Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04639 - MARTIN INTEGRATED CONVENTION CENTER CEILING CP02-19-15
DOC a 2003-630688 08/18/2003 08:60A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk 8 Recorder I IIIIII IIIIII IIIIII III IIII IIIIIII IIIIII III IIIII IIII IIII Return To: City Clerk City of Palm Springs P.O. Box 2743 Palm Springs, CA 92263-2743 NOTICE OF COMPLETION NOTICE IS HEREBY given that: 1. The City of Palm Springs, California is a municipal corporation, organized and incorporated —IlSF pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 4 h day of June,2003. 5. The name of the contractor(if named)for such work of improvement was:Martin Integrated. 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 I, City Project#02-19. 7. The property address or location of said property is: 797 E.Andreas, Palm Springs, CA 92262. City Project No: Agreement No: L1to�o Minute Order No: 'kU4T7 02-19 02-19-015 DATED: ''7[7 5 0-� CITY OF PA RINGS By: Executive Director-Airports PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice, that she makes this verification on behalf of said corporation; that she has read the foregoing Notice of Completion, and knows the contents thereof, and at the facts stated therein are true; that as said City Clerk, she makes this verification on behalf of said munici I corporation. City Clerk Index No. Martin Integrated Convention Ctr CP02-19-15 AGREEMENT #4639 Proj Admin signed 2-14-03 AGREEMENT d f d THIS AGREEMENT made this ' Ly day of in the year 200, by and between the City of Palm Springs, a charter city, organized and sting in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and, Martin Integrated 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's Contract Documents entitled: Palm Springs Phase I Convention Center Expansion Acoustical Ceiling City Project No. 02-19-15 The Work is generally described as follows: provide all necessary labor, materials, equipment, hoisting, scaffolding, tools, rigging and anything else necessary to complete the work for the Palm Springs Phase I Convention Center Expansion. ARTICLE 2 --COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in 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 Contractor agree that the Contractor shall pay the amount provided below, as liquidated damages, for each calendar day that the Work is not completed in the time set forth above: $750.00 ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). ($27,436.00) i' IdSr .., ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Trade Bid and trade Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Notice of Award, Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions, Exhibits A through G, Construction Drawings and Specifications, Addenda numbers 1 to 5, inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. 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 a 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 known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. 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 may 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. (Signatures on Next Page) 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 municipa corporatiory f BY:�lki��o�._ _ ..•��� Win.-+.�e_P � _ By: CityClerk ,N���/°�zCYr_3 C. anager Agreement over/mt:dvr $25,000 Ir� APPROVED AS TO FORM: Reviedved and approved by Procurement & Contracting ay: Initials P ' Date City Attorney P.O. Number CONTRACTOR: Check one:_Individual—Partnership 1µ`Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President,or any Vice President:AND B.Secr Assiatant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). Signature (notarized) Signature (notariz d)/ J Name- Marshall E , Hovivian Name: Ann L . Reizer Tit .. Prf/esident Title: Secretary State ofvt/�`'�f!'ri/AJd(, ., State of `P Gi-ter cl c �- ) County ss County of ,1-7zr✓ Iss Onll�1�before me, -1 di tS/'qp �.�-'/��P'"�>' On �"1/4,3 before me, LP�I =r'L y L G7 V personally appeared //i(ij � �-//,a l�- f- ,dl)t°'Y drl+�.%`�'' personally appeared ,f719 t'7 Z /l L-b/7- ezz,-'- personally known to me (or-..provved-to-me-o -the-basis'of personally known to me (or proved to me on the basis of satisfactory eyidenee) to be the person(sf whose name(s) satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their, to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his%her/their signature(s) authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of on the instrument the person(s), or the entity upon behalf of which the person,(s)acted,executed the instrument. which the person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. r"" s Notary Signature yin / - �— ✓/� (—,�L--Kotary Signature: Notary Seal: Notary Seal: EILEEN ry-Uro OFFICIALSrAL CHERYLA FELGER 1 NOTARY PUNLIC-STATE OF AP,IZONFl Y F +Ovtcva C¢unty MARICOPA COUNTY My Comm Fr Ires Jude 76 7[ICS h u r� I�: 'r , nB�f�s r^P:T➢6,GIG5 BOND NUMBER 929268706 PREMIUM: $210.00 EXECUTED IN FOUR COUNTERPARTS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That Martin Integra tied PENNSYLVANIA as Contractor andAMERICAN CASUALTY COMPANY OF READING, ,as Surety are held firmly bound unto the City of Pa hn Springs,a Charter City,organized and existing in the County of Riverside,California,hereinafter called the"City,"in the sum of:Twenty seven thousand four hundred flurry six ($27,436 00) dollarsfor 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 Contract Documents entitled: PALM SPRINGS Phase I Convention Center Expansion CITY PROJECT 02-19-15 Acoustical Ceiling NOW THEREFORE, if said Contractor 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 finished,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 YJ I SIGNED AND SEALED,this 24th day of JANUARY )M 2003. Contractor MAR TED SYSTEMS Contractor ' RTIN INTEGRATED SYSTEMS By Mar all E . HovBy ivian, President Ann L . Reizer e� etary Title Title Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY Surety APE I AN /A'UAli'SY COMPANY OF READING, PENNSYLVANIA MICHA D. ON` 'title ATTOR EY—IN—FAC Subscribed and sworn to before me �'( 17 C'/7f this= l day of` ^ ' ,Notary Public�� � l --0Qj -��i--OFFICIAL SEAL lY£ I{ 'll CHER` LA.FELGER i NOTARY PUNLIC-STATEOFAIWONA MARICOPA COI11dTY { My Cumm Expires June 2ri,2005 ii � CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State Of California County of ss Onfi'hOVq 30�60 , before me, e / Name"d Tile of Officer(e g. `Jane Doe,Notary Publlc.) personally appeared I �s�a L(_ r V Name(si of Signer(c) (� personally known to me demne- 'y ❑ �{�1 art Tn �> rN L1 =--- - a .��'� `_ ,�' to be..the person ] whose name( is/area9 �FtI h r I,�.t !n e•c�r a II if ` tl?'7�Us> �! subscribed to the within instrument and - Pn3f, - Ct�,NC of acknowledged to me that he/sWtpe�executed - OT . Col—mil" ; the same in his/�hi6ir authorized c r,r°' listas�, capacity(}, and that by hisl r/the signature(5''on the instrument the personw�or the entity upon behalf of which the person,(s acted, executed the instrument. W TNESS my hand and officiorseal. Place Notary Seal Above Signature of Notary Pubbc G OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document t and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: I Document Date: Number of Pages: Signer(s) Other Than Named Above: , Capacity(ies) Claimed by Signer 16 Signer's Name: - ❑ Individual Tap of thumb here ,A ❑ Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact r�95 ❑ Trustee r� ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 1997 National Notary Association•9350 De Solo Ave.,P.O.Box 2402•Chatsworth,CA 91313-2402 For.No 5907 Reorder:Call Toll-Free 1-600-076 6827 STATE OF CALIFORNIA COUNTY OP RIVERSIDE SS. j JJ On s/99/0. before me, R. STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (e�ec sit n n� a s tts€�Nzr c t ) to be the persoci se whose nama(� is/are-subscribed to the within instrument and acknowl- edged to me that he/84�executed the same in his/ lie tlaer authorized capacityfiee); and that by his 4zeL- t7@ir.SignaturE!44-on the instrument the person44 or the entity upon behalf of which the persons}acted, executed u,_ the instrument. - ":-., :. R. STAFvDLEN, Ct30 V-1263272 �r cti '),i r _ 1 N47AFi'/FI(FtLIC•CALIFORNIA �> WITNESS my hand and official seal �1` N vctzstCE Cat1NrY b �'� My Comm.Expiraa June 7,400{ r Signature Y-" n C-�&4 This area for Official Notarial Seal 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 TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF FERSON(S)OR ENTIT (IES) SIGNER(S) OTHER THAN NAMED ABOVE m-osl Rev.6/94 ALL-PURPOSE ACKNOWLEDGEMENT BOND NUMBER 929268706 e PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, PENNSYLVANIA That AMERICAN CASUALTY COMPANY OF READING, as Surety, are held firmly bound onto 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: Twenty seven thousand four hundred thirty six($27 436 00) dollars for the payment of which sum well and hAy 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 agreeinent with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Phase I Convention Center Expansion CITY PROJECT 02-19-15 Acoustical Ceiling NOW THEREFORE,if said Contractor,its subcontractors, its heirs, executors, administrators,successors, or assigns shall fail to pay for any materials,provisions,provender,equipment or other supplies used in,upon,for or about the performance of the Work contracted to be done,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 furnishing said materials, provisions,provender,equipment or other supplies,appliances or power used in,upon,for or about performance of the work contracted to be executed or performed, or any person, company or corporation renting or hiring 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 hereinbefore set forth and also will pay, in case suit is brought upon this bond, a reasonable attorneys 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 24th day of JANUARY Ix 20.03 '!` Surety A14ERICAN;- r SU4 TY COMPANY OF READING, MART NTEG TED SYSTEMS Contractor P ,NNS 4VAY A 1 By f/ By MI L D. TO Title AT ORNEY-IN F CT Title Ma hall E . Hovivian, President (SEAL AND NOTARIAL ACKNOWLEDGMENT MARTIN INTEGRATED SYSTEMS OF SURETY) Co tractor BY ''� `�� / %��" Title Ann L. Reizer , S, cretary 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). Subscribed and sworn to before me this.3/''rf day of--J6/7 %Notary Public 7 -- CHa (LA FELLER i v�l NOTARY PUBLIC STATE CEARIZONA Ii MARICCPA CC(1NTY H CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. K County of 5 On I-r-4/o4l, 0 , before me, ��� / / Name antl Tllo of Officer(a g `Jane Doe,No(ary P.chc") �> r' personally appeared Name(e)of Signers) X'personally known to me E]_Rrnf1Pwf to M. am eVvdence- to be„the person�0 whose name(,%' is/are FIj-'Hit, _,0ERV L subscribed to the within instrument and caf,rml'e:;ir7 ?'? 4"7"- acknowledged to me that he/sue/tbe_executed f the same in his/ 1 authorized capacity , and that by his/ r/the signature( ) on the instrument the person(sor the entity upon behalf of which the person acted, executed the instrument. WIT SS my hand and l official seal:, C/ f ,y Place Notary Seal Above Signature of Notary Public {/ OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: ' II� Capacity(ies) Claimed by Signer Signer's Name: - ❑ Individual Top of thumb here ❑ Corporate Officer—Ttle(s): ❑ Partner—❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee h ❑ Guardian or Conservator ❑ Other: fiSigner Is Representing: �c',�:�•cc����.e<?.�� ���-CSC—�r.���L�����•Ec�c�c.c��.'!—�,.=<; _.>, ©1997 National Nolary Associates•9350 De Soto Ava.,P.O.Box 2402•Ohatswotlh,CA 91313-2402 Prod,No 5907 R...der Call Toll-Free 1-600-676-6827 STATE OF CALIFORNIA COUNTY OF RIVERSIDE SS. JJ On I /,44A a(113 before me, R. STANDLEY PERSONALLY APPEARED MICHAEL D. STONG personally known to me (,.; s s€aet�ry ev e) to be the persor*s whose names} is/acre subscribed to the wither instrument and acknowl- edged to me that he/s�xecuted the same in his/ .b4PA44@. authorized capacity(ie4, and that by hisrlxer/ 94aix.signature(s}-on the instrument the person44 or the entity upon behalf of which the person{ acted, executed the instrument. TV,! 