Loading...
HomeMy WebLinkAbout04620 - FORWARD SERVICES CONVENTION CENTER CP02-19-04 CONCRETE OOC a 2003—ssosa2 08/18/2003 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk & Recorder II III I I I II I I I I III III II II 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 F 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 improvement of June,2003. 5. The name of the contractor(if named)for such work of improvement was: Forward Services, Inc.. 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. �44.Zo Minute Order No: `7 Z 51 02-19 02-19-04 DATED: © CITY OF PAC PAbM SPRINGS B : 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 that the facts stated rei are true; that as said City Clerk, she makes this verification on behalf Of s i and n c pahcorporatiQn. City Clerk Index No. Forward Services Convention Ctr CP02-19-04 AGREEMENT #4620 MO7238, 1-8-03 AGREEMENT , THIS AGREEMENT made this 0 day of rv,:^:a ., in the year 2003, by and between the City of Palm Springs, a charter city, orgartded and eCisting in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and, Forward Services Inc, hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: Palm Springs Phase I Convention Center Expansion Site Concrete, Concrete & Reinforcing City Project No. 02-19-04 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: $1,000.00 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). ($210,636.00) it,,;liii t-.;li d�.b�+9' r7BL 4 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 3, 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 TES a municipal corporation � City Clerk � �I City Mana er AP63NE� � uFe. :' 1° � Agreemen over/aqnpr $25,000 APPROVED AS TO F / Reviewed and approved by Procurement& Contracting By: Initials Date City Attorne P.O.Number S(A362 CONTRACTOR: Check one:_Individual_Partnership_Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board, President,or any Vice President:/AND B.Secretary,Assistant cretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). ✓ i i i f Signature(notarized) / Signature (notarized) Name: ./ i �a J[ Name: .�i " Title: Title:^�•',ci,.y� --� State of State of L"sk-Cr'_�� / 11 County of � .--�a ��ss County of ��a-�'-r r lss r %) On /n &fore me, p�LL-1/�Lc-e-��A�. �,i 2ny�`°a On y� ® �before me, 36 personally appeared 1��N -v /�• ��-+'� personally appeared U/�w-� �• �yz-G= c� personally known to me (or proved to me on the basis of personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) 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 persons)acted,executed the instrument. which the person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. � . � Notary Signature: l%r,' Notary Signature: Notary Seal: Notary Seal: ,� �• 5 MARIA ELENA BANKS t ^n�±� MARIA ELENA BANKS Commission i 1257105 r,,.,,,t 1 Commission# 1257105 z z Notary Public-Californiallotary Public-Califarrra Orange County A Ti Orange Cou t, Any Comm Exa;tF,s MoT 17 4Y.�t :. r BnyCcmm Yas,n r17 GOd EXECUTED IN FOUR (4) ORIGINALS BOND# M105443 PAYMENT BOND PREMI M: INCLUDED KNOW ALL MEN BY THESE PRESENTS, That SURETY COMPANY OF THE PACIFIC as Surety, are held firmly bound unto the City of Palm Springs,a Charter City, organized and existing in the County of Riverside, State of California,hereinafter called the "City," in the sum of Two Hundred Ten Thousand Six Hundred Thirty Six($210 6S6 00)dollars for the payment of which sum well and truly to be made, we bind ourselves, our heirs,executors,administrators, successors,and assigns,jointly and severally,firmly by these 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 02-19-04 Site Concrete, Concrete&Reinforcing 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 attorney's fee, as shall be fixed by the Court. This bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED, that any alterations in the Work to be done or the materials to be famished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder, nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety SIGNATURES ON NEXT PAGE BOND M105443 SIGNED AND SEALED, this 16TH day of JANUARY 20Q3—• Surety SURETY CWANY OF TIE PAC'MIC Contractor FC INC. Bye _ p y By GEORGF ALF$M PEATE, LICINQSE# OD42655 Titt'e ATTORNEY-IN-FACT 28202 CABUT RD., SUITE 300 (SEAL AND NOTARIAL ACKNOWLEDGMENT LAGUNA GUEL CA 92677 OF SURETY) Contractors u�.i 6345 BAIBOA BLVD., BE . 2 ENCIIA, CA 91316 ti4.e Corriorations require two notarized sigriatues: One from each of the following: -11 Cb.Mrman of Board, President, or any Vice President: AND 2.Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer). CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT I State of California I I County of Los Angeles On f' 200 before me, SHILO LEE CRANE, NOTARY PUBLIC DATE NAME,TITLE OF OFFICER personally appeared GEORGE ALFRED PEATE NAME(S)OF SIGNER(S) ® personally known tome — OR — ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their =s signature(s) on the instrument the person(s), or the ;1 U_n FF CRANE V entity upon behalf of which the person(s) acted, F omrnlF Ion 4 138033 c Nra„ Rlirjc - C.allromia ; exe ted the instrument.Loy Angeles County �( MyCornm F�.olresOctl5 9006�h� WI �S ri hand rid Offlcl Seal. - o- "^_�7� l i A ✓S.� SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED ❑ INDIVIDUAL DOCUMENT ❑ CORPORATE OFFICER BOND# M105443 TITLE(s) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL X ATTORNEY-IN-FACT i) ❑ TRUSTEE(S) NUMBER OF PAGES ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SURETY COMPANY SIGNER(S) OTHER THAN NAMED ABOVE OF THE PACIFIC (� nn SURETY COMPANY of the PACIFIC 6345 BALBOA BOULEVARD,BUILDING 2,SUITE 325, ENCINO,CALIFORNIA 91316-1517 I,J\ REPLY TO:POST OFFICE BOX 10289,VAN NUYS,CALIFORNIA 91410-0289 PHONE:(818)609-9232 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That, SURETY COMPANY OF THE PACIFIC, by Montgomery Erwin its Chairman/President, in pursuance of authority granted by Resolution of its Board of Directors at a meeting called and held on the 23rd day of January, 1969, which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy: "RESOLVED: That the President or any Vice-President may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the Company, and either the President or any Vice-President, the Board of Directors or Executive Committee may at any time remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorneys-in-Pact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." does hereby nominate, constitute and appoint GEORGE ALFRED PEATE, of ENCINO, California, its true and lawful Attorney-in- Fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed: ANY AND ALL BONDS AND UNDERTAKINGS. IN WITNESS WHEREOF Montgomery Erwin, said Chairman/President has hereunto subscribed his name and affixed the corporate seal of the said SURETY COMPANY OF THE PACIFIC, this 9th day of January, 2002. SURETY COMPANY OF THE PACIFIC By � Montgomery Erwin, Chairman/President_ STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )ss On this 9th day of January, 2002, before me, Stephanie Hope Shear, Notary Public, personally appeared Montgomery Erwin, Chairman/President, of Surety Company of the Pacific, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. (SEAL) ephanie HopeSheai,Notary Public STEPHANIE HOPE SHEAR Cornmbsiort f 12r" 1 Notary Publc-CaRfatti0 Ins Angeles County ACCEPTED AND AGREED T nnycorr.n.r�sa�gla�o+ � Signature/ �002— Date CERTIFICATION 1, the undersigned, Secretary of SURETY COMPANY OF THE PACIFIC, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary, and affixed the Corporate Seal of the Corporation, on t Tanis Galik, Corporate Secretary 4 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT _ C i' State of �"� � ' ��toe✓��� County of e On before me, ,. f7Jt a , O t � d Data h , \ Name and Till of Office e.g.,'Jane Oo Notary Public) I$„ c,f f i `I personally appeared S � e�J Name(.)cl Signer(.) ' q•, Elpersonally known to me-OR-proved to me on the basis of satisfactory evidence to be the pelrscr}(`S') I� ( whose name(p) is/are subscribed to the within instrument k� and acknowledged to me that he/shaA#ey executed the y same in his/hei;4h it authorized capacity(4es), and that by :h rtt.S'TOCVF_ his/herftktefr signature on the instrument the personal, cornmi3sionGt342f3f or the entity upon behalf of which the personX acted, ' VIP` executed the instrument. My Lamm.Expit>s Feb 9,2006 WITNESS my hand and official seal- 71> Signature of Notary Public i OPTIONAL Though the information below is not required b law, it may p relying i, 9 q y y prove valuable[o persons rel in on the document and could prevent I fraudulent removal and reattachment of this form to another document „ ( 1 Description of Attached Document ' Title or Type of Document: Document Date: Number of Pages: xY I, Signer(s) Other Than Named Above: k99�yy Capacity(ies) Claimed by Signer(s) a, I Signer's Name: Signer's Name: I ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact h ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: Top of thumb here ❑ Other: Top of thumb here r Signer Is Representing: Signer Is Representing: I ti- - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - _ 01995 National Notary Associated•8236 Remmet Ave.P O.Box 7184•Canoga Park,CA 91309-7184 Prod No 5907 Reorder Call Tall-Free 1-8o0-8]6.682] EKsc TEED IN F M (4) ORIGEMI G BOND# M105443 PERFORMANCE BOND $5,266.00 KNOW ALL MEN BY THESE PRESENTS, That Forward Services Inc. as Contractor and ��F'r"rpANY OF THE P11CIE'IC ,as Surety, are held firmly bound unto the City of Palm Springs, a Charter City,organized and existing in the County of Riverside,California,hereinafter called the"City," in the sum of:Two Hundred Ten Thousand Six Hundred Thirty Six($210.636.00) dollarsJor 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 02-19-04 Site Concrete,Concrete&Reinforcing 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 furnished,or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE BOND# M105443 SIGNED AND SEALED, this 16TH day of JAN[M 2003. Contractor CES INC. Contracto By By 28202 CABOP RD. , SUr-PE 300 LAGUNA NIGUEL, CA 92677 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 SURETY COMP OF TUE PACIFIC - QIMM ALAM MATE, LICENSE# OD42655 Title A'T`fY1a TN—F'A(�I' 6345 BAIBOA BLVD., BLDG. 2 ENCIlA, CA 91316 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California j I County of Los Angeles On JAM 1 v 2003 before me, SHILO LEE CRANE, NOTARY PUBLIC DATE NAME,TITLE OF OFFICER personally appeared GEORGE ALFRED IDEATE NAME(S)OF SIGNER(5) ® personally known to me — OR — ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their I authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the SI-III_C LEE CRANE io;i tll 13BG33..� [� entity upon behalf of which the person(s) acted, ws� _. -, yloi.,ry PUNIFU - cauromlO executed the instrument. of AnqeleS County -MY ComFn.f-xpu�s rJch 15,20O6 WI S thand nd offi 1 seal. V SIGNATORE OF NOTARV 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 ❑ INDIVIDUAL DOCUMENT ❑ CORPORATE OFFICER BOND# M105443 TITLE(S) TITLE OR TYPE OF DOCUMENT ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL X ATTORNEY-IN-FACT ❑ TRUSTEE(S) NUMBER OF PAGES ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SURETY COMPANY OF THE PACIFIC SIGNER(S)OTHER THAN NAMED ABOVE (�nn SURETY COMPANY of the PACIFIC S■ '� 6345 BALBOA BOULEVARD,BUILDING 2,SUITE 325,ENCINO,CALIFORNIA 91316-1517 U REPLY TO:POST OFFICE BOX 10289,VAN NUYS,CALIFORNIA 91410-0289 PHONE: (818)609-9232 POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That, SURETY COMPANY OF THE PACIFIC, by Montgomery Erwin its Chairman/President, in pursuance of authority granted by Resolution of its Board of Directors at a meeting called and held on the 23rd day of January, 1969, which said Resolution has not been amended or rescinded and of which the following is a true, full and complete copy: 'RESOLVED: That the President or any Vice-President may from time to time appoint Attorneys-in-Fact to represent and act for and on behalf of the Company, and either the President or any Vice-President, the Board of Directors or Executive Committee may at any time remove such Attorneys-in-Fact and revoke the Power of Attorney given him or her; and be it further "RESOLVED: That the Attorneys-in-Fact may be given full power to execute for and in the name of and on behalf of the Company any and all bonds and undertakings as the business of the Company may require, and any such bonds or undertakings executed by any such Attorney-in-Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Secretary." does hereby nominate, constitute and appoint GEORGE ALFRED PE ATE, of ENCINO, California, its true and lawful Attorney-in- Fact, to make, execute, seal and deliver for and on its behalf, as surety, and as its act and deed: ANY AND ALL BONDS AND UNDERTAKINGS. IN WITNESS WHEREOF Montgomery Erwin, said Chairman/President has hereunto subscribed his name and affixed the corporate seal of the said SURETY COMPANY OF THE PACIFIC, this 9th day of January, 2002. SURETY COMPANY OF THE PACIFIC By LL__ ' Montgomery Erwin, Chairman/President'._ STATE OF CALIFORNIA ) COUNTY OF LOS ANGELES )ss On this 9th day of January, 2002, before me, Stephanie Hope Shear, Notary Public, personally appeared Montgomery Erwin, Chairman/President, of Surety Company of the Pacific, personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or entity upon behalf of which the person acted, executed the instrument. WITNESS my hand and official seal. A (SEAL) ephanie Hope_Sfieaz,Notary Public SrEPHANIE HOPE SHEAR Cormn ian t 1773830 i Notay Public-Callfattia Los Angeles Cotmy ACCEPTED AND AGREED T My Cc m.FpiesAug13,2M4 Signature �0"yx °l j �J—OO2• Date CERTIFICATION I, the undersigned, Secretary of SURETY COMPANY OF TBE PACIFIC, do hereby certify that the original POWER OF ATTORNEY, of which the foregoing is a full, true and correct copy, is in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Secretary,,and affixed the Corporate Seal of the Corporation, on U" � Tanis Galik, Corporate Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of (, County of � ( On �€ �� before me,_ML S-A /lam` ( V 1 'd AL°� 1� d C, Name and Title cI Pocer( g, Jane Doe.Not ry Public') �i `I personally appeared I14 Name(s)of Signer(s) ❑personally known to me—OR— -proved to me on the basis of satisfactory evidence to be the person(a)° whose namel ) is/&e-subscribed to the within instrument and acknowledged to me that he/skeAhey executed the same in his/1-i- eir authorized capacity,((es),and that by hh ;� his/har�t#eix signature(p�on the instrument the perso � 4 sTO or the entity upon behalf of which the person ) acted, C'umplisslon i l _61 I Notary Public,-California g executed the instrument. 