Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04843 - PRECISION CONCRETE CONSTRUCTION CONVENTION CENTER EXPANSION PHASE II CP02-27-08
DOCUMENT TRACKING Page: 1 Report: One Document Detail April 21, 2006 Condition: Document Numhera4843, Document# Description Approval Date Expiration Date Closed Date A4843 Convention Center Expan Proj Phase It Cp02-27 Trade 8 Total... 03117f2004 10/01/2005 Company Name: Precision Concrete Address: 465 E. Carmel Street, San Marcos, CA 92078 Contract Amt. Total Paid Balance Group: PROCUREMENT $-38,552.00 Service: NOC xRef: PROCUREMENT Ins. Status: A policy has Expired. Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid CO 8 --10 CM for sig -in file 08/17/2005 $740.00 CO 7--to CM for sig - in file 06/20/2005 $-91,295.00 NOC ret to Al for recording 0 8/1 512 0 0 5 NOC 2005-0667246 08/16/2005 CO 9 revised -in file 10/17/2005 CO 9 -in file 09/19/2005 CO 6 --to CM for sig - in file 06/20/2005 $3,947.00 CO 5 --to CM for sig -in file 06/20/2005 $46,816.00 to CM for sig 04123l2004 04/2312004 � 4 Res 20884 CO 1 decr$40,000.00 in file 03/31/2004 03/31/2004 9 distrto Procurement 04/26/2004 04f26/2004 � CO 2 --to CM for sig in file 11/17/2004 08/06/2004 Track Notes: 11/16/04 Bruce has copy of CO 2 -will prov this office w/copy. kdh vI� a ' 11/16/04 ar copy provided_ kdh CO 4--to CM for sig - in file 06/20/2005 $1,240.00 \� CO 3--to CM for sig in file 11/17/2004 11/16/2004 � ��` DOC t: 20OS-065724E 08/16/2005 08:00A Fee:NC Page I 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: II III I I III I I I II II IIII I II M S 'U PAGE SIZE DA PCOR NOCOR SMF MISC. (bb'k 1743 ryry p�LW� Imo)IL CCL 4262 A R L COPY LONG REFUND NCHG EXAM Space above this line for recorders use only TRA: DTT: 017 Title of Document fill sP i MUS AREA FORR I , nEvORDEIR S _ l UOL ONLY r C� THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 230P-AS4REO (Rev.0212003) Retain To: City Clerk City of Palm Springs P.O. Box 2743 Palm Springs, California 92263-2743 Filing fee EXEMPT per Government Code 6703 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 15th day of August, 2005. 5. The name of the contractor(if named)for such improvement was: Precision Concrete 6. The public work improvement,which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Pain Springs Convention Center Expansion-Phase II, City Project No. 02-27, Concrete Reinforcing. 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. A4843 Resolution No. 20853 DATED: t ` CITY OF PALM SPRINGS By: Project Administrator JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of aforesaid City of Palm Springs, California,the corporation that executed the foregoing notice;that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the content thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. City Clerk Index No. IIIIII IIIIIII IIIII IIIII IIIII IIII IIIIII III IIIII IIII IIII 08118 20o05 28 00R CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER o To: Precision Concrete Date: September 29, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 9R (revised) Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 Description of Change to be Made: Description Add/ Deduct Amount 1. Grind & patch concrete floors @ location of demolished tile and Add: $ 2,662.00 temporary concrete drain used for rain control. 2. Backcharge cost for Masonry contractor to repair S/2b edge at cloud Deduct: $(1,534.00) canopies.. 3. Grind & patch existing concrete walkway edge at Y.3 line damaged Add: $ 400.00 during site demo. 4. Relocate tube steel at door pocket 102q, SOR#10.03. Add: $ 138.00 5. Relocate and core pipe bollards. Add: $ 2,000.00 6. Grind & patch concrete floor at location where existing concrete meets Add: $ 3,900.00 new concrete and at locations where temporary concrete drains were used for rain control at Exhibit Hall. 7. Grind & patch concrete at location where floor closures were removed at Add: $ 400.00 M.2 line existing storefront. 8. Grind & patch east side BOH corridor prior to concrete sealing. Add: $ 2,278.00 9. Grind & patch concrete floor at existing Oasis#5 at locations of Add: $ 1,900.00 demolished exterior walls. 10. Provide credit for waterproofing at backside of seat wall. Deduct: $(1,000.00) 11. Backcharge cost for Testing Engineers and Crosby Engineering cost Deduct: $ (0.00) associated with mislocated anchor bolts. 12. Credit for Testing Engineering & Crosby Engineering for all anchor bolt Deduct: $(11,144.00) design fixes and inspections. 13. Reconcile Total Add Amount for C.O. #5 dated 4/25/05 Deduct: $ (360.00) TOTAL DEDUCT: 360.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 99; 2)460; 3)646;4)664; 5) 737; 6)741; 8)TBD; 9)TBD; 10)TBD; 11)TBD 12) TBD; 13) City Request. Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ (9,611.00) Total of this Change Order $ (360.00) Total Contract Price $ 1 885 997A0 This Change Order(increases) (decreases) (unchanged) the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: to the contractor. Tugger Co try!Yidn�icbmpar,)y t y Submitproyy: \ , C\ VV B : �,.t/lll,tiLc�� Submitted By: V1,L,'�� Date: Title: Owner's Representative _ G t� ' Approved by: DU/A)'�f'C Date: �� �� Date: ! 3p �� $" Projj inistrator Distribution: i�;f�` Original Conformed Copies Conformed 1;�e Copv eeE'PitQVED BY CITE COUNCIL City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contracting (]), `),�)f�f'r'H � Q��'r 1 a" Finance Owner's Representative (1) � CSgnh'� Turner Construction ( Precision Concrete CITY OF PALM SPRINGS Conv Ctr Expand 2 C09 A4843 PALM SPRINGS CONVENTION CENTER EXPANSIO R 20853 & 20884 CONSTRUCTION CHANGE OR[ 03-17-04 & 03-31-04 To: Precision Concrete Date: September 14, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 9 Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 1. Grind & patch concrete floors @ location of demolished tile and Add: $ 2.662.00 temporary concrete drain used for rain control. 2. Elackcharge cost for Masonry contractor to repair S/2b edge at cloud Deduct: $(1,534.00) canopies.. 3. Grind & patch existing concrete walkway edge at Y.3 line damaged Add: $ 400.00 during site demo. 4. Relocate tube steel at door pocket 102q, SOR#10.03. Add: $ 138.00 5. Relocate and core pipe bollards. Add: $ 2,000.00 6. Grind & patch concrete floor at location where existing concrete meets Add: $ 3,900.00 new concrete and at locations where temporary concrete drains were used for rain control at Exhibit Hall. 7. Grind & patch concrete at location where floor closures were removed at Add: $ 400.00 M.2 line existing storefront. 8. Grind & patch east side BOH corridor prior to concrete sealing. Add: $ 2,278.00 9. Grind & patch concrete floor at existing Oasis#5 at locations of Add: $ 1,900.00 demolished exterior walls. 10. Provide credit for waterproofing at backside of seat wall. Deduct: $(1,000.00) 11 Backcharge cost for Testing Engineers and Crosby Engineering cost Deduct: $ (0.00) associated with mislocated anchor bolts. 12. Credit for Testing Engineering & Crosby Engineering for all anchor bolt Deduct: $(11,144.00) design fixes and inspections. TOTAL ADD: $0.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 99;2)460; 3)646,4) 664; 5) 737;6) 741; 8)TBD; 9)TBD; 10)TBD; 11)TBD 12) TBD Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 9.611.00 Total of this Change Order $ 0.00 Total Contract Price $ 1 886 357.00 This Change Order(increases) (decreases) (unchanged) the contract time y w rking days. r I have received a copy of this Change Order Constr. Manager: d �'( and the above AGREED PRICES are acceptable Approval: Date: I ll to the contractor. Tur C tr tin m r� City Approv By:�.,/�::-��""°-""'�- Ym" t Submitted Bey: C Date: w e ' e re a ative Title: Approved by: Date: Date: 1/ ' C7 Pr ' t ministrator Distribution, ���ll�lij�'�\6tr1F4sr(cir�;( Original Conformed Copies Conformed- File Copy City Clerk (1) Project Administrator (1) Contractor ( Procurement&Contracting (1) bPRDVEDBYCITYVIINCIL Finance (1) V10 3v6g3 Owner's Representative (1) d- kh 208 �- .31•04, Turner Construction (1) Precision concrete CITY OF PALM SPRINGS Convention Center Expansion CO #8 PALM SPRINGS CONVENTION CENTER EXPANSION AGREEMENT #4843 Res 20853, 3-17-04 CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: July 18, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 8 Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/ Deduct Amount 1. Backcharge for special inspection cancellation. Deduct: $ (200.00) 2. backcharge for standby time due to Ballard conflic with roll-up door Deduct: $ (238.00) installation. 3. Repair concrete at Loading Dock ramp wall damaged by PSCC's Add: $ 1,178.00 vendor. TOTAL ADD: $740.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 619; 2)656; 3) 723 Summary of Cost/Time Original Contract Price $ 1,897,000.00 -Total of all Previous Change Orders $ 8.871.00 'Total of this Change Order $ 740.00 'Total Contract Price $ 1,886,357.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: Date: Z 6� to the contractor. Turner o tr c'on m ny e � City Approval .rT By: �� Submitted By. 'b A n . v� Date: b �� Own ' presentative Title: _ (: �'� I „tie/°a�tia,e`rtt.L(,�nc°'uc, F� Approved by: " V Date: 2r Date: . q t7 5 Proje t ini ator Distribution: CC;i? i iuu,�'�Tve��ut, ,'--;, Original Conformed Copies Conformed - File Copy APPROVED BY MY C(DWUL City Clerk (1) Project Administrator (11419 ea*3 n.pk Contractor (1) Procurement& Contracting (1) ,I, Finance (1) 4 Owner's Representative (1) �r Turner Construction (1) t� -- i [.,ASIUII UUIILA,L� CITY OF PALM SPRINGS Convention Center CP 02-27 CO 7 PALM SPRINGS CONVENTION CENTER EXPANSION AGREEMENT #4843 Res 20853, 3-17-04 CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: June 8, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 7 Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 1. Provide credit for anchor bolt fixes performed by W &W Steel, Inc. Deduct: $ (91,295.00) TOTAL DEDUCT: ( 91 295.00 AUTHORIZATION FOR CHANGE: PCO's: 1)218 Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 82.424.00 Total of this Change Order $ (91,295,00) Total Contract Price $ 1,885,617.00 This Change Order (increases) (decreases) (unchanged) the contract time by 0 working �ays. s' I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: ( !!d/ � �Date: to the contractor. Turner C trd&o 6 0 n City fitted a . Submitted By: Date: Ow is Representative Title: ���' ,� // � Approved by: Date: Date. LO A m Proj ministrator Distribution: nI d- 9 Original-Conformed Copies Conformed - File Copy "City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) Clerk APPROVED BY CRY COUNCIL n pfry q 'ry5 q ,, J�I Precision Concrete CITY OF PALM SPRINGS Convention Center CP 02-27 CO 6 PALM SPRINGS CONVENTION CENTER EXPANSION AGREEMENT #4843 Res 20853, 3-17-04 CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: June 3, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 6 Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 1. Provide separate slab pour at blockout at BOH#401 SOG. Add: $ 3,000.00 2. Provide credit for demolition of concrete curbs which conflicted with Deduct: $ (253.00) steel channel at curbs installed not coordinated with door layout. 