Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04844 - TEMECULA MECHANICAL PLUMBING CONVENTION CENTER EXPANSION CP02-27-21
f I ��`` `D'IOCUMENT TRACKING - "� ()Q`�� W Ohl t,"'C`! Uh V I� �(1�� _ 4" Page: 1 Report: All Active Documents Listing ���, �W December 19,2005 Condition: ALL Groups,Services=NOC,XR F=PROCURE ENT w T j�� Document# Company Group Service \ � Aprvl Date Expire Date Close Date A4840 American Demo PROCUREMENT NOC 03/17/2004 10/01/2005 A4841 (�- Shoring Engineers Goa 3t PROCUREMENT NOC 03/17/2004 10/01/2005 A4843 }, i !� Precision Concrete - PROCUREMENT NOC 03/17/2004 10/01/2005 A4844 llll�` + Temecula Mechanical' Cho . NOC 03/17/2004 10/01/2005 A4845 v K&SAir Conditioning PROCUREMENT NOC 03/17/2004 10/01/2005 A4846 �b.9� Shasta Fire Protection PROCUREMENT NOC 03/17/2004 10/01/2005 A4847 Cove Electric C, oyc PROCUREMENT NOC 03/17/2004 10/01/2005 A4850 H C 1 G1,0--- NOC 03/31/2004 03/01/2005 A4852 CMF Inc CG�DaL PROCUREMENT NOC 03/31/2004 10/01/2005 A4853 Construction Hardware Co d( PROCUREMENT NOC 03/31/2004 10/01/2005 A4854 Preferred Ceilings Inc CIwe PROCUREMENT NOC 03/31/2004 10/01/2005 A4855 J Colavin &Son PROCUREMENT NOC 03/31/2004 10/01/2005 A4856 Invironmentalists Gloms NOC 03/31/2004 10/01/2005 IYIi� A4859 Palm Springs Mirror&Glass Inc Clo`K PROCUREMENT NOC 03/31/2004 10/01/2005 A4860 Temecula Mechanical Inc Cn Cny PROCUREMENT NOC 03/31/2004 10/01/2005 A4861 Advanced Equipment Corporation&(om PROCUREMENT NOC 03/31/2004 10/01/2005 A4871 American Demolition Concrete CuttiLg) PROCUREMENT NOC 04/14/2004 10/01/2005 A4879 DBM-Hatch Inc Cho yt e'U' PROCUREMENT NOC 05/05/2004 10/01/2005 A4880 Standard Drywall CC0-5- PROCUREMENT NOC 05/05/2004 10/01/2005 A5019 Nick Pecoraro Painting &Decorating PROCUREMENT NOC 01/05/2005 12/01/2005 A5020 Arrowwood Works C�Oir �(BY PROCUREMENT NOC 01/05/2005 12/01/2005 A5021 Verner Products C-U'e PROCUREMENT NOC 01/05/2005 12/01/2005 A5041 Saddleback Waterproofing 6vy PROCUREMENT NOC 02/16/2005 06/01/2006 A5050 Stumbaugh &Associates Inc. CSOW PROCUREMENT NOC 01/05/2005 01/01/2006 A5054 Cookson Doors !aL�z PROCUREMENT NOC 03/17/2005 * * * * * * END OF REPORT * * * * * * i I DOG a 2005-0717439 I 08/31/2005 08:00R Fee:NC Page 1 of 2 , ' PLEASE COMPLETE THIS INFORMATION Recorded in Official Records j RECORDING REQUESTED BY: County of Riverside Larry W. Ward jAssessor, County Clerk & Recorder AND WHEN RECORDED MAIL TO: III II IIIIIII IIIII IIIII IIIII IIII IIIIII II IIIII III IIII City Clerk M S -,U PAGE SIZE OA PCOR NOCOR SMF NIISC, I City of Palm Springs P.O.Box 2743 i Pahn Springs, California 92263-2743 ✓� A R L COPY LONG REFUND NCHG EXAM I Space above this line for recorders use only I T::DT NOTICE OF COMPLETION TP I pTT I I Title of Document RD I I I i I I THIN AREA F I RECORUM S WE ONLY I I I I I I I THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:00 Additional Recording Fee Applies) i I i ACR 238P-AS4RE0 (Rev. 0212003) I i Return To: � City Clerk City of Pahn Springs P.O. Box 2743 Palm Springs, California 92263-2743 Filing fee EXEMPT per Government Code 6103 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way,Palm Springs, California(P.O. Box 2743, Patin 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: Temecula Mechanical 6. The public work improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Palm Springs Convention Center Expansion-Phase 11, City Project No. 02-27, Plumbing. 7. The property or location of said property is: 277 N. Avenida Caballeros, Palm Springs, California, 92262. S. City Project No: 02-27 Agreement No. A4844 Resolution No. 20854 DATED: J� o CITY OF PALM SPRINGS By: Allen F. Smoot/Project Administrator JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of aforesaid City of Patin 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 saidCity Clerk, he makes this verification on behalf of said municipal corporation. t A City Clerk n` Index No. III I IIII IIII II III I II II II II III I IIII II 1 08 3�1� 0508300E 20£ Z CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CONSTRUCTION CHANGE ORDER To: Temecula Mechanical Date: October 7, 2005 41715 Enterprise Circle N, Ste. 108 Project No. 02-27 Temecula, CA 92570 Change Order No. 3 Purchase Order No. 416621 Attn: Patrick Leonard Agreement No. A4844 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Remove Existing Toilets, lavatories, and faucets from existing Add: $12,621.00 Women's restrooms and make safe to make ready for demolition. Provide new lavatories, faucets and flush valves, and re-install existing toilets after new finishes installed. 2. Backcharge cost to repair Exhibit hall lighting conduits. Deduct: <$ 288.00> 3. Provide new not water heater and platform for beverage station @ Add: $ 5,300.00 BOH#401. 4. Provide drains @ exterior canopy, per RFI#995. Add: $ 4,900.00 5. Unplug existing mezzanine floor sinks @ AHU#21 . Add: $ 1,250.00 6. Add new roof drain and oveflow at existing loading dock roof. Add: $ 2,483.00 7. Remove and relocate existing Absorption Chiller gas regulator Add: $ 1,415.00 TOTAL ADD: $27,681.00 AUTHORIZATION FOR CHANGE: 1)PCO 307; 2)PCO 423;3)704;4)727;5)811;6) 1018;7) 1019 Summary of Cost/Time Original Contract Price $ 700,000.00 Total of all Previous Change Orders $ 11,690.00 Total of this Change Order $ 27,681.00 Total Contract Price $ 739.371.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 working days. I have received a copy of this Change Order Constr. Manager: pqM , and the above AGREED PRICES are acceptable Approval: �e 3 i��? Date: 1 ✓:(' to the contractor. Turner Con tign Company I B City Appr al: By: Submitted By: Date: to / L OMM Title: .�L�, da _ Approved by: Date: Date: 10-I o-L Project Adminis r r-� � Distribution: �JV�f i�r�a�9 \ iGjl Original Conformed Copies - Conformed-File Copy City Clerk (1) . Project Administrator (1�pPCVED BY CITY COUNCIL Contractor (1) -ATTEST- Procurement& Contracting al) 0 Finance � 1;5 �C , Y Clerk CITY OF PALM SPRINGS v PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Temecula Mechanical Date: March 7, 2005 41715 Enterprise Circle N, Ste. 108 Project No. 02-27 Temecula, CA 92570 Change Order No. 2 Purchase Order No. 416621 Attn: Patrick Leonard Agreement No. A4844 Account No, 4283-50003 Description of Chanqe to be Made: Description Add/Deduct Amount 1. Incorporate Issued For Construction Drawings, dated May10, 2004, Add: $ 6,892.00 into your scope of work. 2. Incorporate Beverage Station Revisions into your scope of work. Add: $ 0.00 3. Remove & relocate existing Roof Drains and at Alcove Opening @ Add: $ 2,274.00 Hallway#1 & Oasis#1 TOTAL ADD: $9,166.00 AUTHORIZATION FOR CHANGE: 1) PCO 1; 2) PCO 198; 3) 317 Summary of Cost/Time Original Contract Price $ 700,000.00 Total of all Previous Change Orders $ 2.524.00 Total of this Change Order $ 9,166.00 Total Contract Price $ This Change Order(increases) (decreases) (unchanged) the contract time b 0 working days. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: y Date: ✓I I I �1 to the contractor. Turner s t' 2 ny City Appr val: By: �C�+ri. OA7 All, Submitted By. Date:2 1 Own s Representative Title: &A I cd,,, pp Approved by: A'./L4 Date: Date: a/lb �(�)r r ectAdminist�r Distribution: c MANAGER Original Conformed Copies Confo m d - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) ATTEST: Turner Construction (1) �-'ty Clerk ) U',T `(i'Nji CITY OF PALM SPRINGS �MV PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CONSTRUCTION CHANGE ORDER To: Temecula Mechanical Date; November 9, 2004 41715 Enterprise Circle N, Ste. 108 Project No. 02-27 Temecula, CA 92570 Change Order No. 1 Purchase Order No. 416621 Attn: Patrick Leonard Agreement No. A4844 Account No. 4283-50003 Description of Chanqe to be Made: Description Add I Deduct Amount 1. Power]Telephone to Trade Contractor compound. Add: $ 0.00 2. Move gas line at Emergency Generator Room. Add: $ 2,524.00 TOTAL Add: $2,524.00 AUTHORIZATION FOR CHANGE: 1)PCO 57; 2) PCO 85 Summary of CosUTime Original Contract Price $ 700,000.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ 2,524.00 Total Contract Price $ RM" This Change Order(increases) (decreases) (unchanged)the contract time by 0 orkin days. Ls4tri rI have received a copy of this Change Order Constr. Managerand the above AGREED PRICES are acceptable Approval: Date: to the contractor. Turner om ar y-yviwi_tn�i-uL p.rtce�.1,7,nL City Approval:By: -�. ,� - Submitted By7Al . Date: Owner's Representative Title:_3p_w�_hir Approved by: t �1 D Date: _ I\— )t—bU Project Administrator Distribution: 4v«p Oriqinai Conformed Copies Conformed-File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) I Temecula Mechanical Convention Center CP02-27 AGREEMENT #4844 AGREEMENT R20854, 3-17-04 THIS AGREEMENT made this '-(is day of I"k;vrli in the year 2004, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Temecula Mechanical, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1-THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City Contract's contract Documents entitled: Palm Springs Phase II Palm Springs Convention Center Expansion Phase II City Project No 02-2721 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- 2721. 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 ($700,000.00) The City shall pay the contractor for the completion of the Work hereunder in accordance with the Contract Documents in current funds the Contract Price(s) named in the Contractor's Bid and accepted Bid Schedule. 