5 orange County B.Oy ConI Expires Feb 9,2006 WITNESS my hand and official seal. h Signature of Notary Public OPTIONAL Though the information below is not required bylaw,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. I Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: � Capacity(ies) Claimed by Signer(s) Fl Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer ❑ Corporate Officer Title(s): Title(s): ❑ Partner—❑ Limited ❑ General ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact ❑ Attorney-in-Fact ❑ Trustee ❑ Trustee ❑ Guardian or Conservator ❑ Guardian or Conservator TI ;j ❑ Other: Top of thumb here ❑ Other: Top of thumb here ;h " ✓5 Signer Is Representing: Signer Is Representing: i m 1995 National Notary Association•8236 Reenn Ave..PO.Box 7184•Canoga Park,CA 91309-7184 Prod No 5907 Reorder Call Toll-Pree 1-600-6]6.682] SURETY COMPANY of the PACIFIC 6345 BALBOA BOULEVARD,BUILDING 2,SUITE 325, ENCINO,CALIFORNIA 91316-1517 REPLY TO:POST OFFICE BOX 10289,VAN NUYS,CALIFORNIA 91410-0289 PHONE:(818)609-9232 To: PUBLIC ENTITY (GOVERNMENT AGENCY, MUNICIPALITY, SCHOOL DISTRICT, OTHER) Surety Company of the Pacific (SCP) has been an admitted surety in the State of California since February, 1969. The Certificate of Authority issued by the California Department of Insurance (CDI) granting SCP authority to transact surety business within the state is in full force and effect. This Authority has never been surrendered, revoked, cancelled, annulled or suspended and we are proud of our uninterrupted service to California's contractors. You can easily verify the current status of our Certificate of Authority by contacting the California Department of Insurance at (213) 897-8921 or by visiting the CDI Web site at www.insurance.cayov. If you are visiting the Web site look for the section with the heading "Regulating Insurers" and then look at the `Company Profile" for Surety Company of the Pacific. 7/01 CERTIFICATION OF CERTIFICATE OF AUTHORITY 1. I, Tanis Galik, am the Corporate Secretary of Surety Company of the Pacific. 2. Attached is a true and correct copy of the Certificate of Authority of Surety Company of the Pacific which has not been surrendered, revoked, cancelled, annulled, or suspended and which is in full force as of the date of this certificate. I declare under penalty of perjury under the laws of the state of California that the foregoing is true and correct. f 12 200� Executed �"" Encino, California. 4, 61-VV 66V' r. o� Tanis Galik, Corporate Secretary (SEAL) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of LOS ANGELES On '' U K-03 before me, SHILO LEE CRANE NOTARY PUBLIC, (Date) personally appeared TANIS GALIK Personally known to me to be the person whose name is subscribed to the within instrument and acknowledged to me that she execute the same in authorized capacity and that by her signature on the instrument the person or the entity upon behalf of which the person acted, executed the instrument. SHOO LEE CRANE WITNESS my hand and official seal. Cominis'iun Y 1380334 �( I ;y` � NOYnry PULAC - Callfornto tudu ' ppp7 oa /nLplr s Coi.iniy My Comm Eaplres Ocl'ta,200b �S`ignature of Notary Public)) CSUR43(10/02) N° 5995 STATE OF CALIFORNIA DEPARTMENT OF INSURANCE SAN FRANCISCO Ames Certificate of Authority Tins Is To CERTIFY, That, pursuant to the Insurance Code of the State of California, Surety Company of the Pacific of Encino, California , organized under the laws of California , subject to its Articles of Incorporation or other fundamental organizational documents, is hereby authorized to transact within this State, subject to all provisions of this Certificate, the following classes of insurance: Surety as such classes are now or may hereafter be defined in the Insurance Laws of the State of California. This CERTIFICATE is expressly conditioned upon the holder hereof now and hereafter being in full compliance with all, and not in violation of any, of the applicable laws and lawful requirements made under authority of the laws of the State of California as long as such laws or requirements are in effect and applicable, and as such laws and requirements now are, or may hereafter be changed or amended. IN WrrNEss WIFnEOF, effective as of the--------7th-------------day of______19Qyember _, 19___44, I have hereunto set my hand and caused my official seal to be affixed this_Zth_-_____ iN01 day of---1LQ-v-ember- ,19 94_.ohn *Code rimgy ri Qualification with the Secretary of State must be accomplished as required by the California Corpo promptly after issuance of this Certificate of Authority. Failure to do so will be a violation of Ins. Code Sec. 701 and will be grounds for revoking this Certificate of Authority pursuant to the covenants made in the application therefor and the conditions contained herein. FORM CB-3 92 93441 SCOPE OF WORK TRADE CONTRACT NO. 4 SITE CONCRETE, CONCRETE & REINFORCING 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 Electrical Work 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. F. OSHA 30 hour training policy, Exhibit H. II. SCOPE OF WORK A. The work defined in the Specification Sections listed below is specifically included, but not limited to, the Scope of Work of this Trade Contractor: 02222- Excavation 02300 - Earthwork 03100— Concrete Formwork 03200- Concrete Reinforcement Page 1 12/7/02 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete $Reinforcing Page 2 03300 - Cast-in-Place Concrete B. As further clarification. Trade Contractor shall: 1. Provide all materials, labor and equipment necessary and required for complete Site and Building Concrete and Concrete Reinforcing Work including, but not limited to all concrete and concrete reinforcing as shown on the drawings, as specified and as further clarified herein. 2. Provide all excavation, removal, compaction, backfill, and grading of spoils for the concrete scope in accordance with the drawings, specifications and "Geotechnical Investigation Updated Report" dated June 21, 2002. Trade Contractor specifically includes all import of spoils necessary- for fill and compaction of new building, ramps and loading dock walls and ramps. 3. Provide all fine grading of all site concrete, and slab on grade work. 4. Trade Contractor shall provide all fill material, compaction, and grading at the existing Springs Theater slab on grade in-fill area, as necessary- to obtain sub grade. 5. Provide all layout and surveying required for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor operations, will be this Trade Contractor's responsibility. 6. Provide all concrete including, but not limited to, concrete footings and foundations, masonry footings, foundation walls, below and above grade concrete walls, pilasters, ramps, steps and slabs-on-grade. 7. Provide all concrete replacement of trellis patio North of new Kitchen Expansion, between grid lines A.9 and B.6 and 21.9 and 22.9. 8. Provide new loading dock ramp catch basins, with concrete bottoms. Grates for same will be provided by Plumbing Trade Contractor. 9. Provide all required concrete and reinforcing submittals and shop drawings including, but not limited to: product data, design mixes, curing compounds, hardeners, and dimensioned shop drawings. 10. Trade Contractor shall repair all existing concrete damage at location where new concrete meets existing. Trade Contractor should coordinate Demo limits with Demo Contractor. 11. Provide all concrete footings including excavation for masonry and concrete walls, and building footings. 12. Provide concrete fill and installation of site steel pipe bollards. Bollards furnished by others. Page 2 12/7/02 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete 8.Reinforcing Page 3 13. Receive, offload, store, protect, distribute and set all templates, anchor bolts. rail sleeves, pipe bollards. dock angles, trough angles and items embedded in the concrete which are furnished by other trades as indicated on each Trade Contractor's shop drawings. Leave all embed surfaces clean to allow welding and/or attachment. 14. Provide all concrete depressions at new troughs. 15. Provide proper finish of all concrete receiving paint, waterproofing or any other finish material. Coordinate with the specific trades. 16. Provide all sealers, hardeners and curing required for the concrete and ensure that each is compatible with waterproofing, paint or finish surfaces. 17. Provide all required permits for the concrete and excavation work. 18. Provide flagmen and traffic control for concrete operations. 19. Provide the Construction Manager with a copy of all concrete delivery tickets. 20. Provide and maintain washout basin located in an area approved by the Construction Manager. Washing out and washing down of trucks shall be limited to the washout basin only. Remove all residual concrete remaining in pump slickline from the jobsite daily. Nuisance water shall be removed on a daily basis. Washout basin area shall be thoroughly cleaned at end of project. 21. Provide Daily Construction Reports to Construction Manager. 22. Provide daily clean-up and removal of all forming material and debris generated by your work. 23. Provide final cleaning of entire site loading dock area after your Work is complete. This specifically includes power washing of the loading dock area site. Include removal of all nuisance water. 24. Coordinate the vertical adjustment of the existing and new structures at the concrete paving areas prior to placement of concrete. Coordinate this work with all site and utility trade contractors. 25. In addition, the Work will include the requirements of General Conditions, Supplementary Conditions, and Division 1, General Requirements once these documents are published and to the extent that these sections apply to the Subcontractor 26. 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. Subcontractor shall be solely responsible for completing the Work in accordance with code requirements and the reasonable intent of the Contract Documents. Page 3 12/7/02 Palm Springs Convention Center Expansion Phase I Scope of Rork Site Concrete, Concrete & Reinforcing Page 4 27. 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, engineering reports, soil reports. special studies, and existing conditions to the extent necessary to perform the Work. 2S. 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. 29. Provide all ancillary materials and accessories, such as reglets, felt, vapor barriers, sand, crushed rock, curing compounds/coatings, joint accessories, etc., as required for the installation of the work. 30. Provide sand and/or crushed rock, vapor barrier as specified, under slab on grade per notes on the structural drawings and the recommendations of the project Soils Report. 31. All excess spoils are to be removed from the project site. 32. Structural steel anchor bolt templates will be provided by the steel subcontractor for use by the concrete subcontractor in anchor bolt placement. 33. Provide grouting and/or drypacking of base plates. 34. Provide $ maintain Cal-OSHA approved protection of all exposed vertical rebar, and Cal-OSHA approved protection for exposed horizontal rebar that impose a hazardous condition. 35. Include all required trade permits, fees, sales taxes, freight, or other ancillary charges associated with the performance of the Cast-In-Place Concrete. 36. Provide for pulling of mesh or rebar into final position during concrete placing operations. 37. Provide slab on grade control joints and construction as required by the Contract Documents and as approved by the structural engineer. 38. Protect and clean sleeved openings. 39. Concrete slab finishes are to be provided flat and level per the Contract Documents and applicable A.C.I. standards (or sloped if so called out on the drawings). Provide additional quality control measures to ensure slab on grade flatness under new operable wall panels at meeting rooms. 40. Provide weather protection during your work including dewatering of rainwater, miscellaneous pumping of pits, foundation excavations, etc. Page 4 12/7102 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 5 41. Provide sandblasting or other necessary clean-up of concrete laden rebar. This work is to be performed during off hours if required, so as not to conflict with normal working hour operations of other trades. 42. Trade Contractor shall provide epoxy dowels, rebar and concrete poor back at all plumbing trenches and new, capped or demolished floor troughs, floor sinks and floor drains. 43. Provide slabs with slope to drain as indicated on drawings or necessary to create positive drainage to floor drains and floor sinks. 44. Provide dust control for dust generated by this Subcontractors equipment used in the course of the Work. 45. Provide backfill of the slab edge as necessary to match the adjacent rough grade. 46. Repair concrete curbs at loading dock entrance where new wall and ramp meets existing paving. Remove concrete to nearest construction joint prior to replacement. Replacement concrete shall include all concrete reinforcing. 47. Provide slab depressions as required for a compatible transition of ceramic tile and resinous flooring materials to adjacent flooring. 48. Provide concrete ramps at all cold storage room doors. Include Demo of existing as required. 49. Provide topping slabs and waterproofing at interior of cold rooms. 50. Require all jobsite staff to have proper footwear, hard hat and safety glasses and are require to wear them at all times. No exceptions will be tolerated 51. Provide all concrete and concrete reinforcing including but not limited to footings, foundations, foundation walls, walls, plaster and slab-on- grade. 52. Provide all rebar and wire mesh steel reinforcing for the concrete. Include all dowels and epoxy where new concrete attaches to Building Structures and existing concrete. Coordinate reinforcing layouts, including all vertical dowels, with Masonry Trade Contractors. 