Loading...
HomeMy WebLinkAbout04845 - K&S AIR CONDITIONING CONVENTION CENTER EXPANSION CP02-27-22 DOCUMENT TRACKING Page: 1 Report: One Document Detail April 21, 2006 Condition: Document Number a4845, Document# Description Aooroval Date Expiration Date Closed Date A4845 Convention Center Expansion Project Phase li Cp02-27 03/17/2004 10/01/2005 Company Name: K & S Air Conditioning Address: 143 E. Meats Avenue, Orange, CA 92865 Contract Amt. Total Paid Balance Group: PROCUREMENT $2,626,332.00 $2.626,332.00 Service: NOC xRef: PROCUREMENT Ins. Status: A policy has Expired. Document Tracking Items: Due Completed Tracking Amount Amount Code Item Description Date Date Date Added Paid NOC 2005-0717440 in file 08/31/2005 CO 5--to CM for sig - in File 02/23/2006 $-30,336.00 CO 4--in file 11/07/2005 $4,504.00 NOC del by A Smoot to Rec Off 08/29/2005 CO 3- incr$14,076.00- In File-distrib to 07/11/2005 $14,076.00 Procurement R 20885 CO 1 decr$22,000 - in file 03/31/2004 $-22,000.00 CO 2-incr$11,345.00- in file 03/07/2005 $11,345.00 distr to dept 04/15/2004 R 20855 $2,648,743.00 - in file 03/17/2004 $2,648.743.00 END OF REPORT* * * * * * rJ U ti� `"Z DOC a 2005-07 1 744 0 s 08/31/2005 08:00A Fee:NC Page 1 of 2 PLEASE COMPLETE THIS INFORMATION Recorded in Official Records RECORDING REQUESTED BY: County of Riverside Larry W. Ward Assessor, County Clerk & Recorder AND WHEN RECORDED MAIL TO; III II II III II I III II III I II City Clerk M S U PAGE SIZE DA PCOR NOCOR SMF "Sc- City of Palm Springs / 2 P.O. Box 2743 Palen Springs, California 92263-2743 (r A R L COPY LONG REFUND NCH; EXAM Space above this line for recorders use only r TRA. NOTICE OF COMPLETION OF DTT: Title of Document i I I TH-IS AREA FOR REV`�ORDERS US 0NLY THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION ($3:D0 Additional Recording Fee Applies) ACR 238P-AS4REO (Rev. 0212003) 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 Pahn Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall,3200 E. Tahquitz Canyon Way,Palm Springs, California(P.O. Box 2743,Palm Springs, California 92263-2743). 4. The public work improvement on the hereinafter referred to real property within the city was COMPLETED on the 29th day of August, 2005. 5. The name of the contractor(if named) for such improvement was: K& S 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, HVAC. 7. The property or location of said property is: 277 N. Avenida Caballeros,Palm Springs, California, 92262. 8. City Project No: 02-27 Agreement No. A4845 Resolution No. 20855 DATED: O 2F 0 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 Palm Springs, California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation;that he has read the foregoing Notice of Completion, and knows the content thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. ^� City Clerk Index No. I ill II I I I I I III I II I IIIII I IIIII II III oar3002 £1 s4eeR I I CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER i To: K&S Air Conditioning Date: January 6, 2005 143 E. Meats Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 5 Purchase Order No. 416622 Attn: Bob Gadde Agreement No. 32" Account No. 4283-50003 Description of Change to be Made: Add/ Amount Description Deduct 1. Install transducers to control existing actuators @ Existing Chiller for BMS Add: $ 0.00 control. PCO#1005. 2. Add new float at existing cooling tower to bring the water to be at the same Add: $ 1,107.00 level as the new tower. 1-6-06, K&S agreed to split the charge of$2,214. PCO #1011. 3. Cost for K&S to balance the existing system. PCO# 1027 Add: $ 0.00 4. Cost to mediate the white rust on the new cooling tower. PCO#1030 Add: $ 0.00 5. Cost to provide 5 circuit setters on existing equipment. Circuit setters were Add: $ 7,380.00 required to perform the hydronic balancing to the existing system. Proposal from K&S was based on 7 circuit setters, it was agreed to pro-rate the cost for 5 circuit setters on 1-6-06. PCO#1034. 6. Cost for Turner General Conditions for the November and December of 2005. Deduct: $ (38,823,00) Cost incurred due to K&S untimely completion of the project. TOTAL DEDUCT: ($30,336.00) AUTHORIZATION FOR CHANGE: PCO's: 1) 1005; 2) 1011, 3) 1027, 4) 1030, 5) 1034, 6) 1038 Summary of Cost/Time Original Contract Price $ 2,648,743.00 Total of all Previous Change Orders $ 7,925.00 Total of this Change Order $ (30,336.00) Total Contract Price $ 2 626 332.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 / working days. I have received a copy of this Change Order Constr. Manager: z, 110 and the ab ove AGREED PRICES are acceptable Approval: / Date:to the; contractor. Turnerdg stru t' nCo pany f - City Approval:By: Y �RI C, Submitted By: Date:p�7 qg Owne p esentati Title: Sii7 s�C,, 7 �p /t Approved by: Date: Date: nistratorVU Distribution: `-ATTEST: Original Conformed Copies,; Confo ed --File Copy TPROUED BY CITY COUNCIL City Clerk Project Administrator (1) 9 Contractor (1) Procurement& Contracting (1) � p�t5% D y ity _flerk Finance 1 Owner's Representative (1) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: K&S Air Conditioning Date: October 13, 2005 143 E. Meats Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 4 (Page 1 of 2) Purchase Order No. 416622 Attn: Bob Gadde Agreement No. 22 Account No. 4283-50003 Description of Change to be Made: Add/ Amount Description Deduct 1. Backcharge to remove & replace damaged curbs at Alvarado Rd. Deduct: $ (2,000.00) 2. Relocate chiller flue as required by plan check and due to existing gas line. Add $ 2,665.00 3. Cost for PSCC to provide and chemically treat HVAC piping after tie-in by K& Deduct: $ (900.00) S Air prior to automatic chemical treatment system commencing. 4. Repair damaged gutter at Loading Dock. Deduct: $ (1,137.00) 5. Backcharge for steel contractor to set& rig AHU's on west side. Deduct: $ (938.00) 6. Backcharge to repair broken sprinkler drop at DID Line. Deduct: $ (250.00) 7. Provide HVAC controls/power for new VFD at existing AHU #13. Add: $ 6,104.00 8. Backcharge to repair damaged drywall at Exhibit Hall. Deduct: $ (325.00) 9. Work overtime on Saturday, 5/7/05 Add: $ 822.00 10. Work overtime on Saturday, 5/14105. Add: $ 1,455.00 11. Backcharge to patch drywall at Maintenance Shop/ Electrical Room. Deduct: $ (538,00) 12. Work overtime on Saturday, 5/21/05. Add: $ 910.00 13. Backcharge to repair damaged sprinkler head at Exhibit Hall. Deduct. $ (800.00) 14. Backcharge to clean up debris at New Loading Dock. Deduct: $ (800.00) 15. Backcharge to repair damaged sprinkler head at Ballroom. Deduct: $ (1,200.00) 16. Wire solenoid at existing Chemical Treatment. Add: $ 474.00 17. Provide new butterfly valve to existing AHU #13. Add: $ 962.00 TOTAL ADD: $4,504.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 120, 2) 200, 3) 253; 4) 446; 5) 485; 6) 579; 7) 609; 8) 618; 9) 634; 10)681; 11) 686; 12) 696; 13) 718; 14) 766; 15) 843, 16) 1010; 17) 1012 Summary of Cost/Time Original Contract Price $ 2,648,743.00 Total of all Previous Change Orders $ 3,421.00 Total of this Change Order $ 4,504.00 Total Contract Price $ 2,656,658.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 working days. CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: K&S Air Conditioning Date: October 13,2005 143 E. Meats Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 4 (Page 2 of 2) Purchase Order No. 416622 Attn. Bob Gadde Agreement No. 22 Account No. 428 -50003 I have received a copy of this Change Order Constr. Manager: 7 and the above AGR'�ED PR 'F -ar ceptable Approval: Date: / to the contrdctpr. �� Turner C nstruct rs nCp�ny City ApprovaC l2 �xr By: / k� .''�'�G Submitted By: ate: � Own Representative Title: Approved by. Date: Date: /'- "��� Project ator Distribution W I1T Original Conformed Copies Conformed - Fj Co City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) APPROVED BY CITY COUNCIL ©� pALM Sp U M E M O R A N D U M % ,TtatkeS TO: Mari Lynn Boswell /Procurement Office FROM: C Kathie Hart, CMC Chief Deputy City Clerk DATE: July 11, 2005 SUBJECT: K & S Air Conditioning CO 3 to A4845 cc: File Please find attached a copy of the CO 3 to A4845 with K & S Air Conditioning for the Convention Center Expansion Project. We have retained an original our files. Please feel free to contact me if there are any questions, ext. 8206. /kdh attach. CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: K&S Air Conditioning Date. June 3, 2005 143 E. Meats Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 3 Purchase Order No. 416622 Attn: Bob Gadde Agreement No. -�22" Account No. 4283-50003 Description of Change to be Made: Description Add/ Amount Deduct 1. Incorporate Issued for Construction Plans Volumes 1 of 3, 2 of 3&3 of 3 and Project Add: $ 11,304.00 Specifications Volumes 1 of 2&2 of 2 dated May 10, 2004 into your firm's Scope of Work. 2. Provide credit for power/Telephone setup to trade contractor compound provided by Deduct. $ (2,000.00) Owner. 3. Incorporate RFP#2 dated June 16, 2004 into your firm's Scope of Work Add: $ 0.00 4. HVAC modifications to coordinate with joist X-bracing/spacing modifications and lights Add: $ 0.00 /ductwork conflicts at Exhibit Hall in accordance with RFI#587. 5. Relocate HVAC diffusers at existing women's restroom and rework installation of Add: $ 0.00 existing diffusers at ticket booth and surrounding areas caused by rain damage on 12/7/04 and subsequent rains. 6. Provide credit for electrical to temp. power to HVAC pumps @ Mach. Mezzanine, as Deduct: $ (548.00) change out of parts and shutdown was not coordinated with electrical startup which caused shutdown of existing operable pumps. 7. Install AHU coil piping at all OFCI AHU's. Add: $ 0.00 8. Credit for electrical trade contractor to repair damage of Exhibit Hall light conduits (b/c). Deduct: $ (288.00) 9. Authorize overtime for Saturday,4/16/05, as follow up to our jobsite schedule meeting Add: $ 1,355.00 of 3/29/05. 10. Authorize Overtime for Saturday,4/23/05, as follow up to ourlobslte schedule meeting Add: $ 1,355.00 of 3/29/05. 11. Provide power to new and existing chemical treatment equipment required for start up. Add: $ 1,733.00 12. Authorize Overtime for Saturday, 4/29/05, as follow up to our jobsite schedule meeting Add: $ 1,165.00 of 3/29/05. TOTAL ADD: $14,076.00 AUTHORIZATION FOR CHANGE; PCO's. 1) 1,2)57, 3)77, 4)259; 5)307; 6)367, 7)411,8)423, 9)571, 10)595; 11)612; 12)616 Summary of CostlTime Original Contract Price $ 2,648,743.00 Total of all Previous Change Orders $ (10,655 00) Total of this Change Order $ 14,076.00 Total Contract Price $ 2 652 164 00 This Change Order(increases)(decreases)(unchanged)the contract time by 0 working I have received a copy of this Change Order Constr.Manager and the above AGREED PRICES are acceptable Approval: L Date: 15 105 / to the contractor. ,iXy Turne) stru ny _ r7.* City Approval: '� �Qv-.BY _2 y.—v—_ '�� Submitted R Date: r' Rep esentative a " so' Title:-,7 rYs ._ems-� .PCiJVr,94%e'i"_ y '1 ` - ` Approved by: l 1 Date: f�g� Date: �""'^'-l' r d irli ti for Distribution Oncinal Canfonned Cou,es Conformed-File Cap v �" ������GIlppp®11[11 O�f��`N COUNCIL Qdy Clerk (1) Project Administrator (11 APPROVED D IJ CITY C1AP.NCIL -Contractor (1) Procurement&Contracting (1) NTH i Finance i'Q,i JI ,�aNgCi aD�.�"ie.e}iw Owner's Representative '.dif�.� .�---..e,�, Turner Construckon (1) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE IIv CONSTRUCTION CHANGE ORDER To: K& S Air Conditioning Date: February 16, 2005 143 E. Meats Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 2 Purchase Order No. 416622 Attn: Bob Gadde Agreement No. 2T Pt Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount Provide a complete chemical treatment and controller systern with PH Add:: $11,345.00 control, as discussed in our Jobsite Meeting of November 18, 2004. Controller and chemical treatment will service existing equipment including, (approximately 500 tons) and shall include, but not limited to, chiller, cooling towers and ice harvester. Existing water to be sampled prior to tie-in of new controllers and chemical treatment system. K & S acknowledges that there were treatment chemicals that the Palm Springs Convention Center purchased, on behalf of K & S, as tie-ins were made by Martin Mechanical to the existing system without treatment. Furthermore, additional treatment (approximately five months) beyond the current scope of work and the credit for treatment chemicals purchased by PSCC will be reconciled through a separate change order. TOTAL ADD: $11,345.00 AUTHORIZATION FOR CHANGE: PCO 113 Summary of Cost/Time Original Contract Price $ 2,648,743.00 Total of all Previous Change Orders $ (22,000.00) Total of this Change Order $ 11,345.00 Total Contract Price $ 2,638,088.00 This Change Order(increases) (decreases) (unchanged)the contract time by orki days. I have received a copy of this Change Order Constr. Manager: v �1 and the above AGREED FE, are acceptable Approval: Date: to the co c Turner p tru i any City Apprq ��- A M By: Submitted By: K a s` Date_) % " _„s Ow er's Represent five Title: p,J 9f Approved by: 0, �/AA Date: Date: �O ^ �� ProjectAdministrator Distribution: Sz, %;.yr Frf( N•,V T L.��fV I,�j�>d6�i�:,�Carriti b� fu e� ill�':: Original Conformed Copies Conformed - File Ca'pv' ­ `­ l _ - -- CityClerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) N Finance (1) �� Owner's Representative (1) Turner Construction (1) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: K& S Air Conditioning Date: April 30, 2004 143 E. Meats Avenue Project No. 02-27 Orange, CA 92865 Change Order No. 1 Purchase Order No. 416622 Attn: Bob Gadde Agreement No. -2- 1AQjtio� Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount Delete costs of mechanical permits and additional BMS control system owner Deduct: $ (22,000.00) training. TOTAL DEDUCT: ($22,000.00) AUTHORIZATION FOR CHANGE: City Council via Resolution No. 20885 dated 3/31/04. Summary of Cost/Time Original Contract Price $ 2,648,743.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ (22,000.00) Total Contract Price $ 2,626,743,00 This Change Order(increases) (decreases) (unchanged) the contract time by D orking days. I have received a copy of tl�i's Change Order Constr. Manager: ` 6 p and the aboveAGREEr FR' E3 are acceptable Approval: Date: to the copt�aefor �� Tur er O, struc i�p' m any City Approves By: C r L y �� R;/O Submitted B : /1s��� v�� Date: � � v/ Owner's Representative Title. )))))) �/ p Approved by: �� l Date: Date �/ — �� Pr j Ad inistrator� 0 PROVED BY: �/ zv®a� Distribution: 4CiYiManager ' Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) ;;1Tu n IQ1,1 tr "7t; ft-1l v(9) , PF ^ =garV oUt, �..1 . K&S Air Conditioning Convention Center CP02-27-22 AGREEMENT #4845 R20855, 3-17-04 AGREEMENT THIS AGREEMENT made this ° � �t�,day of uYY V 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 K & S Air Conditioning. Inc., hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City Contract's contract Documents entitled: Palm Springs Phase II Palm Springs Convention Center Expansion Phase II City Project No 02-27-22 The work is generally described as follows: All that Work set forth in the Trade Bid Schedule of the bid Forms, as awarded by the City of Palm Springs, pursuant to the Contract Documents for the City Project No. 02-27- 22, 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 ($2,648,743.) The City shall pay the contractor for the completion of the Work hereunder in accordance with the Contract Documents in current funds the Contract Price(s) named in the Contractor's Bid and accepted Bid Schedule. ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of : notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule, the Schedule of Values, Bid Security or Bid Bond, this Agreement Worker's Compensation Certificate, Performance Bond, Multiple Oblige Rider to Performance Bond, Payment Bond, Notice of Award Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, the Technical Specifications, Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover of the Drawings, Addenda numbers 1, 2, 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 parry 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 �TTESI�� Q,��qQ'/////7 a municipal corporation By: `/j By City Clerk Convention Center Pr f Administrator Agreement over/tinder $25,000 APPROVED AS TO FORM: Reviewed and approved by Procurement & Contracting By: X Initials tt � Date City Attorney P.O. Number SIGNATURES ON NEXT PAGE 'APPROVED o 'TH"sa 'U"`ii ccc' 'K''7t� Agreement Amount '2>&'/9, 761-7,0 L, Reviewed and approved by Procurement & Contracting Initials Plu, Date �i-Y- o Y CONTRACTOR: Check one:_Individual _Partnership XX 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. ((^v (� BY ,r!