3LEY �,., a r WITNESS my hand and official seal. d NOTARY PLIGLIC-CALIFORNIA m ruvrRsitir couNTY My Comm.Expims June 7,200/ Signature �f °"% � J >� This area for Official Notarial Seal f� OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent haudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR FNT(TY(IES( SIGNER(S)OTHER THAN NAMED ABOVE ID-osl Rey 6/94 ALL-PURPOSE ACKNOWLEDGEMENT t POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reacting,Pennsylvania,a Pennsylvania corporation(herein called"the CNA Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago,and State of Illinois,and that they do by virtue of the signatures and seals herein affixed hereby make,constittrte and appoint Susan C Monteon,Michael D String,Rosemary Standley,Shawn Blume,Individually of Riverside,CA, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signer)by a duly authorized officer of their corporations and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the corporations. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 13th day of November,2002. CASUq,ry I4SUI?4 , o AMYOA Continental Casualty Company �2 ve of yc '+off National Fire Insurance Company of Hartford 3 co"POSAr$ 9 = ,t g ?'Y„corrroagTFo American Casualty Company of Reading, Pennsylvania Z o a u IULY 71, CU SEAL g y � IsoZ a 1897 � HpRn'�� i • Michael Gengler Sent r Vice President State of Illinois,County of Cook,ss: On this 13 th day of November,2002,before me personally came Michael Gengler to me known,who,being by me duly swom,did depose and say: that he resides in the City of Chicago, State of Illinois; that he is a Senior Vice President of Continental Casualty Company,an Illinois corporation, National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation described in and which executed the above instrument;that he knows the seals of said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that the signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. =LN.Z AL 63ELIZA E 17 luwois LUN. My Commission Expires September 17,2006 Eliza Price Notary Public CERTIFICATE 1, Mary A. Rlbikawskis,Assistant Secretary of Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford, a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify [hat the By-Law and Resolution of the Board of Directors of the corporations printed ojythe reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this day of e... a-Y,uCLA A' 0 �r�c^su1Uy INSUR4N,c `pM%N <I Continental Casualty Company t' National Fire Insurance Company of Hartford $ c0i`PO ATp o n 4'' c Yc�°�OFaren � American Casualty Company of Rending, Pennsylvania t " IULY 11, � SEAL t2- '� a 1897 � HANtF� 6 • Form F6853 Mary A.R Ika�Jkis Assistant Secretary — Authorizin.- By-Lawns and Resolutions ADOPTED BY THE:BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY This Power of Attomey is made and executed pursuant to and by authority of[he following By-Law duly adopted by the Board of Directors of the Company. "Article IX—Execution of Documents Section 3 Appointment of Attorney-in-Fact. The Chairman of the Board of Directors, the President or any Executive, Senior m Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of politics of insurance, bonds, undertakings and other obligatory instruments of like nature. Such a¢omeys-in-fact, subject to cite limitations set fortis in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thererto. The Chairman of the Board of Directors,the President or any Executive,Senior or Group Vice President or the Board of Directors,may,at any time,revoke all power and authority previously given to any attomey-in-Fact." This Power or Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of[he Company at a meeting duly called and held on the 171'day of February,1993. "Resolved,that the signature of the President or any Executive,Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 3 or Article IX of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following By-Law duly adopted by the Board of Directors of the Company. "Article VI—Execution of Obligations and Appointment of Attorney-In-Fact Section 2 Appointment of Attorney-in-fact. The Chairman of the Board of Directors,the President or any Executive, Senior or Group Vice President may, from time to time, appoint by written certificates attomeys-in-fact to act in behalf of the Company in the execution of policies of insurance, bonds, undertakings and other obligatory instruments of like nature. Such attomeys-in-fact, subject to the limitations set forth in their respective certificates of authority,shall have full power to bind the Company by their signature and execution of any such instruments and to attach the seal of the Company thereto. The President or any Executive,Senior or Group Vice President may at any time revoke all power and authority previously given to any attorney-in-Fact." This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors or the Company at a meeting duly called and held on the 17"day of February,1993. "Resolved,that the signature of the President or any Executive,Senior or Group Vice President and the seal of the Company may be affixed by facsimile on any power of attorney granted pursuant to Section 2 of Article VI of the By-Laws, and the signature of the Secretary or an Assistant Secretary and the seal of the Company may be affixed by facsimile to any certificate of any such power and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Company. Any such power so executed and sealed and certified by certificate so executed and sealed shall,with respect to any bond or undertaking to which it is attached,continue to be valid and binding on tile Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD. This Power of Attomey is made and executed pursuant to and by authority of the following Resolution duly adopted on February 17, 1993 by the Board of Directors of the Company. "RESOLVED: That the President,an Executive Vice President,or any Senior or Group Vice President of the Corporation may, from time to time, appoint,by written certificates,Attorneys-m-Fact to act in behalf of the Corporation in the execution of policies of insurance,bonds,undertakings and other obligatory instruments of like nature. Such Attomey-in-Fact,subject to the limitations set forth in [heir respective certificates of authority,shall have full power to bind the Corporation by their signature and execution of any such instrument and to attach the seal or the Corporation thereto. Tile President,an Executive Vice President, any Senior or Group Vice President or the Board of Directors may at any time revoke all power and authority previously given to any Attomey-in-Fact" This Power o'Attomey is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company at a meeting duly called and held on the 17°i day of February,1993. "RESOLVED. That the signature of the President, an Executive Vice President or any Senior or Group Vice President and the seal of the Corporation may be affixed by facsimile on any power orattorney granted pursuant to the Resolution adopted by this Board of Directors on February 17, 1993 and the signature of a Secretary or an Assistant Secretary and the seaEof the Corporation may be affixed by facsimile to any certificate orally such power, and any power or certificate bearing such facsimile signature and seal shall be valid and binding on the Corporation Any such power so executed and sealed and certified by certificate so executed and sealed,shall with respect to any bond or undertaking to which it is attached,continue to be valid and binding on the Corporation." TRADE BID TRADE BID PACKAGE# 18 TRADE DESCRIPTION Acoustical Ceilings 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 I PROJECT NO.02.19 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract;Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): • Number 1 Date 12,5--02 Number 2 Date 12-6,02 Number 3 Date 12,12--02 Number 5 Date 1 -9-03 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 therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Date: January 17,2003 Bidder: Martin Integrated Systems By: Title: P esident - Mart Hovivian TRADE BID TRADE BID FORMS - 2 TRADE BID TRADE BID PACKAGE# 15 TRADE DESCRIPTION Acoustical Ceilings 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 las 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 I PROJECT NO. 02.19 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number 1 Date 12,5-�02 Number 2 Date 12-6,02 Number 3 Date 12—:12-_02 Number 5 Date 1 —9-03 Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost,progress or performance of the Work and has made such independent investigations as Bidder deems necessary. In conformance with current statutory requirements of California Labor Code Section 1860,at seq.,the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. To all the foregoing,and including all Bid schedule(s),List of Subcontractors,Non-collusion Affidavit,Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Date: January 17, 2003 Bidder: Martin Integrated Systems By: Title: P --Sident - Mart HOvivian TRADE BID TRADE BID FORMS - 2 TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase I Project No. 02-19 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 15 TRADE BID PACKAGE DESCRIPTION: Acoustical Ceilings TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - $ ?7 A-3h - 00 Rfc.in 110me. Twenty-seven thousand, four hundred thirty-six dollars Price in words Pric.in word. BIDDER: ""Math -Integrated Systems BY: s*nm,e TITLE: r ident - Marty Hovivian DAT anuary 17, 2003 City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address 1 No work will be subcontracted 2. 3. 4. 5. 6. 7. 8. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California I ss. County of Orange Marty Hovivian- being first duly sworn, deposes and says that he or she is President of Martl,ri Integrated SysWrty 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 Mar to rated Systems BY TITLE a -y Hovivian President ORG IZAT N Martin Integrated Systems A California Corp , ADDRESS 2330 N. Pacific St Orange CA 92865 SUBSCRIBED AND SWORN TO BEFORE ME THIS k1 DAY OF 1 NOTARY PUBLIC IN AND FO SAID COUNTY AND STATE WILLIAM RITCHIE Commission# 1367321 MY COMMISSION EXPIRES: /vGd1. ""�� "' z •-r Notary Public - California v Orange County My Comm.E)Vires Nov 26,2006 BIDDER'S GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 5 1 BIDDER'S GENERAL INFORMATION PRE-QUALIFICATION OF TRADE CONTRACTORS:All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre-qualified to submit bids for the project Trade contractors must be pre-qualified for each trade bid for which they wish to submit a bid The completed pre-qualification questionnaires must be received at least five days prior to the date of bid opening specified in the Notice. Pre-qualification applications can be obtained at bqp://www.ci.palm-si)rings.ca.us./(Go to "Departments"then to"Procurement", or the may be purchased from JP Reprographics. Bid proposals submitted by trade contractors who have failed to successfully pre-qualify will not be accepted. Martin Integrated Systems is an Acoustical Ceiling Subcontractor , License No . 566629 , Classification C-2 , with operations throughout Southern California since its inco`potation- in 1989 . BIDDER'S GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 7 BID BOND KNOW ALL MEN BY THESE PRESENTS, That MARTIN INTEGRATED SYSTEMS as Principe1,and AMERICAN CASUALTYINU, as Surety, are held and firmly bound unto The City of Patin Springs, hereinafter called the "City" in the sum of (state in words and figures) TEN PERCENT OF THE AMOUNT OF THE BID B 10% OF BID AMT. R,"pr n bail M M%W wiwn"N we""" 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 I 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 shell 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 tee to be fixed by the court. SIGNED AND SEALED,this 16th day of JANUARY ZO 03 MART, Q INTE ED SYSTEMS (SEAL) / r (SEAL) Cher Hovivian, Vice President (SEAL) Wrincipsh PENNSYLVANIA AMERICAN CASUALTY/COMPANY OF READING, ISEAL) 13�G rely) B • -< ,_ SHAWN BLUME, (Signnurel ATTORNEY—IIN=EAGT__ SEAL AND NOTARIAL gyt ACKNOWLEDGMENT OF SURETY ISignsturs) BIDDER'S GENERAL INFORMATION City of Palm Springs BID TRADE FORMS -6 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On `!I! Y�'d3 ,before me, R. STANDLEY PERSONALLY APPEARED SHAWN BLUME personally known to me to be the person(s}i%hose names} is/atesubscribed to the within instrument and acknowl- edged to me that he/-,'' executed the same in his/ h491, t�i= authorized capacit}�}, and that by his/+mf tlwitsignature4)_on the instrument the person(+or the entity upon behalf of which the person(4acted, executed Tg gPdDLEY the instrument. Me'^'"'1 a N,r = l COMM."TrI.R s " NOTARYPUBLIC-CALIFORNIAN WITNESS my hand and official seal. ¢� , RIVERSIDE COUNTY My Comm.EXPtres JUM T,20C4 Signature /l r / This area for Official Notarial Seal 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 TITLE OR TYPE OF DOCUMENT TRIE(S) ❑ PARTNER(S) ❑ LIMITED El GENERAL El ATTORNEY-IN-FACTNUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NANIE OF FERSON(S)OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE ID-oS1 rev.6/94 ALL-PURPOSE ACKNOWLEDGEMENT POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents,That Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation(herein called"the CNA Companies"), are duly organized and existing corporations having their principal offices in the City of Chicago,and State of Illinois,and that they do by virtue of the signatures and seals herein affixed hereby make,constitute and appoint Susan C Monteon,Michael D Stang,Rosemary Standley,Shawn Blume,Individually of Riverside, CA,their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their corporations and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the corporations. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 13th day of November,2002. - �CAs ter tNSUR�tiC ` uno<� Continental Casualty Company National Fire Insurance Company of Hartford 2 pOafOgATE _ T ; `�'aLcOpArrn American Casualty Company of Reading,Pennsylvania 20 • a IULY 11, y U SEAL 'c � < 1902 a 1997 � HARh� • � _ 2ch—aelGengler Sent Vice President State of Illinois,County of Cook,ss: On this 13th day of November,2002,before me personally came Michael Gengler to me known,who,being by me duly sworn,did depose and say: that he resides in the City of Chicago, State of Illinois;that he is a Senior Vice President of Continental Casualty Company,an Illinois corporation, National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation described in and which executed the above instrument;that he knows the seals of said corporations;that the seals affixed to the said instrument are such corporate seals;that they were so affixed pursuant to authority given by the Boards of Directors of said corporations and that he signed his name thereto pursuant to like authority,and acknowledges same to be the act and deed of said corporations. OFFICIAL SEAL ELIZA PRICE NOTARY IUMUS,STATE OF IWNOI5 MYCOMMISSICNIX%RES OW 7M 6: My Commission Expires September 17,2006 Liza Price Notary Public CERTIFICATE I,Mary A.Ribikawskis,Assistant Secretary of Continental Casualty Company,an Illinois corporation,National Fire Insurance Company of Hartford,a Connecticut corporation,and American Casualty Company of Reading,Pennsylvania,a Pennsylvania corporation do hereby certify that the Power of Attorney herein above set forth is still in force,and further certify that the By-Law and Resolution of the Board of Directors of the corporations printed+o_n the reverse he=AtE4 still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporations this —day of ,;�M - Ts,CAS <ry LNSUR,t owAMo< Continental Casualty Company I`' o t�" �eF 41 '9'10,� National Fire Insurance Company of Hartford H pOPMdiATE ( ; w sL,caurwWrpe s American Casualty Company of Reading,Pennsylvania Z ) O V 4 O $ r a IULY 71, .�. '✓,/t'_yn!/t, SEAL c y ^a 902 a 1897 � HAR1Fc" S • Form F6853 Mary A.Reikajkis Assistant Secretary O� PALM S - =AP�i City of Palm Springs \ Department of Procurement and Contracting �, •"O•".•° - P " 3200 Tahquirz Canyon Way • Palm Springs, California 92262 q<I FO TEL: (760)323-8239 • FAX(760) 322-8372 • TDD (760)864-9527 CITY OF PALM SPRINGS 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 NOTICE TO ALL TRADE CONTRACTORS PHASE I EXPANSION OF THE PALM SPRINGS CONVENTION CENTER CITY PROJECT#02-19 ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: SUMMARY OF CHANGES: This Addendum includes: 1. Change: (All Trades) Change bid date from December 10, 2002 to December 17, 2002. 2. Add: (All Trades) Section 19 to Instructions to Bidders - Construction Managers Administration. 3. Add to Supplemental General Conditions (All Trades) Item 2A. 4. Add Exhibit"H" OSHA 30 Hour Policy (designated Trades). 5. Change Instructions to Bidders Section 8 Bid Form. (All Trades) 6. Informational: Scopes to be provided Monday, December 9, 2002. (All Trades) 7. Informational: Anticipated Project Schedule is available on the City's web site. 8. Informational Lists: (A) List of Pre-qualified Trade Contractors for those trades requiring pre-qualification and attendance at the mandatory pre-bid conference Post Office Box 2743 • Palm Springs, California 9226,.1-2743 (B) List of Trade Contractors who attended a Mandatory Pre-Bid Conference for applicable trades which did not require pre-qualification. 9. Delete Bid Package 16 - Fabric Sound Panels from the Notice Inviting Bids. DESCRIPTION OF CHANGES 1. Change Bid Date: A. Change Notice to Pre-Qualified Trade Contractors for the following trades: Trade Bid #1 Selective Demolition, Trade Bid #6 Structural Steel, Metal Decking & Miscellaneous Metals, Trade Bid #13 Metal Stud Framing & Drywall, EIFS, Insulation & Fireproofing, Trade Bid #28 Kitchen Equipment, Trade Bid#29 Plumbing,Trade Bid#30 HVAC,Trade Bid#31 Fire Protection and Trade Bid #32 Electrical, published in the Desert Sun on November 11 and November 16, 2002: Change Date and Time of Opening Bids from 2:00 p.m., local time, December 10, 2002 to 2:00 p.m., local time, December 17, 2002. B. Change Notice to Trade Contractors for the following trades: Trade Bid #4 Concrete & Reinforcing, Trade Bid #8 Roofing & Sheet Metal, Trade Bid #9 Doors, Frames&Hardware,Trade Bid#15 Acoustical Ceiling,Trade Bid#16 Fabric So&Wallcovering and Trade Bid#21 FRP,published in the Desert Sun on November 11 and November 16, 2002: Change Date and Time of Opening Bids from 3:00 p.m., local time, December 10, 2002 to 3:00 p.m., local time, December 17, 2002. C. Change Notice to Trade Contractors for the following trades: Trade Bid #5 Masonry,Trade Bid#10 Overhead Coiling Doors,Trade Bid#14 Ceramic Tile, Trade Bid #25 Dock Equipment: Change Date and Time of Opening Bids from 4:00 p.m., local time, December 10, 2002 to 4:00 p.m., local time, December 17, 2002. 2. Add Article 19 to Instructions to Bidders - Administration of Trade Contracts under Construction Manager as follows: Article 19.0 Administration of Trade Contracts under Construction Manager. 19.a. Work is to be performed in accordance with the Construction Manager's Project Construction schedule. A detailed schedule and corresponding Schedule of Values will be required from all Contractors within 10 days from award of Contract, and will be used in developing, updating and modifying the Construction Manager's Project Construction schedule. Trade Contractor's will acknowledge that the Project Construction Schedule will include"out of sequence," and "phasing" of the work. Trade Contractor shall provide a three (3) week look ahead schedule of its work on a weekly basis. 19.b. Complete submittal log and packages including fabrication and delivery lead times shall be submitted to Construction Managerwithin 10 days of award of the Contract. 19.c. MSDS sheets shall be provided the Construction Manager and maintained on site for the duration of the Project. All trade contractors shall include handling material in accordance with the MSDS. 19.d. Trade Contractor acknowledges that he has visited the site and familiarized itself with the existing conditions,including phasing ofwork,which may influence the Work.Trade Contractor also warrants that he has reviewed the Contract Documents prior to execution of the Contract and has notified the Construction Manager of all conflicts contained therein that could affect cost, schedule or quality. If conflicts are found after the execution of the Contract, Contractor shall perform the Work in accordance with the Construction Manager's direction for no change in Contract Price or Time. 19.e. Trade Contractors shall be responsible for coordinating theirwork with other Trade Contractors scopes of work. Trade Contractors shall review and study the Drawings and Specifications, submittals, and shop drawings of the Work of other Trade Contractors with respect to the coordination of their work with these other Trade Contractors. 19.f. Trade Contractor shall schedule the work and the presence of it's employees at the job site and any deliveries of supplies or materials by it's material men and suppliers to the job site on such days and at such times and during such hours, as may be required by the Construction Manager. Trade Contractor shall assume responsibility for such schedule compliance not only for it's employees, but also for its material men,suppliers and subcontractors. 19.g. Trade Contractor shall be responsible for the cost of expediting all deliveries of his materials to meet the requirements of the Construction Manager's progress schedule. Should it become necessary, in order to maintain job progress, for the Construction Manager to augment the Trade Contractor's expediting efforts, all such costs incurred by the Construction Manager shall be borne by the Trade Contractor. 19.h. Trade Contractor agrees that it will notify its employees and related personnel, via written handouts, that the use of illegal drugs, intoxicating beverages, and firearms or other weapons on the site is prohibited. 19.i. Strikes (including sympathy strikes)or any other stoppage of work by employees performing the work on, or delivering supplies or materials to, the Project shall not excuse any delay of the Trade Contractor in the proper performance of its work, regardless of whether the strike or other stoppage of work is attributed to union action or the decision of an individual employee. 19.j. No publicity releases (newspaper, radio, TV, advertisements, etc.) shall be issued without the prior review of the Owner and of the Construction Manager. No signs, other than field office identification signs, will be permitted. 19.k. Trade Contractor shall be responsible to continually update sepia drawings (with draftsman quality) of the working Drawings, large scale detail drawings,and specifications to show any and all field changes thereon. Sepia drawings shall be maintained in the Construction Manager's field office. Plumbing, Fire Protection,Mechanical,and Electrical Trade Contractors shall provide copies of the current as built drawings with their monthly payment requests. Payment requests will not be processed without these updated drawings. 19.1. Final Payment will not be processed by Construction Manager unless all required Record Drawings, As-Built Drawings, Operations and Maintenance Manuals, Guarantee/Warranty Letters, Care and Maintenance information, and all other Close-Out Documents are inventoried, approved, transmitted to and received by the Construction Manager. 19.m. The Trade Contractor shall furnish to Construction Manager,on a daily basis, a report of the total number of his workers employed on the job, hours worked, and a detailed description of the work performed by his own forces or that of his subcontractors. Contractor shall include copies of their job site toolbox meeting minutes, including participants sign in sheet. 19.n. Trade Contractor shall be responsible for providing off-site storage facilities for his own materials at its cost. The storage of materials and equipment at the site shall be permitted only to the extent approved by the Construction Manager in advance. Location of Trade Contractor's items of storage, plant and tools requires approval from Construction Manager. 19.o. Electrical power will be provided on the site for the use of the Trade Contractors for the operation of small tools. Trade Contractors shall provide extension cords from distribution points.Temporary powerwill be provided by the electrical Trade Contractor. 19.p. Minimum temporary lighting will be provided to maintain the foot candle coverage required by law. Contractors are each required to provide their own necessary task lighting. Temporary lighting will be provided by the Electrical Trade Contractor. 19.q. Trade Contractor will be responsible for ventilating any hazardous, combustion, or other pollutant causing equipment or material, within the area(s) of Work, including all ventilation required by the MSDS. 19.r. Trade Contractor shall give the Work constant attention,management, and supervision through an authorized Superintendent and all necessary assistants. Such Superintendent shall be authorized to act for the Contractor in all matters relating to the Work, and all directions,,given him shall be binding.Trade Contractor must provide Contact name and emergency phone number to Construction Manager prior to commencement of work. 19.s. Trade Contractor shall be responsible to provide all scaffolding, toe boards, temporary shoring (engineered if required), ladders, scissor lifts, or any other equipment, including hoists, necessary to complete their work. Trade contractor shall ensure that all its employees, and subcontractor's shall be OSHA trained in the use of the equipment. 