53. Provide all formwork, pumping, placing and finishing of concrete. 54. Provide all water stops, keys and step footings as required. 55. Provide all fine grading for slabs on grade. 56. Provide a Two Thousand Dollar ($2,000.00) allowance for concrete equipment pads, including mechanical, electrical, plumbing and fire protection equipment roof and slab pads. 57. Provide all blockouts and penetrations. Coordinate all blockouts and penetrations with other Trade Contractors. Coordinate the Page 5 12/7/02 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 6 installation of all Fire Protection and Plumbing Sleeves through all concrete including footings. Trade Contractor will attend coordination meetings with other Trade Contractors. 58. Include backfilling and compaction of all walls including masonry. Coordinate compaction testing inspections through Turner. Coordinate, through Turner, backfill operation with the Waterproofing Trade Contractor and the Deputy Inspections of waterproofing and compaction. 59, Provide hoisting, shoring and equipment required for the Work. 60. Blow and clean all concrete formwork prior to each concrete pour. 61. Provide mock-ups for all paving patterns, colors, textures and finishes for approval. 62. Provide all construction, control, expansion, tooled, and saw cut joints as indicated. 63. Coordinate sleeves furnished and installed by the Misc. Steel, HVAC, Plumbing, Electrical, Fire Protection and any other trades as required. 64. Provide and maintain safety railing and toeboards, while on site, at the perimeter of all levels, safety railing and toeboards at all interior slab openings, and temporary handrail at all stairs in accordance with CAL-OSHA requirements. Provide for removal of same as permanent barriers are being installed, and/or at the end of the project. 65. Provide all concrete sealant and caulking for the Work in accordance with the specifications. (Ref. specification section 0790). Provide all pre-molded filler and caulking at all masonry to concrete transitions and all concrete to concrete, including cont. backer rod and caulking at masonry walls, concrete walls and slab on grade. 66. Provide proper finishing of concrete slabs and walls, including all sacking if necessary. Coordinate with the specific trades. 67. Provide all task lighting for all nighttime or early morning concrete pour operations. This Trade Contractor should anticipate , early morning or off hour concrete pours. 68. Coordinate through Turner, all Soils, City and Deputy inspections. 69. Regrade gravel area at entrance of loading dock after all site concrete is replaced. 70. Provide water trucks, dust control and street cleaning as required. 71. Cover or plank over all openings. Secure from dislocation, identify and maintain as per OSHA approved requirements. 72. Provide thickened slabs where ramp or slab on slab-on-grade (not shown on drawings), meet existing. Page 6 12/7/02 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 7 73. Temporary 110V power to be supplied by Turner. Any additional power required for the completion of the Work is the responsibility of this Trade Contractor. 74. Provide all necessary move-ins until the Work is complete. 75. Provide a Safety Program and be responsible for safety of all forming and concrete work. Any extra safety precautions shall be included as directed by Turner. Include a competent person who has participated and is certified through the OSHA 30 hours. 76. Provide cast-in-place stair nosing at the stair treads. 77. Remove and patch concrete slab and walls where safety posts and related components have been removed. 78. Protect embeds and rebar that have special coatings. 79. Remove laitance from all embeds, sleeves, rebar, and block-outs prior to grouting/ drypacking. 80. Include removal and proper disposal of all excess spoils from the site. 81. Include a cost allowance of 24 man-hours of Carpenter Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City of Palm Springs at the end of the project for any remaining unused hours. 82. Include a cost allowance of 24 man-hours of Laborer Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City of Palm Springs at the end of the project for any remaining unused hours. 83. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 3,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured Under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. Page 7 12/7102 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 8 C. WORK EXCLUDED: 1. The following items are specifically excluded from the Concrete Work: a. Furnishing of miscellaneous metal embeds. b. Structural concrete within the Building envelope. C. Concrete masonry work. D. LABOR RATES: 1. To determine the sum to be paid for labor and material change order work performed under 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: As listed above. F. ALTERNATES: None G. GENERAL INFORMATION: 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, engineering reports, Page 8 12/7/02 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 9 soils reports, special studies, and existing conditions to the extent necessary to perform the Work. 4. 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. 5. 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 9 12/7/02 CITY OF PALM SPRINGS 3200 East Tahquitz Canyon Way Palm Springs, CA 92262 NOTICE TO TRADE CONTRACTORS TRADE BID #4 SITE CONCRETE, CONCRETE AND REINFORCING PHASE I EXPANSION OF THE PALM SPRINGS CONVENTION CENTER CITY PROJECT #02-19 - t%�t ADDENDUM NO. 1 This Addendum is being issued for the following clarification: The scope of work includes Structural concrete within building envelope. Any and all references to the contrary in the bid documents including Part V, Item C, 1.b are hereby deleted. BY ORDER OF THE CITY OF PALM SPRINGS City of Palm Springs Dated: January 7, 2003 Receipt of this addenda must be acknowledged on the Trade Bid Forms submitted with the bid package. 8 TRADE BID TRADE BID PACKAGE# 4 TRADE DESCRIPTION Site Concrete Concrete & Reinforcing 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): i Number / Date Number Date i 111 Number � Date,/ A! �. 1 Number �/ Date /0' A0 rL ` Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the Work z t- �,! 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 BBi+idL/Price(ss) named in the aforementioned Bidding Schedule(s). Date11 /7/C K 4103 Bidder:,, y MZ�cS/liC[�/G6s'JNG �/n Title://�SMKYf/ TRADE BID • TRADE BID FORMS - 2 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 O /YID/•C N O e2i 2t2 YIZV 2. 3. 4. 5. 6. 7. 8. • City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND • SUBMITTED WITH PROPOSAL State of California 1 I ss. County of 65Z414.ir, I I, i�ro.z p`o aw a.c� being first duly sworn, deposes and says that he or she is ��rrvrvr C'Eo of Coe�+v�/f�w.t ccr yam— the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER BY TITLE ORGAN IZATION�icn��ii{/Elsndici�cc� ADDRESS �8.202G,o[b—�r�` 7 � dc��f26�f i SUBSCRIBED AND SWORN TO BEFORE ME THIS i> DAY , MARIA ELENA BANKS NOTARY PUBLIC IN AND FOR SAID Commissionff1257105 COUNTY AND STATE NotaryPublic-California Orange County QMYC0rnMEVkesMcr17, MY COMMISSION EXPIRES: 2004 • BIDDER'S GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 5 TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Convention Center Expansion Phase 1 Project No. 02-19 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 4 TRADE BID PACKAGE DESCRIPTION: Site Concrete, Concrete & Reinforcing TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - s /o, 636 • a' Price in Lgures �i6tl WViiY C.'/ rW%/.y / i•q/ /?7 3/,C 4��//G 7�NB �ODS /Pnce in wortls / /I(l�4(N��L��/L•�lr.YeL�,/Y A✓vO/�d /i7� �I 1C O�e��l 7 C)S Pnce in wortls BY: Signature TITLE: ✓�tiwuc,.,r/��O DATE: c7�iyoni s /r/t ��3 • City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 BIDDER'S GENERAL INFORMATION • The Bidder shall furnish the following information. Additional sheets shall be attached as required. Failure to complete Item Nos. 1, 3, and 8 will cause the Bid to be non-responsive and may cause its rejection. In any event,no award will be made until all of the Bidder's General Information(i.e.Items 1 through 9, inclusive)is provided to the City. 1. BIDDERICON//TRAACTOR'S name and street address: Ana d c,1�wc,E,r 1,.,tei �8.202.�ie�r.re` '�30o ir�d,.,,o��F��72677 Name of Licensee, RMO', or RMEz , /� crt a steeaot�r 2. CONTRACTOR'S telephone number: (SCo ) 939 19 8 82 3. CONTRACTOR'S license: Primary Classification State License Number vi'�ys'3 Expiration Date Supplemental license classifications: F Name of licensee and RMO' or RMEZ, if different from line (1), above 4. Name of person //who inspected the site of the proposed Work for the Bidder: Name:� �t`���viy Date of inspection: S / /t 5. Surety Company and Agent who will provide the required dBBonds soon this Contract: Name of �T Address � C Surety Company Agent_ /���� i Xrr 266 Telephone Numbers: Agent( e16 ) 40?'92 32 Surety ( ) • 'Responsible Management Officer Responsible Management Employee BIDDER'S GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 7 BIDDER'S GENERAL INFORMATION (Continued) • 6. ATTACH TO THIS BID the experience resume of the person who will be designated as General Construction Superintendent or on-site Construction Manager for the Contractor. 7. ATTACH TO THIS BID a financial statement,references,and other information,sufficiently comprehensive to permit an appraisal of Contractor's current financial condition. 8. ATTACH TO THIS BID a list of 3 projects completed as of recent date involving work of similar type and complexity, listing the following data for aeaaacch project: (1) Project Name 4v. Arin y e� r l�Nie.y Contract Price t* 7o S 766 coo Name, Address, and Telephone Number of Ow r's Pro j ct Reeyyresentative S�7—Ppo9 �GY�`/NANe✓.r .ac/i��� ' r•��vl><sr,Q,�.vcF �310—���B 7587 (2) Project Name/%uive�srry�yisiy�Lrry���errr. �v�cy� Contract Price 1: � • Name, Address, and Telephone Number of Owner's Project Representative (3) Project Name Contract Price Name, Address, and Telephone Number of Owner's Project Representative 7�S a/eo 3��l+CG✓TNL/.i//G /SD ��Cf//M/C. !/� /iG 6� / • BIDDER'S GENERAL INFORMATION City of Palm Springs BID TRADE FORMS - 8 CITY OF PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I PROJECT#02-19 • SPECIFICATIONS DATE: December 20, 2002 TABLE OF CONTENTS BID GROUP 4 PART I - BIDDING AND AGREEMENT FORMS AND BONDS Introduction and Overview Notice to Trade Contractors Instructions to Bidders List of Trades and Bid Packages Trade Bid Documents Trade Bid (Proposal) Trade Bid Schedule List of Subcontractors Non-Collusion Affidavit Bid Bond (Bid Security Form) Bidder General Conditions Agreement and Bonds Agreement Form • Worker' s Compensation Certificate Performance Bond Payment Bond Certificate of Insurance Contract Administration Forms Notice of Award Notice to Proceed Change Order Work Change Directive Consent of Surety Notice of Completion Waivers of Liens PART II - CONDITIONS OF THE CONTRACT General Conditions of the Contract Supplementary General Conditions PART III - EXHIBITS Exhibit A Safety Program Exhibit B Construction Master Schedule Exhibit C General Liability & Automotive Insurance Limits Exhibit D Document List, dated December 12, 2002. Exhibit E Not Used PALM SPRINGS CONVENTION CENTE EXPANSION PHASE I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 SPECIFICATIONS-CONTENTS DATE: 12-20-02 Exhibit F Temporary Utilities for Construction Purposes Exhibit G Liquidated Damages Exhibit H OSHA 30- hour policy_ • PART IV - CONSTRUCTION DRAWINGS AND SPECIFICATIONS See Exhibit D Document List, dated December 12 , 2002 . PART V- SCOPES OF WORK (BY TRADE FOR ALL TRADES) TO BE ISSUED BY ADENDUM Bid Package #4 Site Concrete, Concrete & Reinforcing • PALM SPRINGS CONVENTION CENTE EXPANSION PHASE I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 SPECIFICATIONS-CONTENTS DATE: 12-20-02 CITY OF PALM SPRINGS, CALIFORNIA CONVENTION CENTER EXPANSION PHASE I • INTRODUCTION AND OVERVIEW The Palm Springs Convention Center is owned and operated by the City of Palm Springs. It is located at the central business district of Palm Springs, California, in the Coachella Valley of Riverside County, in Southern California. The Structure is approximately 110 miles east of Los Angeles, 130 miles northeast of San Diego, 500 miles southeast of San Francisco, 240 miles southwest of Las Vegas, Nevada, and 280 miles west of Phoenix, Arizona. The Palm Springs Convention Center is owned by the City of Palm Springs and is operated under contract by SMG. Individual trade contracts will be bid, awarded and held by the City of Palm Springs.The project consists of renovations and additions to the Palm Springs Convention Center and involves the existing Springs Theater, the adjoining administrative area, the existing central kitchen and its related loading dock facilities. The anticipated completion/occupancy date is April 2003. The City has contracted with Turner Construction Company to serve as Construction Manager for the project. Turner Construction Company 73-960 Highway 111, Suite 5 Palm Desert, CA 92260 ATTN: David Livingston • All trade contracts will be awarded and held by the City of Palm Springs. A list of all trades being bid for this project is included with this bid package Bid Package #4 Site Concrete, Concrete & Reinforcing • • CITY OF PALM SPRINGS, CALIFORNIA 3200 East Tahquitz Canyon Way Palm Springs, California PHASE I - EXPANSION OF THE PALM SPRINGS CONVENTION CENTER City Project No. 02-19 NOTICE TO TRADE CONTRACTORS FOR THE FOLLOWING TRADE: Concrete & Reinforcing (Trade Bid #4) N-1 NOTICE IS HEREBY GIVEN that sealed Bids will be received from Trade Contractors at the Office of the Director of Procurement&Contracting at 3200 E.Tahquitz Canyon Way in the City of Palm Springs. The Work is to be performed in strict accordance with the contract documents and as described in Trade Bid Packages #4 for the Phase I Expansion of the Palm Springs Convention Center, City Project#02-19. The City has contracted with Turner Construction Company to be the Construction Manager for the Project. The resultant