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 numbers1, 2, and 3 Inclusive, and all Change Orders, and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5- PAYMENT PROCEDUERES The Contractor shall submit Applications for Payment in accordance with the provisions of the General Conditions and the Supplementary General Conditions of the Contract. Applications for Payment will be processed by the City as provided in the Contract Documents. ARTICLE 6- NOTICES Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address know to the giver of the Notice. ARTICLE 7- MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due many not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors , assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTES a municipal corporation B 1 `B City Clerk APPROVED AS TO FORM: Aopo�'a�`liu °Ir' U' Ll By: City Attorney", SIGNATURES ON NEXT PAGE AgreementAmoun - , Reviewed and approved by Procurement & Contracting Initials1777Date of 7 CONTRACTOR: Check one: Individual _Partnership 4--Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President, or any Vice President AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer. BY J/1.P', ,o lrc i, By &i'. .,�r._t_��� !SIGPATME No ZED SIGNATUkE NOTARIZED Name: ' ykc'' . Title: Al1 B f)I1,g16" Title Address: Lflh (71h,;—y . ttaP, 10- Address: �i`�'6{ e✓e �irxvtSa (er''e4n tLA-, ((1ir' T. nit-CCc br.. 4;6 �'�3a �I- 5C4_l�:t 9R/%to . State of L.-°,:r. F=£-'! State of County of ✓a %i'z=% ! _ County of rL'F7 .r n% :.�.rf, i �j"'C ,.r- .� f On before me/�`CL/y fi-i"l�- r we On pefore me f/l0l!✓'7. !P/✓tom mod_ personally appeared ,his i�.'r{'�` y!- ✓,% pe ona11 ap eared -f i' = L- — >U .-� personally known to me(or-proved-ter-me-on personally known-to me(or_preved-torero cu the-baeisvfsatisfaetor)-evidence)to be the the-basis.of-of evidence)to be the persono)whose namgS)(i�2rc-subscribed persons)whose name(hjs(azesubscribed to the within instnmient and acknowledged to the within instrument and acknowledged to me thae7she%they executed the same in to me that hcIsfre/they executed the same in (lus�her�theirauthor zed capacity(#es} and risLheryt he ir author zed capacity(josj and that by!�jstar their signature() on the that by kiS/ter/,tlieir`signatwc(o on the nstr uneut the persons) or the entity upon instrument the person,or the entity upon behalf of which the person)acted, behalf of which the person(sl) acted executed the instrument. executed the instr unent. YY WITNESS my hand and official seal. WITNESS my hand and official seal. Notary,siignature Notary igriature Not Not Seal: Commission# 1422932 MARYA.HORLOCK e Notary Public-California _ _6MyComm. Commission#1422932 Riverside County Notary Public-California e My Comm.Expires June 77,2007 Riverside County 1 Expires Jun 7,2007 d BOND NO. WCN1225788 PREMIUM: $7 ,210.00 PERFORMANCE BOND pmmiunlls For Contract Term And Is Subject To Adjustment Based On Final Contract price KNOW ALL AIEN BY THESE PRESENTS, INC. That'remtcula Mechanical,as Contractor and, Surety, OLD REPUBLIC SURETY COMPANY .... are, held fundy bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Rivei.side, California,liereinafter called the "City," in the sum of: $700,000.00(Sevtn hundred thousand) dollars_fw the payment of which sum well and truly io be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents, WHEREAS said Contractor has been awarded and is about to linter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS PHASE 11 Palm Springs Convention Center Lrxpansion Phase II CI' r PROJECT 02-2721 Convention Center PLUMBING NON" THEREFORE, if said Contractor shall perform all the requirements of said Contract Doouinents required to be porformed on its park, at the times and in the manner specified herein,then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or tht mat'arials to be furnished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety theremtder,nor shall any extensions of runt granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and noriGc of such alterattons or txtmsions of the Agrtenrent is hcrtby waivtd by said Surety, SIGNATURES ON NEXT PAGE SIGNED AND SEALED,this 23RD day of MARCH __,20 04 Cpntra Gr TEM. CULA ML.CIIANk�AL INC. Contractor TEMECULA MECHANICAL, INC By �/ ����I,', ,�/!i /�/II A l� B 1 "'" c ��kc,Ar,_ PATRICIz LEONA9, PAMELA J.4EONARD, Tide pRP.STDENT TitleSECRETARY Corporations require two notarized signatures: One from each of the following: 1. Challrman of Board, President, or any Vice President: AND 2. Secretary, Assistant Secretary, Treasurer, Assistant'Treasurer, or Chief Financial Officer). SEAL,AND NOTARIAL ACK'VOWLEDGMENT Or SURETI' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT N°.et CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No Et- State of CALIFORNIA }1 OPTIONAL SECTION County of SAN DIEGO CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove 3/2 3/2004 invaluable to Persons relying on the document.NOTARY PUBLIC On before me, DEBORAH D. DAVIS, DATE ❑INDIVIDUAL NAME,TITLE OF OFFICER-E G,"JANE DOE,NOTARY PUBLIC" � personally appeared PATRICK LEONARD PAMELA J. LEONARD 0 CORPORATE OFFICERS) PRESIDENT, SECRETARY NAMES)OF SIGNER(Sj TITLES) ®personally known to me-OR -❑ proved to me on the basis of satisfactory evidence ❑ PARTNER(S) ❑ LIMITED to be the person(s) whose name(s) is/are ❑ GENERAL subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT knowledged to me that he/she/they executed ❑TRUSTEE(S) r A the same in his/her/their authorized GUARDIAN/CONSERVATOR E DEBORAH D. DAVIS ❑ r N r' capacity(ies), and that by his/her/their COMM.#1412744 signature(s) on the instrument the person(s), ❑OTHER; r NOTARY PUBLIC-CALIFORNIA w �m SAN DIEGO COUNTY or the entity upon behalf of which the My Comm,Exp APRIL 21,2007��—_-�--.->-�,-�� persons) acted, executed the instrument. SIGNER IS REPRESENTING: WITNESS my hand and official seal. NAME OF PERSON(S)On ENTITY(IES) (l - � SIGNATURE OF NOTARY THIS CERTIFICATE MUST BE ATTACHED TO IN OPTIONAL SECTION THE DOCUMENT DESCRIBED AT RIGHT: TITLE OR TYPE OF DOCUMENT Though the data requested here is not required by law, NUMBER OF PAGES DATE OF DOCUMENT it could prevent fraudulent reattachment of this form SIGNER(S)OTHER THAN NAMED ABOVE LLD, R f'DI 'UC tl *,, ;Sunretycarnpany V� 'VP,°G='V' OFe1�J1,111"111HEf KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA', KAREN JEAN HALL, DEBORAH D. DAVIS, OF ESCONDIDO, CA its true and lawful Aftorney(s)-in-Fact,with full power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the company thereto(If a seal Is required),bonds,undertakings, recognizances or other written obligations in the nature thereof,(olheri,hnn hail hpncls, bnnkdcpasilory bonds, morl defraency bonds, mortgage guaranty bonds, guarantees of inskallinent paper and note guarady bonds, self-rnsurarfce workers coiilpensalon bonds guaranteeing paymont of benelhs,asbeslos abatement nonlracl hands,waslo mauragemeni bonds,hazardous waste roil iedla0en Fronds rn black hung bands), as follows - - ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ($3r500, 000) --------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi-colored. This appointment is made Linder and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982., - RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, receg- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FUR I HER,that any bond,undertaking,recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretaryerassistant ._.:secretary;or - (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary, and countersigned and sealed(if a seal be requred)by a duly authorized attorney-In-fact or agent;or (III) when duly executed and sealed(if a seal be requred)by one or more attorneys-In-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons,:- - - RESOLVED FURTHER,thatthe signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or cerCfication thereof authorizing the execution and delivery of any band,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this---g-T-H—day of AN?IFTA ZY 20_04_, OLD RE.r'ODGIcsup"l trtl CQTFjp!?C3;1 1, 9 _- 6` tlG1 Assistant Secre1STATE OF WISCONSIN, COUNTY OFv lry President - /' - WAUKESHA - SS ^^` On this gTH day of JANUARY 2_0_0_4 , personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by t/he�aauutthority of the board of directors of said corporation. Notary Public (2 NOTPflY 9: 7—. PUs" 'y s 9'FOFws°°= My commission expires: 02/13/2005 CERTIFICATE - - I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. _ 70-2082 SURE °Foe tno„' Signed and sealed at the City of Brookfield, WI this 23RD :<:day of MARCH, 2004 - MALONEY a ASw„�,(„T SPES INSURANCE Assistziit�°ratan` lilt tl!. iDnD4C"1Jlk, 1' 11J F IIIS;IvUl Jr.AIL111D t fiffif '.' , I Illrifl l-Irv,*,r'I _ICI ",t.h'-i O J,rlIC ,;ziJlC t'�IWl u,r C rIlbolll—JD1 ORSC 22262(IM)-- - - — - - * * �* i`* Old Republic * OLD REPIBLIC P.O. Box 1635 * Milwaukee, WI 53201 ***** (800)217-1792 DATE: MARCH 23, 2004 Old Republic Insurance Company (Old Republic) as agent for. Old Republic, Surety Company, Bituminous Casualty Corporation, and International Business & Mercantile REassurance Co. TO BE ATTACHED TO AND FORM PART OF CONTRACT BOND NUMBER: WCN1225788 PRINCIPAL: TEMECULA MECHANICAL, INC. OBLIGEE: CITY OF PALM SPRINGS RIDER - POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE Rider has been provided to Principal and Obligee. Coverage for acts of terrorism is included in the captioned bond.You should know that, effective November 26, 2002, under that bond, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by Old Republic.The established annual deductible is equal to 7% of the prior years direct earned premium written by Old Republic for losses incurred in 2003, 10%for losses incurred in 2004, and 15% for losses incurred in 2005. Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act.The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. As defined in Section 102(1) of the Terrorism Risk Insurance Act of 2002, a certified "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the'United States, to be an act of terrorism. To be certified,the act of terrorism must be: 1) a violent act or an act that is dangerous to human life, property, or infrastructure; 2)have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel, or the premises of a United States mission; and 3) have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. You have a right to purchase insurance coverage for losses arising from terrorism, or you may choose to reject the purchase. SELECTION OR REJECTION OF TERRORISM INSURANCE COVERAGE The premium you have been charged for this bond includes terrorism coverage, for a premium of$ which you must pay within 30 days of this offer. THE PREMIUM CHARGED FOR THIS COVERAGE DOES NOT INCLUDE ANY CHARGES FOR THE PORTION OF LOSS COVERED BY THE FEDERAL GOVERNMENT UNDER THE ACT. Note: If you reiect the coverage,you must check the box below, sign this form, and return it to the address shown above.The premium will be credited. ❑ I hereby elect to have the exclusion of terrorism coverage apply to this bond. I understand that I will have no coverage for losses arising from acts of terrorism. The undersigned agrees that this election will apply only to this bond. James E. Lee Bond Obligee's Signature Vice President - Old Republic Insurance Company President - Old Republic Surety Company Print Name Vice President -Bituminous Casualty Corporation Vice President- International Business & Mercantile REassurance Co. Date ORSC 22836 (1/2003) Attach to all contract bonds as a cover page. BOND NO. WCN1225788 PAYMENT BOND PRWl lINCLUDEDINP-111170MIANC2BOND KNOW ALL MEN BY THESE PRES'$NTS, TEMECULA That MECHANICAL, INC, ,asCentractor,and OLD REPUBLIC SURETY COMPANY as Surety,are held firmly bound unto the City of Palm Springs, s Charter City,organized and existing in the County of Rivu side,State of California,hereinafter called the"City," in the sum of: Seveut hundred thousand(�700.000.00)dollars,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 preserus. WI4t'REAS,said Contractor has been awarded and is about to enter into the annexed agreement with said City to perfoirrn the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Palm Springs Convention Center Expansion Phase 11 CITY PROJECT 02-2721 Convention Center PLUMBING NOW THEREFORE,if said Contractor,its subcontractors,its heirs,executors,administrators,successors,or assignis shall fail to pay for any materials,provisions,provender,equipment or other supplies used in,upon,for or about the performance of the Work contracted to be done,or for any work or labor thereon of any kind,or for amowits due under the Unemployment Insurance Code, or for any amounts required to be deducted,withhold,and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor,all as required by the provisions of Title XV,Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of Calife rma and acts amendatory thereof,and sections of other codes of the State of California referred to therein and acts wtvadatory thereof,and provided that the persons, companies, or corporations so furnishing said materials, provisions,provender,equipment or other supplies,appliances or power used in,upon, for or about performance of the work contracted to be executed or performed,or any person,company or corporation renting or hiring itnplerncnts or machinery or power for or contributing to said work to be done,or any person who performs work or labor a tpon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum hcrginbcfore set forth and alao will pay,in case suit is brought upon this bond, a reasonable adomey's fee,as shall be fixed by the Court. This band shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROW IDED,that any alterations itr the Work to be done or the materials to he furnished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of ewe granted under the provisions of said Contract ➢ocunuents release either said Contractor or said surety,and notice of said alterations or extensions of the. Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE $IONIE➢AND SEALVD, this 23RD day of MARCII 2004 Sarery OLD EPUBLIC SURETY Contactor - MECULA,MECH�t(VICAL, INC. By Ey i , V/1M ���✓. 4�f1✓,%Q / �� "Tl[le KAREN J HAL?�, /ATTORNEY—TN—FACT _ Title_ PARTICK LEONARD PRESIDENT (SEAL AND NOTARIAL ACKNOYnTLEDGIv1ENT OF SURETY) C011tractorTEMECULA, MECHANICAL, INS _- TitlepA�F1 T_ TFONAR SF PF,TARV Corporations require two notarized signAtures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretarv, Assistant CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 519, CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 51 State of CALIPORNIA l ��OPTIONAL SECTION sAN DIEco T CAPACITY CLAIMED BY SIGNER County of )) Though statute does not require the Notary to fill in the data below, doing so may prove 3/23/2004 DEBORAH D. DAVIS, NOTARY PUBLIC Invaluable to persons relying on the document. On before me, ❑ INDIVIDUAL GATE NAME,TITLC-OF OFFICER-E G.,"JANE DOE,NOTARV PUBLIC" � PATRICK LEONARD, PAMELA J. LEONARD ®CORPORATE OFFICER(S) personally appeared PRESIDENT,. SECRETARY r NAME(S)OF SIGNERS) TIT E(S) f ®personally known to me -OR -❑ proved to me on the basis of satisfactory evidence ❑ PARTNER(S) ❑ LIMITED ; to be the person(s) whose name(s) is/are GENERAL subscribed to the within instrument and ac- ❑ATTORNEY-IN-FACT r knowledged to me that he/she/they executed ❑TRUSTEE(S) t the same in his/her/their authorized ❑GUAP,DIAN/CONSERVATOR t capacity(ies), and that by his/her/their BO ❑OTHER: m DEBORAH D.DAVIS signature(s) on the instrument the person(s),COMM.#1412744 or the entity upon behalf of which theo NOTARY PUBLIC-CALIFORNIA N SAN DIEGO COUNTY person(s) acted, executed the instrument.""M My Comm Exp APRIL 21,2007 SIGNER IS REPRESENTING: WITNESS my hand and official Seal. NAME OF PERSON(S)OR ENTITV(IES) V- C� SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT 1 THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here Is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE �� �rb ����uiw, . +,°r` &3eovoty O;crnlmauo.✓ taC:➢l4Tf_f�t (tUl� iAL Ii�t9Cln9r"',f KNOW ALL MEN BY TIrIESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a,Wisconsin stock insurance corporation, does make, constitute and appoint: ; JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS, OF 'ESCONDIDO, : CA its true and.lawrd Aftorney(s)-in-Fact,with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the seal of the company thereto(If a seal Is required),bonds,undertakings, recoglalzanCes or other written obligations In the nature thereof,(sit roil tFYan ball honds, bankcleposiloly honds, mortgage•dolicioncy bonds, n orlgage gila'rai'ity l9bnds, guarantees of InsIntiTien' paper and note guaranty bonds Sell-meuranee WOItCeI;S ooi>lpensallon I guaran'eeing payment orbeneirs,asbestos abalernorn conlract ho ids,waste management bonds,hazardous waste ren iedlaCion uonds'onhlao Ung hot ids), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ($3 , 500000) --------- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is-multi-colored. This appointment is made under and by authority of the board of directors at a special meeting field on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. - RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,thai any bond,undertaking, recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any vice president or assistant vice president,and attested and sealed(ff a seal be required)by any secretaryor assistant secretary;or (i i) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary, and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-fact or agent;or (iii) when duly executed and sealed(if a seal be Tequved)by one or more attorneys-In-factor agents pursuant to mid within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons,r' RESOLVED'FURTI-IER,that'the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any band,undertaking,recognizance,or other suretyship obligations of t'nacompany;and SL& signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these.presents to be signed by its proper officer,and its corporate seal to be affixed this 9TH day of 7ANTTAR V 2l1/14 ; OLD REPUIO LIIC SORB I°'C$6td41ul la9i° Assistant Secrefi�ry P �. President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 9TH day ofJANUARY 2004 personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known to bathe individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and'thoir signatures as such officers were duly affixed and subscribed fo the said instrument by the authority of the board of directors of said corporation. poTHPY',T Notary Pt1Uhc lusoo 9FOF fs°°= My commission expires: 02/13�2005 CERTIFICKiE - '- I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore,that the Resolutions of the board of directors set forth in the Power of Attorney, are now in force. 70-2082 s„m o11 �G_SUSfTf.p.� . Signed and sealed at the City of Brookfield, WI this23RD day of MARCH 2004 y tir1J€tIL �_ P 5I -T tL.� �! MALONEY & AS-DOC;ATES INSURANCE gss,stam fcretary IIITII Tit i,l'J_WIyII Intl IC',INI��I IpII 114V ,�(s I" illftl lfl-Ip):0)I014;04 tJ`hi,Di ith Ir i;f 111D II' IrIQt_.FI r,vll JWJLIU ORSC 22262(f/97) * * Old Republic * OLD REPLBLIC P.O. Box 1635 Milwaukee, WI 53201 **** (800) 217-1792 DATE: MARCH 23, 2004 Old Republic Insurance Company (Old Republic) as agent for: Old Republic Surety Company, Bituminous Casualty Corporation, and International Business & Mercantile REassurance Co. TO BE ATTACHED TO AND FORM PART OF CONTRACT BOND NUMBER: WCN1225788 PRINCIPAL: TEMECULA MECHANICAL, INC. OBLIGEE: CITY OF PALM SPRINGS RIDER - POLICYHOLDER DISCLOSURE NOTICE OF TERRORISM INSURANCE COVERAGE Rider has been provided to Principal and Obligee. Coverage for acts of terrorism is included in the captioned bond. You should know that, effective November 26, 2002, under that bond, any losses caused by certified acts of terrorism would be partially reimbursed by the United States under a formula established by federal law. Under this formula, the United States pays 90% of covered terrorism losses exceeding the statutorily established deductible paid by Old Republic. The established annual deductible is equal to 7% of the prior years direct earned premium written by Old Republic for losses incurred in 2003, 10% for losses incurred in 2004, and 15% for losses incurred in 2005. Payment for a loss will not exceed the limit of liability under this bond. This bond will not pay for any portion of certified terrorism loss beyond any applicable annual liability cap set forth in the Act. The terms of this rider do not provide coverage for any loss that would otherwise be excluded by the terms of this bond. As defined in Section 102(1) of the Terrorism Risk Insurance Act of 2002, a certified "act of terrorism" means any act that is certified by the Secretary of the