Loading...
HomeMy WebLinkAbout04847 - COVE ELECTRIC CONVENTION CENTER EXPANSION PHASE II CP02-27-24 1J `a •t� DOCUMENT TRACKING Ilt S * \��\ I06W 0-'L UwbY 6ry Ow hyV NVOV Q`h CkkY1 Q �l i`�llC b� Page: 1 Report: All Active Documents Listing mw\" � -J L\0 C(� . December 19, 2005 Condition: ALL Groups Services=NOC,XREF= PROCURE ENT TT✓ `v �. Document# Company Group Service Aorvl Date Expire Date Close Date A4840 American Demo C' D>t- PROCUREMENT NOC 03/17/2004 10/01/2005 A4841 Shoring Engineers C vbc - PROCUREMENT NOC 03/17/2004 10/01/2005 A4843 Precision Concrete PROCUREMENT NOC 03/17/2004 10/01/2005 A4844 J Temecula Mechanical CAOSr- NOC 03/17/2004 10/01/2005 A4845 1� i� K&S Air Conditioning ; PROCUREMENT NOC 03/17/2004 10/01/2005 A4846 Shasta Fire Protection C(Dyc_ PROCUREMENT NOC 03/17/2004 10/01/2005 4847 C` Cove Electric G 6o ,t PROCUREMENT NOC 03/17/2004 10/01/2005 A4850 H C I GAO NOC 03/31/2004 03/01/2005 A4852 CMF Inc GkD'aL PROCUREMENT NOC 03/31/2004 10/01/2005 A4853 !`trdd Construction Hardware Co C(.olk PROCUREMENT NOC 03/31/2004 10/01/2005 A4854 _�• p"D Preferred Ceilings Inc C-�v a PROCUREMENT NOC 03/31/2004 10/01/2005 A4855 J Colavin&Son C'AO("c PROCUREMENT NOC 03/31/2004 10/01/2005 A4856 Invironmentalists G\D4k NOC 03/31/2004 10/01/2005 A4859 Palm Springs Mirror&Glass Inc Ctn St PROCUREMENT NOC 03/31/2004 10/01/2005 A4860 Temecula Mechanical Inc G6V PROCUREMENT NOC 03/31/2004 10/01/2005 A4861 Advanced Equipment Corporation C0(00 PROCUREMENT NOC 03/31/2004 10/01/2005 A4871 American Demolition Concrete CuttiDg PROCUREMENT NOC 04/14/2004 10/01/2005 A4879 DBM-Hatch Inc C U5A CEO PROCUREMENT NOC 05/05/2004 10/01/2005 A4880 Standard Drywall PROCUREMENT NOC 05/05/2004 10/01/2005 A5019 Nick Pecoraro Painting &Decorating PROCUREMENT NOC 01/05/2005 12/01/2005 A5020 Arrowwood Works C6`41 (aY PROCUREMENT NOC 01/05/2005 12/01/2005 A5021 Vomar Products cu-v PROCUREMENT NOC 01/05/2005 12/01/2005 A5041 Saddleback Waterproofing Cob c PROCUREMENT NOC 02/16/2005 06/01/2006 A5050 Stumbaugh&Associates Inc. C6W PROCUREMENT NOC 01/05/2005 01/0V2006 A5054 Cookson Doors f aL�t PROCUREMENT NOC 03/17/2005 * * * * * * END OF REPORT " i I _ DOC #[ 2005-0717441 08/31/2005 08:00A Fee:NC Page 1 of 2 PLEASE COMPLETE THIS INFORMATION Recorded in Official Records RECORDING REQUESTED BY: County of Riverside Larry W. Ward Assessor, County Clerk & Recorder AND WHEN RECORDED MAIL TO: I IIIIII IIIIII IIII I'lll IIIII I�IiI l ICI III IIIII IIII IIII t City Clerk M S 'u PAGE SIZE OA PCOR NGCOS SMF MISC. City of Patin Springs ) 'Z" P.O.Box 2743 — Palm Springs, California 92263-2743 f `l A ARjAA_10PTV LONG REFNNO NCHG EXAM 1 Space above this line for recorder's use only rr, DTT; NOTICE OF COMPLETION rr Title of Document THM AREA FOR R E C'0"R D E K S USA ONLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) ACR 238P-AS4RE0(Rev. 02/2003) Return To: City Clerk City of Pahn Springs P.O. Box 2743 Pahn Springs, California 92263-2743 Filing fee EXEMPT per Government Code 6103 NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Sprigs, California is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Pahn Sprigs 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 Carryon Way, Palm Springs, California(P.O. Box 2743, Pahn Springs, California 92263-2743). 4. The public work improvement on the hereinafter referred to real property within the city was COMPLETED on the 29th day of August, 2005. 5. The name of the contractor(if named)for such improvement was: Cove Electric 6. The public work improvement, which was completed in the City of Pahn Sprigs, County of Riverside, State of California, is described as follows:Palm Springs Convention Center Expansion-Phase II, City Project No. 02-27,Electrical. 7. The property or location of said property is: 277 N. Avenida Caballeros,Pahn Springs, California, 92262. 8. City Project No: 02-27 Agreement No. A4847 Resolution No. 20857 DATED: Q `?q db C TY OF PALM SPRINGS By: Allen F. Smoot/Project Administrator JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of aforesaid City of Pahn Springs, California,the corporation that executed the foregoing notice;that he makes this verification on behalf of said corporation; that he has read the foregoing Notice of Completion, and knows the content thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. City Clerk -,� Index No. d IIIIIII IIIIIII IIIII IIIII IIIII I�III IIIII III IIIII II�f IIII 08 310200fI 28400E CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II VVW CONSTRUCTION CHANGE ORDER To: Cove Electric Date: October 12, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 9 (Page 1 of 4) Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 1. Reinstall light fixtures, power outlets & light switches caused by Add: $ 3,974.00 demolition at Ticket Booth area. 2. Provide all Beverage Station electrical revisions. Add: $ 0.00 3. Remove & replace all electrical outlet&wall plates due to water damage Add: $ 959.00 & repairs at Ticket Booth, Mesquite Rooms, Mesquite Corridor& Exhibit Hall. 4. Provide labor to assist painter with painting light fixture trims (250 ea.) Add: $ 1,088.00 RFI's 1028 & 1040. 5. Provide smoke fire dampers at Electrical Room#414, RFI 943 Add. $ 0.00 6. Provide all revised circuitry data, cabling, interface module installation Add: $37,289.00 associated with Lutron & Payne Sparkman issues. 7. Provide Installation of Q2 fixtures below ductwork. Add: $ 0.00 8. Provide HVAC controls panel for existing AHU#13. Add: $ 1,000.00 9 Relocate existing conduit at BOH#408 at underside of existing Loading Add: $ 1,390.00 Dock roof. 10. Overtime work for week of 5/9/05 (Mon. thru Thurs. 10 hrs. per day). Add: $ 2,662.00 11. Backcharge to repair damaged curtain wall mullions. . Deduct: $ (0.00) 12. Provide labor to replace glare shield/trim at MH-03 fixtures. Add: $ 387.00 13. Provide new light with emergency circuit at new Storefront door north of Add: $ 1.268.00 Nano wall. 14. Backcharge for surface-mounted conduit Deduct: $ (0.00) 15, Re-install ballast at F7 fixtures. Add: $ 348.00 16. Overtime work for week of 5/16/05 thru 5/30/05 (10 hrs./day) Add: $ 6,277.00 17. Backcharge to patch drywall at Maintenance Shop/ Electrical Room. Deduct: $ (126.00) 18. Backcharge to repair door frames#716B &723B @ BOH corridor. Deduct: $ (300.00) 19. Provide electrical service &circuitry for water feature at NW Oasis. Add: $ 3,248.00 20. Replace conduit system at MH-12 fixtures damaged by steel contractor. Add: $ 280.00 21, Provide new Pull Station and Heat Detector at Riser Room. Add: $ 2,946 00 22. Provide power to VFD located at Mechanical Room. Add: $ 6,200.00 23. Provide power to roll-up doors#703 &#704. Add: $ 894.00 CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: October 12. 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 9 (Page 2 of 4) Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add/ Deduct Amount 24. Provide fire alarm to roll-up door#703 &#704 Add. $ 3,449.00 25. Overtime work for week of June 6, 2005. Add: $ 2,209.00 26 Add additional light fixtures due to quantity of Electrical vs. Architectural Add: $ 330.00 sheets. 27. Provide 30 Amp breakers at Lift Station pumps. Add: $ 982.00 28. Backcharge to repair damaged door frames#713B, 716A& 801 M. Deduct: $ (300.00) 29. Provide power to IT devices. Add: $ 2.500.00 30. Provide credit for IT/Communication Rack. Deduct: $(2,500.00) 31. Provide lights & switch at Pump Room, RFI #1010. Add: $ 776.00 32. Provide 120V power to Vapor Purge System @ Cooling Tower. Add: $ 0.00 33. Overtime work for week of June 13, 2005. Add: $ 2,153.00 34. Provide power to new Irrigation Controller. Add: $ 1,931.00 35. Provide power to FCU#1, RFI #476. Add: $ 334.00 36. Provide three (3)400 Amp fuses not provided by Turner Logistics. Add: $ 271.00 37. Field install new ballast at F-1 Ts. Add: $ 580.00 38. Provide additional feed for 1 L27, per RFI #1015. Add: $ 1,095.00 39. Coordinate installation of Site Lights L3 & MH3A, RFI #1014 & RFI 1031. Add: $ 0.00 40. Coordinate installation of Ballroom Light/Joist MH8, RFI 1022. Add: $ 483.00 41. Revised location of two (2) 100 Amp receptacles, RFI 998. Add: $ 1,479.00 42. Overtime work on Saturday, 6/25/05 Add: $ 645.00 43 Overtime work on Saturday, 7/2/05. Add $ 645.00 44 Provide additional conduit at tree well due to revised landscape at SW at Add $ 436.00 outside of Mesquite Rooms. 45. Provide glass breaks for Leak Detection System, per RFI 1033. Add: $ 473.00 46. Provide credit for installation of MH07 tree lights, RFI 1016, Deduct: $(1,576.00) 47. Backcharge for damaged storefront and glass. Deduct: $(1,185.00) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: October 12, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 9 (Page 3 of 4) Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 48. Overtime work on Saturday, 7/9/05. Add: $ 686.00 49 Overtime work for week of 7/11/05. Add: $ 851.00 50. Backcharge to clean off debris at top of canopy clouds at Ballroom. Deduct: $ (750.00) 51. Overtime work on Saturday, 7/16/05. Add: $ 645.00 52 Install missing wire guards at F3 fixtures. Add: $ 954.00 53. Overtime work on Saturday, 7/23/05, Add: $ 645.00 54. Reinstall new site wall light MH03, which was damaged by grader. Add: $ 150.00 55. Overtime work on Saturday, 7/30/05. Add: $ 766.00 56. Backcharge to repair roll-up door damage (limit switches not set) Deduct: $(1,642.00) 57. Labor to reinstall new Q1 fixtures damaged by others Add: $ 253.00 58. Backcharge to remove & replace damaged tile @ Admin. Deduct: $ (98.00) 59 Provide low level exit lights @ BOH #704/Operable Wall. Add: $ 4,428.00 60. Remove& relocate existing conduit at Cooling Tower new louvers. Add: $ 3,892.00 61. Overtime work on Saturday, 8/6/05. Add: $ 1,257.00 62. Replace existing tamper&flow switch at Riser Room. Add: $ 704.00 63. Backcharge to repaint interior cloud at damage. Deduct: $ (207.00) 64. Provide 100 Amp breaker at floor box. Add: $ 158.00 65. Lump sum price to troubleshoot& restore the existing fire alarm system Add: $ 5,000.00 so that it is complete, operational and functioning. 66, Rework exterior canopy reflective ceilings. Add: $ 28400 67. Relocate additional SE site bollard lights from grass to concrete. Add: $ 1,031.00 68. Change out MH09 fixture socket from 40OW to 175 W. Add: $ 455.00 69. Remove & replace F14 light fixture due to late tile delivery. Add: $ 221.00 70. Remove four(4) F2 light fixtures @ Mesquite corridor ceiling per Add: $ 528.00 Punchlist. 71. Relocate DIM#1 panel. Add: $ 1,514.00 TOTAL ADD: $106,719.00 CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: October 12, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 9 (Page 4 of 4) Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 AUTHORIZATION FOR CHANGE: PCO's: 1)99;2) 198,3)307;4)392;5)566,6)605;7)606:8)609;9)624;10)635; 11)648; 12) 651; 13)669; 14)672; 15)673; 16)682; 17)686; 18)688; 19)697;20)702:21)706;22)711;23)720;24)721;25)732;26)734,27)736;28) 738;29)743;30)744;31)745;32)755;33)765, 34)771;35)772;36)779,37)780:38)788;39)793;40)794;41)795;42)802;43)820;44) 824;45)826;46)828;47)830;48)835;49)838; 50)849;51)854;52)860;53)886;54)906;55)907;56)913;57)916; 58)920,59)922;60) 927;61)938:62)955;63)957;64)963;65)988;66)1000;67) 1013;68)1014;69)1015;70) 1016;71)1017 SummarV of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ 53,685.00 Total of this Change Order $ 106,719.00 Total Contract Price $ 1.671.404.00 This Change Order (increases) (decreases) (unchanged) the contract time by 0 working days. I I have received a copy of this Change Order Constr. Manager. e O and the above AGREED PRICES are acceptable Approval: Date: { �➢, to the contractor. Turner str ct mpany Q I City Approval 4 By:J( �i \AU a,,—,\ 0,, Submitted By: " Date IO I`7 M1 Ow er's Representative Title: V ACC'_ V)a C-%I Ap-AA� J I/9:4 9 G��^ Approved by: t/ Date: Date: Project A� Distribution: Original Conformed Copies Conformed- Fila �o City Clerk (1) Project Administrator (1) Contractor (1) Procurement&Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) APPROVED BY CITY COUNCIL hove tlecuic Conv. Ctr. Expansion Phase 2 CITY OF PALM SPRINGS CO 7 & 8 AGREEMENT #4847 PALM SPRINGS CONVENTION CENTER EXPANSIOI, Res 20857, 3-17-04 CONSTRUCTION CHANGE ORDER To: Cove Electric Date: August 16, 2005 77824 Wildcat Drive Project No, 02-27 Palm Desert, CA 92211 Change Order No. 8 Purchase Order No, 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Repair electrical power/lighting at Ticket Booth, existing Women's Add: $ 8,718.00 Restroom, Oasis#4 and Mesquite Rooms A, B & C due to rain damage. TOTAL ADD: $8,718.00 AUTHORIZATION FOR CHANGE: PCO: 307 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ 44,967.00 Total of this Change Order $ 8.718.00 Total Contract Price $ 1,564,685.00 This Change Order(increases) (decreases) (unchanged) the contract time by rking d ys. I have received a copy of this Change Order Constr. Manager: t, / and the:above AGREED PRICES are acceptable Approval: / Date: to the contractor. Turner on ruct104 C many City Approval By: i \ Submitted By: Date: $ba*/_AS `} 0 Represe trve Title: V 1CC- Pc-e-,;%AecA Qnp - %I njots Approved by: q Date: Date: P3Cts Ad in' trator 4 Distribution: v u`' 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) oty Clerk APPROVED BYC9COUNCIL CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: August 16, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 7 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Descriiption of Change to be Made: Description Add/ Amount Deduct 1. Provide power to east trash compactor and future conduit for west trash compactor, per Add: $ 1,813.00 RFP 006, dated 9/1/04. 2. Reconcile future landscape lighting pull boxes, conduits&circuitry at SE landscape Add: $ 10,000.00 area. 3. Provide power/data/telephone modifications per PSCC furniture layout. Add: $ 0.00 4. Revise soffit lighting heights at East Exhibit Hall. Add: $ 0.00 5. Furnish & install ten (10) site light bollard (1-4),with all required circuitry. Add: $ 16,864.00 6. Provide power to west side A/V system as required by PSCC's A/V contractor. Add. $ 5,621.00 7. Provide power to operable wall switches. Add: $ 4,856.00 8. Change breaker at main gear for CWP horsepower changes, per RFP#1, dated 2/15/04 Add: $ 628.00 & RFP#3, dated 7/6/04. 9. Delete East Exhibit Hall&canopy, per RFI 877. Deduct: $(1,589.00) 10. Provide revised power/data at PSCC Server Room. Add: $ 665.00 11. Work overtime on Saturday,April 16, 2005. Add: $ 1,533.00 12. Delete lights due to steel conflicts with Architectural layout, per RFI 974. Deduct: $(1,691.00) 13. Work overtime on Saturday, April 23, 2005. Add: $ 1,443.00 TOTAL ADD: $40,143.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 140; 2) 142; 3) 157; 4) 244; 5) 404; 6) 417; 7) 426; 8) 441; 9) 468; 10) 482; 11)570, 12) 582; 13) 594 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ 4824.00 Total of this Change Order $ 40,143.00 Total Contract Price $ 1 555 967 00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 working d ys. I have received a copy of this Change Order Constr. Mana4nii and the above AGREED PRICES are acceptable Approval: ,,���� Date:to the contractor. Tu �np nCity ApprovatltlBy: / � Submitted ByDate: O� ` Own r eprese ative Title: V �C.e P)f'e.5-tfleeJ ul Approved byte: Date:_ ;�J I���®S - Project Administrator Distribution: ATTEST: (C ( f ��Z�� / Ongmal Conformed Copies - Conformed- File' Copy City Clerk (1� Project Administrator (1) Contractor —Procurement& Contracting (1) APPROVED BY CITY COUNCIL rty Clerk d - Finance (1) o, Owner's Representative (1) - - - _ - Turner Construction (1) yALM SA 9 G u, M E M O R A N D U M �"4RkT4� t tC1Fot TO: Mari Lynn Boswell Procurement Administrative Coordinator FROM: Kathie Hart, CIVIC Chief Deputy City Clerk DATE: August 25, 2005 SUBJECT: Convention Center Expansion Phase II Change Orders cc: Jay Thompson, City Clerk File Please find attached a copy of each change order relating to the Convention Center Expansion Phase II: 1. Cove Electric A4847 — CO 7 & 8 2. Standard Drywall A4880— CO 7 3. Nick Pecoraro Painting & Decorating A5019 —CO4 & 5 4. Arrowwoods Works, Inc. A5020— CO 2 We have retained the original our files. Please feel-free to contact me if there are any questions, ext. 8206. /kdh attach. U M E M O R A N D U M TO: Mari Lynn Boswell Procurement Office FROM: Kathie Hart, CIVIC Chief Deputy City Clerk DATE: July 11, 2005 SUBJECT: Cove Electric CO 6 to A4847 cc: File Please find attached a copy of the CO 6 to A4847 with Cove Electric for the Convention Center Expansion Project. We have retained an original our files. Please feel free to contact me if there are any questions, ext. 8206. /kdh attach. CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II �rl r CONSTRUCTION CHANGE ORDER To. Cove Electric Date: June 3, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 6 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 1. Install electrical devices at East Exhibit Hall to match Architectural Add: $ 0.00 elevations. 2. Cost to provide light fixture pendants to be supplied by others. Add: $ 1,686.00 3. Provide labor for rain control on October 20, 2004. Add: $ 0.00 4. Revise F3 light installation from pendant to wall mounted at back of Add: $ 0.00 house. 5. Coordinate fire alarm device locations to meet with code and specified Add: $ 0.00 architectural locations. 6. Provide temporary power to lights in hallway#1 alcove as new electrical Add: $ 613.00 room was not completed 7. Repair Exhibit Hall light conduit damaged by other trade contractors. Add: $ 575.00 8. Coordinate Q.01 light fixture installation above wood ceiling Add $ 0.00 9. Provide temporary power to existing HVAC pumps as required, as new Add: $ 995.00 electrical room and VFD's were not installed. 10. Relocate dimming panels to east wall of west mechanical mezzanine. Add: $ 0.00 TOTAL ADD: $3,869.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 153; 2) 182; 3)222; 4) 305; 5)354; 6) 379; 7)423; 8)434; 9)477; 10)591 Sumrnary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ 955.00 Total of this Change Order $ 3,869.00 Total Contract Price $ 1,515,824.00 This Change Order (increases) (decreases) (unchanged) the contract time by 0 wor ing days. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval Date: `� J to the contractor. Turner truct ��.o any City Approval: t� By.� -�p,�, Submitted B Date: � 2 I \ v 0 is Representative E s Title:. e Pr Vice54an t r _ __ Approved by qA Date: Date: 6(��JOG - _ Project A -'strator Distribution: (�i 'ta1TS Original Conformed Copies _ Conformed- File C APPROVED BY CITY COUNCIL City Clerk (1) ATTEST: ProjectAdministrafor (1)„ Contractor ( Procurement& Contracting p e �..