� "�� By f�. L�r\r�tA K. l 1!-` 4!tiY�, ST; A'fKRE NOTARIZED SSIGNATURE NOTARIZED Name: Jeff Tureck Hortensia Calvo Title: Vice President Title Secretary Treasurer Address: 143 E. Meats Ave Address: 143 E. Meats Ave Orange, CA 92865 Orange, CA 92865 State of California State of California County of Orange County of Orange On30' O,beforeme RPnc- Pa .z/No ary Ong/ OLo eforeme Renee Patz/Notary personally appeared Taff Tureck persoV'nally appeared Hor en i a a l vo personally known to me(or proved to me on personally known to me(or proved to me on the basis of satisfactory evidence)to be the the basis of satisfactory evidence)to be the person(s)whose name(s0Sare subscribed person(s)whose name(s is are subscribed to the wig�-instrument and acknowledged to the within instrument and acknowledged t�--one thatthe)she/they executed the same in to me that he/Ce�they executed the same in Ihi; er/their authorized capacity(ies), and his/W heir authorized capacity(ies) and that by(his ier/their signatures)on the that by his/her/their signature(s) on the instrument the person(s), or the entity upon instrument the person(s), or the entity upon behalf of which the person(s) acted, behalf of which the person(s) acted executed the instrument. executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature .r Notary Signaturf i i Notary Seal: Notary Seal'— RENEE PATZ COMM.1111341808 RENEE PATZ f - NOTAItYPUMMO CALIFORNIA COMM.#1341808 3 ORANGE COUNT NOTARY PUBLIC*CALIFORNIA n Comm.Exp.FEB.28,2006 ORANGE COUNTY Comm.Exp.FEB.28.2006 u Palm Springs Convention Center Expansion Phase II City Project 02-27 List of Applicable Documents For Trade Bid No.: 22 HVAC Awarded to: K & S Air Conditioning, Inc. Bid Package 1, with drawings Addendum No. 1, with drawings Addendum No. 2 O Addendum No. 2-2, -10, -12 P 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 Bondt 6127889 PREMIUM INCLUDED IN THE PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESS 4TS, First National Insurance That, ComQan of A as Surety,are held fmnly bound unto the City of Palm Springs,a Charter City,organized and existing in f ie County of Riverside,State of California,hereinafter called the"City,"in the sum of; 2 648 43hundred forty eightthousand seven hundred forty three dollars for the payment of which sum well and truly to a made,we bind ourselves,our heirs,executors,administrators, successors,and assigns,jointly and seve ally,firmly by these presents. WHEREAS,said Contractor has been ai iarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indical d in the Contract Documents entitled: PALM:SPRINGS Pa m Springs Convention Center Expansion Phase lI CITY PROJECT 02-27-22 Convention Center NOW THEREFORE,if said Contractor,its subcontractors,its heirs,executors,administrators,successors,or assigns shall fail to pay for any materiali,provisions,provender,equipment or other supplies used in,upon,for or about the performance of the Work cant acted to be done,or for any work or labor thereon of any kind,or for amounts due under the Unemployment I Laurance Code,or for any amounts required to be deducted,withheld,and paid over to the Employment Developm nt Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 1302 of the Unemployment Insurance Code with respect to such labor,all as required by the provisions of Title XV,Chapter 7,Sections 3247-3252,inclusive,of the Civil Code of the State of California and acts amendatory thereof, nd sections of other codes of the State of California referred to therein and acts amendatory thereof,and provided it at 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 pe rformed,or any person,company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done,or any person who performs work or labor upon the same,or any person who iupplies both work and materials therefor,shall have complied with the provisions of said laws,then said surety vill pay the same in an amount not exceeding the sum bereinbefore set forth and also will pay,in case suit is brought ipon this bond,a reasonable attorney's fee,as shall be fixed by the Court. This bond shall inure to the benefit of and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action o them or their assigns in any suit brought upon this bond. PROVIDED,that any alterations in the ark to be done or the materials to be furnished,or changes in the time of completion,which may be made pursua t to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,n shall any extensions of time granted under the provisions of said Contract Documents release either said Contracto or said surety,and notice of said alterations or extensions of the Agreement is hereby waived by said Sur ty. IGNATURES ON NEXT PAGE Bondlk 6127889 SIGNED AND SEALED,this 2 9 t h day of March 20 04 Contracclo�r K&S_Air Conditioning , Inc . Contractor K&S Air Conditioning , Inc . Y B `t Title Jeff Tureck Vice Pr es nt Title Hortensia Calvo/Secretary Treasurer Corporations require two nota 'zed signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary,Assistant Secretary,Treasurer, Asslstani Treasurer, or Chief Financial Officer). SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY Surety First Na i nal\ Insurance Company of America By r TitleBlake A Pfister , Attorney-in-fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT r�ycr-c�'i�'.c�':cc,�c_-cC�"-cY`-cS<cc.�',�r':c�'�-e52sftir�<cS.�`�c4s:,���r�'c"c^-c�.crLrcrc�`.crcc�,cr_tirc<'.crcrcrcrcr:crcro5'�v State of California I County of orange I On 3-29-04 beforeme, Lianne Nahina , Notary Publics Dale Name and Tile of Officer(e.g.,"Jane Doe,Notary Public") person-ally appeared Blake A. Pfisteri i Name(s)of Sgner(s) f� I X personally known to me-OR-El proved to me on the basis of satisfactory evidence to be the person(s) � whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), LIANNE NAHNA Caraniaaionf 1312483 or the entity upon behalf of which the persons) acted, NoteryPUNIC-CaNtomfa executed the instrument. -7 orange County My Comm.EnAm Aug 4.2005r WITNESS my hand and official seal. I Signature of Notary Public �'. OPTIONALI I . Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. I Description of Attached DocumentI Title or Type of Document: Payment Bond 6127889 2004 h 29 Marc , 3 I� Document Date: Number of Pages: Signers) Other Than Named Above: ----------------------------------------- Capacity(ies) Claimed by Signer(s) Blake A. Pfister I ' Signer's Name: Signer's Name: ------------------- ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): i ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ Generals X Attorney-in-Fact ❑ Attorney-in-Fact I ❑ Trustee ❑ Trustee h ❑ Guardian or Conservator ❑ Guardian or ConservatorI 2h" ❑ Other. Top of thumb here _I Other: Top of thumb here I r I ISigner Is Representing: Signer Is Representing: ghI First ^.ational Insurance 51 Company of America f I I:/.1`i^3:.'`6-f`".Y-(;X4^1%C[^Lti�_`"7C:CJC4''>Ei7Cti`G4'>CF:`C(9C(iCi:`C4C[>C2>Ct:CCGc.�r,.n.�Y.` ;i., �,,..;�,,.�..n�.�,..n:.n "^-�`C`+"Y,-."y4-,Z✓`CC>Cc;�i:Ci)GV`�4•t53..1.', ©1495 National Notary Assamandr,•8236 Remmet Ave.,P.O.Box 7184•Canoga Park,CA 91309 71134 Prod No 5907 Peortler Call Tall-Free 1-800-8761 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA ) COUNTY OF Orange On �I(Qru; 4 uwV before me, Renee Patz/Notary DATE NAME,TITLE OF OFFICER-E.Ci..,"LANE DOE,NOTARY PUBLIC" personally appeared, Hortensia Calve personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s whose name(s) are subscribed o the within instrument and acknowledged to me thathe�h/they executed the same in hisloc /their authorized capacity(ies), and that by his/ie /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. (SEAL) RENEE PATZ NOTARY PUBLIC SIGNATURE COMM.$1341808 ;- �' NOTARY PUBLIC*CALIFORNIA n i' ORANGE COUNTY Comm.Exp.FEB.28,2006 OPTIONAL INFORMATION I HIS OPTIONAL INFORMATION SECTION IS NOT REQUIRED BYLAW BUT MAY HE BENLI ICIAL 1'0 PERSONS RELYING ON THIS NOTARIZED DOCUMENT TITLE OR TYPE OF DOCUMENT Payment Bond 6127889 DATEOFDOCUMENT March 29, 2004 NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME RIGHT THUMBPRINT RIGHT THUMBPRTM CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA ) COUNTY OF Orange ) On �a, c�, n ZL o before me, Renee Patz/Notary DATE NAME,TITLE OF OFFICER-E.G.,"JANE DOE,NOTARY PUBLIC" personally appeared, Jeff Tureck personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s)whose name(s)(/are subscribed to the within instrument and acknowledged to me t1TatC/she/they executed the same i�his)/her/their authorized capacity(ies), and that by Ciy/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. a a RENEE PATZ I�,��,U� � .�,^ COMM.1111418011 V f'. �'--" " \ (SEAL) NOTARY PUBLIC•CALIFORNIA Gfl NOTARY PUBLIGSIGNATURE- ORANGE COUNTY ( - _ Comm.Exp.FEB.28,2006 OPTIONAL INFORMATION 1 HIS OPTIONAL INPORMAr1oN SECTION IS NOT REQUIRED BYLAW BUT MAYBE BENEFICIAL TO PERSONS RELYING ON THIS NOTARIZED DOCUMENT TITLE ORTYPE OF DOCUMENT Payment Bond 6127889 DATEOFDOOUMENT March 29, 2004 NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME RIGHT THUMBPRINT RIGHT THUMBPRIM' Bond#`r 6127889 Premium: $29 , 616 PERFORMANCE BOND KNOW ALL MEN BY THESE PRES ENTS, That K&S Air Conditioning,Inc.,as C ntractorand,Surety,FirstNationalInsuranceCompanyofAmerica are held firmly bound unto the City of P lm Springs,a Charter City,organized and existing in the County of Riverside,California,hereinafter called he"City,"in the sum of:$2,648,743.00(Two million six hundred forty eight thousand seven hundred forty threc L dollars for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,adminis ators,successors,and assigns,jointly and severally,fimily by these presents. WHEREAS said Contractor has been a arded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indical ad in the Contract Documents entitled: PALM SPRINGS P ASE 11 Palm Springs Convention Center Expansion Phase U CITY PROJECT 02-27-22 Convention Center NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times ai d in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force an I effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion,which may be made pursua at to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, n r shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Sw ety. SIGNATURES ON NEXT PAGE Bond$ 6127889 SIGNED AND SEALED, this 2 9 t h day of March 2004 . First tional Insurance K&S Air Conditi ning , Inc. Surety_ Co�y of America Contractor ��� y BY '�'�-�'"°�'� �� Blake A Pfister ,Attorney-in-f"a(-t_ ' - Tide Title Jeff Tureck/Vice Pres Ldent (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) - Contractor K&S Air Conditi ning , Inc . _ - \ U ( By l���_(� �)r,�11 G4. A 0 ) r, , Tide Hortensia Calvo/Secretary Treasurer Corporations require two notarizei 1 signatures: One from each of the ollowing: t. Chairman of Board, President,q or any Vice President: AND 2. Secretary,Assistant Secretary,Treasurer,Assistant Tri asuror,or Chief Financial Officer). CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT Kot' _�'.'�-". •G<:•G-S)s-YL•L,[> •.Gy'sY>c�;.c<)c�1c�'.cY?cY'.c�'.c�:.c�'•c,Y'.cl`.c<i-c-c� --:tir.<,c:cr'cx`.c5` ,c(`.cc>ct>cl`•c�>c�'.c5`.cY_.,�C`,.Q,;,l"�> I�M ttdl State of Californiai tl County of OrangeI t On 3-29-04 before me, y Lianne Nahina Notary Public � Dale Name and Title of Officer e( g "Jane Dae,Notary Public") personally appeared Blake A. Pfister N.bi of Signers) personally known to me—OR—❑proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), IIANNE ANNE NANMA I �ConwiftMue#t312483 or the entity upon behalf of which the person(s) acted, NotavPUNIC-C WOMIS executed the instrument. Orarli county M'CO^w"•EXPlIfiftAl4'20Mr WITNESS my hand and official seal s I 1<' l�J Signature of Notary Public h5t OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent rhh: fraudulent removal and reattachment of this form to another documeni t r Description of Attached Document : I I� �I Title or Type of Document: Performance Bond 6127889I �I Document Date: March 2° , 2004 -- ---------Number of Pages:-------- ! Signer(s) Other Than Named Above: —————————— I Capacity(ies) Claimed by Signer(s) I Signer's Name: Blake A. Pfister Signer's Name: ------------------- I ❑ Individual ❑ Individual � ❑ Corporate Officer 11 Corporate Officer 3' t Title(s): Title(s): i ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General 0 Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here I Other: Top of thumb here f Signer Is Representing: Signer Is Representing: First National InsuranceComcany of America � h I�'�i.`�4^�>�`�k:`fir'✓v�e�%e:`�4:'�'�ti`�fs�:'�=s;`c5")cti`eE>riieiie�,x.�,c�.>c,�,r�;rt,c<;rye;rr;��i,c,E:•ciicijCtte:<:rr;�:�.i;�G4:CC,�6e�X=c,•c<;ceici:�3� 01995 National Notary Association•623e nemmet Ave,PO Box 7184•Canoga Park,CA 91309-7184 Prod No 5901 Reorder Call Toll-Free 1-600-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA ) COUNTY OF Orange ) On rn o,-- C � ,=?tj .. oL/ before me, Renee Patz/Notary DATE NAME,TITLE OF OFFICER-E.G.,"LANE DOE,NOTARY PUBLIC" personally appeared, Jeff Tureck personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s)whose name(s) is are subscribed to the within instrument and acknowledged to me tha4e/she/they executed the same in(6/her/their authorized capacity(ies), and that by Cis/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. RENEE PATZ COM14.111341808 (SEAL) NOT P=X0 CwFORMA OMNGE COUNTY NOTARY PUBLIC.SIGNATUR Comm.Exp.FEB.28,2006 _. OPTIONAL INFORMATION THIS OPTIONAL MFORMATION SECTION IS NOT REQUIRED BY LAW BUT MAY BE BENEFICIAL TO PERSONS RELYING ON THIS NOTARIZED DOCUMENT TITLE OR TYPE OF DOCUMENT Performance Bond 6127889 DATEOFDOCUMENT March 29, 2004 NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME RIGHT THUMBPRINT RIGHT THUMBPRINT PREMIUM INCLUOLD IN THE PERFORMANCE BOND MULT PLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number 6127889 with First National Ins u a.nce Company of America as Surety, K&S Air Conditioning , Inc . as principal,and City of Palm Spring ,as Obligee, for valuable consideration,hereby agree respectively in connection with a contract for Palm Springs Phase II Palm Springs Convention Center Expansion Phase II , City Project No 02-27-22 which bond and contract are made a pat t hereof by reference,shall now Include as additional Obligee(s) U.S.Department of Interior Bureau of Indian Affairs 'Pertaining to Lease PSL-315' This bond Is subjectto the condition that I o Obligee shall have any right or action greaterthan those of any otherObligee and shall be subject to all offsets and defenses,however arising,which might be available against any other Obligee, their agents and representatives,In addi iion to any offsets or defenses that might be available against themselves. In no event shall the Surety be liable In th 3 aggregate to the Obligees for more than the penalty of this bond. At Surety's election,any payment due to any Oblige i may be made by Its check issued to the Obligees jointly. Neither the execution nor language of thli Instrument,nor any previous negotiations,shall be construed as relieving any Obligee from the due and timely perform ince of such obligations and duties as he,or his agent or represetnative,may owe to the Principal or the Surety under he contract or bond, Witness the following signatures and se Is this 29th day of March 200 4 K&S Air Conditioning , rst [Q ional Insurance PRINCIPAL: Inc .. PRINCIPAL: SURETY: of Amari ca Check One: —indivklunl;_partnership;_:�c rporadon Hy - __- (Corporations require two signatures; one from each of the following groups: A. Chairman of Board.Presi ent or any Vice President;and B:Secretary, Asst.Secretary,Tie Barer,or Chief Title Blake A Pfister,Attorney-i n—f a c t Financial Ofdficer) _ By v/���/ti•--� � " Signature(NOTARIZED) (SEAL&NOTARIAL ACKNOWLEDGMENT OF SURETY) , PRINT NAME AND TITLE Jeff Tureck/Vice President lD Signature(NOTARIZED) PRINT NAME AND TITLE: Hortensia Calvo/Secretary rreasurer CALIFORNIA_ ALL-PURPOSE ACKNOWLEDGMENT - - - - State of California County of Orange On 3-29-04 beforeme, Lianne Nahina , Notary Public I Data Name aad Title of Cfficer is g,"Jan.Cos.Notary Public") ! personally appeared Blake A. PfisterI Naree(s)of Signer(s) I'I I IN personally known to me—OR—❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed they same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, LIMNNENAHINA executed the instrument. ;t�I CanrniaWon•1312463 as 15 .;' Notary Public-GRtomla WITNESS my hand and official seal. om"ge County ' My Comm.E1p6ea Aug 4,2005 S Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent ' fraudulent removal and reattachment of this form to another document. ' Description of Attached Document I Title or Type of Document: Multiple Obligee Rider, Bond" 6127889 March 29 , 2004 Document Date: Number of Pages: Signer(s) Other Than Named Above: ----------------------------------------- Capacity(ies) Claimed by Signer(s) Signer's Name: Blake A- Pfister Signer's Name: I� 1 ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑I GeneralI if ® Attorney-in-Fact - ey o ct Ih u nuviiic a ri au f ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Tap of thumb here I �I I Signer Is Representing: Signer Is Representing: r first National Insurance Company of America 5' ����:�.