Treasury, in concurrence with the Secretary of State and the Attorney General of the'United States, to be an act of terrorism. To be certified, the act of terrorism must be: 1)a violent act or an act that is dangerous to human life, property, or infrastructure; 2)have resulted in damage within the United States, or outside the United States in the case of an air carrier or vessel, or the premises of a United States mission; and 3) have been committed by an individual or individuals acting on behalf of any foreign person or foreign interest, as part of an effort to coerce the civilian population of the United States or to influence the policy or affect the conduct of the United States Government by coercion. You have a right to purchase insurance coverage for losses arising from terrorism, or you may choose to reject the purchase. SELECTION OR REJECTION OF TERRORISM INSURANCE COVERAGE The premium you have been charged for this bond includes terrorism coverage, for a premium of$ which you must pay within 30 days of this offer. THE PREMIUM CHARGED FOR THIS COVERAGE DOES NOT INCLUDE ANY CHARGES FOR THE PORTION OF LOSS COVERED BY THE FEDERAL GOVERNMENT UNDER THE ACT. Note: If you reject the coverage,you must check the box below, sign this form, and return it to the address shown above.The premium will be credited. ❑ I hereby elect to have the exclusion of terrorism coverage apply to this bond. I understand that I will have no coverage for losses arising from acts of terrorism. The undersigned agrees that this election will apply only to this bond. James E. Lee Bond Obligee's Signature Vice President - Old Republic Insurance Company President - Old Republic Surety Company Print Name Vice President - Bituminous Casualty Corporation Vice President - International Business & Mercantile REassurance Co. Date ORSC 22836 (1/2003) Attach to all contract bonds as a cover page. MULTIPLE OBLIGEE RIDER BOND NO. WCN1225788 TO PERFORMANCE BOND To be attached to and form part of Bond Number WCN1225788 with OLD REPUBLIC SURETY COMPANY as Surety, TEMECULA MECHANICAL INC. as Principal,and CITY OF PALM SPRINGS as Obligee, for valuable consideration, hereby agree respectively in connection with a contract for whi•,;h bond and contract are made a part hereof by reference, shall now include as additional Obligee(s) U.S.Department of Interior Bureau of Indian Affairs "Pertaining to Lease PSL-315" This.bond is subject to the condition that no Obligee shall have any right oraction greaterthan those of any other Obligee and shall be subject to all offsets and defenses,however arising,which might be available against any other Obligee, thee"agents and representatives, in addition to any offsets or defenses that might be available against themselves. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 5' rcc•LR"C -CWGGC4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No 51 State of CALIFORNIA OPTIONAL SECTION CAPACITY CLAIMED BY SIGNER County of SAN DIEGO Though statute does not require the Notary to fill In the data below, doing so may prove invaluable to persons relying on the document. On 3/23/2004 before me, DEBORAH D. DAVIS, NOTARY PUBLIC ❑ INDIVIDUAL DATE NAME,TITLE OF OFFICER-Ee,"JANE DOE,NOTARY PUBLIC" PATRICK LEONARD PAMELA J. LEONARD ®CORPORATE OFFICERS) personally appeared , PRESIDENT, SECRETARY NAME(S)OF SIGNERS) TITLES) ®personally known to me-OR -❑ proved to me on the basis of satisfactory evidence ❑PARTNER(S) ❑ LIMITED to be the person(s) whose name(s) is/are ❑ GENERAL subscKbed to the within instrument and ac- ❑ATTORNEY-IN-FACT knowledged to me that he/she/they executed ❑TRUSTEE(S) the same in his/her/their authorized ❑GUARDIAN/CONSERVATOR pEBORAH D.DAVIS capacity(ies), and that by his/her/their COMM.414,2744 ❑OTHER: s b en !o NOTARY DIEGOPUBLIC-CALIFOPNIA rn signature(s) on the instrument the person(s), — ';�r. •�:• saNDlEcocouNTv or the entity upon behalf of which the My Gomrn Exp APRIL21,2007 person(s) acted, executed the instrument. SIGNER IS REPRESENTING: WITLESS my hand and official seal. NAME OF PERSON(S)OR ENTITY(IES) SIGNATURE NOTARY` (/ OPTIONAL SECTION rl THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here Is not required by law, ) It could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE Sureuy Cornpany FJ0V9EM 0 V U Of(r'JCN it-k' KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint: JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA,,';KAREN JEAN HALL, DEBORAH D. DAVIS, OF ESCONDIDO, , CA its true and lawful Attomay(s)-in-Fact,with full power and authority for and on behalf of the company as surely, to execute and deliver and affix the seal of the company thereto(if,a seal is required),bonds, undertakings, recognizanges or other written obligations In the nature thereof,(olflerilian bal bpi dls, II hclepostoiy bonds, inagai deficiency )ond,, mrnlCage yua1'anly I?onds, guar unleer, of inslalhnent )DIM at note guaianly J01 CIS, sell-hhburddco workers cornpe is,0ou bonds guaranleeing payment of benetlrs,esbesies nbolai ent dprr,ract Irnnds,wade mnnnpemont bond",hazoldous wnslo romadintion Uondc a hark long bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE, MILLION, FIVE HUNDRED THOUSAND .($3, 500,, 000) -- -- FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi-colored. This appointment is made under and by authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982.; - RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assisiant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix,the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTI-ER,that any bond,undertaking,recognizance,or suretyship obligation shall bevalid and binding upon the Company (i) when signed by the president,any vice president or assislant vice president,and attested and sealed(if a seal be required)by any secretaryorassistant secretary;or - - (ii) when signed by the president,any vice president or assistant vice president,secretary or assistant secretary, and countersigned and sealed if a seal be required)by a dory authorized attorney-in-fact or agent;or ^ (!it) when duly executed and sealed(if a seal'be required)by one or more attorneys-In-fact or agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons,•' - RESOLVED FURTHER;that the signature of any authorized officer and the seal of the company may be affixed by facsimile to any Power of Atfomey or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to`be affixed this--9-T-H—day of�r—ap_,NUAE y 20-04 OLD REPUBLIOSU L104,OhT6cANY / ^ f - Assistant Secreteiy I, er.v President STATE OF WISCONSIN COUNTY OF WAUKESHA - SS ^ _ On this 9TA day of TANUA -Y 2-01L4 personally came before me, JAMES E. LEE and DAVID G. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the board of directors of said corporation =h NOTAflY 9i T Notary Public iN PUaI,G 2 9'FOFws°°�y My commission expires:_ 02/13/2005 CERTIFICATE " I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY thal the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore, that the Resolution&of the board of directors set forth In the Power of Attorney, are now in force. ' 70 2082 sun, 'I", 23RD MARCH. 2004 �% Signed and sealed at the City of Brookfield, WI this :-.day of MALONEY & AStS,Qr,g,I,,ATES. INSURANCE Assistant retary - _ - Ili,ll Lu.x,;,n U'I_I di r >r h' ri I- 1L tri,aLf41 I ll ,. ��1r II! fl�IL iOrr� ('rNliC)nV Jr � llip' hl4n 'n,l°.,l_Ifi r it n;IIFp, ORSC 22262(1/97) - - TRADE BID TRADE BID PACKAGEN 21 TRADE DESCRIPTION Plumbing BID TOe 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 It PROJECT NO, 02-27 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitationthoss 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 Band, and Permits required by the Contract Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): I Number t Date I eU✓att,.,+y 24 2 t,.vl Number 1 Date 1"lt,-,ra'� .�jl Z,f;•y,l-� Number 3 Date ("�-e.;.-t}q�{ 2-c-1-4 Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost,progress or performance of the Work and has made such independent investigations as Bidder deems necessary. In conformance with current statutory requirements of California Labor Code Section 1860,at seq.,the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Date: I���l� Bidder: 1 L rp tf) By:_ C-✓1ti.l 1, — 161gnrvrel ,- - Title: L'' D ;Lz-I'1 n � TRADE BID TRADE BID FORMS - 2 TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase If Project No. 02-27 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 21 TRADE BID PACKAGE DESCRIPTION: Plumbing TOTAL BID C (INCLU NG PERFO MANCE AND PAYMENT BOND PREMIUM) - Priff5 figures Pnce In words �� —,- Price In wards BIDDER: I r f 6 Si.�naturd TITLE: V DATE: 3 lal I 1 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,. jJ 2. 3. 1 4. F. T. S. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California t ss. County of 1 1, QCLrYUk- j �CY�G_,r� being first duly sworn, deposes and says that he of she of r gnu r a ,P-�rr,hn nr ! Trr 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 manlier, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER �9 y Pc lt�� ��Pi �Y� n(( BY ,- 1,.:1 rt_-I .d , TITLE ORGANIZATION CLVYi kL, PP `")ILLMIAV� c_ SIB L �I A�1I1 �J ADDRESS LBI''l t,, En LE4I y ,,L �'u�l I N, ��' 1 e Q4, -C I, v, t .1' SUBSCRIBED AND SWORN TO BEFORE ME TFIIS/`- DAY OFI1✓kr• an ���(q--dM-� Q ; �, MOMCA C WOLFE p S COMM #1320098 NOTARY PUBLIC IN AND FOR SAID '''-tom _ No ary public - Calltornla COUNTY AND STATE \ a^ oRAvcEcnunry MY COMMISSION EXPIRES: City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 $ I BID BOND KNOW ALL MEN BY THESE PRFSENTS, Thal; TEMECULA MECHANICAL, INC. _ _ as Principal, and OLD REPUBLIC SURETY COMPANY _ _ as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (stw ie in words and figures) �TF F.W.F.NT OF 0% rrnn Porto.