19.t. All equipment to be used indoors must be approved by the Construction Manager prior to the commencement of work. 19.u. Movement of all vehicles and equipment into and on the site,including unloading, shall be subject to the control of the Construction Manager (including the flow of traffic patterns). Individual Contractors shall be responsible for observing established traffic regulations and for providing flagmen, as required, to prevent disruption to general traffic by his vehicle, equipment or operations. Trade Contractor is responsible for clearing all debris from streets, parking lots,or public areas resulting from its operations. 19.v. Temporary toilets will be provided for use of all workers. The restrooms within the Convention Center and adjoining Hotel are not to be used by Construction Personnel. Temporary toilets shall be provided by the Plumbing Trade Contractor. 19.w. Temporary safety fencing and barricades may not be moved and/or altered without the prior consent of the Construction Manager. 19.x. Parking will only be allowed in designated areas. There will be NO Construction parking in the general lots forthe Convention Center or adjoining Hotel. Those vehicles found in violation of this policy, will be immediately towed from site,with the Owner of the vehicle held responsible for towing and storage costs. 19.y. Radios, tape recorders, cameras, video cameras, or any other audio or visual equipment are not permitted on the job site. 19.z. The display of any offensive pictures,words(including foul language), etc, on the job site is strictly prohibited and will be grounds for removal of the responsible personnel from the job site. 19.aa. Smoking, or smokeless tobacco, are not permitted on the job site (inside or out). Smoking will only be allowed in a designated area to be determined by the Construction Manager. Violation of this item may result in expulsion of individual(s)from the Project and/or monetary fines. 19.bb. Consumption of food and beverage on the Project will be limited to areas as designated by Construction Manager. There will be absolutely no food or drink allowed within the building. 19.cc. There will be no Communications with Conventioneers, Hotel guests, staff or Convention Center personnel, unless a safety item is at issue. 19.dd. Trade Contractors shall be responsible to protect all existing, or completed finishes. Trade Contractor will bear the costs for restoration, disinfection,cleaning,and/or replacement any areas damaged by their Work. 19.ee. Neither the Owner, nor the Construction Manager will be providing Guard Service for the job site. The Trade Contractor has the liability for any loss or damage to their tools, equipment or materials as a result of vandalism and/or theft. 19.ff. Trade Contractor shall directly arrange and call for all inspections required by the City, or other municipal agencies, as required, but will inform the Construction Manager in advance of said inspections.Ail permit plans and permits will be delivered to the Construction Manager. 19.gg. Trade Contractor's Foreman/Superintendentwill be required to attend weekly Safety/Coordination Meetings at a location on the site designated by the Construction Manager. 19.hh. Appropriate clothing and accessories shall be worn at all times. This includes, but is not limited to, work boots, eye protection, hard hats, etc. Shorts, sleeveless shirts or tank tops are not allowed. 19.ii. Positioning devices (body belts), used as a sole means or method of tie-off for fall protection compliance,without the use of an approved full body harness will not be permitted at any time. 19.jj. Only the use of approved lanyards having an approved deceleration device which complies with OSHA Standard: Fall Protection, 29 CFR 1926, in conjunction with an approved full body harness with D-ring at shoulder level, will be permitted as approved fall arrest system at any time. 19.kk. Use of roll-out, non-locking connector type snap hooks is prohibited for use at any time. 19.11. Construction Manager has developed a Project Construction Schedule that shows contract duration and approximate phasing, sequencing and relationships of the Work. This schedule is based on the Construction Manager's Schedule concepts developed prior to the start of Construction. The Project Construction Schedule is subject to change and update pending discussion, modifications, acceleration after receipt of each Trade Contractor's schedule, weekly schedule updates, and its submittal, material and equipment fabrication and delivery lead times following the award of the Contract and commencement of the Work. 19.mm It shall be the responsibility of the Trade Contractor to become familiar with the updated Schedule(s) and shall, at all times, cooperate with the Construction Manager to keep on the premises sufficient material, supervision, and manpower to perform the Work of their Contract in keeping with the Project Construction Schedule. 3 Add to Article 2 of Instructions to Bidders the following: 2.a. Bidders are assumed to be knowledgeable of their respective Trades of work and shall include all requirements to complete a complete, fully functional, code complying system ready for its intended use as described by the Construction Documents 4. Add Exhibit"H" OSHA 30 Hour Policy, for trades designated in the exhibit, attached. 5. Change Instructions to Bidders, Section 8, Bid Form. Replace existing second paragraph with the following:The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs. The envelope shall be plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words "Trade Bid for Palm Springs Convention Center Phase I Expansion" and the date and hour of opening bids. The name of the Trade and the Trade Bid Package Number shall also be clearly marked on the outside of the envelope. Each trade bid shall be enclosed in a separate envelope. 6. Informational: Scopes will be provided via Federal Express delivery Monday, December 9, 2002 to plan holders of record. 7. Informational The Anticipated Project Schedule is available at the City's web site. Go to www.ci.palm-springs.ca.us. Go to Departments. Go to Procurement . Select appropriate document. 8. Informational: For your information the following lists are attached: A. A list of pre-qualified trade contractors for those trades requiring pre- qualification and attendance at the mandatory pre-bid conference. B. A list of Trade Contractors who attended a Mandatory Pre-Bid Conference for applicable trades which did not require pre-qualification. 9. Delete Bid Package 16-Fabric Sound Panels.This work is being deferred to Phase II of the expansion of the convention center. END OF ADDENDA NO. 1 BY ORDER OF THE CITY OF PALM SPRINGS City of Palm Springs Harold E. Good, CPPO Director of Procurement & Contracting Dated: December 5, 2002 Receipt of this addenda must be acknowledged on the Trade Bid Forms submitted with the bid package. Attachments: Exhibit"H" OSHA 30 Hour Policy List of Pre-Qualified Trade Contractors for Trades Requiring Pre-qualification and and Attendance at the Mandatory Pre-Bid Conference List of Trade Contractors who Attended the Mandatory Pre-Bid Conference Which Did Not Require Pre-Qualification a EXHIBIT H OSHA 30-HOUR POLICY Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/4/02 Trade Contractor and all lower tier sub-subcontractors shall comply with the requirements of OSHA 30-hour Training.All Trade Contractor's supervisory staff must be OSHA certified. Supervisory staff with written evidence of OSHA 30-hour certification within the last 3 years will be acceptable. Training for Trade Contractor's staff not currently certified, can be certified through Turner Knowledge Network (TKN). The web site address is www.turneruniversity.com and must be completed within 3 month from the date of its Trade Contract Agreement or no less than 30 days from start of work. Monthly Payment is contingent upon evidence of current certification or enrollment in the OSHA 30-hour training within the period specified above. Within 5 days of the date of Award of Contract, provide the following information: Project Name Certified Subcontractor Supervisor's Name Y/N Sub-subcontractor(s) Supervisor's Name Y/N Supervisor's Name Y/N Supervisor's Name Y/N Supervisor's Name Y/N Note: Attach a copy of the certificate for Supervisors already certified. Please return this form to the attention of: TURNER CONSTRUCTION COMPANY David Livingston @ FAX: (760) 323-4918 PRE-QUALIFIED TRADE CONTRACTORS FOR TRADES REQUIRING PRE-QUALIFICATION AND ATTENDANT AT MANDATORY PRE-BID CONFERENCE. Trade Bid Name/Number Contractor 1 Selective Demolition Penhall Company Clauss Construction Forward Services, Inc. 6 Structural Steel, Metal Decking & Miscellaneous Metals Orange County Erectors, Inc. ACSS Law Steel 13 Metal Stud Framing & Drywall, EIFS, Insulation & Fireproofing Anning-Johnson Company Raymond Interior Systems Berger Bros Inc. Martin Bros 28 Kitchen Equipment TriMark Raygal, Inc. Kamran & Co. Duray/JF Duncan AM Fab 29 Plumbing SSW Mechanical Murray Company D/K Mechanical Kincaid Plumbing Cc Pan Pacific Plumbing 30 HVAC SSW Mechanical ACCO Engineered Systems Cal-Air Inc. Couts Heating & Cooling Los Angeles Air Conditioning 31 Fire Protection Daart Engineering Shasta Fire Protection 32 Electrical SASCO Cove Electric System Electric Brudvik Inc. LIST OF ATTENDEES FOR THOSE TRADE BIDS REQUIRING ATTENDANCE AT THE PRE- BID MEETING BUT DID NOT HAVE TO PRE-QUALIFY 4 Concrete & Reinforcing Precision Concrete Forward Services, Inc. 8 Roofing & Sheet Metal Al Miller & Sons Roofing, Inc. AAA Roofing Service First Single Ply Roofing 18 Resinous Flooring Allied Industrial Coatings, Inc. Floor Seal Technology yll'P' PAL/A S ' City. of Palm Springs Department of Procurement and Contracting o: 3200 Tah ui¢Canyon WayPalm Springs, California 2262 q<I FO RN TEL: (760)323-8239 • FAX(760) 322-8372 • TDD (760)864-9527 CITY OF PALM SPRINGS 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 NOTICE TO ALL TRADE CONTRACTORS PHASE I EXPANSION OF THE PALM SPRINGS CONVENTION CENTER CITY PROJECT#02-19 ADDENDUM NO. 2 This Addendum is being issued for the following changes and informational items: 1. Add Part V Scopes of Work (All Trades): 2. Provided for your convenience: Hard copy of Addendum #1 issued December 5, 2002, and transmitted electronically to all plan holders. Note: Includes anticipated master construction schedule, (All Trades) which is also available on the city's web site. Go to www.ci.palm-springs ca us Go to Departments. Go to Procurement. END OF ADDENDA NO. 2 BY ORDER OF THE CITY OF PALM SPRINGS City of Palm Springs Harold E. Good, CPPO Director of Procurement&Contracting Dated: December 6, 2002 Receipt of this addenda must be acknowledged on the Trade Bid Forms submitted with the bid package. Attachments: Scopes of Work (All Trades) Courtesy hard copy of Addendum#1 previously issued. Courtesy hard copy of Anticipated Master Construction Schedule (All Trades) Post Office Box 2743 0 Palm Springs, California 92263-2743 SCOPE OF WORK TRADE CONTRACT NO. 15 ACOUSTICAL CEILINGS PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I CITY OF PALM SPRINGS, CALIFORNIA Provide all necessary labor, materials, equipment, hoisting, scaffolding, tools, rigging and anything else necessary to complete the Acoustical Ceilings for the Palm Springs Convention Center Expansion Phase I Project. I. GENERAL: A. All conditions as set forth in the Safety Program, as adopted by the City of Palm Springs, (Exhibit A), Master Construction Schedule for Bidding Information (Exhibit B), General Liability and Automobile Insurance Limits (Exhibit C), Document List dated November 1, 2002 (Exhibit D), Construction Manager's Standard Provisions (Exhibit E) and Temporary Utilities for Construction Purposes (Exhibit F) are to be considered as part of the work. B. The Drawings and Specifications dated October 30, 2002 (Exhibit D), indicate the General Scope of Work. C. Trade Contractors shall carefully examine this Scope of Work to be performed and the relationship of this work to the work being performed by other Trade Contractors. D. Where a Specification Section is specifically included in the scope of this Trade Contract, it is intended that all work covered by that Specification Section will be included except as otherwise specifically noted. Other specification sections referred to either in these specifications or on the Drawings are included by reference. E. The word "provide" when used herein shall mean furnish and install completely, including all costs of labor, materials, equipment, hoisting, layout, scaffolding, tools, rigging and any other facilities necessary to complete the Work. IL SCOPE OF WORK A- All work defined in the Specification Sections listed below is specifically included, but not limited to, in the Scope of Work of this Trade Contractor, unless specifically excluded in Paragraph C below. 