�.�r�z�;�;lira>�eii�ewe .r�i�;�;r�xh>cer.�ic c:c<;r�r<;cc,��,ci,c�,r��r.�ic..:�:�:�.c�;�•cw�.cx;�ic�,cx;�sc�;�e�;�;s? ©1995 National Notary Association•8236 Remmet Ave PO Box 7184•Canoga Park,CA 91309-7184 Fred.No.5907 Reorder:Call Toll Free 1-800-976-6B27 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA ) COUNTY OF Orange On 1 o y before me, Renee Patz/Notary DATE NAME,TITLE OF OFFICER-E.G.,"JANE DOE,NOTARY PUBLIC" personally appeared, Jeff Tureck personally known to me (9y,proved to me on the basis of satisfactory evidence) to be the person(s)whose name(s) Is/'are subse-ilcd to the within instrument and acknowledged to me that�jl C/she/they executed the same i l hid/her/their authorized capacity(ies), and that by s/her/their signatures) on the instrument the person(s), or the entity upon behalf of which tote person(s) acted, executed the instrument. WITNESS my hand and official seal. RENEE PATZ COMM.#1341808 I NOTARY PUBLIC•CALIFORNIAj (SEAL) ORANGE COUNTY NOTARY PUBLIC SIGNATI t�F Comm.Exp.FEB.28,2006 J OPTIONAL INFORMATION I'HIS OPTIONAL INFORMAPION SECTION IS NOT REQUIRED BY LAW BUT MAY OF BENEFICIAL TO PERSONS RELYING ON THIS NOTARIZED DOCUMENT TITTLE OR TYPE OF DOCUMENT Multiple Obligee Rider Bond 6127889 DATE OF DOCUMENT March 29, 2004 NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME RIGHT THUMBPRINT RIGHT THUMBPRINT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA ) COUNTY OF Orange ) On \ Zt-d flq JL` before me, Renee Patz/Notary DATE NAME,TITLE OF OFFICER-E.Q.,"JANE DOE,NOTARY PUBLIC" personally appeared, Hortensia Calvo personally known to me(.o��proved to me on the basis of satisfactory evidence) to be the persons whose name(4�Yare subscribe&to the within instrument and acknowledged to me that he /they executed the same in hid ham,/their authorized capacity(ies), and that by his��/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. RENEcn t h I C _ COMM.#1341808 1 3 NOTMYPUBUC•CALIFORNIA n' LL� ;, _ � ORANGE COUNTY (( �� - (SEAL) COMM.EXP.FEB.28,2006 NOTARY PUBLIC SIGNATURE. r/l OPTIONAL INFORMATION THIS OPTIONAL INFORMATION SECTION IS NOT REQUIRED BY LAW BUT MAY BE BENEFICIAL.'1'O PERSONS RELYING ON THIS NOTARIZED DOCUMENT TITLE OR TYPE OF DOCUMENT Multiple Obligee Rider Bond 6127889 DATEOFDOCUMENT March 29, 2004 NUMBER OF PAGES SIGNER(S)OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME RIGHT T14UMBPMNT RIGHT THUMBPRMT POWER FIRST NATIONAL INSURANCE COMPANY OF AMERICA 4333 BROOKLYN AVE NE OF ATTORNEY SEATTLE,WASHINGTON 98105 4333 Brooklyn Avenue N.E. Attached to 6127889 Seattle,WA 98105 No. 12505 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint rrar«r+awrarararrawwwarwrarrrrraa,wrrrrrr+wrwrr+ararrrrw»+BLAKE A.PFISTER;Irvine,California»" r«++rra.r.r.rar»rrrrrrrrrrrarr»rprr«r«arrrrrrara»arar«aw+++ra its true and lawful attorney(s)-in-fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character Issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such Instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 27th day of October 2000 R.A.PIERSON,SECRETARY BOH A.DICKEY,PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: 'Article V. Section 13. -FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character Issued by the company in the course of its business...On any Instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary(o the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970, "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (1) The provisions of Article V,Section 13 of the By-Laws,and (if) A copy of the power-of-attorney appointment,executed pursuant thereto,and (tit) Certifying that said power-of-aflomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are (rue and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation _ this 29th day of March - 2-004 ojro44,e SEAL • • R.A.PIERSON,SECRETARY S-1049/FNEF 7198 10Q7/00 PDF • TRADE BID TRADE BID PACKAGE# 22 TRADE DESCRIPTION HVAC BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled, TRADE BID FOR: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II PROJECT NO. 02-27 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number 1 Data February 27, 2004 Number 2 Date March 5, 2004 Number 3 Date March 9, 2004 • 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: March 16, 2004 Bidder: K & S Air Condit i o in , Inc. By: Bob Gadde Title, Project Manager • TRADE BID TRADE BID FORMS - 2 TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase II Project No. 02-27 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 22 TRADE BID PACKAGE DESCRIPTION: HVAC TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - S � Pr//me In figures ��yy j� 77�� pp ,J/ � C�e c> f��t��lo • ��f�'. F-t i✓L'^-r�`�Jc'� 7"'� r��" !�L!>Ca1 J,� )�.L 9'!'CJ l9 -�E'-rt'h%' �LiUJ�?�!'2'L�� Price in wortls,? 1 1s%ol� ze'toTS T Pnce in words �^ S BIDDER: � J t(• n% ' a�e „�f,a�c� _ �c'�6C'. �z'' S9na[ure TITLE: � ✓r C��Ih DBE /� �Joj c 14Cr c DATE: f 7f.�L� I Z- r��� City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 • INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address 1. Air Balance 738357 1% Associated Air Balance,Inc. 457 E. Arrow Hwy, Ste F Azusa, CA 91702 2. p'c== -658344 �_ n M `ci��ea�-r�r} _ 1 q'7F Tan�7et$-Wa�L 3. Insulation 805170 4% Accurate Insulation 513 Agnes Street • Beaumont, CA 92223 4 Controls 765926 10°s rl—im—aTe—c 17682 Mitchell N. , Ste 203 Irvine, CA 92614 5• ��G i ti 4➢ [� �= A-h k7-tfj, C11 9Z®Rc)4. 6. 7. 8. • City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 • NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California I ss. County of Orange I I, Bob Gadde , being first duly sworn, deposes and says that he or she is Project Ix of K & S Pir Clyditirni m,Ix. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid • depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER K & S A' Conditioning, Inc. TITLE Bob Gadde/Project Manager ORGANIZATION K & S Air Conditioning, Inc. ADDRESS 143 E. Meats Ave. Orange, CA 92865 I" Q 93 SUBSCRIBED AND SWORN TO BEFORE ME THIS I - DAY OF , NOTARY PUBLIC IN AND FOR SAID =P40'rA TZ COUNTY AND STATE 8" LIFORI4�MY COMMISSION EXPIRES: 6 2= City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 BID BOND #11-005-006 KNOW ALL MEN BY THESE PRESENTS, That K&S Air Conditioning , Inc. as Principal, and First National Insurance Company of America as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (state in words and figures) Five Hundred Thousand ------------------- $ 500 , 000. 00 (Ton p"mmt 110%1 of tot*,noun of propnnll for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II City Project No. 02-27 NOW THEREFORE, if said Principal is awarded a contract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 16th day of March ,20 04 K&S Air Conditioning , Inc. (SEAL) (SEAL) (SEAL) 1 dncipal) First National Insuranc om an of America (SEAL) ISuretyl By: " (Signature) Blake A Pfister, Attorney—in—fact SEAL AND NOTARIAL By: ACKNOWLEDGMENT OF SURETY (Signature) BID BOND City of Palm Springs BID TRADE FORMS - 6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 'rrcrsr_er.�rvr5ar._--.,car-. rer..caLss.�r.�r., .�5s�_,c�` ,sr. .erar..crc�'.ercrcrTrcrti-rcrcr. .crorcr_. r_. .ercc .one_r_ iry I� ) i State of California ' County of Orange S , On 3-15-0� beforeme, Lianne Nahina , Notary Public_ „( Date Name and Lille of 011icer(e.g,"Jane Doe,Notary Public") �I < personally appeared Blake A. Pfister Iw Name(e)of signers) I"I 9 personally known to me—OR—O proved to me on the baaia uf satisfactory evidence to be the person(s) l whose name(s) is/are subscribed to the within instrument z+ and acknowledged to me that he/she/they executed the 21 same in his/her/their authorized capacity(ies), and that by LIANIIE NAHKA his/her/their signatures) on the instrument the person(s), " Cwrtdaalon01312453 or the entity upon behalf of which the person(s) acted, w wtwvPaMlo-caMlornfa executed the instrument. Orange County I My COMM.ExpNeaAW4,2t105 WITNESS my hand and official seal. f l I� ;S I�I � (�I •'c/1,�.�1'lac-�1��� �1J signature of Notary Public �h OPTIONAL Z�I Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Yrl t Description of Attached Document f Title or Type of Document: Bid Bond Number 11-005-006 Document Date: _ Number of Pages: I� Signer(s) Other Than Named Above: ----------------------------------------- f Capacity(ies) Claimed by Signer(s) Signer's Name: Blake A. Pfister Signer's Name: ——————————————————— r 'I ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer �f Title(s): Title(s): , ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General • ISI Attorney-in-Fact ❑ Attorney-in-FactI ❑ Trustee ❑ TrusteeI ❑ Guardian or Conservator ❑ Guardian or Conservator Idi ❑ Other: Top of thumb here ❑ Other: Top of thumb here I II Signer Is Representing: Signer Is Representing: if First national insurance company of america 0 4995 National Notary Assoclalion•8236 Remmet Ave.,P.O.Box 7184•Canoga Park,CA 91309-7184 Prod,No.5907 Reorder:Call Toll-Free 1-600-876-6627 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA ) COUNTY OF Orange ) On March 16, 2004 before me, Renee Patz/Notary DATE NAME,TITLE OF OFFICER-E.Ci..,"JANE DOE,NOTARY PUBLIC" personally appeared, Hortensia Calvo personally known to me roved to me on the basis of satisfactory evidence) to be the person( hose name(s IS re subscribe the within instrument and acknowledged tome that Jre( hVhey executed the same in hisALejhheir authorized capacity(ies), and that by his/j er heir signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. r h RENEEEE MIZ ., B # 78 s '— (SEAL) �� NOTARYOM i'U^ n134 r�11F08ORNIA n NOTARY U C SIGNATURF. OR1.N6 _C lL,,,, Comm.Exp.FEB.28,2006 OPTIONAL INFORMATION i HIS OPTIONAL INFORMA'HON SECTION IS NOT REQUIRED BY LAW BUT MAY BE BENEFICIAL TO PERSONS RELYINGON THIS NOTARIZED DOCUMENT. TITLE OR TYPE OF DOCUMENT Bid Bond H1-007)-006 DATE OF DOCUMENT March 16, 2004 NUMBER OF PAGES - SIGNER(S)OTHER THAN NAMED ABOVE SIGNER'S NAME SIGNER'S NAME RIGHT THUMBPRINT RIGHT THUMBPRIN]' FIRST NATIONAL INSURANCE COMPANY OF AMERICA POWER 4333 BROOKLYN AVE NE OF ATTORNEY SEATTLE,WASHINGTON 98105 4333 Brooklyn Avenue N.E. 0 11—0 0 5—0 0 6 Seattle,WA 99105 No. 12505 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA,a Washington corporation,does hereby appoint ++rtartra+w+++rtrtwwrtrtararrwxaraxxrr+ax+++++++++wrtrra+rr+r«xaaBLAICE A.PFISTER;Irvine,Cahfonua+x«xaa+rx+++rt++r++rt+rxr++++«+rxarr+x+rt++r++++++++++rat+xrtrtrrr++w+ its true and lawful attorney(s)-in-Fact,with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business,and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office IN WITNESS WHEREOF,FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 27th day of October 2000 R.A.PIERSON,SECRETARY BOH A.DICKEY,PRESIDENT CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13.-FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary,and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations,shall each have authority to appoint individuals as altomeys-In-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority of on any bond or undertaking of the company,the seal,or a facsimile thereof,may be impressed or affixed or in any other manner reproduced;provided,however,that the seal shall not be necessary to the validity of any such instrument or undertaking" Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (I) The provisions of Article V,Section 13 of the By-Laws,and (ii) A copy of the powerof-attorney appointment,executed pursuant thereto,and (tit) Certifying that said power-of-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile,and the seal of the Company may be a facsimile thereof." I, R.A. Pierson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws,the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF,I have hereunto set my hand and affixed the facsimile seal of said corporation this 15th day of March 2004, SVR�XCFCO a SEAL * R.A.PIERSON,SECRETARY &1049/FNEF 7/98 10/27/00 PDF PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC p February 6, 2004 SCOPE OR WORK PROVISIONS 22- HVAC 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 22 Construction Documents, dated February 6, 2004, including the Safety Program dated February 6, 2004 (Exhibit A), Master Construction Schedule for Bidding Information (Exhibit B), dated February 6, 2004, General Liability and Automobile Insurance Limits (Exhibit C), dated February 6, 2004, Document List (Exhibit D), dated February 6, 2004, Construction Manager's Standard Provisions (Exhibit E), dated February 6, 2004, Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004 and Liquidated Damages (Exhibit G), dated February 6, 2004 are to be considered as part of the Work. 2. OSHA 30 Hour Safety Training Policy, as outlined, in the City's Safety Program, dated February 6, 2004. 3. Project Regulations and Logistics. Reference Paragraph"M" of the Scope of Work Provisions. 4. Turner Logistics Additional Provisions/Scope of Work, dated February 6, 2004. These scopes of work, include 15686 Rotary Water Chillers, 15687 Direct Fired Absorption Water Chiller/Heating Hot Water Heater, 15710 Cooling Towers and 15855 Air Handling Units which will be pre- purchased by the Owner installed by this Trade Contractor. B. Additional Instructions 1. The Contract Documents do not necessarily indicate or describe all Work required for the full performance of the HVAC 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 Lill 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. 1 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 e) Examined and fully understands Safety Manual and its rules, regulations and guidelines. 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 3. Trade Contractor acknowledges that they will be working in an existing, fully functional Convention Center facility, and the work may include working within public right-of ways. As such, Trade Contractor will allow for the Owner's needs for security, delivery and cleanliness and will perform 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 HVAC 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, 07840, 07900, 08305, 09001, 09002, 09900, 10210, 15001, 15010, 15050, 15060, 15100, 15120, 15140, 15170, 15172, 15190, 15240, 15241, 15250, 15510, 15540, 15545, 15548, 15550, 15575, 15686, 15687, 15710, 15853, 15855, 15870, 15890, 15910, 15930, 15935, 15950, 15990, 15999 and 16110 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 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 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 HVAC work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Provide the complete Selective Demolition of the HVAC work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. Selective Demolition must be coordinated with the Selective Demolition Trade Contractor and other Trade Contractors to ensure the areas before, during and after demolition are safe for work to continue. Coordinate all Area, Utility, Service and Equipment shutdowns with Turner, and other Trade Contractors. 9. Trade Contractor shall be responsible for providing Protection of adjacent surfaces. Sanitary protection of all loads or items being transported through or around the Existing Building of the Convention Center Facility. 10. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 11. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 12. Food & beverages will be allowed in designated areas only. The designated area will be located outside of existing and new building areas, and may be located offsite. Designated areas will be determined by Turner Construction Company. 