3. Provide blockout at concrete kitchen and BOH 401 SOG. Provide Add: $ 5,400.00 stem wall and smooth dowels for future SOG. 4. Provide credit for SOG at kitchen. Area was ready to pour with Deduct: $ (4,000.00) Ballroom slab, when blockout was required at kitchen and BOH #401. 5. Provide credit for 6" concrete curb at Ballroom Loading Dock wall. Deduct: $ (200.00) TOTAL ADD: $3,947.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 198, 2) 275; 3)431; 4)496; 5) 559 Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 78,477.00 Total of this Change Order $ 3,947.00 Total Contract Price $ 1,976,912.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0Working/days. I have received a copy of this Change Order Constr. Manager: p �" and the above AGREED PRICES are acceptable Approval: / G Date, to the contractor. Turner CpnkFyi�t' om ny City Approval: ��dd By: Submitted By: Date: FDA r Owner's Representative Title e-- � ,. / Approved by: Date: Date: !p"� ® ProlectAd is rat Distribution: APPROVED BY CITY COUNCIL Original Conformed Copies Conformed - File Copv - _ City Clerk (1) Project Administrator 0ZtI, 'r)�gG� „`y•(r!� Contractor (1) Procurement& Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) Clerk� �� Precision Concrete CITY OF PALM SPRINGS Convention Center CP 02-27 PALM SPRINGS CONVENTION CENTER EXPANSIOI CO 5 AGREEMENT #4843 CONSTRUCTION CHANGE ORE Res 20853, 3-17-04 To: Precision Concrete Date: April 25, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 5 (Pagel of a) Purchase Order No. 416608 Attn: Dennis He Agreement No. A4843 Account No. 4283-50003 Description of Chancle to be Made: Description Add/Deduct Amount 1. Reconcile concrete labor allowance (120 manhours) Deduct: $ (5,000.00) 2. Reconcile concrete carpenter allowance (120 manhours) Deduct: $ (7,000.00) 3. Revised electrical services, RFP 93(Ticket#00512). Add: $ 2,500.00 4. Revisions to existing west Mezzanine wall/deck connection RFI 453, Add: $ 3,000.00 663, 868. 5. Top of footing not level at pylons& NW site wall. Deduct: $ (637.00) 6. Repair column at Z.5 line and 31.9 line. Deduct: $ (2,205.00) 7. * Provide labor for rain control on October 20, 2004. Add: $ 2,217.00 8. Encasement of column at R.2/34.1, RFI 483. Add: $ 2,637.00 9. * Provide labor for rain control on October 27, 2004. Add: $ 3,612.00 10. * Provide labor for rain control on November 21, 2004. Add: $ 0.00 11. Clean footings at electrical room 414. Deduct: $ (205.00) 12 Drill missing dowels at light pole. Deduct: $ (217.00) 13. Pump out water from pylon foundations due to plumbing drain pipe. Add: $ 588.00 14. * Provide labor for rain control on December 7, 2004. Add: $ 588.00 15. Provide concrete admixture at Ballroom/Kitchen. Add: $ 7,500.00 16. Remove roof drains at alcove opening at hallway#1 &Oasis#1. Add: $ 1,790.00 17. Survey control for anchor bolts as-built. Deduct: $ (360.00) 18. * Provide labor for rain control 12/28, 12/29, 12/30& 12/31/04. Add: $ 5,064.00 19. Pylon#6 ring plate modifications at cantilever RFI 677. Add: $ 972.00 20. Column pad at L4&35 line. Add: $ 4,531.00 21. Dewater diamonds/piers at registration. Add: $ 1,219.00 22. * Provide labor for rain control 1/8, 1/9, 1/10, 1/11/05. Add: $ 0.00 23. Dewater diamonds/piers at Registration 1/12 & 1/13/05. Add: $ 1,065.00 24. Additional concrete at BOH#414. Add: $ 4,112.00 (Continued on Page 2) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER (continued) (Page 2 of 3) To: Precision Concrete Date: April 26, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 5 (Page 2 of 3) Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 25. Survey balance of slab edge at Ballroom. Deduct: $ (750.00) 26. Credit for temporary slab at pedestrian covered walkway. Deduct: $ (2,500.00) 27. Clean Kitchen area&grade around Mach. Room. Relocate temp. toilets. Add: $ 919.00 28. Grade at pylons for scaffolding west of Ballroom. Add: $ 213.00 29, Provide labor to clean up for Topping Out ceremony. Add: $ 665.00 30. Additional move-ins at site wall. Add: $ 4,671.00 31. Tube steel footings (Ticket#00509). Add: $ 2,000.00 32. Dewater pylons/piers at Area 1 (Ticket#00506). Add: $ 841.00 33. Provide full-height encasement at north side of columns. Add: $ 5,000.00 34. « Remove Portland cement rain protection from west side of new Add: $ 1,200.00 restrooms(Ticket#00506). 35. Expansion joint modifications at 31.8 line, RFI 881 (Ticket#00504). Add: $ 6,000.00 36. Excavation/grading of west Loading Dock (Ticket#00510). Add: $ 688.00 37. Grading at area between Kitchen & Mechanical Room. Add: $ 1,738.00 * Change Order approval for PCO's associated with rain damage is for labor, materials &equipment for labor crews to prevent or control water infiltration into the building prior to, during and after rain occurrence. Rain damage responsibility will be reconciled under separate change order. TOTAL ADD: $46,816.00 AUTHORIZATION FOR CHANGE: PCO's: 1)7; 2)8; 3)82; 4) 194; 5)204; 6)217; 7)222; 8)231; 9)236; 10)270: 11)272; 12) 273; 13)283; 14)307; 15)315; 16)317; 17)319: 18)327; 19)347; 20)358; 21)369; 22)375;23)375; 24)383; 25)387; 26)397; 27) 399; 28)402; 29)409; 30)444; 31)448; 32)449; 33)453; 34)455; 35)456; 36)476; 37)479 Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 31,661,00 Total of this Change Order $ 46,816,00 Total Contract Price $ 1,972,965.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 working days. All delays and/or extensions of time will be reconciled under a separate change order. (Continued on Page 3) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER (continued) (Page 3 of 3) To: Precision Concrete Date: April 26, 2005 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 5 (Page 3 of 3) Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 I have received a copy of this Change Order Constr. Manager. and the above AGREED PRICES are acceptable Approval: /�/� y Date: l/J to the contractor. Turnef tKi i1n.C p y City Approval: By: Submitted By: Date: !i ;✓ O n V q e. re entative a Title: 7.'izP�aY:fr u ) Approved by: ( 1 Date. Date: 1�cGyLZ �� �Z �l"� DPP Admimistrato� Distribution: Oriqinal Conformed Copies Conformed- File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) - ATTEST: CI APPROVED DY CnY COUNCIL Y Clerk t Clk es—e ' _ 'y`�rr« '�c�l;y�a�;p i�,�• W°G�Drt .wUx'tad Precision Concrete CITY OF PALM SPRINGS Convention Center CP 02-27 C0 4 PALM SPRINGS CONVENTION CENTER EXPANSION AGREEMENT #4843 Res 20853, 3-17-04 CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: December 1, 2004 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 4 (Page 1 of 2) Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. A4843 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount 1. Credit for power and phone setup at trade jobsite trailer compound. Deduct: $ (2,000.00) 2. Drill in missing jamb dowels at Door#414, RFI#145 (B/C) Deduct: $ (323.00) 3. Cooling Tower curb &slab revisions/beam/change/water level issues. Add: $ 2,200.00 4. Revised concrete finish at Loading Dock. Add: $ 1,000.00 5. Replace concrete at Back of House#408 circulation. Add: $ 0.00 6. Credit for crane at Retaining Wall /Add Shoring Add: $ 0.00 7. Restake foundation due to damaged stakes (B/C) Deduct: $ (219.00) 8. Remove insulation at Ice Harvester. Add: $ 3,787.00 9. Re-survey Mesquite area due to damaged stakes (B/C) Deduct: $ (175.00) 10. Pump out mechanical discharge water from Loading Dock wall Add: $ 800.00 foundations. 11. Survey for slab edge(B/C). Deduct: $ (1,207.00) 12 Revise templates at close to pylon orientation changes.. Add: $ 0.00 13. Mesquite demo,foundation and steel revisions. Add: $ 0.00 14. Re-stake west side due to damage/lost stakes(B/C) Deduct: $ (787.00) 15. Revise concrete elevations at new Loading Dock. Add: $ 0.00 16. Repair demolished grade beam at 26 line. Add: $ 0.00 17. Repair missing keyway&saw cut joints @ Exhibit Hall. Add: $ 0.00 18, Revise foundations at H.9 Line. Add: $ 0.00 19. Restake west side area due to damaged stakes (B/C). Deduct: $ (175.00) 20. Restake Trellis Columns Area 1 due to damaged stakes(B/C). Deduct: $ (262.00) 21. Restake Glass Curtainwall Area 1 due to damaged stakes (B/C). Deduct: $ (437.00) 22. Restake Trellis Columns for Block Layout(B/C). Deduct: $ (962.00) 23. Repair snapped-off Anchor Bolts Area 2. Add: $ 0.00 TOTAL ADD: $1,240.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 51; 2)93; 3) 94; 4) 100; 5) 101; 6) 111; 7) 118; 8) 131; 9) 143; 10) 146; 11) 155; 12) 161; 13) 167; 14) 169; 15) 175; 16) 185; 17) 186; 18) 187; 19) 191; 20)219; 21)220; 22) 221; 23)223 (continued on next page) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER (continued) (Page 2 of 2) To: Precision Concrete Date: December 1, 2004 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 4 Purchase Order No. 416608 Attn: Dennis ]hie Agreement No. A4843 Account No. 4283-50003 Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 31,661.00 Total of this Change Order $ 1,240.00 Total Contract Price $ 1,926,149.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 �yorkingdays. I 11 , I have received a copy of this Change Order Constr. Manager: l ^*' S try and the above AGREED PRICES are acceptable Approval: / / � � Date: to the contractor. Turner�C r6c i om ny "7 City Approval: � , By: �..�%,+ Submitted By: L Date: ti� (� O Represe tati Title: Y„4a,rlcr.L' r �� Approved by: / Jti` Date: Date: J clyl _ Proje im or l Distribution: y_ Qi`,u_ Oriqinal Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) ty Clerk APPROVED BY CITY COUNCIL CITY OF PALM SPRINGS " 1 ' Wk PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: November 1, 2004 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 3 Purchase Order No, 416608 Attn: Dennis Ihle Agreement No, A4843 Account No. 4283-50003 Description of Change to be Made: Description 1 lAdd/Deduct Amount 1. Relocate bolt templates due to two inch (2") survey bust. Add; $ 2,171.00 2. Repair fencing and build pedestrian plywood deck at pylon Add: $ 762.00 foundations. 3. Provide slurry at foundation steps at retaining wall. Add: $ 13,252.00 4. Provide templates to pylon anchor bolts. Needed double Add: $ 277.00 template. TOTAL ADD: $16,462.00 AUTHORIZATION FOR CHANGE: 1) PCO 121; 2) PCO 133; 3) PCO 152; 4) PCO 188 Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 11,447.00 Total of this Change Order $ 16,462.00 Total Contract Price $ 1,924,909.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager: b,J and the above AGREED PRICES are acceptable Approval: t G Date: -` to the contractor. Turner o r n pany City Approval; F 6 By: �il�y�wy-� i �'"`�. Submitted By:�°'" fll�r� Date: 1l� �g 0 ne . ap r a ve Title: Approved by: Date: 9 Date: /l 1 � )�G'C:L)- Pr ' Admin s Bator Distribution: r Id1L°u"fh U Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1 Contractor (1) Procurement& Contracting Finance (1) Owner's Representative (1) Turner Construction (1) _,,,d Pp"(-0 CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: July 27, 2004 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 2 Purchase Order No. 416608 Attn: Dennis Ihle Agreement No, A4843 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount 1. Incorporate Issued for Construction Plans Volumes 1 of 3, 2 of 3 Add: $ 38,327.00 & 3 of 3 and Project Specifications Volumes 1 of 2 &2 of 2 dated May 10, 2004 into your firm's Scope of Work. Changes include pylon redesign (sizes &elevations)and added grade beams. 