�� h '.. I•.Il> Iru„'ors^' - inanee (1) ity_CleCk _. Owner's Representative (1) Turner Construction (1) uuve decuic Convention Center Exp. Phase 2 CO 5 CITY OF PALM SPRINGS AGREEMENT #4847CM signed, 6-13-05 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: May 18, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 5 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/ Amount Deduct 1. Furnish & install complete CCTV systems including all equipment, Add: $59,544.00 material, and labor to complete a fully functional, code complying CCTV system. System shall include, but not be limited to, DVR's, DVD RAM & CDRW burners, controllers, interior and exterior high resolution cameras, power supplies, ups backup power, transformers, flat CRT screen monitor, cabling, hookup, back boxes, power, and Owner training, O & M and As-builts. TOTAL ADD: $59,544.00 AUTHORIZATION FOR CHANGE: PCO#601 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ (58,589.00) Total of this Change Order $ 59,544.00 Total Contract Price $ 1,511,955.00 This Change Order(increases) (decreases) (unchanged) the contract time by 0 ivorkingidays. 1 have received a copy of this Change Order Constr. Manaaoruc and the above AGREED PRICES are acceptable Approval: Date: (J to the contractor, Tur ny .,,ACity ApprovalBy: v �� Submitted ByDate: 6/R/0'j V Pc-esiClt' Own�is Repr five 1 Title: I `141 Approved by: �.�"p � Date: g�% ° �y s Date: �3S �O� Project Adr�i trator �I�� O�;' Distribution: �J`� ;i ' ':u, Oriqinal Conformed Copies Conformed - Filw' opv City Clerk (1) Project Administrator (1) _ Contractor. (1) Procurement& Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) C - �t%t"y Clerk y CITY OF PALM SPRINGS VWU PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: April 19, 2005 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No, 4 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Reconcile Electrical Labor Allowance. Deduct: $(10,000.00) 2. Reconcile Electrical Journeyman Allowance Deduct: $(10,000.00) 3. Delete 100 amp services at Exhibit Hall and relocate to SE lawn area. Add: $ 2,699.00 4. Re-feed two (2) existing parking lights at SE site Add: $ 2,000.00 5. Repair underground electrical at Line 26 &Z.5. Add: $ 135.00 6. Relocate VFD's at Cooling Tower from exterior to interior in lieu of Add: $ 2,744.00 changing from Nema 1 to Nema 3. 7. Fix lift station conduit. Add. $ 790.00 8. Provide Knnack box for CM Superintendents. Add: $ 625.00 9. Provide temp. power to HVAC pumps at Mech. Mezz. Add: $ 548.00 10. Provide power to east A/V system. Add: $ 2,388.00 11. Labor to correct 146 Spectrum light fixtures after manufacturer Add: $ 1,367.00 performed corrective work. TOTAL DEDUCT: ($6,704.00) AUTHORIZATION FOR CHANGE: PCO's: 1) 16; 2) 17; 3) 73; 4) 141; 5)216; 6) 234 7) 238; 8)357; 9) 367; 10) 416 11)419 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ (51,885.00) Total of this Change Order $ (6,704.00) Total Contract Price $ 1,452,411.00 This Change Order-(asrea as) (d�) (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, to the contractor. Turner Cc truct omp ny M City Approval: - By: ' �"� Submitted By: Date: � Ow e epr e ve' Title: Vice Qresl�eav� Approved by: Date: Date: ut —ass 05 Proj Adrmn at sty Distribution: Q Q I! Qriginal Conformed Copies Conformed - File t�opy _ 'CiiyClerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) ATTEST: Owner's Representative (1) j Turner Construction (1) y Clek r CITY OF PALM SPRINGS Vw/ PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: November 3, 2004 77824 Wildcat Drive Project No, 02-27 Palm Desert, CA 92211 Change Order No. 3 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Incorporate RFP#4, dated August 10, 2004 into Scope of Work. Add: $ 0.00 2. Repair damages at emergency generator conduit. Add: $ 0.00 3. Replace floor boxes damaged by steel trade contractor. Add: $ 5,538.00 TOTAL ADD: $5,538.00 AUTHORIZATION FOR CHANGE: 1) PCO 74; 2) PCO 134; 3) PCO 206 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ (57,423.00) Total of this Change Order $ 5,538.00 Total Contract Price $ 1,459,115.00 This Change Order(increases) (decreases) (unchanged) the contract time by rking ays. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: Date: I ll ICI to the contractor. Turner o gui p y ' City.Approt at:"" By: Submitted By: —" Date: at l ©iJ \r \ \ Owner's Representative Title: V iC� Pt-es+CiCcU'S 9d t d Approved by: ����- Date: ! 7 5 Date: OW Project Administrator, // Original Conformed Copies Conformed - File Copy C/ dTV City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) CITY OF PALM SPRINGS ✓�O /� ,, l \ t(Y' y PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CONSTRUCTION CHANGE ORDER To: Cove Electric Date: October 12, 2004 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 2 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount 1. Incorporate approved Edison plan drawing, dated April 24,2004, into Add: $ 0.00 Scope of Work. All right-of-way utility work will be performed by others. 2. Credit for storage of lights at storage building. Deduct: $ (300.00) 3. Credit for power/phone setup to trailer compound. Deduct: $ (2,857.00) 4. Reroute electrical and telephone cabling floor boxes at Oasis 5, Add: $ 7,000.00 including saw cut, demolition, removal and disposal of concrete. 5. Repair lift station damaged during grading. Add: $ 300.00 6. Provide cooler platform for gas generator at new generator room. Add: $ 2,263.00 Upsize feeder size as required by generator equipment vendor. 7. Provide door monitor and security control panels, including panel, Add: $ 0.00 keypad and"plenum rated""free air"cabling from control panel to the future camera, door monitors and recorder locations. Provide complete submittals and training of security and door monitor, control panel and keypad. TOTAL ADD: $6,406.00 AUTHORIZATION FOR CHANGE: 1) PCO 35; 2) PCO 39; 3) PCO 57; 4) PCO 90; 5) PCO 97; 6) PCO 108 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ (63,829.00) Total of this Change Order $ 6,406.00 Total Contract Price $ 1-453,577.00 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: 0 b to the contractor. Turner C tru ti ny City Approy3 q�; By: Submitted B Date: V�' r O7et, R re entative Title: Vice 1 t dt Approv by:/ � 1 Date: V Date: 1115 I OWA ��� Prdministrator Distribution: � ��i ,r'r3� v ',!a: Wi' VIA L�✓_ ' V t—,A ,i '� Onqmal Conformed Copies /conformed - File Copy n�,W ; %N..) City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) `7 8 Finance (1) Owner's Representative (1) Turner Construction (1) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Cove Electric Date: August 16, 2004 77824 Wildcat Drive Project No. 02-27 Palm Desert, CA 92211 Change Order No. 1 Purchase Order No. 416624A Attn: Gar Hulslander Agreement No. A4847 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Incorporate Issued for Construction Plans Volumes 1 of 3,2 of 3 &3 Add: $ 8,B45.00 of 3 and Project Specifications Volumes 1 of 2 &2 of 2 dated May 10, 2004 into your firm's Scope of Work. 2. Incorporate RFP#1, dated 6/15/04, RFP#2, dated 6/16/04; and RFP Deduct: ($72,674.00) #3, dated 7/6/04, electrical service revisions into your scope of work. TOTAL DEDUCT: ($63,829.00) AUTHORIZATION FOR CHANGE: 1) PCO 1; 2) PCO's 70, 75, 77& 82 Summary of Cost/Time Original Contract Price $ 1,511,000.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ (63,829.00) Total Contract Price $ 447.171.00 This Change Order (increases) (decreases) (unchanged) the contract time by 0 larking days. t I have received a copy of this Change Order Constr. Manage : 7 and the above AGREED PRICES are acceptable Approval: v Date: to the contractor. Turner o tru ti am ny City al: f B• / � o� Submitted By: L t''�� Date: 7¢-2 ��r'I� Owne7, Representative Title: a�G t�� a r�cel � Approved by: P �Id'� 1,1 Date: 10iP� y Date: cbhf-n Project Adm,nistrato'r i Distribution: APPROVED BY: —� Cit�✓ Manager 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) l"_�il - '� o UMER COjUSTRUC TIOPd Cove Electric Convention Ctr CP02-27-24 AGREEMENT #4847 R20857, 3-24-04 AGREEMENT — — — — THIS AGREEMENT made this c] 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 Cove Electric, Inc., hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1-THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City Contract's contract Documents entitled: Palm Springs Phase II Palm Springs Convention Center Expansion Phase II City Project No 02-27-24 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- 24. 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 ($1,511,000) 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. ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of : notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule, the Schedule of Values, Bid Security or Bid Bond, this Agreement Worker's Compensation Certificate, Performance Bond, Multiple Oblige Rider to Performance Bond, Payment Bond, Notice of Award Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, the Technical Specifications, Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover of the Drawings, Addenda numbers 1, 2, 3, and 3-24, 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 City Clerk APPROVED AS TO FORM: IL City Attorney v lQ� -�Q��J �] `�t��.-1�1 ' tJ SIGNATURES ON NEXT PAGE Agreement Amour d d Reviewed and approved by Procurement & Contracting IuitialsDate � ���, CONTRACTOR: Check one: Individual Partnership Nr" 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. 7 f7 By( B SIGNAT RE NOTA ZED SIGNATURE NOTARIZE Title: a Address:77-� �� ��� �CFF-7-d1' O Addr ssI_��( �2L� �✓r l��C� ['_, State of GMa State of LTA County of R- Utre County of Ri yPXs i d e On4l, before me Jeannce 5ktA&r1- 049 beforeme Je.Gnnie ��CW2+ personally appeared L&.e-nd iLooktj personally appeared L6Li- SO' 1Cciv c.l personally known to me(or proved to me on personally known to me(or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(s)whose name(s)is/are subscribed person(s)whose name(s)is/are subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/she/they executed the same in to me that he/she/they executed the same in his/her/their authorized capacity(ies),and his/her/their authorized capacity(ies) and that by his/her/their signature(s)on the that by his/her/their signature(s) on the instrument the person(s),or the entity upon instrument the person(s), or the entity upon behalf of which the person(s) acted, behalf of which the person(s)acted executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. 1 otary Signature Notary Signature 9 Notary Seal: Not Sea JEANNIE L.STEWARI Commission#1422539 Commission*1422539 Z Notary Public-California Notary Public lvewkle Counilomla ty RhrorsldsCounry - C o mm. EllpkwJ 6,2007J My Comm.ExpYot Jun 6,2007 MY PERFORMANCE BOND BOND# 212 58 17 Premium $13 , 588 .00 KNOW ALL MEN BY THESE PRESENTS, That Cove Electiity lac as Contractor and,Surety, _ INSURANCE COMPANY OF THE WEST are held firmly bound unto the City of Palm Springs, a Charter City, organized and e=tnzg im the Coturty o Riverside, C:alffonua, heccinaftw called.the "City," in the srmn oe $1,511,000,00(0ne mn7lion five hundred elev thousand)dollwsjm the payment of whieh mum well end truly to be made,we bind ourselves, our hens cxecrrtars, administrators,successors, and assign,joifly and severally,Enoly by these presents. i WEMEAS said Contractor bus be= awarded and is about to enter into the amrexed.Agreement with said City toy padamt the Work as cpeci5ed or indicated in the Contract Documents entitled PALM SPRINGS PHASE II Palm Springs Conventiom Center Expansion Phase Il CITY PROJECT 02-27-24 II NOW TM5REFOPE, if said Contractor shall perfonn.all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be mM and vc4 othezwise it mhaL remain m full force and effect. PROVIDED,that any alterations in the Work to be dome or the materials to be famished, or cbamrA in the time of oo 4g atom, which rmy be made pursuant to the tee of said Contract Dock, shall not ir.any way release said Contractor or said Surety thereunder, nor shall any extension of time granted Wander the proviuioua of said Contract DommumN release either said Contractor or said Surety, and notice of eacb alterations or extensions of the Agmement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED,this 2 5 th day of March 20 04 UpngBctpI COVE ELECTRIC, INC. C=tnetw COVE ELECTRIC, INC. Title Title 2i e s Corporations require two notarized signatures: One from each of the following: t. Chairman of Board, President, or any Vice President: AND Z. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). 91 L AND NOTARIAL ACM40WLEDGNWT Ole SURETY Sumcr'INSURANCE COMPANY OF THE WEST Judith S . Williams Title Attorney-in-fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On March 25 , 2004 before me, Angela H. Shepherd, Notary Public DATE NAME TITLE OF OFFICER E G. JANE DOE,NOTARY PUBLIC- personally appeared Judith S . Williams NAME(S)OF SIGNER(S) L� 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 ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their ii ANGELA H. SHEPHERD IE signature(s) on the instrument the person(s), N QW, COM1Ep ( )� NOTAORANGLCOCALIFORNIAo Or the entity upon behalf Of which the ORANGE C00NTY n�My Comm.i Apr. 27,2006 person(s) acted, executed the instrument. WITNESS my hand and official seal. V, Alu-'a -64(� SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law. It may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL Performance Bond CORPORATE OFFICER 212 58 17—Cove Electric, Inc. TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL two (2) ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) GUARDIAN/CONSERVATOR ❑ OTHER: March 25, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSONS)OR ENTITY(IES) not stated Insurance Company of the West SIGNER(S) OTHER THAN NAMED ABOVE ICW 1 416 No.0000050 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY T14ESE PRESENTS That Insurance Company of the West,a Corporation duly organized tinder the laws ofthe State of California,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized under the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint DONALD ROOP, JUDITH S.WILLIAMS their true and lawful Attomey(s)-m-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and say related documents. IN WITNESS WIIEREOF,the Companies have caused these presents to be executed by its day authorized officers this I6th day of January,2001 oo+rnxroT lNSUq on''Tr^+vo INSURANCE COMPANY OF THE WEST ��\r�onrannrEot�i oF'oo0.p0q'°r„,y� g ° THE EXPLORER INSURANCE COMPANY ° INDEPENDENCE CASUALTY AND SURETY COMPANY z '�+ucH 1,iV[r � 9SEAL0 a �qq e s " W ijexx�� Li Y� 9 �a �A<IapIM\A �ql Feld °HQ� e�� V ?� John 1-1.Craig,Assistant Secretary John L.Hanmmn,Executive Vice President State of Cal rfmnua County of San Diego } SS. On January 16,2001,before me,Nornra Porter,Notary Public,personally appeared John L.Hamnum and.lotus I-1.Craig,pen sonally known to me to be the persona whose names are subscribed to the within instrument,and acknowledged to me that they executed the same an their authorized capacities,and that by dish signatures on the instrument,the entity upon behalf of which the persons acted,executed the instilment. Witness pry hand and official seal °f, NORMA PORTER CGMMPdk3#12575LIrO40 r- NSALIG-GARNIA N IS,y y C GIEGOCO OPITV My Commis 6xp MARCH 2004 MARCH19, t'6 Norma Porter,Notary Public RESOLUTIONS This Power of Attorney is panted and is signed,sealed and notarized with Resinle signatures and seats under authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies "RESOLVED That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretory,are hereby authorized to execute Powers of Attonrey appointing the person(s)named as Attorney(s)-m-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTI-TER: That the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of ary notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations refenod to herein may be affixed by stamping,printing,typing, or photocopying)" CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of the West,The Explorer Insurance Company,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in fill force aid effect,and has not been revoked,and that the above Iesohilons were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this ,� (' day of�?