Loading...
HomeMy WebLinkAbout04846 - SHASTA FIRE PROTECTION CONVENTION CENTER EXPANSION CP02-27-23 DOCUMENT TRACKING Q�"lh�lUi ` �v�y� \Qi�W ��13 LURYQkli10W {�C( �b�11 Q,f? I(Ll_ QI'q% Page: 1 Report: All Active Documents Listing 0Yr� I 1 v p r 1 \ December 19,2005 V OnU1tl0 n-. ALL Gruups,Serviceb 11100C,AREF=PROCURVAIENV 1 m4 . I Document# Company Group Service Aprvl Date Expire Date Close Date A4840 American Demo C'`o7t PROCUREMENT NOC 03/17/2004 10/01/2005 A4841 Shoring Engineers Goo St PROCUREMENT NOC 03/17/2004 10/01/2005 A4843 ;Prep ision-Concrete,' PROCUREMENT NOC 03/17/2004 10/01/2005 A4844 Temecula Mechanical` C 05a.. NOC 03/17/2004 10/01/2005 A4845 'K&S Air Conditioning PROCUREMENT NOC 03/17/2004 10/01/2005 Shasta Fire Protection CtASe-. PROCUREMENT NOC 03/17/2004 10/01/2005 A4847 Cove Electric Clzyc PROCUREMENT NOC 03/17/2004 10/01/2005 A4850 �t� H C I c�C'�t NOC 03/31/2004 03/01/2005 A4852 �\av 1 CMF Inc CkDbe PROCUREMENT NOC 03/31/2004 10/01/2005 A4853 \ ,t„ I Construction Hardware Co Cwk PROCUREMENT NOC 03/31/2004 10/01/2005 A4854 Preferred Ceilings Inc Gl.exx PROCUREMENT NOC 03/31/2004 10J01/2005 A4855 � J Colavin &Son e—WIt PROCUREMENT NOC 03/31/2004 10/01/2005 A4856 (/ Invironmentalists C,oV, NOC 03/31/2004 10/01/2005 omomic� A4859 Palm Springs Mirror&Glass Inc Ctos< PROCUREMENT NOC 03/31/2004 10/01/2005 A4860 Temecula Mechanical Inc 19 LZy PROCUREMENT NOC 03/31/2004 10/01/2005 A4861 Advanced Equipment Corporation Ca(>i/ PROCUREMENT NOC 03/31/2004 10/01/2005 A4871 American Demolition Concrete CuttiDg PROCUREMENT NOC 04/14/2004 10/01/2005 A4879 DBM-Hatch Inc Clay. PROCUREMENT NOC 05/05/2004 10/01/2005 A4880 Standard Drywall CCo-x PROCUREMENT NOC 05/05/2004 10/01/2005 A5019 Nick Pecoraro Painting&Decorating? PROCUREMENT NOC 01/05/2005 12/01/2005 A5020 Arrowwood Works C P"' fzv PROCUREMENT NOC 01/05/2005 12/01/2005 A5021 Vomar Products PROCUREMENT NOC 01/05/2005 12/01/2005 A5041 Saddleback Waterproofing db'X PROCUREMENT NOC 02/16/2005 06/01/2006 A5050 Stumbaugh&Associates Inc. C,6V PROCUREMENT NOC 01/05/2005 01/01/2006 A5054 Cookson Doors (b17,6 PROCUREMENT NOC 03/17/2005 * * * * * * END OF REPORT * * * * * * I I DOG a 2005-0690652 j 08/23/2005 08:00A Fee:NC PLEASE COMPLETE THIS INFORMATION Page 1 of 2 I Recorded in official Records RECORDING REQUESTED BY: County of Riverside Larry W. Ward Assessor, County Clerk & Recorder AND WHEN RECORDED MAIL TO 111 CIE III 111111111111111111111 IN City Clerk LA S "U PAGE SIZE DA PCOR NOCOR SMF MISC.City of Palm SpringsLP.O.Box 2743 Palm Springs, California 92263-2743 AJ tRL COPY LLON;GtREFUND NCHG E Space above this line for re.rdeC s use only Tom' NOTICE OF COMPLETION j DTT: i Title of Document I I I I I I I T " AREAFOR I RECORDERS I U E ONLY I I j THIS PAGE ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION j ($3:00 Additional Recording Fee Applies) E ACR 238P-AS4RE0 (Rev.0212003) i Return To: City Clerk City of Pahn Springs P.O. Box 2743 Patin 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 Patin 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, Patin 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 19th day of August, 2005. 5. The name of the contractor(if named) for such improvement was: Shasta Fire Protection 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 II, City Project No. 02-27,Fire Protection. 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. A4846 Resolution No. 20856 DATED: l _ CITY OF PALM SPRINGS Allen F. Smoot/Project Administrator JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of aforesaid City of Pahn Springs, California,the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation;that he has read the foregoing Notice of Completion, and knows the content thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. City Clerk Index No. II I IIII I IIIII IIIII II III III I III I IIIII II III 2002 0 085 es00R M E M O R A N D U M TO: Mari Lynn Boswell Procurement Office FROM: Kathie Hart, CIVIC- chiefDeputy City Clerk DATE: July 29, 2005 SUBJECT: Shasta Fire Protection CO 4, 5 & 6 of A4846 cc: Jay Thompson, City Clerk File Attached is a copy of Change Order 4, 5 and 6 of A4846. We have retained the original for 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 Y�V CONSTRUCTION CHANGE ORDER To: Shasta Fire Protection Date: June 20, 2005 3584 La Campana Way Project No. 02-27 Palm Springs, CA 92262 Change Order No. 4 Purchase Order No. 416623 Attn: Rene Stahl Agreement No. A4846 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Credit for unused labor allowance, per allowances noted in Scope of Deduct: $(5,000.00) Work, dated February 6, 2004. TOTAL DEDUCT: $ (5,000.00) AUTHORIZATION FOR CHANGE: PCO: 15 Surnmary of Cost/Time Original Contract Price $ 269.000.00 Total of all Previous Change Orders $ 77,595.00 Total of this Change Order $ (5,000.00) Total Contract Price $ 341,595.00 This Change Order(increases) (decreases) (unchanged) the contract time by rking days. I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: Date: �1 � to the cori'fr'act ,- Turner C tructi C pay.B 6 City Appropl: r'�—,_ -;� �� Submitted By �a- k';C -��� _ f I Date: v f Title: ' 3'�C; �-LL �I �re�j deWf' O ner's Representative Approved b 1 Date: Pro' t Administratory: Date: Distribution: 'vf111 '� uCil'yp'JSvUIS�iI Original Conformed Copies Conform File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) -- ATTEST: Owner's Representative (1) Turner Construction (1) "z APPROVED RY CITY COUNCIL City' lerk G,` CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Shasta Fire Protection Date: July 13, 2005 3584 La Campana Way Project No. 02-27 Palm Springs, CA 92262 Change Order No. 5 Purchase Order No. 416623 Attn: Rene Stahl Agreement No. A4846 Account No. 4283-50003 Description of Change to be Made: Description Add /Deduct Amount 1. Work overtime on Saturday, 4/2, 4/9 &4/16/05. Add: $ 4,377.00 2. Work overtime on Saturday, 4/29/05. Add: $ 1,329.00 3. Work overtime during week of 5/5/05 through 5/13/05. Add: $ 1,400.00 4. Work overtime on Saturday, 5/7/05. Add: $ 1,555.00 5. Replace painted sprinkler heads at Exhibit Hall. Add: $ 770.00 6. Work overtime on Saturday, 5/14/05, Add: $ 1,283.00 7. Provide sprinkler main and heads at west Loading Dock soffit Add: $ 0.00 8. Work overtime the weeks of May 16 and May 23, 2005. Add: $ 2,019.00 9. Provide labor, material & equipment for installation of sprinkler head Add: $ 5,000.00 placement at wood ceilings due to loss of productivity. 10. Work overtime the week of May 30, 2005, Add $ 794.00 11. Repair sprinkler heads damaged by the HVAC trade contractor at Add: $ 1,032.00 Ballroom. 12. Work overtime on Saturday, 7/2/05. Add: $ 225.00 TOTAL ADD: $ 19,784.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 542; 2)615: 3)625;4) 633; 5) 654; 6)680; 7)684; 8)687; 9) 712; 10) 715; 11) 718; 12) 819 Summary of Cost/Time Original Contract Price $ 269,000.00 Total of all Previous Change Orders $ 72,595.00 Total of this Change Order $ 19.784.00 Total Contract Price $ 361,379M This Change Order(increases) (decreases) (unchanged) the contract time y*Orol, ays. I have received a co of this Chan e Order Constr. Manager:pandr�=. aboU' AGRE D PRICES a acceptable Approval: iDateto the ;ont Turner onCity Approval- BY / Submitted By: A � Date: rf'?eE Ow Representative Title: � Approved by: Date: C� Date;_ Project ministrato Distribution: y 1 l y vC l 1 Original Conformed Copies Conformed - e Co City Clerk (1) Project Administrator (1) APPROVED BY CITY COUNCIL Contractor (1) Procurement& Contracting (1) ��1fP15F� 2�'0g�'D Finance (1) ATTEST: Owner's Representative Turner Construction V c Clerk CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Shasta Fire Protection Date: July 13, 2005 3584 La Campana Way Project No. 02-27 Palm Springs, CA 92262 Change Order No. 6 Purchase Order No. 416623 Attn: Rene Stahl Agreement No. A4846 Account No. 4283-50003 Description of Change to be Made: Description Add/ Deduct Amount 1. Replace sprinkler head at existing women's restroom due to restroom Add: $ 530.00 remodel. TOTAL ADD: $ 530.00 AUTHORIZATION FOR CHANGE: PCO 307 Summary of Cost/Time Original Contract Price $ 269,000.00 Total of all Previous Change Orders $ 92,379.00 Total of this Change Order $ 530.00 Total Contract Price $ 361,909.00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 rking ays. I have received a copy o this Change Order Constr. Manager: and the above AGREED PRICES are ac eptable Approval: I Date: to the c ntr r. Turner n ru t C mp ny City Approval- By:� i Submitted By: Date: e�k fc-5 Ow is Representative Title: Date: ,� )� /��� Approved by: Date: ,u � _ / � Project istrat r Distribution: GI J u ;) ?,,f!a'14, -f;li Original Conformed Copies Conformed - Fil City Clerk (1) Project Admini ator (1) Contractor (1) Procurement& Contracting (1) Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) Gf Clerk APPROVED BY CITY COUNCIL Shasta [-ire 1-1rotectlon CITY OF PALM SPRINGS Conv. Ctr. Expansion Phase II CO #3 PALM SPRINGS CONVENTION CENTER EXPANSION AGREEMENT #4846 Res 20856, 3-17-04 CONSTRUCTION CHANGE ORDER To: Shasta Fire Protection Date: May 5, 2005 3584 La Campania Way Project No. 02-27 Palm Springs, CA 92262 Change Order No. 3 Purchase Order No. 416623 Attn: Rene Stahl Agreement No. A4846 Account No, 4283-50003 Description of Chanqe to be Made: Description Add/ Deduct Amount 1. Revise sprinkler at existing Loading Dock due to plaster ceiling Add: $ 3,600.00 removal to create 1-hour ceiling in accordance with RFP#k4 2. Provide seven (7) new Hose Stations at new Exhibit Hall expansion Add: $26,065.00 and rework six(6) existing Hose Stations with removal of hose station and installation of new valve, per City Fire Marshall. 3. Provide one (1) new Hose Station and six (6) new fire extinguishers Add: $ 2,930.00 at new Ballroom, per City Fire Marshall. TOTAL ADD: $ 32,595.