2. Re-excavate north site wall east of existing temporary loading Add: $ 13,120.00 dock ramp, construct rebar foundations from rough grade (above excavation) as required to meet OSHA regulations. TOTAL ADD: $51,447,00 AUTHORIZATION FOR CHANGE: 1) POO 1; 2) POO 84 Summary of CostlTime Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ (40,000,00) Total of this Change Order $ 51,447.00 Total Contract Price $ 1,908,447.00 This Change Order(increases) (decreases) (unchanged) the contract time by working d ys. I have received a copy of this Change Order Constr. Manager: G to t7 l and the above AGREED PRICES are acceptable Approval: Date: to the contractor. Turner struct a y �� �� City Approval: G� By:'VtA?_1W6 6hAi . Submitted By: Date: {� ` Ow is Re resen tive Title: p FDµ�� Act 1 I I Approved by: Date: Date: &1�� Project Administrato Distribution: ,0141V Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator U'111,21D_�,. (iI)D, Contractor (1) w Procurement& Contracting (1) M r IVED Finance Owner's Representative (1) N1: 70Q)t Turner Construction (1) 'n 1DR11712 r.ONi,- i li;k TION CO. A 4843 NOTE FOR FILE ONLY Change Order 3 was submitted by Al Smoot. When I went to FastTrack for notation—our Office never received CO2. Called Bruce for it. Copy was provided. Prepared copy for CM to sign. kdh CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Precision Concrete Date: April 30, 2004 465 E. Carmel Street Project No. 02-27 San Marcos, CA 92078 Change Order No. 1 Purchase Order No. 416608 Attn: Dennis Ihle Agreement No. 08 ^ PVs e"L3 Account No. 4283-50003 Description of Change to be Made: - Description Add/Deduct Amount 1. Revise Application submission date for Payment from monthly to bi- monthly. 2. Utilize existing onsite footing spoil materials for under SOG preparation in lieu of 4" sand, per Soils Report dated April 17, 2003. (TOTAL DEDUCT: ($40.000,00) AUTHORIZATION FOR CHANGE: City Council via Resolution No. 20884 dated 3/31/04. Summary of Cost/Time Original Contract Price $ 1,897,000.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ (40,000.00) Total Contract Price $ 1.857.000.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 worki g days. I have received a copy of this Change Order Constr. Manage and the above AGREED PRICES are acceptable Approval: Date: to the contractor. Turnergnstru *opany City Approv P By: �/, < .-. ii<�!d/ Submitted By: Dater d� d / Ow Representative �� � �- /� Approved by. e: Date: �r�,.� r _ eiz� g Project Administrat -: �.'!;"�J Il �u ���}ti'�`.���y!SSe� Distribution: Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1 Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1)-`,�i.a��,., `� °° d Precision Concrete Construction Convention Center CP02-27-08 AGREEMENT #4843 R20853, 3-17-04 AGREEMENT -- -- - - - - -- - Tr THIS AGREEMENT made this / day of in the year 2004, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Precision Concrete Construction, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1-THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City Contract's contract Documents entitled: Palm Springs Phase II Palm Springs Convention Center Expansion Phase II City Project No 02-27-08 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- 08. ARTICLE 2-COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall be commenced on the date specified the Notice to Proceed by the City and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement and that the City will suffer considerable financial loss if the Work is not completed within the time specified in said Notice to Proceed, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The damages suffered by the City would be extremely difficult or impractical to determine in the event of a breach by the Contractor. Accordingly the City and the Contractor agree that the Contractor shall pay the amount provided in Exhibit G of the contract documents attached hereto as liquidated damages, for each calendar day that the work is not completed in the time set forth. ARTICLE 3-CONTRACT PRICE ($1,897,000.00) 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. CAUM E 010 N ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of : notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule, the Schedule of Values, Bid Security or Bid Bond, this Agreement Worker's Compensation Certificate, Performance Bond, Multiple Oblige Rider to Performance Bond, Payment Bond, Notice of Award Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, the Technical Specifications, Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover of the Drawings, Addenda numbers 1, 2, and 3 inclusive, and all Change Orders, and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5- PAYMENT PROCEDUERES The Contractor shall submit Applications for Payment in accordance with the provisions of the General Conditions and the Supplementary General Conditions of the Contract. Applications for Payment will be processed by the City as provided in the Contract Documents. ARTICLE 6- NOTICES Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address know to the giver of the Notice. ARTICLE 7- MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due many not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors , assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATT a municipal corporation 9 City Clerk r APPROVED AS TO FORM: By: City Attorney SIGNATURES ON NEXT PAGE 04/19/2004 NON 17:42 FAX 2005/006 IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST: a municipal corporation By: By: .,e,. City Clerk r APPROVED AS TO FORM: #P*wED By n - s BY: City Attorney SIGNATURES ON NEXT PAGE Api,reement Amount LL Reviewed and approved by k rocurement & Contracting hiaiai � Date -L� 64 ° k r n. CONTRACTOR: Check one:—Individual Partnership X Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President,or any Vice President AND B. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer. BY -e"Vt'14'z3 CJ �-t By SIGNATURE NOTARIZED �'/�IG- TURF NOTARIZED Name: -irf✓rs 1"✓f ✓ FiF9✓ �, c /f Title: � F.�"LJ 1�,�' �xs;ia�=,✓J` Title Address: /0„",6 Address: '7/7 AA-:!�"7- 7,?a 1 State of State of County of ,S / ,7// Couut""y oof r�icr=c On& '' before me j� iy�lQrdl �� OLeta, eforeme '.7uiJn Lnd7S personally appeared personally appeared i personally known to me(m-praved-to-m€on personally known to me(ar proved-4e-me-ou the-basis-of-fsatrsfaetory evidence)to be the the-basis-of satisfactory,-evidence)to be the person(s)whose names)is/are subscribed person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/sltufthey executed the same in to me that he/shekhey executed the same in his/herAheir authorized capacity(ies), and his/herAheir authorized capacity(ies)and that by his/her/dwir signature(s)on the that by his/her/their siguatme(s)on the instrument the persons}or the entity upon instrument the person(s} or the entity upon behalf of which the persons) acted, behalf of which the persons) acted executed the instrument. executed the instrument. WITN) Si y hand and official seal. WITNESS my hand and official seal. 11,'11kil-I otary Signature otary Signature Notary Seal: Notary Seal: a v,of W SHA NNDN R. COUTTS t' ?" f? SHANNDPJ R. CDUTTS qqpp Comm.N 1315555 � ~4 NOTARY PUBLIC CALIFORNIA 66,�fl ,.��� Comm.�!1315555 pa 4 ^ Fy Riverside County �' N ,'gip Z' NOTARY PUBLIC-CALIFORNIA �a I\ryr'',,w +�' Riverside CDJDIq e n gR,MY Comm. E;,pr a ryJiiIV 29,2005 � \rs,,,o_ „ MY Comm. Prins Julirt29`2005 �• -03/25i2004 13: 15 7504l@2901 PRECISION CiCNCRETE PAGE 17 1e R BOND NO. 209551 PREMIUM $38,940.00 ** **BASED ON FINAL CONTRACT PRICE — IS SUBJECT TO AUDIT PERFORMANCE BOND K24OW ALL MEN BY THESE PRESENTS, That Precision Concrete Construction,as Contractor and, Surety, AMERICAN CONTRACTORS INDEMNITY COMPANY am held Firmly bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Ri vcrside,California, hereinafter called the "City," in the sum of: S1,897,000.00(0ne Million Eight Hundred Ninety Seven)_dollars for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executor:, administrators, successors, and assigns,jointly and severally, firmly by these presents, WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled. PALM SPRINGS PHASE II Palm Springs Convention Center Expansion Pbase II CITY PROJECT 02-27-08 Convention Center NOW THFRF„FORF„ if said Contractor shall perform all the requirements of said Contract Documents required to be perfDrmcd on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surery thereunder,nor shall any cxteruions 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 Aj;rccmenr is hereby waived by said Surety. SIGNATURES ON NEXT PAGE ,13/25i2004 13: 15 7504102901 PRECISION MtICRETE PAGE 18r'18 N STGNED AND SEALED, th{s 16TH day of APRIL W004. Contract PRECISION CONCRETE CONSTRUCTION, I�htrsctor EY i_, B Trtl` Title Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2, Secretary, Assistant Se;retary, Treasurer, Assistant Treasurer, or Chief Financial Officer). SE)tL AND NOTARIAL ACKNOWLEDWENT OF SURETY Sure (PAERICANT CoN CTORS INDEMNITY COMPANY _ 7'itle_�, BEILNAN, ATTORNEY IN FACT ALL-PURPOSE ACKNOWLEDGMENT State of California \ SS. County of )R )iV_vc_-�b I r On �� � ��1 �' before me, /1 l.,, � (NOTARY) personally appeared S� J�4 coI1�P� SIGNER(S) ❑ personally known to me OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is,2re subscribed to the within instrument and acknowledged to me thtn(W�she/they executed the same in titi her/their authorized i � capacity(ies), and that by hiss er/their signatures(s) on the instrument the person(s), CARsion#1477 or the entityupon behalf of which the COmmI5510n�14%7711 p -�� NotarVPublic-California person(s) acted, executed the instrument. San Diego County My Comm.Pxpkes Mar 20,2008 ,I ' P WITNESS ' Fi d official seal. f -� 1 NOTAR 'SSIGNATURE M OPTIONAL INFORMATION � The information below is not required by law. However, it could prevent fLdulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEYIN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTITY(IES) ` OF E SIGNER s `o r= APA 5/99 VALLEY SIERRA, 800-362-3369 ALL-PURPOSE ACKNOWLEDGMENT State of California \ I ss. County of A�;� �A�°.�� On I V t before me, IDATEI k(NOTARY) 1 I' l7✓ ^^• personally appeared ? 