09512 - Acoustical Tile Ceilings B. As further clarification, Trade Contractor shall: 1. Provide all necessary labor, materials, equipment, supervision, insurance, taxes, etc. as required to perform and complete the Page 1 1216/02 Palm Springs Convention Center Expansion Phase I Scope of Work Acoustical Ceilings Page 2 acoustical ceilings in strict accordance with the Contract Documents. The Trade Contractor as herein referred to, shall complete all of the Owner's responsibility for the completion of the work. This Trade Contract specifically includes, but is not limited to the following: 2. Trade Contractor shall furnish a complete acoustical tile removal and reinstallation package where necessary to service new mechanical equipment in existing ceilings and installation of new ceilings in remodeled areas. This shall include but may not be limited to complete installation of new ceilings in the existing kitchen, and pantry room. 3. Trade contractor specifically includes removal of acoustical tile, safe storage of the existing tile, removal of the grid system, reinstallation of the grid system and reinstallation of existing tile without damage in the existing lobby corridor (to allow for the tie-ins of new building utility services as implied on the drawings) for Electrical, Mechanical, Plumbing, or sprinkler work. The lobby corridors (to allow for installation for new ductwork across the lobby corridors as required by the Mechanical Drawings). 4. Provide all grid and acoustical tile including all compression posts, anchors and splay wires as required by code and the Contract Documents. Trade Contractor should not that the building should be rated for a seismic zone four and take all necessary measures. 5. Remove the existing acoustical ceiling at the existing pantry for HVAC piping access above existing woman s restroom. Replace existing sanitary tiles after HVAC piping work is complete. 6. Provide a grid and acoustical tile system per the Construction Documents, and specifications complete. 7. Trade Contractor acknowledges that no shooting of pins into the roof deck will be allowed to support ceiling systems. S. Trade Contractor acknowledges that perimeter wall molding shall be screw applied and not nailed or shot. 9. Trade Contractor shall furnish and install support wires for light fixtures, ceiling diffusers and grills, and any other ceiling installed items requiring support. 10. Coordinate the Work with that of other trades. 11. Trade Contractor acknowledges that all work is subject to review and inspection by the City of Palm Springs and shall be installed per these governing codes. Coordinate required inspections with the Construction Manager. 12. Trade Contractor shall install these ceilings symmetrical with a consistent starting point and full tiles used wherever possible. Cut or ripped tiles will not be allowed on any more than two walls in any Page 2 1216/02 Palm Springs Convention Center Expansion Phase I Scope of Work Acoustical Ceilings Page 3 given room. Trade Contractor acknowledges that he will have to coordinate with the sprinkler Trade Contractor to insure that sprinkler heads are centered in the ceiling tile, unless otherwise directed. 13. Provide all samples, mock-ups and testing as required and specified. Coordinate all penetrations and/or openings with other Trade Contractor for a complete system. 14. Trade Contractor shall supply attic stock of unopened cartons of each type, size and color of tile materials for future use. The quantity provided shall be a minimum of 2% of the area installed but less than two standard cartons. 15. Trade Contractor is responsible for sealing/caulking of any gaps between grid and drywall or other adjoining surfaces. 16. Trade Contractor visited the jobsite to ascertain the exact scope of work required within this remodel of an existing facility. 17. Obtain approval from Construction Manager prior to staging, delivery, and storing materials on site. This includes providing protection of stored materials from weather and other construction activities. Include all necessary flagmen for deliveries. 18. Provide daily clean up and removal of all debris created by the Work. All large items shall be removed by the Trade Contractor. Any clean- up not performed on a daily basis will be performed by others at the Trade Contractor's cost. 19. Require that all jobsite staff shall have proper footwear, hardhat, and safety glasses, it is required to wear them al all times. No exceptions will be taken. 20. Require that all workers performing work above 6'-0" shall be required to be tied off with proper safety equipment (i.e. harness and lanyard). The only exception to this requirement will be those ladders which are required to be tied off above 24'-0". No exceptions will be tolerated. 21. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 3,000,000., including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured Under the Subcontract. Page 3 12/6/02 Palm Springs Convention Center Expansion Phase I Scope of Work Acoustical Ceilings Page 4 B. Comprehensive Automobile Liability in the amount of 1,000,000., including: a. Owned b. Non-owned C. Hired Automobile Exposures. C. WORK EXCLUDED: 1. The following items are specifically excluded from the Work: 1. Finish hardware attached to, but not part of, ceiling tile system 2. Insulation D. LABOR RATES: 1. To determine the sum to be paid for labor and materials for change order work performed on a time and material basis, the following hourly rates shall be multiplied by the number of approved hours for each classification of labor. These hourly rates represent full and complete compensation (including overhead and profit) for providing labor. In addition, these rates represent full and complete compensation for the cost of incidental items including but not limited to such things as small tools and equipment (valued at less than $250), travel expense, fuel, employee parking, etc. E. ALLOWANCES: Allow for 2% attic stock. F. ALTERNATES: None G. GENERAL INFORNIATION: 1. In addition, the Work will include the requirements of General Conditions, Supplementary Conditions, and Division 1, General Requirements. 2. 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. 3. Trade Contractor shall visit the site and become familiar with the existing conditions and the physical condition of the site. Trade Contractor shall examine and fully understand the Contract Documents and all other exhibits, attachments, Page 4 12/6/02 Palm Springs Convention Center Expansion Phase I Scope of Work Acoustical Ceilings Page 5 engineering reports, soils reports, special studies, and existing conditions to the extent necessary to perform the Work. 4. The word "provide" when used herein shall mean furnish and install completely, including all costs for labor, material, equipment, hoisting, scaffolding, tools, rigging and any other facilities necessary to complete the Work. 5. Trade Contractor acknowledges that he will be working in an existing, fully functional facility. As such, Trade Contractor will allow for the Owner's needs for security and cleanliness and will perform this work without disruption of the Owner's day-to-day operation. 6. Trade Contractor acknowledges that Turner is the Construction Manager and as such has no field forces or material handling capability to assist Trade Contractor. Page 5 12/6/02 Activity ,Acpoity Orig Early Early ID .Description - Der Start Finish Mobilization Mobilization 1000 Maxim p 23J7.02 et pup dyrTra Mobilize 1010 S � 2 �'LM12 23�1.02 pet up Trailer UD S9TerpmryPoocr tb 1 27NO 32 ONCAIM g iSet Temporary war Pole 1030 lspalmdTarplbrar 0 27NO.CP Inspection of Toi ip.Power 1010 Sa�aTarp Rxa 3 02FL@ 07 _ _ Energize Te .Power 1050 FaHl Casi�n Famg 2 C�12 0 Install Cons'uctlon Fencing lam ObianDaropant 0 ICDECM Belding 0 1CDE002 Obtain De o Permit 10l0 Olianfriim RxrrY ♦Obtain KI then Building P . j 1210 Ottah5prus Mooing(iMPont 0 1lIFCO2 41� Bld0eta 0 17CFN2 Obtain Sp nee Meeting R'om Permit __ __�Bid D 416D AwadTraJqCarta#rs S 1tLE0�' 03Wb3 Award Tra lee Contractors ! 1080 StaddCashxaxl 0 03WNI3 Start of C natruction j Kitchen Pheee I.KltdleflExpansion Demolition b Grading 1100 Safe OffSpiidaQ 58a'rrCagry3Tn& 1 ORI*M 094M 0 Safe Off Sprinkler Q Ext Her Canopy 6 Tiellls 1110 SdeOREladtd 2 0eYVlx3 70WJS3 © Sate Off Electrical 1030 FstalSb Corsha7xn Fang 1 031aNO3 CflWJD B Install Sitp Construction fencing E,�r 1137 Rrbdgl g0odcCttlBoc 2 10Nfdn 13WJIi ® ProtectlExlsting Loadl Iqg Dock Cold Be 1107 ShaeTnrLs 1 Shore TrHlls _ _ _ ! 11e0 DanoE,13 aural Fi%h@Tia4nI s 3 1014M 14WO - �- ---. - --� Demo E#edor Wall FilpLfah Q Tie-In Lo liana -- - -j 1193 Terp�dryVsgrea{pidedori)atEAwWals 4 10WD3 15NN03 © Temporary Vlsqueen(1�rotectlon)at Ex Her Walla 1140 RobdOeaMalar 1 i01MJI3 10NNTi Protect Gas Meter 1121 Rriae7rahCnpactr 1 1016M 10WJ13 ! 0 Remove Trash Compact r 1170 DemoTreLs 1 13Wb3 13WJ.D 0 Demo Trell,-ems 11:0 DemrindLmrag DockRoolSYulue 3 14Wd3 15WQXi © Demo Itlon of Loatlln Dock Roof Str cture ~- 12U D--Cane1aSas,I-=Irg DockWak6Fgs 3 15W�Cr3 17,1MYD - 1230 Stlm6Potg1G7ale New B Dem Concrete Si s,Loading Dock Walls 8 Ftga alfulvea 2 17'W�113 ;jTY ® Ste e d Rough Grade New Building rea ! 19M ScICarpednBPaiCal cAon 0 21NN13 Soll Com action 6 Pad Certlfice'lo Structure 1:W Suyey8Lap1 1 ZI,W D3 21,PM g SurlIvey d Layout 1210 EmaleBeklig&Da1CWaIFai g 2 27J°1= ZiYy'D3 D E1lcavate BBlldin 6 Dock Wall F tings 1731 SdGarpalnT�k 0 2tNHI3 S it Compacdon�ests 1" MU RebaatBuillgSDo kWal F°°trgs 2 2ugm IMAM ® natal)Reber a�Bullding S Doc Wall Footings M UGk� 5 2U*M 30NNA _ t� UMa MEP 7270 RahiFgrar>ot 0 27y4O3 ebar Inspectidn 12g Rxr9iYigd DodcWal Faius 1 2UMY3 �YNCfl B Pour Bellding II3 Dock Wall Fee Inge 1Zo0 FamCcUm Plas&R2ampWals 3 �'1W,11B 313^I� Forth Column Piers d Ramp Ills 1421 UGk�Fsplrlril 0 3W.- UIG MEP Ina ction Deis 2tiNOVe2 � PSC2 Sh°e11 or 11 Data oats zsnowz Propresa Bar Turner Construction Company D°I° aawsbn crbam ken Dale 05DECO216:57 M� Cri c lA.60y P.S.Convention Center Expansion ©Primavera Systems,Inc. Ac0vity AcOvlty Ong Early Early700, ID Description Dur Start Finish 1430 Badd LIG HFP 2 30WD3 3116M Backfill ll/G MEPInksfal PE it&CtlErnMdv Bolts @F1ers 2 31'YWl3 03FEn Install Rob r&Column Anc ior Bolts @ Piers 1310 Rttskspecim o Ali 1490 Sca F�emn 0 �Reber lnsp coon 01 Soil Inspect on 1320 PbXCbUm Pias&RanpWbb 1 D>Fm 04FB303 1 Pour Colu nPiers&Ramp Walls 1333 Skp Pfali,V"Farrs 1 031$� l� 0 Stri Pier Wall Forma 1310 Bad9Wa6&Demdad Form 2 � 07FEBM --i- 0 Backfill ells&Demo'ed oaring: 13f0 Gra[bShbonG3b 1 07FB303 0>f�Ri B Grade SI bon Grade 1� SdCarpa>bm 0 WF133M Soil Compaction 1390 SHStbEdge&DOCkA4as 2 10�T3 11FEEM Set Sla Edge&Dock AAgles 13R7 Ep WllobatE;. gSbb 2 10H®03 11FEBM ® E z powels at ExWin Slab 4170 VakearadSad 2 12=EE13 13FEBM i Viaqu on and Sand 1410 Uxka t@Com o 1 1Z 1�03 Y Block ut @ Columns 1450 haal Reba 2 13FEBll3 14FE303 ® Install Reber 1470 Pour SkbOnGrade i 17F®]3 17F®03 _. ..._ ._ _ .._. .. ..—'�"_ ._•Reber lr Building Sllab n Grade W R�kspecbm 0 14FEE03 7 Slab& 1450 Skp�d JalJAFans 1 17FE303 17FE303 ut-- �_-- 4490 SelSiucWSbdCamna 1 1173EB00 1B3$0 g Sat Structural Steel olumna 1HD kHalShrlral SleelB�ns 3 191M 21Fffi3 ® I stall Structural S eel Beams 1510 Wed Carr�rrsbF�ig Shrlre&Gls¢G 3 21FEEM 2}13� ® Weld Connectlo sto Existing Structure&Gussets 1930 hsW%c gback&Kdars@ExEtE*Wal 3 24FEEM 28�03 _ _ ® Install Stron be k&Kickers Exist Extr.Wall 13Z7 0 Wald Inspection igt0 DaroFxhdtrFianrg 2 Z7F®Q3 ® Demo Exterior raming tOH1 ks4l BatanTradc@Firig PapA 3 27FE373 ORvWRS _.� ® Install Botto Track @Existing Parapet 1517 kcal Mdal DeckV&C'losrrs 4 0RWYb3 0%44FC3 ® Install Meta Decking&Closures 19R1 � � 3 0 MU lUvi El Install Bent late 1540 MM*36SAr"Sbel 2 OJMMm3 laAq; 3 — -- ® Monokot Structural Steel: Exterior 1900 LaptE4xrrWaC 1 21i'Eam 24FEBD3 U FFFFFayout Exterior ails 15W T.S.trstal @Rokp Doss 1 25EBM 25F®R3 I Install T.S.