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 74, 2)603; 3)422 Summary of Cost/Time Original Contract Price $ 269,000.00 Total of all Previous Change Orders $ 45,000.00 Total of this Change Order $ 32,595.00 Total Contract Price $ 346,595 QQ This Change Order(increases) (decreases) (unchanged) the contract time by 'orking�days. I have received a copy of this Change Order Constr. Manager: ,I /l'11 "A and the above AGRE D PRICES ar acceptable Approval: "I ��, /G ! Dater'_/ to th�q;traqr. - / er on truct b omoany Cit A oval: By. Submitted By: Date: ` Owner's Representative Title: / ,9/ `11 197�f���d�6 - ,/ J I Approved by: ��/r� Date: � �� r� Date: '/ `�� cJ Pr ' c dministrator/� x� �' Distribution: �'11� a@dGGI APPROVED BY CRY COUNCIL Original Conformed Copies Conformed - File Copy 'City Clerk (1) Project Administrator [1)�'d" `Saab a:� Contractor- (1) Procurement& Contracting (1) - Finance (1) ATTEST: Owner's Representative (1) Turner Construction (1) /-ity Clerk f CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Shasta Fire Protection Date: February 16, 2005 3584 La Campana Way Project No. 02-27 Palm Springs, CA 92262 Change Order No. 2 Purchase Order No. 416623 Attn: Rene Stahl Agreement No. A4846 Account No. 4283-50003 Description of Change to be Made: Description Add / Deduct Amount 1. Credit for sprinklers at West Pedestrian Covered Walkway. Ded: $ (500,00) 2. Credit for power and telephone service for trailer compound. Add: $ 0.00 3. Provide 2-1/2 hose valve at Ballroom per City Fire Dept. Provide Add: $ 2,500.00 credit for temporary hose valve not installed at Oasis No.s 1 &2. 4. Change sprinkler density and hazard occupancy at the Add: $43,000.00 Ball room/Prefunction/Registration and Exterior Canopy, per the City Fire Dept. TOTAL: $ 46,000.00 AUTHORIZATION FOR CHANGE: PCO's: 1) 52; 2) 57; 3) 277; 4) 278 Summary of Cost/Time Original Contract Price $ 269,000.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ 45,000.00 Total Contract Price $ 314,000 00 This Change Order(increases) (decreases) (unchanged)the contract time by 0 Ringldays. i have received a copy of this Change Order Approval: Constr. Manage r( —r'- -~ V and the above AGREED PRICES are acceptable Approval: � - Date: to th%Vntract r. Turner struct 0any ����y � lCityApprovYB : Submitted B : Date: Owners ReprepentativTitle1- B 0 Approved by: 9 � �f. �� Date: Date: Z,I/Cl Project Ad'min strator �� Distribution: �uLA6L'IUU41a Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement &Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) CITY OF PALM SPRINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CONSTRUCTION CHANGE ORDER To: Shasta Fire Protection Date: July 14, 200 ( 3584 La Campana Way Project No. 02-27 Palm Springs, CA 92262 Change Order No. 1 �,, Purchase Order No. 416623 Attn: Rene Stahl Agreement No, 4846 Account No. 4283-50003 Description of Change to be Made: Description Add/Deduct Amount 1. Incorporate Issued for Construction Plans Volumes 1 of 3, 2 of 3&3 Add/Ded: $ 0.00 of 3 and Project Specifications Volumes 1 of 2&2 of 2 dated May 10, 2004 into your mm's Scope of Work. TOTAL: $0.00 AUTHORIZATION FOR CHANGE: 1) PCO 1 Summary of CosUTime Original Contract Price $ 269,000.00 Total of all Previous Change Orders $ 0.00 Total of this Change Order $ 0.00 Total Contract Price $ 269,000 04 This Change Order(increases) (decreases) (unchanged)the contract time by� rking days. a I have received a copy of this Change Order Constr. Manager: and the above AGREED PRICES are acceptable Approval: Date: to the conmacto5 Turner o structlbj om any 6 r City Approva. By: ° �j �� �1��/� Submitted By: rya Date: i? _416�1 - Owner's epre,§entative Title: e 62-� 4. � /Q T Approved by: �)�� O� p Date: Date: r/ Z 1 �� Project Administrator Distribution: Original Conformed Copies Conformed - File Copy City Clerk (1) Project Administrator (1) Contractor (1) Procurement& Contracting (1) Finance (1) Owner's Representative (1) Turner Construction (1) JUL P.. 6 2Owl i URNER CONS"i RUCTION CO. Shasta Fire Protection Convention Ctr CP02-27-23 AGREEMENT #4846 AGREEMENT R20856, 3-17-04 THIS AGREEMENT made this 4Lday of Sri 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 Shasta Fire Protection, 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 02-27-23 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- 23. 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 ($269,000.00) The City shall pay the contractor for the completion of the Work hereunder in accordance with the Contract Documents in current funds the Contract Price(s) named in the Contractor's Bid and accepted Bid Schedule. ORIGINAL BID AND" AGREEMENT ARTICLE 4-THE CONTRACT DOCUMENTS The Contract Documents consist of : notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule, the Schedule of Values, Bid Security or Bid Bond, this Agreement Worker's Compensation Certificate, Performance Bond, Multiple Oblige Rider to Performance Bond, Payment Bond, Notice of Award Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions of the Contract, the Technical Specifications, Drawings listed in The Schedule of Drawings in the Supplementary General Conditions or in the Index on the Cover of the Drawings, Addenda numbers 1, 2, and 3, Inclusive, and all Change Orders, and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5- PAYMENT PROCEDUERES The Contractor shall submit Applications for Payment in accordance with the provisions of the General Conditions and the Supplementary General Conditions of the Contract. Applications for Payment will be processed by the City as provided in the Contract Documents. ARTICLE 6- NOTICES Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address know to the giver of the Notice. ARTICLE 7- MISCELLANEOUS Terms used in this Agreement which are defined in Article 1 of the General Conditions will have the meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically but without limitation monies that may become due and monies that are due many not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives to the other party hereto, its partners, successors , assigns, and legal representatives in respect of all covenants, agreements, and obligations contained in the Contract Documents. IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS ATTEST---, ( �/ a municipal corporation a City Clerk C//onvention-eenterProj -AdTm nistrator APPROVED AS TO FORM: By: City Attorney SIGNATURES ON NEXT PAGE ar Agreement Arnount,, z&'y,._ Reviewed and apprucd try Procurement & ContraLiling Initials Dates -u CONTRACTOR: Check one:_Individual —Partnership O. Corporation Corporations require two notarized signatures: One firm each of the following:A. Chairman of Board, President, or any Vice President AND B. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial`Officer. By 1� 1 "l By SIGNATURE NOTARIZED p S 'NATURE NOTARIZED Name: '�� Title: G 6 Z�>Bc �C�- Title Se-ex'(!+O-q'1 /d Pre&sure /� pp /s2 Address: ���'f a_ L '6Urn�d�e.00"L Address: ?Dssc�' L e" C1; 'VI'lRo a C State of _�(.1 t�f�u � State of d_4-- �' /Zd��� County of /1"1 County ofr On l� efore me @ E'ILdr��� 9 64 C ��id � On I1Z' Yore me/ d�esie )�e')x n" 6 jofa�l W person ally appeared personally appeared g r d V"iot �. -cl.p'' 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 whose name(0 is/are-subscribed person('whose name( is/are-subscribed to the within instrument and acknowledged to the within instrument and acknowledged to me that he/sheithty executed the same in to me that he/shef ht yexecuted the same in his/her,44c,u authorized capacity(4es), and his/lnerf reir authorized capacity(ies) and that by his/herltheir signature' on the that by his/her/their signatme't�' on the instrument the persor4r(cs.), or the entity upon instrument the person* or the entity upon behalf of which the person(*Yacted, behalf of which the person acted executed the instrument. 1 executed the instrument. WITNESS try hand and offir&A seal. WITNESS my hand and official seal. No any igna e Not#Signdure r �� / Notary Seal: Notary Seal: !� V Uu w of iea nn a 1 5 p C ,t ^utrPo �rsudr) BOND NUMBER: SU5006484 PREMIUM CHARGED IS INCLUDED IN PERFORMANCE BOND PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, That, ARCH INSURANCE COMPANY as Surety,are held firmly bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Riverside, State of California,hereinafter called the "City," in the sum of: $269 000.00(Two hundred sixty nine thousand) dollars, for the payment of which sum well and truly to be made,we bind ourselves, our heirs,executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contact Documents entitled: PALM SPRINGS Palm Springs Convention Center Expansion Phase II CITY PROJECT 02-27-23 Convention Center NOW THEREFORE, if said Contractor, its subcontractors, its hews, executors, administrators, successors, or assigns shall fail to pay for any materials, provisions, provender, equipment or other supplies used in, upon, for or about the performance of the Work contracted to be done, or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor, all as required by the provisions of Title XV, Chapter 7, Sections 3247-3252, inclusive, of the Civil Code of the State of California and acts amendatory thereof, and sections of other codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies, or corporations so famishing said materials, provisions, provender, equipment or other supplies, appliances or power used in, upon, for or about performance of the work contracted to be executed or performed, or any person, company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done, or any person who performs work or labor upon the same, or any person who supplies both work and materials therefor, shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum herembefore set forth and also will pay, in case suit is brought upon this bond, a reasonable attor'ney's fee, as shall be fixed by the Court. This bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be famished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this 26TH day of MARCH ZO 04 Surety ARCH INSUR Iq COMP Y Contractor SHASTA FIRE PROTECTION, INC. B B D.J. PICARD, Title ATTORNEY-IN-FACT Title �(J��' L7�C7�g � I"V^%��I�eb1�� (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Contractor SHASTA FIRE P OTECT N, INC. By Title �r91 /�Q_ T4Lh'1� C r�l `�• Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer, or Chief Financial Officer). STATE OF: CALIFORNIA} ) SS. COUNTY OF: RIVERSIDE} On April 2, 2004 before me, Linda J. Winesburg, Notary Public, personally appeared Rene and Linda Stahl X❑ Personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) j9%are subscribed to the within instrument and acknowledged to me that hefshe/they executed the same in his/her/their authorized capacity(ies), and that by hls?her/their Ls?sCAJ.