[n01.)V WWI..o M at P.RWs II for %he payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents anVtled: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II City PSojBCt No, 02-27 BID PACKAGE NO. 21 - PLUMBING NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the tirne and in the mariner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Ago, ement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Band and Payment Bond, then this a)>ligation shall be null and void, otherwise it shall remain in full force and effect: In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said Cftyi in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 15TH day of MARCH 2()04 TEMECULA MECHANICAL, INC. (SEAL) BY: n� u6'.�Q ✓ ,v� (SEAL) `�' PAMELA J. LEONARD, SECRETARY (SEAL) (Principal) OLD REPUBLIC SURETY COMPANY Isurety) By c a I igneuire) KAREN JEAN I L, ATTORNEY—IN—FACT SEP L AND NOTARIAL By: ACKNOWLEDGMENT OF SURETY sig atw el i R FlO BOND City of palm Springs BID TRADE FORMS -6 I�I OLD REPL3LIC Surety Company POWER OF A_rTORNEY KNOW ALL MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY, a Wisconsin stock insurance corporation, does make, constitute and appoint. JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, KAREN JEAN HALL, DEBORAH D. DAVIS , OF 'ESCONDIDO, CA its true and lawful Ailorney(s)-In-Fact,with full power and authority for and on behalf of the company as surety, to execute and deliver and affix the sisal of the company thereto (if a seal Is required),bonds, undertakings, recognizances of other written obligations in the nature thereof,(other than bail bonds, bankdopository bonds, mortgage deficiency bends, mortgage guaranty bonds, guarantees of Installment paper and note gueranty bonds, sell-Insuance workers compensation bond,guaranteeing payment of benefits,asbestos alcatoment contract bonds,waste management bonds,hazardous waste of nediation Fonds of black lung bonds), as follows: ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED AN AGGREGATE OF THREE MILLION FIVE HUNDRED THOUSAND ($3 , 500, 000) - - - - - - - - - FOR ANY SINGLE OBLIGATION, REGARDLESS OF THE NUMBER OF INSTRUMENTS ISSUED FOR THE OBLIGATION. andto bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys-in-Fact, pursuant to these presents, are ratified and confirmed. This document is not valid unless printed on colored background and is multi-colored. This appointment is made _under and by authority of the board of directors at a special meeting held on February 18, 1982, This Power-of Attorney is signed and sealed by facsimile under and by the authority of the following resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February 18, 1982. �) RESOLVED that,the president, any vice-president, or assistant vice president in conjunction with the secretary or any assistant secretary, may appoint attorneys-in-fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case,for and on behalf of the company to execute and deliver and affix the seal of the company to bonds,undertakings, recog- nizances, and suretyship obligations of all kinds; and said officers may remove any such attorney-in-fact or agent and revoke any Power of Attorney previously granted to such person. RESOLVED FURTHER,that any fiend,undertaking,recognizance,or suretyship obligation shall bevalid and binding upon the Company (it when signed by the president,any vice president or assistant vice president,and attested and sealed(if a seal be required)by any secretary or assistant secretary,or fit .when signed by the president,any vice president or assistant vice president,secretary or assistant secretary, and countersigned and sealed(if a seal be required)by a duly authorized attorney-in-factor agent;or (iii) when duly executed and sealed(if a seal be required)by one or more attorneys-in-factor agents pursuant to and within the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons.. RESOLVED FURTHER,that the signature of any authonzed officer and the seal of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of any bond,undertaking,recognizance,or other suretyship obligations of the company;and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer,and its corporate seal to be affixed this 17TH day of JULY 2003 ) OLD REPUBLIC SURETY COMPANY yJ/ J may' Assistant.,,Secrel ry ,w. President STATE OF WISCONSIN, COUNTY OF WAUKESHA - SS On this 17TH day ofJULY 2003 , personally came before me, JAMES E. LEE and DAVID C. MENZEL to me known to be the individuals and officers of the OLD REPUBLIC SURETY COMPANY who executed the above instrument, and they each acknowledged the execution of the same, and being by me duly sworn, did severally depose and say; that they are said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said Instrument by the authority of the hoard of directors of said corporation. V y�'ryoTaflV" �' Notary Public A ay:• 02/13/2005 My commission expires: Af F W CERTIFICATE I, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation,CERTIFY that the foregoing and attached Power of Attorney remains in full force and has not been revoked; and furthermore,that the Resolutions of the board of di for ,S t fforth In the Power of Attorney, are now in force. ej0s°flEr 1STH T;ARCH, 2004 Signed and sealed at the City of Brookfield, WI this day of o, SEAL ., MALONEY & A-S,SOgIATES INSURANCE —� Assistant,/Scistary Hoer aaaca n rm\ ' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT No.519' State of CALIFORNIA OPTIONAL SECTION� SAN DIEGO CAPACITY CLAIMED BY SIGNER r County of Though statute does not require the Notary to fill in the data below, doing so may prove r invaluable to persons relying on the document. f On 3/15/2004 before me, DEBORAH D. DAVIS, NOTARY PUBLIC ❑ INDIVIDUAL DATE NAME,TITLE OF OFFICER-E G,'JANE DOE,NOTARY PUBLIC" ®CORPORATE OFFICER(S) f personally appeared PAMELA J. LEONARD, KAREN JEAN HALL SECRETARY NAME(S)OF SIGNER(S) TITLE(S) [x]personally known to me -OR-❑ PARTNER proved to me on the basis of satisfactory evidence ❑ (S) ❑ LIMITED If to be the person(s) whose name(s) is/are ❑ GENERAL f f ATTORNEY-IN-FACT subscribed to the within instrument and ac- © f knowledged to me that he/she/they executed ❑TRUSTEE(S) the same in his/her/their authorized r GUARDIAN/CONSERVATOR „ pEBORAHD DAVIS capacity(ies), and that by his/her/their E]OTHER: N nPr" " COMM,41412744 signatures) on the instrument the persorl r w w-ps. ko NOTARYPUBUC-CAI-IPORNIA N or the entity upon behalf of which the + E SAN OIE00 COUNTY My Comm.EXP. APRIL 21,2aN person(s) acted, executed the instrument. r SIGNER IS REPRESENTING: f NAME OF PERSON(S)OR ENTITY(IES) WITNESS my hand and official seal. f r r � r SIGNATURE OF NOTARY OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT G Though the data requested here is not required by law, it could prevent fraudulent reattachment of this form. SIGNER(S)OTHER THAN NAMED ABOVE r Palm Springs Convention Center Expansion Phase II City Project 02-27 List of Applicable Documents For Trade Bid: #21 Plumbing Awarded to: Temecula Mechanical, Inc. 0 Bid Package 1, with drawings 0 Addendum No. 1, with drawings 0 Addendum No. 2 O Addendum No. 2-2, -10, -12 0 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: 21 PLUMBING February 6, 2004 SCOPE OR WORE( PROVISIONS 21- PLUMBING 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 21 Construction Documents, dated February 6, 2004, including the Safety Program dated February 6, 2004 (Exhibit A), Master Construction Schedule for Bidding Information (Exhibit B), dated February 6, 2004, General Liability and Automobile Insurance Limits (Exhibit C), dated February 6, 2004, Document List(Exhibit D), dated February 6, 2004, Construction Manager's Standard Provisions (Exhibit E), dated February 6, 2004, Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004 and Liquidated Damages (Exhibit G), dated February 6, 2004 are to be considered as part of the Work. 2. OSHA 30 Hour Safety Training Policy, as outlined, in the City's Safety Program, dated February 6, 2004. 3. Project Regulations and Logistics. Reference Paragraph "M" of the Scope of Work Provisions. B. Additional Instructions 1. The Contract Documents do not necessarily indicate or describe all Work required for the full performance of the Plumbing Work. Trade Contractor is to provide all items required for the completion of the Work without adjustment to the Price. It is intended that the Trade Contractor shall be solely responsible for the inclusion of adequate amounts to cover all Work indicated, described, or implied, subject to code requirements and the reasonable intent of the Contract Documents. The Trade Contractor acknowledges and represents that they have: a) Visited the site and become familiar with the existing conditions, improvements and the overall physical condition of the site. b) Examined and fully understand the Contract Documents and all other exhibits, attachments, engineering reports, soils reports, special studies, and existing conditions to the extent necessary to perform the Work. The drawings, specifications, and other information listed as Contract Documents indicate the general scope of Work, and do not necessarily indicate or describe everything required for the full performance and completion of the Work. Trade Contractor shall be solely responsible for completing the Work in accordance with code requirements and the reasonable intent of the Contract Documents. c) Had an opportunity to request changes, clarifications and interpretations of errors, ambiguities, omissions and other matters which Trade Contractor has become aware of contained in the Contract Documents and Exhibits. d) Determined all procedures, techniques, phasing, sequencing, and schedules necessary or appropriate to complete the Work. e) Examined and fully understands Safety Manual and its rules, regulations and guidelines. 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 3. Trade Contractor acknowledges that they will be working in an existing, fully functional Convention Center facility, and the work may include working within public right-of ways. As such, Trade 1 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 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 Plumbing 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, 09001, 09002, 09900, 11400, 15001, 15010, 15050, 15060, 15100, 15120, 15140, 15170, 15172. 15190, 15240, 15241. 15250, 15410, 15440, 15450, 15451, 15486, 15990 and 15999 of the Specifications. 