/.,(,/1,i(/j� John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask tot the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of the bond to which the power is attached For information or fling claims,please contact Surety Claims,ICW Group, 11455 El Cantina Real,San Diego,CA 92130-2045 or call(858)350-2400. PAYMENT BOND BOND# 212 58 17 Premium is included in KNOWA:.Lh BYTHBSEPRES'c2M; the Performance Bond. INSURANCE COMPANY T2114 OF THE WEST as Sm%y, ins held fivnly bound unto due City of Palm Springs, a Garter City, organized and existing in the County of Rhmzida, State of Califom* hereinafter canod the "Ctty" in the sum of: S1 511 006 00 (One miflionfivt hundred eleven thousand) dollars for the paymcat of which sun wen and truly to be made, we bind ourselves, our heirs, executors, adammisrators, mccess=, =1 assigns,jointly and severally,fi=ly by these prett=, WHEREAS, said Conractor bas been awarded and is about tD enter into the annexed agrccasnt with said City tD perform the Work as specified or indicated in the Contract Doccrnz a entitled; PALM SPRINGS Palm Springs Convention Center Expansion Pb2w II CITY PROJECT 0247.24 NOW TIiEPZ.SFOn, if said Contractor, its subcoxdractara, its hairs, executors, adnriaisnators, successors, or assigns shall iat7 to pay for any materials, ptoviaians, provender, equipment or other- supplies used in upon, for or about the performance of the Work contracted to be done, or fior any wary or labor thereon of any }and, or far amounts dac under the Unemployauur Insmanac Cade, or for any anoints required to be deducted, withheld, and paid over to tic Employment Development Department from the wages of employees of the Contractor sad its subcontractors pursuant to Section 13020 of the LTneamloymant histratiee Code with respect to Mich labor, all as requirad by tlx provisions of Title XV, Cbapter 7, Sootions 3247-3252, inclusive, of the Civil Code of the State of California aid acts amendatory thetE and sections of other codes of the Stan of California referred to tlhmm and acts amendatory thereof; and provided that the persons, companies, or corporations so finzashing said materials, provisions,provender, equipment or other supplies, appliances or power used in,upon, for or about performance of the work contracted to be executed or parfoaaed, or any person, company or corporation ranting or hiring implamcnrs or mnchinery or power for or caatnbuting to said work to be done, or any person who perft=work or Aber upon the came, or any per&= who mpplics bath work and materials therefor, shall hive complied with the provisions of said laws,then said surety will pay the same is an amount not exceading the sun:hereinbefore set forth and also will pay, in case suit is brought upon this bond, a reasonable attorncy's fee, as shall be fixed by the Court This bond shall inure to the bena5t of any and all persons named in Section 3181 of the Civil Code of the Sate of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any altertuom in the Work to be done or the materials to be finnisbed, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, abaL'not m any way release said Contractor or said Surety thereunder,nor shall amy ex msions of time,gaited under the provisions of said Contact Documents release either said Contractor or said surety, and notice of said alterations or etcnsions of the Agrees is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, dhj9 25th day of March 2004 SdM-ry. INSURANCE COMPANY OF THE WEST CoTi�actor COVE ELECTRIC, INC. $y - 1�� i jAttorn 'S . Williams }� /1 'gip Attorney-in-fact - (SEAL AND NOTAMAL ACKNOWr_,SDGMSNT - OF SL1RE'PI') C�uks*.cbut�.00_VE ELECTRI JNC. -By� — :Tins-:< ��, a _ 7eqs� ,2� t2 Corporations require two notarized signatures: One from each of the fallowing: 1. Chalnnan of Board, Presldent,or any Vice Prealdett, AND Z Secretary,Assistant Secretary,Treasurer, Assistant Treasurer, or Chief Financial Officer). CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orancie On March 25 , 2004 before me. Angela H. Shepherd, Notary Public DATE NAME TITLE OF OFFICER E G JANE DOE.NOTARY PURLIO- personally appeared Judith S . Williams NAMEIS)OF 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 ac- knowledged to me that he/she/they executed the same in his/her/their authorized 7A-=�- - i � ANCELA H. SHEPHERD capaclty(ies), and that by his/her/their CDMM. #1353915 � signature(s) on the instrument the person(s), ,q021NOTARY PUBLIC-CALIFORNIAo : ORANGE COUNTY N or the entity upon behalf of which the My Comm.Exp.Apr. 27,2006 person(s) acted, executed the instrument. WITNESS my hand and official seal. (/ SIGNATURE C NOTARY OPTIONAL Though the data below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT INDIVIDUAL Payment Bond —: CORPORATE OFFICER 212 58 17—Cove Electric, Inc. TITLE OR TYPE OF DOCUMENT TITLE(S) PARTNER(S) ❑ LIMITED ❑ GENERAL two (2) '.XI ATTORNEY-IN-FACT NUMBER OF PAGES II—' TRUSTEE(S) GUARDIAN/CONSERVATOR ❑ OTHER: March 25, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) not stated Insurance Company of the West SIGNER(S) OTHER THAN NAMED ABOVE ICW GP 416 No.0000050 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of die State of California,The Explorer Insurance Company,a Corporation ditty organized tinder the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized tinder the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint DONALD ROOP, JUDITH S.WILLIAMS their one and lawful Attoruey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other sinuli n contacts of suretyship,and any related documents IN WITNESS WHEREOF,the Companies have caused these presents to be executed by its duly authorized officers this lath day of January,2001 4 cOMr�Nr F Q tN9Ug9 o�Tr'Wp� INSURANCE COMPANY OF THE WEST nO�onroeArEot�i o�uoppOq'0r�.��, q, g GP THE EXPLORRR INSURANCE.COMPANY „ a SEAL_ n i�w INDEPENDENCE CASUALTY AND SURETY COMPANY ':nirormN Nl AN °a'Qy, b� jy u John H.Craig,Assistant Secretary John L.II mourn,Executive Vice President State of California County of San Diego } 5s. On January 16,2001,before me,Nature Porter,Notary Public,personally appeared John L.Hanna and John I-I.Craig,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,the entity upon behalf of which Die persons acted,executed the instrument Witness my hand and official seal. RT a4a„ NORMFl 1Sb/b4 CONIMB vR1257540 W - NOTARY Pousslo HE.ptroIA SAN OIEGO COUNTY My Commisslcn Expires 177d Ifl u MARCI-119,2004 Norma Porter,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsmule signatures and seals tinder authority of the following resolutions adopted by the respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vice President of the Company, together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers ofAttorney appointing the persons)named as Attoney(s)-in-Pact to date,execute,sign, seal,unit deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar eoneacts of suretyship,and any related documents RESOLVED FURTHER That the signatures of the officers making the appointment,and the sigiatum of any officer certifying the validity and cunent status of the appointment,may be facsimile rely esentations of those signatures;and the signature and seal of any notary,and the seal of(lie Company,may be facsimile representations of those signatures and seals,mad such Facsimile representations shall have the same force and effect as if manually affixed. The facsimile representations referred to herein may be affixed by stamping,printing, typing, or photocopying." CERTIFICATE I,the❑mbssigned,Assistant Secretary of Insurance Company of the West,The Explorer Insurance Compary,and Independence Casualty and Surety Company,do hereby certify that the foregoing Power of Attorney is in full force and effect,and has not been revoked,and that the above resohmons were duly adopted by the respective Boards oMbeetors of the Companies,and are now in full force. �t l IN WITNESS WIIEREOF,I have set my hand this �5�1_h day of-ga iCA John H.Craig,Assistant Secretary - To verify the authenticity of this Power of Attorney you may call 1-800-877-1 Ill and ask for the Surety Division Please refer to the Power of Attorney Number, the above named individuals)and details of the bond to which the power is attached. For information or filing claims,please contact Smety Claws,ICW Camp, 11455 El Camino Real,San Diego,CA 92130-2045 or call(858)350-2400, ICW GROUP INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 11455 El Camino Real San Diego,Ca 92130-2045 BOND M 212 58 17 TERRORISM COVERAGE DISCLOSURE The Terrorism Risk Insurance Act of 2002 (the "Act') establishes a program under which the Federal Government will share in the payment of covered losses caused by certain acts of international terrorism. We are providing you with this notice to inform you of the key features of the Act, and to let you know what effect, if any, the Act will have on the premium. Under the Act, insurers are required to provide coverage for certain losses caused by international acts of terrorism as defined in the Act. The Act further provides that the Federal Government will pay a share of such losses. Specifically, the Federal Government will pay 90% of the amount of covered losses caused by certain acts of terrorism that is in excess of the statutorily established deductible for that year. The Act also caps the amount of terrorism-related losses for which the Federal Government or an insurer can be responsible at $100,000,000,000.00, provided that the insurer has met its deductible. Please note that passage of the Act does not result in any change in coverage under the attached policy or bond (or the policy or bond being quoted). Please also note that no separate additional premium charge has been made for the terrorism coverage required by the Act. The premium charge that is allocable to such coverage is inseparable from and imbedded in the overall premium. MULTIPLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number 212 58 17 with INSURANCE COMPANY OF THE WEST as Surety, COVE ELECTRIC, INC. asPrinelpal,and CITY OF PALM SPRINGS as Obligee, for valuable consideration, hereby agree respectively in connection with a contractfor ELECTRICAL FOR PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II — PROJECT # 02-27-24 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 subjectto the condition that no Obligee shall have any right or action greaterthan those of any other obligee and shall be subjectto 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 maybe made by its check Issued to the Obligees jointly. Neitherthe 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 6TH day of APRIL 2004 PRINCIPAL: COVE ELECTRIC, INC. 3URETY: NSURANCE COMPANY OF THE WEST Check One: _individual;—partnership;—corporation (Corporations require two signatures: one from each of the By following groups: A. Chairman of Board,President or any Vice - President;and B:Secretary, Asst.Secretary,Treasurer,or Chief Title POWER OF ATTORNEY Financial Officer) By Signature(NOTARIZED) (SEAL&NOTARIAL ACIWOWLEDGMENT OF SURETY) PRINT NAME AND TITLE By Signature(NOTARIZED) PRINT NAME AND TITLE: No.0001379 ICW GROUP Power of Attorney Insurance Company of the West The Explorer Insurance Company Independence Casualty and Surety Company KNOW ALL MEN BY THESE PRESENTS: That Insurance Company of the West,a Corporation duly organized under the laws of the State of California,The Explorer Insurance Company,a Corporation duly organized under the laws of the State of Arizona,and Independence Casualty and Surety Company,a Corporation duly organized wider the laws of the State of Texas,(collectively referred to as the"Companies"),do hereby appoint JOSEPH GARCIA,ANTHONY GARCIA AND ANNA SIERRA their true and lawful Attomey(s)-in-Fact with authority to date,execute,sign,seal,and deliver on behalf of the Companies,fidelity and surety bonds,undertakings, and other similar contracts of suretyship,and any related documents IN WITNESS WHEREOF,the Companies have caused these presents to be executed by its duly authorized officers this 16th day of January,2001 to ce-')v INSURANCE COMPANY OF THE WEST THE EXPLORER INSURANCE COMPANY INDEPENDENCE CASUALTY AND SURETY COMPANY 'boy, *etr John H. Craig,Assistant Secretary John L.Hanmmm,Executive Vice President State of California County of San Diego SS. On January 16,2001,before me,Noma Porter,Notary Public,personally appeared John L Hamm and John H.Craig,personally known to me to be the persons whose names are subscribed to the within instrument,and acknowledged to me that they executed the same in their authorized capacities,and that by their signatures on the instrument,die entity upon behalf of which the persons noted,executed the instrument. Witness my hand and official seal. No PORTER U COMM.I/12576A0 pp NUl"AUY PUaL@-257540 AN Up c SAIJ DI[GO COUNTY My Coninnssiun Expires MARCH 19,200a { Norma Porter,Notary Public RESOLUTIONS This Power of Attorney is granted and is signed,sealed and notarized with facsimile signatures and seals under authority of die following resolutions adopted by tine respective Boards of Directors of each of the Companies: "RESOLVED: That the President, an Executive or Senior Vine President of the Company,together with the Secretary or any Assistant Secretary,are hereby authorized to execute Powers of Attorney appointing the person(s)named as Attomey(s)-m-Fact to date,execute,sign, seal,and deliver on behalf of the Company,fidelity and surety bonds,undertakings,and other similar contracts of suretyship,and any related documents. RESOLVED FURTHER: Thai the signatures of the officers making the appointment,and the signature of any officer certifying the validity and current status of the appointment,may be facsimile representations of those signatures;and the signature and seal of any notary,and the seal of the Company,may be facsimile representations of those signatures and seals,and such facsimile representations shall have the same force and effect as if manually affixed The facsimile representations referred to herein may be affixed by stamping,printing,typing, or photocopying" CERTIFICATE I,the undersigned,Assistant Secretary of Insurance Company of die West,The Explorer Insurance Company,and Independence Casualty and Surely Company,do hereby certify that the foregoing Power of Attorney is in fill force and effect,and has not been revoked,and that the alcove resolutions were duly adopted by the respective Boards of Directors of the Companies,and are now in full force. IN WITNESS WHEREOF,I have set my hand this 6th day of APRIL 2004 l9411-6 John H.Craig,Assistant Secretary To verify the authenticity of this Power of Attorney you may call 1-800-877-1111 and ask for the Surety Division. Please refer to the Power of Attorney Number, the above named individual(s)and details of die bond to which the power is attached. For information or filing claims,please contact Surety Claims,ICW Group, 11455 El Cammo Real,San Diego,CA 92130-2045 or call(858)350-2400. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - . Ih) State of California ss. r'Zi County of Riverside ', On April 6, 2004 before me, J. Karol Egan, Notary Public , > Date Name andTllle of Officer(e g,"Jane Doer Notery Publid) personally appeared Joseoh A Garcia rJl �t> ' Name(s)of Signana( I< xxl personally known to me 1 1�1 ❑ proved to me on the basis of satisfactory -�' evidence If )I l6° to be the person( whose name(A Is/XX "�- ;> ((> "." KAROLE subscribed to the within instrument and �� :� evsaorrHe J. AROL GAN Comm. #1362642 Z acknowledged to me that he/"XX� cexecuted Dill Notary PubIIC-California a,. d he same in hfsker@daept authorized Riverside County 16S 'Z My Commis Sion Ex Expires capacity(ie�, and that by his/heaflkao- )I June 28th, 2006 �' signaturi on the Instrument the person(, or j( a nuennn nrrnrrmm�uurnnonnr: > the entity upon behalf of which the person(x)>71 acted, executed the instrument. Idn � o Gi h% WITN SS my hand and official seal. ro p 1: �� 11 �d Sidior,I ryPubllc CFF t.J I ri OPTIONAL "ll Though the Information below Is not required by law,it may prove valuable to persons relying on the document and could prevent I; If fraudulent removal and reattachment of this form to another document ,)I i_> Description of Attached Document >I 'G r�l Title or Type of Document: Multiple Obligee Rider To Performance Bond j Document Date: April 6 , 2004 Number of Pages:2 Pages ;I (Excluding Loose Certificate) I ; Signer(s) Other Than Named Above: 0! IS Z)I Capacity(ies) Claimed by Signer )I 0 bI Signer's Name: _ >> It ❑ Individual Top of thumb here ❑ Corporate Officer—Tltle(s): r>> If; ❑ Partner—❑ Limited ❑General )>I If ❑ Attorney-in-Fact (� ElTrustee jl ❑ Guardian or Conservator 'lj It, ❑ Other: etc Signer Is Representing: �I c, 01999 National Notary Association-9350 pe Soto Ave,PO Has 2402•Chatswodh,CA 913132402•wwwnomnalaota,end J vPaid No 5907 yReacer Call Tml Free 1-800-876 Her • TRADE BID TRADE BID PACKAGE# 24 TRADE DESCRIPTION Electrical 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 limrtavon 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 M,6"� 2 ) Q CK* Number L1.- Date �(G'L,�{ �Jf 12,F7:J�11 Number J Date Mfg(—Ph� �f 2�c7`I • Number 24 Date �" to, '2,,C10+ ljo. 2-2) 2-Fr2, 2^-12 n:,u I r i o-t Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site,the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress or performance of the Work and has made such independent investigations as Bidder deems necessary. In conformance with current statutory requirements of California Labor Code Section 1860, et seq.,the undersigned confirm the Following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid schedulee), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Date: ..� _."r�i•-� 'i._�G�� Bidder. t/_.��-r;i �:' �' �%E�+�•v�-.�_r_ 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 ND.: 24 TRADE BID PACKAGE DESCRIPTION: Electrical TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - s� . 5dl . oeo. ©o Pnce I figures OL (^ MIL.Uop'. flyr' 4011 6cnJt? L:�-LJL—�Qu tiJ Price in wards Price in wortls • BIDDER: r BY: C i ••I ��,.,i /d Signatu a —J TITLE: ,1_ta^1C DATE: ---- City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS As required under Section 4100, at. 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. IF1P-6 A-L_Xg-M C'10 b l;?I1i3 I baiA cc-i l c,�+ 2_64 f 2. 3. • 4. 5. 6. 7. 8. • City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California I ss. County of 'Jcl ) I, i;7/ZrZC/. LJ itS being first duly sworn, deposes and says that he or she s_/l�S<` <// of =Lp ,n 'c- 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. • � 7 BIDDER (2 "s2 Q��2Gr, BY Z� -'_O, J ' ) TITLE &2('J',- ORGANIZATION ADDRESS SUBSCRIBED AND SWORN TO BEFORE ME THIS /L DAY OF Iy OLKC'I d00Ll L.6TEWART CanmNrlon k 1422539 NOTARY PUBLI IN AND FOR C i •r�kl�CanN COUNTY AND STATE I17 MYCOIM. JAM6i MY COMMISSION EXPIRES: • City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 i BID BOND KNOW ALL MEN BY THESE PRESENTS, That COVE ELECTRIC, INC. as Principal, and as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called th "City" in the sum of (state In words and figures) TEN PERCENT OF THE TOTAL AMOUNT S 10% (Tm wrtmt noY l of total amomrt of vrorosap for the payment of which sum, well and truly to be made, we bind ourselves our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these Presents. WHEREAS, said Principal has submitted a bid to said City to perform the W rk required under the bidding schedule of the City's Contract Documents entitled: PALM SPRINGS CONVENTION CENTER EXPANSION PHAS= If City Projcct No, 02-27 NOW THEREFORE. If said Principal it awarded a contract by said City, and, wit iin the time and in the manner required in the "Notice-Inviting Bids" and the "Instructions to Bidders enters intoa written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Pa Iment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effe t. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the cour{. SIGNED AND SEALED, this 15TH day of MARCH 2004 COVE ELECTRIC,`IN (SEAL) BY: (SEAL) LARRY BOSKOV KY (SEAL) 11 (Principal) INSURANCE 0 7PANY OF THE WE'T ISEAL) (Surety) By. __ G 70 EPH �A�u rel ATTO EY IN FACT SEAL AND NOTARIAL By; I ACKNOWLEDGMENT OF SURETY qr rural JEANNIE L.SIEWART Commission#1422539 Malay Public-California mvaaide County fi Calim.Eom Jut•.20D BID BOND City of Palm Springs EID TRADE FORMS - 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of California ss. County of Riverside On 3/15/04 beforeme,J- Karol Egan, Notary Public Date Name and Tile of Off ten(°g,'Vane Doe,Notary Pobhc) personally appeared Joseph A. Garcia Nama(a)of Signer(s) XXpersonally known to me ❑ proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/am subscribed to the within instrument and acknowledged to me that he/➢tNi!Itc texecuted the same in his/bM0t3[ht authorized -Illlulu llln nulllulllnullllltu lln; H ���"�8 J. KAROL EGAN capacity(iM, and that by his/MArhtv€IK a' S Comm. #1362i542 Z signatureN on the instrument the personX, or s g Notgry Publle-California(D the entity upon behalf of which the person(g) di , , R(verside Counfy ,7., ° t� MYCommisslon Explres� acted, executed the instrument. ""F0A" June 28th, 2006 :11111111111111111111II Illt III IIt1111111111� WIT SS my and and official seal. BlgnaWre of Nr Ptrbk 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: Bid Bond — Cove Electric Document Date: 3/15/04 Number of Pages: 1 Exc ludi Loose Certificate Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name. ❑ Individual Top of Iht,mb here ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited [I General ❑ Attorney-in-Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: N1999Natmnal Notary As5olation•9350De Solo Avo,POBox2402.Ohafswodh,CA913132402-.1.11onalnotaryorg Prod No.5907 Reorder Dall Toll-Roe 1-800676-6827 BIDDER'S GENERAL INFORMATION PRE-QUALIFICATION OF TRADE CONTRACTORS: All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre- qualified to submit bids for the project. Trade contractors must be pre-qualified for each trade bid for which they wish to submit a bid. The completed pre-qualification questionnaires must be received at least five days prior to the date of bid 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. Cove Electric, Inc. C-10 #397002 77-824 Wildcat Drive Palm Desert, CA 92211 Phone: 760-360-0036 Fax: 760-360-7895 BIDDERS GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 7 CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NO. 2.27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTOR Trade Bid #24 Electrical ADDENDUM NO. 3-24 THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE PLANS AND SPECIFICATIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED DRAWINGS AND SPECIFICATIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. A. For clarification telephone/data cabling will be provided by Owner. Equipment racks, conduits, boxes and pullstrings will be provided by Trade Bid #24, Electrical. B. For clarification there are no new audio visual devices or cabling to be provided by the Trade Bid #24, Electrical. All existing audio visual devices and cabling within the demolition or relocation areas shall be relocated to the remaining walls and/or ceilings by Trade Bid #24, Electrical. C. For clarification security cabling, excluding door monitors, will be provided by the Owner. Conduits, boxes and pullstrings will be provided by Trade Bid #24, Electrical. D. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID FORM ON TRADE BID FORM 2. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: March 10, 2004 1of1 Palm Springs Convention Center Expansion Phase II City Project 02-27 List of Applicable Documents For Trade Bid: #4 Electrical Awarded to: Cove Electric, Inc. Bid Package 1, with drawings Addendum No. 1, with drawings Addendum No. 2 O Addendum No. 2-2, -10, -12 Addendum No. 3, with drawings O Addendum No. 3-3 O Addendum No. 3-7 O Addendum No. 3-10 O Addendum No. 3-12 O Addendum No. 3-13 O Addendum No. 3-17 O Addendum No. 3-24 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 SCOPE OR WORK PROVISIONS 24- ELECTRICAL A. Scope of Work shall include, but not be limited to,the following Contract Documents: 1. All conditions as set forth in the City's Bid Package 24 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. 4. Turner Logistics Additional Provisions/Scope of Work, dated February 6, 2004. These scopes of work, include 16210, Switchboards and Panel Boards, 16220 Transformers, 16290 Transient Voltage Surge Suppression, 16455 Lighting Fixtures, 16485 Architectural Lighting Controls, 16620 Diesel Generator Sets and 16650 Transfer Switches which will be pre-purchased by the Owner j and installed by this Trade Contractor. B. Additional Instructions 1. The Contract Documents do not necessarily indicate or describe all Work required for the full performance of the Electrical 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. 1 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 3. Trade Contractor acknowledges that they will be working in an existing, fully functional Convention Center facility, and the work may include working within public right-of ways. As such, Trade Contractor will allow for the Owner's needs for security, delivery and cleanliness and will perform the Trade Contractor's Work without disruption of the facility or its systems and operations. The level of quality, detail, coordination, scheduling, phasing, sequencing, construction activities and aesthetics is expected to exceed normal industry standards. 4. Trade Contractor fully understands that the existing Convention Center will remain open for business and will be fully operational. This Contractor further acknowledges that occasionally the progress of the work will be impeded as a result of operating the existing facility. Any demobilization, remobilization, or any other associated costs related to this type of delay is not reimbursable. 5. Contractor to provide all drinking water containers, ice, cups, trash receptacles, etc. as necessary for Contractor's employees. 6. Trade Contactor acknowledges that Turner is the Construction Manager and as such has no field forces or material handling capability to assist Trade Contractor. 7. On the basis of the above and further examinations, investigations and studies which the Trade Contractor has made in connection with the Work, Trade Contractor represents and agrees that the Contract Documents and Exhibits are accurate to the best of the Trade Contractor's knowledge and that the Work can be performed in strict accordance with the terms of their Agreement with the City. C. Scope Of Work General Scope: 1. Provide all Electrical 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, 02317, 03300, 07840, 07900, 08305, 0710, 08001, 08330, 08720, 09001, 09002, 09900, 11160, 11400, 15170, 15172, 15540, 15545, 15548, 15550, 15575, 15686, 15687, 15710, 15855, 15870, 15950, 15999, 16001, 16010, 16020, 1605b, 16060, 16080, 16100, 16110 16120, 16135, 16140, 16190,16195, 16200, 16210, 16220, 16260, 16285, 16290, 16350, 16455, 16470, 16485, 16510, 16530, 16533, 16620, 16650 and 16700 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. 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 It ELECTRICAL February 6, 2004 7. Provide the complete, fully functional, code complying Electrical work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Provide the complete Selective Demolition of the Electrical work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. Selective Demolition must be coordinated with the Selective Demolition Trade Contractor and other Trade Contractors to ensure the areas before, during and after demolition are safe for work to continue. Coordinate all Area, Utility, Service and Equipment shutdowns with Turner, and other Trade Contractors. 9. Trade Contractor shall be responsible for providing Protection of adjacent surfaces. Sanitary protection of all loads or items being transported through or around the Existing Building of the Convention Center Facility. 10. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 11. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 12. Food & beverages will be allowed in designated areas only. The designated area will be located outside of existing and new building areas, and may be located offsite. Designated areas will be determined by Turner Construction Company. 13. A City Business License must be obtained within 10 business days after the start of the project. 14. Move-ins: As required to meet the schedule and performance of the Electrical portion of work. 15. The Working hours for the project will be 7:00 a m. — 3:30 p.m. daily. All off-hour work, deliveries must be scheduled through the Construction Manager. 16. Provide, install and coordinate all hoisting, rigging, scaffolding, fall protection and,temporary bracing necessary for the safe execution of your Work required by OSHA and the City's Safety Program, which ever is most stringent will apply. 17. Work to be performed in areas: All Work areas shown or on Contract Documents. 18. Trade Contractor is responsible for performing an existing damage survey in areas of Trade Contractors Work in existing areas within five (5) days prior to beginning work. In addition, submit a video tape of existing facility with 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 to be used during demolition and construction; including, but not limited to, all areas of demolition and construction within or around the public areas, mechanical, plumbing and electrical rooms, mechanical, plumbing and electrical equipment and utilities, back of house, offices, stairways, storage, closets, lobbies, exhibit hall, service areas, corridors, exteriors, roofs, ceilings, site, offsites, ramps, docks, etc. 19. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 20. Delivery of materials and equipment shall be scheduled and coordinated with Turner. 21. Provide layout/verification as required for the work unless noted otherwise. Reference lines and grades only will be provided City's surveying. Provide any required grade/elevation surveys. 22. All excavations shall be shored and braced as required. Loadings from existing structures and utilities and services shall be accounted in the shoring and bracing requirements. Engineered plans for shoring and bracing shall be provided if required. Provide required 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 access/egress/ventilation into all trenches, excavations or confined spaces for all workers and governing agency inspections. 23. All required utility and systems shut-downs, or all area closures are to be scheduled and coordinated in advance with all agencies having jurisdiction of the work, including, but not limited to, the City, Building Department, Engineering, Public Works, Fire Department, Verizon, SCE, Gas Company, DWA, Fire Alarm Monitoring, Building Management Systems, Security and other agencies having jurisdiction, and with the Convention Center through Turner. Perform shut- downs and closures related work on off-hours, or approved schedule time frame as not to disruption of the facility or its systems and operations, as required. Provide 72 hour notification for any scheduled shut down. 24. Storage space on site is extremely limited. Use, placement and size of Trade Contractor jobsite office trailers and storage bins shall be reviewed and approved by Turner, and may not be allowed. Storage area will be located at the 5 Acre East Lot located at the Southeast corner of Aveinda Caballeros and Amado Road, as noted in the Proposed Site Logistics plan, dated February 6, 2004. Limited Office Trailer space is available to the Trades that are required to provide onsite jobsite offices as noted in the Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004. 25. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 26. Provide on-site dust control and clean-up of soil, including the adjacent sites and streets, during the execution of the work. The PM-10 and SWPPP plans will be provided and maintain by the Site Demolition and Grading Trade Contractor through the duration of the project. However, coordination, removal and replacement of PM-10 and SWPPP measures to accommodate your work will be this Trade Contractor's responsibility. Coordinate your work, including impacts to the above plans with the Site Demolition and Grading Trade Contractor prior to start of your work. 27. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 28. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 29. Protect in place all new and existing work within the demolition and construction limits, and the existing Convention Center that will be remain, reused, reworked or reconnected, unless otherwise noted. 30. Protect all site structures, including, but not limited to, cleanouts, manholes, Porte Cochere 100 AMP service, inlets, gas meters, transformers, devices, water valves, irrigation meters, water valve cans, vaults, pullboxes, within the demolition limits that remain, reuse, rework, or relocate, unless otherwise noted. 31. References to Fire Alarm Trade Contractor shall mean Electrical Trade Contractor. References to Dimming Trade Contractor shall mean Electrical Trade Contractor. 32. Specifically refer to Cutting and Patching, specification section 01732, and Selective Demolition, and Appendix Demolition Photographs, specification section 01735 for additional demolition, patching, reuse, rework or reconnect work required by your scope of work. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 i' ELECTRICAL February 6, 2004 33. Site shall be enclosed with construction fencing with the boundaries conveyed on the proposed Site Logistics plan, dated February 6, 2004. All temporary removal, relocation and replacement of fencing to perform your work will be this Trade Contractors responsibility. Coordinate removal, relocation and replacement of fencing with Turner 72 hours in advance of commencement of work. Specific Scope: 1. Provide all electrical equipment and fixtures, installation of all OFCI equipment and fixtures, installation of existing equipment, conduit, wiring, electrical demolition, modifications, tie-ins, shut- downs and start up for the complete, fully functional, code complying Electrical scope of work 2. Provide coordination with the Convention Center and other Trades so that there are no impacts of resulting from the Electrical work, including demolition, modifications, rework, new work, tie-ins and shut-downs to the existing facilities, services or operations. Coordinate this work through Turner. 3. Trade Contractor recognizes that this construction is ongoing in an existing, functional facility. The building is structurally and architecturally complete in many areas, with the exception of the new expansions under construction. The equipment under this trade contract must be delivered and installed within this functioning facility with virtually no impact on operations. As such, Trade Contractor has specifically included all necessary rigging to install the equipment furnished under this trade contractor in its proper location without damaging any of the existing structural or architectural finishes, without impact to existing operations. 4. All fire alarm tie-in shutdowns will include notification to the Fire Department and monitoring company and HVAC Trade Contractor. Coordinate this work through Turner. Provide fire watch services as required until systems are restored. 5. Coordinate delivery, inventory, receipt, offloading, installation of all equipment and material, including the OFCI equipment with the Convention Center through Turner as delivery and installation may be routed within occupied areas. Coordinate with the equipment Manufacturer's, including OFCI equipment to ensure that all equipment will fit within its intended location. If disassemble is required Trade Contractor shall coordinate with all Manufacturer's prior to delivery. 6. Coordinate submittals, schedule, deliveries, rigging, storage, protection, and setting of the OFCI electrical equipment, including the Switchboards, panel boards, transformer, transient voltage surge, suppression, light fixtures, architectural lighting controls, diesel generator sets and transfer switches. 7. Provide all labeling, circuit breaker adjustments for equipment, including OFCI and existing to be reused. S. Provide all breaker adjustments, labeling, cleaning, adjusting for all the equipment, including OFCI and reused equipment. Provide all modifications to existing equipment as required by the Contract Documents. This specifically include, but not limited to, modifications to existing MCC's, MS13, panels, generators, transfer switches, dimmers, dimmer panels, AHU #12, pump motors and impellors and light fixtures. 9. Provide all demolition of Electrical, including the fire alarm, security, and AN as shown on Contract Documents. Coordinate demolition of existing HVAC equipment, controls, ductwork and piping and with Selective Demolition, Electrical and Plumbing Trade Contractors. In areas relocate HVAC work as required to establish service so that there are not impacts to the facility, systems or operations. Make safe all work prior to demolition. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 i' ELECTRICAL February 6, 2004 10. Coordinate location of staging and hoisting of new equipment, including the path (including below) of any hoisted material and equipment including crane or helicopter hoisted. Trade Contractor should properly barricade areas and path of hoisting. Obtain all necessary permits and approval of hoisting equipment. 11. Trade Contractor shall notify the Airport of all crane staging and hoisting, 72 hours in advance. This notification shall be scheduled through Turner. 12, Trade Contractor recognizes that existing electrical at all demoed equipment will require removal of conduits and circuitry and re-labeling of panels where equipment is not being reused, replaced or relocated. All relocated equipment power must be intercepted and routed to the new equipment locations. Provide wire replacement where required to meet load requirements. 13. Trade Contractor recognizes that this electrical work (equipment, conduits, wiring) must be performed in accordance with applicable codes as required by the City of Palm Springs and as may be indicated in the City's field inspections. Trade Contractor's responsible to schedule, coordinate and achieve all necessary inspections by the governing agency for all portions of this work. 14. Review food service drawings and shop drawings for coordination and compatibility of this equipment with the electrical system. Provide hook-up of the food service equipment. Trade Contractor will also assist in the scheduling of the delivery of this equipment, so as to minimize any conflicts with other trades and provide for maximum ease of installation and protection of the equipment. 15. Trade Contractor shall furnish Standard Operating Procedures (S.O.P.'s) for installation of this electrical work (including fire alarm and lighting/dimming installation and computer software writing and use in controlling the fire alarm and dimming system) within 30 days of award. These S.O.P.'s shall govern the inspection of all materials, the inspection of all installation activities and verify compliance with the design. 16. Trade Contractor recognizes that the piping lines and duct runs as shown on the drawings are diagrammatic in nature and will not necessarily be the exact flow of these systems. 17. Trade Contractor specifically includes all valve tagging, pipe, duct and equipment identification and labeling which will be applied after finish paint and/or insulation, so as to provide for a complete, labeled and readily identifiable electrical system, as intended by the Contract Documents. This system should be a continuation of the existing tagging and labeling system. 