�s a e3 S si natures on the instrument the person(s) or the entity u� upon behalf of which the person(s) acted, executed the t "•."+q tea?^E,�E�1gJV;• �:�VYu iud'l docsm" instrument. WITNESS my hand and official seal. I My Commission Expires: 06/13/05 �' inda J- Wi sburg, Notary Publi CAPACITY CLAIMED BY SIGNER DESCRIPTION OF DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICERS President&Secretary/Treasurer PAYMENT BOND TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNERS ❑ ATTORNEY IN FACT TWO (2) NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR 03/26/04 OTHER: DATE OF DOCUMENT ❑ D.J. PICARD SIGNER(S)OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Shasta Fire Protection Inc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On MARCH 26, 2004 before me, CYNTHIA S. WOZNEY, NOTARY PUBLIC DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC' personally appeared D.J. PICARD NAME(S)OF SIGNER(S) personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(S) whose name(s) is/m subscribed to the within instrument and ac- knowledged to me that he/sbB(ttxq executed the same in his/ttaWAM* authorized capacity(z), and that by his/hemthifx signature(s) on the instrument the person(o, or the entity upon behalf of which the persons acted, executed the instrument. 1�7 �, Y F�i'GQt COMITY � D;p June ku,""RM WITNESS my hand and official seal. SIGNATURE OF NOT V OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER PAYMENT BOND THE(s) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL TWO ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: MARCH 26, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENmY(IES) N/A ARCH INSURANCE COMPANY SIGNER(S)OTHER THAN NAMED ABOVE POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal office in Kansas City,Missouri(hereinafter referred to as the"Company")does hereby appoint Todd M. Rohm, Cathy S.Kennedy, Sejal P.Lange, D.J. Picard and Beata A.Sens!of Orange,CA(EACH) its true and lawful Altorney(s}in+act, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note,check,draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as.binding upon the said Company as fully and amply to all intents and purposes, as if the same had beet!drily executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003,true and accurate copies of which are hereinafter set forth and are hereby certfied to by the undersigned Secretary as being in full force and effect: NOTED, That the Chairman of the Board,the President, or any Vice President,or their appointees designated in writing and filed with the Secretary,or the Secretary shall have the power and authority to appoint agents and attomeys4n-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous.consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors.on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof, the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 1st day of April ,20 03 Arch Insurance Company Attested and Certified 5aVance C O ea MK a TE 4 U scu nn t' Yluaud Y7� ��d� Joseph S.L I,Corporate Secretary Thomas P. Luckstone,Vice President STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD SS I Melissa B.Gilligan, a Notary Public, do hereby certify that Thomas P. Luckstone and Joseph S. Label[personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. OFFUL SEAL MELISSAB.GILIGM,RotaryPOc �i an,Notary Pu/ll/n� /7 Rate ofConae(JOA Melissa B.Gilligblic My Cwagssim Ejopkes Fvhni ry 26. 20t15 My commission expires 2-28-05 CERTIFICATION I, Joseph S. LabelL Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated April 1,2003 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone,who executed the Power of Attorney as Vice President,was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 26TH day of MARCH 20 04 Joseph S ell, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. C5V(aace CQ Cp,ORAif �tl Q fin f Ylsaud Home Office:Kansas City,MO OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. BOND NUMBER: SU5006484 PREMIUM: $5,380.00 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Shasta Fire Protection,as Contractor and, Surety, ARCH INSURANCE COMPANY are held firmly bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Riverside, California,hereinafter called the "City," in the sum of: $269,000.00(Two hundred sixty nine thousand) dollars for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally,finely by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS PHASE II Palm Springs Convention Center Expansion Phase II CITY PROJECT 02-27-23 Convention Center NOW THEREFORE, if said Contactor shall perform all the requirements of said Contract Documents required to be performed on its part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED, that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion, which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED,this 26TH day of MARCH ,20 04 Contractor SHASTA FIRE PROTECTION, INC. Contractor SHASTA FIRE PROTECTION, INC. B y B y Title Ej,n<- Tite b a �3(aU �e('-Avya Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY Surety ARCH INSURANCE C NY By D.J. PICARD, Title ATTORNEY-IN-FACT STATE OF: CALIFORNIA} } SS. COUNTY OF: RIVERSIDE} On April 2, 2004 before me, Linda J. Winesburq, Notary Public, personally appeared Rene and Linda Stahl XO Personally known to me -OR- proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) -Ware 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 h+sFher/their signature(s) on the instrument the person(s) or the entity c „ 3 upon behalf of which the person(s) acted, executed the instrument. I.. nuntl WITNESS my hand and official seal. My Commission Expires: 06/13/05 da J. i e urg, Notary Public CAPACITY CLAIMED BY SIGNER DESCRIPTION OF DOCUMENT ❑ INDIVIDUAL CORPORATE OFFICERS President&Secretarv/Treasurer PERFORMANCE BOND TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNERS ❑ ATTORNEY IN FACT TWO (2) NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR 03/26/04 OTHER: DATE OF DOCUMENT ❑ D.J. PICARD SIGNER(S)OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Shasta Fire Protection Inc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On MARCH 26, 2004 before me, CYNTHIA S. WOZNEY, NOTARY PUBLIC DATE NAME,TIRE OF OFFICER-E.G.,-JANE DOE,NOTARY PUBLIC' personally appeared D.J. PICARD NAME(S)OF SIGNER(S) © personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) iskm subscribed to the within instrument and ac- knowledged to me that he/shrt he:}x executed the same in his/ Wftmx authorized capacity(xar�), and that by his/hemthi3ix signature(s) on the instrument the personM, ®rIA ru�cr a h tII�Pt�,[ or the entity upon behalf of which the r� r_ t „ PScf Icy l u�f r60c C tr�Va C personM acted, executed the instrument. Ct&ucus.L:tia., uxc/ 2JE' WITNESS my hand �and Alofficial seal. �U_Fa SIGNATURE OF NOT Y OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITYCLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER PERFORMANCE BOND TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL TWO 0 ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: MARCH 26, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENII7Y(IES) N/A ARCH INSURANCE COMPANY SIGNER(S)OTHER THAN NAMED ABOVE POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri,having its principal office in Kansas City,Missouri (hereinafter referred to as the"Company")does hereby appoint Todd M. Rohm,Cathy S. Kennedy, Sejal P.Lange, D.J. Picard and Beata A. Sensi of Orange,CA(EACH) its true and lawful Attorney(s}in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surely, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note,check,draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as:binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board,the President,or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact,. and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous.consent of the Board of Directors of the Company on March 3,2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOMLOO13 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 1st day of April ,20 03 Arch Insurance Company Attested and Certified 5�r�nce C o � WtN1UTE �'O ' e SM Z „n t Ylsraud QQ�/ 1 � Joseph S.L I,Corporate Secretary Thomas P. Luckstone,Vice President STATE OF CONNECTICUT SS COUNTY OFFAIRFIELD SS I Melissa B.Gilligan, a Notary Public, do hereby certify that Thomas P.Luckstone and Joseph S. Labell personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument, appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. B.GuALSEPL ! / Stye of Cenr�edioA Pub lic o�,�' / �1//�il M Commission February 28 2005 Melissa B G Iligan, Notary Public My commission expires 2-2M5 CERTIFICATION I, Joseph S. Labell. Comorate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated April 1,2003 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P. Luckstone,who executed the Power of Attorney as Vice President,was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 26TH day of MARCH ,20 04 , Joseph S ell, Corporate Secretary This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. CSptance Co WALOMiF 3'O t� SFAL � ffl t Ybiard Home Office:Kansas City,MO OOML0013 00 03 03 Page 2 of 2 Printed in U.S.A. MULTIPLE OBLIGEE RIDER TO PERFORMANCE BOND To be attached to and form part of Bond Number SU5006484 with ARCH INSURANCE COMPANY as Surety, SHASTA FIRE PROTECTION, INC. as Principal,and CITY OF PALM SPRINGS ,as Obligee, for valuable consideration, hereby agree respectively in connection with a contract for FIRE PROTECTION - PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II which bond and contract are made a part hereof by reference, shall now include as additional Obligee(s) U.S. Department of Interior Bureau of Indian Affairs "Pertaining to Lease PSL-315" This bond is subject to the condition that no Obligee shall have any right or action greater than those of any other Obligee and shall be subject to all offsets and defenses,however arising,which might be available against any other