1 v d )@u T@ SIGNER(S) ❑ personally known to me OR - �proved to me on the basis of satisfactory t` evidence to be the person(s) whose name(s) _/% re subscribed to the within instrument and acknowledged to me that kte�she/they executed the same in (hi p)her/their authorized capacity(ies), and that by her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the CARLAM.ALLEN person(s) acted, executed the instrument. Commission N 1477711 1 a ° Notary Public-CalffotMa ' .. San Diego County My Comm.Expires Mar 20.2 R WITN�ESS my had It` official seal. r v NOTARY'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSONS)OR ENTITY(!ES) ` OF E SIGNER o APA 5/99 VALLEY-SIERRA, 900-362-3369 k ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of SAN DIEGO 4/16/04 CARLA M. ALLEN, NOTARY PUBLIC On before me, (DATE) (NOTARY) personally appeared CYNDI BEIT—MAN SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the CARLA M.ALLEN person(s) acted, executed the instrument. ,�: \ Commission 8 1477711 `- """ Notary Public•California ,r--�� ' San Diego County My Comm.Expires Mar 20,2008 WITNE my h d nd icial seal. I ' " NOTARY'S SIGNAmRE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER SURETY BOND TITLE OR TYPE OF DOCUMENT TITLES) ❑ PARTNER(S) n ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT Y,\b1[OP PERSONIS)OR ENTITYIIES) GF' E AMERICAN CONTRACTORS SIGNER INDEMNITY COMPANY a APA 5/99 VALLEY-SIERRA. 8W-363-1769 f American Contractors Indemnity Company 9841 Airport Blvd., 9th Floor,Los Angeles, California 90045 �_ POWER OF ATTORNEY �� 40 " KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indenuiity Company of the State of California, a California corporation does hereby appoint, CYNDI BEILMAN OF SAN DIEGO, GALIFORNIA Its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed 3,000,000.00 This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Officer President or any Vice President, Executive Ihce President Secretary or Assistant Secretary, shall have the power and authoriq, I To appoint Attorneys)-m-Fact and to authorize them to execute on behalf of the Cunpany and attach the seal of the Company thereto, bonds and undertakings, contracts of indemnih,and other writings obhgatory in the nature thereof and, 2. To remove, at any tine, any such Attorney-in-fact and revoke the authority given. RESOLVED FURTHER, that the signanu'es of such officers mid the seal of the Company may be of to mzy such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimUe seal shall be valid and binding upon the Company in the future with respect to any bond of undertaking to which it is attached" IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February, 2003. CTO,pS AMERICAN CONTRACTORS INDEMNITY COMPANY 5 INCO3 PATD SEPI 26,1990 z /J �1 S, By. GLIFORMp. Robert F.Thomas, Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February,2003 before me,Norma J. Virgilio, a notary public,personally appeared Robert F.Thomas, Chief Executive Officer of American Contractors Inde rmity Company,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. 10 WITNESS m hand and official seal ommlM J. #132231 Y Commiuion i 1322310 z _ z - Notary Puhlic-CaliFomia £ a- Loa Angeles County Norton J.Virgilio,Notar My Comm.Egires Sep Z7,20DS 1, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that. the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in fall force and effect, IN WITNESS HEREOF, I have hereunto set my hand this 16TH day of APRIL 200 4 Bond No. 209551 _ Agency No. 9003 � �E���JAMES i rev.POA04/20/01 2P2-512004 13: 15 7804102901 PRECISL011 CONCRETE PAGE 15/18 BOND NO- 209551 PREMIUM INCLUDED IN PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN 13Y TI-TESE PRESENTS, AMERICAN CONTRACTORS Tin', RIDEMITY COW-ANY as Surety, arc held firmly bound unto the City of Palm Springs, a C'iarter City,organized and existing in the County of Riverside, State of California,hereinafter called the "City," in the sum of . 1 897 000.00 (Onc Million Einht Hundred Ninety Seven)dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,executors, adrrunistrators, successors, and assigns,jointly and se vcrally, firmly by these presents. 1�HEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to prrfomi the Work as specified or indicated in the Contract Documents entitled. PALM SPRINGS Palm Springs Convention Center Expansion Phase 11 CITY PROJECT 02-27-08 Convention Center NOW THEREFORE,if said Contractor, its subcontractors, its heirs, executors, administrators,successors, or assigns shall fail to pay for any materials, provisions,provender, equipment or other supplies used in,upon, for or about the performance of the Work contracted to be done, at for anv work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Deparrmenl from the wagcs of employees of the Contractor and its st bcontractors 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 C ihfornia and acts amendatory thereof, and sections of other codes of the State of California referred to therein and ae.is amendatory thereof, and provided that the persons, companies, or corporations so fiirnishing said materials, piavisions,provender,equipment or other supplies. appliances or power used in, upon, for or about performance of the work contracted to be executed or performed, or any person, company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the piovision.c of said laws, then said surety will pay the same in an amount nor exceeding the sum hcrcinbsfore set forth and alga will pay, in case suit is brought upon this bond, a reasonable attomey's fee, as shall be fixed by the Court. Tlis bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the Stare of C ilifomia so as to give a right of action to them or their assigns in any suit brought upon this bond. PI?OVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of rr.mpletien, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said C 7ntractor or said Surety thereunder, nor shall any extensions of time granted Linder the provisions of said Contract D cciimenis release either said,Contractor or said surety,and notice of said alterations or extensions of the A;reement to hereby waived by said Surety. SIGNATURFS ON NEXT PAGE e,"J/251'2M4 13: 15 7604IMel PRECISION CONCRETE PAGE 15i18 SICNED AND SEALED, this 16TH day of APRIL XK200.4 SurerRICAAp C CTORS EtKNITY COMPANY Cmitractor PRECISION CONCRETE CONTRUCTION, '� ' Title BEILAIAN, ATTORA9EY'I13-FACT --_ -_ Title (SEAT.AND NOTARIAL ACKNO-WLEDGMFNT = OF SURETY) Contractor By Titlt /tea=!�:Tf Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2, Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). ALL-PURPOSE ACKNOWLEDGMENT State of California j � i County of J1�t` 't� 0 SS. On ��(24 a�' I before me, (GATE) personally appeared SIGNER(S) ❑ personally known tome OR - \r proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) ('�re subscribed to the within instrument and acknowledged to me that te, he/they executed the same in �;./her/their/authorized capacity(ies), and that by CA/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the dh CARLAM.ALLEN person(s) acted, executed the instrument. Cornmisabn�14%7711 Notary Publk•Calitomla San DWW County MyComm.Expires Mar 20,2008 �( WITjNESS m han a'xId official seal. II� 1 l I 'NO AKY'S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OP PERSON(S)OR ENTITY(IES) a OF E SIGNER `o r APA 5/99 VALLEY SIERRA, 800-362-3369 ALL-PURPOSE ACKNOWLEDGMENT State of California 11 U � SS. County of �g � On /'��Im��� before me, (DATE) (NOTARY) pp\ personally appeared Ih- � a � SIGNER(S) ❑ personally known tome OR - ), proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) LIS are subscribed to the within instrument and acknowledged to me thatt?she/they executed the same in /her/their authorized capacity(ies), and that by his'her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. CAM M.ALLEN Commlubn#1477711 Notary Publ�•Calllorrdo ,- ' �' San Diego County / ' Mycamm.ExpkesMar20,21I0B WITI1 h,!,S my'harb ancj'bfficial seal. NOTARWS SIGNATURE 1 OPTIONAL INFORMATION } The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTITY(IES) 6. OF E SIGNER 'o APA 5/99 VALLEY-SIERRA, 800-362-3369 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On 4/16/04 before me, RECENAH WHITE, NOTARY PUBLIC Data Name ark Title of Officer(e g.,'Jane Coe.Notary PuMic') personally appeared CYNDI BEILMAN Name(s)of Sgner(s) )a5t personally known to me—OR—❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s)on the instrument the person(s), or the entity upon behalf of which the person(s) acted, RECENAH WHITE executed the instrument. ' Es COMM.#1377489 �., NOTARY PUBLIC-CALIFORNIA o,, P9° SANDIEGO COUNTY WITNESS my hand and official seal. My Comm.6Hp. SEPTEMBER 30,2006 „awe �SI /II Signature of Notary PaNic OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General Xkj Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: AMERICAN CONTRACTORS I EMNITY COMPANY 0 1994 National Notary Association•82M Rem net Ave,P.O.Bop 7184-Canoga Park.CA 91309-71 B4 Prod No 5907 Reorder Call Tall-Free 1-800-876-6827 f American Contractors Indemnity Company 9841 Airport Blvd., 9th Floor,Los Angeles, California 90045 0 a 7 40 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, CYNDI BEILMAN, OF SAN DIEGO, CALIFORNIA Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obliggatoryy in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed $ 3,000,000.00 This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Of cei; President or any Vice President, Executive Vice President, Secretory or Assistant Secreany, shall have the power and authority I To appoint Adorney(s)-in-Fact and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, contracts of indemnih,and other writings obligatory in the nature diereotrand, 2. To remove, at any lime, any such Attorney-in-fact and revoke the author ity given. RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be affixed to any such Poiver of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsmile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February,2003. CTORS AMERICAN CONTRACTORS INDEMNITY COMPANY INCO5 SEPT.26,1990 z // W SEPT.26,1990 � ORATED � By: Robert E Thomas,Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February,2003 before me,Nonna J. Virgilio, a notary public,personally appeared Robert F.Thomas, Chief Executive Officer of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. WITNESS m hand and official seal ��+� a. #132LIO Y Commiuion 3T2310 z " � Notary Public-California � Lz Los Angel"County Norma J. Virgilio,Nota AAyCamm.Einss Sep 27,20D5 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revoked and they are now in full force and effect._ IN WITNESS HEREOF,I have hereunto set my hand this 16THday of APRIL 1200 4 Bond No. 209551 Agency No. 9003 �� �P/�gt�QpT� UJAMES H. FERGUSON Corporate Secretary icv POA04/20/01 MULTIPLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number 209551 with AMERICAN CONTRACTORS INDEMNITY COMPANY as Surety, PRECISION CONCRETE CONSTRUCTION. INC. as Principal,and CITY OF PALM SPRINGS as Obligee, for valuable consideration, hereby agree respectively in connection with a contract for PALM SPRINGS PHASE II PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NO. 07-27-08 which bond and contract are made a part hereof by reference, shall now include as additional Obligee(s) U.S. Department of Interior Bureau of Indian Affairs 'Pertaining to Lease PSL-315' This bond is subject to the condition that no Obligee shall have any right or action greater than those of any other Obligee and shall be subject to all offsets and defenses, however arising,which