contracts will be awarded and held by the City of Palm Springs. N-2 DATE AND TIME OF OPENING BIDS: Bids will be received in the Department of Procurement&Contracting of the City of Palm Springs, California until 3:00 P.M.,local time, January 7, 2003. • Immediately after the time established as the deadline for receipt of bids, bids will be opened and read aloud. It is the responsibility of the Bidder to see that any Bid sent through the mail, by delivery service or hand-delivered shall have sufficient time to be received by the Director in the Department of Procurement& Contracting prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. N-3 LOCATION OF THE WORK: The Work to be constructed hereunder is located at 277 North Avenida Caballeros in the City of Palm Springs, California. N-4 DESCRIPTION OF THE WORK: The overall project consists of renovations and additions to the Palm Springs Convention Center as described in the construction documents prepared by HNTB dated October 30, 2002. The scope of work involves the existing Springs Theater and adjoining administrative areas and the existing kitchen and related loading dock facilities. Separate Bid Documents identify the work to be performed according to trade. N-5 COMPLETION OF THE WORK: Time is of the essence. The Work must be performed according to time lines identified in the trade bid document. The start of demolition is anticipated to be January 8,2003,and the project completion date is scheduled to be May 2, 2003. The start date for each trade will be coordinated with the overall project time lines and • will be communicated by issuance of a Notice to Proceed.A Liquidated Damages clause will be included in the Bidding Documents and resultant Contracts for this trade. A draft work schedule is available on the City's website at www.ci.palm-springs.ca.us. From the main page, go to"Departments", then "Procurement". N-6 BID SCHEDULES: For certain trades the Bid Documents may contain two or more separate Bid Schedules, i.e.,Bid Schedule"A"and Bid Schedule"B". When this occurs, Bidders must bid on all of the Bid Schedules or the Bid will be considered as non-responsive and will be subject to rejection. However the City will award only one Bid Schedule. N-7 AWARD OF CONTRACT: (a)The City reserves the right after opening each trade Bid to reject any or all trade Bids,to waive any informality (non-responsiveness) in Bids or to make award to the lowest responsive, responsible Bidder, as it may best serve the interests of the City. (b) As a condition of award, the successful Bidder will be required to submit bonds and insurance prior to execution of the Agreement by the City. Failure to meet this requirement shall constitute abandonment of the Bid by the Bidder and forfeiture of the Bid Bond. Award will then be made to the next lowest Bidder. N-8 BID SECURITY: Each Bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of at least 10 percent of the total Bid price, payable to the City of Palm Springs,as a guarantee that the Bidder, if its Bid is accepted,will promptly obtain the required • Bonds and Insurance, and will prepare the required submittal documents and execute the Agreement. N-9 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 30 calendar days from the date of the Bid opening. N-10 CONTRACTOR'S LICENSE CLASSIFICATION: In accordance with the provisions of California Public Contract Code Section 3300, the City has determined that the Contractor shall possess a valid California State Contractor's License. The Bidder shall possess a valid license in the specified classification (see below) at the time that the Bid is submitted, as required under California Business and Profession Code Section 7028.15, unless exempt thereunder. Failure to possess the specified license at the time of submitting a Bid shall render the Bid as nonresponsive and must be rejected. The minimum Contractor's License necessaryto perform the Work is as follows: Trade Bid#4 Concrete & Reinforcing C-8 or"B" N-11 PREVAILING WAGE RATES NOT APPLICABLE: Funding for this project is derived solely from local revenue sources and, as provided in Section 7.06.030 of the City's Municipal Code, the work shall not be subject to prevailing wage law. • • N-12 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract from time-to-time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. The value of such securities, if deposited by the Contractor,shall be as determined by the City,whose decision on valuation of the securities shall be final. Securities eligible for investment hereunder shall be limited to those listed in Section 16430 of the Government Code, or bank or savings and loan certificates of deposit. N-13 EXISTING REPORT ON SITE INVESTIGATION: (a)The Bidder=s attention is directed to the fact that a report was prepared for the City of Palm Springs by Converse Consultants, of Monrovia, CA., entitled "Geotechnical Investigation Update Report" (Project 02-31-190-01) dated June 21, 2002. (b) Copies of the report are available for inspection by prospective Bidders at the office of Harold E. Good, CPPO, Director of Procurement& Contracting, 3200 E. Tahquitz Canyon Way, Palm Springs, CA., 92262, 760-323-8239. (c)Said report is made available for the convenience of bidders only, and the City disclaims any responsibility for its contents. All statements,findings, and interpretations in said report are those of Converse Consultants, and the City of Palm Springs makes neither interpretations nor representations as to the accuracy of said report. All bidders shall make their own interpretations as to the conditions e:asting at the proposed project site. • N-14 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a)A full set of Contract Documents is available for inspection without charge at the Office of the Procurement&Contracting,City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, California. (b) Complete sets of said Contract Documents may be purchased for $50.00 per set If overnight mailing is requested, an additional $35.00 fee will be required. Documents are obtainable from: J. P. REPROGRAPHICS OR CR REPROGRAPHICS Attn: Eric Birch or Brian Dillingham Attn: Andrew Sarmiento 224 N. Indian Canyon Way 3182 Pullman Street Palm Springs, California 92262 Costa Mesa, CA 92626 Ofc: (760) 325-3717 Ofc: (714) 751-2680 N-15 ADDRESS AND MARKING OF BIDS_ The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered to: City of Palm Springs Department of Procurement & Contracting • • 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 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 EXPANSION and the date and hour of opening Bids. The name of the trade and the Trade Bid Number shall also be clearly marked on the outside of the envelope. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. N-16 PROJECT ADMINISTRATION:All communications relative to this Work shall be directed to David Livingston,Turner Construction Company,73-960 Highway 111, Suite 5,Palm Desert, CA 92260, PHONE (760) 340-6161, FAX (760) 340-6411, prior to opening of Bids. All questions relating to interpretation of the Contract Documents or products must be in writing, and responses will be in the form of addenda to the Documents. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: December 18, 2002 • PUBLICATION DATES: December 21 and 28, 2002 CITY OF PALM SPRINGS INSTRUCTIONS TO BIDDERS 1. DEFINED TERMS - Terms used in these Instructions to Bidders and the Notice Inviting Bids and NOT defined herein shall have the meanings assigned to them in the General Conditions. The term "Bidder" shall mean one who submits a Bid directly to the City, as distinct from a sub-bidder, who submits a Bid to a Bidder. The term "Project Representative" shall be as defined in the "Supplementary General Conditions." 2. COMPETENCY OF BIDDERS - In selecting the lowest responsive, responsible Bidder, consideration will be given not only to the financial standing of the Bidder,but also to the general competency of the Bidder for the performance of the Work covered by the Bid. To this end, each Bid shall be supported by a statement of the Bidder's experience as of recent date on the form entitled "Bidder's General Information,"bound herein. Except as otherwise provided under Public Contract Code Section 20103.5,no Bid for the Work will be accepted from a contractor who does not hold a valid contractor's license in the State of California for the classifications named in the Notice Inviting Bids at the time of opening Bids. For Trade Bid Packages#1, #6,#13, #29, 30 and 31,and 32, selected by the City and Turner Construction Company to be developed through a pre-qualification process,bids will only be accepted from those Trade Contractors who submitted trade specific pre-qualification packages in the format prescribed by the City and were found pre-qualified to bid. 3. DISQUALIFICATION OF BIDDERS -More than one Bid for any one trade package • from an individual, firm,partnership, corporation, or association under the same or different names will not be considered except where specifically requested in the bid documents and alternative bid schedules. However, a Bidder may submit on more than one trade package. If a Trade Contractor submits a bid on more than one trade package, it may not condition the Bids,so that the bid price of one bid package is dependent on the award of any other bid package. Bids for more than one trade submitted in "combination" will be rejected as non-responsive. 4. BIDDER'S EXAMINATION OF CONTRACT DOCUMENTS AND THE SITE- (a) it is the responsibility of each Bidder before submitting a Bid to examine the Contract Documents thoroughly; visit the site to become familiar with local conditions that may affect cost, progress, or performance of the Work; consider federal, state, and local laws and regulations that may affect cost, progress, or performance of the Work; study and carefully correlate the Bidder's observations with the Contract Documents; and notify the Consultant of all conflicts, errors, or discrepancies noted in the Contract Documents. (b)Reference is made to the Supplementary General Conditions for identification of those reports of explorations and tests of subsurface conditions at the site which have been utilized by the Consultant in the preparation of the Contract Documents. Although such reports are not a part of the Contract Documents, subject to the limitations specified in Article 4.2 of the General Conditions,the Bidder may rely upon the general accuracy of specified technical data contained in such reports. However,the interpretation of such technical data, including any interpolation or extrapolation thereof, together with non-technical data, interpretations and • opinions contained therein or the completeness thereof is the responsibility of the Bidder. (c) Copies of such reports and drawings will be made available for inspection by the City to any Bidder upon request. Those reports and drawings are not part of the Contract Documents, but the technical data contained therein upon which the Bidder is entitled to rely is limited to that set forth in the Supplementary General Conditions. (d) Information and data reflected in the Contract Documents with respect to underground utilities at or contiguous to the site is based upon information and data furnished to the City and the Consultant by the owners of such underground utilities or others, and the City does not assume responsibility for the accuracy or completeness thereof unless it is expressly provided otherwise in the Supplementary General Conditions or the Section entitled "Protection of Existing Facilities" of the technical specifications. (e)Provisions concerning responsibilities for the adequacy of data furnished to prospective Bidders on subsurface conditions,underground utilities and other physical conditions, and possible changes in the Contract Documents due to differing conditions appear in Article 4.2 of the General Conditions of the Contract. (f) Before submitting a Bid, each Bidder must, at Bidder's own expense,make or obtain any additional examinations and investigations which pertain to the physical conditions (surface, subsurface, and underground utilities) at or contiguous to the site or otherwise which may affect cost,progress or performance of the Work and which the Bidder deems necessary to determine its Bid for performing the Work in accordance with the time, price, and other terms and conditions of the Contract Documents. (g)Where feasible, upon request in advance, the City will provide each Bidder access to the site to conduct such investigations and tests as each Bidder deems necessary for submittal of a Bid. The Bidder shall fill all exploration and test holes made by the Bidder and shall repair damage, clean up, and restore the site to its former condition upon completion of such exploration. (h)The lands upon which the Work is to be performed,the rights-of-way and easements for access thereto, and other lands designated for use by the Contractor in performing the Work are identified in the Contract Documents. All additional lands and access thereto required for temporary construction facilities or storage of materials and equipment are to be provided by the Contractor. Easement for permanent structures or permanent changes in existing structures will be obtained and paid for by the City unless otherwise provided in the Contract Documents. (i)The submittal of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 4; that without exception the Bid is premised upon performing the Work required by the Contract Documents and such means, methods, techniques, sequences,or procedures of construction as may be indicated in or required by the Contract Documents; and that the Contract Documents are sufficient in scope and detail to indicate and convey understanding of all the terns and conditions for performance of the Work. 5. INTERPRETATIONS -All questions about the meaning or intent of the Contract • Documents are to be directed to the project representative,Turner Construction Company, ATTN: David Livingston, 760-340-6161, hereinafter referred to as "Project Representative." • Interpretations or clarifications considered necessary by the Project Representative in response to such questions will be resolved by the issuance of Addenda mailed or delivered to all parties recorded by Turner Construction Company or the City as having received the Contract Documents. Questions received less than seven (7) days prior to the date of opening Bids may not be answered. Only questions that have been resolved by formal written Addenda will be binding. Oral and other interpretations or clarifications will be without legal or contractual effect. 