Obligee, their agents and representatives, in addition to any offsets or defenses that might be available against themselves. In no event shall the Surety be liable in the aggregate to the Obligees for more than the penalty of this bond. At Surety's election, any payment due to any Obligee may,be made by its check issued to the Obligees jointly. Neither the execution nor language of this instrument,nor any previous negotiations,shall be construed as relieving any Obligee from the due and timely performance of such obligations and duties as he,or his agent or represetnative,may owe to the Principal or the Surety under the contract or bond. Witness the following signatures and seals this 26TH day of MARCH 20() 4 PRINCIPAL: SHASTA FIRE PROTECTION, INC. SURETY: ARCH INSURANCE C MPANY Check One: individual;—partnership; X corporation By �� ) (Corporations require two signatures: one from each of the following groups: A. Chairman of Board,President or any Vice D.J. P I CARD, - President,and B:Secretary, Asst.Secretary,Treasurer,or Chief Title ATTORNEY-IN-FACT Financial Officer) By j ' l� v- +' ll (SEAL&NOTARIAL ACKNOWLEDGMENT OF SURETY) Signature(NOTARIZED) PRINT NAME AND TITLE 11>?i1 �,7�G ki , �feSiG`EN'b� Pry Signature(NOTARIZED) PRINT NAME AND TITLE: Li r a `i&w ram t STATE OF: CALIFORNIA} } SS. COUNTY OF: RIVERSIDE} On April 2, 2004 before me, Linda J. Winesburg Notary Public, personally appeared Rene and Linda Stahl X❑ Personally known to me -OR- ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) :Kare subscribed to the within instrument and acknowledged to me that #iefshe/they executed the same in hisH-ier/their authorized capacity(ies), and that by hisHh r/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. y My Commission Expires: 06/13/05 ,—Llnda J)Vvin s rg, Notary Public * * * * * * * * * * * * * * * * * * * * * * * * * * * * CAPACITY CLAIMED BY SIGNER DESCRIPTION OF DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICERS President& Secretary/Treasurer MULTIPLE OBLIGEE RIDER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNERS ❑ ATTORNEY IN FACT ONE (1) ❑ TRUSTEE(S) NUMBER OF PAGES ❑ GUARDIAN/CONSERVATOR 03/26/04 ❑ OTHER: DATE OF DOCUMENT D.J. PICARD SIGNER(S)OTHER THAN NAMED ABOVE SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) Shasta Fire Protection Inc CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE On MARCH 26, 2004 before me, CYNTHIA S. WOZNEY, NOTARY PUBLIC DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC' personally appeared D.S. PICARD NAME(S)OF SIGNER($) Fxl personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(,$) whose name(s) isf subscribed to the within instrument and ac- knowledged to me that he/sue executed the same in his/ttuWAtmft authorized capacity(lar4, and that by his/hadthDix signature(s) on the instrument the person(o, or the entity upon behalf of which the personM acted, executed the instrument. (/ �:octN4hiL E�'Sti9„�P9m'iV:�Jo at'fSh^ I,I WITNESS my hand and official seal. SIGNATURE OF r OTARY OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER MULTIPLE OBLIGEE RIDER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ONE ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIANICONSERVATOR ❑ OTHER: MARCH 26, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTrtY(IES) N/A ARCH INSURANCE COMPANY SIGNER(S)OTHER THAN NAMED ABOVE POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City,Missouri (hereinafter referred to as the"Company")does hereby appoint Todd M. Rohm,Cathy S. Kennedy, Sejal P. Lange, D.J. Picard and Beata A.Sensi of Orange,CA(EACH) its true and lawful Attorney(s}in-Fact,to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety,and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note,check,draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond Within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as.binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board,the President,or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agerks and attomeys-in-fact,. and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous.consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. In Testimony Whereof,the Company has caused this instrument to be signed and its corporate seal to be affixed by their authorized officers,this 1st day of April ,20 03 Arch Insurance Company Attested and Certified anC CS� �a CO MKR TE e su Joseph S.L I,Corporate Secretary Thomas P. Luckstone,Vice President STATE OF CONNECTICUT SS COUNTY OF FAIRFIELD Ss I Melissa B.Gilligan, a Notary Public, do hereby certify that Thomas P.Luckstone and Joseph S.Label[personally known to me to be the same persons whose names are respectively as Vice President and Corporate Secretary of the Arch Insurance Company, a Corporation organized and existing under the laws of the State of Missouri, subscribed to the foregoing instrument,appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed, sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation and as their own free and voluntary acts for the uses and purposes therein set forth. OFFKVL SEAL MCi15SA0.. PuticSt* ! 7� ✓/i�M If M �Emm Febnrary 2005 Melissa B.Gilligan, Notary Public My commission expires 2-2M5 CERTIFICATION 1, Joseph S. Label]. Corporate Secretary of the Arch Insurance Company, do hereby certify that the attached Power of Attorney dated April 1,2003 on behalf of the person(s)as listed above is a true and correct copy and that the same has been in full force and effect since the date thereof and is in full force and effect on the date of this certificate; and I do further certify that the said Thomas P.Luckstone,who executed the Power of Attorney as Vice President,was on the date of execution of the attached Power of Attorney the duly elected Vice President of the Arch Insurance Company. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the Arch Insurance Company on this 26TH day of MARCH 20 04 . Joseph S ell, Corporate Secretary This Power of Attomey limits the acts of those named therein to the bonds and undertakings specifically named therein and they have no authority to bind the Company except in the manner and to the extent herein stated. 5 Jt�ce C � oA IOR,OGiF Jp U ;Eu m t• Ylsraud Home Office:Kansas City,MO 00ML0013 00 03 03 Page 2 of 2 Printed in U.S.A. ARCH Insurance Company ARCH Surety NOTICE — DISCLOSURE OF TERRORISM PREMIUM In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable insurer deductible. 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.: 23 TRADE BID PACKAGE DESCRIPTION: Fire Protection TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - $ 269,000.00 Pnce in figures Two Hundred Sixty-Nine Thousand & 00/100 Dollars Price in words Price in wards BIDDER: SHHAA�STA FIRE PROTECTION, INC. BY: N11- Signature TITLE: Rene Stahl, President DATE: 03/15/2004 City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 TRADE BID TRADE BID PACKAGEN 23 TRADE DESCRIPTION Fire Protection 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 1) 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 One Date 03/02/2004 Number TWO Date 03/08/2004 Number Three Date 03/11/2004 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,et seq.,the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. To all the foregoing, and including all Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedulels). Date: 03/15/2004 Bidder: Shasta Fire /Protection IInn/r By: Title: Rene Stahl, President TRADE BID TRADE BID FORMS - 2 Shasta Fire Protection, Inc. 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. NONE — N/A 2. 3. 4. 5. 6. 7. 8. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California 1 ) ss. County of Riverside 1, Rene Stahl being first duly sworn, deposes and says that he or she is President of Shasta Fire Protection, nuicparty 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 Shasta Fire Protection, Inc. BY TITLE Rene Stahl, President ORGANIZATION ADDRESS 3584 La Campana Way Palm Springs, CA 92262 SUBSCRIBED AND SWORN TO BEFORE ME THIS 15 DAY OF March 2004 Cie NIOT RY-PUBLIC IN AND FOR,,S, ID 11' COUNTS' AND STATE ) �*-sr'"�t" ., tc:;,:/:,'• Cw,4'o�ti�7 MY COMMISSION EXPIRES-4� , City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 } } BID BOND # SU5001362 BID BOND KNOW ALL MEN BY THESE PRESENTS, That SHASTA FIRE PROTECTION, INC. as Principal, and ARCH INSURANCE COMPANY 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) TEN PERCENT OF THE TOTAL AMOUNT BID--- $ 10.6--- fren percent 11M°R1 n}mtnl amount of pmpaanq 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 15TH day of MARCH 2004 SHASTA FIRE PROTECTION, INC. X (SEAL) BY: (SEAL) (SEAL) (Principall ARCH INSURANCE COMPANY _(SEAL) f5uret rJA By: t D.J. PICARD, gnaturel 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 State of CALIFORNIA County of ORANGE On MARCH 15, 2004 before me, CYNTHIA S. WOZNEY, NOTARY PUBLIC DATE NAME,TITLE OF OFFICER-E.G.,'JANE DOE,NOTARY PUBLIC' personally appeared D.J. PICARD , NAME(s)OF SIGNER(S) x❑ personally known to me - OR - ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islam subscribed to the within instrument and ac- knowledged to me that he/sue executed the same in his/#meat authorized CYR-mms-WOZHEY capacity( , and that by his/ice#ham v s.rc`o F staff 0 PaakAl G-CaIfl70 M% signature(s) on the instrument the person(s),1F3AHGE COUNTY or the entity u on behalf of which the Y P personM acted, executed the instrument. WITNESS my hand and official seal. IGNATURE OF NOTAR OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER BID BOND TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ONE 0 ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAWCONSERVATOR ❑ OTHER: MARCH 15, 2004 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENmrY(IES) N/A ARCH INSURANCE COMPANY SIGNERS)OTHER THAN NAMED ABOVE Y POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company,a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City,Missouri(hereinafter referred to as the"Company")does hereby appoint Todd M. Rohm, Cathy S. Kennedy, Sejal P. Lange, D. J. Picard and Beata A.Sensi of Orange,CA(EACH) its true and lawful Attorney(s}in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note,check,draft or letter of credit. This