort:or labor upon the same, or any person who supplies both work and materials therefor,shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum hcrcinbofore 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. This bond shall more 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 tbein or their assigns in any suit brought upon this bond, PROVIDED,that any alterations in the Work to be done or the materials to be furnished, or changes in the time of comp)etiou,which nay be made pursuant to the teens 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 Agreeintm is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGI`JED AND SEALED, this 13TH day of APRIL 20 04 . Surety OLD EPUBLIC STfRETY COMPANY Contract I�TRMECULA MEC NICAL INC. �y 13y ` Title IZAREN JEAN 3ALL AT T TitlePATRICIZ LEONARD, PRESIDENT - (SEAL AND NOTAR.LA.L ACILNOWLEDGMENT OF SURFTY) Contractor TEMECULA MECHANICAL, INC. Title PAMELA J. LEONARD. SECRETARY Corporations require two notarized �innno4,.�or Y'inw fNnr- ..anM of 44+., fOiin••rinw• CALIFORNIA ALL-PURPOSE ACKNOWLEEi3�iMEN T No 5193 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 State of CALIFORNIA OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER Count of SAN DIEGO Though statute does not require the Notary to tY fill in the data below, doing so may prove invaluable to persons relying on the document On 4/13/2004 before me, DEBORAH D. DAVIS, NOTARY PUBLIC [] INDIVIDUAL DATE NAME,TITLE OF OFFICER-EG,"JANE DOE,NOTARV PUBLIC" CORPORATE OFFICER(S) personally appeared IZAREN JEAN HALL NAME(S)OF SIGNER(S) TITLE(S) ©personally known to me-OR- ❑ proved to me on the basis of satisfactory evidence ❑ PARTNER(S) ® LIMITED to be the person(s) whose name(s) is/are ® GENERAL subscribed to the within instrument and ac- ®ATTORNEY-IN-FACT knowledged to me that he/she/they executed ❑TRUSTEE(S) DEBOFiAH D.DAVIS the same in his/her/their authorized GUARDIAN/CONSERVATOR ❑ �T e' COMM, #141�2744 -� capacity(ies), and that by his/her/their �OTHER: i Z xo NOTARY PUBLIC-CALIFORNIA N signature(s) on the instrument the person(s), Vl SAIVDIEGOCOUNTY or the entity upon behalf of which the +n,ro��r�' My Comm Exp APRIL 21,2007 o- Y p persons) acted, executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and Official seal. NAME OF PERSON(S)OR ENTITYIIES) SIGNATURE OF NOTARY� OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE Surety Corr[oaaayp Er_r`�"1=a.3 IDF An'riFiiy KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JOHN G. MALONEY, HELEN ,MALONEY, MARK D. IATAROLA„ KAREN JEAN HALL, DEBORAH D. DAVIS,; OF ESCONDIDO„ CA Its true and:lawful Attorney(s)-In-Fact,with full power and authority for,and on behalf of the Company as surety, to execute and deliver and affix the seal of the company thereto(if a seal is required),bonds, undertakings, recognizanoes or other written obligations In the nature thereof,(oilior If 1;an[kill bands, btu ikdeposilory bonds, mortgage-tI'enciency honds. mohgage nlairanly IS,und.f, guarantees of Inslallment page and note guaranty bonds, S011''insuratiM workers c011p0r1"ail0n bonds guaranteeing payment of bonenls,asbestos allablin ent cot nwcl 17nl lds.waste innnauen ter 0 bonds. iazardous waste iemccluttoii bbndsor black Iling bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ' ($3 , 500, OQO) -- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on:colored background and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982, This Dower of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982:` RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that,any bond,undertaking, recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any seaetaryor assistant r secretary;or - (ii) .when signed:by the president,any vice president or assistantvice president,secretary or assistant secretary, and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed(if a seal be required)by one or more attorneys-in4act'or agents pursuant to and within the hinits of the authority evidenced by the Power of Attorney issued by the company to such person or persons, RESOLVED FORTHER,that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attomey or certification thereof authorizing the execution and delivery of any bond,undertaking recognizance,or other suretyship obligations of the company,end such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these,presents to be signed by its proper officer,and its corporate seal to be affixed this 9TH day of_—JANUARY 2L _0A�,. OLD REPUBUC SnJy�E ITV C06d4VF"f-1N'Y [� J °�A°SNRFT} - Assistant secretary � -,,,.�'� / President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 9TTT day of,TATQTTARY 2004 , personally came before me, JAMES E. LEE _ and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. Notary Public ', poetic 5 My commission expires._02/13/2005 CERTIFICATE - I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore,that the Resolui:ions of the board of directors set forth In the Power of Attorney, are now in force. 70-2082 ' "° - °SUP(y Signed and sealed at the City of Brookfield, WI this 13TIi day of APRIL 2004 o h,iiffL 3 _ MALONEY & AS�� Assistant C;�APE$: INSURANCE ,Jcratary � Inylll Int its Id_Ipgiq r nl I, drlcll /rut IIJ lL'n II I ,,� I-I-,JIh I rl Ipi r�IrJl a it dLiod ,Lly l r I<<i :h�i:iUll I,i. , mdho)II , ��,q ULG 'c;r,Lult,-�D� I ORSC 22262(1/97) �- - - - — — ** •*- ,F Old Republic * OLD REPUBLIC P.O. Box 1635 Milwaukee, WI 53201 * k*** (800)217-1792 DATE: APRIL 13, 2004 Old Republic Insurance Company (Old Republic) as agent for: Old Republic Surety Company, Bituminous Casualty Corporation, and International Business & Mercantile REassurance Co. TO BE ATTACHED TO AND FORM PART OF CONTRACT BOND NUMBER: WCN1225790 PRINCIPAL: TEMECULA MECHANICAL, INC. OBLIGEE: CITY OF PALM SPRINGS RIDER - POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE Rider has been provided to Principal and Obligee. Coverage for acts of terrorism is included in the captioned bond. You should know that, effective November 26, 2002, under that bond, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by Old Republic. The established annual deductible is equal to 7% of the prior years direct earned premium written by Old Republic for losses incurred in 2003, 10%for losses incurred in 2004, and 15%for losses incurred in 2005. Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. As defined in Section 102(1) of the Terrorism Risk Insurance Act of 2002, a certified "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the United States, to be an act of terrorism. To be certified, the act of terrorism must be: 1) a violent act or an act that is dangerous to human life, property, or infrastructure; 2) have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel, or the premises of a United States mission; and 3) have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the-Un! i� States or to influence the policy or affect the conduct of the United States Government by coercion. You have a right to purchase insurance coverage for losses arising from terrorism, or you may choose to reject the purchase. SELECTION OR REJECTION OF TERRORISM INSURANCE COVERAGE The premium you have been charged for this bond includes terrorism coverage, for a premium of$ which you must pay within 30 days of this offer. THE PREMIUM CHARGED FOR THIS COVERAGE DOES NOT INCLUDE ANY CHARGES FOR THE PORTION OF LOSS COVERED BY THE FEDERAL GOVERNMENT UNDER THE ACT. Note: If you reject the coverage,you must check the box below,sign this form, and return it to the address shown above.The premium will be credited. ❑ I hereby elect to have the exclusion of terrorism coverage apply to this bond. I understand that I will have no coverage for losses arising from acts of terrorism. The undersigned agrees that this election will apply only to this bond. James E. Lee Bond Obligee's Signature Vice President - Old Republic Insurance Company President - Old Republic Surety Company Print Name Vice President - Bituminous Casualty Corporation Vice President - International Business & Mercantile REassurance Co. Date ORSC 22836 (1/2003) Attach to all contract bonds as a cover paqe. MULTIPLE OBLIGEE RIDER BOND NO. WCN1225790 �V� TO PERFORMANCE BOND To ha attached to and form part of Bond Number WCN1225790 with OLD REPUBLIC SURETY COMPANY as Surety, TEMECULA MECHANICAL, INC. aspnitcipal,and CITY OF PALM SPRINGS ,as Obligee, for valuable consideration,hereby agree respectively in connection with a contract for PALM SPRINGS PHASE II CONVENTION CENTER EXPANSION PHASE II CITY PROJECT 02-27-25 CONVENTION CENTER WET UTILITIES which bond and contract are made a part hereof by reference, shall now include as additional obligea(s) U.S. Daparbaent of Interior Bureau of Indian Affairs "Pertaining to Lease PSL-315" This bond Is subject to the condition that nG obligee shall have any right or action gmaterthan those of any other obl igeo and be ng,whic;)ri their,agents and,represect to entatives,vess in addition and to any offsets ores, however tdefenses that hm might bet be ta all against el able against themselves, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 r T, OPTIONAL SECTION CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5193 State of CALIFORNIA OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER County of SAN DIEGO Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On 4/13/2004 before me, DEBORAH D. DAVIS' ❑NOTARY PUBLIC INDIVIDUAL DATE NAME,TITLE OF OFFICER-E G,"JANE DOE,NOTARY PUBLIC" ® PATRICIZ LEONARD PAMELA J. LEONARD CORPORATE OFFICER(S) personally appeared . PRESIDENT, SECRETARY NAME(S)OF SIGNER(S) TITLE(S) ®personally known to me-OR -❑ proved to me on the basis of satisfactory evidence ❑PARTNER(S) ❑ LIMITED to be the person(s) whose name(s) is/are ❑ GENERAL subscribed to the within instrument and ac- ®ATTORNEY-IN-FACT --:, knowledged to me that he/she/they executed ❑TRUSTEE(S) bEBOHAHO.DAVIs the same in his/her/their authorized ow GUARDIAN/CONSERVATOR GOMM.ik -CALIF 4 ❑NOTARY PL'eLICCAUFORNIA N capacity(ies), and that by his/her{theirOTHER: SAN DIEGO COUNTY signatures) on the instrument the person(s), My Comm,Exp APRIL 21,20g7 or the entity upon behalf of which the person(s) acted, executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME OF PERSON(S)OR ENTITY(IES) SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: - NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment o1 this form. SIGNERS)OTHER THAN NAMED FlBOVE � lei SuretyCenap-n F PJ9[': G; a V`t"Ii1RGk :nJ, I<NOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JOHN G. MALONEY, HELEN :MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS,; OF ESCONDIDO,;, CA Its true and lawful Atto-ney(s)-In-Fact,with full power and 'authority'for,and on behalf of thecompany as surely,to execute end deliver and affix the seal ofthe company thereto(if a seal Is required),bonds,undertakings, redd'gnizanC,es or other written obligations In the nature thereof,(ofiher IJ 4an bail honrI„, bunk dopositary bonds, mot�aga'dleficiency bonds, mortgage guuianry bonds, guarantees of oistallmonl pkper a,d note guaranty, bonds, sell lhsumrgce workers compensal,ion bonds guarantodng pays lent of benefits,asbestos eibaternent ca ill ict bands.wash management bonds, tl'trnds or black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ($3, 500; 000) --------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982.' RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. - RESOLVED FURTFIE-R,that any bond,undertaking,recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed V a seal be required)by any secretaryorassistant secretary;or - (ii) when signed by the president,any vice president or assistant vice president,•secretary or assistant secretary,and countersigned and sealed(if a seal be required)by a duty authorized attorney-in-fact or agent;or ' (iii) when duly executed and sealed(if a'seal be required)by one or more attorneys-frnfact^or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons, RESOLVED FURiHER,thatthe signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authonzing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of[hecompany;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 9_TIJ_day of__JANUA Ry �o no n-0J'_ , � OLD REPa RLIC SU RE u� OOV4 °A 9Y sun "I" Assistant Secretlry '- "', a` President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 9TH day ofJANIIAR_Y2-0-0-4 personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. N NOTHFY-,'P= Notary Public �i My commission expires: 02 13 2D05 CERTIFICATE - I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full.:force and has not been revoked; and furthermore,that the Resolutions of the board of directors set forth In the Power of Attorney, are now in force. - 70-2082 J�\4 Sun, Signed and sealed at the City of Brookfield, WI this 13TH .day of APRIL-20004 MALONEY & ASS7ES INSURANCE �L - z ' �s. '�/! Y✓ v` „`mI Assistant; e'fary rklil_ to ui,wi -- t r ._. I 'lulu lu trl aodr,r�i , 'In g v „c Ip - I. - - - - ' hi,u�gi v I hn� l"ud�tl '�,i v � �_ - �,�l�glni .