13. A City Business License must be obtained within 10 business days after the start of the project. 14. Move-ins: As required to meet the schedule and performance of the HVAC portion of work. 15. The Working hours for the project will be 7:00 a.m. — 3:30 p.m. daily. All off-hour work, deliveries must be scheduled through the Construction Manager. 16. Provide, install and coordinate all hoisting, rigging, scaffolding, fall protection and temporary bracing necessary for the safe execution of your Work required by OSHA and the City's Safety Program, which ever is most stringent will apply. 17. Work to be performed in areas: All Work areas shown or on Contract Documents. 18. Trade Contractor is responsible for performing an existing damage survey in areas of Trade Contractors Work in existing areas within five (5) days prior to beginning work. In addition, submit a video tape of existing facility with a typed list to Turner Construction Company on your Company's letterhead with the pertinent Company Representative certifying all damage noted is true and the list is complete. Any items not listed by the Trade Contractor's will be the responsibility of the Trade Contractor to correct to the satisfaction of Turner Construction Company and the Owner. Survey should encompass all areas to be used during demolition and construction; including, but not limited to, all areas of demolition and construction within or around the public areas, mechanical, plumbing and electrical rooms, mechanical, plumbing and electrical equipment and utilities, back of house, offices, stairways, storage, closets, lobbies, exhibit hall, service areas, corridors, exteriors, roofs, ceilings, site, offsites, ramps, docks, etc. 19. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 20. Delivery of materials and equipment shall be scheduled and coordinated with Turner. 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA i TRADE BID NUMBER: 22 HVAC February 6, 2004 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. 24. Storage space on site is extremely limited. Use, placement and size of Trade Contractor jobsite office trailers and storage bins shall be reviewed and approved by Turner, and may not be allowed. Storage area will be located at the 5 Acre East Lot located at the Southeast corner of Aveinda Caballeros and Amado Road, as noted in the Proposed Site Logistics plan, dated February 6, 2004. Limited Office Trailer space is available to the Trades that are required to provide onsite jobsite offices as noted in the Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004. 25. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 26. Provide on-site dust control and clean-up of soil, including the adjacent sites and streets, during the execution of the work. The PM-10 and SWPPP plans will be provided and maintain by the Site Demolition and Grading Trade Contractor through the duration of the project. However, coordination, removal and replacement of PM-10 and SWPPP measures to accommodate your work will be this Trade Contractor's responsibility. Coordinate your work, including impacts to the above plans with the Site Demolition and Grading Trade Contractor prior to start of your work. 27. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 28. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 29. Protect in place all new and existing work within the demolition and construction limits, and the existing Convention Center that will be remain, reused, reworked or reconnected, unless otherwise noted. 30. References to Mechanical Trade Contractor shall mean HVAC Trade Contractor. References to Building Controls Trade Contractor shall mean HVAC Trade Contractor. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 31. 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. 32. Site shall be enclosed with construction fencing with the boundaries conveyed on the proposed Site Logistics plan, dated February 6, 2004. All temporary removal, relocation and replacement of fencing to perform your work will be this Trade Contractors responsibility. Coordinate removal, relocation and replacement of fencing with Turner 72 hours in advance of commencement of work. Specific Scope: 1. Provide all HVAC equipment, installation of all OFCI equipment, ductwork, piping, controls, piping and duct demolition, modifications, tie-ins, shut-downs and start up for the complete, fully functional, code complying HVAC scope of work. 2. Provide coordination with the Convention Center and other Trades so that there are no impacts of resulting from the HVAC work, including demolition, modifications, rework, new work, tie-ins and shut-downs to the existing facilities, services or operations. Coordinate this work through Turner. 3. Trade Contractor recognizes that this construction is ongoing in an existing, functional facility. The building is structurally and architecturally complete in many areas, with the exception of the new expansions under construction. The equipment under this trade contract must be delivered and installed within this functioning facility with virtually no impact on operations. As such, Trade Contractor has specifically included all necessary rigging to install the equipment furnished under this trade contractor in its proper location without damaging any of the existing structural or architectural finishes, without impact to existing operations. 4. All fire alarm tie-in shutdowns will include notification to the Fire Department and monitoring company and Electrical Trade Contractor. Coordinate this work through Turner. Provide fire watch services as required until systems are restored. 5. Coordinate delivery, inventory, receipt, offloading, installation of all equipment and material, including the OFCI equipment with the Convention Center through Turner as delivery and installation may be routed within occupied areas. 6. Coordinate submittals, schedule, deliveries, rigging, storage, protection, and setting of the OFCI HVAC equipment, including the Cooling Towers, Chillers and Air Handling Units. Coordinate with the equipment Manufacture's, including OFCI equipment to ensure that all equipment will fit within its intended location. If disassemble is required Trade Contractor shall coordinate with all Manufacturer's prior to delivery. 7. Provide all equipment labeling, including OFCI and existing to be reused. 8. Provide all belts, filters, filter replacements, cleaning, adjusting, balancing, belts, etc. for the all equipment, including OFCI and reused equipment. Provide all modifications to existing equipment as required by the Contract Documents. This specifically includes modifications to existing AHU #12 and pump motors and impellors. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 9. Provide MEP background drawings for all MEP Trade Contractors to be used at the MEP coordination/collision meetings. Backgrounds shall include all areas of the building and can utilize the Design Consultants CAD backgrounds. However, HVAC and other MEP Trades utilizing the backgrounds provided by the HVAC Trade Contractor must sign a Release Waiver issued by the Design Consultants. Backgrounds shall be placed on CAD disks and hard copies (three (3) sets), delivered to Turner fro submission to the Electrical, Fire Protection and Plumbing. Provide these backgrounds within three (3) weeks of Notice of Award. 10. Provide all demolition of HVAC, including Building Controls as shown on Contract Documents. Coordinate demolition of existing HVAC equipment, controls, ductwork and piping and with Selective Demolition, Electrical and Plumbing Trade Contractors. In areas relocate HVAC work as required to establish service so that there are not impacts to the facility, systems or operations. Make safe all work prior to demolition. 11. Coordinate location of staging and hoisting of new equipment, including the path (including below) of any hoisted material and equipment including crane or helicopter hoisted. Trade Contractor should properly barricade areas and path of hoisting. Obtain all necessary permits and approval of hoisting equipment. 12. Provide notification to the Airport of all crane staging and hoisting, 72 hours in advance. This notification shall be scheduled through Turner. 13. Provide modification to AHU # 12 as noted on M2.1.06. This work shall include, but not limited to building control adjustments, including programming and graphics. Remove and replace ceiling tile for access to AHU #12. 14. Salvage and deliver to Owner all associated piping unions, distribution headers, pneumatic valves, control valves, manual valves, control panels, (including temperature control), not being reused (should scope allow). 15. Trade Contractor recognizes that existing HVAC piping at all demoed equipment will require capping and plugging of compressed air servicing pneumatic actuators. All new actuators shall be low voltage and hook up and tie in will be HVAC Trade Contractor's responsibility. a. Trade Contractor recognizes that this HVAC work (equipment, duct, piping and controls) must be performed in accordance with applicable codes as required by the City of Palm Springs and as may be indicated in the City's field inspections. Trade Contractor's responsible to schedule, coordinate and achieve all necessary inspections by the governing agency for all portions of this work. 16. Review food service drawings and shop drawings for coordination and compatibility of this equipment with the HVAC system. Provide hook-up of the food service equipment. Trade Contractor will also assist in the scheduling of the delivery of this equipment, so as to minimize any conflicts with other trades and provide for maximum ease of installation and protection of the equipment. 17. Trade Contractor shall furnish Standard Operating Procedures (S.O.P.'s) for installation of this mechanical and mechanical plumbing work (including temperature control installation and computer software writing and use in controlling the temperature control system) within 30 days of award. These S.O.P.'s shall govern the inspection of all materials, the inspection of all installation activities and verify compliance with the design. 18. Trade Contractor recognizes that the piping lines and duct runs as shown on the drawings are diagrammatic in nature and will not necessarily be the exact flow of these systems. 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 19. Trade Contractor specifically includes all valve tagging, pipe, duct and equipment identification and labeling which will be applied after finish paint and/or insulation, so as to provide for a complete, labeled and readily identifiable HVAC system, as intended by the Contract Documents. This system should be a continuation of the existing tagging and labeling system. 20. Trade Contractor shall prepare complete coordination drawings, illustrating all necessary wall and roof penetrations, roof partitions, and housekeeping pads for the HVAC equipment. Trade Contractor shall layout these openings and housekeeping pads for cutting and for placement of steel by others. 21. Trade Contractor recognizes that the HVAC piping and duct work systems are not the only piping or mechanical systems required. As such, Trade Contractor agrees to fully coordinate and cooperate with the MEP and Drywall Trades to achieve a complete and fully functional facility with minimum conflicts. To accommodate those goals, Trade Contractor agrees to furnish all of his shop drawings on AutoCAD developed by the HVAC Trade Contractor for coordination with other trades. Additionally, Trade Contractor agrees to deliver"As-Builts" in the following format: one (1) set of septa's, three (3) sets of bluelines, and three (3) sets of AutoCAD computer disks. 22. Trade Contractor recognizes that he is fully responsible to engineer and install all necessary pipe and HVAC equipment hanger and support systems. This may require the addition of supplemental steel by this Trade Contractor to the structure to properly support the piping and HVAC duct work systems. This specifically includes all necessary seismic engineering and bracing on the HVAC equipment, ductwork, piping systems. Where existing hangers are being reuse, additional support, bracing, isolation of may be required. 23. Trade Contractor shall supply and layout, during partition construction, all access panels and pipe sleeves for this work (unless specifically shown on the architectural drawings). These access panels shall be compatible with the partition in which they are intended to be installed. 24. Trade Contractor shall fire caulk and seal all if this Trade's penetrations through fire walls and floor, deck and roof penetrations as required by the City of Palm Springs inspectors, and all applicable codes. 25. Trade Contractor understands that it will be necessary to core drill or provide openings for all roof, wall and ceiling penetrations for access for his pipe and duct through the existing and new structure. Such core drilling and penetrations shall be coordinated with Turner's Superintendent, after approval from the Structural Engineer. 26. Trade Contractor shall furnish and install all necessary duct work as illustrated or intended from the Contract Documents. Trade Contractor is responsible for the installation of all hangers, supplemental steel for hanger attachment, etc., to properly support and brace all duct work as required by California Title 24 and good construction practices. Trade Contractor shall construct all duct work in accordance with the applicable SMACNA standard for the type of duct construction. This shall include the installation of turning vanes, volume dampers, manual dampers, fire dampers, smoke/fire dampers, fire sating (in all rated partitions, regardless of whether shown on the Contract Documents or not), backdraft dampers, duct access doors, flexible duct connections at expansion joints, flexible connections to grills, diffusers, filters, motorized dampers, duct angles, sound traps, and all other duct accessories where necessary. 27. Trade Contractor specifically includes all intended grills, diffusers, registers, remote balancing devices, etc., to provide for a complete air distribution system as indicated by or reasonably inferable from the Contract Documents. 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 28. Trade Contractor shall furnish, receive, deliver, offload, rig, set, and completely hook-up all HVAC work, including but not limited, to, all ductwork, grilles, fan coils, vav's, exhaust fans, VFD's, pumps, piping, controls, etc., to provide a complete fully functional, code complying air movement and mechanical hydronic system under the HVAC scope of work as intended by the Contract Documents. Trade Contractor shall include installing and start-up of all HVAC systems, including but not limited to, handling units, cooling towers, chillers, pumps, and the controls in the new and existing areas without interrupting the facilities operations. This also includes all removal, relocation and replacement of all equipment, duct work and piping services or finishes that may be required to place equipment, piping, ductwork, control in new and existing areas. 29. Trade Contractor recognizes that the City of Palm Springs has mandated that no equipment, materials, piping, etc., extend above the roof parapets. As such, this Trade Contractor agrees to furnish all equipment, materials and install all piping and vents below these heights. 30. This includes the furnishing and installation of all roof curbs and jacks and all proper flashing and roofing. Coordinate with the Roofing Trade Contractor. 31. Submit a list of electrical requirements from the manufacturer for all equipment and panels requiring line voltage within 30 days from Notice to Award. 32, Trade Contractor shall furnish and install, within the duct system, all exhaust fans, reheat coils, humidifiers, VAV boxes, VBF units, fan coil units, etc., for a complete and fully functional HVAC system coordinated with the existing heating, ventilating and cooling systems. 33. Provide all testing, balancing, and adjusting for your work with associated submittals and test reports. 34. Provide documentation of all pressure tests. Copies shall be included in closeout manual. 