authority does not permit the same obligation to be split into two or more bonds in order to bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as:binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3,2003,true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: `VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary,or the Secretary shall have the power and authority to appoint agents and attomeys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous.consent of the Board of Directors of the Company on March 3,2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of allomey or bond executed pursuant to the resolution adopted by the Board of Directors.on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached,shall continue to be valid and binding upon the Company. OOMLO013 00 03 03 Page 1 of 2 Printed in U.S.A. ARCH Insurance Company ARCH Surety NOTICE — DISCLOSURE OF TERRORISM PREMIUM In accordance with the Terrorism Risk Insurance Act of 2002, we are providing this disclosure notice for bonds on which Arch Insurance Company is the surety. DISCLOSURE OF PREMIUM The portion of the premium attributable to coverage for terrorist acts certified under the Act is Zero Dollars ($0.00). DISCLOSURE OF FEDERAL PARTICIPATION IN PAYMENT OF TERRORISM LOSSES The United States will pay ninety percent (90%) of covered terrorism losses exceeding the applicable insurer deductible. Palm Springs Convention Center Expansion Phase II City Project 02-27 List of Applicable Documents For Trade Bid No.: 23 Fire Protection Awarded to: Shasta Fire Protection, Inc. �} Bid Package 1, with drawings Addendum No. 1, with drawings } Addendum No. 2 O Addendum No. 2-2, -10, -12 Addendum No. 3, with drawings O Addendum No. 3-3 O Addendum No. 3-7 O Addendum No. 3-10 O Addendum No. 3-12 O Addendum No. 3-13 O Addendum No. 3-17 O Addendum No. 3-24 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 SCOPE OR WORK PROVISIONS 23- FIRE PROTECTION 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 23 Construction Documents, dated February 6, 2004. including the Safety Program dated February 6, 2004 (Exhibit A), Master Construction Schedule for Bidding Information (Exhibit 8), dated February 6, 2004, General Liability and Automobile Insurance Limits (Exhibit C), dated February 6, 2004, Document List(Exhibit D), dated February 6, 2004, Construction Manager's Standard Provisions (Exhibit E), dated February 6, 2004, Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004 and Liquidated Damages (Exhibit G), dated February 6, 2004 are to be considered as part of the Work. 2. OSHA 30 Hour Safety Training Policy, as outlined, in the City's Safety Program, dated February 6, 2004. 3. Project Regulations and Logistics. Reference Paragraph "M" of the Scope of Work Provisions. B. Additional Instructions 1. The Contract Documents do not necessarily indicate or describe all Work required for the full performance of the Fire Protection Work. Trade Contractor is to provide all items required for the completion of the Work without adjustment to the Price. It is intended that the Trade Contractor shall be solely responsible for the inclusion of adequate amounts to cover all Work indicated, described, or implied, subject to code requirements and the reasonable intent of the Contract Documents. The Trade Contractor acknowledges and represents that they have: a) Visited the site and become familiar with the existing conditions, improvements and the overall physical condition of the site. b) Examined and fully understand the Contract Documents and all other exhibits, attachments, engineering reports, soils reports, special studies, and existing conditions to the extent necessary to perform the Work. The drawings, specifications, and other information listed as Contract Documents indicate the general scope of Work, and do not necessarily indicate or describe everything required for the full performance and completion of the Work. Trade Contractor shall be solely responsible for completing the Work in accordance with code requirements and the reasonable intent of the Contract Documents. c) Had an opportunity to request changes, clarifications and interpretations of errors, ambiguities, omissions and other matters which Trade Contractor has become aware of contained in the Contract Documents and Exhibits. d) Determined all procedures, techniques, phasing, sequencing, and schedules necessary or appropriate to complete the Work. e) Examined and fully understands Safety Manual and its rules, regulations and guidelines. 2. In addition, the Work will include the requirements of Construction Documents, General Conditions, Supplementary Conditions, and Division 1 General Requirements. 1 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 3. Trade Contractor acknowledges that they will be working in an existing, fully functional Convention Center facility, and the work may include working within public right-of ways. As such, Trade Contractor will allow for the Owner's needs for security, delivery and cleanliness and will perform the Trade Contractor's Work without disruption of the facility or its systems and operations. The level of quality, detail, coordination, scheduling, phasing, sequencing, construction activities and aesthetics is expected to exceed normal industry standards. 4. Trade Contractor fully understands that the existing Convention Center will remain open for business and will be fully operational. This Contractor further acknowledges that occasionally the progress of the work will be impeded as a result of operating the existing facility. Any demobilization, remobilization, or any other associated costs related to this type of delay is not reimbursable. 5. Contractor to provide all drinking water containers, ice, cups, trash receptacles, etc. as necessary for Contractor's employees. 6. Trade Contactor acknowledges that Turner is the Construction Manager and as such has no field forces or material handling capability to assist Trade Contractor. 7. On the basis of the above and further examinations, investigations and studies which the Trade Contractor has made in connection with the Work, Trade Contractor represents and agrees that the Contract Documents and Exhibits are accurate to the best of the Trade Contractor's knowledge and that the Work can be performed in strict accordance with the terms of their Agreement with the City. C. Scope Of Work General Scope: 1. Provide all Fire Protection 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, 10520, 15001, 15010, 15050, 15060, 15120, 15140 and 15300 of the Specifications. 4. The word "provide'when used herein shall mean Provide completely, including all costs for labor, material, equipment, travel, hoisting, scaffolding, tools, rigging and any other facilities necessary to complete the Work. 5. The word "remove'when used shall mean remove and dispose, unless otherwise noted 6. All required fees, sales taxes, haul route permits, freight or other ancillary charges associated with the performance of this Work are included. The Building Permit will be obtained and paid for by others. 7. Provide the complete, fully functional, code complying Fire Protection work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. 8. Provide the complete of the Fire Protection work to meet all the criteria of the Contract Documents, Exhibits, and all governing agencies. Fire Protection must be coordinated with the Selective Demolition, Site Demolition and Grading Trade Contractor and other Trade Contractors to ensure the areas before, during and after demolition are safe for work to continue. Coordinate all Area, Utility, Service and Equipment shutdowns with Turner, and other Trade Contractors. 2 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 9. Trade Contractor shall be responsible for providing Protection of adjacent surfaces. Sanitary protection of all loads or items being transported through or around the Existing Building of the Convention Center Facility. 10. Parking will be included in areas designated by the Project Superintendent at the City's discretion. 11. Remove general debris and leave Work area broom clean on a daily basis. Trade Contractor shall deposit all debris in trash bins. 12. Food & beverages will be allowed in designated areas only. The designated area will be located outside of existing and new building areas, and may be located offsite. Designated areas will be determined by Turner Construction Company, 13. A City Business License must be obtained within 10 business days after the start of the project. 14. Move-ins: As required to meet the schedule and performance of the Fire Protection portion of work. 15. The Working hours for the project will be 7:00 a.m. — 3:30 p.m. daily. All off-hour work, deliveries must be scheduled through the Construction Manager. 16. Provide, install and coordinate all hoisting, rigging, scaffolding, fall protection and temporary bracing necessary for the safe execution of your Work required by OSHA and the City's Safety Program, which ever is most stringent will apply. 17. Work to be performed in areas: All Work areas shown or on Contract Documents. 18. Trade Contractor is responsible for performing an existing damage survey in areas of Trade Contractors Work in existing areas within five (5) days prior to beginning work. In addition, submit a typed list to Turner Construction Company on your Company's letterhead with the pertinent Company Representative certifying all damage noted is true and the list is complete. Any items not listed by the Trade Contractor's will be the responsibility of the Trade Contractor to correct to the satisfaction of Turner Construction Company and the Owner. Survey should encompass all areas within or around the limits of the demolition and construction. 19. Include traffic control, flagmen and staging for all activities, vehicles and equipment related to your work including deliveries. 20. Delivery of materials and equipment shall be scheduled and coordinated with Turner. 21. Provide layout/verification as required for the work unless noted otherwise. Reference lines and grades only will be provided City's surveying. Provide any required grade/elevation surveys. 