+IJd t� t;ti -'ar„tv�i t_lo: ORSC 22262(1/97) - - _ - - - -- - - - qa� G TRADE BID TRADE RID PACKAGE# 25 TRADE DESCRIPTION Wet Utilities BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents (as defined in Article a of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled, TRADE BID FOR: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II PROJECT NO. 02-27 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting - Bids and Instructions to Bidders, dealing with the disposition of the Bid Security This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required bylaw. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates, Payment Bond, Performance Band, and Permits required by the Contract Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number Q Date , lip Number / Date Mtn-✓L�'!. )t2��� a Number Date 6 ;,Cl,) Cj 2_cu_A Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work is to be performed, the legal requirements Ifederal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost,progress or performance of the Work and has made such independent investigations as Bidder deems necessary. In conformance with current statutory requirements of California Labor Code Section 1860,et seq.,the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said 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,Slchedulels). Date: Bidder. Title: C,✓! �,J TRADE BID TRADE BID FORMS - 2 TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase II Project No. 02-27 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 25 TRADE BID PACKAGE DESCRIPTION: Wet Utilities TOTAL —BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - $_ Poce in(iqub r s �i y ,SPVem UN )uQ tRi lw USA'til �oU2 �oN PAce 1n wares rote in words BIDDER:-fAvV'11PuJla �H ,9(h visrl tee( BY" ('161 'yk r Dn--) �l c 7 Signa�mre TITLE: I v 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 in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address Y)Ie ti1k Lcn(✓ek,.�VILIJLds) @ Re E40 o .ds�4Yu I �LM K rC R JJJ 7_. 3. i 4. 5. 7. B, City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ss. County of I, t2c�1q r d,' f Lurtc;'L being first duly sworn, deposes and says that he orshe Is 5 z1 s/ of I ��er- .f hlncly �Ia L the party making the foregoing bid that the bid is n t made in the interest of, or on behalf of, any the 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 l IvY1C�t�,_IU, J"I Dr -IG_htci I jjqL BY TITLE (,< 0, i ORGANIZATION Fc Pll Ails bi .t ��hL LL-hIIkc o ADDRESS Lil I I'-) T.o njj o:�' SUBSCRIBED AND SWORN TO BEFORE ME THiS,� DAY OFA IZJD/ MONICA C.WOLFE COMM #1320088 -„' a; NO+,(ARY PUBLIC IN AND FOR SAID ? 'tr+- - Not � ^ ary Public - calitorna CIIANCF_COuN-ry C� COUNTY AND STATEha�ao�;, MY COMMISSION EXPIRES:���/5 �S 'w~ City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 6 BID BOND KNOW ALL MEN BY THESE PRESENTS, That: TEMECULA MECHANICAL; INC, as Principal, and OLD REPUBLIC SURETY COMPANY as Surety, are meld and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (stalle in words and figures) TEN PERCENT OF GREATER AMOUNT BID ---------- $ 10% rr"n Ohmura n UT,I bf mfnl nm""n;of ProRasap for ',,ihe payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, adrninistrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bideling schedule of the City's Contract Documents entltlad: PALM SPRINGS CONVENTION CENTER EXPANSION PNASF II City Project No. 02-27 BID PACKAGE NO. 25 — WET UTILITIES NO'4N THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the masmer required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agrsemont on the form of agreement bound with said Contract Documents, furnishes the required Cerdficates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this oblll tlon shall be null and void, otherwls , 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, t SIGNED AND SEALED, this 15TH day of MARCH 20 04 TEMECULA MECHANICAL, INC. _(SEAL) BY: l �.eo, (SEALS PAMELA J. LEON , SECRETARY iSEALI (Prlrrclpal) OLD REPUBLIC SURETY COMPANY (S6ALi (Surety) Byc (Sig ature) KAREN JEAN HAL , ATTORNEY—IN—FACT SEAL AND NOTARIAL By: ACI'CNOWLEDGMENT OF SURETY (signature) BID BOND cit",ir of Palm Springs 61D TRADE FORMS - 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.511 State of CALIFORNIA OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER County of SAN DIEGO Though statute does not require the Notary to fill in the data below, doing so may prove invaluable to persons relying on the document. On 3/15/2004 before me, DEBORAH D. DAVIS, NOTARY PUBLIC INDIVIDUAL DATE NAME,TITLE OF OFFICER-E.G,"JANE DOE,NOTARY PUBLIC" PAMELA J. LEONARD, KAREN JEAN HALL X�CORPORATE OFFICER(S) . personally appeared SECRETARY NAME(G)OF SIGNER(S) TITLE(S) f personally known to me- OR -❑ proved to me on the basis of satisfactory evidence ❑ PARTNER(S) LIMITED to be the person(s) whose name(s) is/are GENERAL subscribed to the within instrument and ac- ®ATTORNEY-IN-FACT knowledged to me that he/she/they executed TRUSTEE(S) the same in his/her/their authorized GUARDIAN/CONSERVATOR oeDEBORAHp.fJAVIS capacity(ies), and that by his/her/their OMM #141$744 signature(s) on the instrument the person(s),-CALIF ❑OTHER: NOTSAN EGO COUN�RNIA Nor the entity upon behalf of which the My Comm.Exp APRIL 21,2007 person(s) acted, executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME OF PERSON(S)OR ENTITY(IES) ✓N, D SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE *** OLD REPUBLIC J * Surety Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS, OF ESCONDIDO, CA Its true and lawful Attarney(s)-in-Fact,with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thacto(ha seal is required),bonds,undertakings, recognizances or other written obligations in the nature thereof,(older tl tan bail bonds, bank depository bonds, mortgage deficiency bonds, mortgage gLraranty bonds, guarantees of mstalhnenl paper and note guaranty bonds, self-Insurance workers compensation bonds guaranteeing payment of bone6is,asbestos abatement cot l,rnct bonds,waste management bonds,hazardous waste remedollon bonds orbleck lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ($3 , 500 , 000) - - - - - - - -- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on coloredbackground and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any bond,undertaking,recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed 0 a seal be required)by any secretary or assistant secretary;or (if) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary, and countersignedand sealed (if a seal be required)by a duly authorized attorney-in-fact or agent;or (if) when duly executed and sealed(if a seal be required)by one or more attorneys-ln4act or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persona RESOLVED FURTHER,thatthe signature of any authorized officer and the seal of the company may be affixed by facsimile to any Powerof Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corporate seal to be affixed this 17TH day of JULY 2003 OLD REPUBLIC SURETY COMPANY �a�..onaoen.e;0"2 SEAL 2 6` 1w Assistant Secre ry President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 17TH day of JULY 2003 personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation. Notary Public 02/13/2005 My commission expires. CERTIFICATE I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore,that the Resolutions of the board of di,ry&to�dgtlorth to the Power of Attorney, are now in force. <a;4-sun'n "'" 15TR MARCH, 2004 a� „,o..,,�o:, Signed and sealed at the City of Brookfisld, WI this day of _ or SEAL MALONEY & A4�SOG143"ES INSURANCE �������^' Assistant cretary •• • • • • • •' • C '• • - • • •' • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 SCOPE OR WORK PROVISIONS 25-WET UTILITIES 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 25 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 Wet Utilities Work. Trade Contractor is to provide all items required for the completion of the Work without adjustment to the Price. It is intended that the Trade Contractor shall be solely responsible for the inclusion of adequate amounts to cover all Work indicated, described, or implied, subject to code requirements and the reasonable intent of the Contract Documents. The Trade Contractor acknowledges and represents that they have: a) Visited the site and become familiar with the existing conditions, improvements and the overall physical condition of the site. b) Examined and fully understand the Contract Documents and all other exhibits, attachments, engineering reports, soils reports, special studies, and existing conditions to the extent necessary to perform the Work. The drawings, specifications, and other information listed as Contract Documents indicate the general scope of Work, and do not necessarily indicate or describe everything required for the full performance and completion of the Work. Trade Contractor shall be solely responsible for completing the Work in accordance with code requirements and the reasonable intent of the Contract Documents. c) Had an opportunity to request changes, clarifications and interpretations of errors, ambiguities, omissions and other matters which Trade Contractor has become aware of contained in the Contract Documents and Exhibits. d) Determined all procedures, techniques, phasing, sequencing, and schedules necessary or appropriate to complete the Work. e) Examined and fully understands Safety Manual and its rules, regulations and guidelines. 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 1 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 3. Trade Contractor acknowledges that they will be working in an existing, fully functional Convention Center facility, and the work may include working within public right-of ways. As such, Trade Contractor will allow for the Owner's needs for security, delivery and cleanliness and will perform the Trade Contractor's Work without disruption of the facility or its systems and operations. The level of quality, detail, coordination, scheduling, phasing, sequencing, construction activities and aesthetics is expected to exceed normal industry standards. 4. Trade Contractor fully understands that the existing Convention Center will remain open for business and will be fully operational. This Contractor further acknowledges that occasionally the progress of the work will be impeded as a result of operating the existing facility. Any demobilization, remobilization, or any other associated costs related to this type of delay is not reimbursable. 5. Contractor to provide all drinking water containers, ice, cups, trash receptacles, etc. as necessary for Contractor's employees. 6. Trade Contactor acknowledges that Turner is the Construction Manager and as such has no field forces or material handling capability to assist Trade Contractor. 7. On the basis of the above and further examinations, investigations and studies which the Trade Contractor has made in connection with the Work, Trade Contractor represents and agrees that the Contract Documents and Exhibits are accurate to the best of the Trade Contractor's knowledge and that the Work can be performed in strict accordance with the terms of their Agreement with the City. C. Scope Of Work General Scope: 1. Provide all Wet Utilities Work as required by the Contract Documents. The following items and descriptions of Work are particularly included and are not intended to limit the Trade Contractor's Work but to clarify or emphasize the Work. 2. All items listed under scope of work that are not specifically shown in the Contract Documents, or are necessary to perform this Work to completion, must be included by this Trade Contractor. 3. This Work includes, but is not limited to, all the Work specified in Section(s) This Work includes, but is not limited to, all the Work specified in Section(s) 01732, 01735, 02222, 02300, 02317, 02510, 02530, 02630, 02745 and 02755 of the Specifications. Trade Contractor will include all governing agency specifications and standards. 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 Wet Utilities to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Provide the complete Selective Demolition of the Wet Utilities work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. Selective Demolition must be coordinated with the Site Demolition and Grading, Dry Utilities, Plumbing and Electrical Trade 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA i TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 Contractors and other Trade Contractors to ensure the areas before, during and after demolition are safe for work to continue. Coordinate all Area, Utility, Service and Equipment shutdowns with Turner, and other Trade Contractors. 9. 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. 10. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 11. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 12. 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. 