4. The word "provide" when used herein shall mean Provide completely, including all costs for labor, material, equipment, travel, hoisting, scaffolding, tools, rigging and any other facilities necessary to complete the Work. 5. The word "remove"when used shall mean remove and dispose, unless otherwise noted 6. All required fees, sales taxes, haul route permits, freight or other ancillary charges associated with the performance of this Work are included. The Building Permit will be obtained and paid for by others. 7. Provide the complete, fully functional, code complying Plumbing work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Provide the complete Selective Demolition of the plumbing 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. 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 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 Plumbing portion of work. 15. The Working hours for the project will be 7:00 a.m. —3:30 p.m. daily. All off-hour work, deliveries must be scheduled through the Construction Manager. 16. Provide, install and coordinate all hoisting, rigging, scaffolding, fall protection and temporary bracing necessary for the safe execution of your Work required by OSHA and the City's Safety Program, which ever is most stringent will apply. 17. Work to be performed in areas: All Work areas shown or on Contract Documents. 18. Trade Contractor is responsible for performing an existing damage survey in areas of Trade Contractors Work in existing areas within five (5) days prior to beginning work. In addition, submit a typed list to Turner Construction Company on your Company's letterhead with the pertinent Company Representative certifying all damage noted is true and the list is complete. Any items not listed by the Trade Contractor's will be the responsibility of the Trade Contractor to correct to the satisfaction of Turner Construction Company and the Owner. Survey should encompass all areas within or around the limits of the demolition and construction. 19. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 20. Delivery of materials and equipment shall be scheduled and coordinated with Turner. 21. Provide layout/verification as required for the work unless noted otherwise. Reference lines and grades only will be provided City's surveying. Provide any required grade/elevation surveys. 22. All excavations shall be shored and braced as required. Loadings from existing structures and utilities and services shall be accounted in the shoring and bracing requirements. Engineered plans for shoring and bracing shall be provided if required. Provide required access/egress/ventilation into all trenches, excavations or confined spaces for all workers and governing agency inspections. 23. All required utility and systems shut-downs, or all area closures are to be scheduled and coordinated in advance with all agencies having jurisdiction of the work, including, but not limited to, the City, Building Department, Engineering, Public Works, Fire Department, Verizon, SCE, Gas Company, DWA, Fire Alarm Monitoring, Building Management Systems, Security and other agencies having jurisdiction, and with the Convention Center through Turner. Perform shut- downs and closures related work on off-hours, or approved schedule time frame as not to disruption of the facility or its systems and operations, as required. Provide 72 hour notification for any scheduled shut down. 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE If CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 21 PLUMBING February 6, 2004 24. Storage space on site is extremely limited. Use, placement and size of Trade Contractor jobsite office trailers and storage bins shall be reviewed and approved by Turner, and may not be allowed. Storage area will be located at the 5 Acre East Lot located at the Southeast corner of Aveinda Caballeros and Amado Road, as noted in the Proposed Site Logistic plan, dated February 6, 2004. Limited Office Trailer space is available to the Trades that are required to provide onsite jobsite offices as noted in the Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004. 25. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 26. Provide on-site dust control and clean-up of soil, including the adjacent sites and streets, during the execution of the work. The PM-10 and SWPPP plans will be provided and maintain by the Site Demolition and Grading Trade Contractor through the duration of the project. However, coordination, removal and replacement of PM-10 and SWPPP measures to accommodate your work will be this Trade Contractor's responsibility. Coordinate your work, including impacts to the above plans with the Site Demolition and Grading Trade Contractor prior to start of your work. 27. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 28. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 29. Protect in place all new and existing work within the demolition and construction limits, and the existing Convention Center that will be remain, reused, reworked or reconnected, unless otherwise noted. 30. Protect all site structures, including, but not limited to, cleanouts, manholes, Porte Cochere 100 AMP service, inlets, gas meters, transformers, devices, water valves, irrigation meters, water valve cans, vaults, pullboxes, within the demolition limits that remain, reuse, rework, or relocate, unless otherwise noted. 31. References to Plumbing Demolition Trade Contractor shall mean Plumbing Trade Contractor. References to Plumbing Trade Contractor shall mean Plumbing Demolition Trade Contractor. 32. Specifically refer to Cutting and Patching, specification section 01732, and Selective Demolition, and Appendix Demolition Photographs, specification section 01735 for additional demolition, patching, reuse, rework or reconnect work required by your scope of work. 33. Site shall be enclosed with construction fencing with the boundaries conveyed on the proposed Site Logistic plan, dated February 6, 2004. All temporary removal, relocation and replacement of fencing to perform your work will be this Trade Contractors responsibility. Coordinate removal, relocation and replacement of fencing with Turner 72 hours in advance of commencement of work. Specific Scope: 1. Provide all labor, material, equipment, for the complete, fully functional, code complying and operational plumbing system. Including, but not limited to, all domestic water, gas, condensate, trap primers, sanitary and grease waste and vent systems. Include all required equipment, fixtures, water closets, urinals, lavatories, sinks, service sinks, electric drinking fountains, 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 hardware, trims, piping, hangers, supports, brackets, fittings, unions, flanges, tees, wyes, escutcheons, valves, valve boxes, drains, hub drains, floor drains, utility floor boxes, trench drains, s.s. custom troughs, floor sinks, traps, trap primers, wall cleanouts, clean-outs, vents, hose bibs, S.O.V's, pressure reducers, pressure regulators, RPV stations, eyewash, backflow, preventer, insulation, labeling and required and components. 2. Coordinate all plumbing work for proper fit and installation, as the mechanical, electrical and plumbing drawings are schematic and diagrammatical only. 3. Coordinate and provide all demolition of existing plumbing equipment, fixtures, and piping and with Selective Demolition contractor. Make safe for all work prior to demolition. This specifically includes capping existing roof drains, overflows, floor drains, trench drains, water coolers, gas piping, eyewash stations, floor sink and demolition locations. Restore services as required to all areas outside the limits of the demolition work area or required for relocation. 4. Provide a Project Superintendent to oversee the overall plumbing 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. 5. Demolition of east Main Lobby Pre-function will not commence until after temporary partitions are installed and utilities & MEP that are routed through the demolition areas are re-routed and service is re-established. 6. Provide protection barricades and fall protection, including OSHA approved safety notification signage over all penetrations and openings until permanent construction is in place. 7. Demolish all plumbing equipment, devices, fixtures, piping and supports in areas to be demolished. Trade Contract will responsible for the plumbing safing and demolition and the plumbing reconstruction in certain areas. 8. Provide all plumbing tie-ins and shut downs will be coordinated with the Convention Center and other trades through Turner so that there is no impacts to the existing facilities or operations. 9. Provide capping of all floor box waste piping terminated at existing loading dock walls. 10. Provide all plumbing demolition, tie-ins and shutdowns and coordinate with the convention center and other trades through the Turner so that there are no impacts to the existing facilities, services or operations. 11. Provide all new temporary utilities as listed in the Contract Documents, Bid Package 1, Exhibit "F", dated February 6, 2004. 12. Provide all roof jacks for new penetrations. 13. Provide new roof and overflow drain and assemblies. Coordinate with Roofing and Metal Decking Trade Contractor. 14, Provide layout, sawcut, remove, dispose of all concrete and floor finishes at new plumbing trenches, new, relocated or demolished floor troughs, floor sinks, floor drains and floor boxes, and piping as required. 15. Provide all excavation, backfill and recompaction at all trenches. 16. Provide backfilling and compaction of all utility trenches after final completion of site work tie-ins. 17. Stockpile all surplus spoils at a location determined by Turner's Superintendent. Protect underground pipe from corrosion as necessitated by soil conditions. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA _ TRADE BID NUMBER: 21 PLUMBING February 6, 2004 18, The Trade Contractor shall close open ends of pipe, using watertight plugs or other approved means, to ensure that absolute cleanliness is maintained inside the pipe/ piping during construction. 