18. Trade Contractor shall prepare complete coordination drawings, illustrating all necessary wall and roof penetrations, roof partitions, and housekeeping pads for the HVAC equipment. Trade Contractor shall layout these openings and housekeeping pads for cutting and for placement of steel by others. 19. Trade Contractor recognizes that the electrical conduits and wiring (raceway) systems are not the only piping or mechanical or electrical systems required. As such, Trade Contractor agrees to fully coordinate and cooperate with the MEP and Drywall Trade Contractors to achieve a complete and fully functional facility with minimum conflicts. To accommodate those goals, Trade Contractor agrees to furnish all of his shop drawings on AutoCAD developed by the HVAC Trade Contractor for coordination with other trades. Additionally, Trade Contractor agrees to deliver"As- Builts" in the following format: one (1) set of sepia's, three (3) sets of bluelines, and three (3) sets of AutoCAD computer disks. 20. Trade Contractor recognizes that he is fully responsible to engineer and install all necessary conduit and equipment hanger and support systems. This may require the addition of supplemental steel by this Trade Contractor to the structure to properly support the electrical equipment and conduit raceway systems. This specifically includes all necessary seismic 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA '• TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 engineering and bracing on the electrical equipment and raceway systems. Where existing hangers are being reuse, additional support, bracing, isolation of may be required. 21. Trade Contractor shall supply and layout, during partition construction, all access panels and pipe sleeves for this work (unless specifically shown on the architectural drawings). These access panels shall be compatible with the partition in which they are intended to be installed. 22. Trade Contractor shall fire caulk and seal all if this Trade's penetrations through fire walls and floor, deck and roof penetrations as required by the City of Palm Springs inspectors, and all applicable codes. 23. Trade Contractor understands that it will be necessary to core drill or provide openings for all roof, wall and ceiling penetrations for access for his pipe and duct through the existing and new structure. Such core drilling and penetrations shall be coordinated with Turner's Superintendent, after approval from the Structural Engineer. 24. Trade Contractor shall furnish and install all necessary power, lighting, fire alarm, security, communication and conduits/raceways as illustrated or intended from the Contract Documents. Trade Contractor is responsible for the installation of all hangers, supplemental steel for hanger attachment, etc., to properly support and brace all electrical work as required by California Title 24 and good construction practices. Trade Contractor shall construct all electrical in accordance with the applicable codes and standards for the electrical work. This shall include the installation of fire safing (in all rated location), regardless of whether shown on the Contract Documents or not), access doors, flexible connections at expansion joints, flexible connections to lights and devices and all other accessories where necessary. F 25. Trade Contractor shall furnish power and completely hook-up all electrical work, including but not limited, to, emergency generators and related components, MCC, MS, MSB, transformers, panels, security panels, site light poles, lighting controllers, landscape lights, pedestrian lights, light fixtures, dimmers, dimming controls, fire alarm panels and devices, lift station controls, irrigation controllers, AHU's, chillers, refrigerant gas detection panels and systems, cooling towers, exhaust fans, VFD's, pumps, line voltage to fire dampers, line voltage to HVAC building control equipment, including step down to 24v, building control front end computers, door magnetic holders, automatic doors, roll-up doors, loading dock equipment, water heaters, heat trace, drinking fountains, floor boxes, outlets, switches, receptacles, food services equipment, systems furniture, as required for a complete fully functional, code complying electrical connection under the electrical scope of work as intended by the Contract Documents. Hook-up will also includes all removal, relocation and replacement of all conduit, existing conduit or finishes that may be required to provide power to the equipment in all new and existing areas. 26. Trade Contractor recognizes that the City of Palm Springs has mandated that no equipment, materials, conduit, etc., extend above the roof parapets. As such, this Trade Contractor agrees to furnish all equipment, materials and install all conduits below these heights. 27. Provide complete grounding of all equipment, systems, and building structures in accordance with the Contract Documents, governing agencies and equipment requirements. 28. This includes the furnishing and installation of all roof curbs and jacks and all proper flashing and roofing. Coordinate with the Roofing Trade Contractor. 29. Provide all trenching, including sawcutting, breaking and removal of existing paving, excavation, shoring, bedding material, backfill, and compaction relative to underground electrical conduit work. Include removal of spoils from the jobsite. 30. Provide connection of all secondary conduits to new service equipment. Coordinate with SCE and the Dry Utilities Trade Contractor. Coordinate installation and scheduling of all SCE conductors and energizing of the new services and equipment 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 31. All deliveries, including salvage if any, should be coordinate through the Turner. 32. Trade Contractor shall assist in the demolition of electrical at the demolition areas. Trade Contractor will re-route Electrical, including fire alarm and dimming in areas of demolition to new tie-in as required to keep system operation where require. All electrical shall be made safe prior to demolition. Coordinate light fixture and power (outlets, receptacles and panels) demolition if light are going to be used for temporary lighting or power. 33. Provide coordination of food service and kitchen equipment for ventilation requirements. Coordinate with the food service and kitchen equipment. 34. Provide concrete encasement work for the underground electrical work where required. 35. Provide all communication racks, conduits, backboards, and pull strings for the communication systems. 36. Provide all conduit, wiring and devices for a complete, code complying and operable fire alarm system. The system is to be in compliance with all applicable codes. Include removal and replacement of existing devices and cabling that are required "voice evacuation' requirements. Verify compatibility and expandability of new fire alarm with that of the base building existing systems. Provide all conduits, including at replaced fixtures, at fire alarm devices, if plenum rated cabling is not acceptable. 37. Provide all line voltage including conduit, wire, interconnections, terminations, and disconnects for all equipment and control panels. 38. Provide conduit, wiring, and electrical terminations for all Mechanical, Plumbing and Fire Protection equipment as specified. 39. Provide installation and/or relocation of all panels, switchboards, and motor control centers as specified. 40. Provide all plywood backboards, bracing, supports, and brackets as required. 41. Provide all electrical terminations to all sprinkler and standpipe flow and tamper switches, including relocate site devices and new service risers. 42. Provide all light fixtures, which are not provided by the Owner, including reuse of light poles, site lighting, landscape lighting and pedestrian lighting. All new, relocated and existing light fixtures within the scope of work shall include slack wires for seismic restraint. 43. Provide all wiring for electric door hardware as required. 44. Include cost of labor to receive and distribute materials furnished by others for installation by this Trade Contractor. 45. Provide expansion and seismic joints for electrical work as shown or required. 46. Provide backing and any additional structural support required for installation of any wall mounted electrical equipment. 47. Provide sheet metal closures, blockouts, flashing, counter flashing, etc. for roof, floor, and wall penetrations as required for your own work. Review and coordinate details to suit roofing and waterproofing systems where required. 48. Furnish all anchor bolts, concrete embed, including device boxes, or other items required for the installation of electrical equipment to the Concrete, Masonry or Drywall Trade Contractors in order to accommodate concrete pour schedule. Include all seismic, sound, and vibration isolation work. 49. Provide all fasteners, brackets, supports, hangers, connectors, and appurtenances required for a complete installation of all systems. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 50. Provide grouting at electrical equipment base plates. 51. Provide all cutting, drilling, patching, and repair as required for installation of the Work. 52. Provide all required hangers to route overhead work as necessary to avoid interference with the other trades and with existing job conditions. 53. Provide all floor,wall, beams, and girder sleeves required for the Work. 54. Provide all required permits and inspections for the Work. Coordinate inspections with Construction Manager. 55. Provide approved fire stop material and safing at all penetrations through rated walls and slabs required by your work to meet all code requirements. Include sealants, caulking, backer rods, fire and smoke seals, etc. 56. Furnish all access doors as required per code or for inspection and accessibility to the appropriate Trade Contractor for installation. Include cost for delivery, distribution and layout. 57. Provide any necessary "out of sequence work" required for proper coordination and installation of all associated work. 58. Provide all conduit, wires, j-boxes, terminations, fixtures and appurtenances for a complete site electrical system. 59. Coordinate the electrical work with other Trades for proper fit and execution. 60. Coordinate all electrical work with the architectural and structural elements of the building. 61. Provide complete shop drawings, templates and product data submittals for all systems included in the Work, as specified for approval by the Architect and State and local Fire Marshal. 62. Maintain a current set of as-builts for all electrical work. Submit monthly "as-built" updates for review prior to monthly payment applications. 63. Submit operation and maintenance manuals two (2) month prior to acceptance of the Work. Trade Contractor agrees progress payment will be held if the submission of the operation manuals is late. As-builts and warranties must be submitted (15) days after completion of Work. 64. Provide all systems' acceptance testing. 65. Trade Contractor will attend coordination meetings with other Trade Contractors. 66. Trade Contractor should expect out-of-sequence work at the discretion of the Construction Manager. 67. Provide daily clean-up and removal of all debris created by your work. 68. Provide all medium voltage splices and terminations as required regardless if shown on drawings. 69. Make safe all demolished electrical work around the site. Coordinate this work with all other site Trade Contractors 70. Provide and maintain the following temporary service for the project as indicated in the Contract Documents, Exhibit"F" dated February 6, 2004. : 71. The temporary electrical work shall conform to all Federal, State, and Municipal requirements and must comply with the National Electrical Code and CAL-OSHA standards. This Trade Contractor shall obtain and pay for any required permits and inspections. 72. The temporary electrical work shall be installed so as not to interfere with permanent construction. 73. All temporary facilities are to be maintained and kept in good operating condition. 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 74, Include any premium time required when transferring from temporary power to permanent power. 75. Provide dissemble and remove from the property all temporary electrical wiring and equipment when it is no longer required. 76. The temporary power installation shall be protected against weather damage and normal operations of other trades. 77. Provide lighting of not less than one-foot candle per square foot or as required by CAL-OSHA on each floor. Task lighting will be by the respective Trades. 78. The lighting shall be installed, relocated readjusted, and maintained to meet specific job conditions. 79_ Coordinate all Electrical finish layouts with the Architect and Interior Design Consultants. 80. Coordinate the final electrical design and installation with the current drawings with all RFI responses, including final Mechanical, Plumbing, Electrical, Architectural, Structural, Interior and Kitchen Drawings prior to installation of the Work. 81. Provide all electrical work at millwork display lighting, including conduit and decorative light fixtures. Coordinate the installation of electrical work in millwork with the millwork subcontractor for the proper concealment of conduit, boxes and light fixtures. 82. Provide all excavation, shoring, backfill, compaction, barricades, concrete, etc. as required for the underground Electrical Work as it applies. 83. Provide coordination of electrical and telephone underground work with Dry Utilities Trade contractor. Provide connection of underground electrical and telephone outside of building as required. 84. Coordinate telephone service relocation within the building. Service is being relocated outside of building by Dry Utility Trade Contractor. Coordinate with Verizon. 85. Provide conduit, wire, excavation, and backfill to connect the tamper switch at the fire protection Post Indicator Valves. Include an exterior audible alarm as required by code. 86. Provide anchor bolts and templates for any electrical equipment or devices that requires embedment, including all support framing and attachments for the work, including seismic restraints. 87. Provide conduits, boxes and cabling for telephone/data system. Relocate and rework telephone/data systems in demolition areas so there are no impacts to facility, systems and operations. 88. Provide all conduits, boxes and cabling for Audio Visual Systems as required. Relocate and rework audio visual systems in demolition areas so there are no impacts to facility, systems and operations. 89. Provide all new door monitors, boxes, conduits and cabling. Conduits and cabling shall be labeled and run back to panel at Security room. Provide all wall demolition and prep work to install new devices. Relocate and rework door monitoring systems in demolition areas so there are no impacts to facility, systems and operations. At existing door locations located in public areas conduits shall be concealed. 90. Cap door monitor devices all existing doors that are demoed. Relocate all door monitors where doors are relocated or new doors are provided. 91. Provide all new video camera security boxes, conduits and pullstrings. Conduits shall be labeled and run back to panel location in Security room. Provide all wall demolition and prep work to 10 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 install new devices. Relocate and rework door monitoring systems in demolition areas so there are no impacts to facility, systems and operations. At existing door locations located in public areas conduits shall be concealed. Provide installation of camera back-boxes and hanger hardware. 92. Provide power and interface to all mechanical equipment (HVAC, plumbing, & fire protection), including disconnects as required. Include starters as required. Include installation and hook-up all starters. 93. Provide all access panels of the proper size, type and rating required for the Work. Installation shall be by the drywall subcontractor. Subcontractor shall be responsible for providing the drywall subcontractor with a count and location of the access panels prior to installation. 94. Provide and set sleeves for passage of conduit through masonry, floors, walls, or roofs as required. 95. Provide concrete encasement of underground conduit as required by code. 96. Provide all bracing and support for electrical devices and fixtures as required by code. Provide engineered supports and bracing as required for any oversized fixtures. 97, Provide conduit only and pull string for temperature controls. 98. Provide all fire/life safety as required by code. 99. Provide power to the site sewer lift station. Coordinate demolition and sequencing of lift station to be demolished. 100. Provide all necessary backing and intermediate supports for light fixtures and conduit at the pre- engineered building. 101. Seal all roof and wall penetrations of the roof structure at the new loading dock electrical room housing MS1 & MS2. 102. Safe-off at loading dock equipment and install power to new loading equipment. Install all push bottoms, and control panel back boxes. 103. Disconnect(E)food prep kitchen equipment at east main lobby pre-function food service area. Main existing panel at this are for temporary power. Demo after temporary power is decommissioned. 104. Provide removal of existing parking lot light pole and light bollards and landscape fixtures, including removal of concrete bases. Coordinate electrical make safe and salvage of the fixture specified to be reused with the Electrical Trade Contractor. All conduit and wiring shall be removed to the panels. 105. Provide electrical re-establishment of site lighting of southeast parking for temp pedestrian lighting from Aveinda Caballeros and Andreas Road to the Southeast corner of the Building. East trellis lighting along the Springs Lobby Corridor shall remain functional. Rework as required during demolition 106. Provide electrical and low voltage terminations of flow and tampers at relocated PIV and detector check located at Amado Road. 107. Provide protection of existing 100 AMP electrical service at porte cochere planter to be used for temporary power. 