22. All excavations shall be shored and braced as required. Loadings from existing structures and utilities and services shall be accounted in the shoring and bracing requirements. Engineered plans for shoring and bracing shall be provided if required. Provide required access/egress/ventilation into all trenches, excavations or confined spaces for all workers and governing agency inspections. 23. All required utility and systems shut-downs, or all area closures are to be scheduled and coordinated in advance with all agencies having jurisdiction of the work, including, but not limited to, the City, Building Department, Engineering, Public Works, Fire Department, Verizon, SCE, Gas Company, DWA, Fire Alarm Monitoring, Building Management Systems, Security and other agencies having jurisdiction, and with the Convention Center through Turner. Perform shut- downs and closures related work on off-hours, or approved schedule time frame as not to disruption of the facility or its systems and operations, as required. Provide 72 hour notification for any scheduled shut down. 3 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 24. Storage space on site is extremely limited. Use, placement and size of Trade Contractor jobsite office trailers and storage bins shall be reviewed and approved by Turner, and may not be allowed. Storage area will be located at the 5 Acre East Lot located at the Southeast corner of Aveinda Caballeros and Amado Road, as noted in the Proposed Site Logistic plan, dated February 6, 2004. Limited Office Trailer space is available to the Trades that are required to provide onsite jobsite offices as noted in the Temporary Utilities for Construction Purposes (Exhibit F), dated February 6, 2004. 25. Notify DIGALERT (1-800-277-2600) a minimum of two (2) days before commencement of all excavating or trenching. 26. Provide on-site dust control and clean-up of soil, including the adjacent sites and streets, during the execution of the work. The PM-10 and SWPPP plans will be provided and maintain by the Site Demolition and Grading Trade Contractor through the duration of the project. However, coordination, removal and replacement of PM-10 and SWPPP measures to accommodate your work will be this Trade Contractor's responsibility. Coordinate your work, including impacts to the above plans with the Site Demolition and Grading Trade Contractor prior to start of your work. 27. All clean up of streets, adjacent properties and site debris, generated by execution of its work will be the responsibility of this Trade Contractor. 28. Provide all water required for construction, including dust control. The temporary water consumption costs will be paid for by the City of Palm Springs. 29. Protect in place all new and existing work within the demolition and construction limits, and the existing Convention Center that will be remain, reused, reworked or reconnected, unless otherwise noted. 30. References to Fire Sprinkler Trade Contractor shall mean Fire Protection Trade Contractor. References to Fire Protection Trade Contractor shall mean Fire Sprinkler Trade Contractor. 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 Logistic plan, dated February 6, 2004. All temporary removal, relocation and replacement of fencing to perform your work will be this Trade Contractors responsibility. Coordinate removal, relocation and replacement of fencing with Turner 72 hours in advance of commencement of work. Specific Scope: 1. Provide a complete design build automatic fire sprinkler system, tested and ready for operation. Include al piping, pipeguards, fittings, couplings, unions, gate valves, butterfly control valves, check valves, drain valves, drains, auxiliary drains, piping to drains, gauges, test gauges, alarm bells, water gongs, tamper and Flow switches, with contacts for tie-in to the fire alarm system, sprinkler heads, escutcheons, sprinkler covers, riser assemblies, valve, fire extinguishers, cabinets, and appurtenances required for a complete, operation and code complying fire sprinkler and standpipe system. 4 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 2. Trade Contractor shall begin immediately after award with preparation of shop drawings and hydraulic calculations as required for review and approval by the City of Palm Springs Fire Department. Shop drawings and calculations shall be submitted simultaneously to all reviewing agencies and Turner(for submission to the Architect/Engineer for their review). 3. Trade Contractor shall be solely responsible for the design and installation of a complete fire sprinkler system to accommodate the new additions and remodeled existing areas as required by the plans and specifications. Unless specific changes are made after bid, to the overall building design that would require additional sprinkler heads, this Trade Contractor will not receive any change orders for modifications required by code compliance, or the City of Palm Springs Fire Department. 4. All work must be performed in accordance with City of Palm Springs Fire Department rules and regulations for renovations in an existing facility. 5. Design the system in accordance with NFPA 13 rules and regulations and all applicable codes and regulatory agencies. 6. Check and verify that the existing fire water lines and system will provide adequate water pressure for the design of the Fire Protection Systems. 7. Demolition shall consist of cutting, capping, make safe, rerouting, or reconfiguring as required. All dropping of existing piping, removal of sprinkler heads and piping will be performed by the Fire Protection Trade Contractor after they have cut and capped the services. Coordinate demolition or rerouting or reconfiguring of sprinkler systems with the Demolition Trade Contractor. Restore existing services after demolition. 8. Safe off, remove sprinklers and piping at Porte cochere, loading dock canopy (phased) storage building, loading dock canopy and trellis patio. Reconfigure for sprinkler service to areas which require service or have to be reworked due to the demolition areas. 9. Trade Contractor recognizes that he will be responsible to engineer and install the necessary pipe hanger systems. This may require the addition of supplemental support steel to properly support these piping systems. This specifically includes all necessary seismic bracing of the fire protection piping. Coordinate location with Drywall and other MEP Trade Contractors. 10. Participate in coordination review meetings with other MEP Trade Contractors to assure that conflicts between building services are minimized during the demolition and installation phase. The coordination drawings shall include sepias, light table overlays with other trades and may necessitate additional detailing time to assure a complete coordinated installation. 11. Trade Contractor acknowledges that there are areas where the structure is being demolished and /or retrofitted, and as such, this Trade Contractor will coordinate the make safe and demolition of these areas with other related Trade Contractors. These areas, include but not limited to, the existing Trellis structures, Storage Building, Porte Cochere, Loading Dock Canopy, Oasis#5, East Main Lobby Pre-function, Oasis#1 &#2 soffits and BOH Circulation#408. 12. Provide new sprinklers at all new areas generally including, but not limited to, the Exhibit Hall / East Mezzanine / Loading Dock Canopy / Covered Electrical Room/ Administration Offices, and the West Canopy, West Pre-function / West Registration / Ballroom / West Mezzanine, and Kitchen areas, and along with the mechanical, electrical and BOH areas. 13. Provide a Project Superintendent to oversee the overall demolition scope of work, as well as the subcontracted scope of work, and a fully qualified field foreman or foremen. All subcontracted work must provide a fully qualified superintendent or field foremen. 14. Provide fire protection "make-safe" as required for demolition. 15. Provide fire protection demolition at Oasis#5 as required to constructed new ballroom. 5 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 16. 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. 17. Provide flushing, hydrostatic testing, adjusting and cleaning of the fire protection system in accordance with the specifications. 18. Maintain a current set of"as-built"drawings for all work. 19. Trade Contractor acknowledges that sprinkler heads within meeting rooms and public areas with drywall hardlids shall be heads with ceiling covers. 20. Provide pendant sprinkler heads at all back of house areas, including, but not limited to, kitchen, mechanical, electrical rooms. 21. West Canopy will be fully sprinklered. 22. Provide sprinklers with concealed spaces, including interiors of pylon structures. 23. Provide layout and furnishing all access doors as required by code or for inspection and accessibility for its work. Include costs for layout and distribution to the applicable work area. Installation of these access panels into the drywall partition system will be by others. 24. Provide layout all pipe sleeves for this work. Trade Contractor shall fire caulk and seal all their trades' penetrations through fire rated walls. 25. Provide all necessary pipe and valve identification. The valve identification system utilized by this Trade Contractor shall be coordinated with and be a continuation of the existing system already in a� place. 26. Trade Contractor recognizes that it may be necessary to core drill or penetrate through the existing structure for pipe access. Submit a complete core drill penetration drawing illustrating the location and identifying any conflicts for approval by the Architect/Engineer prior to any core drilling or penetrations. 27, In areas with acoustical ceilings, sprinkler heads shall be installed in the center of each tile. 28. Coordinate with the Electrical/Fire Alarm Trade Contractor so as to provide contacts, flow switches, fire annunciation, etc., as may be necessary for a complete and fully functional fire protection/fire alarm system. 29. Provide heads for each type of head furnished within a suitable cabinet and appropriate wrench at completion of the project. 