6. BID SECURITY, BONDS, AND INSURANCE -Each Bid shall be accompanied by a certified or cashier's check or approved Bid Bond in the amount stated in the Notice Inviting Bids. Said check or bond shall be made payable to the City and shall be given as a guarantee that the Bidder, if awarded the Work, will enter into an Agreement with the City and will famish the necessary insurance certificates,Payment Bond, and Performance Bond. Each of said bonds and insurance certificates shall be in the amounts stated in the Supplementary General Conditions. In case of refusal or failure of the successful Bidder to enter into said Agreement, the check or Bid Bond, as the case may be, shall be forfeited to the City. If the Bidder elects to furnish a Bid Bond as its security, the Bidder shall use the Bid Bond form bound herein, or one conforming substantially to it in form. 7. RETURN OF BID SECURITY - Within fourteen (14) days after award of the Contract, the City will return all Bid securities accompanying such of the Bids that are not considered in making the award. All other Bid securities will be held until the Agreement has been finally • executed. They will then be returned to the respective Bidders whose Bids they accompany. 8. BID FORM-The Bid shall be made on the Bid Schedule sheets bound herein and the pages shall not be removed from the bound volume. Unless otherwise provided in the Notice Inviting Bids, in the event there is more than one Bid Schedule, the Bidder may Bid on any individual schedule or on any combination of schedules. All Bid items shall be properly filled out. Where so indicated in the Bid Documents, Bid price shall be shown in words and figures, and any conflict between the words and figures, the words shall govern. 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 comer with the name and address of the Bidder and shall bear the words, "Trade Bid for Palm Springs Regional Airport Expansion" and the date and hour of opening Bids. The name of the Trade and the Bid Package Number shall also be clearly marked on the outside of the envelope. 9. SUBMITTAL OF BIDS -The Bids shall be delivered by the time and to the place stipulated in the Notice Inviting Bids. It is the Bidder's sole responsibility to see that its Bid is received in proper time. Bids will not be accepted after the appointed time for opening of Bids, no matter what the reason. 10. DISCREPANCIES IN BIDS -In the event that there is more than one Bid item in the Bid Schedule, the Bidder shall furnish a price for all Bid items in the schedule, and failure to do • so will render the Bid as non-responsive and may cause its rejection. In the event that there are unit price Bid items in a Bid Schedule and the"amount" indicated for a unit price Bid item does • not equal the product of the unit price and quantity listed, the unit price shall govern and the amount will be corrected accordingly, and the Trade Contractor shall be bound by such correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. In the event that there is more than one Bid item in the Bid Schedule and the total indicated for the schedule does not agree with the sum of prices bid on the individual items, the prices bid on the individual items shall govern and the total for the schedule will be corrected accordingly, and the Trade Contractor shall be bound by said correction, subject to the provisions of Section 5100 et seq. of the California Public Contract Code. 11. WITHDRAWAL OF BID -The Bid may be withdrawn by the Bidder by means of a written request, signed by the Bidder or its properly authorized representative. Such written request must be delivered to the place stipulated in the Notice Inviting Bids prior to the scheduled closing time for receipt of Bids. 12. MODIFICATIONS AND UNAUTHORIZED ALTERNATIVE BIDS -Unauthorized conditions, limitations, or provisos attached to the Bid will render it informal and may cause its rejection as being non-responsive. The completed Bid forms shall be without interlineations, alterations, or erasures. Alternative Bids will not be considered unless expressly called for in the Notice Inviting Bids. Oral,FAX, telegraphic, or telephone Bids or modifications will not be considered. 13. LIQUIDATED DAMAGES -Provisions for liquidated damages, if any, shall be as set • forth in Exhibit" " and shall be shown in the Agreement and the Notice to Proceed. 14. SUBSTITUTE OR "OR-EQUAL" ITEMS- The Work, if awarded,will be on the basis of materials and equipment described in the Drawings or specified in the Technical Specifications without consideration of possible substitute or"or-equal" items. Whenever it is indicated in the Drawings or specified in the Technical Specifications that a substitute or"or- equal" item of material or equipment may be furnished or used by the Trade Contractor if acceptable to the consultant, application for such acceptance will not be considered by the consultant until after the Effective Date of the Agreement. The procedure for submittal of any such application by the Trade Contractor and consideration by the consultant is set forth in the Section entitled: "Contractor Submittals" of the Technical Specifications. 15. AWARD OF CONTRACT -Award of Contract, if it is awarded, will be based primarily on the lowest overall cost to the City, and will be made to a responsive,responsible Bidder whose Bid complies with all the requirements prescribed. Unless otherwise specified, any such award will be made within the period stated in the Notice Inviting Bids that the Bids are to remain open,unless extended by mutual agreement of the Bidders. Unless otherwise indicated, a single award will not be made for less than all the Bid items of an individual Bid Schedule. In the event the Work is contained in more than one Bid Schedule, The City may award schedules individually or in combination. In the case of two (2) or more Bid Schedules which are alternative to each other, only one of such alternative schedules will be awarded. • 16. EXECUTION OF AGREEMENT-The Bidder to whom award is made shall execute a written Agreement with the City on the form of agreement provided,shall secure all insurance, • and shall furnish all certificates and bonds required by the Contract Documents within 10 calendar days after receipt of the Agreement forms from the City. Failure or refusal to enter into an Agreement as herein provided or to conform to any of the stipulated requirements in connection therewith shall be just cause for an annulment of the award and forfeiture of the Bid Security. If the lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the second lowest responsive,responsible Bidder. If the second lowest responsive, responsible Bidder refuses or fails to execute the Agreement, the City may award the Contract to the third lowest responsive, responsible Bidder. On the failure or refusal of such second or third lowest Bidder to execute the Agreement, each such Bidder's Bid Security shall be likewise forfeited to the City. 17. WORKER'S COMPENSATION REQUIREMENT-The Bidder should be aware that in accordance with laws of the State of California,the Bidder will, if awarded the Contract,be required to secure the payment of compensation to its employees and execute the Worker's Compensation Certification. 18. PREVAILING WAGE NOT APPLICABLE -This project is financed by local funds and is not subject to prevailing wage. -END OF INSTRUCTIONS TO BIDDERS - • • CITY OF PALM SPRINGS, CALIFORNIA CONVENTION CENTER EXPANSION PHASE 1 • Project No. 02-19 LIST OF TRADES AND BID PACKAGES BID TRADE PACKAGE# SPEC. TRADE BID DUE DATE 4 See Document List Site Concrete,Concrete January 7,2003 @ 3:00p.m. &Reinforcing All bids are to be received on the indicated Bid Due Date at the Office of the Director of Procurement and Contracting by the above times local time. • • CITY OF PALM SPRINGS • SPECIFICATIONS PART 11 - CONDITIONS OF THE CONTRACT General Conditions of the Contract Supplementary General Conditions CITY OF PALM SPRINGS SPECIFICATIONS • • PALM SPRINGS CONVENTION CENTE EXPANSION PHASE I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 SPECIFICATIONS-CONTENTS DATE: 12-20-02 GENERAL CONDITIONS OF THE CONTRACT No. Article Page 1 Definitions 1 2 Preliminary Matters 5 3 Contract Documents: Intent, Amending, and Reuse 7 4 Availability of Lands; Subsurface and Physical Conditions; Reference Points 9 5 Bonds and Insurance 12 6 The Contractor's Responsibilities 16 7 Other Work 20 8 The City's Responsibilities 21 9 The Engineer's Status During Construction 21 10 Changes in the Work 23 11 Change of Contract Price 25 12 Change of Contract Time 29 13 Warranty and Guarantee; Tests and • Inspections; Correction, Removal, or Acceptance of Defective Work 30 14 Payments to the Contractor and Completion 33 15 Suspension of the Work and Termination 39 16 Dispute Resolution 41 17 Miscellaneous 41 18 California State Requirements 42 • Palm Springs Convention Center Expansion Phase l CITY PROJECT 02-19 CONDITIONS OF THE CONTRACT DATE:11/7102 GENERAL CONDITIONS-CONTENTS GENERAL CONDITIONS OF THE CONTRACT ARTICLE 1 - DEFINITIONS Wherever used in these General Conditions or in the other Contract Documents the following terms have the meanings indicated which are applicable to both the singular and plural thereof: Addenda - Written or graphic instruments issued prior to the opening of Bids which make changes, additions, or deletions to the Bid Documents. Agreement - The written contract between the CITY and the CONTRACTOR covering the Work to be performed; other Contract Documents are attached to the Agreement and made a part thereof as provided therein. Application for Payment - The form accepted by the ENGINEER which is to be used by the CONTRACTOR in requesting progress or final payments and which is to be accompanied by such supporting documentation as is required by the Contract Documents. Architect - Reference in these documents to Architect shall be deemed to mean the City Engineer of the City of Palm Springs. Asbestos -Any material that contains more than one percent asbestos and is friable or is releasing asbestos fibers into the air above current action levels established by the United States Occupational Safety and Health Administration, Beneficial Use or Occupancy - Placing all or any portion of the Work in service for the purpose for which it is intended (or a related purpose) before reaching completion for all of the Work. Bid - The offer or proposal of the bidder submitted on the prescribed form setting forth the price or prices for the Work to be performed. • Bidding Documents - The Notice Inviting Bids, Instructions to Bidders, the Bid Form and the accompanying Bid Schedules or Bid Sheets, List of Subcontractors, Non-Collusion Affidavit, Bidder's General Information, Bid Security or Bond, Affirmative Action Program, and the proposed Contract Documents (including all Addenda issued prior to receipt of Bids). Bidding Requirements - The Notice Inviting Bids, Instructions to Bidders, and the Bid Form and the accompanying Bid Schedule or Bid Sheets, List of Subcontractors, Non-Collusion Affidavit, Bidder's General Information, Bid Security or Bond, Affirmative Action Program. Bonds - Bid, Performance, and Payment bonds and other security instruments which protect the CITY against financial loss due to inability or refusal of the CONTRACTOR to perform its Contract. Change Order-A document recommended by the ENGINEER which is signed by the CONTRACTOR and the CITY and authorizes an addition to, deletion from, or revision of in the Work, or an adjustment in the Contract Price or the Contract Times, issued on or after the Effective Date of the Agreement. CITY - The CITY of Palm Springs, a charter city organized and existing in the County of Riverside, State of California, sometimes referred to as the CITY or the OWNER. Completion - Completion of the Work shall be the date of such acceptance of the Work by the CITY, as provided under California Civil Code Section 3086. Consultant - The ENGINEER, ARCHITECT, or ARCHITECT-ENGINEER firm and their designated representatives acting under contract to the CITY, acting on behalf of the CITY of Palm Springs as their authorized representative within the scope of authority defined in their contract with the CITY Contract Documents - Unless otherwise defined in the Agreement or Supplementary General Conditions, the Contract Documents shall comprise the Notice Inviting Bids, Instructions to Bidders, the prevailing rate of per diem Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-79 GENERAL CONDITIONS DATE:IIM02 PAGE 1 wages as determined by the Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule, List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, Affirmative Action Program, the 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, Technical Specifications, Drawings, and all Addenda, Change Orders, and Work Change Directives executed pursuant to the provisions of the Contract Documents, together with all Field Orders and ENGINEER's written interpretations and clarifications issued pursuant to Article 3.4 and paragraphs 3.4b.1 and 3.4b.3 on or after the Effective Date of the Agreement. Shop Drawing submittals approved pursuant to Article 6.12 and paragraphs 6.12c and the reports and drawings referred to in paragraphs 4.2a.1 and 4.2b.2 are NOT Contract Documents. Contract Price - The moneys payable by CITY to CONTRACTOR for completion of the Work in accordance with the Contract Documents as stated in the Agreement (subject to the provisions of paragraph 14.11 b in the case of Unit Price Work). Contract Times -The number of successive calendar days as stated in the Contract Documents for the completion of the Work to achieve Substantial Completion and so that it is ready for final payment as evidenced by the ENGINEER's written recommendation of