13. A City Business License must be obtained within 10 business days after the start of the project. 14. Move-ins: As required to meet the schedule and performance of the Wet Utilities portion of work. 15. 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. 16. 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. 17. Work to be performed in areas: All Work areas shown or on Contract Documents. 18. 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. 19. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 20. Delivery of materials and equipment shall be scheduled and coordinated with Turner. 21. 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. 22. 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. 23. 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 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 disruption of the faculty or its systems and operations, as required. Provide 72 hour notification for any scheduled shut down. 24. 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 Aveinda 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. 25. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 26. 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. 27. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 28, Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 29. 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. 30. Protect all site structures, including, but not limited to, cleanouts, manholes, Porte Cochere 100 AMP service, inlets, gas meters, transformers, devices, water valves, irrigation meters, water valve cans, vaults, pullboxes, within the demolition limits that remain, reuse, rework, or relocate, unless otherwise noted. 31. References to Utilities Trade Contractor shall mean Wet Utilities Trade Contractor. References to Wet Utilities Trade Contractor shall mean Utilities Trade Contractor. 32. 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. 33. 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. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 Specific Scope: 1. Provide all layout, sawcutting, demolition, removal, relocation, excavation, backfill, recompaction, piping, fittings and related components, equipment, structures, asphalt patch, striping and all other appurtenances required for a complete fully functional code complying Wet Utilities System in strict accordance with 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. Provide all piping, fittings, reducers, bends, wyes, tees, junction structures, drain inlets, couplings, adhesives, welding (as required), caps, and all other appurtenances to provide a complete fully functional code complying Storm Drain System. 3. Provide all piping, fittings, couplings, laterals, reducers, bends, wyes, tees, cleanouts, gaskets, screw caps, frames, covers, sleeves, adhesives, grout, coring, manholes, lids, collars and all other appurtenances to provide a complete fully functional code complying Sewer System. 4. Provide all piping, fittings, reducers, bends, wyes, tees, hot taps, thrust blocks, concrete collars, valves, valve cans and lids, couplings, adhesives, welding/ soldering and back flow devices and all other appurtenances to provide a complete fully functional code complying Domestic Water System. 5. Provide all piping, fittings, reducers, bends, tees, thrust blocks, valves, hot taps, valve cans and lids, sleeves, manifold fire department connections, guard posts and footings, fire hydrant assemblies, post indicator valves, tamper/ flow switches, chains and nock off locks, couplings, painting, tags and all other appurtenances to provide a complete fully functional code complying Site Fireline System. 6. Provide all trenching, including sawcutting, breaking and removal of existing paving, excavation, shoring, bedding material, backfill, and compaction relative to underground Wet Utilities work. 7. Provide "Turn Key" construction of the new Lift Station including but not limited to all excavation, backfill, compaction, shoring, structures, concrete, pumps, pump controllers, alarms, piping, venting, grouting, wiring, lifting chains, supports, traffic rated lids, floats, plumbing and electrical and all appurtenances to construct a complete fully functional, code complying sewer lift station per the Contract Documents. Coordinate sewer line P.O.0 with the Plumbing Trade Contractor. Tie-in must be coordinate with new electrical room service relocations so that existing systems are not interrupted. 8. Provide coordination of plumbing piping, venting and electrical switch over, tie in or relocation between the existing lift station and construction of new lift station. Coordinate power with Demolition Trade Contractor. 9. Provide demolition of the existing Lift Station, including, but is not limited to, demolition of fencing, venting, piping, excavation, backfilling and compaction. Demolition of existing cannot commence until installation, completion and operation of new lift station. 10. Provide "Turn Key" construction of the new 3000 gallon Grease Interceptor including but not limited to all excavation, backfill, compaction, shoring, structures, sampling boxes, weirs, concrete, piping, venting, grouting, traffic rated lids, and all appurtenances to construct a complete fully functional, code complying Grease Interceptor per the Contract Documents. Coordinate venting between lift station and grease interceptor and Grease Interceptor to within 5'-0" of building. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 11. Provide the Force Main Discharge including but not limited to piping, coring, grouting, strapping, fittings and all appurtenances to construct a fully functional, code compliant Force Main Discharge. Position discharge pipe with City manhole sewer flow. 12. Provide all laterals and risers for all, but not limited to roof drains, trench drains, area drains, planter drains and surface inlets. Coordinate with Plumbing Trade Contractor. 13. Provide coordination of curb sleeves and gutter depressions as well as any other related work with the Concrete Trade Contractor. 14. Provide all risers to a grade to accommodate each intended tie in of pipe or apparatus. Coordinate riser grades with each associated Trade Contractor and Turner's Superintendent. As built, record and establish permanent field lay out of all risers. 15. Provide erosion control per (SWPPP) program at all items provided by the Wet Utilities Trade Contractor. 