19, Provide for pumping of trenches and turning of excavated soil for drying in case of rain. 20. Pothole for locations of all utilitieslexisting lines. Backfill and re-compact. 21. Provide excavation, backfill and re-compaction of all trenches in accordance with the Contract Documents including the "Geotechnical Exploration Report", Dated April 17, 2003. Grade will be left to+/-0.1 of a foot. 22. Include continuous dust control during work. 23. Provide and maintain delineators and caution tape for trenching at all times for the duration of your work. 24. Provide new hot water heaters and shall piping and related components for a fully functional, code complying hot water system. Trade Contractor shall provide start-up of the new boiler. Trade Contractor shall demo existing boiler and unused piping and supports after tie-in, start up and acceptance so as not to impact existing facility. 25. Provide all gas piping, including tie-in to new gas meter location, new HVAC and kitchen equipment . for a fully functional, code complying gas system. Re-route gas piping for relocation of existing gas meter. Coordinate gas meter relocation with Gas Company. 26. Provide all gas piping relocation at new BOH Circulation#408. 27, Provide demolition of existing loading dock trench drains. Coordinate with Selective Demolition, Site Demolition and Grading, Wet Utilities Trade Contractor's. Area demolition and construction will be phased in accordance with schedule. 28. Provide new trench drains at loading dock ramps. Coordinate this work with the Wet Utilities and Concrete Trade Contractor. Deliver grates angles for installation by the Concrete Trade Contractor. 29. Provide demolition of all condensate lines at demolished equipment, and shall cap and make safe. 30. Provide all condensate piping to all new HVAC and kitchen equipment to final locations approved by code. 31, Provide all new trim and angles stops at relocated fixture and equipment as required. Provide connection of roof/overflow drain piping to storm drain system laterals and stubs. Coordinate with Wet Utilities Trade Contractor. 32. Provide re-work of existing loading dock canopy to ensure proper drainage at location of demolition area. Coordinate with Roofing Trade Contractor. 33. Provide all Water Heaters with all piping, drain valves, ball valves, expansion tanks, and related components. 34. Provide new 4" sanitary sewer line and cleanouts from sewer mainline. Provide, but not limited to, all sawcutting, demolition, removal & replacement, concrete replacement, excavation, compaction and backfill associated with this work. This work must take place prior to the new lift station and removal of existing lift station. 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE it CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 35. Remove existing 10" main clay sewer piping and installed new 10" cast piping. Demolition and installation of 10" line shall be phased so that there will be no interruptions to the Convention Center operations. Provide an electronic survey during installation of new 10" sewer line. Provide Survey as-built of the new flow line (inverts) to City Building Department through Turner. 36. Relocate eyewash stations at central plant mechanical room. 37. Repair roof drains at roof well at Z.5 at 26 and 32 as required due to the demolition of roofing and exterior walls. 38. Provide all water floor boxes, piping and related components for the complete fully functional code complying utility floor box assemblies. Provide sealants at all floor boxes. 39. Trade Contractor will review kitchen equipment plans and shop drawing for coordination, and shall provide hook-up of all food service equipment as shown on Food service and plumbing plans. Work shall included, but not limited to, all water, waste, condensate and vent piping, installation of s.s. custom troughs & grates, all floor sinks, fixtures, garbage disposal, hand sinks, s.s splash guard. Provide water piping, shut-off valves and water filters for Ice Machines. 40. Remove existing EWC at gridline 32 between W.3 and W.9. Reinstall EWC and all associated piping. 41. Provide all piping insulation and labeling. 42. Provide pipe insulation at domestic cold water line at ceiling of new corridor#408 west of gridline R.2 between gridline 34 and 35. 43. Provide splash blocks at existing kitchen roof/overflow drains at southwest side of site. 44. Coordinate all equipment pad locations with Concrete Trade Contractor. 45. Provide sleeves for all piping running through foundations and footings. 46. Provide all site French drains at back of site retaining walls and foundation where specified by plans or soils report. Work shall include, but not limited to, retaining walls at Amado Road, seat walls at Calle Alvarado and walls at Andreas Road. Connect lines to storm system. Coordinate with the Waterproofing, Grading and Wet Utility Trade Contractor's. 47. Provide the relocation of the gas meter and associated piping. This work shall include relocation of all gas piping in and affected by the area of demolition and new construction of the new BOH Circulation corridor#408. This, specifically includes, the relocation of the emergency eye-wash & shower within the demolition area. Emergency eye-wash & shower shall include intercept, relocation, re-routing and reconnection of the water, waste and vent piping and equipment associated with the emergency eyewash & shower relocation. Gas meter relocation Work shall include intercept, relocation, re-routing and reconnection of the gas piping and equipment associated with the gas meter relocation. Gas meter shall be relocated by the Gas Company. Trade Contractor recognizes that shut-downs and reconnection of the gas system and associated equipment shall be performed during off-hours to minimize the impacts to the Convention Center operations. 48. Provide gas piping relocation and hook-up of existing natural gas emergency generator. All shut- downs and reconnection of the emergency generator shall be performed during off-hours to minimize the impacts to the Convention Center operations. 49. Cap all water, waste and vent and electrical servicing the fountain at east Main Lobby Pre- function. 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 50. Trade Contractor shall relocate floor sinks, drains and cleanouts as required for the new construction. This specifically includes, but not limited to, cleanout located in the new building footprints. Relocate cleanout to outside building footprint or as required by code. 51. Trade Contractor shall provide all fixtures at s.s kitchen work counters, sinks, s.s. floor troughs, including those shown on the kitchen equipment plans. 52. Provide pressure testing for below and above ground plumbing systems. 53. Provide all floor drains and floor sinks for kitchen, mechanical equipment and fire sprinkler line drainage. Each shall be coordinated with equipment drain outlet location and requirements. 54. Provide connection of all plumbing systems outside building footprint. Coordinate with s Wet Utilities Trade Contractor. 55. Provide all miscellaneous backing for the Work. 56. Provide all required seismic restraint and vibration isolation for piping and equipment in accordance with all applicable codes. 57. Furnish anchor bolts and all other concrete embed items as required for proper installation of plumbing equipment. All embed items shall be furnished to concrete trade contractor in order to accommodate concrete pour schedule. 58. Provide, layout and install all inserts for pipe and equipment hangers. 59. Provide all required shop drawings, templates, and sleeves. Shop drawing should include all sleeve and penetration requirements. Include dimensioned plumbing equipment shop drawings as required for the installation of concrete equipment pads and curbs. 60. Submit a list of electrical requirements from the manufacturer for all plumbing equipment requiring line voltage within (3)weeks from the Award of contract. 61. Provide layout and coordinate all floor openings, sleeves, inserts, penetrations and pads with Other Trade Contractors. Field measure and confirm all floor opening dimensions required for the plumbing work. Notify the Turner immediately of discrepancies or conflicts. 62. Provide all cutting, drilling, patching and repair as required for installation of the plumbing work. 63. Coordinate all plumbing work with other trades. 64. Participate in coordination review meetings with other MEP Trade Contractors to assure that conflicts between building services are minimized during the demolition and installation phase. The coordination drawings shall include sepias, light table overlays with other trades and may necessitate additional detailing time to assure a complete coordinated installation. 65. Coordinate through Construction Manager, all Soils, City and Deputy inspections. 66. 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. 67. Furnish all plumbing access doors as required per code and for inspection and accessibility. Include costs for layout and distribution to the applicable work area. Installation of these access panels into the drywall partition system will be by others. 68. Provide sheet metal closures, blockouts, flashing, and counter flashing required for the plumbing work at floor and wall penetrations. Provide lead (lashings where required. 69. Provide off-site disposal of chemicals used for the treatment and cleaning of piping and equipment in accordance with environmental legal standards. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 70. Provide chlorination of lines and all chlorination/bacteria test results to City through Turner. 71. Provide all required permits and inspections for the Work. Schedule and participate in all necessary inspections. Include cost for premium time as required. 72. Provide any necessary "out of sequence work" required for proper coordination and installation of all associated work. 73. Maintain a current set of"as-built' plumbing drawings and submit monthly updates for review prior to monthly payment applications. 