35. Trade Contractor specifically includes all filters within the air distribution system as required by or reasonably inferable from the Contract Documents. Additionally, Trade Contractor shall furnish temporary construction filters for ventilation during construction activities, shall remove these temporary filters upon completion of construction activities, completely blow clean the duct system with pressurized air and install new filters immediately prior to air balance and testing and Owner occupancy. 36. Trade Contractor includes all heating hot water supply, heating hot water return, chilled water supply, chilled water return, as necessary for a complete and fully functional HVAC system coordinated with the existing system. Additionally, Trade Contractor includes all vibration isolation, engineered supports and anchors, hydronic specialties, condensate specialties, complete flushing of each system, complete pressure testing and flushing independent of and without contaminating the existing piping of each system as required to assure a complete and fully functional overall system as intended or reasonably inferable from the Contract Documents. 37. This specifically includes connections of this piping system with all equipment, other systems and tie-ins to the existing systems as shown or reasonably inferable from the Contract Documents. Some of these tie-ins may need to be performed in off-hours and any overtime costs are included in this Agreement. As such, Trade Contractor shall furnish and install all unions, fittings, distribution header, discharge valves, low voltage valves, radiator valves, relief valves, control valves (2-way and 3-way), flanges, strainers, pressure reducing valves, traps, steam traps, balancing valves, check valves, thermometers, gauges, instrument wells, etc., as required to meet the reasonable intent of the Contract Documents, whether shown or not. This specifically includes all reheat coils, humidifier, fan coils, etc. These systems shall be installed with all necessary pipe loops, expansion compensators, etc., so as to allow for thermal 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA - TRADE BID NUMBER: 22 HVAC February 6, 2004 expansion and contraction. This specifically includes any and all vent or relief piping for these systems. Should any pipe from these systems penetrate the roof, this Trade Contractor shall furnish and install necessary flashing around these vent pipes. 38. Trade Contractor shall furnish and install drip pans and condensate drip piping to the nearest floor drain as necessary to properly control condensate drips from all equipment furnished and installed by this Trade Contractor. 39. Trade Contractor shall completely insulate all piping systems, equipment, duct work, etc., as required to meet the intent of the Contract Documents for a fully insulated system. This includes all necessary insulation accessories including, but not limited to elbow wraps, shields, bands, vapor barriers, straps, wire, mastic, etc. This specifically includes furnish and installing thermostatically controlled electrical heat tracing where required by the Contract Documents and intended for this system. This heat tracing, where specified, shall be properly installed with a single electrical connection for the Electrical Trade Contractor for each system of heat tracing. 40. Trade Contractor specifically includes all necessary interconnect, interlock and temperature control wiring between equipment furnished by the Trade Contractor and as may be necessary to interact with the existing temperature control systems. The Electrical Trade Contractor shall only be responsible for final terminations of line voltage at local disconnects furnished and installed by this Trade Contractor for each piece of equipment. 41. Trade Contractor shall furnish and install the Building temperature Control Management system (BMS) in accordance with the Contract Documents, and as define under specification section 15950. Provide all new components for a tie-in to the existing temperature control system. This includes additional components to modify, integrate and update the existing system. This shall include testing, start-up, field calibration, adjusting and testing of the temperature control systems. This includes: tie-in to existing BMS system. a. tapping into the low voltage system for low voltage actuated controls; b. all compressed air for existing actuated controls will be capped; c. furnishing and installation of all necessary control valves, flow switches, temperature sensor sockets, pressure gauges, flow meters, thermostats, humidistats, dial thermometers, test plugs, room static pressure gauges, room pressure differential panels, automatic dampers with actuators, smoke detectors, duct detectors, etc. d. provide front end equipment and software, as required to complete the BMS system as specified. 42. Trade Contractor agrees to fully coordinate and cooperate with the Electrical/Fire Alarm Trade Contractor. The Electrical Trade Contractor is only responsible to bring line voltage to the main control panels for the temperature control system, to the main disconnects for equipment furnished by this Trade Contractor and from the disconnect to the motor(s) where required by the Electrical Drawings. This Trade Contractor will assist the other control subcontractors where necessary for a.fully functional system. Additionally, this Trade Contractor shall install each dust return smoke detector and provide all necessary wiring between duct mounted smoke detectors and the HVAC equipment motors for the associated HVAC units to achieve proper shutdown as required by the intent of the Contract Documents. Trade Contractor shall provide contacts for notification of the fire alarm system that the detector has been activated. Contractor shall provide all duct/smoke detectors including at the AHU which are OFCL 43. Trade Contractor shall provide temporary filters during construction activities. Trade Contractor will clean all strainers, change all filters (except HEPA filters and final filters, unless these have been misused or inadequately protected by this Trade Contractor), etc., immediately prior to the Owner's occupancy so as to leave the mechanical system in a clean and fully serviceable state for the Owner's use. 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 G HVAC February 6, 2004 44. Trade Contractor recognizes that the ventilating systems and piping systems will be tested and balanced by this Trade Contractor. Balancing may include assisting in adjusting of RPM's, motor shivs, manual dampers, control valves, etc., as required to meet the balancing requirements. 45. All deliveries, including salvage if any, should be coordinate through the Turner. 46. Trade Contractor shall assist in the demolition of ductwork and pipe at the demolition areas. Trade Contractor will re-route HVAC and controls areas of demolition to new tie-in as required to keep system operation where require. 47. Provide all roof intake hoods, exhaust fan and roof curbs. 48. Provide coordination of food service and kitchen equipment for ventilation requirements. Coordinate with the food service and kitchen equipment. 49, Provide sheet metal closures, flashing, and counter flashing for mechanical floor and wall penetrations. 50. Furnish and deliver to the Concrete Trade Contractor all required anchor bolts and other embed items for proper installation of the mechanical work. 51. Provide grouting of equipment base plates. 52. 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. Fire stopping and safing shall be performed by personnel trained in the installation of this material. Submit qualifications for approval before installation. 53. Furnish and distribute all mechanical access doors for they Drywall Trade Contractor. 54. Provide layout and demolition of exterior plaster wall at location of new roof top air handler supply ducts. 55. Demo and relocate existing roof top exhaust fans and roof curbs. 56. Provide weather protection at all openings to during installation of work. 57. Field measure and confirm all floor and wall opening dimensions required for the work prior to concrete pours and masonry work. Notify the Construction Manager immediately of discrepancies or conflicts. 58. Include cutting, drilling, patching, and repair as required for installation of the Work. 59. Ensure all welders have been properly certified prior to job start. 60. Provide all required shop drawings, templates and submittals. Include equipment layout drawings for installation of the concrete equipment pads and curbs, and layout of mechanical sleeves. 61. Provide all mechanical identification. 62. Provide all required permits and inspections for the Work. Schedule and participate in all necessary inspections. Include cost of premium time as required. 63. Provide any necessary "out of sequence woW' required for proper coordination and installation of associated work. 64. Maintain a current set of mechanical "as-builts". Submit monthly "as-built' updates for review prior to monthly payment applications. 10 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE it CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 6640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 65. Submit operation and maintenance manuals (2) months prior to acceptance of Work. Trade contractor agrees progress payment will be held if the submission of the operation manuals is late. "As-builts" and warranties must be submitted within (15) days after completion of Work. 66. Provide technical assistance during fire/life safety testing and inspections. 67. Provide instruction and training of Owner maintenance personnel in accordance with the specifications. 68. Conduct a formal HVAC system start-up, balancing, and turn-over program. 69. Coordinate HVAC piping and ductwork installation with the Contract Documents. 70. Provide coordination of interface points between the fire alarm system and mechanical controls. 71, Provide all testing, balancing, and adjusting of your work with associated submittals and test reports. 72. Provide daily clean-up and removal of all debris generated by your work. 73. Provide offsite disposal of chemicals used for the treatment and cleaning of piping and equipment in accordance with environmental legal standards. 74. Provide all duct and piping insulation. 75. The temporary HVAC work shall be installed so as not to interfere with permanent construction. 76. All temporary facilities are to be maintained and kept in good operating condition. 77. Include any premium time required when transferring from temporary to permanent, or for switch-overs as should reasonably be expected under this scope of work, so that the facility, services and operations will remain uninterrupted. 78. Provide ventilation for any exhaust-producing equipment within the building or confined spaces. 79. 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. 80. 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. 81. Protect all existing finishes and materials to remain. 82. Use fire-rated Visqueen and plywood where required for protection and safety. 83. Provide all scaffolding, lifts, safety equipment, etc. as required to safety and fully complete the demolition, utility safing and reconstruction scope of work. 84. Discard of all equipment not to be reused, relocated or salvaged in compliance with state and local regulations for disposal. 85. Grind smooth all cut welds clean after removal of Structural Steel and/or Misc. Metals. 86. Provide and install flooring protection paper or other approved covering over finished areas during the demolition. 87. Re-label existing equipment to be reused. Label all OFCI equipment. 11 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 88. Coordinate access locations in wood and specialty ceilings for HVAC equipment and servicing access. 89. Demo of chilled water supply and return and hot water supply and return in accordance with the Contract Documents, including note listed on Mechanical Sheets, MD.1.11 and. Old lines cannot be shutdown until new lines are installed and "cross-overs" have been made to existing equipment. Provide all new hangers and sway bracing as required. 90. Coordinate all BMS control work and existing equipment modifications and demo so that the existing system will remain functional. 91. Provide all louver modifications at existing chiller mechanical room. 92. Provide demolition of second floor catering offices FCU, controls, piping, supports, and related duct work. 93. Provide all pipe supports routed over existing finished roof, including all roof pads under supports. 94. Provide all control panel installation of new, relocated and OFCI equipment. 95. Provide all pheonilic labels at all equipment including OFCI. 96. Install cooling tower handrails, ladders and guardrails. 97. Provide installation and startup of chiller gas train system. 98. Provide all flues for new equipment. 99. Coordinate demolition of existing drywalVEIFS walls for new or relocated HVAC work. 100. Coordinate demolition of existing roofing for all new or relocated HVAC. 101. 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. 102. Remove drywall where required for new work. However, areas shall be coordinate with the drywalVEFIS and a list of areas provided where drywall or EFIS was removed. 103. Provide fire-safing assemblies, including sleeves and sealants at all penetrations through new and existing rated walls, floors, ceilings and roofs. 104. Coordinate"leave-outs"for access of the HVAC equipment with structural, exterior wall and roofing trades. 105. Provide sound traps and acoustical sealants at all HVAC penetrations through new and existing folding panel partition sound "baffle" walls. Coordinate with Drywall Trade Contractor. 106. Specifically include filters for all OFCI. 12 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 107. Provide storage buildings for OFCI equipment. 108. Specifically include labor warranty for all OFCI. 109. Provide all conduit and wiring for control wiring to VFD's. 110. Complete all HVAC work within the existing central plant and chiller rooms in accordance with the Contract Documents. This work will be complete as not to impact or shut-down the existing facility, systems and operations. 111. Coordinate ducts and drops with steel joist and truss, specifically at east exhibit hall. New Exhibit HVAC diffuser to match the existing exhibit hall layout. 112. Provide blank off existing louver at Chiller Mechanical room. 113. Provide modifications to motor and impellor at existing mezzanine pumps as required. 114. Provide coordination of the diffusers installation at the wood and specialty ceilings with the Specialty Ceiling Trade Contractor. 115. HVAC provide roof supports for all roof or floor supported piping. 116. HVAC to locate dampers close to VAV and access locations. 117. Provide all coring of wall and floor penetrations. 118. Coordinate all equipment pad locations with Concrete Trade Contractor. 119. Provide demolition of registers at demolished ceiling between U.7 and W.3 and between 32.1 and 32.5. Reinstall for new ceiling at this area. 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. 13 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC 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. Condensate drain lines and floor drains, unless otherwise noted. 5. Installation of access panels in drywall walls and ceilings. 6. Electrical line voltage. 7. Concrete other than grouting. 8. Wiring of smoke duct detectors E. Taxes 1. All sales, use and other taxes which may be required must be included. F. Insurance Requirements 1. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 3,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. 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. 14 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 5. Construction security will not be provided. Trade Contractor shall be responsible for its materials and equipment stored on the project until installed and accepted by the Owner. 6. Trade Contractor fully understands that there is limited storage space onsite for materials. Stockpiling on floors to be minimized and located as directed by Turner. From time to time, relocation of stockpiled materials and equipment on floors and on site may be required as directed by Turner. Trade Contractors will not be entitled to additional compensation for relocating equipment or materials as necessary to allow for the efficient progression of the work. H. Mock-Ups—As noted in the Contract Documents, including but limited to, the following: 1. Provide register for wood and specialty ceiling mock-ups at ballroom, pre-function/registration and west canopy. I. Schedule 1. All Work is to be performed in accordance with the Master Project Construction Schedule, Exhibit B, dated 2/6/04. A detailed schedule will be required from all Trade Contractors within 10 days from award of Contract, and will be review for compliance with the Master Project Construction schedule's intent. Trade Contractor's will acknowledge that the Master Project Construction Schedule will include "multiple move-ins", "out of sequence," and "phasing" of the work. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, off hour work and other premium time costs required to "expedite" or "make-up" delays to the schedule caused by this Trade Contractor. This includes, but is not limited to, work in excess of eight hours per day, forty hours per week, and/or work on Saturdays, Sundays and Holidays. All off- hour work must be scheduled through the Construction Manager. 3. All "tie-ins" or "shut-downs" and other impacts must be scheduled through Turner at least 72 hours in advance. All related casts, 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. 15 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 7. Punchlist items are to be completed within 10 days of the punchlist issuance. Any Turner supervision costs required to complete punchlist items after the 10 day period will be backcharged to the appropriate Trade Contractor. 8. In addition, Trade Contractor shall complete various portions of, or acknowledges special conditions regarding the Work. The following is not to limit this Trade Contractor's Work, but to emphasize various or special conditions regarding the schedule. The items are as follows: a. New systems to be operational before existing to be removed or abandoned, as such, additional move-ins, down-time, and phasing should be included to complete. b. Demolition of east portion of loading dock after completion of new loading dock will be considered a separate phases. c. Demolition of east main lobby east will be considered a separate phase. d. Demolition of Oasis 5 will be considered a separate move-in. e. BOH Circulation #408 will be considered separate move-in. I. CHWS & R and HWS&R installation and cross over "tie-ins" and related work will be considered a separate move g. CHWS & R and HWS&R demolition and related work will be considered a separate move. h. Central Plant and Chiller rooms installation and demolition will be considered a separate move-in. !. i. East Exhibit Hall expansion will be considered a separate move-in. j. Administration Offices will be considered a separate move-in. k. Ballroom will be considered a separate move-in. I. Pre-function and Registration will be considered a separate move-in. J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: a. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. K. Submittal Schedule 16 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 11 CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA % TRADE BID NUMBER: 22 HIVAC February 6, 2004 1. Provide a fully itemized submittal including material and equipment lead time, including shipping and delivery dates. Provide weekly shipping schedules and delivery dates, including schedules of shipment"PRO #'s" as requested by the Construction Manager. 2. Provide complete shop drawings, samples and product data submittals as required and per specifications for approval within three (3) weeks of the Contract Award. L. Other Information: 1. The name and address of the Owner is: City of Palm Springs 3200 E. Tahquitz Canyon Drive Palm Springs, CA 92262 760-323-8239 2. The Project is being funded by City of Palm Springs. There is no lender. 3. The Trade Contractor shall have one key field supervisory staff person register and complete, within three months of contract award, the Turner/OSHA 30 hour safety certification training course via the Turner Knowledge Network(TKN) on the Internet ($595 per person). M. Proiect Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. f) No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) 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. 17 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 22 HVAC February 6, 2004 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 1 18 Additional Provisions/Scope of Work City of Palm Springs ._ Palm Springs Convention Center Expansion Phase H HVAC&Electrical Trade Contractor Turner Construction 2106104 1. The following equipment will be pre-purchased by the Owner and installed by this Trade Contractor. This Trade Contractor is responsible for the coordination, installation, and all other miscellaneous provisions for this equipment as if it were purchased directly by this Trade Contractor(e.g. schedule,receipt,rigging, storage,protection,site related materials,trade coordination, dock to pad rigging coordination, equipment operation during temporary service use,cleaning—adjusting,filter-belt replacement after temporary use,,"As Built"record comments,and required assistance during balancing—startup—commissioning and training) including all references to Trade Contractor supplied scope and materials as defined by the equipment specifications.This Trade Contractor sliall review the projects equipment specifications(Owner Pre-Purchased Equipment as defined below)including all referenced sections,and include within their bid all components not to be provided by the equipment manufacturer that is required by the installation in order to provide complete,code complying and operational equipment and/or integrated systems(e.g.but not limited to,junction boxes, pull boxes,raceway,hangers,supports, isolators,seismic work,starters,disconnects,roof curbs, electrical fixtures,wiring&conduit,controls, auxiliary contacts,identification,insulation, subcomponents, spacers,fittings,gaskets,lugs, bus bar,nuts,bolts,washers, interface wiring& components,etc.) See the attached Pre-Purchase Scope and Clarifications for the following Owner Pre-Purchased equipment details: - Identified Equipment and Specification Sections 1. 15686 Rotary Water Chillers 2. 15687 Direct Fired Absorption Water Chiller/Heating Hot Water Heater 3. 15710 Cooling Towers 4. 15855 Air Handling Units 5. 16210 Switchboards and Panel Boards 6. 16220 Transformers 7. 16290 Transient Voltage Surge Suppression 8. 16455 Lighting Fixtures 9. 16485 Architectural Lighting Controls 10. 16620 Diesel Generator Sets 11. 16650 Transfer Switches 3A- Turner Logistics 555 West 5� Street,Ste 3700 Los Angeles,CA 90013 Phone:213.891.3087 i. Fax: 213.488.1753 korix0tcco.com Date:02/06/04 BID PACKAGE -Air Handling Units ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase 11 SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B.Testing 1. Factory Witness testing and Field Testing are not required. C.General Scope of Work 1. Air Handler(s) will be factory tested by the manufacturer as specified (refer to ARI Standards for Testing and Rating). Air Handler(s) performance and characteristics, including cooling and heating coils shall be rated in accordance with ARI Standards. 2. Equipment must meet all aspects of ANSI/ASHRAE Standard 90.1-2001 "Energy Standards for Buildings'. If Equipment being proposed does not meet this standard, Equipment Manufacturer must clearly document this in the Exclusions & Clarification Section within the attached "Bid Proposal Form". 3. AHU Manufacturer shall provide "Noise Ratings" and preventative measures needed to avoid noise exposure injuries to workers as per OSHA requirements. Noise warning labels shall be posted on equipment. 4. AHU Manufacturer shall included costs for providing a factory trained service engineer to supervise the final leak testing, installation check and initial start-up. In addition, Equipment Manufacturer shall be required to provide the necessary tools and test equipment required to conduct the startup and final checkout. 5. Accessories specifically included as scheduled and/or specified will be provided by manufacturer including but not limited to: Fans, motors, casings, internal spring type vibration isolators, adjustable bases, cooling coils, heating coils, filters, filter housings, drain pans, belts, belt guards, solid state starters, VFD's, harmonic filters, lights, outlets, switches, factory installed controls and roof curbs. 6. This Equipment Manufacturer will provide removable lifting lugs to facilitate Off-Loading and Rigging. 7. Include a one (1) day meeting at the jobsite with Turner Construction and the HVAC Trade Contractor at least 2 weeks prior to equipment delivery, 8. Include an ADD alternate to provide for time to inspect the equipment upon arrival at the jobsite and observe the off loading of the equipment by the HVAC Trade Contractor. (See attached RFP Bid Proposal Form). Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 3 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work 9. Include the cost to properly seal and protect the equipment during shipment/transit. Exposed physical utility connections (flanges, pipe ends, etc.) shall be isolated for transport from ambient influences with appropriate blinds, caps or weatherproofing materials. Cleaning of mishandled or improperly protected equipment shall be the responsibility of the Equipment Manufacturer. 10. All starters and disconnects for this equipment shall be included. 11. All Equipment will be shipped FOB Jobsite with 48-hour notice to Turner and/or the HVAC Trade Contractor. 12. Installation/Off-Loading/Rigging of AHU's, Piping, Wiring, External Controls, Seismic Mounting, by HVAC Trade Contractors. 13. Utility Connections required by others: Piping, Electrical, and Building Automation Controls, 14. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 15. All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The Equipment Manufacturer will pay storage costs for additional storage required. 16. The following items are not included: Pads, Concrete fill for inertia bases, Labor to assemble, Off-Loading, Rigging, and Handling. 17. Provide an Alternate ADD for 2-5 year extended parts/labor warranty. (See attached RFP Bid Proposal Form). 18. Provide an Alternate ADD for 5-year spare parts; cost to include detailed parts list, replacement schedule and be based on manufacturers recommendations, warranty requirements and/or suggested preventative maintenance program. (See attached RFP Bid Proposal Form). 19. Provide an Alternate ADD for a manufacturer 2 and 5-year "Comprehensive Service Agreement". (See attached RFP Bid Proposal Form). 20. Include one (1) additional set of construction filters and one (1) set of final filters for each unit. These additional filters are over and above the specification requirements. D. Proiect Specific Scope of Work 1. Accessories specifically included as scheduled and/or specified: The manufacturer will provide Double Wall Insulated Panel Construction, Internal Vibration Isolation, Sealed Double Wall Galvanized Drain Pans, Ruskin Dampers with factory mounted actuators. 2. Provide high efficiency motors, factory mounted combination starter/disconnect wired to motors. 3. Provide factory mounted, installed and wired marine lights including external switch for lights, with single point electrical connection. 4. Provide windows in access doors of fan and filter/mixing sections. 5. Provide all internal wiring for two points of electrical connection including 460-volt 3-pahse and 120-volt single phase. 6. Provide factory-mounted controls transformers. 7. Include within your bid on-site supervision / observation to ensure proper assembly by the HVAC Trade Contractor. 8. Adequate Start-up, Commissioning, Testing (2-Days/Equipment) and Training (2-Days Total) field visits as requested by Turner will be included and provided by Factory Authorized Representative. 9. VFD's serving fan motors shall be located within unit casing. VFD enclosure section shall be properly ventilated in order to provide required heat removal. VFD enclosure shall be waterproof NEMA rated. Enclosure area shall provide full maintenance access to VFD with service entrance access door typical to all other maintenance entrance points. VFD's will be factory furnished and installed and wired by the AHU Manufacturer. 10. Variable air volume unit with air mixing module, hot water coil, access section 20", chilled water coil, supply fan with VFD. All sections to have min 12"wide access doors. Fan section to have Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 3 of 3 227 B.Avenida Caballeros Palm Springs, CA 92262 Scope of Work '`I, perforated liner. 11. Equipment shall be compatible with Allerton controls. E. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing HVAC Trade Contractor will perform this. 2. Furnishing and installation of duct smoke detectors. These will be furnished and installed by the installing HVAC Trade Contractor. 3. External vibration isolation. 4. Building automation and Controls. Installation, wiring and conduit required for the building automation controls within the AHU's will be provided by the installing HVAC Trade Contractor. 5. Building utility connections including power, chilled water supply and return. The installing HVAC Trade Contractor will perform these connections. END OF SECTION Vendor Initial: Turner ` ' Logistics Los West 5w Street,Ste 3700 ur"�+r Los Angeles,CA 90013 Phone:213391.3087 Fax: 213.488.1753 kgrix(c0cco,com i, Date:02/06/04 BID PACKAGE - Chillers ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase 11 SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment. 3. Provide an Alternate ADD for 5 year extended parts/labor warranty. 4. Absorption Chiller-A minimum of three inspections is required the first year. B.Testing 1. Include Factory Testing as identified in specification section 15686, paragraph 1.06 2. Include Field Testing as identified in specification section 15686, paragraph 3.02A and 15687, paragraph 3.02B. Include 2-days per chiller for Factory Trained representation (make sure travel/living costs are included). C. General Scope of Work 1. Chiller will be factory tested by the manufacturer as specified (refer to ARI Standards for Testing and Rating). Chiller performance shall be rated in accordance with ARI Standard 550- 92. 2. Equipment must meet all aspects of ANSI/ASHRAE Standard 90.1-2001 "Energy Standards for Buildings". If Equipment being proposed does not meet this standard, Equipment Manufacturer must clearly document this in the Exclusions & Clarification Section within the attached "Bid Proposal Form". 3. Chiller Manufacturer shall include as part of their bid, full and part load performance values at 10% increments @ ARI Conditions. 4. Chiller Manufacturer shall provide "Noise Ratings" and preventative measures needed to avoid noise exposure injuries to workers as per OSHA requirements. Noise warning labels shall be posted on equipment. 5. Chiller Manufacturer shall included costs for providing a factory trained service engineer to supervise the final leak testing, charging (if required), installation check and initial start-up. In addition, Equipment Manufacturer shall be required to provide the necessary tools and test equipment required to conduct the startup and final checkout. 6. Accessories specifically included as scheduled and/or specified will be provided by manufacturer including but not limited to: evaporators, condensers, motors, compressors, refrigerant storage/pump out systems, high efficiency purge systems, lubrications systems, solid state starters, VFD's, harmonic filters, controls, vibration isolation pads, refrigerant vapor detectors, refrigerant analyzer, sequential sampling system, alarm horns/beacons, tubing, Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 4 227 S.Avenida Caballeros Palm Springs,CA 92262 Scope of Work monitor calibration kit and all interconnecting piping/wiring. 7. Refrigerant Gas Detection System shall be "Packaged Equipment", shall meet or exceed the latest ANSI/ASHRAE 15-2001and EPA Standard 608CFR. System shall incorporate all latest revisions to bring to current standards. 8. Chiller shall be shipped charged with oil and refrigerant HFC-134a. 9. The Equipment Manufacturer vendor will provide removable lifting lugs to facilitate Off- Loading and Rigging. 10. Include a one (1) day meeting at the jobsite with Turner Construction and the HVAC Trade Contractor at least 2 weeks prior to equipment delivery. 11. Include an ADD alternate to provide for time to inspect the equipment upon arrival at the jobsite and observe the off loading of the equipment by the HVAC Trade Contractor. 