@R II-up Doors 2100 FrameEmaWals 2 2E3EBM ZTEEW9 Frame Exterior Walls 2030 KnibirgWalfmugim 4 2R� 0wAin _-_ -- - Plumbing all Rough-In 2710 �iwlWal Ralgth 3 2 04NAFM Electrical W II Rough-In 20D tJavG�PhgFY+#>n 2 2T1� O1F� - - - — -_-- New Gas Pip ng Rough-in 1540 E'duaRarcgkwockon 0 2TEBM Exterior Frami gInspection lam 1 2ffEBM 2913XB Install Exterior Scaffolding(toerboards) 1857 1 2FEBf13 29i9ffiM Set Exterior D or Frames IM ksAEA3ovLemC4as 2 O%AAFM 0 AAFM _ 61 Install Exte or Dena-Gies 1510 Exia"souigFfipedicn 0 0IVAIM 1� EIFSks"cr&Reaii Exterior Sh sting Inapsctlon 7® F�SAR>Jr�Coa 3 WPoi^ATi 11MrJiS3 ® E.I.F.S I suiation&Reve�ala 4 1O AM 11YAWO ® EJAS ash Base Coat 190D EIFS Finish Cod 3 14tvWiD 1BdNYl3 ® E.I.F�Finish Coat ism Ra Smdtg 1 12vW^O imWim 1 Ra_mll ve Scaffolding 21q In"RoNp Doan 2 1%Agm 2M4AF T3 — —�-- --- -------- p Inst 11 Roll-up Doors 20M h�ll)n &Hadnae 2 2hW7T3 21NPRM ii 0 Ins all Doers&Hardware 2780 I�aIMEPTrkn 3 2M4AFU 21%VFM ! . 21C0 ® 1 staff MEP Trim 2 21AAM 23vWO sulk Extedor Sheet ot11 Activity Activity Orlg Early Early ID Description Dur Start Flnlah 1910 Fah E.IFS@RodTiairS 3 2YNRIi 7HviNd13 _____ patch E.LF.S a Roof Tie-In•s 2770 Part58aQ0eos 2 23MRCri 27NPFM ® Sint Ezterlor Doors 31BD IsWDoorSeas@Pdtp Doors 1 MAFM awn 0rk Install Seale @Roll-up Do rs 2� it�I Dudcarr{ra 1 all,140.3 aMAF 3 g Bum r Interior15M Laratk*aaW& 1OIANRRi O1MU Layout Int1UV14RB Frame In10A 4AM Set Intentnd 'w Frames '� SetFalCris 2 11M o 13VA413 9® Sat Fan 2190 FIrrtry Wa1�tn8Rc�roTeS 5 11AWO 17IvW703 ®nas Plum to Wali Rou h�lnd PreaaureT st ® 8 � 0 ;; ® Electrl i Wall Rough-in d Set New Pan Is 22M 6echcalWalksperA.n 0 17MsRM Interior, ,I Walrigll Inspection 27A PtMbFVWal tzirecion 0 i6ANRT3 EIecV cal Wail Inspection Plum Ing Wall Inspection j 2ZD DYE 3 1NOR33 2"M_ _ 7" _ _ �___ ® D all _ 1590 Ins tk�sdedf�Dedc 3 MOO 2INAR13 —� M Ins late Underside of Roof Deck 2dt0 Sa tgpeclan 0 21 4AFM �Scry Inspection MM Yffi t8�� 4 2TdN7fi 2WOFO3 MIpe,Float&Finish 5 24AWa13 aAM1oFiUi ® Install HVAC Overhead 1610 tmiC?.ehmdFlnbigBRu�reT� 5 2;NrYYO 37vyY'd13 _ EM Install Overhead Plumbing 8 Pressure Test 1610 lsDIFm*iidXQVHPft DropeBP.T. 5 24MNYq �vW�13 ® Install Fire Sprinkler 0/H Piping,:Drops d,P.T. 1�3 feral Overhead F]airzl 5 24MgM illr4^f713 ® Install Overhead Electrlwl 4100 tffiIFNv58RadCi M1NShci BPnmreT� 3 2*MF(t3 2TVWiD3 Install H 8R and CHWSBR Piping 8 Pre�asure Test 2270 Pa(Wat,B ZgD teal OcarsBFhad ae 2 9f ® Sint Walls d Dr7y� all Ceilings : 'IO70 t�edFNPCBFANSBRCtM58RF{iyQei®d 0 31AW103 �.M1M703 -— -"""----"—� �-- ._®Install Doors S rtardwara Inspect HVAC 8 HWS 6�i/CHW$6 R PI Ing Overhead t— M lvpatOmhaad Rtrtrg 0 31AW 3 PI Inspect Overhead Plumbing 4110 k&A*QH WAC DxWpN&Putting F[+y 2 31AWR3 OIAPFC3 Insu ate O/H HVAC DiucVPiping&PI'mbing Piping its � � � 0 3311m Inspect Fire Sirinkler Overhaac� 1670 Ina ct Overheatl Electrlwl 2w 1 31MVD3 31NSARM Install Glass 2380 PatLbase Fra as 2 0I4PFC3 07p1 Paint Doors Framejrid ?290 Cary Wies 2caqm02r4�73 WPF403 © Calling Wire 7130 T"N&AcousticalCei>A GrN 2 03�F}iQ3 OWRB a Acoustical Calling �� � 0 0aAPF403 ___ __ Tie-in New Boller 237D t�IL�tFodres 3 Oi^PIiA OB^A�3 M Install Light Fixtures 23D1>641 3 ® Install Calling Dif ® Install Sprnker H23:3D t�adO.arl�dfor(oatp 00� Inspect Overhead 2M EregCL�iFutrbG 1 Inspect UYVF13 1 Energize it ht Fixtures 23M Rep Caukpb 2 OPFFM 1GAPF 3 0 Install ailingTile 2�0 FlepBC Wv 2 1VPF03 14°�3 ® Prep 6Ca k Floor 2700 P�aFhorry 5 11PAYD 17APR)3 ® Resinous Flooring 29M Seel VCTaI FUuBDY`+ a 1 15P1�3 156FRM 1 Seal Cloncrets Floor lM Dry Storage Yz1a1VCTatOlfioe 1 15^A'i13 15aFfiT3 0 Instal(:Rub- at OlScs Bye@QY 2 16ePfY0 17PFFi73 0 Install Rubber Base Dry Storage 4 16W� 2;7f I —�—_ — ® Install FRP Sheet 3 of 11 Activity Activity Orig Early Early to Description Dur Start Finish 2310 Instal Pipe Bow 1 1tYFRD3 I&NDR i 0 Install Pipe Bollards 2W PatPooBrHrk 1 2IA9;C3 2tAPFO 0 Paint Pipe Bollards 2150 Elac"Trim 2 234FFM 2WiT03 _ [7 Electrical Trim 20 Rurbig Trin 2 2YFFC3 2VFFM m P.lumbing Trim 2533 FffiI CoTerG 1 24*M 34*F t 0 Install Comer Gin rds 20 SeiKk±w Eq*mxt 3 2 APM 236PR33 mi Set Kitchen Eqi ipment 20 FstdONa@s1ra&Ho*p 2 BOPFCB Z6M Di Install Diahwaa isr&Hook-up 20 HA4vMW 4'msrt 3 30eFRO3 039 m l � Hook-up Kitcl an Equipment 2500 awrRp&PunJV 3 3D5PFU 03M1 m Clean-up&P nchlist 2540 lClyinspedon 0 03A1 m Ciry Inspeall 2ID HaellDepahetirpedm 0 O%AN 3 Health Depin tment Inspection, 29`D O1YFrsl lrspaden 0 O&AY 3 City Final Inspection 2570 Ced6addOmpacy 0 03A = Certifirate o u an Roof 1630 ishlRmFCFas 3 031SAFiB 1BAN76 NI Install Rc°�of Drains 1630 istal Boh&CaffirsglHPbCmrc 2 OBviN3]3 07A4^Fd6 © Install Boller&Condensing Unit Platforms 1®0 Ir"EdastFai Cubs 1 COvIARM 014w13 0 Install Exhaust Fan Curbs 1700 SetNEP dxiJadfi 1 ONAFC3 alm6 i 0 Set MEP R� f Jacks 1710 FddTapeed Rodrsu"W&Oiuiela 4 IUVP 03 1%44F B ® 111t1ir ap ered Roof Insulation&Crickets 172) Instal RodF�igs 3 IZAV li 14MARD3 EE Install oof Flashings — 1730 Fbdrsped n 0 14M&M Roof In spection 1740 Fsfal Menbare P=Frg 3 14148R O3 1BvWd6 ® Instal Membrane Roofing 2121 rstaIRodBak-d&WakPacs 3 19A*03 21M*M ® Ins all Roof Ballast Walk Pads 2M Tnn@RbdIDas 2 12v1^m 23MR03 _ 13 Tr1 Roof Dr Ins 17B] SetBoia&Tai6 aM Carirvg Urt 3 2YvWi@ 23vNA03 IN et Boller&Tams and Condensing Unit 17M insw-dBo aa�Ia sags 2 2NPAM 2144U - --_— --- --- — B Install Counterfla�hings 1751 SdEdiatlFas 1 2YANQ3 24hWdTf 0 SA Exhaust Fans 1770 rstdBdaPprg@Red 5 2t7AM3Ti 01NiU3MI Install Boller�Iping @ Roof 3740 Reauk3Rdrgaab lip 2 71IvIvW10i 27vWY3 _ 0 Reroute Refrigerate Linea I 1780 EbO®I@Botr&Cadasa&OJT@Rod 3 31bWW 02A9iO3 Electrical @Boller BlCondensar&Outlets @Roof 10 3710 TWPpig 1 MAPR03 MAYn3 0 Test Piping 1790 hapd Boier&CcndffwPprg&Elairal Inspect Boller ill Condenser Pl Ing&Electrical 18CO rslaie&landBa�WRra 3 03Win3 O7PAb3 ® Insulate&ILabel Boller Pip ng 2150 PartRndig FW &Mec Ec.ip&Pdfa OBW'Fm ms 2 OYPFC3 _Paint Roof F ashing&Misc.Equip&Platforn s ® _ 21® C✓e33 Rad&Pudid 1 1D*FO lQAPFD3 0 Clean Roof&Punchllst 2170 Frd Rodtsperim 0 IIAPFCi Final Roof Inspection Site 1ZD Reb®dLoedrg DCckAm m 3 2[U* i 22340 31 Re orate Loading Dock Area Drain 40M Uaul aNMamryWdl 1 2913303 2FEB03 1 Layout Now Ma my Wall 4010 rsfd MasaryWals 2 2fiM 2REB3 ® Install Masonry Walls 4® Gm1lvlasarYWd 1 28FIM 2fEEQ3 Grout Masonry Wall ' 4070 Bn MsorryWal 2 MVAR03 OVAAR3 0 Brown Masonry Wall 409D EIFS Finch Coal 2 ONAqu O%%FC3 III E.I.F.S Pint: h Coat 4030 Bad9&CmtydTnesh anpedrWais 3 2bigm 21MWO III B ckOII&Comapct Trash Comps r Walls 4010 GadeSIB reaSbbonGads 2 2%4%9M 2ffvA B3 01 rade Site Area Slab on Grade 4087 SdCmfxrrin 0 27tvA96 oll Compaction' 4000 I itsml CQecb Rcri>ag 3 ZRA40 3IM4713 M Install Concrete Reinforcing Sheet 4 of 11 AWI* Activity Orig Early Early - ID Description Our Start Finish 4WD 1 Rater hipedm 0 01APH133 Reber Ins ectlon Phalle@-Exlst1 KIUW?.,7,,, Interior 22D Cm*dTwWayRoWw@NewlcdnFtnn Constm ct Temporary Pri itection @ New Locker Room 2610 K i>ar Bbda 0 23VPF 3" Itchen Black 20 Make Sale Bells)RntFg&Wkes, 1 2RA401 23AVM 1 Make Safe Elecroal,Plumbing a Sprinklers 2740 Pxkd Floods&eaF W gCdd vnE44gmt 1 21AAAFQ33 21w4403 1 Protect Hoods&Existing Cold m Equipment 27M Temp.Wart) 1 2RAAFC3 2%AN:CT3 _ j 1 Temp.Li htin 2 D Demo,Calling 2 311VIARM DIAPFM T T Demo Ceiling) 2W L>BnredlQ wEgi 2 31MNr1 01PPRM q Disconnect Kitchen Equlpmen 25K) DemoCeigWak@Oe�a 2 31mom 0IA9FC3 �qYy Demo CelllnuMalls @ trice AF 2W LayodagordRrrtig 1 31MNiQi 31MWi6 Lay-out Underground Plumbin i Rdo:aleKdmEWwt 2 31MNU DA9;C3 ' Cp Relocate Kitchen Equipment 2300 Rarel-rickffRknn&CWF(giWaf 1 OtAFF03 01AFFG3 Frame Locker�Room&Cold Prop.Wall av ZD SafF4u@UGPLrrti 1APFn3 ig 1 Gt*FCi 0 Sawcut Floor 1l@UIG Plumbingi 29M D=Ca>7e1a@UGRntig 1 DIPFM 01APR03 Demo ConcreFe @ UIG Plumbing am SdBRUNIMDe,08 1 DIPRi"A OIAFl303 Set Backflow,Device 412D hsl@1 JS&RardGVVSdRPlig&PimmTest 6 M*Ft3 096PFC3 Insta I_H_WS&R and CHWS&R Piping t Pressure_Test__ 23M Ftskl NewEiaiird Pareb 3 0 APM DAOF403 33 Install New Electrical Panels' 260 OmhedWAC 3 MNPFU3 OWiW 11 Overhead HVAC 2301 FdalOcarRames 1 lPlFFG3 02APF03 j 0 Install Door Frames 275) jDaroFFP 2 @!PRM 034in3 M Demo FRP 20 CMaflmd FreSPFidas 3 0Z4FRD3 OVFFU ! ® Overhead Fire Sprinklers 2ED Qehaad ftntig 3 OZ*R 3 OWFO3 ON Overhead Plumbing isA ExaekldGRrrtig 2 07!•PI26 D' iD W Excavate UIG Plumbing 3® FdalNavFie®aDov&tlsrePatd 2 07AAAi¢3 ONPFM IA Install New Flreeaer Door&Clpsure Panel 203D FdaI IAG PFrrtig5elF9oaSFie:DsFc 2 03aFFES 04AFF 3 11 Inetatl U/G plumbing/Set Floor Sinks/Drains 2810 Inspect OM SF+Fidas 0 OWFiTi Inspect O/HSprinklers 23M FspedOHF'Irrtip 0 DiaFfm Inspect O/HPlumbing 2930 Ftpadl.IG RrrtFg 0 ONFTm 1 Inspect UIG 1um61ng 200 Bade&Capai'n 2 OVFR:B WPRTZ.O ® Backfill&Compaction 2810 OH Rrrtig hpecion 0 04rBid3 - OIH Plumbing Inspection DA Ragfrh E3adrial@Wal 2 WPFF3T3 _ _ M Rough-in)Electrical 2 Wal 2= O.eheai Bx]id 3 07APR03 (GIPFC3 © Overhead Electrical 3W0 FeLieRrrtig&FNJ58i2ard(MNSeRFtig 3 WARFM C64M nsulate Plumbin &HWS&R an CHWS&R Plpin 2710 SolCarpedTt 0 07APFW Soil Compiactlon 9H1 F7uo"WalFgsbar 0 056PF03 Electrical)Wall Inspection 31II/ DyvdWak i 2 015PFC3 (GAPi W Drywall Walls t4130 Poch Dyed 1 06r'PFYB @NPRD3 0 Patch Dryyrail FWCalueb@UGRrdtgTierrias 1 056PFM OMPFC3 0 Pour Conlcrete@U/G PIu bing Trenches hpadOHFMAC&FM56R.CkM54RPpigOsF� 0 �Wit3 Ina ct O/H HVAC&HWS&R/CHWS R Plping Overh ad F QH Ekl'ral 0 C6�RaUInspect O%H Electrial Frare&DyndHad lt6@Ra4mrs 2 10WiI3 liAPFC3 I N Frame 3 D all Hard LI s Restrooms Tape,F4d&FrM 3 lMRYD 16^A303 ■ Tape;Float&Finish SBnCaatFx6igVhk 3 14APF403 164FR73 ® SkimCoat Existing W Ile Sealwals 2 '164TY6 17APR73 ■ Seal Walls PartWak,Solf5&Had Ud 2 1 18APFM Paint Walls Soffits&Hard Lid C ilin s & Sheet 5 of 11 APR Activity Activity Orig Early Early ID Description Dur Start Finlah 2&0 CearncTie Fbarg QRo&coms 2 1ZAFRD3 1tom _ _ _ B Ceramic Tile Flooring 0 Restwoms ZM IrsHt Ceirg Got&Ceilg Mee, 2 iBMIdTi 21PR313 ■ Install Calling Grid Calling Wfrea Z9J YalalToiet FaNas 3 2W;iti Z3PR713 ® Install Toilet Flxtu a 29CO Instal Ceig Ddknsers 2 MPFR73 23*FC3 ■ Install Ceiling Diff ssers 2M 1naWUghtFrAm 2 2ZWFC0 2'MFH03 ■ Install Light Fixtu a 2933 hUSpridaFlaeds 2 MAPA 3 234PFE3 ■ Install S rinkler H aria 31M Instal Ceig Drop Cad; 1 27PFTQ3 22ARU 0 In tail Calling Dro Cords 2993 FgiedO.efealisCoaap 0 23AFiC3 Ins pest Overheador Cover-up 290 Eegm LgttB"m 1 2VPFM 246FFC3 0 Energize Light Fit tures M Istal CeJrgTie 2 2ARM MaFF 3 ■ Install Calling Tilr 231D kdalToYf �Paoaes 1 2tAFFU3 2LAFTn3 0 Install Toilet Acceiaoriea 3330 BeedB39Fbor 2 2YFFC3 '2aNM ■ Bead Blast Flo r 3370 Plep&CakFbx 1 9�.3 20^FRM I S� Prep&Caulk F oor 3087 Resins FbcrFg 6 24PRM QMMM Resinous Flooring 30O Instal FRP 2 MAM A'Y — ■ Install FRP 31M Install Conerp'ads 1 WIvl M UR AM ___ _ _ 0 Install Cor er wards SIX SatMxn Eq#nE0 3 DAIAY103 12MMM Set Kitchen Equipment 31M Eladrkal Trim 2 MVIA 3 CE MY03 © Electrical jfrim 3I10 PlattigTrin 2 �M.YLS 09v1AYUS 0 Plumbing Trim 3187 FtrkipKdMEq 4rret 3 09 AYl13 13MYM Hook-up Kitchen Equipment M 3170 CJeerKp&Purdist 2 12vtAM 13v1AYW _ .■ Clnn•uI BPunchlist �� � I 0 City Inspection 319) HaAtDWenretYnepe6m 0 14MAYM Health D I apartment Inspection 330 CtyFnAlrpain 0 1"M Cody 0 City Final Inspection no Celi�d Ce 0cate of Occupan Phase 3-Cold Prep Interior 3230 JPgrpieUbAushcr&What E4trret 2 2ffv%4 3 31NVRM LRemoveish washer& Kitchen Equipment 3W Make Sale Burinal,Plu bng&FwSpiids 1 31NSWM 31MARM3� CapFtrrtxg@Lklvaha 1 31MAK3 31MW373 Elegy cal, wasPlu hing&Firo Sprinkler ingDlshwaahar 32D DerreCeig, 1 0WhY6 OLeFR13 lings 3270 DarloWal&I'l"Tle 2 OI°PFC3 � ll&Floor Tile 371 �n0���� 1 � � ywall Walls for MEP 3M FLughit Ber9ral Wal 2 OIPF RM 01M 0 Rough-In Electrical Wall 3470 FaUM Am6rg Wall 2 Di^HiB OLNFFIN 0 Rough-in Plumbing Wall 30 Lac luld3gardRrrtrg 1 M4PR03 03IFFm 0 Layout Underground Plumblgg 3291 Sew1Rocr@LJGPlrnJr@&Sxp 1 QYFRM 034PW _ _L .._.._—.__ _ _ _______.___.__ __ . 1_Sawcut Floor UIG Plumbin &Sum 33M D=Caods®LIGRmbrg&Srrp 1 alAPF D 03APFM G Demo Cone UIG Plumb ng&Sump 33M 2 m^FlF03 )OPFC3 ■ Fire HYAC&Refrigere n Lines 339) O0deadi'm4mIdas 2 034PFC3 0WPFC3 ■ Overhead F, Sprinklers 3�00 �Eo*md2 03AA� 0 Overhead Electrical 3410 Omha3lPtrrisg 1 03eFTn3 MAFRA .