108. Provide removal of existing diesel and natural gas emergency generators and re-installation of the emergency generators at the new location for temporary use until the new emergency diesel generators arrives and is installed. Upon arrival of new diesel emergency generator remove the 11 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 old diesel generator. Work and switch over shall be done so not to interrupt existing facility or operations. Reference Electrical Drawings, ED0.0.11, EP0.0.01, EP0.0.02 and EP2.1.04. 109. Provide all oil fuel for start-up, testing and training of OFCI emergency generators, including relocated existing generators. 110. Provide all coolant for radiator as required for start-up, testing and training of OFCI emergency generators including relocated existing generators. 111. Include installation of all exhaust work, supports and isolation for new and relocated emergency generators. 112. Provide all wiring between ATS and generators and rework. 113. Provide all new and rework associated with the Oneline Diagram revisions as intended on Electrical Drawings EP0.0.01 and EP0.0.02. 114. Provide mafe safe, re-location and demolition of electrical as required at the existing chiller mechanical room and the area of the new BOH Circulation#408 cause by demolition and reconstruction of these areas. 115. Provide all new floor boxes, covers, trims, framing, fittings, slops, sealants, receptacles, and low voltage work. Provide complete floor box shop drawing along with device layout. Include receptacle configurations for PSCC and Engineer's approval. Provide grounding of boxes. Coordinate floor box installation with finish floor systems. 116. Trade Contractor acknowledges that Switchboards and panelboards will be expedited and require setting of cans and enclosures. Separate shipment and assembly of integral parts and breakers will be required. 117. Provide a complete short circuit study and a coordination study as required. 118. Provide all transfer lugs and bushings within equipment as required. 119. Trade Contractor acknowledges that OFCI light fixtures will be expedited and require setting of cans. Separate shipment and assembly of integral parts and breakers will be required. 120. Provide all new lights L1, L2, L3 & L4. 121. Provide demolition of lights and related circuitry at soffit along 34 between U.7 and W.3. 122. Cap all low and above door exit signs with the areas to be demolished or where doors have been relocated, abandoned or demolished. Provide new exit lighting at all relocated doors. This work specifically includes, but not limited to East Main Pre-function Lobby storefront doors, Hallway#2 storefront along MA, Oasis#4 along H.9, Oasis#5 along gridlines 34 and H.9 and Oasis#1 and #2 along exit doors between gridlines W.3 and Z.5 at gridline 26 and 34. 123. Provide relamping and spares of all OFCI, and existing fixtures in the areas reconstruction. Include attic stock lamps as required. 12 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 124. Re-label existing panels and equipment to be reused. Label all OFCI equipment. 125. Coordinate 'leave-outs' for access of the electrical equipment with structural, exterior wall and roofing trades. 126. Provide acoustical sealants at penetrations through new and existing folding panel partition sound "baffle"walls. Coordinate with Drywall Trade Contractor. 127. Remove fireproofing where required for new work. However, areas shall be coordinate with the drywall/fireproofing and a list of areas provided where fireproofing was removed. 128. Remove drywall where required for new work. However, areas shall be coordinate with the drywall/EFTS and a list of areas provided where drywall or EFIS was removed. 129. Provide storage buildings for Turner logistic supplied equipment. Install all back boxes, can, and enclosure during the framing operations as required to progress the work. . 130. Specifically include electrical relamping with spares for all OFCI. 131. Provide storage buildings for OFCI equipment. 132. Specifically include labor warranty for all OFCI. 133. Demo light fixtures at existing loading dock. This work shall be phase so that remaining temporary east loading dock will be sufficiently illuminated for PSCC operations. 134. Provide electrical modifications to AHU-12 equipment and controls, as required. 135. Provide electrical make-safe of the existing pumps requiring motor and impellor modifications at existing mezzanine mechanical room. Re-install electrical after pump repairs have been made. Coordinate with HVAC trade contractor. 136. Provide coordination of the light fixture installation at the wood and specialty ceilings with the Specialty Ceiling Trade Contractor. 137. Provide down lights locations at Registration to be located between wood ceiling planks. 138. Coordinate light fixture installation at the new Exhibit Hall expansion as light layout to match layout of existing exhibit hall. 139. Provide coordination of the light fixture installation at the wood and specialty ceilings with the Specialty Ceiling Trade Contractor. 140. Electrical to provide roof supports for all roof or floor supported piping. 141. Provide rework on conduit and fire alarm service to flows and tampers at demolished areas and relocated detector checks and fire risers as required. 142. Provide new code complying new fire alarm devices within the existing areas. 13 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 j ELECTRICAL February 6, 2004 143. Remove power at existing EWC at gridline 32 between W.3 and W.9. Relocate power for relocated EWC. 144. Use existing Porte Cochere 100 amp service for temporary construction power. Relocate to new north wall of new Exhibit hall expansion after temporary construction power is decommissioned. 145. Use existing 200 amp services at west face of existing Exhibit Hall along H.9 line for temporary construction power. Relocate to above finish ceiling for future access by PSCC after temporary construction power is decommissioned. 146. Use existing 20 and 30 amps services at Z.5 to ceiling for temporary construction power. Relocate to above finish ceiling as wall at this location will be demolished and for future access by PSCC after temporary construction power is decommissioned. 147. Reuse existing lighting for temporary lighting where required. 148. Cap exit devices at demoed doors. Provide new exit devices at new openings. 149. Provide all site lighting electrical and new fixtures. Reuse existing site poles where specified. 150. Coordinate all panel locations for recessed openings and backing with Drywall Trade Contractor. 151. Coordinate all equipment pad locations with Concrete Trade Contractor. 152. Provide power and hook-up to automatic doors and roll-up doors. Install all back boxes and pushbutton devices. 153. Provide back boxes for magnetic door holders. 154. Provide roof and deck equipment pad and floor penetration drawing. 155. Provide all coring of wall and floor penetrations. 156. Provide fire putty at all electrical boxes located in rated walls. 157. Provide demolition of lighting at demolished ceiling between U.7 and W.3 and between 32. 1 and 32.5. Reinstall for new ceiling at this area. 158. Provide sleeves for all piping running through foundations and footings. 159. Provide a Project Superintendent to oversee the Electrical scope of work, as well as the subcontracted scope of work, and a fully qualified field foreman or foremen. All subcontracted work must provide a fully qualified superintendent or field foremen. 160. Provide electrical utility safing prior to demolition with the Contract Documents. separate move-in. 161. Trade Contractor recognizes that a portion (L.8 to N.9) of the east portion of the existing loading dock shall remain in use until the new loading dock is constructed by others. This area will be demolished after the new loading dock is complete and useable. Therefore the construction of the new loading dock is crucial to the schedule, and as such, the new corridor#408, between the existing loading dock and the new loading dock, must be constructed immediately. The Electrical Trade Contractor shall be responsible for all work, relocation of the electrical MCC and 14 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 P ELECTRICAL February 6, 2004 emergency generators. This work shall include relocation of all MEP in and affected by the area of demolition and new construction of the new corridor #408. This, specifically includes, the relocation of the emergency light switches and light fixture within the demolition area, and all electrical located on demolished walls, ceilings or floors, or in the way of new construction of this corridor, shall be relocated without interruption to the facility. This work specifically includes relocation of light switches located on demolished walls to provide re-service to mechanical/ new electrical and mechanical mezzanine rooms. 162. Electrical scope of work to include relocation of MCC3 to mezzanine level. Work shall include intercept, relocation, re-routing and reconnection of all electrical circuitry, wiring, feeders, and all equipment associated with the MCC3 relocation. This work specifically includes, all electrical shown on ED0.0.11 and EP2.1.04. Trade Contractor recognizes that relocations and reconnection of the electrical MCC3 and the associated equipment shall be performed during off- hours and will include temporary re-feeding of existing equipment to minimize so that equipment feed from this MCC is not shut-down impacting the Convention Center operations, and reconnection to the permanent location at a later time during construction. 163. Electrical scope of work to include relocation of the emergency generators and associated equipment. Remove and relocate the existing emergency diesel generator and associated piping and equipment. Remove existing natural gas generator and associated piping and reinstall. The work shall include new conduit and piping and shall include intercept, relocation, re-routing and reconnection of all electrical circuitry, wiring, feeders, controls, disconnects and all equipment associated with the emergency generator relocation, and shall coordinated with the intercept, relocation, re-routing and reconnection of all gas and plumbing piping by others. This work specifically includes, all electrical shown on ED0.0.11 and EP2.1.04. Trade Contractor recognizes that relocations and reconnection of the emergency generators and the associated equipment shall be performed during off-hours and will include temporary re-feeding of existing equipment to maintain the `back-up" service provide to the facility and equipment and is not shut-down impacting the Convention Center operations, and reconnection to the permanent location at a later time during construction. 164. Electrical scope of work responsible for the electrical demolition of existing lift station and electrical reconnection of the new lift station. Control panel will be provided by the Wet Utilities Trade Contractor. 165. Provide temporary lighting at the pedestrian covered walkway corridor from Back of House Service Corridors, south of Mesquite "D" Meeting Rooms, and north of existing kitchen, to the curb and gutter at Calle Amado. Pedestrian walkways to encompass Kitchen Service Corridor and Dishwash Room Double exit doors. 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, 15 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 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 $10, 000.00 for 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 10,000.00 Electrician 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. 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. Dry Utility Scope 5, Irrigation Controller 6. Equipment Control Panel, unless otherwise noted 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 3,000,000.00, 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. 16 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 i' ELECTRICAL February 6, 2004 2. Turner Construction Company shall be named as additionally insured on all required insurance certificates/policies G. Material Delivery. Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. Use designated areas, as determined by Construction Manager for all dumpster, deliveries, truck loading, material storage and equipment staging locations. Coordinate delivery, routing, staging, storage, dumping, pick-up of all dumpster, deliveries, truck loading, material storage and equipment staging with Turner's Project Superintendent. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. H. Mock-Ups—As noted in the Contract Documents, including but limited to, the following: 1. Provide light fixtures for wood and specialty ceiling mock-ups at ballroom, pre-function/registration and west canopy. I. Schedule 1. All Work is to be performed in accordance with the Master Project Construction Schedule, Exhibit B, dated 2/6/04. A detailed schedule will be required from all Trade Contractors within 10 days from award of Contract, and will be review for compliance with the Master Project Construction schedule's intent. Trade Contractor's will acknowledge that the Master Project Construction Schedule will include"multiple move-ins", "out of sequence," and "phasing" of the work. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, off hour work and other premium time costs required to "expedite" or "make-up" delays to the schedule 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. 17 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 4. Whenever an actual or potential labor dispute, involving the Trade Contractor, delays or threatens to delay the timely performance of the work, the Trade Contractor shall promptly give notice thereof in writing to Turner. If as a result of any labor dispute, a special gate is designated by Turner for ingress and egress by the Trade Contractor to the job site, the Trade Contractors and suppliers will comply with the requirement to use only the designated gate. Special badging may be required as long as the Trade Contractor is restricted to the reserved gate. 5. A detailed schedule of this trades' work, including submittals/shop drawings, material/equipment fabrication, delivery, installation, start-up/testing/commissioning and closeout, will be provided with ten (10) days of award of contract. 7. Punchlist items are to be completed within 10 days of the punchlist issuance. Any Turner supervision costs required to complete punchlist items after the 10 day period will be backcharged to the appropriate Trade Contractor. 8. In addition, Trade Contractor shall complete various portions of, or acknowledges special conditions regarding the Work. The following is not to limit this Trade Contractor's Work, but to emphasize various or special conditions regarding the schedule. The items are as follows: a. New systems to be operational before existing to be removed or abandoned, as such, additional move-ins, down-time, and phasing should be included to complete. b. Demolition of east portion of loading dock after completion of new loading dock will be considered a separate phases. c. Demolition of east main lobby east will be considered a separate phase. d. Demolition of Oasis 5 will be considered a separate move-in. ' e. BOH Circulation#408 will be considered separate move-in, including MCC3 relocation. f. Placement and energizing new services, including MS1 and MS2 and refeed of MSB1 and new MSB3 will be phase and considered separate move-ins. g. Emergency Generator work will be phased and considered a separate move-ins. h. East Exhibit Hall expansion will be considered a separate move-in. i. Administration Offices will be considered a separate move-in. j. Ballroom will be considered a separate move-in. k. Pre-function and Registration will be considered a separate move-in. I. West canopy will be considered a separate move-in. J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: a. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. 18 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 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 Xs" as requested by the Construction Manager. 2. Provide complete shop drawings, samples and product data submittals as required and per specifications for approval within three (3)weeks of the Contract Award. L. Other Information: 1. The name and address of the Owner is: City of Palm Springs 3200 E. Tahquitz Canyon Drive Palm Springs CA 92262 760-323-8239 2. The Project is being funded by City of Palm Springs. There is no lender. 3. The Trade Contractor shall have one key field supervisory staff person register and complete, within three months of contract award, the Turner/OSHA 30 hour safety certification training course via the Turner Knowledge Network(TKN) on the Internet ($595 per person). M. PromOGt Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. f) No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) Once again, cleanup is to be done on a daily basis. Cleanliness is a major attribute to safety. Trade Contractor shall provide one (1) journeyman laborer for every ten (10) of it employees for a composite clean-up crew. Composite clean crew will be used at the direction of Turner Superintendent or Safety Manager. i) Trade Contractor Daily Reports (DCR). j) Trade Contractor Daily Equipment Inspection List. 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. 19 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 24 ELECTRICAL February 6, 2004 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 20 Additional Provisions/Scope of Work City of Palm Springs Palm Springs Convention Center Expansion Phase I7 HVAC&Electrical Trade Contractor Turner Construction 2106104 1. The following equipment will be pre-purchased by the Owner and installed by this Trade Contractor. This Trade Contractor is responsible for the coordination, installation, and all other miscellaneous provisions for this equipment as if it were purchased directly by this Trade Contractor(e.g. schedule, receipt,rigging, storage,protection, site related materials,trade coordination, dock to pad rigging coordination, equipment operation during temporary service use,cleaning—adjusting,filter-belt replacement after temporary use, ,"As Built'record comments, and required assistance during balancing—startup—commissioning and training) including all references to Trade Contractor supplied scope and materials as defined by the equipment specifications.This Trade Contractor shall review the projects equipment specifications(Owner Pre-Purchased Equipment as defined below)including all referenced sections, and include within their bid all components not to be provided by the equipment manufacturer that is required by the installation in order to provide complete, code complying and operational equipment and/or integrated systems (e.g.but not limited to,junction boxes, pull boxes, raceway,hangers, supports, isolators, seismic work, starters, disconnects,roof curbs, electrical fixtures,wiring&conduit,controls, auxiliary contacts, identification,insulation, subcomponents,spacers, fittings, gaskets, lugs,bus bar,nuts,bolts,washers, interface wiring& components, etc.) See the attached Pre-Purchase Scope and Clarifications for the following Owner Pre-Purchased equipment details: -\S Identified Equipment and Specification Sections 1. 