12. Include the cost to properly seal and protect the equipment during shipment/transit, Exposed physical utility connections (flanges, pipe ends, etc.) shall be isolated for transport from ambient influences with appropriate blinds, caps or weatherproofing materials. Cleaning of mishandled or improperly protected equipment shall be the responsibility of the Equipment Manufacturer. 13.All starters and disconnects for this equipment shall be included. 14.All Equipment will be shipped FOB Jobsite with 48-hour notice to Turner and/or the installation/receiving HVAC Trade Contractor. 15. Installation/Off-Loading/Rigging of Chillers, Piping, Wiring, External Controls, Seismic Mounting, by HVAC Trade Contractor. 16. Utility Connections required by others: Piping, Electrical, and Building Automation Controls. 17. The Chiller Manufacturer shall provide a Parts/Labor/Refrigerant Warranty per specifications, but not less than the warranty periods as outlined within this Scope of Work. 18. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 19.All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The Equipment Manufacturer will pay storage costs for additional storage required. Coordinate deliveries with Turner and the receiving/installing Trade Contractor. 20.The following items are not included: Isolation Curbs, Pads, Concrete fill for inertia bases, Labor to assemble, Off-Loading, Rigging, and Handling. 21. Include an ADD alternate for one Refrigerant recovery system. (See RFP attached Bid Proposal Form). 22. Provide an Alternate ADD for 5 year extended parts/labor warranty. (See attached RFP Bid Proposal Form). 23. Provide an Alternate ADD for a manufacturer 2 and 5-year "Comprehensive Service Agreement". (See attached RFP Bid Proposal Form). D. Proiect Specific Scope of Work - General 1. Accessories specifically included as scheduled and/or specified: The manufacturer will provide Refrigeration Isolation valves, Factory mounted Flow Switch or Differential Pressure Switch, BMS Gateway for Building Automation Controls Interface. 2. Equipment controls shall be compatible with Alerton controls. 3. Provide single point electrical connection. 4. Provide Controls Transformer. 5. Adequate Start-up, Commissioning, Testing (2-Days/Equipment) and Training (2-Days Total) field visits as requested by Turner will be included and provided by Factory Authorized Representative. 6. Protect units from physical damage. Leave factory shipping covers in place until installation occurs. Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 3 of 4 227 S.Avenida Caballeros Palm Springs,CA 92262 Scope of Work E. Project Specific Scope of Work— Rotary 1. Units utilizing subcooling must be provided with a thermometer well to monitor the amount of subcooling. 2. Refrigerant HFC-134 11/16 in rotary chiller. 3. The chiller control panel shall provide an informational diagnostic that allows the operator to detect an early refrigerant loss in the chiller. If manufacturer can not supply a diagnostic from the control panel, then the manufacturer or contractor must supply a semi-annual refrigerant level inspection for the first five years of operation. 4. Chiller should unload 15% of design tonnage with consistent entering condenser water temperature. 5. Motor should be semi-hermetic and either suction or liquid refrigerant cooled. 6. Manufacturers with speed increasing transmission that exceeds 10,000 RPM compressor speeds shall annually inspect the gears and bearings. A report shall be forwarded to the owner each year over the first five years to confirm completion. 7. Impellers shall be fully shrouded and made of a high strength aluminum alloy. Impellers shall be dynamically balanced and over-speed tested at 1.25 times impeller shaft speed. Rotors shall be of high grade steel alloy. 8. The equipment will be tested if the test procedures and results are in conformance with ARI Standard 550-92. If the equipment fails to perform then the following penalties will occur: 9. Capacity Test: for each ton below the allowable capacity as set forth in ARI 550-92 of the design capacity, five hundred dollars per ton will be deducted from the contract price. 10. Power Consumption Test: the power consumption penalty for all load points shall be based upon the tolerances set forth in ARI 550-92. the power consumption penalty (PCP) will be calculated based upon the formula (PCP=[Measured KW — (Measured Tons x Allowable KW/Ton*)] x $1000/KW. 11. Total Performance Penalty: The total performance penalty will be the sum of Capacity penalty and power consumption penalty, times the number of typical chillers regardless if tested. 12. Unit mounted enclosures shall have ventilating louvers. F. Project Specific Scope of Work—Absorption 1. Unit to include high temperature hot water option that provides hot water up to 180 degrees F. 2. Absorption chiller to meet California Low NOx requirements. (Manufacturer to verify NOx requirements in specification section 15687, paragraph 2.10.) 3. Chiller, Combustion burner and gas train shall be UL or ETL listed. 4. Unit to come with factory installed heat exchanger to heat heating hot water. 5. Combustion burner, gas train, heating hot water heat exchanger and all chiller controls shall ship fully assembled and factory wired,'from the factory. 6. Heating Hot water to 180 degree F. 7. Automatic crystallization prevention using solution control while machine is running and at power failure shutdown. 8. Control Panel shall provide Safeties as identified in specification section 15687, paragraph 2.09. 9. Burner shall be capable of a turn down firing rate of 8 to 1. 10. Supply initial charge of lithium bromide. Adjust concentration to recommended levels. 11. Indicate energy input versus cooling load output from 10 to 100 percent full load at specified and minimum condenser water temperature. 12. Eliminators positioned to separate absorber from evaporator and in condenser from low temperature generator. Eliminators shall be constructed of stainless steel. Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 4 of 4 227 S.Avenida Caballeros Palm Springs,CA 92262 Scope of Work 13. Insulation of hot and cold surface areas to be provided by installing contractor according to manufacturer's recommended thickness, installation instructions and material type. 14. A minimum of three inspections is required the first year. G. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing HVAC Trade Contractor will perform this per the specifications section 15687, paragraph 3.01. 2. External vibration isolation. 3. Furnishing and installation of absorption chiller flue and flue gas return. This will be furnished and installed by the HVAC Trade Contractor. Note: Flue access duct as noted on detail 1lM2.2.01 will not be provided by the manufacturer and will be provided by the installing HVAC Trade Contractor. 4. Building automation and controls. 5. Building utility connections including power, chilled water supply and return, gas, vents etc. The installing Trade Contractors will perform these connections. END OF SECTION r i Vendor Initial: West 5" Turner '-`,"' Logistics Los Angeles Street,Ste 3700 Los Angeles,CA 90013 Phone:213.891.3087 Fax: 213.488.1753 kQrlx0,tcGo.com b Date:02/06/04 BID PACKAGE - Cooling Tower ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase /I SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B. Testing 1. Include Factory Testing as identified in specification section 15710, paragraph 1.03 2. Field Testing is not required. C. General Scope of Work 1. Cooling Towers will be factory tested by the manufacturer. 2. Provide for FOB jobsite costs in your bid. 3. Include the cost to proper seal and protect the units during shipment. 4. All VFD's, starters and disconnects for this equipment shall be included as required. 5. All Equipment will be shipped FOB Jobsite with 48 hour notice to Turner and/or the installation/receiving HVAC Trade Contractor. 6. Installation of Cooling Tower, Piping, Wiring, External Controls, Seismic Mounting, by HVAC Trade Contractors. 7. Connections required by others: Piping, Electrical, and Building Automation Controls. 8. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 9. All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The manufacturer will pay storage costs for additional storage required. 10. Shop drawings, submittals, operations and maintenance manuals, etc. will be delivered in the quantity and form as indicated in the specifications. 11. Provide an Alternate ADD for 2-5 year extended Parts/Labor Warranty. 12. Provide an Alternate ADD for 5-year spare parts; cost to include detailed parts list, replacement schedule and be based on manufacturers recommendations, warranty requirements and/or suggested preventative maintenance program. 13. Provide an Alternate ADD for a manufacturer 2 and 5-year"Comprehensive Service Agreement". Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 2 227 B.Avenida Caballeros Palm Springs,CA 92262 Scope of Work D. Proiect Specific Scope of Work 1. Include factory mounted vibration switch to de-energize the fan when excessive vibration is experienced. 2. Equipment controls shall be compatible with Alerton controls. 3. Include factory mounted air inlet screen, hot water basin cover and basin screen at tower outlet. 4. Provide Controls Transformer with single point connection to control fan operation. 5. Provide electric water level control with solenoid valve. 6. Provide handrails, ladders with safety cages and railings. Extend ladder to finish roof. 7. Provide totally enclosed air over fan motor. 8. Adequate Start-up, Commissioning, Testing (2-Days/Equipment) and Training (2-Days Total) field visits as requested by Turner will be included and provided by Factory Authorized Representative. E. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing HVAC Trade Contractor will perform this. 2. External vibration isolation. 3. Balancing and isolation valves. The installing HVAC Trade Contractor will furnish and install these items. 4. Installation and wiring to and from remotely mounted VFD's. This will be installed and wired by the installing Electrical Trade Contractor. 5. Installation of handrails, ladders and railings. These items will be shipped loose and installed by the installing HVAC Trade Contractor. 6. Wiring of control valves. 7. Building automation and controls. 8. Building utility connections including power, chilled water supply and return. The installing Trade Contractors will perform these connections. END OF SECTION Vendor Initial: 555 West a Street,Ste 3700 'burner Logistics Los Angeles,CA90013 Phone:213.891.3087 Fax: 213.488.1753 kgrixraAcco.com �^ Date:02106/04 BID PACKAGE — Switchboards, Panel Boards, Transformers and TVSS ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase 11 SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. Include 10 Year manufacturers product warranty for the TVSS. 3. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B.Testing 1. Factory Testing is not required. 2. Field Testing is not required. C. General Scope of Work 1. Start-up, Testing, and Training Included and Provided by Factory Representative. 2. Accessories specifically included as scheduled and/or specified: PTs, CTs, Metering, Modbus RTU/DNP 3.0 Communications, Protective Relaying, Surge Arresters, DC Battery System, Mimic Bus, and Seismic Mounting Provisions 3. All control wiring shall be provided and marked as specified. All control wiring between shipping sections shall be provided to a terminal strip, with all required material to make a field connection. 4. All Equipment shipped FOB Jobsite with 48-hour notice to installing/receiving contractor. 5. Connection Lugs will be furnished by the manufacturer for all panel boards and enclosed breakers. Transformer lugs provided by Installation Contractor. 6. Provide delivery of panel cans and enclosures as a separate delivery. 7. Accessories specifically included as scheduled and/or specified. D. Exclusions/Clarifications/Negotiation Notes: 1. Installation, Offloading, Rigging, and Handling, Wiring, External Controls, Seismic Mounting, and Field Adjustments. The installing Electrical Trade Contractor will perform this. 2. Short circuit study and coordination study. This will be performed by the installing Electrical Trade Contractor. 3. The following items are not included: Infrared Scanning, Third Party Testing, and all NETA Testing. The installing Electrical Trade Contractor will perform this. 4. Adjustments of circuit breakers. The installing Electrical Trade Contractor will perform this. 5. Vibration isolation and neoprene isolation pads for transformers. The installing Electrical Trade Contractor will perform this. END OF SECTION 1 Vendor Initial: 555 West a Street,Ste 3700 Turner ',"," Logistics Los Angeles,CA 90013 Phone:213.891.3087 Fax: 213.488.1753 �-� knrix(-Ia.tcGo.corn i Date:02106104 BID PACKAGE — Emergency Generator and ATS ATTACHMENT "B" Palm Springs Convention Center Expansion, Phase II SCOPE OF WORK I. General Provisions: A. Warranty: 1. Manufacturers Warranty (Part & Labor) shall include 1 year on all supplied materials. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment B. Testing 1. Provide Factory Testing as specified in section 16620, paragraph 1.03 E. 2. Provide Field Testing as specified in section 16620, 3.04A. Include load bank for testing. 3. Provide Field Testing of ATS as specified in section 16650, paragraph 3.04. C. General Scope of Work 1. Generator will be factory tested by the manufacturer as specified. 2. Generator Manufacturer shall included costs for providing a factory trained service engineer to inspect the installation and supervise the startup and checkout of the equipment. Provide tools and test equipment required to conduct the startup and checkout. 3. Adequate Start-up, Commissioning, Testing (2 Days) and Training (2 Days) field visits as requested by Turner will be included and provided by Factory Authorized Representative. 4. Fuel oil for start-up to be provided by the installing Electrical Trade Contractor. 5. Coolant for radiator cooling system shall be provided by the installing Electrical Trade Contractor. 6. Accessories specifically included as scheduled and/or specified will be provided by vendor including but not limited to: silencers, exhaust flexes, batteries, battery chargers, battery trays control panels, remote annunciators, engine block heaters, vibration isolators, fuel flexes, sub base tanks, circuit breaker, automatic transfer switches, sound weatherproof enclosure, and load banks. 7. The manufacturers will provide lifting eyes on equipment that requires rigging. 8. Include a one (1) day meeting at the jobsite with Turner Construction and the installing Electrical Trade Contractor at least 2 weeks prior to equipment delivery. 9. Include an ADD alternate to provide for time to inspect the equipment upon arrival at the jobsite and observe the off loading of the equipment by the Electrical Trade Contractor. 10. Include the cost to proper seal and protect the units during shipment. 11. Required electrical connections will be made provided an 18" minimum flexible connection. Connection lugs are to be furnished by the installing Electrical Trade Contractor. 12. Required Controls interface will be provided at unit-mounted panel with appropriate dry point contacts. Vendor Initial: Palm Springs Convention Center Expansion Phase II) Page 2 of 2 227 B.Avenida Caballeros Palm Springs, CA 92262 Scope of Work 13. All starters and disconnects for this equipment shall be included as required. 14. All Equipment will be shipped FOB Jobsite with 48 hour notice to Turner and/or the installation/receiving Electrical Trade Contractor. 15. The Generator manufacturer shall provide a Warranty per specifications. 16. All equipment will be received onsite on a date agreed to by Turner and receiving/installing Electrical Trade Contractor. Equipment will not be accepted that does not arrive on the scheduled delivery date. The manufacturer will pay storage costs for additional storage required. . 17. Provide an Alternate ADD for 2-5 year extended parts/labor warranty. 18. Provide an Alternate ADD for 5-year spare parts; cost to include detailed parts list, replacement schedule and be based on manufacturers recommendations, warranty requirements and/or suggested preventative maintenance program. 