final payment in accordance with Article 11 and paragraph 14.11 b. Contract Unit Price -The price quoted by the Bidder for performing or furnishing each item of work to be paid for on the basis of unit prices. CONTRACTOR-The person, firm, or corporation with whom the CITY has entered into the Agreement. CONTRACTOR's Project Representative- CONTRACTOR's representative for the project through whom all matters addressed to the CONTRACTOR regarding the project shall be directed. This individual and the CIY's, the ENGINEER's, or the Consultant's Project Representative shall be the only 2 individuals who shall have the authority to provide direction/receive authorization on matters pertaining to the Project. Cost of Work-The term Cost of Work (determined as provided in Articles 11.2, 11.3 and 11.4, herein) shall mean • the sum of all costs necessarily incurred and paid for by the CONTRACTOR for labor, materials, and equipment in the proper performance of the Work, plus the CONTRACTOR's fee for overhead and profit (determined as provided in Article 11.2, herein) (referred to in Caltrans Standard Specifications as "Force Account" work). Day-A calendar day of 24 hours, measured from midnight to the next midnight. Daily Work Reports - Cost isolation reports detailing all costs of extra work, disputed work, emergency work, or other work paid for on a force account basis and the cost of other operations. A record of daily costs separate and distinct from the daily costs of other work on the project for which a contract price has been established. Defective Work - An adjective, which when modifying the word Work, refers to Work that is unsatisfactory, faulty, or deficient in that it does not conform to the Contract Documents, or that does not meet the requirements of any inspection, reference standard, test, or approval referred to in the Contract Documents, or has been damaged prior to the ENGINEER's recommendation of final payment (unless responsibility for the protection thereof has been assumed by CITY at the time of Substantial Completion in accordance with Article 14.7 or 14.8). Drawings/Contract Drawings - The drawings, plans, maps, profiles, diagrams, and other graphic representations which show the location, nature, extent, and scope of the Work to be furnished and performed by CONTRACTOR and which have been prepared or approved by ENGINEER and are referred to in the Contract Documents. Shop drawings are NOT Drawings or Contract Drawings as so defined. Effective Date of the Agreement - The date indicated in the Agreement on which it becomes effective, but if no such date is indicated it shall mean the date on which the Agreement is signed and delivered by the last of the two parties to sign and deliver. End of Contract - The End of the Contract shall be identified as being that day when the Work should be completed based upon the predefined contract period as indicated in the Contract Documents plus any time extensions granted by the CITY. • Palm Springs Convention Center E xpansion Phase 1 CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:11M02 PAGE 2 ENGINEER - The ENGINEER shall mean the City Engineer of the City of Palm Springs or his authorized representative. • ENGINEER's Estimate - On unit-price contracts, the ENGINEER's estimate shall comprise the list of estimated quantities and prices of the individual line items of work to be performed as contained in the Bid Schedule(s). On lump-sum projects,the ENGINEER's estimate shall mean estimated contract price of the completed project. Field Order- A written order issued by the ENGINEER which orders minor changes in the Work in accordance with Article 9.5 but which does not involve a change in the Contract Price or the Contract Times. Final Payment - Final payment shall be the last progress payment, less any specified retainage, authorized after completion and acceptance of the Work by the CITY in accordance with the provisions of California Civil Code Section 3086(c). Release of retainage cannot be made until 30 to 45 days after acceptance of the Work and recording of a Notice of Completion by the CITY. General Requirements-Sections of Division 1 of the Technical Specifications. Hazardous Waste - The term Hazardous Waste shall have the meaning provided in Section 25117 et. seq. of the California Health and Safety Code. RCRA hazardous waste shall have the meaning provided in Section 25120.2 of the California Health and Safety Code, and Section 1004 of the Solid Waste Disposal Act (42 USC Section 6903) as amended from time to time. Liquidated Damages - The dollar amount per day specified in the Agreement that the CONTRACTOR shall pay to the CITY for each and every day that the Work remains incomplete following the date of Completion specified in the Contract Documents. Liens -- Mechanic's lien, stop notice, or bond right or any right against labor, services, equipment, or material furnished in connection with any project in which the claimant has bond or lien rights as defined in California Civil Code 3262. Notice of Award - The written notice by the CITY to the apparent successful bidder stating that upon compliance with the conditions precedent enumerated therein, within the time specified, the CITY will enter into an Agreement. A Notice of Award will only be issued after CITY Council Approval. Notice of Completion -The legal document filed by the CITY with the Riverside County Clerk after the project has been accepted by the CITY of Palm Springs CITY Council. This document begins the notification period when those firms or individuals who have submitted a Preliminary Notice for the project will be on notice that the project has been accepted as complete by the CITY . Notice to Proceed - A written notice issued by the CITY to the CONTRACTOR (with a copy to the ENGINEER) fixing the date on which the Contract Times will commence to run authorizing the CONTRACTOR to proceed with the Work and establishing the date of commencement of the Contract Time, and on which the CONTRACTOR shall start to perform the CONTRACTOR's obligations under the Contract Documents. OWNER - The CITY of Palm Springs, Or any subdivision thereof, herein referred to as the CITY, with whom the CONTRACTOR has entered into the Agreement and for whom the Work is to be provided. Partial Utilization - Use by the CITY of a substantially completed part of the Work for the purpose for which it is intended (or a related purposel prior to Substantial Completion of all the Work. A written Notice of Partial Utilization will be issued to the CONTRACTOR when such occurs. RCRA Hazardous Waste - The term RCRA hazardous waste shall have the meaning provided in Section 25120.2 of the California Health and Safety Code. Project - The total construction of which the Work to be provided under the Contract Documents may be the whole, or a part as indicated elsewhere in the Contract Documents. • Palm Springs convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:71M02 PAGE 3 Project Representative - The person named in the Supplementary General Conditions as the authorized representative of the CITY, or the ENGINEER, or the Consultant who may be assigned to the site or any part thereof. All liaison between the CONTRACTOR and the CITY shall be directed through the Project Representative. • Radioactive Material- Source, special nuclear, or byproduct material as defined by the Atomic Energy Act of 1954 (42 USC Section 2011 Of seq.) as amended from time to time. Resident Project Representative/Project Representative- (See Project Representative) Samples - Physical examples of materials, equipment, or workmanship that are representative of some portion of the Work and which establish the standards by which such portion of the Work will be judged. Schedule of Values - Cost value of individual Work activities comprising a lump sum contract; A breakdown of a lump sum project into unit values to serve as a basis for estimating the value of the Work completed to facilitate the making of progress payments to the CONTRACTOR. The unit values in a schedule of values are for convenience only, and are not intended for the purpose of pricing change orders. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information which are specifically prepared or assembled by or for the CONTRACTOR and submitted by the CONTRACTOR to illustrate some portion of the Work and all illustrations, brochures, standard schedules, performance charts, instructions, diagrams, and other information prepared by a supplier or manufacturer and submitted by the CONTRACTOR to illustrate material or equipment for some portion of the Work. Specifications - Those portions of the Contract Documents consisting of all of Part I: Notice Inviting Bids, Instructions to Bidders, Bid Forms, Agreement, bonds, and certificates; Part )I: General and Supplementary General Conditions of the Contract; and Part III: Technical Specifications consisting of the written technical descriptions of materials, equipment, construction systems, methods, standards, and workmanship as applied to the Work and certain administrative details applicable thereto. Standard Specifications - The Standard Specifications, where applicable, shall be as identified in the • Supplementary General Conditions. Subcontractor - An individual, firm, or corporation having a direct contract with the CONTRACTOR or with any other Sub-contractor for the performance of a part of the Work at the site. Substantial Completion-Refers to the Work (or a specified part thereof) that has progressed to the point where, in the opinion of the ENGINEER, and as evidenced by ENGINEER's definitive recommendation to the CITY that the Work is sufficiently complete, in accordance with the Contract Documents, so that the Work (or specified part) can be utilized for the purposes for which it is intended. The terms "Substantial Completion and "substantially complete" and "substantially completed" as applied to any Work shall mean Substantial Performance of the Contract, hereunder, as defined in Black's Law Dictionary, Revised Fourth Edition, West Publishing Company. Supplementary General Conditions- The part of the Contract Documents which amends or supplements or makes additions, deletions, or revisions to these General Conditions. Supplier - A manufacturer, fabricator, retailer, wholesaler supplier, distributor, materialman, or vendor having a direct contract with the CONTRACTOR or with any Subcontractor to furnish materials or equipment to be incorporated in the Work by the CONTRACTOR or any Subcontractor. Technical Specifications- The technical sections of the Specifications, comprising all of the Sections contained in Part III of the Specifications defined herein. Underground Facilities - All pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, or other such facilities or attachments, and any encasements containing such facilities which have been installed underground to furnish any of the following services or materials: electricity, water, sewage and drainage removal, gases, steam, liquid petroleum products, telephone or other communications, cable television, traffic, or other systems. • Palm Springs convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:I mD2 PAGE 4 Unit Price Work-Work to be paid for on the basis of unit prices for the various work items. The bid price for each pay line item in a unit-price bid shall be the product of the unit price bid for each item, multiplied by the actual quantities of such items placed. In case of conflict or error between the unit price and the extended product, the is unit price shall prevail and the extension corrected. Work - The entire completed construction or the various separately identifiable parts thereof required to be furnished under the Contract Documents. The Work includes and is the result of performing services, or furnishing labor, and performing or furnishing services and furnishing documents, all as required by the Contract Documents. Work Change Directive - A written directive to the CONTRACTOR, issued on or after the Effective Date of the Agreement and signed by the CITY and recommended by the ENGINEER, ordering immediate commencement of work on an addition, deletion, or revision of in the Work, or responding to differing or unforeseen physical conditions under which the Work is to be performed or to emergencies as provided in the Contract Documents. ARTICLE 2-- PRELIMINARY MATTERS 2.1 Delivery of Bonds: When the CONTRACTOR delivers the executed Agreements to the CITY, the CONTRACTOR shall also deliver to the CITY such Bonds and insurance policies or certificates as the CONTRACTOR may be required to furnish in accordance with Article 5.1. 2.2 Copies of Documents: The CITY shall furnish to the CONTRACTOR up to 5 copies (unless otherwise specified in the Supplementary General Conditions) of the Contract Documents as are reasonably necessary for the execution of the Work. Additional copies will be furnished, upon request, at the cost of reproduction. 2.3 Commencement of Contract Times; Notice to Proceed: The Contract Times shall commence to run on the day indicated in the Notice to Proceed or, if no Notice to • Proceed is issued, on the thirtieth day after the Effective Date of the Agreement. 2.4 Starting the Project: A Notice to Proceed may be given at any time within 30 days after the Effective Date of the Agreement. In no event will the Contract Times commence to run later than the sixtieth day after the day of Bid opening or the thirtieth day after the Effective Date of the Agreement,whichever date is earlier. 