30. Trade Contractor recognizes that the sprinkler piping lines as shown on the drawings are diagrammatic in nature and will not necessarily be the exact flow of these systems. There will be no additional charge or claim associated with this requirement. 31. Check and verify that the existing fire water lines will provide adequate water pressure for the design of the fire protection system. 32. Coordinate all fire protection work with other trades, especially mechanical, electrical, and plumbing trades. 33. Trade Contractor recognizes that the fire protection systems will not be the only piping or mechanical systems required within this project, and agrees to coordinate piping and heads with other work. 34. At areas of flushing Trade Contractor shall be required to protect and clean areas. Any damage cause by flushing onto finished surface will by this trade contractor responsibility. 6 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 35. Provide operation and maintenance manuals (2) months prior to acceptance of the Work. Trade Contractor agrees progress payment will be held if the submission of the operation manuals is late. As-builts and warranties must be submitted (15) days after completion of Work. 36. Provide all pressure testing of all piping, including concealed piping, which will be located within ceilings or partition walls. 37. Coordinate through Turner. City, and Deputy inspections. 38. Provide all required permits and inspections for the Work. Schedule and participate in all necessary inspections. Include cost of premium time as required for shut-down 39. Provide all new fire hose cabinets. 40. Provide all new fire extinguishers and cabinets. All existing fire extinguishers shall be salvaged, protected, relocated and recertified for reuse. 41, Provide temporary fire extinguisher at all work areas, including roof to be used by other Trades. 42. All Fire Protection tie-ins and shut downs will be this Trade Contractor's responsibility and will be coordinated with the Convention Center and other trades through Turner so that there is no impacts to the existing facilities or operations. Provide all fire watch services as required until systems are restored. 43, All Fire Protection tie-in's, shut downs will include notification of the Fire Department and Monitoring Company through Turner. 44. Provide barricades to protect the Convention Center pedestrians, employees, conventioneers and other Trade Contractors working near and around the areas of demolition and construction. Provide all safety notification signage within the interior and exterior of the area for notification of ongoing demolition throughout the project. 45. Temporary walls note #37, Architectural Sheet, A1.0.01 required to "block-off demolition and reconstruction at Oasis #1, Oasis #2, Oasis #4 & Oasis #5 will be provided by the Drywall/EIFS Trade Contractor. 46. The demolition, including "high" work shall take into consideration the safety of all workers, pedestrians, employees, conventioneers, and with no impact to the existing structures, facilities and systems. 47. Demolition of east Main Lobby Pre-function will not commence until after temporary partitions are installed and utilities & MEP that are routed through the demolition areas are re-routed and service is re-established. 48. Provide protection barricades and fall protection, including OSHA approved safety notification signage over all penetrations and openings until permanent construction is in place. 49. Demolish all Fire Protection/Sprinkler equipment, devices, risers, piping, fire hose cabinets, and supports, and wiring in areas to be demolished. Trade Contract will responsible for the fire protection/sprinkler demolition, utility sating and reconstruction in certain areas. Demolish all Plumbing equipment, devices, piping, and fixtures in areas to be demolished. Demolition Trade Contract will responsible for the plumbing demolition, utility sating and reconstruction in certain areas. 50. Provide ventilation for any exhaust-producing equipment within the building or confined spaces. 51. 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. 7 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 52. 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. 53. Protect all existing finishes and materials to remain. 54. Trade Contractor shall provide all of its own dumpsters for the demolition/utility safing/minor reconstruction scope of work. These dumpsters are not the dumpsters to be provided for"other trades" under the provisions listed in the Contract Document, Bid Package 1, Exhibit "F", dated February 6, 2004. 55. Provide all scaffolding, lifts, safety equipment, etc. as required to safety and fully complete the demolition, utility safing and reconstruction scope of work. 56. Discard of all equipment not to be reused, relocated or salvaged in compliance with state and local regulations for disposal. 57. Provide all testing, cleaning, and flushing as specified. 58. Provide continuous testing of all pipe systems for detection of leaks. 59. Provide all testing, balancing, and adjusting for your work with associated submittals and test reports. 60. Provide documentation of all pressure tests. Copies shall be included in closeout manual. 61. 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. 62. Remove drywall where required for new work. However, areas shall be coordinate with the drywall/EIFS and a list of areas provided where drywall or EIFS was removed. 63. Provide sealants at all penetrations through new and existing folding panel partition sound "baffle" walls. 64. Provide fire-safing assemblies, including sleeves and sealants at all penetrations through new and existing rated walls, floors, ceilings and roofs. 65. Fire Protection to coordinate installation of heads at the wood and specialty ceilings with Specialty Ceiling and MEP trade contractors Holes shall be provided by the Fire Protection Trade Contractor. 66. Provide fire sprinkler piping to reefed the existing remaining south trellis along gridline 26. Re- feed is required due to demolition of surrounding structures and associated MEP. 67. Provide fire protection relocation through Oasis #1 & #2 to Hallway #2 prior to demolition of east Main Lobby Pre-function. 68. Relocate existing fire hose cabinets (FHC's), including but not limited to, FHC's located at Z.5. FHC's shall be relocated to the temporary wall located at W.3. Relocate to FHC's to the new perimeter walls of the Exhibit Hall expansion after removal of temporary wall. 69. Demo fire hose cabinet at exterior of Oasis#5.Provide new piping and head layout in areas where structure has been demolished or walls and ceilings have been relocated. 70. In areas where new heads are added within an existing area or room. All existing heads and covers shall be replaced to match new heads and covers. 71. Provide demolition of sprinkler heads covers at demolished ceiling between U.7 and W.3 and between 32.1 and 32.5. Adjust heads and provide new covers at new ceiling in this area. 8 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 Scope of Work Allowances: A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City at the end of the project for any remaining unused hours. Turner Construction Company Field Superintendent will issue authorization to your Firm to begin the utilizing the allowance hours. The Trade Contractor will provide a Daily Time Ticket with a description of work, manpower quantity, and the number of man-hours worked. Trade Contractor Daily Time Ticket must be presented daily to Turner Construction Company for approval. Upon completion of the Work performed within a given month, the Trade Contractor is to present the monthly cost to Turner Construction Company in the form of a Trade Contractor Request for Change Order with Daily Time Tickets that reflect the time, material and equipment cost attached. All Final Costs associated with the Work, upon Turners approval, will be reconciled and issued to your Firm in the form of a Trade Contractor Change Order by the City. A Change Order must be executed by both the City and the Trade Contractor prior to billing for this work. The following Allowances are specifically included in the Trade Contractor's work: 1. Include a cost allowance of $5,000.00 of Journeyman Fitter for miscellaneous work, to be used only at the direction of Turner Superintendent. Labor Rate of these man-hours will not be less than the published prevailing wage rates for your firm's scope of work. D. Exclusions The following items are specifically excluded from the Work: 1. Building Permit fees by Owner. 2. Testing for or removal of Hazardous Material by Owner. 3. Temporary Boundary Fencing. 4. Fire alarm system other than flow and tamper switches. 5. Power wiring and electrical terminations. 6. Site fire loop, however coordination will be required. E. Taxes 1. All sales, use and other taxes which may be required must be included. F. Insurance Requirements 1. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 1,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured under the Subcontract. 9 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO, 8640MA TRADE BID NUMBER: 23 i' FIRE PROTECTION February 6, 2004 B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. 2. Turner Construction Company shall be named as additionally insured on all required insurance certificates/policies G. Material Delivery. Handling and Protection 1. This Trade Contractor shall securely store all their jobsite materials to prevent the occurrence of any condition which could contribute to a hazardous material contamination, fire, explosion or other calamity. 2. Provide traffic control and signal men as necessary for deliveries to the jobsite. 3. Use designated areas, as determined by Construction Manager for all dumpster, deliveries, truck loading, material storage and equipment staging locations. Coordinate delivery, routing, staging, storage, dumping, pick-up of all dumpster, deliveries, truck loading, material storage and equipment staging with Turner's Project Superintendent. 4. All material handling equipment required for loading, transportation, receiving, unloading and disbursement is included. 