__ 0 Overhead Plumbing 3310 [cin�UGRntsg&Srrp 1 ONPR70 I07APFC3 i 0 Excavate,UIG Plumbing&Su p 3�1 Lzyedt]}iRrrtsg 1 o1�FSi13 0 Inspect O/WPlumbing 3530 Ela#id Wall Frpar4n 0 07PRn3 35C FLriagWali>� 0 WAFRO3 Electrical Wall Inspection Plumbing Wall Inspection 3® RapMd>Eplamlreula &Dywal 1 WPPFM 0 Re atr Re Insulation Dnrwall Sheet 6 of 11 1-7-155 Activity Activity Orlg Early Early ID Description Dar Start Finish 3ID Soar radon 0 07AcH03 Screw Inspection 3570 Tape,Float&Frsh 3 07A9403 j IM Tape,Float&Finish ' FffiIL1G RrrixgSe1Ru5iis4as 1 07PPR41 WPFR01 Install UIG Plumbing/Set¢loor Sinks/Drain s 0 3431 1 07A920 07ARF 0 Install Sump Trench Angle W kpEdGHHJAC 0 07APR 03 Ina OM HVAC M tcyed4HSpiidae 0 07AR306 ffi70 kspedC1HDeArd 0 07AM;U3 Inspect OIH Sprinklers Inspect O/H Electrical M kAaI CoURmnPahak&67.;rrlat 3 034PR03 10APF0 M Install Cgld Room Panels&Equipment 33M tspedLiGRrrhig 0 OGAPFM 3340 Baddl&Cmpa UGRn Rhrg 1 aPFFU3 0;^ Z13 Inspect U/r+Plumbing _ 0 Backfill d.Com act UIG PI mbin 330 SolCanpasn 0 OWPF03 Sell Compactlon 3333 RarBadcCarorla@L1GRrt47TraYfxa&Sarp 1 03ePR03 (BAFFM P ur Back Canons @ UIG Plmb' Trenches&Sut ip 0 3310 Instal C-vapanwakx&RdrgaatPprg 2 COD IRM iGOFFC3 © Install Ejaporator&Refri grant Piping 33E0 SHNulas@Tisch Ras 1 105PFU 106PFC3 0 Set Angl s@Trench Dralme 3590 kstalCddRocmp �TCU&b 2 10' 11AR M _ _ _ 0 Install Cold Room Topping Slab 3M0 Instal Calling Grid&Ceig Whas 1 1VPFC3 11A9:U3 0 Install Calling Grid&Ceiling Wires 37M TafReirgaalrP{n0 1 itAPFCB 1VPFC3 0 Test Refrigerator Piping 39M Beal BtdFbor 1 11PRi0 11AR;D3 0 Bead Brat Floor 37M Instal Carr Lldksers 1 14*FCf3 V,&FRG3 0 Install Ceiling Diffuaeri 3780 Real LgfiFDAra' 1 140PR03 V PfM3 0 Install L( tat Fixtures 3LU tsYdSprcdarHeads 1 14*FC3 144RI3 T 0 Install'Sprinkler Heads' 3710 IrcWCeig RopCads 1 14WF4W 14WFU3 0 InstalilCefling Drop Cords 3790 H)c1RpCa1d Poo Lgh1s 1 14AFF03 14*FC3 0 Hook-up Cold Room Lights 33b k>SralSpridas@CddRmm 1 7Wia3 1MRTIi 0 Install iSprfnklers@Cold Room 3330 IspedPciBaatinPprg 0 V,4PM SEW Ihsped0.efsedlaCaorap 0 15^Fih3 -- --- - -- ----- -- ---- — - t Impact Refrl eretlon P1 in 3310 Instal Cei g Tie 1 15*F0 15OPFCB Inapal Overhead for Ci ver-up 0 Install Calling The 3K3D Engages LlghtFrdaes 1 15Dfi3D 15DPFi10 0 Engerilize Light Fixtures 3370 prep&Ca&PW 1 16WR03 1GAFRM 0 Prep B,Caulk Floor 3M ReQhus Fbai g 3 166PFO ia*m _ ® Rasllnoua Floodn 3390 Istal FRP 1 2t4PRM 2tlRF03 0 In tall FRP MM SdNdME"nuf 2 9PRn3 2YPFU3 - m 3IIt Kitchen Equip I ant LJednkal Tdm 1 22APRM 21PFTV3 a Ele� trical Trim 3910 Plumbing Trin 1 21APFW MAPS13 0 Plumbing Trim 36M kcalCarag.aris 1 27AR303 71ARi03 _ a Install Comerpuar a am hkxk3 Weniqupnat 2 234M 2NRi3 13 ♦look-up Kitchen Equipment Cla 39S) ng&Rrd'U 2 234M 244FF0 m glean-up 6 Punchllst 36® Cty Irwedian 0 Z*F131 3370 Healh Depsknatl�eSn 0 3VAPR00 mean Inspection � E Frd�h 0 2APP03 Health Dapnspe nt Inspection CI Final lna a tion 3093 Cat7nnb0fomwq 0 aw4a — Certiflrate of 04upancy Roof 3310 LaW1PzdCorpessa&andsrerglWbrn 1 01APF03 OWA313 La out Roof Camp assor&Condf nsing Platform 382) DaroRod@Tla4l 1 07FRi70 02APF403 0 Demo Roof Tie-in 3630 IstaCarpe®a&Ca gU-tPkalnn 2 03?Rn6 OPFFM nstall Compres or&Condansl g Unit Platform 0 36iO SEINEPR]'IJ2dts� I� 1 WPI3� 01PFPo6 0 Set MEP Roof Jacks 3Fiod 2 0 Patch Root Sheet 7 of 11 Activity Activity Ong Early Early _ mjN ID Description Our Start Finish 33® 1 106FRM 108PFC3 36M R4geabm&CadaffiOrah Ppg 2 11FAYD Wv�dA 0 Set Compressor&Conde slog Units Refr geration&Co�denate Drain Pi ing 53a7 Teslppg 1 I5WFCB154°A73a Test Piping 5M IrEWPlEig 0 15%RRM Inspect Piping 3®0 hubia&LabdPprg 2 165i3T3 17Agi3 II Insulate 3 Label Ploing 37M PatHa'bmc 1 184Ffn3 15W3.733 i 0 Paint Platforms 3730 Gan Rod&Pedbl 1 21AFFU3 2UWfY33 0 Clean Roof 8 Punc ilist Springs Meeting Rooms MaWiv Roams Demolition&Grading 4190 IslalCondaBaecades 2 oai* 3 lown © Install rrldor Barrlcac s 4230 Szie011'Spaidas 2 OaW4)3 10W3"13 m Safe Off pdnklera 4210 Safe OfBadkal 2 0apa 1GNM 19 Safe OR Electrical 41M krUSiaCashxan FearU 1 MIA1433 (BLIA110i 0 Install Sit Construction Fencing 4233 DarnSprgTheiaPrea 10 13W= 24WJ7i ® D mo Springs_Tt eafre Area 425) DmeO41WAC @SprUsTheekeAm 2 24WO 273*111 mo O/H HVA,@ Springs The be Area 4� DamoWACMd@Canir 3 34W473 23W1D ;Demo HVACO ct@Corridor 4330 Frames�dB�rs@Sbga GrLn 1 241MU3 24-IAM 0 Remove Steel Beams @ Stage CuI an 4310 FeyalTarpaayl}/ig&FUva 0 24N403 Iriatall Temporar) Lighting&Pow,r 4270 1 27,IMft3 Z/,AM Remove&Salva aAHU's Th Are Area 4300 S.119 T 1 �WJCD idW�13 :Sawc 9@_ _. 0 ut Floor 4310 R� Cau�@Fk 2 �WJD3 M W433 O Remove Cone ate @ Floor 4323 jClaanThaakaArea 1 1 aipm I 30NND 0' Clean Theatre Area Structure 4330 hPABadACatpod&GradaSrd MAaW 5 31,PM CffEBM 4340 p 0&"13363 ® Import,Backfill,Compact Grade Sand Miderial Soil Comi action 4370 Istal RebarDoweh 2 07FEBM 10FEB]3 M Install ebar Dowels j 4337 Irelal W Bad"' 2 07FEBM 1D1�03 I N Install IG Electrical I 4353 kspedLlGF. c" 0 iD� in act U/G Electrical 43M ksbl Reter 2 11FEBM 12FESIB � 0 Install Reber 4390 P� sla hd 2�03 n 0 1 Rebar nspectlon 4100 PosSlaba Ordia 1 137EM 13FEBG3 4410 Fsf�(fieabIaWalSkd Barra&3raorg 10 14F1� 27FB303 Y Pour lab on Grade ®�Install Openbl Wall Steel Beams&Bracing 4t7D Sej0paabaWdTradc 3 3'f M 011AARM _ Set O rabi Wall Track 4D0 Mm*AaShnralSW 2 (MWO OQvWR13 0 Monokote tructural Steel I Interior i 4140 LayaiYimWab&Cehgs 1 U&PM 07MAFE g Layout Int nor Walls&Cal ings 4510 Instal QatmdElari'ral 5 07LVM 13AAF0 Install verhead Electrical 4470 Instal Ove ead FWAC&CadfrDu*ak 7 07MMM 17KVRM ® Instal Overhead HVAC&Corridor Du ork 4500 inselFnSprOarOhl P0g,Dope 5 071VWi3 1%SWM M Install Ire Sprinkler 07M Piping,Drops P.T. 44M B3 in OpedaYM SbdvAblAWSt Rng. 3 WIvW300 11Nifn3 _ _ ® Box-In etal Stu table Wall Steel with M Frm . 48BD Ralle M=Pahlbi9rWab&CanidorWab 4 U46M 13JNb3 Frame fac.Perimeter lfJalla&Corrldor Nalls 45M IrWOHFkaSphldas 0 13MM 4540 YspectCHEladirrd p 13vY Inpect /H Fire Sprinklrjrs 43D Wal&Cb=krTmdRanig Fgied_0n 0 13AFM Inspect /H Electrical ooridor Tun 47m Sctl) FRares 3 13vW�i 17NV40 �Wall8 or Fram Tunnel'!Framing Inspect on ® Set D or Frames Sheet 8 of 11 Activity Activity Orlg Early Early ID Description Dur Start Flnlah 4570 ElaFnal Wal RlCarrLrBEkctt2lPmn 4 14hWNAlli 79W4'db ® PraliI .Drywall at Corridor 8 Electric I Roorr4 48M Y�a1QH FI✓ r 0 14MAF03 17AMFIRVlAFO3 ® Elec rlcal Wall Rough-in Ins OM HVAC Framing Ceilings 7 1gJJ4YB Z/tvWi73 li ® raming Ceilings 48BO Flec"Weltspedbn 0 1RAAFM Elec rical Wall Inspection 4610 Lslau Wee 4 2 4VM 24.*m _— ® h sulate Walls 46V SdEbtlrd DwigtCas 3 25M40 27?vA9)3 01 Sat Electrical Downlight Cans 46M DryndWaU,ConidxPA:h B TurdCaddp 5 23AM OLAPFUS Dryw ill Walls,Corrid r Patch 8 Tun at Corridor 4BBJ 4HOle@F6idlis 2 37.y4700 T1M14i13 O prinkler Drops;@HardLids Ceig F'radpYm 0 271v4Wm _ ellln Framin Ilna action 40M Drymal Celrpn 5 2nA11RM 07PA733 -- Drywall Callings 4690 WalSp i� 0 DIPJ� Wall Scrow Inspection 4870 CftSp 0 02rPFM Ceiling Scre Inspection 47M Tapa,FbaBFhah 7 03Wii¢3 11APRI33 ® Tape,First&Flnlah I 4710 PairtCeklgs 5 0 NPFC3 154cF433 Paint ellings 4730 Fatal Dupe,FaresBHatAvae 3 0341Fi)3 IVPFM ® Install Doom,Frames&Hardware 4740 FdslNbodBr-teBFeaataton Rai 4 10S-Tn3 15r+Fftl3 ® Install,Wood Base 8 Presentation Rail W10 RepairBaseBFloang@CoriJxDoos 3 144PFC3 16OFFM Repair Base 8 Floo ng @Corridor oars 4790 Aaashd Ceig Gnd 3 16WF0 184PAD3 © Aco�ratical Calling Grid 478] Wahoaig 3 1GWiim 184PR03 _ _ _ OO Wallcove_r_In_g 4010 Y ____I _ a�I LI{ t Fooies@Senior Caridp 1 16W'fb3 16W43[i Install Light Flxtu�as @ Service C rrldor 0 71 4M Fctl S*NurHaad; 2 16W'FM 17AFRM I 0 Install Sprinkler Heads 4® Instal Dlhaers ' CaiYrg 1 iG^Ff4B 16W4�3 j 0 Install Calling Diffusers 47M PMWal%Door�Basa8Rai3 3 17PF1706 2IM'47A ® Pant Walls,Doors,Base 8 Rails 46M kEWUgt ras R5@Aax�al 3 2NFi313 234PFC3 4781 "SoudWal Pam 5 21PFi"133 25eRi11 �_ ._T____._ __—____._ _ __©Install LI ht Fbaures @ Acoustlwl 4WO FBI Ceig DlFrssers@Aaps�al CeSxy 3 21PPR73 23W47B ® Ilratall Sound Wall Panels 48M MdatSArtderH�k@AcastdCelrgs BE 3 21FR'iT3 23W47¢i Install,H SprI Diffuse ra@Acoustlwl Callings Install Sprinkler He da @ Acoustical Ceilings Id 4000 Seat Cause 1 22APFM 2N+PFC3 0 S.at Concrete 48M Swgw Ug tFuasas 2 23� 2VPR03 _ 0 Ener Iza Light Fixtures 489D ksulfaltsrB'�@�� 1 23°Fl7R7 23_4 — Install Rub r Baae @ Serivi Corridor 0 4030 tspedOmheadtrCo ,Up 0 2VFFC3 I 4 Irlapact Overhead I Cover-Up48M Install Calling 3 25Wii73 23�PRIl3 M1 Install Celling The 4779 PJec"Trcn 2 2YM 2YM ®�Electrical Trim 480 instal Capetig 5 294PRM 04vi41113 Install Car etln 4W tffiIOpw"Wal Paneh 3 CdA)w Dl�m= Install Opera le Wail Panels i® 4B7D C1aar+PBFlsdt� 2 '� 51 Clean-up Punchllst 4� 0yFFdkepalor 0 0MAM 4lED Ca11�dC�rY 0 City Final I spection Certificate of Occupancy Roof 4160 LgMFbofPaia1r ipsBTe I omi ra 1 1OMA9M 1O.1Wo 1 Layout R f Paneum"ons;8 Tie•In Locatk a 4080 DarnRxlrg@SbdFOC§Tars 3 11KVM 13MW703 ® Demo acting @ Steel POC's Tie-Ins 44A DarnEIFS@Tsnlaahxs 2 11hW(B 1246M j 0 Demo E I.F.S @ Tie-in Locations 4000 O"RodOperaigslorOrxttak i VA W413 14M M 0 DemCut-io oaf @ Tie-inOpening for Ductwork 3D0 SYbr{�0.rAwk 1 171vW�3 17ANYi03 _ 0 Stub- Ductwork FdalMahSoearBPFLJBCajarspPfaCons 7 1F7vA933 23r440 Install Mac] Scroen BAHU Condenser Pl Hanna 0® 5180 l7aaFr6ic F3eNmm 0 1&W Q Clear Public Restrooms Sheet 9 of 11 Activity Activity Orlg Early Early Noy I n9p. my ID Description Our Start Finish 19 5130 Waft Fpedn 0 2344Oi ` BD �fvBRzi.�s 1 27WU3 ZAW40l3 j aiding Inspection dPI-IJ.EknrlFel&Ca�ea 1 ZRvW1Ii Z]MWiD ---- Jacks 5M S 5170 CtaaP�Rmioars 0 2RviWi13 -__— __- - -- --- -- ___- tMEP Roof Jat FanBConden r _— _ 1 d Hg Exhaust 51Z indARdWAC&PunbgPtprU&Val 5 2SvNR'li 03W12Ti leerA Public oma I Install Roof of HV HVAC&Plumbing Piping&Vents mm ICI Reflgara tUh a 2 23vA933 31M40 i Install Refrigerant Linea 5110 FransMed,Soeen 2 21 W403 31MARM I Frame Mach.Screen HHl Instal RodQttwk,Sand Traps&Fie�rpes 5 2tvWi33 OWFID3 _ _ Install oof Ductwork, ound Traps&�Fire Dampers 51m RwkQ kpedm 0 31MWID Framing Inap,ctlon 5140 tsbl CenalBoed@Mari,Seem 2 01PRild OJPR'3A Install Cemegt Hoard a Mach.Screen 5151 FBI Raslar3/slan@Mod,Soeet 5 034Ri03 095PR03 ® Install Plaster System @MPch.Screen SAO TaringWAC&PlrnbrUPlow9 3 0VPFU3 054FFU — ® Testing HVAC&Plumbing piping W Fatal Harlin@Fx}pmert&Serk �sQ 3 6V•Rim 3 Install Electrical @ Equipment Service Outlets Re I 5100 Path Racing 3 OtAPFC3 fSWFC3 ® Patch Roggng 6180 Pash EIF.S@Teinbmkrs 2 046PFC3 07PPR13 ® Patch E.I.?S@ Tie-in locations 5100 Fq�edPcofPp g 0 (SW FM Inspect R of Piping 52m lrepectRQdBackal em Fell3k Ppg 2 04WF D 10oR701 Inspect RI of Electrical Insulate&Label Roof Plping ---- r soPaitFmolSladFF1n13&Fsfp&Plalarrs 3 11APFC3 15WTn3 Paint Roof Steel,Flsh'g',Equip&Platfo a IS r 'QM 2 16*FD3 17APP03 0 Cleao Roof&Punchllst Final Roof n 0 16am Final-Roof lns ectlon Pantry Demolition&GradingI 6270 Rkcsia KidwEq-pnat 3 OaWSB 13RWM RE Relocatp Kitchen Equl/}ment 4480 SdaUSparibs 2 14NO 151*M © Safe tiff Sprinklers 4400 SaIaOfEbhial 2 Upm 151M1Y3 3 Safe Off Electrical MM Sale&Cap Rrrrg 2 14Y'M IWO ® Safe&!Cap Plumbing 4220 OmAdrnAee 5 16JAM M AD3 _ __ ® Demo Admin.Are 42C RnoWH,/AC@Adrt,Aw 2 2216M 23 -03 D Demo O/HHVAC Admin.Area j 4293 Raroe&SAeg9A1U@AdmnAm 1 23W O 2316M 0 R,move&Salvagl�AHU's @ Admin 4S0 C�AdrmA� 1 24W403 34AM 0 Clean Admin.Area Interior M30 Laratwais i 07MW28 UnAaRm 0 Layout We la MM Fams Wak& ® Frame ails&Cellinge CF3'gs 5 10fvYiiB 14MWn3 SM UWAUrdagardPLmbrg 1 IMOR 33 WAIM 1 Layout U derground Plumbing S310 O,elseJWAC&RefpaaWlJes 5 IMOR8 14MW7Td W Overhe dHVAC&Refri sration Lines BW aulead FireSptidas 4 1UvWYD 131vWi00 _ _ ® Overho d Fire S Ankles SIM O.etsedElehbal 4 1Dv1N� 13VA933 ® Overhe d Electrical 510 OvuhmdHrrtig 4 1114wa 13ARM ® Overhe d Plumbing S90 S'vatFla@UGRmbrg&Serp 1 11NPRM 11WRM 0 cut loor@ UIG Plumbing&Sump 5100 L9roCaode@1dGPIrrRg&SLry 2 11MWm 12vW�i Demo C norete @ UIG Plumbing&Sump 5390 6ora�ldGFlrrlag&Su,{e 1 13vWi8 IWAI'm g Excava UIG Plumbin d.Sumps 5410 FspedQH FiaSpriidaa 0 13A903 — _ 5110 F,{edOH�kal vW10i Inspect 0 13 O/H Fire Sprinklers Sim FspadOHRnbrg 0 13VWFm Inspect OM Electrical Inspect O/H Plumbing ' Sheet 10 of 11 Activity Activity Drill Early Early ID Description Dur Start Finish M RojgNi Bac1rial@Wal 3 14M4M 1MAAFC3 ON Rou h-In Electrical @ Wall ^� 5XD Radw Ptimbrg@Was 3 14NW9O 1&M;03 ® Row h•In Plumbing Walls it 60 irh11_tG F'intig5AF3oaSri6,Uais 2 14NWiO3 17N40 ON Instal UIG PlumbinglSet Floor Sinks/ rains MOO ipedOHHJAG 0 14NAU i +Inspect OM HVAC 5470 Fra"tin 0 17NORM From g Inspection ua) Setaedt®IDon ig tCas 1 17MVM 17KOEO 0 Set E ectdcal Downlight Cans 544D iskISirTTnarhArg1e 1 imva 3 IAAq 1 _ 0 Instal Sump Trench An le SM aspect UG Plating 0 17NW36 Inspe tU/G Plumbingi 54'D Elw"Walhpadion 0 19MO Electrical Wall Inspection so PlrtligWal ispedn 0 18OF0 *Plumbing Wall lnspactlon 5A0 Baddl&CarWUGBirtig 1 1944F 3 19AAFCB i 0 Backlill&Compact U(G Plumbing 5530 SolCar,pa!