16. Provide pressure testing, cleaning, chlorination and flushing of piping and appurtenances as required by the Contract Documents and governing agencies. 17. Provide coordination of shared utility trenches with Dry Utility Trade Contractor and governing agencies. 18. Provide removal of all existing water, fire, storm drain, sewer lines and all assemblies and appurtenances associated with the above existing systems. This includes all backfill and compaction. 19. Provide demolition of existing drain inlet at interior parking lot at the northeast and southeast corners of the site at location. Install and maintain sandbags at all storm inlets, until final improvements of other trades have been completed and accepted. Provide all caps on all planter and roof/overflow stubs, laterals and risers. 20. Demolish all sewer and storm manholes, risers, and cleanouts after new services are operational. 21. Provide pressure testing of all existing lines and new lines after reconnection and completion of Wet Utility Work. This specifically, includes, but not limited to, pressure testing of fire service, including new and existing. Fire service is a looped serving the adjacent Hotel. Notify Hotel, PSCC and Fire Department, through Turner, a minimum of one (1) week in advance of any work to this system. 22. Provide rotation of existing DWA detector check assembly and reestablish service at Amado Road. Coordinate work with DWA. Repaint if necessary. 23. Provide raising of all new and existing manholes, valve cans, clean outs, structures and appurtenances to final finish grades. Note: This work will require additional move-ins to be sequenced with the site paving, concrete and landscape work. 24. Provide termination of all piping within 5'-0" of the building, unless otherwise noted. 25. Provide demolition of the existing fire hydrant at Avenida Caballeros per DWA requirements and dispose of the hydrant. 26. Provide removal and disposal of existing gas service after relocation of gas meter. 27. Provide removal and disposal of existing fire department connection after assembly of new Fire department connection is complete and in service. 28. Provide protection of all existing structures shown to remain or relocate. 29. Provide adjustment of existing irrigation and domestic water meters and backflow preventers to final finish grade. 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA -�. TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 30. Provide connection of all new water, fire, storm drain, sewer lines and all assemblies and appurtenances associated with the above existing systems. This includes all backfill and compaction. 31. Provide all trenching, including sawcutting, breaking and removal of existing paving, excavation, shoring, bedding material, backfill, and compaction relative to underground Wet Utilities work. 32. Provide excavation, backfill and re-compaction of all trenches in accordance with the Contract Documents including the"Geotechnical Exploration Report", Dated April 17, 2003. 33. Provide sawcutting, demolition, trenching, excavation, shoring, trench plates, backfill and compaction and permanent asphalt repair for the installation of gas main line (by the Gas Company) from existing main gas line to the location of relocated gas meter. 34. Provide all cutting, drilling, patching, grouting, and repair as required for installation of the Work. 35. Provide and maintain steel plates over trenches and traffic control with advance notice signage throughout the duration at all areas of the Wet Utility work. 36. Provide and maintain delineators and caution tape for trenching at all times for the duration of your work. 37. Locate and support all existing utilities adjacent to and crossing the trench. Extreme care shall be taken to avoid damage to any existing utilities. Where indicated and as required, cut and cap, or relocate, any existing utilities. Pothole as required to locate the existing utilities. 38. Excavated materials shall be stockpiled at a location designated by Turners Superintendent. 39. Include removal of all demolished material from the jobsite. 40. A clear fire road (minimum 20 ft. in width) must be maintained at all times. The trench width/location shall be adjusted and pipes stacked if necessary to maintain this width. All operations shall be conducted to maintain this access at all times. 41. Provide dewatering of any existing ground water or water introduced into the trench. 42. Provide all pipe bedding material as specified. 43. Provide all utility pipe separations in shared utility joint"trench. 44. Perform all backfill of all trenches with approved materials capable of attaining required compaction levels. Provide sand/cement slurry and concrete if indicated. Backfill elevation shall be to subgrade of concrete/base and A/C paving/base, or to planter grade. 45. Provide warning tape as required. 46. All excavations shall be protected from fall hazards at all times with portable barricades, plating or fence panels. Provide OSHA approved access into and out of the trench shall be provided at multiple locations as required. 47. All excavations shall be protected at all times from surface water intrusion. Provide sandbags to protect the trench or reroute surface water. Provide temporary piping over/thru the trench to channel water. As required, reroute any existing downspouts, scuppers, etc. at adjacent buildings that may introduce water into the trench. 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 48. Provide man-bridges and trench plates across excavations where required for construction progress of work and convention deliveries and staging. All trench bridging shall have handrails and as required, to allow workers/pedestrians access across the trench. 49. Provide bringing the grade back to+/- 1/10'h of the existing grade accepted at the beginning of the Wet Utilities portion of the project in all areas your work is performed. 50. Provide extensive safety pre-planning for all operations. Provide daily safety inspections of the site and any ongoing operations. 51, Provide temporary asphalt patching as required. Provide the permanent A/C paving and striping after the tie-in work is complete at Avenida Caballeros, Amado Road and Calle Alvarado. Return the roadway to its original condition. Asphalt repairs shall be in accordance with City Standards Base and paving sections shall match existing. 