15686 Rotary Water Chillers 2. 15687 Direct Fired Absorption Water Chiller/Heating Hot Water Heater 3. 15710 Cooling Towers 4. 15855 Air Handling Units 5. 16210 Switchboards and Panel Boards 6. 16220 Transformers 7. 16290 Transient Voltage Surge Suppression S. 16455 Lighting Fixtures 9. 16485 Architectural Lighting Controls 10. 16620 Diesel Generator Sets 11. 16650 Transfer Switches 3A- Turner Logistics ics 555 West 5� Street,Ste 3700 Los Angeles,CA 90013 Phone:213.891.3087 Fax: 213.488.1753 knrixPtcco.com Date: 02106/04 BID PACKAGE -Air Handling Units ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase H SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B.Testing 1, Factory Witness testing and Field Testing are not required. C. General Scope of Work 1. Air Handler(s) will be factory tested by the manufacturer as specified (refer to ARI Standards for Testing and Rating). Air Handler(s) performance and characteristics, including cooling and heating coils shall be rated in accordance with ARI Standards. 2. Equipment must meet all aspects of ANSI/ASHRAE Standard 90.1-2001 "Energy Standards for Buildings". If Equipment being proposed does not meet this standard, Equipment Manufacturer must clearly document this in the Exclusions & Clarification Section within the attached "Bid Proposal Form". 3._ AHU Manufacturer shall provide "Noise Ratings" and preventative measures needed to avoid noise exposure injuries to workers as per OSHA requirements. Noise warning labels shall be posted on equipment. 4. AHU Manufacturer shall included costs for providing a factory trained service engineer to supervise the final leak testing, installation check and initial start-up. In addition, Equipment Manufacturer shall be required to provide the necessary tools and test equipment required to conduct the startup and final checkout. 5. Accessories specifically included as scheduled and/or specified will be provided by manufacturer including but not limited to: Fans, motors, casings, internal spring type vibration isolators, adjustable bases, cooling coils, heating coils, filters, filter housings, drain pans, belts, belt guards, solid state starters, VFD's, harmonic filters, lights, outlets, switches, factory installed controls and roof curbs. 6. This Equipment Manufacturer will provide removable lifting lugs to facilitate Off-Loading and Rigging. 7. Include a one (1) day meeting at the jobsite with Turner Construction and the HVAC Trade Contractor at least 2 weeks prior to equipment delivery. 8. Include an ADD alternate to provide for time to inspect the equipment upon arrival at the jobsite and observe the off loading of the equipment by the HVAC Trade Contractor. (See attached RFP Bid Proposal Form). Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 3 227 B.Avenida Caballeros Palm Springs, CA 92262 Scope of Work 9. Include the cost to properly seal and protect the equipment during shipment/transit. Exposed physical utility connections (flanges, pipe ends, etc.) shall be isolated for transport from ambient influences with appropriate blinds, caps or weatherproofing materials. Cleaning of mishandled or improperly protected equipment shall be the responsibility of the Equipment Manufacturer, 10. All starters and disconnects for this equipment shall be included. 11. All Equipment will be shipped FOB Jobsite with 48-hour notice to Turner and/or the HVAC Trade Contractor. 12. Installation/Off-Loading/Rigging of AHU's, Piping, Wiring, External Controls, Seismic Mounting, by HVAC Trade Contractors. 13. Utility Connections required by others: Piping, Electrical, and Building Automation Controls. 14. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 15. All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The Equipment Manufacturer will pay storage costs for additional storage required. 16. The following items are not included. Pads, Concrete fill for inertia bases, Labor to assemble, Off-Loading, Rigging, and Handling. 17. Provide an Alternate ADD for 2-5 year extended parts/labor warranty. (See attached RFP Bid Proposal Form). 18. Provide an Alternate ADD for 5-year spare parts; cost to include detailed parts list, replacement schedule and be based on manufacturers recommendations, warranty requirements and/or suggested preventative maintenance program. (See attached RFP Bid Proposal Form). 19. Provide an Alternate ADD for a manufacturer 2 and 5-year "Comprehensive Service Agreement". (See attached RFP Bid Proposal Form). 20. Include one (1) additional set of construction filters and one (1) set of final filters for each unit. These additional filters are over and above the specification requirements. D. Project Specific Scope of Work 1. Accessories specifically included as scheduled and/or specified: The manufacturer will provide Double Wall Insulated Panel Construction, Internal Vibration Isolation, Sealed Double Wall Galvanized Drain Pans, Ruskin Dampers with factory mounted actuators. 2. Provide high efficiency motors, factory mounted combination starter/disconnect wired to motors. 3. Provide factory mounted, installed and wired marine lights including external switch for lights, with single point electrical connection. 4. Provide windows in access doors of fan and filter/mixing sections. 5. Provide all internal wiring for two points of electrical connection including 460-volt 3-pahse and 120-volt single phase. 6. Provide factory-mounted controls transformers. 7. Include within your bid on-site supervision / observation to ensure proper assembly by the HVAC Trade Contractor. 8. Adequate Start-up, Commissioning, Testing (2-Days/Equipment) and Training (2-Days Total) field visits as requested by Turner will be included and provided by Factory Authorized Representative. 9. VFD's serving fan motors shall be located within unit casing. VFD enclosure section shall be properly ventilated in order to provide required heat removal. VFD enclosure shall be waterproof NEMA rated. Enclosure area shall provide full maintenance access to VFD with service entrance access door typical to all other maintenance entrance points. VFD's will be factory furnished and installed and wired by the AHU Manufacturer. 10. Variable air volume unit with air mixing module, hot water coil, access section 20", chilled water coil, supply fan with VFD. All sections to have min 12"wide access doors. Fan section to have Vendor Initial: Palm Springs Convention Center Expansion Phase ll) Page 3 of 3 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work perforated liner. 11. Equipment shall be compatible with Allerton controls. E. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing HVAC Trade Contractor will perform this. 2. Furnishing and installation of duct smoke detectors. These will be furnished and installed by the installing HVAC Trade Contractor. 3. External vibration isolation. 4. Building automation and controls. Installation, wiring and conduit required for the building automation controls within the AHU's will be provided by the installing HVAC Trade Contractor. 5. Building utility connections including power, chilled water supply and return. The installing HVAC Trade Contractor will perform these connections. END OF SECTION Vendor Initial: Turner Logistics 555 West ,CAet,Ste 3700 Los Angeles,CA 90013 Phone:213.891.3087 Fax: 213.488.1753 kgrix@.tcco.com ` Date:02/06/04 BID PACKAGE — Chillers ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase It SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment. 3. Provide an Alternate ADD for 5 year extended parts/labor warranty. 4. Absorption Chiller-A minimum of three inspections is required the first year. B. Testing 1. Include Factory Testing as identified in specification section 15686, paragraph 1.06 2. Include Field Testing as identified in specification section 15686, paragraph 3.02A and 15687, _ paragraph 3.02B. Include 2-days per chiller for Factory Trained representation (make sure travel/living costs are included). C. General Scope of Work 1. Chiller will be factory tested by the manufacturer as specified (refer to ARI Standards for Testing and Rating). Chiller performance shall be rated in accordance with ARI Standard 550- 92, 2. Equipment must meet all aspects of ANSI/ASHRAE Standard 90.1-2001 "Energy Standards for Buildings". If Equipment being proposed does not meet this standard, Equipment Manufacturer must clearly document this in the Exclusions & Clarification Section within the attached "Bid Proposal Form". 3. Chiller Manufacturer shall include as part of their bid, full and part load performance values at 10% increments @ ARI Conditions. 4. Chiller Manufacturer shall provide "Noise Ratings" and preventative measures needed to avoid noise exposure injuries to workers as per OSHA requirements. Noise warning labels shall be posted on equipment. 5. Chiller Manufacturer shall included costs for providing a factory trained service engineer to supervise the final leak testing, charging (if required), installation check and initial start-up. In addition, Equipment Manufacturer shall be required to provide the necessary tools and test equipment required to conduct the startup and final checkout. 6. Accessories specifically included as scheduled and/or specified will be provided by manufacturer including but not limited to: evaporators, condensers, motors, compressors, refrigerant storage/pump out systems, high efficiency purge systems, lubrications systems, solid state starters, VFD's, harmonic filters, controls, vibration isolation pads, refrigerant vapor detectors, refrigerant analyzer, sequential sampling system, alarm horns/beacons, tubing, Vendor Initial: Palm Springs Convention Center Expansion Phase ll) Page 2 of 4 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work monitor calibration kit and all interconnecting piping/wiring. 7. Refrigerant Gas Detection System shall be 'Packaged Equipment', shall meet or exceed the latest ANSI/ASHRAE 15-2001and EPA Standard 608CFR. System shall incorporate all latest revisions to bring to current standards. 8. Chiller shall be shipped charged with oil and refrigerant HFC-134a. 9. The Equipment Manufacturer vendor will provide removable lifting lugs to facilitate Off- Loading and Rigging. 10. Include a one (1) day meeting at the jobsite with Turner Construction and the HVAC Trade Contractor at least 2 weeks prior to equipment delivery. 11. Include an ADD alternate to provide for time to inspect the equipment upon arrival at the jobsite and observe the off loading of the equipment by the HVAC Trade Contractor. 12, Include the cost to properly seal and protect the equipment during shipment/transit. Exposed physical utility connections (flanges, pipe ends, etc.) shall be isolated for transport from ambient influences with appropriate blinds, caps or weatherproofing materials. Cleaning of mishandled or improperly protected equipment shall be the responsibility of the Equipment Manufacturer. 13. All starters and disconnects for this equipment shall be included. 14.All Equipment will be shipped FOB Jobsite with 48-hour notice to Turner and/or the installation/receiving HVAC Trade Contractor. 15. Installation/Off-Loading/Rigging of Chillers, Piping, Wiring, External Controls, Seismic Mounting, by HVAC Trade Contractor. 16. Utility Connections required by others: Piping, Electrical, and Building Automation Controls. 17. The Chiller Manufacturer shall provide a Parts/Labor/Refrigerant Warranty per specifications, but not less than the warranty periods as outlined within this Scope of Work. 18. Include specific delivery time for shop drawings and equipment as requested on the Bid p Proposal Form. 19.All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The Equipment Manufacturer Will pay storage costs for additional storage required. Coordinate deliveries with Turner and the receiving/installing Trade Contractor. 20. The following items are not included: Isolation Curbs, Pads, Concrete fill for inertia bases, Labor to assemble, Off-Loading, Rigging, and Handling. 21. Include an ADD alternate for one Refrigerant recovery system. (See RFP attached Bid Proposal Form). 22. Provide an Alternate ADD for 5 year extended parts/labor warranty. (See attached RFP Bid Proposal Form). 23. Provide an Alternate ADD for a manufacturer 2 and 5-year "Comprehensive Service Agreement'. (See attached RFP Bid Proposal Form). D. Project Specific Scope of Work - General 1. Accessories specifically included as scheduled and/or specified: The manufacturer will provide Refrigeration Isolation valves, Factory mounted Flow Switch or Differential Pressure Switch, BMS Gateway for Building Automation Controls Interface. 2. Equipment controls shall be compatible with Alerton controls. 3. Provide single point electrical connection. 4. Provide Controls Transformer. 5. Adequate Start-up, Commissioning, Testing (2-Days/Equipment) and Training (2-Days Total) field visits as requested by Turner will be included and provided by Factory Authorized Representative. 6. Protect units from physical damage. Leave factory shipping covers in place until installation occurs. Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 3 of 4 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work E. Project Specific Scope of Work— Rotary 1. Units utilizing subcooling must be provided with a thermometer well to monitor the amount of subcooling. 2. Refrigerant HFC-134 11/16 in rotary chiller. 3. The chiller control panel shall provide an informational diagnostic that allows the operator to detect an early refrigerant loss in the chiller. If manufacturer can not supply a diagnostic from the control panel, then the manufacturer or contractor must supply a semi-annual refrigerant level inspection for the first five years of operation. 4. Chiller should unload 15% of design tonnage with consistent entering condenser water temperature. 5. Motor should be semi-hermetic and either suction or liquid refrigerant cooled. 6, Manufacturers with speed increasing transmission that exceeds 10,000 RPM compressor speeds shall annually inspect the gears and bearings. A report shall be forwarded to the owner each year over the first five years to confirm completion. 7. Impellers shall be fully shrouded and made of a high strength aluminum alloy. Impellers shall be dynamically balanced and over-speed tested at 1.25 times impeller shaft speed. Rotors shall be of high grade steel alloy. 8. The equipment will be tested if the test procedures and results are in conformance with ARI Standard 550-92. If the equipment fails to perform then the following penalties will occur: 9. Capacity Test: for each ton below the allowable capacity as set forth in ARI 550-92 of the design capacity, five hundred dollars per ton will be deducted from the contract price. 10. Power Consumption Test: the power consumption penalty for all load points shall be based upon the tolerances set forth in ARI 550-92. the power consumption penalty (PCP) will be calculated based upon the formula (PCP=[Measured KW — (Measured Tons x Allowable KW/Ton')] x $1000/KW. 11. Total Performance Penalty: The total performance penalty will be the sum of Capacity penalty and power consumption penalty, times the number of typical chillers regardless if tested. 12. Unit mounted enclosures shall have ventilating louvers. F. Project Specific Scope of Work—Absorption 1. Unit to include high temperature hot water option that provides hot water up to 180 degrees F. 2. Absorption chiller to meet California Low NOx requirements. (Manufacturer to verify NOx requirements in specification section 15687, paragraph 2.10.) 3, Chiller, Combustion burner and gas train shall be UL or ETL listed. 4. Unit to come with factory installed heat exchanger to heat heating hot water. 5. Combustion burner, gas train, heating hot water heat exchanger and all chiller controls shall ship fully assembled and factory wired, from the factory. 6. Heating Hot water to 180 degree F. 7. Automatic crystallization prevention using solution control while machine is running and at power failure shutdown. 8. Control Panel shall provide Safeties as identified in specification section 15687, paragraph 2.09. 9. Burner shall be capable of a turn down firing rate of 8 to 1. 10. Supply initial charge of lithium bromide. Adjust concentration to recommended levels. 11. Indicate energy input versus cooling load output from 10 to 100 percent full load at specified and minimum condenser water temperature. 12. Eliminators positioned to separate absorber from evaporator and in condenser from low temperature generator. Eliminators shall be constructed of stainless steel. Vendor Initial: Palm Springs Convention Center Expansion Phase 11) Page 4 of 4 227 B.Avenida Caballeros Palm Springs, CA 92262 Scope of Work 13. Insulation of hot and cold surface areas to be provided by installing contractor according to manufacturer's,recommended thickness, installation instructions and material type. 14. A minimum of three inspections is required the first year. G. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing HVAC Trade Contractorwill perform this perthe specifications section 15687, paragraph 3.01. 2. External vibration isolation. 3, Furnishing and installation of absorption chiller flue and flue gas return. This will be furnished and installed by the HVAC Trade Contractor. Note: Flue access duct as noted on detail 1/M2.2.01 will not be provided by the manufacturer and will be provided by the installing HVAC Trade Contractor. 4. Building automation and controls. 5. Building utility connections including power, chilled water supply and return, gas, vents etc. The installing Trade Contractors will perform these connections. EN® OF SECTION Vendor Initial: West 5" Turner Logistics Los Angeles Street,Ste 37D0 Los Angeles,CA 90013 Phone:213.891.3087 Fax: 213.488.1753 �\ kgrix antcco.com Date:02/06/04 BID PACKAGE - Cooling Tower ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase 11 SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B.Testing 1. Include Factory Testing as identified in specification section 15710, paragraph 1.03 2. Field Testing is not required. C. General Scope of Work 1. Cooling Towers will be factory tested by the manufacturer. 