<n 0 iffAqu _ Soil om action 549D iakieWa6 2 19AVCf3 2MORM 11 Ins late Walls 5510 Dryael 3 27JAF373 21MW3Ti ® Drywall III 5M Saawtlspahr 0 27NOFM S(,raw inspection 55t0 Tape,F,:A&Fnsh 5 BAMFM 31NWY6 — -- Tape,Float d Finish 555] i W BeaRQan Paffi&EuJpnat 5 23AAF 03 03aPF03 Install Beer Room Panels&Equipment B310 PaitCeirgs 2 0tLPR ll 07A°FdD3 Paint Coilingfi 90) i 5w Dons,Frames&Had+ae 1 OWA713 01PAd73 I Install Doors,Frames&Hardware 5U0 tffiIpa#tadja 1 OL^lld6 0IAPr€0 I Install Roof Ladder RF+6 2 fPFPr3Xi 03W�II3 _ -- — — ----- - t] Install Eva Collin 8 rid Brant Piping 55M 1rEWEva(nalr&Rorgoa Pprg + P 9 M0 Ams6d Ceiling Gxd 1 04AFF03 Oi�3 0 Acoustical Collin Grid 557D ialal Cotf RixmT Sbb 1 OVPF03 OVPFM 0 Install Cold Ro m Topping Slab 55M Fatal U#i Ftlrts 1 07A-FW WAFFM 0 Install Light Fixtures 510 Instal CaGngl)fl ors 2 07AA10 Fi3 OB^ YO Ol Install Calling Diffussers 5370 istalSpitdaHeads 2 07AFFC3 054PF403 © Install 5p'•Inkler Heads SS3D hookup BwRamtg6 1 07APR)3 O7APFC3 0 Hook-up Beer Room Lights' T-40 istalSpitdas@Beerf3mr 1 WAR:Iol 07PPRO3 0 Install Sprinklers@ Beer R om 5M0 tepectOmhwdfrrCaa--Lp 0 05*FC3 Inspect Overhead for Cover-Up 5390 Enaria UgttFAM 1 03oH03 054M 0 Energize,_Ight Fixtures 57.30 Instal Ca"7118 1 MAFFO0 OB^PFn3 0 Install Calling Tile 5710 PatWa68Dons 4 16eHZ3 154TiO3 ® Paint Walls&Doors 5n Seal Cana6 Fmr 1 18KF;03 16q"m — — 0 Seal oncrete Floor SM SetlQfianE inat 3 17AA213 2WT703 M Set Kitchen Equipment 5740 Electrical Tin 2 17AFF06 186PFn3 0 Elec�dcal Trim 50 PurnisvTm 2 17APFU3 18/+M 0 Plumbing Trim SM I-hdey NJwEgprwt 3 1 MAPFC3 214M 07 Hook.up Kitchen Equipment 5770 Oearip&ryrdit 2 25aFFM MAPPO m Clean-up&Pun hlist 5780 Clyinwa in 0 3 ity Inspection 50 Heafr Dapatpatkgerin 0 ��Health Dapartrn nt Inspection 500 C1yFIaltgxdn 0 M*RM City Final Inspabtlon 5810 Cafficaltiufompaxy 0 ZM;03 .Certificate of Occupancy Sheet 11 of 11 PALM °� SAP City of Palm Springs U ,n Department of Procurement and Contracting 3200 E.Tahquitz Canyon Way • Palm Springs,California 92262 c'9</FORVoP Tel:(760)323-8239 • Fax:(760)322-8372 • Web: www-dpalm-springs.ca.us CITY OF PALM SPRINGS 3200 East Tahquitz Canyon Way, Palm Springs, CA 92262 NOTICE TO TRADE CONTRACTORS (ALL TRADES) PHASE 1 EXPANSION OF THE PALM SPRINGS CONVENTION CENTER CITY PROJECT#02-19 ADDENDUM NO. 3 This Addendum is being issued for the following changes and informational items: 1. Replace Table of Contents (3 pages)with revised Table of Contents, pages 1, 2 and 3. 2. Add: To bid Package#32 - Electrical and Fire Life Safety Il. SCOPE OF WORK F. ALLOWANCES Trade Contractor shall build an allowance of$5,000 (five thousand dollars) into the bid for exterior lighting to be specified at a later date. 3. Add to bid Package#01 - Selective Demolition ll. SCOPE OF WORK B.As further clarification, Trade Contractor shall: 58. After their salvage of AHU#3 and AHU#6 (by other trade contractor) remove steel platforms, their attachments and supports. Post Office Box 2743 • Palm Springs, California 92263-2743 f 4. Add: to bid Package#28 - Kitchen Equipment II. SCOPE OF WORK A. Add to "A" §10265 -Wall Surface Protection Systems. 5. Replace: Exhibit"D", Document List, pages 1 through 6 with revised Exhibit"D", pages 1 through 6. 6. Replace: Exhibit"F", Temporary Utilities for Construction Purposes, pages 1 through 3, with revised Exhibit"F", pages 1 through 3. 7. Add: to Qualified Bidders List A. Add to attachment to Addendum #1 entitled "Pre-Qualified Trade Contractors for Trades Requiring Pre-qualification and Attendance at Mandatory Pre-Bid Conference' Janikowski Plumbing, Inc. to Trade Bid Package#29 (Plumbing). B. Add to attachment to Addendum #1 entitled "List of Attendees for Those Trade Bids Requiring Attendance at the Pre-Bid Meeting But Did Not Have to Pre-Qualify" B E Mc Murray Construction, Inc. to Trade Bid Package#4 (Concrete & Reinforcing) 8. Add: To PART IV- CONSTRUCTION DRAWINGS AND SPECIFICATIONS as attached. Section 08110 Steel Doors and Frames Section 08211 Flush Wood Doors Section 08305 Access Doors Section 08331 Overhead Coiling Doors Section 08710 Finish Hardware Section 09512 Acoustical Tile Ceiling Section 09651 Resilient Tile Flooring Section 09900 Painting Section 09775 Fibreglass Reinforced Panels Section 10660 Operable Walls Section 10265 Impact- Resistant Wall Protection 9. Informational: Attached Requests for Information with responses by Architect and Engineer. Numbers PB #01 - PB#22 10. Delete Bid Package#9 Doors, Frames & Hardware from the Notice Inviting Bids dated November 11, 2002. Perspective bidders for Bid Package#9 should contact Director of Procurement& Contracting 760-323-8239 for additional information. END OF ADDENDA NO. 3 BY ORDER OF THE CITY OF PALM SPRINGS City of Palm Springs p/ Harold E. Good, CPPO Director of Procurement& Contracting Dated: December 12, 2002 Receipt of this addenda must be acknowledged on the Trade Bid Forms submitted with the bid package. Attachments: Revised Table of Contents (3 pages) Revised Exhibit"D" (6 pages) Revised Exhibit"F" (3 pages) SK-1 (2 pages) Additional Specifications as referenced in Item 8 above Pre-Bid RFI Log (2 pages) HNTB#36368 Palm Springs Convention Center Phase 1, Kitchen and Springs Theatre Reconfiguration 10/30/02 TABLE OF CONTENTS DIVISION 0 - BIDDING REQUIREMENTS To be provided by the City of Palm Springs DIVISION I - GENERAL REQUIREMENTS Section 01010 - Summary of the Work Section 01040 - Coordination Section 01045 - Cutting and Patching Section 01050 - Field Engineering Section 01200 - Project Meetings Section 01300 - Submittals Shop Drawings Product Data and Samples Section 01400 - Quality Control Section 01421 - Reference Standards and Definitions Section 01631 - Substitutions Section 01700 - Contract Closeout Section 01720 - Project Record Documents Section 01730 - Operation and Maintenance Data Section 01740 - Warranties DIVISION 2 - SITE CONSTRUCTION Section 02060 - Building Demolition Section 02222 - Excavation Section 02300 - Earthwork DIVISION 3 - CONCRETE Section 03100 — Concrete Formwork Section 03300 - Cast-In-Place Concrete DIVISION 4 - MASONRY Section 04200 - Unit Masonry DIVISION 5 - METALS Section 05120 - Structural Steel Section 05210 — Steel Joists Section 05310 - Steel Deck Section 05400 - Cold-Formed Metal Framing Section 05500 - Metal Fabrications Section 05810 - Expansion Joint Cover Assemblies Revised 12/12/02 Table of Contents Page 1 HNTB#36368 Palm Springs Convention Center Phase 1, Kitchen and Springs Theatre Reconfiguration 10/30/02 DIVISION 6 -WOOD AND PLASTICS Section 06100 - Rough Carpentry DIVISION 7 -THERMAL AND MOISTURE PROTECTION Section 07210 - Building Insulation Section 07241 — Exterior Insulation and Finish Systems — Class PB Section 07533 — Single-Ply Membrane Roofing Section 07716 — Roof Expansion Assemblies Section 07720 — Roof Accessories Section 07811 — Sprayed Fire Resistive Materials DIVISION 8 - DOORS AND WINDOWS Section 08110 - Steel Doors and Frames Section 08211 - Flush Wood Doors Section 08305 - Access Doors Section 08331 - Overhead Coiling Doors Section 08710 - Finish Hardware DIVISION 9 - FINISHES Section 09253 - Gypsum Sheathing Section 09255 — Gypsum Board Assemblies Section 09310 - Ceramic Tile Section 09571 - Acoustical Tile Ceilings Section 09651 — Resilient Tile Flooring Section 09671 — Resinous Flooring Section 09680 - Carpet (Owner Supplied and Installed) Section 09775 — Fiberglass Reinforced Panels Section 09900 - Painting Section 09841 —Acoustical Wall Panels DIVISION 10 - SPECIALTIES Section 10265 -Wall Surface Protection Systems Section 10660 — Operable Walls DIVISION 11 - EQUIPMENT Section 11400 — Food Service Equipment DIVISION 12 - FURNISHINGS - Not Used DIVISION 13 -SPECIAL CONSTRUCTION - Not Used Revised 12/12/02 Table of Contents Page 2 Ask ACOW. CERTIFICAT F LIABILITY INSURAN 05/01/2004 05/01/2003' PeaoucER THIS CERTIFICATE IS ISSUED Lockton Insurance Brokers,Inc. ON Y AND CON ERSNO MRIGH S PONT INFORMATION HE CERTIFICATE 725 S.Figueroa Street,35th R. HOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR CA License 40714705 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Los Angeles 90017 (213)689-0065 INSURERS AFFORDING COVERAGE 65 ' INSURED INSURER A Navigators Insurance Compan 1018451 Martin Integrated Systems 2330 N.Pacific Street INSURER B r r n Orange CA 92865 INSURER c: _ INSUBER D- State Compensation Insuramr.p.Fund COVERAGES C3 THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE 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 TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONITT DATE MrwDDfyYi LIMITS GENERAL LIABILITY EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY GL368075 05/01/2003 05/01/2004 FIRE DAMAGE(My one fire $ 50000 CLAIMS MADE M OCCUR MED EXP(Anyone arson $ 5,000 PERSONAL&ADV INJURY $ 1000000 GENERAL AGGREGATE $ 2,000 000 GEN'L AGGREGATE LIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 2,000,000 POLICY X PIrCT RO" LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1000,000 B X ANY AUTO 72UECUR1647 05/01/2003 05/01/2004 (Ea accident) , ALL OW NED AUTOS BODILYINJURY $ XXXXXXX SCHEDULED AUTOS (Perrperson) son) X HIRED AUTOS BODILY INJURY $ XXXXXXX X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ XXXXXXX (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ XXXXXXX ANY AUTO NOT APPLICABLE OTHER THAN EA ACC $ XXXXXXX AUTO ONLY: AGG $ XXXXXXX EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 C X OCCUR CLAIMS LQ1B7j131146013 OS/Ol/2003 OS/Ol/2004 AGGREGATE $ 5,000,000 UMBRELLA $ XXXXXXX DEDUCTIBLE ❑ FORM XXXXXXX RETENTION 8 _ _ $ XXXXXXX D WORKERS COMPENSATION AND 1684567-03 OS/Ol/2003 05/01/2004 X WC STATU-1 0"fH- V� M EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ 1,000,000 EL DISEASE-EA EMPLOYEE $ 1,000000 E L.DISEASE-POLICY LIMIT $ 1000000 OTHER DESCRIPTION OF OPERATIONBILOCATIONSIVEHICLES/EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Re:City of Project 402-19.Palm Springs Phase I Covention Center Expansion,277 North Avenida Caballeros,Pahn Springs,CA.MIS Job#6928 Additional Insureds per attached Endorsement,except Workers'Compensation,but only with respect to the Insured's operations as their interest may appear.Coverage provided is primary and non-contributory. CERTIFICATE HOLDER X ADDITIONAL INSURED'INSURER LETTER: CANCELLATION EM258641 1662478 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILL€ND€AVBR-MMAIL 30 DAYS WRITTEN Attn:Bruce R.Johnson Dept.of Procurement&Contracting NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUTFAILUIRE T9 0 SOSHALL 3200Tahquitz Canyon Way IMPOSE-NO-OBLIGATION OR LIABLmm AN44�o -THR NSt1RER,4TS-AGENTS-OR Palm Springs CA 92262 R€PR€SENTATIVES, AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) o AtORD CORPORATION 1988 t •t A THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART ADDITIONAL INSURED - OWNERS,LESSEES OR CONTRACTORS (FORM B) CG 20 10 1185 SCHEDULE Project: City of Project#02-19. Palm Springs Phase I Covention Center Expansion, 277 North Avenida Caballeros, Palm Springs, CA. MIS Job #6928. Name of Person or Organization: City of Palm Springs and Turner Construction Company Any person or organization that the named insured is obligated by virtue of a written contract or agreement to provide insurance such as is afforded by this policy,provided the Company is notified in writing within 30 days of the inception of the contract or agreement,or the inception of this policy,whichever is later. WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of"your work" for that insured by or for you. The following additional provisions apply to any entity that is an insured by the terms of this endorsement: 1. Primary Wording If required by written contract or agreement: Such insurance as is afforded by this policy shall be primary insurance, and any insurance or self-insurance maintained by the above additional insured (s) shall be excess of the insurance afforded to the named insured and shall not contribute to it. 2. Waiver of Subrogation If required by written contract or agreement: We waive any right of recovery we may have against an entity that is an additional insured per the terms of this endorsement because of payments we make for injury or damage arising out of"your work" done under a contract with that person or organization. 3. Neither the coverages provided by this insurance policy nor the provisions of this endorsement shall apply to any claim arising out of the sole negligence of any additional insured or any of their agents/employees. ANF 160(11/2002) Certificate ID : 1662478 Misc Attachment: M25864 05/01/2003