52. Provide coordination of water and fireline with DWA, Fire Department, Convention Center and Wyndham Hotel. Tie-ins and shutdown will be performed off hours so not interruptions to the Convention Center and Wyndham Hotel. 53. Provide all hoisting for your work as needed. 54. Provide flagmen as required to control construction traffic and protect the workers and the public. 55. Provide all temporary power as required for the work. 56. Maintain the roadways and walkways within the fenced area and adjacent/outside the fenced area in a clean and safe condition. Provide street sweepers if required. 57. Provide sawcutting, patching and repair to curbs, gutters, sidewalk and paving where damaged by this Work. All excess spoils (to be disposed onsite) and debris generated by this Work will be removed and legally disposed of. Backfill with specified compaction to grades, which existed prior to trenching. Provide sufficient cover or metal plates so as to allow construction traffic (backhoe, concrete trucks, etc.) access over underground piping without causing damage to the Work, or creating a safety hazard. 58. Provide wrapping of any piping encased in concrete as required. 59. Provide all wet utilities relocation, installation and demolition Work at the existing southeast parking lot. This work includes, but not limited to, the demolition of the s/e parking lot drain inlet, and installation of piping to reconnection onsite storm drain piping to storm within the public right of way. 60. Provide lateral stub to reconnect existing southern trellis roof drain system in top new storm system at location of new east exhibit hall expansion. Provide demolition of all abandoned storm piping where canopy roof drainage has been demolished. 61. Provide adjustment of existing manhole and structures to new grades, including, but not limited to, existing southeast parking lot where parking lot has changed to new lawn area and grades and finishes have been revised. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 62. Provide all layout and engineering for your work from control lines established by others. All survey control, including benchmarks, lines and grades, lost or damaged by this Trade Contractor's operation will be this Trade Contractor's responsibility. 63. Provide demolition of all abandoned storm piping where east canopy roof drainage has been demolished to allow for new southwest pre-function and site. 64. Provide intermediate as-built of utilities located near new exhibit hall expansion east wall footings. As-built will be submitted to Turner prior to dry utility, excavation of footing and tree installations. . 65. Provide intermediate as-built of all roof/overflow and planter drain piping stubs and risers. As-built will be submitted to Turner for use by the Plumbing Contractor. 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 a Superintendent Instruction to Trade Contractor (SIS) authorizing 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 those monthly costs to Turner Construction Company in the form of a Trade Contractor Request for Change Order with Daily Time Tickets that reflect the cost attached. All Final Costs associated with the Work, upon Turners approval, will be reconciled and issued to your Firm in the form of a Trade Contractor Change Order by the City. A Change Order must be executed by both the City and the Trade Contractor prior to billing for this work. The following Allowances are specifically included in the workspace: 1. Include a cost allowance of$5,000.00 Dollars for Work to cut/cap/ relocate miscellaneous utilities items not already indicated on the Contract Documents. Work to be performed at the direction of Turner's Superintendent. 2. Include an allowance of $5,000.00 dollars for Work to provide storm drain piping and area and planter drains at new southeast lawn area. 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. Rough Grading 5. Existing 10" sanitary sewer at new exhibit hall expansion to be demolished by the Plumbing Trade Contractor. 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 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 Trade Contract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. 2. Turner Construction Company shall be named as additionally insured on all required insurance certificates/policies G. Material Delivery. Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. No staging area will be provided due to the limited Work space of the Project. All material deliveries must be scheduled and approved in advance. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. H. Mock-Ups—As noted in the Contract Documents. I. Schedule 1. All Work is to be performed in accordance with the Construction Manager's Project Construction Schedule, Exhibit B, dated 10/20/03. A detailed schedule and corresponding Schedule of Values will be required from all Contractors within 10 days from award of Contract, and will be used in developing, updating and modifying the Construction Manager's Project Construction schedule. 10 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 Trade Contractor's will acknowledge that the Project Construction Schedule will include "multiple move-ins', "out of sequence," and "phasing" of the work. Trade Contractor shall provide a three (3)week look ahead schedule of its work on a weekly basis. 2. 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. b) A breakdown, with detail by system as required, of material and labor percentages. c) A detailed schedule of this trades' work, including submittals/shop drawings, material/equipment fabrication, delivery, installation, start-up/testing/commissioning and closeout. d) An estimate of the monthly value of work-in place and manpower. e) Provide schedules, progress updates, submittal dates and shipping and delivery confirmations as requested by the Construction Manager. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, 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, are included in the Trade Contract price. 4. Whenever an actual or potential labor dispute, involving the Trade Contractor, delays or threatens to delay the timely performance of the work, the Trade Contractor shall promptly give notice thereof in writing to Turner. If as a result of any labor dispute, a special gate is designated by Turner for ingress and egress by the Trade Contractor to the job site, the Trade Contractors and suppliers will comply with the requirement to use only the designated gate. Special badging may be required as long as the Trade Contractor is restricted to the reserved gate. 5. 