might be available against any other Obligee, their agents and representatives, in addition to any offsets or defenses that might be available against themselves. In no event shall the Surety be liable in the aggregate to the Obligees for more than the penalty of this bond. At Surety's election, any payment due to any Obligee may be made by its check issued to the Obligees jointly. Neither the execution nor language of this instrument,nor any previous negotiations,shall be construed as relieving any Obligee from the due and timely performance of such obligations and duties as he,or his agent or represetnative, may owe to the Principal or the Surety under the contract or bond. Witness the following signatures and seals this 16TU day of APRIL ,200 4 PRINCIPAL: PRECISION CONCRETE CONST5RUCTIONSUkyff.y: AMERICAN CONTRACTORS INDFNNITY-COMPANY Check One: individual,_partnership;'y'Ycorporation QB (Corporations require two signatures: one From each of the following groups: A. Chairman of Board,President or any Vice ILMAN` ,.ATTORNEY IN FACT_ President;and B: Secretary, Asst. Secretary,Treasurer,or Chief Title -Financial Officer) Bye"tf �-'I'� 1J .'' _ (SEAL&NOTARIAL ACKNOWLEDGMENT OF SURETY) Signature(NOTARIZED) - PRINT NAME AND TITLE By 2,�� / // .Signatute(NOTARIZED) PRINT NAME AND TITLE ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of C 0A On d AA,4 before me, (DATE) I {1 (i OTARY) personally appeared PUlY11 S ��'� �I�. k�� L 1� SIGNER(t) ❑ personally known to me OR - proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is ar isubscribed to the within instrument and acknowledged to me that he/shejyoe)executed the same in his/her/ Iei�r authorized capacity(ies), and that by his/he thei , QQLAM.ALLEN signatures(s) on the instrument the person(s), Comm= '477711 p ( )° NotatyPubNe-Collforrtla or the entity upon behalf of which the Son OWWCounty person(s) acted, executed the instrument. My Comm.Exphn Mar20,2000 WIT '�SS my nd a d official seal. 1 C "N TA Y'S SIGNA"NRE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTAC ED DOCUMENT ❑ INDIVIDUAL ❑ N��[�, CORPORATE OFFICER \ nn nn(kA � ILY_ TITLE OR TY/ll'E OF OCUMENT TITLE(S) vv ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT NUMBEROFPAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT NAME OF PERSON(S)OR ENTITY(IES) OF E SIGNER APA 5/99 VALLEY-SIERRA, 800-362-3369 ALL-PURPOSE ACKNOWLEDGMENT State of California SS. County of SAN DIEGO On 4/16/04 before me, CARLA M. ALLEN, NOTARY PUBLIC (DATE) (NOTARY) personally appeared GYNDI BEIIXAN SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument the person(s), or the entity upon behalf of which the CARLA M.ALLEN person(s) acted, executed the instrument. Commission#1477711 @,my Notary Public-California San Diego County Comm.Expires Mar 20,2008 Vt7jTN SS my lia d an official seal. NGTAR�S SIGNATURE OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER SURETY BOND TITLE OR TYPE OF DOCUMENT T=(s) ❑ PARTNER(S) ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR DATE OF DOCUMENT ❑ OTHER: OTHER SIGNER IS REPRESENTING: RIGHT THUMBPRINT - NAME OFPFRSON(S)ORENTITYIIEs) OF E AMERICAN CONTRACTORS SIGNER INDEMNITY COMPANY APA 5/99 VALLEY SIERRA. 800363-3369 American Contractors Indemnity Company 9841 Airport Blvd., 9th Floor,Los Angeles,California 90045 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indenuiity Company of the State of California,a California corporation does hereby appoint, Cyndi Beilman of San Diego, California Its true and lawful Attorney(s)-in-Fact, with fall authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an Amount not to exceed$ $1,868,000.00 This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. "RESOLVED that the Chief Executive Ofjicis; President or any Vice President, Executive Dice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint Attorneys)-in-Fact and to authorize them to execute on beled(of the Company, and attach the seal of the Company thereto, bonds and undertalangs, contracts of indemno),and other writings obligatory in the nature thereof and, 1 To remove, at any time, any such Attorney-in fact and revoke the authority given RESOLVED FURTHER, that the signatures of such officers and the seal of the Company may be coxed to any such Power of Attorney or certificate relating thereto by faesunile, and any such Power of Attorney or certificate bearing such facsimile signatures or,facsimtle seal shall be nalyd and binding upon the Company and any such power so executed and ce tie ed by facsimile signatures and facsimile seal shall be valid and fimdmg upon the Company in the future with respect to any bowed or undertaking to which it is attached." IN WITNESS WHEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February, 2003. `o�CQpCIO pf�yo AMERICAN CONTRACTORS INDEMNITY COMPANY 5 INCO SE?T.2OM7ED z /f By. GIffORN�� Robert F. Thomas, Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February,2003 before me,Norma J. Virgilio,a notary public,personally appeared Robert F.Thomas, Chief Executive Officer of American Contractors Indemnity Company,to me personally]mown to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NORMA J,VIRGILIO/372 WITNESS my hand and official seal0 Commiaaioni31g Notary Public-1322 0 - Los Angeles County Norma.J.Virgilio,Notar MyCww.Etpims sap 27,2005 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are true and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revolted and they are now in full force and effect. IN WITNESS HEREOF, I have hereunto set my hand this 16TH day of APRIL 1200 4 Bond No.209551Ayy� 9003 Agency No. VIAMES H. FERGUSON Corporate Secretary im POA04/20/01 TRADE BID TRADE BID PACKAGE# B TRADE DESCRIPTION Concrete & Concrete Reinforcing BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled, TRADE BID FOR: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II PROJECT NO. 02-27 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number Date Number Date �p;� Number LJ Date Number Date BBB e 7 Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as Bidder deems necessary. In conformance with current statutory requirements of California Labor Code Section 1860, at seq.,the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s)• aa ,j ^r^,,�� ,A Date: 0 V Im. Bidder: Y (F( ie-as1 uU �L`+G\.h1.'�'r-':, dm'd BB r 9 isonomm Title: 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.: 8 TRADE BID PACKAGE DESCRIPTION: Concrete & Concrete Reinforcing TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - $ ;r'T '.�-. Oar) a oy, —rice iTe 109 E'id--Li Of �i�aBFR �fL7iBL72 9-� Cad 3�.9`� sii '7AiC�da�a 86�� Price in words 0b iy 15 . Prce in wards BIDDER: .@ a 9J)e.:� ��:,g ,fie � a I6Qj C. /1 BY: ex --. _.0 1�-o- v.-� � 6 Slgnat,re '�, TITLE: I�C� DATE: -:D/I& City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address 1 . / 2. 3. 4. 5. 6. 7. S. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California I Ss. County of J./f,41 '�d,c-�-,� I, )o=,3 f�, if-4Le: being first duly sworn, deposes and says that he or she sJ of F the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER Y 8''d oj� BY TITLE ORGANIZATION ADDRESS — � �r h�r � ��1 ✓�'� c �`�� ��> C SUBSCRIBED AND SWORN TO BEFORE ME THIS 0� DAY OFD! , �` remy JEFFREY L. SCO'PT �C� l r ,aY c:�/✓,�� s"��,�y�J UCOMM.#1447280 F PtiND FOR SAID UNOTARY PUSLIC-CALIFORNIA �- SANDIEGOCOUNTY C U TY AND STATE i� � I]a�'��� C'i'�1e. COMM.UPIRES OCT.26,2007� MY COMMISSION EXPIRES:: City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 BIDDER'S GENERAL INFORMATION PRE-QUALIFICATION OF TRADE CONTRACTORS: All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre- g_ualified to submit bids for the project Trade contractors must be pre-qualified for each trade bid for which they wish to submit a bid. The completed pre-qualification questionnaires must be received at least five days prior to the date of bid opening specified in the Notice. Pre-qualification applications can be obtained at http://www.ei.palm-springs.ca.us./ (Go to "Departments" then to "Procurement", or the may be purchased from JP Reprographics. Bid proposals submitted by trade contractors who have failed to successfully pre-qualify will not be accepted. BIDDERS GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 7 r , AMERICAN CONTRACTORS INDEMNITY COMPANY 1081 CAMINO DEL RIO SOUTH, SUITE 107 SAN DIEGO, CALIFORNIA 92108 (619)297-2900 BOND NO. n/a PREMIUM included BID DATE 03/16/04 BID BOND KNOW ALL MEN BY THESE PRESENTS, That we, Precision Concrete Construction, Inc. (hereinafter called Principal), as Principal, and AMERICAN CONTRACTORS INDEMNITY COMPANY, a Corporation, organized and existing under the laws of the State of California and authorized to transact a general surety business in the State of California (hereinafter called Surety), as Surety, are held and firmly bound unto The City of Palm Springs (hereinafter called Obligee) in the penal sum of ten percent (10%) not to exceed One Hundred Ninety Thousand and 001100 Dollars ($190,000.00) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That, whereas the Principal has submitted or is about to submit a proposal to the Obligee on a contract for concrete work, Palm Springs Convention Center Expansion. NOW, THEREFORE, if the said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of the said contract; or if the Principal shall fail to do so, pay the Obligee the damages which the Obligee may suffer be reason of such failure not exceeding the penalty of this bond, then this obligation shall be void; otherwise to remain in full force and effect. SIGNED, SEALED, AND DATED THIS 24th DAY OF March , 2004. Precision Concrete Construction. Inc. _Principal BY: A ICI N 7Beihnan,' RS INDEMNITY COMPANY B yn att mey in fact r fALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of SAN DIEGO On 3/24/04 before me, RECENAH WHITE, NOTARY PUBLIC Dale Name arxl Title of Olfoer(e.g.,'Jaio Doe,Notary Public) personally appeared CYNDI BEILMAN Name(s)of Signer(s) gjjpersonally known to me—OR—❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies),and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, RECENAH WHITE executed the instrument. COMM.#1377489 NOTARY PUBLIC-CALIFORNIA SAN DIEGO COUNTY N WITNESS my hand and official seal. My Calnm.iXP SEPTEMBER 30,2DM Sgrulure of Notary Public OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General gkk Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Top of thumb here Signer Is Representing: Signer Is Representing: AMERICAN CONTRACTORS I EMNITY COMPANY 0 1994 Nalmal Notary Assaciauon•K36 Remmel Ave,P.O.Box 71 M•Canoga Park,CA 9130 -716/ Prod.No.5907 Reao Jer.Call Tall-Free 1-60o-B7F6827 American Contractors Indemnity Company 9841 Airport Blvd., 9th Floor,Los Angeles, California 90045 03—5 4 0 1 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company of the State of California, a California corporation does hereby appoint, CYNDI BEILMAN OF SAN DIEGO, CALIFORNIA Its true and lawful Attomey(s)-in-Fact, with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to hind the Company thereby, in an Amount not to exceed$ 3,000,000.00 This Power of Attorney shall expire without further action on September 27,2005. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of AMERICAN CONTRACTORS INDEMNITY COMPANY at a meeting duly called and held on the 6th day of December, 1990. 'RESOLVED that the Chief Executive Officer, President or any Vice President, Executive Vice President, Secretary or Assistant Secretary, shall have the power and authority 1. To appoint Attorney(s)-in-Factand to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, contracts of'indennnly and other writings obligatory in the nature thereof and, 2 To retnove, at any time, any such Attorney-in-fact and revoke the authority given RESOLVED FURTHER, that the signatures of such officers and the seat of the Company may be affixed to any such Power of Attorney or certiftcate relating thereto by facsimile, and any such Power of Attorney o' certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached" IN WITNESS WIIEREOF, American Contractors Indemnity Company has caused its seal to be affixed hereto and executed by its President on the 28th day of February, 2003. `oakypCTORyl AMERICAN CONTRACTORS INDEMNITY COMPANY F 5 INCORPORATED W SEPT.26,1990 -mac .o^ By: GIIFORMA� Robert F. Thomas, Chief Executive Officer STATE OF CALIFORNIA § COUNTY OF LOS ANGELES § On this 28th day of February, 2003 before me,Nonna J. Virgilio, a notary public,personally appeared Robert F. Thomas, Chief Executive Officer of American Contractors Indemnity Company,to me personally known to be the individual and officer described herein, and acknowledged that he executed the foregoing instrument and affixed the seal of said corporation thereto by authority of his office. NQRMA J.VIRGILIO WITNESS my hand and official seal commission#1322310 z Notary Public-California 4 - Loa Angeles County Norma J.Virgilio,Nota my Carrrn.F�ilea Sep 27,1906 I, JAMES H. FERGUSON, Corporate Secretary of American Contractors Indemnity Company, do hereby certify that the Power of Attorney and the resolution adopted by the Board of Directors of said Company as set forth above, are hue and correct transcripts thereof and that neither the said Power of Attorney nor the resolution have been revolted and they are now in full force and effect. IN WITNESS HEREOF,I have hereunto set my hand this 24THday of MARCH 200 4 Bond No. BID BOND Agency No. 9003 JAMES H.FERGUSON Corporate Secretary im POA04/20/01 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 SCOPE OR WORK PROVISIONS 8- CONCRETE AND CONCRETE REINFORCING A. Scope of Work shall include, but not limited to,the following Contract Documents: 1. All conditions as set forth in the City's Bid Package 8 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 Concrete and Concrete Reinforcing 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: 8 CONCRETE AND CONCRETE REINFORCING 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 j General Scope: 1. Provide all Concrete and Concrete Reinforcing 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, 02300, 03200, 03300, 03600, 07110 and 07900 of the Specifications. 4. The word "provide"when used herein shall mean Provide completely, including all costs for labor, material, equipment, travel, hoisting, scaffolding, tools, rigging and any other facilities necessary to complete the Work. 5. The word "remove"when used shall mean remove and dispose, unless otherwise noted 6. All required fees, sales taxes, haul route permits, freight or other ancillary charges associated with the performance of this Work are included. The Building Permit will be obtained and paid for by others. 7. Provide the complete, fully functional, code complying Concrete and Concrete Reinforcing to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Trade Contractor shall be responsible for providing Protection of adjacent surfaces. Sanitary protection of all loads or items being transported through or around the Existing Building of the Convention Center Facility. 9. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 10. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 11. Food & beverages will be allowed in designated areas only. The designated area will be located outside of existing and new building areas, and may be located offsite. Designated areas will be determined by Turner Construction Company. 12. A City Business License must be obtained within 10 business days after the start of the project. 13. Move-ins: As required to meet the schedule and performance of the Concrete and Concrete Reinforcing portion of work. 14. The Working hours for the project will be 7:00 a.m. —3:30 p.m. daily. All off-hour work, deliveries must be scheduled through the Construction Manager. 15. Provide, install and coordinate all hoisting, rigging, scaffolding, fall protection and temporary bracing necessary for the safe execution of your Work required by OSHA and the City's Safety Program, which ever is most stringent will apply. 16. Work to be performed in areas:All Work areas shown or on Contract Documents. 17. Trade Contractor is responsible for performing an existing damage survey in areas of Trade Contractors Work in existing areas within five (5) days prior to beginning work. In addition, submit a typed list to Turner Construction Company on your Company's letterhead with the pertinent Company Representative certifying all damage noted is true and the list is complete. Any items not listed by the Trade Contractor's will be the responsibility of the Trade Contractor to correct to the satisfaction of Turner Construction Company and the Owner. Survey should encompass all areas within or around the limits of the demolition and construction. 18. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 19. Delivery of materials and equipment shall be scheduled and coordinated with Turner. 20. Provide layout/verification as required for the work unless noted otherwise. Reference lines and grades only will be provided City's surveying. Provide any required grade/elevation surveys. 21. All excavations shall be shored and braced as required. Loadings from existing structures and utilities and services shall be accounted in the shoring and bracing requirements. Engineered plans for shoring and bracing shall be provided if required. Provide required access/egress/ventilation into all trenches, excavations or confined spaces for all workers and governing agency inspections. 22. All required utility and systems shut-downs, or all area closures are to be scheduled and coordinated in advance with all agencies having jurisdiction of the work, including, but not limited to, the City, Building Department, Engineering, Public Works, Fire Department, Verizon, SCE, Gas Company, DWA, Fire Alarm Monitoring, Building Management Systems, Security and other agencies having jurisdiction, and with the Convention Center through Turner. Perform shut- downs and closures related work on off-hours, or approved schedule time frame as not to disruption of the facility or its systems and operations, as required. Provide 72 hour notification for any scheduled shut down. 23. Storage space on site is extremely limited. Use, placement and size of Trade Contractor jobsite office trailers and storage bins shall be reviewed and approved by Turner, and may not be allowed. Storage area will be located at the 5 Acre East Lot located at the Southeast corner of Avenida Caballeros and Amado Road, as noted in the Proposed Site Logistic plan, dated 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 February 6, 2004. Limited Office Trailer space is available to the Trades that are required to provide onsite jobsite offices as noted in the Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004. 24. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 25. Provide on-site dust control and clean-up of soil, including the adjacent sites and streets, during the execution of the work. The PM-10 and SWPPP plans will be provided and maintain by the Site Demolition and Grading Trade Contractor through the duration of the project. However, coordination, removal and replacement of PM-10 and SWPPP measures to accommodate your work will be this Trade Contractor's responsibility. Coordinate your work, including impacts to the above plans with the Site Demolition and Grading Trade Contractor prior to start of your work. 26. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 27. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 28. Protect in place all new and existing work within the demolition and construction limits, and the existing Convention Center that will be remain, reused, reworked or reconnected, unless otherwise noted. 29. References to Concrete Trade Contractor shall mean Concrete and Concrete Reinforcing Trade Contractor. References to Concrete and Concrete Reinforcing Trade Contractor shall mean Concrete Trade Contractor. 30. Specifically refer to Cutting and Patching, specification section 01732, and Selective Demolition, and Appendix Demolition Photographs, specification section 01735 for additional demolition, patching, reuse, rework or reconnect work required by your scope of work. 31. Site shall be enclosed with construction fencing with the boundaries conveyed on the proposed Site Logistic plan, dated February 6, 2004. All temporary removal, relocation and replacement of fencing to perform your work will be this Trade Contractors responsibility. Coordinate removal, relocation and replacement of fencing with Turner 72 hours in advance of commencement of work. Specific Scope: 1. Provide all concrete, concrete reinforcing, excavation, fill, sand, Visqueen, aggregates, backfilling, compaction and related in accordance with the drawings, specifications and "Geotechnical Exploration Report" dated April 17, 2003, prepared by Professional Service Industries. 2. Provide all layout, line and grade and survey to perform this Work (primary control to be provided by others). 3. Provide all ancillary materials and accessories, such as reglets, felt, vapor barriers, sand, crushed rock, curing compounds/coatings, joint accessories, etc., as required for the installation of the work. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 4. Provide all structural excavation and compacted backfill for slab on grade, foundation walls, dock walls, pile caps, spread footings, grade beams, pits, depressions, foundations, etc. Provide all concrete replacement of existing loading dock, and slab west of existing mechanical (chiller room). Provide backfilling and compaction of loading dock walls and ramps. 5. Replace concrete at existing loading dock upper slab, approximately M.8 and Q.1 between 34 and 36 and from N.9 to Q.1 between 38 and 36. 6. All spoils are to be stockpiled on site at a location approved by Turner. 7. Receive, unload, store, protect, distribute and install all embedded items. Include setting of structural steel anchor bolts. Provide as-built of actual embed location (both top and bottom of bolts as applies)within 48 hours after concrete pour. Structural steel anchor bolt templates will be provided by the steel Trade Contractor for use by the concrete Trade Contractor in anchor bolt placement. 