19. Provide an Alternate ADD for a manufacturer one "Comprehensive Service Agreement'. D. Project Specific Scope of Work 1. Provide critical type exhaust silencer. Provide insulation for exhaust silencer. Installation of silencer and insulation will be provided by the Electrical Trade Contractor. 2. Provide "CRANK VENT" crankcase emissions demister unit. 3. Provide weatherproof enclosure. 4. Include Main Line Circuit Breaker. 5. Include remote annunciator panel. 6. Provide oil sampling analysis kit. 7. Provide field adjustable time delay with ATS. 8. ATS shall me mounted in a Nema 1 enclosure. E. Exclusions/Clarifications/Negotiation Notes: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing Electrical Trade Contractor will perform this. 2. External Vibration Isolation, Curbs, Pads, Concrete fill for inertia bases, Labor to assemble. The installing Electrical Trade Contractor will perform this. 3. Fuel for testing and initial fill of fuel tank prior to turnover. The installing Electrical Trade Contractor will provide the necessary fuel. 4. Coolant for cooling system radiator. The installing Electrical Trade Contractor will provide the coolant, 5. Wiring from ATS to generator. The installing Electrical Trade Contractor will perform this. 6. Building automation and controls. 7. Building utility connections including power and control wiring. The installing Electrical Trade Contractors will perform these connections. END OF SECTION Vendor Initial: re Turner::`'- Logistics Los Wee e5 CA900133700 Phone:213.891.3087 Fax: 213.488.1763 kgrix(&tcco.com Date:02106/04 BID PACKAGE — Lighting and Dimming Controls ATTACHMENT "By, Palm Springs Convention Center Expansion, Phase SCOPE OF WORK I, General Provisions: A. Warranty: 1. Manufacturers Warranty (Parts Only) shall include 5 year on all supplied materials as specified in section 16455, 1.05D. This includes full warranty for the first year and a prorated warranty for the last four years. 2. All warranties shall begin upon owner acceptance/start-up/commissioning of the equipment. B.Testing 1. Factory Testing not required. 2. Field Testing not required. C. General Scope of Work 1. Lighting will be factory/field tested by the manufacturer as specified. 2. Components and installation to comply with NFPA 70 and that are listed and labeled by UL and other bodies as specified. 3. Include specific delivery time for shop drawings and equipment as requested on the Bid Proposal Form. 4. Accessories specifically included as scheduled and/or specified will be provided by the manufacturer including but not limited to: lamps, lenses, trim, fuses, ballasts, sensors, controls, and fixtures. 5. Provide for FOB jobsite costs in your bid. 6. Provide a bill of laden to the installing contractor prior to delivery of lighting to the job site. 7. Verification of count and condition of equipment by electrical contractor and shipper. 8. All Equipment will be shipped FOB Jobsite with 48 hour notice to Turner and/or the installation/receiving Electrical Trade Contractor. 9. Installation of lighting, piping, wiring, external controls, sensors, mounting supports by Electrical Trade Contractors. 10. Connections required by others: piping, electrical, and lighting controls. 11. The lighting manufacturer shall provide a warranty per specifications. 12. Timely purchase: luminaries, associated lamps and other allied equipment shall be ordered in a timely fashion and securely stored to be available to meet the project schedule. 13. Delivery: luminaries and lighting equipment shall be delivered to the project complete, including mounting devices, sensors, controls, lamps and components necessary for the proper operation of the equipment. 14. Marking: all equipment must be clearly and boldly identified as to the fixture type an where practical fixture location. Vendor Initial: Palm Springs Convention Center Expansion Phase ll) Page 2 of 2 227 B.Avenida Caballeros Palm Springs, CA 92262 Scope of Work b a. Fixtures designed for voltages other than 110-125 volt circuits shall be clearly marked. b. Fixtures equipped with ballasts for operation of rapid start lamps shall be clearly marked "Use Rapid Start Lamps Only". Similarly, fixtures equipped with ballasts or other components requiring us of specific types of lamps shall be plainly marked. c. Markings must be clear and shall be located to be readily visible to service personnel but invisible from normal viewing angles when lamps are in place. 15. All equipment will be received onsite on a date agreed to by Turner. Equipment will not be accepted that does not arrive on the scheduled delivery date. The manufacturer will pay storage costs for additional storage required. 16. Provide Light fixtures as required for mock-ups. 17. Provide Emergency Lighting Units. 18. Provide remote ballasts. D. Project Specific Scope of Work 1. Provide lighting control system including dimming panels, switching panels, controllers, processor and software. 2. Include handheld programmer, jacks and wall stations. 3. Include tamper proof covers. 4. Include programming and software required for the lighting controls. 5. Include 3 days of training for owner on system operation. 6. Include 2 days for start-up and testing of lights and dimming system. _ y E. Exclusions: 1. Installation, offloading, rigging, hoisting and setting of equipment. The installing Electrical Trade Contractor will perform this. 2. Supports for suspended light fixtures. The installing Electrical Trade Contractor will provide this. 3. Aiming and adjusting of light fixtures. The installing Electrical Trade Contractor will provide this. 4. Landscape Light Fixtures L1, L2, L3 and L4. END OF SECTION Vendor Initial: Memorandum DATE: April 15, 2004 TO: Mari Lynn Boswell, Administrative Secretary (Procurement Office FROM: )Kathie Hart, Interim Chief Deputy City Clerk Office of the City Clerk RE: K & S Convention Center Expansion A4845 cc: File I am returning one signed copy of the above referenced agreement. We have retained one original for our files. Let me know if you have questions, ext. 8206 1 CONTRACT ABSTRACT Contract Company Name: K& S Air Conditioning, Inc. Company Contact: Bob Gadde Summary of Services: HVAC at convention center expansion Contract Price: $2,648,743.00 Funding Source: 261-4283-43200 Contract Term: Contract Administration Lead Department: Convention Center Proj Adm Contract Administrator: Al Smoot Contract Approvals Council/Community Redevelopment Agency Approval Date: 3/17/2004 Minute Order/Resolution Number: 020855 Agreement No: A4845 Contract Compliance Exhibits: N/A Signatures: Complete Insurance: Attached Bonds: Attached Contract prepared by: Procurement&Contracting Submitted on: 04/14/04 By: Harold Good o� PA,LM SA City of Palm Springs ^ OFFICE OF PROCUREMENT & CONTRACTING MEMORANDUM NDUM From: Office of Procurement & Contracting Subject: Convention Center Expansion 02-27-22 Date: March 31, 2004 Attached are the following documents: )/ U-2�scts of Contract documents executed by Contractor and notarized ✓f Original Payment Bond lj vrOriginal Performance Bond VA-Multiple Obligee Rider to Performance Bond v 1,Confirmation of status of surety company y �Qfiginal Bid c% �opy of bid bond T, ✓Scope of Work ✓Certificates of Insurance for the required policies vC nfirniation of status of insurance carriers. —r% ✓Copy of Extract of Public Works Contract Award t�-16py of Bid Abstract t LRo'ntractor License Information H:\USERS\WPPURLIC\CONTRACT PROCESSING\Clerk transmittal Contreras Downtown Parking.wpd VENDORS&AMOUNTS BID VENDORS & AMOUNTS BID BID ABSTRACT-) DUE 03/16/04 ; 02-27 DATE: (fJ )INGTO: #?2 HVAC ;n JTITY COMMODITY ITEM� Gy87N3 993 an 2 F9�;af STATE OF CALIFORNIA—DEPARTMENT OF INDUSTRIAL RELATIONS DIVISION OF APPRENTICESHIP STANDARDS TO: California Department of Industrial Relations Division of Apprenticeship Standards P.O. Box 603 San Francisco, California 94101 EXTRACT OF FROM: AWARDING AGENCY PUBLIC WORKS CONTRACT AWARE 832480000 City of Palm Springs Office of Procurement& Contracting 3200 E. Tahquitz Canyon Way Palm Springs, CA 92263-2743 A CONTRACT TO PERFORM PUBLIC WORKS UNDER LABOR CODE §17777.5 HAS BEEN AWARDED TO: 2. Name of General Contractor 3 Contractor's License Number K&S Air Conditioning, Inc. 483431 4. Mail Address(Street Number of P.O.Box) 5 City 143 E. Meats Avenue Orange 6 Zip Cade 7 Telephone Number 92865 (714) 685-0077 Ext 8. Address or Location of Public Works Site(Include city and/or country) Convention Center, Palm Springs, CA USA 9. Contract or Project Number 10. Dollar Amount of Contract Award 02-27-22 $2,648,743.00 11 Starting Date(Estimated or Actual) 12. Completion Date(Estimated or Actual) MONTH DAY YEAR (USE NUMBERS) MONTH DAY YEAR (USE NUMBERS) 4/19/2004 9/1/2005 13, Type of Construction(Highway,school, 15. hospital,etc. Convention Center NEW CONSTRUCTION ALTERATIONS 16. Classification or Type of Workman(Carpenter,plumber,etc) Air conditioning 17. Is language included in the Contract Award to effectuate the provisions of Section 1777 5, As required by the Labor Code?........ .. ... ... .. .. .. .. X YES NO Is language included in the Contract Award to effectuate the provisions of Section 1776, As required by the Labor Code?. .. ... ... ........ . .. .. .... X YES NO Signat 19. Title 20. Date J Sr. Procurement March 31, 2004 Specialist ed o ymxii Name 22. Telephone Number Bruce R. Johnson 760-322-8373 -••.... VV 4IV7 V.JVllllnl\11141\ o VnL 1,n111L11 AC}ORD CERTIFICATE OF LIABILITY INSURANCF�;iAg3` 03/30/04 PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Arthur J, Gallagher & Co. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Lio$nse k726293 HOLDER.THIS CERTIFICATE.DOES NOT AMEND,EXTEND OR 15 Enterprise, Suite 200 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, AliAe Viejo CA 92656 Phone: 949-349-9800 Fax:949-349-990'0 INSURERS AFFORDING COVERAGE Td4uaeo- —` "'--" "—' INsuRERA: Weatoort Ineuranca Corp. INSURER B: Hartford Sir¢ Insurance Co. K & S AIR CONDITIONING, INC. INSURER G�American—Guarantee & Liability 143 E. Meats Avenue INSURER D: Oranga CA 92865 - —• INSURER EI COVERAGES TLICI POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED 70'THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT(DR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN.THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN 15 SUEJECT TO ALLTHE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. -_.... .-_. V IN5R' ; ..._ ___ .�.. . OUCYNU _.—_. -__ DATE(MATEIMMLTA TYPE OF MSURANCE POLICY NUMDER DATE MMIDDIVY DATE MMlODNI' LIMITS GENERAL LIABILITY RRENCE S1,OOO,OOOA $ COMMERCIAL GENERAL LIABILITY RP 1O213B-O O7/01/O3 O7/O1/04E IAnyanel_e) E5O,000CLAIMS MADE OCCUR y PnY perSPD) 510TOODX BROAD FO M ACV INJURY P51,000�00 X CONTRACTUAL P.D. GREGATE s2000,000 GEN'LAQGREGATELWIY APPLIES PER COMPIOP AGG 52;000,000 i.- I— PRO- r LOC POLICY $ ,IF AT I:AUTOMODILE LIABILITY COMBINED SINGLE LIMIT E B I:X_I My AUTO UEN U83885 07/01/03 07/01/04 F(Ea ecnaenll 1,000,000� _ ALLOWNEDAV'r05 BODILY INJURY SCHEDULED AUTOS (Per Pmop)-- HIRED AUTOS a I —= BODILY INJURY NON•OWNWNMO AUTOS (PeraaiBenU _,. PROPERTY DAMAGE S ' (Pr ptelaanq 11 GARAGE LIABILITY AUTO ONLY-EAAOCIOMNT $ _ ANY AUTO EAACC A OTHERTHAN AUTO ONLY' AGG E j I'I F-XCESS LIABILITY ,EACH OCCURRENCE S 5,OOO,D00_ C B�OCCUR CLAIMS MADE AUC930509001 07/01/03 07/01/04 AGGREGATE IS5 000,0001 �y..• DEDUCTIBLE -. S '�.• — RETENTION E NIL s WORKERS COMPENSATION AND TO TLIMIT6 ER EMPLOYERS•LIASIUTY —'-'�- E,L,EACH ACCIDENT _ $ _ E.LDISEASE-EAEMPLOYEE S J G.L.DISEASE-POLICY LIMIT 5 OTHER * SUBJECT TO 10 DAYS I NOTICE IN THE EVENT OF NON PAYMENT DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLU610NS ADDED BY ENDORSEMENTISPECIAL PROVISIONS ADDITIONAL INSURED PER CG2009 (10/93) WITH RESPECTS TO PROJECT: PALM SPRINGS CONVENTION CENTER EXPANSION PEASE II 277 N. AVENIDA CABALLEROS, PALM SPRINGS, CA CITY PROJ.402-27-22 / CERTIFICATE BOLDER Y ADDITIONAL INSURED:INSURER LETTER: CANCELLATION CITYPLM SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 30 DAYSWRITTEN NOTIDE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL CITY OF PALM SPRINGS IMPOSE NO EDUCATION OR LIABILITY OF ANY WHO UPON THE INSURERITS AGENTS OR 3200 TAHQUITZ CANYON WAY REPRESENTATIVES, PALM SPRINGS CA 92262 AUTHORIZED RESENTATIVE AO,ORO 25S(7197) QACORD CORPORATION 1900 NAMED INSURED: K&S AIR CONDITIONING, INC. POLICY NUMBER: RP 102138-0 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM A) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE Name of Person or Organization (Additional Insured): Location of Covered Operations: CITY OF PALM SPRINGS AND TURNER CONSTRUCTION CO. RE: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II 277 N.AVENIDA CABALLEROS PALM SPRINGS,CA PROJ.#02.27,22 Premium Basis Rates Advance Premium Bodily Injury and (Per Property Damage Liability Cost $1000 of cost) $INCLUDED Total Advance Premium $ (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 1.WHC IS AN INSURED (Section II)is amended to include as an insured the person or organization (called"additional insured") shown in the Schedule but only with respect to liability arising out of: service, maintenance, or repairs) to be A. "Your work' for the additional Insured($) at performed by or on behalf of the additional the location designated above, or insured(s) at the site of the covered 8, Acts or omissions of the additional insured(s) operations has been completed;or in connection with their general supervision of (b) That portion of "your work" out of such operations. which the injury or damage arises has 2. With respect to the insurance afforded these been put to its intended use by any person additional insureds, the following additional or organization other than another provisions apply, contractor or subcontractor engaged in A. Exclusions b., c., g., h.(1), j., k., 1. and n. performing operations for a principal as a under COVERAGE A - BODILY.INJURY AND part of the same project. PROPERTY DAMAGE LIABILITY (Section I - (3) "Bodily injury" or 'property damage" Coverages)do not apply. arising out of any act or omission of the B. Additional Exclusions. This insurance does additional insured(s) or any of their not apply to: employees, other than the general (1) 'Bodily injury" or "property damage" for supervision by the additional insured(s) of which the additional insured(s) are obligated your ongoing operations performed for the to pay damages by reason of the additional insured(s). assumption of liability in a contract or (4)"Property damage"to: agreement, This exclusion does not apply to (a) Property owned, used or occupied by liability for damages that the additional or rented to the additional insured(s); insured(s)would have in the absence of (b) Property in the care, custody, or the contract or agreement. control of the additional insured(s) or over (2) 'Bodily injury" or "property damage" which the additional insured(s) are for any occurring after: purpose exercising physical control; or (a) All work, including materials, parts or (c)Any work, including materials, parts or equipment furnished in connection with equipment furnished in connection with such work,on the project other than such work, which is performed for the additional insured(s)by you. CG 20 09 10 93 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE MARCH 30, 2004 GROUP: POLICY NUMBER: 170009e-2004 CERTIFICATE ID: 592 CERTIFICATE EXPIRES: 07-01-2005 07-01-2004/07-01-200s CITY OF PALM SPRINGS 3200 TAH4UITZ CANYON WAY PALM SPRINGS CA 92262 RE: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II 277 N. AVENIDA CABALLEROS, PALM SPRINGS, CA CITY PROS, #02-27-22 This is to certify that we have issued a Valid Worker's Compensation insurance policy in a form approved by the Califon Insurance Commissioner to the employer named below for the policy period indioated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled priorto its normal expiration. This certificate of insurance Is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein.Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate of insurance may be Issued or may pertain,the insurance afforded by the policies described herein Is subject to all the terms,exclusions,and conditions,of such policies. nuT1{owzEO REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFMNSE COSTS: $1,000,000 PER OCCURRENCE I ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 07-01-2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER I A & S AIR CONDITIONING, INC 143 F. MEATS AXE ORANGE CA 92.BGS SCIF 50262E rEPF-UI:eo 1