74. Provide all testing, balancing, and adjusting for your work with associated submittals and test reports. 75. Provide documentation of all pressure tests. Copies shall be included in closeout manual. 76. Provide full and complete training to the Owner prior to final acceptance of all plumbing equipment and fixtures. The manufacturer or accepted certified representative shall perform training. 77. Submit operation and maintenance manuals two (2) months prior to acceptance of the plumbing work. Trade contractor agrees progress payment will be held of the submission of the operation manuals is late. "As-builts" and warranties must be submitted within fifteen (15) days after completion of the Work. 78. Provide protection of existing ice harvester located at northside of site during the course of your work. 79. Provide on-site dust control and clean up for your work. 80. Comply with all regulations and laws applicable to handling and disposing of any demolished material. 81. Protect existing gas meter for duration of work including location of relocated gas meter. 82. Provide barricades to protect the Convention Center pedestrians, employees, conventioneers and other Trade Contractors working near and around the areas of above ground plumbing work. Provide all safety notification signage within the interior and exterior of the area for notification of ongoing demolition throughout the project. 83. Provide barricades to protect the Convention Center pedestrians, employees, conventioneers and other Trade Contractors working near and around the underground plumbing work. Provide shoring or grading cut back of soil, if required, at location of demoed loading dock walls. 84. Temporary walls note #37, Architectural Sheet, A1.0.01 required to "block-off demolition and reconstruction at Oasis #1, Oasis #2, Oasis #4 & Oasis #5 will be provided by the Drywall/EFTS Trade Contractor. 85. All complete demolition, including "high" work shall take into consideration the safety of all workers, pedestrians, employees, conventioneers, and with no impact to the existing structures, facilities and systems. 86. Demolish all Plumbing equipment, devices, piping, and fixtures in areas to be demolished. Demolition Trade Contract will responsible for the plumbing demolition, utility safing and reconstruction in certain areas. 87. Provide all saw cutting for items to be demolished. Protect all adjacent surfaces. 88. Remove and discard all MEP items as indicated on Drawings and specifications after safe-off and salvage operations. 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 89. Provide ventilation for any exhaust-producing equipment within the building or confined spaces. 90. Provide diligent efforts so that dust is not introduced into the Building Outside Air Supply, louvers, or building Air Intake locations during site demolition. This specifically includes louvers located at mezzanine mechanical room. 91. Provide diligent efforts so that dust is not introduced into the Building return air system, louvers, or building Air Intake locations during interior demolition. This specifically includes louvers located at mezzanine mechanical room. 92. Protect all existing finishes and materials to remain. 93. Provide all scaffolding, lifts, safety equipment, etc. as required to safety and fully complete the Plumbing scope of work. 94. Discard of all equipment not to be reused, relocated or salvaged in compliance with state and local regulations for disposal. 95. Provide all testing, cleaning, and flushing as specified. 96. Provide continuous testing of all pipe systems for detection of leaks. 97. Provide protection over all penetrations and openings until permanent construction is in place. This includes all safety and weather protection. 98. Coordinate metal decking removal for all roof /overflow drains. Provide fall protection and coverage over all openings. 99. Provide underground demolition within the building footprint where require. Coordinate all site utility relocation and demolition with Wet Utilities Trade Contractor. 100. 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. 101. Remove drywall where required for new work. However, areas shall be coordinate with the drywall/EFIS and a list of areas provided where drywall or EFIS was removed. 102. Provide fire-safing assemblies, including sleeves and sealants at all penetrations through new and existing rated walls, floors, ceilings and roofs. Scope of Work Allowances: A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City at the end of the project for any remaining unused hours. Turner Construction Company Field Superintendent will issue authorization to your Firm to begin the utilizing the allowance hours. The Trade Contractor will provide a Daily Time Ticket with a description of work, manpower quantity, and the number of man-hours worked. Trade Contractor Daily Time Ticket must be presented daily to Turner Construction Company for approval. Upon completion of the Work performed within a given month, the Trade Contractor is to present the monthly cost to Turner Construction Company in the form of a Trade Contractor Request for Change Order with Daily Time Tickets that reflect the time, material and equipment cost attached. All Final Costs associated with the Work, upon Turners approval, will be reconciled and issued to your Firm in the form of a Trade Contractor Change Order by the City. A Change Order must be executed by both the City and the Trade Contractor prior to billing for this work. The following Allowances are specifically included in the Trade Contractor's work: 1. None. 10 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 I, PLUMBING February 6, 2004 D. Exclusions The following items are specifically excluded from the Work: 1. Building Permit fees by Owner. 2. Testing for or removal of Hazardous Material by Owner. 3. Temporary Boundary Fencing. 4. Lift Station 5. Gas Meter 6. Water Meter 7. Sewage Usage Fees E. Taxes 1. All sales, use and other taxes which may be required must be included. F. Insurance Requirements 1. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 1,000,000.00, including: a. Premises and Operation b. Elevators G. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures, 2. Turner Construction Company shall be named as additionally insured on all required insurance certificates/policies G. Material Delivery, Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. Use designated areas, as determined by Construction Manager for all dumpster, deliveries, truck loading, material storage and equipment staging locations. Coordinate delivery, routing, staging, storage, dumping, pick-up of all dumpster, deliveries, truck loading, material storage and equipment staging with Turner's Project Superintendent. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 11 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. H. Mock-Ups—As noted in the Contract Documents. I. Schedule 1. All Work is to be performed in accordance with the 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. 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 punch list 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 Contractors 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. 12 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 d. Demolition of Oasis 5 will be considered a separate move-in. e. BOH Circulation#408 will be considered separate move-in. f. Gas meter and piping relocation will be considered a separate move-in. g. Emergency Generator will be considered a separate move-in. 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. m. French drain installations will be considered a separate move-in. I. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: a. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. K. Submittal Schedule 1. Provide a fully itemized submittal including material and equipment lead time, including shipping and delivery dates. Provide weekly shipping schedules and delivery dates, including schedules of shipment"PRO#'s" as requested by the Construction Manager. 2. Provide complete shop drawings, samples and product data submittals as required and per specifications for approval within three (3)weeks of the Contract Award, L. Other Information: 1. The name and address of the Owner is: City of Palm Springs 3200 E. Tahquitz Canyon Drive Palm Springs CA 92262 760-323-8239 2. The Project is being funded by City of Palm Springs. There is no lender. 13 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 21 PLUMBING February 6, 2004 3. The Trade Contractor shall have one key field supervisory staff person register and complete, within three months of contract award, the Turner/OSHA 30 hour safety certification training course via the Turner Knowledge Network (TKN) on the Internet($595 per person). M. Project Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. f) No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) Once again, cleanup is to be done on a daily basis. Cleanliness is a major attribute to safety. Trade Contractor shall provide one (1)journeyman laborer for every ten (10) of it employees for a composite clean-up crew. Composite clean crew will be used at the direction of Turner Superintendent or Safety Manager. i) Trade Contractor Daily Reports (DCR). j) Trade Contractor Daily Equipment Inspection List. 2. Each Trade Contractor is to provide a fully qualified field foreman. The same foreman that starts the project will remain on the project until completion. The foreman will maintain safety, DCR's, Daily Equipment Inspection Lists, and proper conduct amongst the Trade Contractors field forces. 3. All supplier's personnel and vehicles shall enter and leave the site through gates designated by Turner. Vehicle access will be limited to approved vehicles essential to efficient work performance. 4. All deliveries shall be scheduled with Turner's Project Superintendent a minimum of forty-eight (72) hours prior in advance. END OF SCOPE OF WORK DOCUMENT 14