8. Provide dowels at existing concrete slabs and foundations at locations indicated on Structural Drawings. Provide thickened slabs where ramp or slab meet existing. 9. Provide concrete curbs at all locations indicated on drawings, including restrooms. Provide new curb (approximately 40 LF) at existing 2"a floor mechanical mezzanine roll-up at location where new loading dock steel canopy steel spans existing opening. 10. Provide loading dock wall, slab, equipment pit ramp and curbs complete as shown on Architectural and Structural drawings. Loading dock paving as shown on the Civil drawings are included in the site civil concrete package. 11. Replace mesquite corridor (GL 25-26/H.9-M.2) slab per structural plans, disregard any note to salvage slab. 12. If required, provide concrete setting pad under Exhibit Hall floor electrical and plumbing floor boxes (approximately 30 ea 2'x2'). Coordinate with Plumbing and Electrical Trade Contractors. 13. Provide 6" thick reinforced concrete equipment pad on grade and metal deck for all AHU's, switchgear, chillers and new pumps at mechanical rooms. Reference mechanical, electrical and plumbing drawings for approximate sizes and locations. In addition, include in the price an additional 300 SF of mechanical/electrical equipment pads on grade per detail 12/S1.0.01. 14. Patch approximately 300 SF of slab on deck where access has been provided to strengthen structure at existing west mechanical mezzanine. . 15. Coordinate top of caisson elevations with structural drawings and caisson Trade Contractor. If required, excavate pile caps prior to caisson drilling/placement. Final cleanout of excavation shall be performed by caisson Trade Contractor prior to installation foundation reinforcing. 16. Provide slurry mix sub-grade for East Exhibit Hall perimeter grade beam per detail 1/S7.2.03 where required at adjacent site storm drain line. Coordinate with Site Utility Trade Contractor for location of adjacent site storm drain. 17, Provide grouting of all baseplates where required. 18. Provide cast in place concrete stairs at loading dock area. 19. Provide all column encasements/pedestals as shown on drawings. 20. Install all interior and site bollards as indicated on plans. Bollards are furnished by others. Where new bollards are installed in existing slab locations, provide coring and patch of existing slabs. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 21. Provide concrete slab on grade patch for up to 500 LF of 2 foot wide plumbing/electrical trench including any required doweling and other required preparation (pipe backfill by others). 22. Provide new slab on grade at new foundations adjacent to existing space/foundations, including foundations at Gridlines 32 &26/Z.5-A.5. 23. Coordinate masonry wall footing rebar placement with masonry Trade Contractor. 24. Provide concrete footings for site masonry loading dock screen wall identified on the building Structural and Civil drawings. (backfill of wall by earthwork Trade Contractor). 25. Provide concrete footings and for radius site west side retaining wall/bench wall. Reference Landscape and Civil Drawings for wall/footing construction, related responsibilities as follows: a. concrete footings-by Building Concrete Trade Contractor; b. masonry retaining wall- by Masonry Trade Contractor; c. C.I.P. concrete seat- By Site Concrete Trade Contractor. 26. Provide 2' high x 10" thick concrete stem walls (base rails) similar to detail 5/S1.0.03 for cooling tower support per M2.2.01 and footprint information. 27. Provide & maintain Cal-OSHA approved protection of all exposed vertical rebar, and Cal-OSHA approved protection for exposed horizontal rebar that impose a hazardous condition. 28. Provide block-outs as may be required for door closers at doors (occurring in standard concrete slab on grade or on metal deck). 29. Provide formed footings as soil conditions may require. 30. Maintain all safety items provided by others as directed by Turner until relieved of this responsibility by Turner. 31. Provide backfill of the slab edge as necessary to match the adjacent rough grade. 32. Provide the final clean off of metal deck floors prior to the installation of slab on metal deck. 33. Provide slab depressions as required for a compatible transition of variable adjacent flooring materials. 34. Provide all scaffolding, platforms, templates, racks, etc., and reference grades, blockouts and lines as required for the reinforcing steel dowels and other work by the rebar Trade Contractor. This includes providing safe and adequate scaffold, staging, ladders, or other access for rebar work where required. 35. Provide and maintain a concrete truck wash-out pit. The pit shall be cleaned with all debris removed at the direction of Turner. The location of the pit will be as agreed by Turner. All miscellaneous remaining concrete, gravel, etc., is to be removed at the end of the job, or when directed by Turner. 36. Provide & maintain Cal-OSHA approved protection of all exposed vertical rebar, and Cal-OSHA approved protection for exposed horizontal rebar that impose a hazardous condition. 37. Provide slab on grade control joints and construction joints as required by the Contract Documents and as approved by the structural engineer. 38. Protect and clean sleeved openings. 39. Concrete slab finishes are to be provided flat and level per the Contract Documents and applicable A.C.I. standards (or sloped if so called out on the drawings). 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 40. Provide slabs with slope to drain as indicated on drawings or necessary to create positive drainage to floor drains. 41. Provide dust control for dust generated by this Trade Contractors equipment used in the course of the Work. 42. Provide toe boards at perimeter safety rails including roof level, protection of all deck openings under 4 foot wide (assume 15 ea). 43. Provide removal of steel safety cable & posts excluding the roof level and any patch of the slab on metal deck (mezzanines). 44. Provide slab on grade block-outs and pour backs as required for the installation of the structural steel after the completion of slab on grade. 45. Provide OSHA approved protection of all metal deck or roof penetrations. 46. Provide all layout and surveying required for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor operations, will be this Trade Contractor's responsibility. 47. Provide all required concrete and reinforcing submittals and shop drawings including, but not limited to: product data, design mixes, curing compounds, hardeners, and dimensioned shop drawings. 48. Provide all sealers, hardeners and curing required for the concrete and ensure that each is compatible with waterproofing, paint or finish surfaces.. 49. Provide the Construction Manager with a copy of all concrete delivery tickets. 50. Provide daily clean-up and removal of all forming material and debris generated by your work. 51. Coordinate the vertical adjustment with the affected trade subcontractor of utility boxes at the concrete slab areas prior to placement of concrete. 52. Provide all ancillary materials and accessories, such as reglets, felt, vapor barriers, sand, crushed rock, curing compounds/coatings, joint accessories, etc., as required for the installation of the work. 53. Structural steel anchor bolt templates will be provided by the steel subcontractor for use by the concrete subcontractor in anchor bolt placement. 54. Require all jobsite staff to have proper footwear, hard hat and safety glasses and are require to wear them at all times. No exceptions will be tolerated 55. Provide all construction, control, expansion, tooled, and saw cut joints as required. 56. Coordinate sleeves furnished and installed by the Misc. Steel, HVAC, Plumbing, Electrical, Fire Protection and any other trades as required. 57. Provide and maintain safety railing and toeboards, while on site, at the perimeter of all levels, safety railing and toeboards at all interior slab openings, and temporary handrail at all stairs in accordance with CAL-OSHA requirements. Provide for removal of same as permanent barriers are being installed, and/or at the end of the project. 58. Provide all concrete sealant and caulking for the Work in accordance with the specifications. 59. Provide all task lighting for all nighttime or early morning concrete pour operations. This Trade Contractor should anticipate, early morning or off hour concrete pours. 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 Concrete Reinforcing 60. Provide all concrete reinforcing steel for footings, walls, slabs, decks, grade beams, pits, stairs, etc. as indicated on the Contract Documents. 61. Provide complete shop drawings as required. 62. Rebar for caissons and FOB rebar for masonry is provide by others. 63. Provide reinforcing steel, dowels and mesh for all concrete curbs and pads as indicated on all plans, including the curbs at the roof perimeter. 64. Coordinate the rebar placement in the footings and grade beams with location of anchor bolts and base plates. 65. Provide trim rebar for all slab openings, depressions, trench drains, etc. 66. Provide all hoisting of rebar and mesh. 67. Provide dowels for construction joints. 68. Coordinate through Turner, all Soils, City and Deputy inspections. 69. Cover or plank over all openings. Secure from dislocation, identify and maintain as per OSHA approved requirements. 70. Provide all necessary move-ins until the Work is complete. Scope of Work Allowances: A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City at the end of the project for any remaining unused hours. Turner Construction Company Field Superintendent will issue authorization to your Firm to begin the utilizing the allowance hours. The Trade Contractor will provide a Daily Time Ticket with a description of work, manpower quantity, and the number of man-hours worked. Trade Contractor Daily Time Ticket must be presented daily to Turner Construction Company for approval. Upon completion of the Work performed within a given month, the Trade Contractor is to present the monthly cost to Turner Construction Company in the form of a Trade Contractor Request for Change Order with Daily Time Tickets that reflect the time, material and equipment cost attached. All Final Costs associated with the Work, upon Turners approval, will be reconciled and issued to your Firm in the form of a Trade Contractor Change Order by the City. A Change Order must be executed by both the City and the Trade Contractor prior to billing for this work. The following Allowances are specifically included in the Trade Contractor's work: 1. Include a cost allowance of 120 man-hours of Laborer Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. Labor Rate of these man-hours will not be less than the published prevailing wage rates for your firm's scope of work. 2. Include a cost allowance of 120 man-hours of Carpenter Journeymen for miscellaneous work, to be used only at the direction of Turner Superintendent. Labor Rate of these man-hours will not be less than the published prevailing wage rates for your firm's scope of work. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 D. Exclusions The following items are specifically excluded from the Work: 1. Building Permit fees by Owner. 2. Testing for or removal of Hazardous Material by Owner. 3. Temporary Boundary Fencing. 4. Furnishing of miscellaneous metal embeds. 5. Curbs, gutters and sidewalks. 6. Mass excavation to+/-0.01ft. 7. Site concrete (sidewalks, curbs, gutters, site walls, etc.). Architectural Concrete slab on grade. 8. Drilled caissons 9. Rebar for caissons (by caisson Trade Contractor) 10. CMU work 11. Testing & inspection. 12. Perforated drains and one foot perimeter gravel backfill at below grade walls. 13. Rebar for caissons (by caisson Trade Contractor) 14, Rebar for 8" PCC loading dock paving. 15. Rebar for 4" PCC sidewalk and steps 16. FOB rebar for CMU masonry (by rebar Trade Contractor) 17. Epoxy Anchor Bolts ( by steel Trade Contractor) 18. C.I.P. concrete seat ( by Site Concrete Trade Contractor) 19. C.I.P. concrete light pole bases/pilasters at loading dock screen wall as shown on S.2.1.14. (masonry per detail 7/A7.2.01) E. Taxes 1. All sales, use and other taxes which may be required must be included. F. Insurance Requirements 1. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 1,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. 2. Turner Construction Company shall be named as additionally insured on all required insurance certificates/policies 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 G. Material Delivery, Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. Use designated areas, as determined by Construction Manager for all dumpster, deliveries, truck loading, material storage and equipment staging locations. Coordinate delivery, routing, staging, storage, dumping, pick-up of all dumpster, deliveries, truck loading, material storage and equipment staging with Turner's Project Superintendent. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully.understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. H. Mock-Ups—As noted in the Contract Documents, including but limited to, the following: - 1 1. I. Schedule 1. All Work is to be performed in accordance with the Master Project Construction Schedule, Exhibit 3, dated 2/6/04. A detailed schedule will be required from all Trade Contractors within 10 days from award of Contract, and will be review for compliance with the Master Project Construction schedule's intent. Trade Contractor's will acknowledge that the Master Project Construction Schedule will include"multiple move-ins", "out of sequence," and "phasing" of the work. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, off hour work and other premium time costs required to "expedite" or "make-up" delays to the schedule caused by this Trade Contractor. This includes, but is not limited to, work in excess of eight hours per day, forty hours per week, and/or work on Saturdays, Sundays and Holidays. All off-hour work must be scheduled through the Construction Manager. 3. All "tie-ins" or "shut-downs' and other impacts must be scheduled through Turner at least 72 hours in advance. All related costs, including overtime, phasing and off hour work are included in the Trade Contract price. 4. Whenever an actual or potential labor dispute, involving the Trade Contractor, delays or threatens to delay the timely performance of the work, the Trade Contractor shall promptly give notice thereof in writing to Turner. If as a result of any labor dispute, a special gate is designated by Turner for ingress and egress by the Trade Contractor to the job site, the Trade Contractors and 10 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 suppliers will comply with the requirement to use only the designated gate. Special badging may be required as long as the Trade Contractor is restricted to the reserved gate. 5. A detailed schedule of this trades' work, including submittals/shop drawings, material/equipment fabrication, delivery, installation, start-up/testing/commissioning and closeout, will be provided with ten (10) days of award of contract. T Punchlist items are to be completed within 10 days of the punchlist issuance. Any Turner supervision costs required to complete punchlist items after the 10 day period will be backcharged to the appropriate Trade Contractor. 8. In addition, Trade Contractor shall complete various portions of, or acknowledges special conditions regarding the Work. The following is not to limit this Trade Contractor's Work, but to emphasize various or special conditions regarding the schedule. The items are as follows: a. Demolition and construction of east portion of the existing loading dock after completion of new loading dock will be considered a separate phase. J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: d. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. K. Submittal Schedule 1. Provide a fully itemized submittal including material and equipment lead time, including shipping and delivery dates. Provide weekly shipping schedules and delivery dates, including schedules of shipment"PRO Vs" as requested by the Construction Manager. 2. Provide complete shop drawings, samples and product data submittals as required and per specifications for approval within three (3)weeks of the Contract Award. L. Other Information: 1. The name and address of the Owner is: City of Palm Springs 3200 E. Tahquitz Canyon Drive Palm Springs CA 92262 760-323-8239 2. The Project is being funded by City of Palm Springs. There is no lender. 11 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 8 CONCRETE AND CONCRETE REINFORCING February 6, 2004 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. Proiect Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. f) No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) In addition to required cleanup of own work and work areas, this Trade Contractor will be required to provide general labor to general clean-up crews for weekly or bi-weekly full building cleanings (12 man hrs min. per week). i) Trade Contractor Daily Reports (DCR). j) Trade Contractor Daily Equipment Inspection List. 2. Each Trade Contractor is to provide a fully qualified field foreman. The same foreman that starts the project will remain on the project until completion. The foreman will maintain safety, DCR's, Daily Equipment Inspection Lists, and proper conduct amongst the Trade Contractors field forces. 3. All 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 12 04/15/2204 14:29 WESTLRND INS. BROKERS � 17624132901 NU.6.54 ubel A RD CERTIFICATE OF LIABILITY INSURANCE 04/15/200 pFODUCER (619)584-6400 FAX (619)584-6425 THIS CERTIFICATE IS ISSUED AS A►nATTER OF INFORMATION Westland Insurance Brokers ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3838 Camino Del Rio North #315 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. P.O. Box $5481 San Diego, CA 92186-5481 INSURERS AFFORDING COVERAGE NAIC 9 INsURRD Precision Concrete Construction, Inc. INSURERA Mt, Hawley Ins. Co. Tricon Textures, Inc. INSURERS: Allstate Ins. Company 465 East Carmel St. INSURER C, San Marcos, CA. 92078 INSURER INSURER E. COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDIN 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 PCLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR 4DD-H TYPE OF INS POLICYHUMRER POLICYEFFECTNE POLIO'YE%PIRATIONCATS BIINIPDD�C DATE I LIMITS GENERAL LIABILITY EACH OCCURRENCE 8 1,000 000 X COMMERCIAL GENERAL LIABILITY MGLQ136695 11/15/2003 11/15/2004 DAMAGETO RENTED g 30,000 CLAIMS MADE LEI OCCUR MEp IXP(Any one person) d 5,000 TV A PERSONAL BADVINJURY $ 1,000,000 GENERAL AGGREGATE S 2,000,000 GEML AGGREGATE LIMIT APPLIES PER PRODUCTS•COMP/OP An $ 1,01)0,00 POLICY PEA 10 LOS AUTOMOBILE LIABILITY CODS NE0 SINGLE LIMIT X ANYAUTO 04869382Z 11/15/2001 11/1S/2004 (EA OWO `) S 1,000.00 ALL OVVNED AUTOS BODILY INJURY SCHEDULEDAUTOS (Per Pcraan) $ B X HIRED AUTOS BODILY INJURY X NONA ED AUTOS Pera dent) 5 PROPERTYDAMAGE S (Per a"Idom) GARAGE LIABILITY AUTO ONLY,EA ACCIDENT $ ANY AUTO OTRERTHAN EA ACC $ AUTO ONLY: AEG $ EXCESSIUMBRELLAUABILIW EACH OCCURRENCE $ 2,000,00 X OCCUR 171 CLAIMS MADE MXL0360052 11/15/2003 11/15/2004 AGGREGATE $ 2,000,00 A $ DEDUCTIBLE $ X RETENTION $ C 5 WORK=COMPENSATION AND WC STATU- OTH- EMPLOYERS'LIABII-TTY ANY PROPR1EQFMs RTNER/EXECUTIVE E.L.EACH ACCIDENT $ OFFICERIMEMBFR EXCLUDED'l 21 DISEASE-EAEMPLOYE ; N,deambe under c"ITIOVISIONSIP!".-- E.L DISEASE,POLICY LIMIT 5 OTHER DESCRIPTION OF OPERATIONSI LOCATIONS I VEHICLES 1 EXCLUSIONS ADDED BY ENDORSEMENTI SPECIAL PROVISIONS elm Springs ConVention Center ertificate Holder and the City of Palm Springs are named as additional insured 'Subject to 10 Day Notice if canceled for non payment of premium CERTIFICATE HO CANCELLATION SHOULD ANY OF THE ADOVE DESCRIBED POLICIES DE CANCELLED 6E 119 YUE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL Turner Construction Co. -30 DAYB YImTrEN NOTICETO THE CERTIFICATE HOLDER NAMED YO THE LEFT, 591 Camino Del La Reina BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Suite 1025 OF ANV RING UPON THEINSURER,TfS AGENTS 00.REPRESENTATNES San Diego, CA 92109 AOTHORIZED REPRESENTATIVE ten ' Sandra Smith/SSMITH ACORD 2S(2DD1/os) FAX.- (760)410-2901 @ACORD CORPORATION 19813 04/15/2004 14:29 WESTLAND INS. BROKERS 4 17604102901 NO.334 P032 Policy No; MGL O136695 Mt. Hawley Insurance Company Precision Concrete Construction Inc. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM C) This endorsement modifies insurance provided under the following: CONIMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: All persons or organizations where required by written contract Turner Construction Company and the City of Palm Springs (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) WHO IS AN INSURED (Section M is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your worle'for the insured by or for you. To the extent required under contract, this policy will apply as primary insurance to additional insureds scheduled above and other insurance which may be available to such additional insureds will be non-contributory. Section IV.,Condition 4,of this policy is amended accordingly All other Terms and Conditions of this Policy remain unchanged CGL216(04/98) Page 1 of 1 34/15/2004 14:29 WESTLAND INS. BROKERS 4 17604102901 NO.334 9303 ' POLICYHOLDER COPY STATE P.©- BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPEN5ATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE APRIL 15, 20D4 GROUP: 000046 POLICY NUMBER: 5333-2004 CERTIFICATE ID: ea CERTIFICATE EXPIRES: 01-01-2005 01-01-?ooa/o1-ol-zoos TURNER CONSTRUCTION COMPANY 391 CAMINO DEL LA REINA 01025 SAN DIEEGO CA 92106 PALM S??RINGS CONVENTION CEB7TER 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,axclusions,and conditions,of such policies. pzltl- A( ,, "n . N AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-01-2004 IS .ATTACHED TO AND FORMS A PART OF THIS POLICY, EMP40YZR PRECSSION CONCRETE] CONSTRUCTION,INC. TRICON TE.XTARES,INC. 465 E CARMEL S.T SAN MARCOS CA 92078