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. 6. In addition, Trade Contractor shall complete various portions of, or acknowledges special conditions regarding, the Work. The following is not to limit this Trade Contractors Work but to emphasize various portions of or special conditions regarding the schedule. The items are as follows: a. Review Utility Drawing notes: New systems to be operational before existing to be removed or abandoned, as such, additional move-ins, down-time, and phasing should be included to complete. 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, 11 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA ., TRADE BID NUMBER: 25 WET UTILITIES February 6, 2004 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 i 2. The Project is being funded by City of Palm Springs. There is no lender. 3. The Trade Contractor shall have one key field supervisory staff person register and complete, within three months of contract award, the Turner/OSHA 30 hour safety certification training course via the Turner Knowledge Network(TKN) on the Internet($595 per person). M. Project Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. f) No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) Once again, cleanup is to be done on a daily basis. Cleanliness is a major attribute to safety. Trade Contractor shall provide one (1) journeyman laborer for every ten (10) of it employees for a composite clean-up crew. Composite clean crew will be used at the direction of Turner Superintendent or Safety Manager. i) Trade Contractor Daily Reports (DCR). j) Trade Contractor Daily Equipment Inspection List. 12 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 25 y WET UTILITIES February 6, 2004 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 i 13 ACQRD,,, CERTIFICATE OF LIABILITY INSURANCE OPID G9 DATE(MMIDOI(VYY) TEMEC-2 04 09/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ISU/Valley Insurance Service ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE License# 0566246 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 861 South Oak Park Road ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Covina CA 91724 Phone: 626-966-3664 Fax:626-966-3895 INSURERS AFFORDING COVERAGE NAIC# INSURED INSURER Western Heritage INSURER Greenwich Insurance Temecula Mechanical Inc. INSURER centu,- National insurance Co. 41715 Enterprise Cir. N. #106 INSURER D. United National insurance co. Temecula CA 92590 INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR IY TYPE OF INSURANCE DATE MM/DDY DATE(MM/DD/YYI GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X X COMMERCIAL GENERAL LIABILITY SCP0500018 01/14/04 01/14/05 PREMISES(Ea occurence) $ 1DD,DDD CLAIMS MADE lxl OCCUR MED EXP(Any one parson) $ 1,000 PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $2,000,000 GENE AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP,OP AGG $ 1,000,000 X I POLICY PROJECT LOC AUTOMOBILE LIABILITY G' ANY AUTO BAP127971 05/08/03 05/08/04 COMBINED SINGLE LIMIT $ 1 DDO DDD COMBINED r r ALL OWNED AUTOS BODILY INJURY $ X SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per acgdenU PROPERTY DAMAGE $ (Pet are". ) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY AGG $ EXCESSIUMBRELLA LIABILITY EACH OCCURRENCE $ 1,000,000 D X OCCUR CLAIMS MADE FCX0001418 03/08/04 01/14/05 AGGREGATE $ 1,000,000 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND TWo LIMITS ER S'A EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER/EXECUTIVE EL EACH ACCIDENT $ OFFICERIMEMBER EXCLUDED? EL DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS be. EL DISEASE-POLICY LIMIT $ OTHER B Greenwich 2479191 01/14/04 01/14/05 Equipment $50,000 lsd/rntd DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS City of Palm Springs; Turner Construction Company are added as additional insured. RE: Palm Springs Convention Center Expansion Phase II, City project #02-27-25, Wet Utilities. 10 day notice of cancellation for non payment of premiums. CERTIFICATE HOLDER CANCELLATION CITYPAL SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO 50 SHALL City of Palm Springs IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Dept. Procurement & Contrctng REPRESENTATIVES 3200 Tahquitz Canyon Way AUTH REPRESEN T� Palm Springs CA 92262 ` ACORD 25(2001108) ©ACORD C RPORATION 1988 Policy : SCP0500018 COMMERCIAL GENERAL LIABILITY CG 20 3307 98 THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - AUTOMATIC STATUS WHEN REQUIRED IN CONSTRUCTION AGREEMENT WITH YOU This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Section II Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed in writing in a contract or agreement that such person or organization be added as an additional insured on your policy. Such person or organization is an additional insured only with respect to liability arising out of your ongoing operations performed for that insured. A persons or organization's status as an insured under this endorsement ends when your operations for that insured are completed. B. With respect to the insurance afforded these additional insureds, the following additional exclusion applies:This insurance does not apply to:`Bodily injury", "property damage" or "personal and advertising injury' arising out of the rendering of. or the failure to render, any professional architectural, engineering or surveying services, including: 1.The preparing, approving, or failing to prepare or approve, maps, shop drawings, opinions, reports, surveys, field orders, change orders or drawings and specifications; and 2.Supervisory, inspection, architectural or engineering activities. CO 20 33 07 98 Copyright, Insurance Services Office, Inc., 1997 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE APRIL 13, 2004 GROUP: POLICY NUMBER: 1712116-2003 CERTIFICATE ID: 27 CERTIFICATE EXPIRES: 12-01-2004 12-01-2003/12-01-2004 CITY OF PALM SPRINGS 3200 TAHQUITZ CANYON WAY PALM SPRINGS CA 92262 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II 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 not 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 should 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. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000, 000 PER OCCURRENCE ENDORSEMENT 42065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 12-01-2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER TEMECULA MECHANICAL, INC 41715 ENTRPRSE CR N 106 TEMECULA CA 92592 SCIF 10262E FEPF-Uh 1301