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. H. Mock-Ups—As noted in the Contract Documents, 1. Provide sprinkler heads for wood and specialty ceiling mock-ups at ballroom, pre- function/registration and west canopy. I. Schedule 1. All Work is to be performed in accordance with the Master Project Construction Schedule, Exhibit B, dated 2/6/04. A detailed schedule will be required from all Trade Contractors within 10 days from award of Contract, and will be review for compliance with the Master Project Construction schedule's intent. Trade Contractor's will acknowledge that the Master Project Construction Schedule will include"multiple move-ins", "out of sequence," and "phasing" of the work. 2. Trade Contractor shall be responsible for the cost of all overtime, shift time differentials, off hour work and other premium time costs required to "expedite" or "make-up" delays to the schedule caused by this Trade Contractor. This includes, but is not limited to, work in excess of eight hours per day, forty hours per week, and/or work on Saturdays, Sundays and Holidays. All off-hour work must be scheduled through the Construction Manager. 3. All "tie-ins" or "shut-downs" and other impacts must be scheduled through Turner at least 72 hours in advance. All related costs, including overtime, phasing and off hour work are included in the Trade Contract price. 10 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA !— TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 4. Whenever an actual or potential labor dispute, involving the Trade Contractor, delays or threatens to delay the timely performance of the work, the Trade Contractor shall promptly give notice thereof in writing to Turner. If as a result of any labor dispute, a special gate is designated by Turner for ingress and egress by the Trade Contractor to the job site, the Trade Contractors and suppliers will comply with the requirement to use only the designated gate. Special badging may be required as long as the Trade Contractor is restricted to the reserved gate. 5. A detailed schedule of this trades' work, including submittals/shop drawings, material/equipment fabrication, delivery, installation, start-up/testing/commissioning and closeout, will be provided with ten (10) days of award of contract. 6. 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. 7. In addition, Trade Contractor shall complete various portions of, or acknowledges special conditions regarding the Work. The following is not to limit this Trade Contractor's Work, but to emphasize various or special conditions regarding the schedule. The items are as follows: a. Demolition of east portion of loading dock after completion of new loading dock will be considered a separate phases. b. Demolition of east main lobby east will be considered a separate phase. c. Demolition of Oasis 5 will be considered a separate move-in. d. BOH Circulation#408 will be considered separate move-in. e. Exterior masonry/EIFS MEP screen wall enclosures will be considered a separate move-in. f. East Exhibit Hall expansion will be considered a separate move-in. g. Administration Offices will be considered a separate move-in. h. Ballroom will be considered a separate move-in. i. Pre-function and Registration will be considered a separate move-in. j. West canopy will be considered a separate move-in. J. Schedule of Values 1. The Trade Contractor shall provide, within ten (10) days of Contract award the following: a. A detailed schedule of values, with the appropriate system/work breakdown, for each building, which shall be used for monthly progress billings. The schedule of values shall be prepared on the AIA G702/703 forms or a similar form as approved by Turner and City. The schedule of value shall be itemized breakdown, including but not limited to, material, equipment, labor, submittals/shop drawings, closeout, training, allowances, safety, clean-up, and shall be detailed by areas, major disciplines and systems. 2. Provide an estimate of the monthly value of work-in place and manpower. K. Submittal Schedule 1. Provide a fully itemized submittal including material and equipment lead time, including shipping and delivery dates. Provide weekly shipping schedules and delivery dates, including schedules of shipment"PRO#'s" as requested by the Construction Manager. 11 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE II CITY PROJECT NUMBER: 02-27 TURNER PROJECT NO. 8640MA TRADE BID NUMBER: 23 FIRE PROTECTION February 6, 2004 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. Project Regulations and Logistics 1. Safety Manual, Exhibit"A" and as specified below: a) Hardhats b) Workboots c) Safety Glasses d) Safety Gloves e) Proper attire such as shirts with sleeves and long Work pants. 0 No illegal substances or alcohol on or near the project. g) All Trade Contractor equipment is to be inspected on a daily basis for safety compliance. h) Once again, cleanup is to be done on a daily basis. Cleanliness is a major attribute to safety. Trade Contractor shall provide one (1) journeyman laborer for every ten (10) of it employees for a composite clean-up crew. Composite clean crew will be used at the direction of Turner Superintendent or Safety Manager. i) Trade Contractor Daily Reports (DCR). j) Trade Contractor Daily Equipment Inspection List. 2. Each Trade Contractor is to provide a fully qualified field foreman. The same foreman that starts the project will remain on the project until completion. The foreman will maintain safety, DCR's, Daily Equipment Inspection Lists, and proper conduct amongst the Trade Contractors field forces. 3. All supplier's personnel and vehicles shall enter and leave the site through gates designated by Turner. Vehicle access will be limited to approved vehicles essential to efficient work performance. 4. All deliveries shall be scheduled with Turner's Project Superintendent a minimum of forty-eight (72) hours prior in advance. END OF SCOPE OF WORK DOCUMENT 12 ACORQ CERTIFICATE OF LIABILITY INSURANCE 04/02/2 a' PRODUCER r(760)320-1111 FAX (760)320-1115 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Garcia Insurance, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE P.O. Box 2803 HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Palm Springs, CA 92263 INSURERS AFFORDING COVERAGE NAIC# INSURED Shasta Fire Protection, Inc. INSURER A Clarendon America Insurance Co. 3584 La Campana Way INSURERB: Employers Mutual Insurance Co. Palm Springs, CA 92262 INSURER . Landmark American Insurance Co INSURER D: INSURER E COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDINI ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADD- TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS GENERAL LIABILITY HX000045102 10/16/2003 10/16/2004 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED $ SO,000 PREMISES(Pa ornixerra) CLAIMS MADE [X] OCCUR MED EXP(Any one person) $ 5,000 A PERSONAL&ADV INJURY $ 1,000,000 X XCU coverage GENERAL AGGREGATE $ 2,000,000 GEHL AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PR LOC AUTOMOBILE LIABILITY 2X6529504 03/15/2004 03/15/2005 COMBINED SINGLE LIMIT X ANYAUTO (Ea accident) $ 1,000,000 ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Per person) $ B X HIREDAUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EAACC $ AUTO ONLY: AGG $ EXCESSIUMBRELLA LIABILITY LHA209978 10/16/2003 10/16/2004 EACH OCCURRENCE $ 1,000,000 X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000 C $ DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND WO UMLTU- STAT OTH- EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? E.L.DISEASE-EA EMPLOYEE $ If yes,describe under SPECIAL PROVISIONS below E.L.DISEASE-POLICY LIMIT $ OTHER DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS Aerations performed by named insured on behalf of certificate holder. Certificate holder and Turner Construction Company are named as additional insured per attached. e: Palm Springs Convention Center Expansion, Phase II, city project #02-27-23 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL City of Palm Springs 10 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, Department of Procurement & Contracts BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE_NO OBLIGATION OR LIABILITY 3200 Tahqui tz Canyon Way ,,OF-ANY KIND UPON THE INSU IR ITS AGENTS OR REPRESENTATIVES, Palm Springs, CA 92262 UTHORIZED REP R SENTATIV ACORD 25(2001108) j� ©ACORD CORPORATION 1988 ( 0,.. COMMERCIAL GENERAL LIABILITY Policy Number: HX000045102 Named Insured: Shasta Fire Protection, Inc. This endorsement changes the policy. Please read it carefully. ADDITIONAL INSURED—OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following— COMMERCIAL GENERAL LIABILITY COVERAGE PART. SCHEDULE: NAME OF PERSON OR ORGANIZATION: City of Palm Springs Department of Procurement & Contracts Turner Construction Company 3200 Tahquitz Canyon Way Palm Springs, CA 92260 (If no entry appears above, information required to complete this endorsement will be shown in the declarations as applicable to this endorsement.) Who is an insured (Section 1I) is amended to include as an insured the person or organization shown in the schedule, but only with respect to liability arising out of"your work" for that insured by or for you. CG20101185 Copyright Insurance Services Offices, Inc. 1984 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE APRIL 2, 2004 GROUP: 000046 POLICY NUMBER: 973S-2004 CERTIFICATE ID: 202 CERTIFICATE EXPIRES: 0I-01-200S 01-01-2004/01-01-200s CITY OF PALM SPRINGS DEPT OF PROCUREMENT & CONTRACTS; TURNER CONSTRUCTION COMPANY 3200 TAHQUITZ CANYON WAY PALM SPRINGS CA 92262 PALM SPRINGS CONVENTION CENTER EXPANSION, PHASE II, CITY PROJECT #02-27-23 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period Indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend, extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms, exclusions, and conditions, of such policies. YlUI-1— kt, e . O'L AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000, 000 PER OCCURRENCE ENDORSEMENT 42065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-01-2004 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER SHASTA FIRE PROTECTION, INC. 3584 E LA CAMPANA WAY PALM SPRINGS CA 92262 SCIF 10262E rEPF-UI:1301