2.5 Starting the Work: The CONTRACTOR shall start to perform the Work on the date when the Contract Times commence to run, but no Work shall be done at the site prior to the date on which the Contract Times commence to run. 2.6 Before Starting Construction: a. Before undertaking each part of the Work, the CONTRACTOR shall carefully review the Contract Documents and check all applicable field measurements. The CONTRACTOR shall promptly report in writing to the ENGINEER any conflict, error, ambiguity, or discrepancy which the CONTRACTOR may discover and shall obtain a written interpretation or clarification from the ENGINEER before proceeding with any Work affected thereby; however, the CONTRACTOR shall not be liable to the CITY or the ENGINEER for failure to report any conflict, error, ambiguity, or discrepancy in the Contract Documents, unless the CONTRACTOR knew or reasonably should have known thereof. b. Within 10 days after the Effective Date of the Agreement (unless otherwise specified in the General Requirements), CONTRACTOR shall submit to the ENGINEER for review: 1. A preliminary progress schedule indicating the times (numbers of days or dates) for starting and completing the Work; Palm springs Convention center Expansion Phase i CONDITIONS OF THE CONTRACT cm PROJECT 02-79 GENERAL CONDITIONS DATE:119ro2 PAGE 5 2. A preliminary schedule of Shop Drawing and Sample submittals which will list each required submittal and the times for submitting, reviewing and processing such submittal; 3. On lump sum contracts, a preliminary schedule of values for all of the Work which will include quantities and prices of items aggregating the Contract Price and will subdivide the Work into component parts in sufficient detail to serve as the basis for progress payments during construction. Such prices will include an appropriate amount of overhead and profit applicable to each item of Work. c. Within 15 calendar days after receipt of Agreement forms from the CITY, the CONTRACTOR shall deliver to the CITY, certificates of insurance (and other evidence of insurance which the CITY or any additional insured may reasonably request) which the CONTRACTOR is required to purchase and maintain in accordance with Articles 5.3, 5.4 and 5.5. 2.7 Preconstruction Conference: Before any Work at the site is started, a conference attended by the CONTRACTOR, the ENGINEER, and others as ,appropriate will be held to establish a working understanding among the parties as to the Work and to discuss the schedules referred to in Article 2.6, procedures for handling Shop Drawings and other submittals, processing Applications for Payment, and maintaining required records. 2.8 Initially Acceptable Schedules: Unless otherwise provided in the Contract Documents, at least 10 days before submission of the first Application for Payment a conference attended by the CONTRACTOR, the ENGINEER, and others as appropriate will be held to review for acceptability to the ENGINEER as provided below the schedules submitted in accordance with Article 2.6. The CONTRACTOR shall have an additional 10 days to make corrections and adjustments and to complete and resubmit the schedules. No progress payment shall be made to the CONTRACTOR until the schedules are submitted to and are acceptable to the ENGINEER as provided below.The construction schedule will be acceptable to the ENGINEER as providing an orderly progression of the Work to completion and within the Contract Times, but such acceptance will neither impose on the ENGINEER the responsibility for the sequencing, scheduling, or progress of the Work nor interfere with or relieve the CONTRACTOR from the CONTRACTOR's full responsibility therefor. The CONTRACTOR's schedule of Shop Drawing and Sample submissions will be acceptable to ENGINEER as providing a workable arrangement for reviewing and processing the required submittals. The CONTRACTOR's Schedule of Values, where required hereunder, shall be acceptable to ENGINEER as to form and substance. ARTICLE 3--CONTRACT DOCUMENTS: INTENT,AMENDING, REUSE 3.1 Contract Documents: The Contract Documents comprise the entire agreement between the CITY and the CONTRACTOR concerning the Work. The Contract Documents are complementary; what is called for by one is as binding as if called for by all. The Contract Documents will be construed in accordance with the laws of the place of the Project. 3.2 Intent: It is the intent of the Contract Documents to describe a functionally complete Project (or part thereof) to be constructed in accordance with the Contract Documents.Any Work, materials, or equipment that may reasonably be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the intended result will be furnished and performed whether or not specifically called for. When words or phrases which have a well-known technical or construction industry or trade meaning are used to describe Work, materials, or equipment, such words or phrases shall be interpreted in accordance with that meaning. Clarifications and interpretations of the Contract Documents shall be as issued by the ENGINEER as provided in Article 9.4. 3.3 Reference to Standards and Specifications of Technical Societies; Reporting and Resolving Discrepancies: • Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:11/7/02 PAGE 6 a. Reference to standards, specifications, manuals, or codes of any technical society, organization or association, or to the Laws or Regulations of any governmental authority, whether such reference be specific or by implication, shall mean the latest standard, specification, manual, code, or Laws or Regulations in effect at the • time of opening of Bids (or, on the Effective Date of the Agreement if there were no Bids), except as may be otherwise specifically stated in the Contract Documents. b. If, during the performance of the Work, CONTRACTOR discovers any conflict, error, ambiguity, or discrepancy within the Contract Documents, or between the Contract Documents and any provision of any such Law or Regulation applicable to the performance of the Work or of any such standard, specification, manual, or code or of any instruction of any Supplier, the CONTRACTOR shall report it to the ENGINEER in writing at once, and the CONTRACTOR shall not proceed with the Work affected thereby (except in an emergency as authorized by paragraph 6.1Oe) until an amendment or supplement to the Contract Documents has been issued by one of the methods indicated in Article 3.4; provided, however, that the CONTRACTOR shall not be liable to the CITY or the ENGINEER for failure to report any such conflict, error, ambiguity or discrepancy unless the CONTRACTOR knew or reasonably should have known thereof. c. Except as otherwise specifically stated in the Contract Documents or as may be provided by amendment or supplement thereto issued by one of the methods indicated in Article 3.4, the provisions of the Contract Documents shall take precedence in resolving any conflict, error, ambiguity, or discrepancy between the provisions of the Contract Documents and: 1. the provisions of any such standard, specification, manual, code, or instruction (whether or not specifically incorporated by reference in the Contract Documents); or 2. the provisions of any such Laws or Regulations applicable to the performance of the Work (unless such an interpretation of the provisions of the Contract Documents would result in violation of such Law or Regulation). d. No provision of any such standard, specification, manual, code, or instruction shall be effective to change the duties and responsibilities of the CITY, the CONTRACTOR, or the ENGINEER , or any of their subcontractors, consultants, agents, or employees from these set forth in the Contract Documents, nor shall it be effective to assign to the CITY, the ENGINEER or any of the ENGINEER's Consultants, agents, or employees any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility inconsistent with the provisions of paragraph 9.9 or any other provision of the Contract Documents. e. Whenever in the Contract Documents the terms "as ordered," "as directed," "as required," "as allowed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," "acceptable," "proper," or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of the ENGINEER as to the Work, it is intended that such requirement, direction, review, or judgment will be solely to evaluate, in general, the completed Work for compliance with the requirements of and information in the Contract Documents and conformance with the design concept of the completed Project as a functioning whole as shown or indicated in the Contract Documents (unless there is a specific statement indicating otherwise). The use of any such term or adjective shall not be effective to assign to the ENGINEER any duty or authority to supervise or direct the furnishing or performance of the Work or any duty or authority to undertake responsibility contrary to the provisions of Article 9.9 or any other provision of the Contract Documents. 3.4 Amending and Supplementing Contract Documents: a. The Contract Documents may be amended after execution of the Agreement to provide for additions, deletions, and revisions in the Work or to modify the terms and conditions thereof in one or more of the following ways: 1. By formal Written Amendment, 2. By Change Order, (pursuant to paragraph 10.1 d), or 3. By Work Change Directive. (pursuant to paragraph 10.1 a). - • Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-09 GENERAL CONDITIONS DATE:119102 PAGE 7 b. In addition, the requirements of the Contract Documents may be supplemented, and minor variations and deviations in the Work may be authorized, in one or more of the following ways: • 1. By Field Order (pursuant to Article 9.5), 2. By the ENGINEER's approval of a Shop Drawing or Sample (pursuant to Article 6.12, or 3. By the ENGINEER's written interpretation or clarification (pursuant to Article 9.4). 3.5 Order of Precedence of Contract Documents: a. In resolving disputes resulting from conflicts, errors, omissions, ambiguities, or discrepancies in any of the Contract Documents, unless otherwise provided in the Supplementary General Conditions,the order of precedence shall be as follows: 1. Change Orders or Work Change Directives 2. Agreement 3. Addenda 4. CONTRACTOR's Bid (Bid Forms) 5. Supplementary General Conditions 6. Notice Inviting Bids 7. Instructions to Bidders 8. General Conditions of the Contract 9. Technical Specifications 1 O. Contract Drawings 11. Referenced Standard Specifications 12. Referenced Standard Drawings b. With reference to the Drawings the order of precedence shall be as follows: • 1. Figures govern over scaled dimensions 2. Detail drawings govern over general drawings 3. Addenda or Change Order drawings govern over Contract Drawings 4. Contract Drawings govern over standard drawings 5. Contract drawings govern over shop drawings 3.6 Reuse of Documents: The CONTRACTOR and any Subcontractor or Supplier or other person or organization performing or furnishing any of the Work under a direct or indirect contract with the CITY, (i), shall not have or acquire any title to or ownership rights in any of the Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of the ENGINEER or the ENGINEER's Consultant, and (ii) shall not reuse any of such Drawings, Specifications, or other documents (or copies of any thereof) prepared by or bearing the seal of the ENGINEER or the ENGINEER's Consultant, and (ii), shall not reuse any of such Drawings, Specifications, other documents or copies on extensions of the Project or any other project without written consent of the CITY and the ENGINEER and specific written verification or adaption by the ENGINEER. ARTICLE 4--AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; REFERENCE POINTS 4.1 Availability of Lands: The CITY will furnish, as indicated in the Contract Documents, the lands upon which the Work is to be performed, Tights-of-way and easements for access thereto, and such other lands which are designated for the use of CONTRACTOR. The CONTRACTOR shall provide for all additional lands and access thereto that may be required for temporary construction facilities or storage of materials and equipment; provided,that the CONTRACTOR shall not enter upon nor use any property not under the control of the CITY until a written temporary construction easement agreement has been executed by the CONTRACTOR and the property owner, and a copy of said • Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:1117102 PAGE 8 easement furnished to the ENGINEER prior to said use; and, neither the CITY nor the ENGINEER shall be liable for any claims or damages resulting from the CONTRACTOR's unauthorized trespass or use of any such properties_ 4.2 Subsurface and Physical Conditions: a. Reports and Drawings: Reference is made to the Supplementary General Conditions for identification of: 1. Subsurface Conditions: Those reports of explorations and tests of subsurface conditions at or contiguous to the site that have been utilized by the ENGINEER in the preparation of preparing the Contract Documents; and 2. Physical Conditions: Those drawings of physical conditions in or relating to existing surface or subsurface structures at or contiguous to the site (except Underground Facilities) that have been utilized by the ENGINEER in preparing the Contract Documents. b. The CONTRACTOR may rely upon the general accuracy of specified "technical data" contained in such reports and drawings, but such reports and drawings are not Contract Documents. Such "technical data" is specifically identified in the Supplementary General Conditions. Except for such reliance on such specified "technical data," the CONTRACTOR may not rely upon nor make any claim against the CITY, the ENGINEER, nor any of the ENGINEER'S Consultants with respect to: 1. the completeness of such reports and drawings for the CONTRACTOR's purposes; or 2. other data, interpretations, opinions, and information contained in such reports or shown or indicated in such drawings; or 3. Any CONTRACTOR's interpretation of or conclusion drawn from any "technical data" or any such data, interpretations, opinions, or information. c. Existing structures: Reference is made to the Supplementary General Conditions for identification of those drawings of physical conditions in or relating to existing surface and subsurface structures (except Underground • Utilities referred to in Article 4.4, herein) which are at or contiguous to the site that have been utilized by the ENGINEER in the preparation of the Contract Documents. 