2. Provide for FOB jobsite costs in your bid. 3. Include the cost to proper seal and protect the units during shipment. 4. All VFD's, starters and disconnects for this equipment shall be included as required. 5. All Equipment will be shipped FOB Jobsite with 48 hour notice to Turner and/or the installation/receiving HVAC Trade Contractor, 6. Installation of Cooling Tower, Piping, Wiring, External Controls, Seismic Mounting, by HVAC Trade Contractors. 7. Connections required by others: Piping, Electrical, and Building Automation Controls. 8. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 9. All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The manufacturer will pay storage costs for additional storage required. 10. Shop drawings, submittals, operations and maintenance manuals, etc. will be delivered in the quantity and form as indicated in the specifications. 11. Provide an Alternate ADD for 2-5 year extended Parts/Labor Warranty. 12. Provide an Alternate ADD for 5-year spare parts; cost to include detailed parts list, replacement schedule and be based on manufacturers recommendations, warranty requirements and/or suggested preventative maintenance program. 13. Provide an Alternate ADD for a manufacturer 2 and 5-year"Comprehensive Service Agreement". Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 2 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work i D. Proiect Specific Scope of Work 1. Include factory mounted vibration switch to de-energize the fan when excessive vibration is experienced. 2. Equipment controls shall be compatible with Alerton controls. 3. Include factory mounted air inlet screen, hot water basin cover and basin screen at tower outlet. 4. Provide Controls Transformer with single point connection to control fan operation. 5. Provide electric water level control with solenoid valve. 6. Provide handrails, ladders with safety cages and railings. Extend ladder to finish roof. 7. Provide totally enclosed air over fan motor. 8. Adequate Start-up, Commissioning, Testing (2-Days/Equipment) and Training (2-Days Total) field visits as requested by Turner will be included and provided by Factory Authorized Representative. E. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing HVAC Trade Contractor will perform this. 2. External vibration isolation. 3. Balancing and isolation valves. The installing HVAC Trade Contractor will furnish and install these items. 4. Installation and wiring to and from remotely mounted VFD's. This will be installed and wired by the installing Electrical Trade Contractor. 5. Installation of handrails, ladders and railings. These items will be shipped loose and installed - by the installing HVAC Trade Contractor. 6. Wiring of control valves. 7. Building automation and controls. 8. Building utility connections including power, chilled water supply and return. The installing Trade Contractors will perform these connections. END OF SECTION Vendor Initial: Turner Logistics sssW Los Angeles,geles, A9 Ste 3700 CA 90013 Phone:213.891.3087 Fax: 213.488,1753 kgrix(atcco.com Date:02/06/04 BID PACKAGE — Switchboards, Panel Boards, Transformers and TVSS ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase 11 SCOPE OF WORK I. General Provisions: A. Warran : 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. Include 10 Year manufacturers product warranty for the TVSS. 3. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B. Testing 1. Factory Testing is not required. 2. Field Testing is not required. C. General Scope of Work 1. Start-up, Testing, and Training Included and Provided by Factory Representative. 2. Accessories specifically included as scheduled and/or specified: PTs, CTs, Metering, Modbus RTU/DNP 3.0 Communications, Protective Relaying, Surge Arresters, DC Battery System, Mimic Bus, and Seismic Mounting Provisions 3. All control wiring shall be provided and marked as specified. All control wiring between shipping sections shall be provided to a terminal strip, with all required material to make a field connection. 4. All Equipment shipped FOB Jobsite with 48-hour notice to installing/receiving contractor. 5. Connection Lugs will be furnished by the manufacturer for all panel boards and enclosed breakers. Transformer lugs provided by Installation Contractor. 6. Provide delivery of panel cans and enclosures as a separate delivery. 7. Accessories specifically included as scheduled and/or specified. D. Exclusions/Clarifications/Negotiation Notes: 1. Installation, Offloading, Rigging, and Handling, Wiring, External Controls, Seismic Mounting, and Field Adjustments. The installing Electrical Trade Contractor will perform this. 2. Short circuit study and coordination study. This will be performed by the installing Electrical Trade Contractor. 3. The following items are not included: Infrared Scanning, Third Party Testing, and all NETA Testing. The installing Electrical Trade Contractor will perform this. 4. Adjustments of circuit breakers. The installing Electrical Trade Contractor will perform this. 5. Vibration isolation and neoprene isolation pads for transformers. The installing Electrical Trade Contractor will perform this. END OF SECTION Vendor Initial: treet Turner Logistics Los A geles,SCA 9001t33700 Phone:213.891.3087 Fax: 213.488.1753 kgrix(a),tcco.com Date:02/06/04 BID PACKAGE — Emergency Generator and ATS ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase 11 SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B.Testing 1. Provide Factory Testing as specified in section 16620, paragraph 1.03 E. 2. Provide Field Testing as specified in section 16620, 3.04A. Include load bank for testing. 3. Provide Field Testing of ATS as specified in section 16650, paragraph 3.04. C. General Scope of Work 1. Generator will be factory tested by the manufacturer as specified. 2. Generator Manufacturer shall included costs for providing a factory trained service engineer to inspect the installation and supervise the startup and checkout of the equipment. Provide tools and test equipment required to conduct the startup and checkout. 3. Adequate Start-up, Commissioning, Testing (2 Days) and Training (2 Days) field visits as requested by Turner will be included and provided by Factory Authorized Representative. 4. Fuel oil for start-up to be provided by the installing Electrical Trade Contractor. 5. Coolant for radiator cooling system shall be provided by the installing Electrical Trade Contractor. 6. Accessories specifically included as scheduled and/or specified will be provided by vendor including but not limited to: silencers, exhaust flexes, batteries, battery chargers, battery trays control panels, remote annunciators, engine block heaters, vibration isolators, fuel flexes, sub base tanks, circuit breaker, automatic transfer switches, sound weatherproof enclosure, and load banks. 7. The manufacturers will provide lifting eyes on equipment that requires rigging. 8. Include a one (1) day meeting at the jobsite with Turner Construction and the installing Electrical Trade Contractor at least 2 weeks prior to equipment delivery. 9. Include an ADD alternate to provide for time to inspect the equipment upon arrival at the jobsite and observe the off loading of the equipment by the Electrical Trade Contractor. 10. Include the cost to proper seal and protect the units during shipment. 11. Required electrical connections will be made provided an 18" minimum flexible connection. Connection lugs are to be furnished by the installing Electrical Trade Contractor. 12. Required Controls interface will be provided at unit-mounted panel with appropriate dry point contacts. Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 2 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work 13. All starters and disconnects for this equipment shall be included as required. 14. All Equipment will be shipped FOB Jobsite with 48 hour notice to Turner and/or the installation/receiving Electrical Trade Contractor. 15. The Generator manufacturer shall provide a Warranty per specifications. 16. All equipment will be received onsite on a date agreed to by Turner and receiving/installing Electrical Trade Contractor. Equipment will not be accepted that does not arrive on the scheduled delivery date. The manufacturer will pay storage costs for additional storage required. . 1T Provide an Alternate ADD for 2-5 year extended parts/labor warranty. 18. Provide an Alternate ADD for 5-year spare parts; cost to include detailed parts list, replacement schedule and be based on manufacturers recommendations, warranty requirements and/or suggested preventative maintenance program. 19. Provide an Alternate ADD for a manufacturer one "Comprehensive Service Agreement'. D. Project Specific Scope of Work 1. Provide critical type exhaust silencer. Provide insulation for exhaust silencer. Installation of silencer and insulation will be provided by the Electrical Trade Contractor. 2. Provide "CRANK VENT' crankcase emissions demister unit. 3. Provide weatherproof enclosure. 4. Include Main Line Circuit Breaker. 5. Include remote annunciator panel. 6. Provide oil sampling analysis kit. 7. Provide field adjustable time delay with ATS. - 8. ATS shall me mounted in a Nema 1 enclosure. E. Exclusions/Clarifications/Negotiation Notes: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing Electrical Trade Contractor will perform this. 2. External Vibration Isolation, Curbs, Pads, Concrete fill for inertia bases, Labor to assemble. The installing Electrical Trade Contractor will perform this. 3. Fuel for testing and initial fill of fuel tank prior to turnover. The installing Electrical Trade Contractor will provide the necessary fuel. 4. Coolant for cooling system radiator. The installing Electrical Trade Contractor will provide the coolant. 5. Wiring from ATS to generator. The installing Electrical Trade Contractor will perform this. 6. Building automation and controls. 7. Building utility connections including power and control wiring. The installing Electrical Trade Contractors will perform these connections. END OF SECTION Vendor Initial: 555 West a Street,Ste 3700 Turner Logistics Los Phone:Angeles, CA 7308713 Fax: 213.488.1753 kgrix(&,tcG0.00a1 Date:02/06/04 BID PACKAGE — Lighting and Dimming Controls ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase It SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Parts Only) shall include 5 year on all supplied materials as specified in section 16455, 1.05D. This includes full warranty for the first year and a prorated warranty for the last four years. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment. B. Testing 1. Factory Testing not required. 2. Field Testing not required. I_ C. General Scope of Work 1. Lighting will be factory/field tested by the manufacturer as specified. 2. Components and installation to comply with NFPA 70 and that are listed and labeled by UL and other bodies as specified. 3. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 4. Accessories specifically included as scheduled and/or specified will be provided by the manufacturer including but not limited to: lamps, lenses, trim, fuses, ballasts, sensors, controls, and fixtures. 5. Provide for FOB jobsite costs in your bid. 6. Provide a bill of laden to the installing contractor prior to delivery of lighting to the job site. 7. Verification of count and condition of equipment by electrical contractor and shipper. 8. All Equipment will be shipped FOB Jobsite with 48 hour notice to Turner and/or the installation/receiving Electrical Trade Contractor. 9. Installation of lighting, piping, wiring, external controls, sensors, mounting supports by Electrical Trade Contractors. 10. Connections required by others: piping, electrical, and lighting controls. 11. The lighting manufacturer shall provide a warranty per specifications. 12. Timely purchase: luminaries, associated lamps and other allied equipment shall be ordered in a timely fashion and securely stored to be available to meet the project schedule. 13. Delivery: luminaries and lighting equipment shall be delivered to the project complete, including mounting devices, sensors, controls, lamps and components necessary for the proper operation of the equipment. 14. Marking: all equipment must be clearly and boldly identified as to the fixture type an where practical fixture location. Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 2 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work a. Fixtures designed for voltages other than 110-125 volt circuits shall be clearly marked. !' b. Fixtures equipped with ballasts for operation of rapid start lamps shall be clearly marked "Use Rapid Start Lamps Only". Similarly, fixtures equipped with ballasts or other components requiring us of specific types of lamps shall be plainly marked. c. Markings must be clear and shall be located to be readily visible to service personnel but invisible from normal viewing angles when lamps are in place. 15. All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The manufacturer will pay storage costs for additional storage required. 16. Provide Light fixtures as required for mock-ups. 17. Provide Emergency Lighting Units. 18. Provide remote ballasts. D. Project Specific Scope of Work 1. Provide lighting control system including dimming panels, switching panels, controllers, processor and software. 2. Include handheld programmer, jacks and wall stations. 3. Include tamper proof covers. 4. Include programming and software required for the lighting controls. 5. Include 3 days of training for owner on system operation. 6. Include 2 days for start-up and testing of lights and dimming system. E. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing Electrical Trade Contractor will perform this. 2. Supports for suspended light fixtures. The installing Electrical Trade Contractor will provide this. 3. Aiming and adjusting of light fixtures. The installing Electrical Trade Contractor will provide this. 4. Landscape Light Fixtures L1, L2, L3 and L4. END OF SECTION Vendor Initial: SK - ,,. - CERTHOLDER COPY•., STATENt P.O BOX '807, SAN' FRANCISCO,CA 94142-0807 11 , 'NSU ,N 'CE _ FUND CERTIFICATE OP WORKERS' 'COMPENSATICIN INSURANCE • ISSUE DATE: ' 01-01-2004 - GROUP: - 000046 , _ POLICY NUMBER:' . 00110,74-2004 - CERTIFICATE"ID:, - .13 - •" CERTIFICATE EXPIRES: 01 70 1-2005- - 01-Of-2004/01-0172005 ChTY;,OF PALM:SPRI,NGS SK '; JOB: PROJECT #01-27-20 DEPT OF (PROCUREMENT &„ CONTRACTING ' ATTN 'JOHNSON 3200 TAHQUITZ CANYON WAY PALM, SPRINGS CA 922,62; This is to certify that we have issued a valid Workers 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 30days' 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 re1qurement, term, or condition'of any contract or other document with respect,to which this,certificate of i insurance may be issued or may pertain,'the insurance afforded.by the policies described herein is subject to all the terms, excfusions and condition§ of such policies. AUTHORIZED�REPRESENTATIVE PRESIDENTS - - EMPLOYER-S LIABILITY- LIMIT INCLUDING DEFENSE COSTS; $,1,000,000.00,PER,`OCCURRENCE. ENDORSEMENT42665 ENTITLED CERTIFICATE, HOLDERS' NOTICE :EFFECT IVE'01-01-2004','IS ATTACHED To AND FORMS A PART OF THIS POLICY. - - EMPLOYER -LEGAL NAME COVE 'ELECTRIC C0 =INC - 'COVE ELECTRIC. INC 77824 WILDCAT ,DR " PALM DESERT CA'92211 (REV.3.03) PRINTED: 12-17-2003 P0408 ■• �r I DATE IMM/DDIYY) " ACORD G' RTtF ATE # L1ARIk.�T1( �N URAN � 04/23/04 FOOD ER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE FEDERATED MUTUAL INSURANCE COMPANY HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR 5701 W. Talavi Boulevard ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Glendale, AZ 85036 COMPANIES AFFORDING COVERAGE Phone: 602-944-5566 COMPANY FEDERATED MUTUAL INSURANCE COMPANY OR Home Office: Owatonna, MN 55060 A FEDERATED SERVICE INSURANCE COMPANY p -- INSURED 369-291-3 COVE ELECTRIC INC COMB 77-824 WILDCAT DRIVE PALM DESERT CA 92211 COMPANY C ., COMPANY n`xr_ ` D >,her .CLLVERA$ES, `,. . .. THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 20LICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES, LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MINE IYV) DATE IMMIDDIYY) GENERAL LIABILITY GENERAL AGGREGATE 5 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGO s 2,000,000 A CLAIMS MADE FV7 OCCUR 754127 09/30/03 09/30/04 PERSONAL&ACV INJURY $ 1 000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 100,000 FIRE DAMAGE/Any one fire) $ 100,000 MED EXP(Any one person) $ AUTOMOBILE LIABILITY X ANY AUTO COMBINED SINGLE LIMIT a 1,000,000 ALL OWNED AUTOS BODILY INJURY A SCHEDULED AUTOS 754127 09/30/03 09/30/04 (Per person) X HIRED AUTOS BODILY INJURY g -X NON OWNEDAUTOS (Per accident) PROPERTY DAMAGE 5 GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO-ONLY.— EACH ACCIDENT 5 AGGREGATE $ EXCESS LIABILITY EACH OCCURRENCE 5 4,000,000 A X UMBRELLA FORM 754130 09/30/03 09/30/04 AGGREGATE _ s 4,000,000 --- OTHER THAN UMBRELLA.FORM - TATU TH- WORKERS COMPENSATION AND OR LIMITS OER TOR LIMITS ER EMPLOYERS'LIABILITY EL EACH ACCIDENT $ THE PROPRIEFORI INCL EL DISEASE-POLICY LIMIT 5 PARTNERSIEXECUTIVE OFFICERS ARE, EXCL EL DISEASE-EA EMPLOYEE a OTHER DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLES/SPECIAL ITEMS CERTIFICATEHOLDER IS AN ADDITIONAL INSURED FOR PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II; GENERAL LIABILITY PER ENDORSEMENT CG-F."- 797 ANDREAS,PALM SPRINGS CA. ANY COVERAGE PROVIDED BY THIS ENDORSEMENT APPLIES ONLYTO; TURNER CONSTRUCTION IS ALSO LISTED AS ADDITIONAL INSURED. CEF3T1'FICATE'HOL41:R :'.. -::.`CANC'I<CLFkTION ..1:'..' :. 3092913 CITY OF PALM SPRINGS 514 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 3200 TAHQUITZ CANYON WAY EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL PALM SPRINGS CA 92262 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMP ITS AGE TS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIV AGpR11 x5,5;'t3l95} PRESID rvr.9:ACo1q GflRP(�kA7lL1N.1988 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: CITY OF PALM SPRINGS DEPT OF PROCUREMENT & CONTRACTNG 3200 TAHOUITZ CANYON WAY PALM SPRINGS CA 92262 (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 II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work'for that insured by or for you. Job or Project: ANY COVERAGE PROVIDED BY THIS ENDORSEMENT APPLIES ONLY TO PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II; 797 E ANDEAS; PALM SPRINGS CA. TURNER CONSTRUCTION COMPANY IS ALSO LISTED AS ADDITIONAL INSURED. Insured: COVE ELECTRIC INC 77-824 WILDCAT DRIVE PALM DESERT CA 92211 Copyright, Insurance Services Office, Inc., 1992 CG-F-64 (05-97) Policy Number: 0754127 Transaction Effective Date: 04-05-2004 (CG 20 10 11-85)