4.3 Differing Site Conditions: a. If the CONTRACTOR believes that any subsurface or physical condition at or contiguous to the site that is uncovered or revealed either: 1. Subsurface or latent physical conditions at the site of the Work differing materially from those indicated, described, delineated in the Contract Documents, or 2. is of an unusual nature, and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents; then: b. The CONTRACTOR, promptly after becoming aware thereof and before further disturbing conditions affected thereby or performing any Work in connection therewith, shall notify the CITY and the ENGINEER in writing about such condition. The CONTRACTOR shall not further disturb such conditions or perform any Work in connection therewith until receipt of written order to do so. c. In each such case, an increase or decrease in the Contract Price or an extension or shortening of the Contract Time, or any combination thereof, will be allowable to the extent that they are attributable to any such difference. d. The CONTRACTOR shall not be entitled to any adjustment in the Contract Price or Times if: 1. The CONTRACTOR knew of the existence of such conditions at the time The CONTRACTOR made a final commitment to the CITY in respect of Contract Price and Contract Times by the submission of a bid or becoming bound under a negotiated contract;or • Palm Springs Comenlion Cenler Expansion Phase I CONDITIONS OF THE CONTRACT cnv PROJECT oz-is GENERAL CONDITIONS DATE:r 117ro2 PAGE 9 2. the existence of such condition could reasonably have been discovered or revealed as a result of any examination, investigation, exploration, test or study of the site and contiguous areas required by the • Bidding Requirements or Contract Documents to be conducted by or for the CONTRACTOR prior to the CONTRACTOR's making such final commitment; or 3. The CONTRACTOR failed to give the written notice within the time and as required by paragraph 4.3b. e. If the CITY and the CONTRACTOR are unable to agree on entitlement to or as to the amount or length of any such equitable adjustment in the Contract Price or Contract Times, a claim may be made therefor as provided in Articles 11 and 12. However, the CITY, the ENGINEER and the ENGINEER's Consultants shall not be liable to the CONTRACTOR for any claims, costs, losses or damages sustained by the CONTRACTOR on or in connection with any other project or anticipated project. f. The CONTRACTOR's failure to give written notice of differing site conditions within 5 days of their discovery or before they are disturbed shall constitute a waiver of all claims in connection therewith, whether direct or consequential in nature. 4.4 Reference Points: a. The ENGINEER will provide one bench mark, near or on the site of the WORK, and will provide 2 points near or on the site from which the CONTRACTOR may establish a base line for alignment control. Unless otherwise specified in the General Requirements of the Technical Specifications, the CONTRACTOR shall furnish all other lines, grades, and bench marks required for proper execution of the WORK. b. The CONTRACTOR shall be responsible for laying out the Work, shall protect and preserve the established reference points and shall make no changes or relocations without the prior written approval of the CITY. The CONTRACTOR shall report to the ENGINEER whenever any reference point is lost or destroyed or requires relocation because of necessary changes in grades or locations, and/or relocation because of necessary changes in grades or locations, and shall be responsible for the accurate placement or relocation of such reference points by professionally qualified personnel. 4.5 Hazardous Waste a. As provided in Article 18.17, herein, in any public works contract of the CITY which involves digging of trenches or other excavations that extend deeper than 1.2 meters (4 feet) below the surface, the CONTRACTOR shall promptly, and before the following conditions are disturbed, notify the public entity, in writing, of any: 1. Material that the CONTRACTOR believes may be material that is hazardous waste, as defined in Section 25117 of the California Health and Safety Code, that is required to be removed to a Class I, Class 11, or Class III disposal site in accordance with the provisions of existing law. 2. Subsurface or latent physical conditions at the site differing from those indicated. 3. Unknown physical conditions at the site of any unusual nature, different materially from those ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract. b. The public entity shall promptly investigate the conditions, and if it finds that the conditions do materially so differ, or do involve hazardous waste, and cause a decrease or increase in the CONTRACTOR's cost of, or the time required for, performance of any part of the WORK shall issue a Change Order under the procedures described in the Contract. c. That, in the event that a dispute arises between the public entity and the CONTRACTOR whether the conditions materially differ, or involve hazardous waste, or cause a decrease or increase in the CONTRACTOR's cost of, or the time required for, performance of any part of the WORK, the CONTRACTOR shall not be excused from any scheduled completion date provided for by the Contract, but shall proceed with all work to be performed under the Contract. The CONTRACTOR shall retain any and all rights provided either by Contract or by law which pertain to the resolution of disputes and protests between the contracting parties. 4.6 Asbestos,PCBs, Petroleum, Hazardous Waste or Radioactive Material: CONDITIONS OF THE CONTRACT Palm Springs Convention Center Expansion Phase I CITY PROJECT o2-1s GENERAL CONDITIONS DATE:11n102 PAGE 10 a. The CITY will be responsible for any Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site which was not shown or indicated in Drawings or Specifications or identified in • the Contract Documents to be within the scope of the Work and which may present a substantial danger to persons or property exposed thereto in connection with the Work at the site. The CITY shall not be responsible for any such materials brought to the site by the CONTRACTOR, its Subcontractors, Suppliers, or anyone else for whom the CONTRACTOR is responsible. b. The CONTRACTOR shall immediately: (i) stop all Work in connection with such hazardous condition and in any area affected thereby (except in an emergency as required by paragraph 6.1 Oe), and (ii) notify the CITY and the ENGINEER (and thereafter confirm such notice in writing). The CITY shall promptly consult with the ENGINEER concerning the necessity for the CITY to retain a qualified expert to evaluate such hazardous condition or take corrective action, if any. The CONTRACTOR shall not be required to resume Work in connection with such hazardous condition or in any such affected area until after the CITY has obtained any required permits related thereto and delivered to the CONTRACTOR special written notice: (i) specifying that such condition and any affected area is or has been rendered safe for the resumption of Work, or (ii) specifying any special conditions under which such Work may be resumed safely. If the CITY and the CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of such Work stoppage or such special conditions under which Work is agreed by the CONTRACTOR to be resumed, either party may make a claim therefor as provided in Articles 11 and 12. c. If after receipt of such special written notice the CONTRACTOR does not agree to resume such Work based on a reasonable belief it is unsafe, or does not agree to resume such Work under such special conditions, then the CITY may order such portion of the Work that is in connection with such hazardous condition or in such affected area to be deleted from the Work. If the CITY and the CONTRACTOR cannot agree as to entitlement to or the amount or extent of an adjustment, if any, in Contract Price or Contract Times as a result of deleting such portion of the Work, then either party may make a claim therefor as provided in Articles 11 and 12. The CITY may have such deleted portion of the Work performed by the CITY's own forces or others in accordance with Article 7. d. To the fullest extent permitted by Laws and Regulations, the CITY shall indemnify and hold harmless the • CONTRACTOR, its Subcontractors, the ENGINEER, the ENGINEER's Consultants, and the officers, directors, employees, agents, other consultants and subcontractors of each and any of them from and against all claims, costs, losses and damages arising out of or resulting from such hazardous condition, provided that: (i) any such claim, cost, loss or damage is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself), including the loss of use resulting therefrom, and (ii) nothing in this paragraph 4.6d shall obligate the CITY to indemnify any person or entity from and against the consequences of that person's or entity's own negligence. e. The provisions of Article 4.2 are not intended to apply to Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Material uncovered or revealed at the site. ARTICLE 5-- BONDS AND INSURANCE 5.1 Performance, Payment, and Other Bonds: a. Upon receiving a Notice of Award, the CONTRACTOR shall furnish Performance and Payment Bonds, each in the amount set forth in the Supplementary General Conditions as security for the faithful performance and payment of all the CONTRACTOR's obligations under the Contract Documents. If required under the Supplementary General Conditions, a Correction and Repair Bond shall be provided for all Work; said Correction and Repair Bond shall cover a period of not less than one year and shall be by a separate surety company. Where a separate Correction and Repair Bond is not required,the Performance Bond shall be written to remain in effect at least until one year after the date of Substantial Completion/Notice of Completion as applicable, except as otherwise provided by Law or Regulation or by the Contract Documents; provided, that after the date of Substantial Completion/Notice of Completion, as applicable, the amount of said Performance Bond, at the discretion of the CITY, may be reduced to the amount set forth in the Supplementary General Conditions. The premiums upon all such bonds shall be paid by the CONTRACTOR. • CONDITIONS OF THE CONTRACT Palm Springs Convnrtion Center Expansion Phase 1 GENERAL CONDITIONS CITY PROJECT 02-19 DATE'nm02 PAGE 11 b. If the surety on any Bond furnished by the CONTRACTOR is declared a bankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the WORK is located, or it ceases to meet the - requirements of Article 5.1, the CONTRACTOR shall within 7 days thereafter substitute another Bond and surety, both of which must be acceptable to the CITY. 5.2.Licensed Sureties and Insurers: Certificates of Insurance: a. All Bonds and insurance required by the Contract Documents to be purchased and maintained by the CITY or the CONTRACTOR shall be obtained from surety or insurance companies that are duly licensed or authorized in the jurisdiction in which the Project is located to issue Bonds or insurance policies for the limits and coverages so required. Such surety and insurance companies shall also meet such additional requirements and qualifications as may be provided in the Supplementary General Conditions, or required by law, whichever is greater, and shall endorse the CITY, the ENGINEER, and the CITY's Consultants for the project as additional insured." All insurance shall be maintained continuously during the life of the Agreement up to the date of Substantial Completion/Notice of Completion, as applicable, pursuant to acceptance of the WORK by the CITY, but the CONTRACTOR's liabilities under this Agreement shall not be deemed limited in any way to the insurance coverage required. b. The CONTRACTOR shall furnish the CITY with certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of policies for each of the following listed insurance coverages. In addition, each party named as an additional insured shall be provided with an original copy of the policy endorsement naming them as an additional insured (subject to any customary exclusion in respect of professional liability) under the CONTRACTOR's policies of insurance required under the Contract. All of the policies of ' insurance so required to be purchased and maintained (or the certificates or other evidence thereof) shall contain a provision or endorsement that the coverage afforded will not be canceled, materially changed, or renewal refused until at least 30 days' prior written notice has been given to the CITY by Certified Mail. All such insurance shall remain in effect until the date of Substantial Completion and at all times thereafter when the CONTRACTOR may be correcting, removing, or replacing defective work in accordance with paragraph 13.4d, herein. In addition, the Insurance required herein (except for Worker's Compensation and Employer's Liability) shall name the CITY, the ENGINEER, the CITY's Consultants for the project and their officers, agents, and employees as "additional insureds" under the policies: • 1. Worker's Compensation Insurance Requirements: This insurance shall protect the CONTRACTOR, the CITY, the ENGINEER, and the CITY's Consultants for the project against all claims under applicable state Worker's Compensation laws. The CONTRACTOR shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a Worker's Compensation law. This policy shall include an "all states" endorsement. The CONTRACTOR shall require each subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees to be engaged in such work unless such employees are covered by the protection afforded by the CONTRACTOR's Worker's Compensation Insurance. In case any class of employees is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of its employees as are not otherwise protected. 2. Comprehensive General Liability: This insurance shall be written in comprehensive form and shall protect the CONTRACTOR, the CITY, the ENGINEER, and the CITY's Consultants for the project against all claims arising from injuries to persons other than its employees or damage to the property of the CITY or others arising out of any act or omission of the CONTRACTOR or its agents, employees, or subcontractors, whether it is to be performed or furnished by CONTRACTOR, any Subcontractor or Supplier, or by anyone directly or indirectly employed by any of them to perform or furnish any of the Work, or by anyone for whose acts any of them may be liable. The policy shall also include protection against claims: insured by customary personal injury liability coverage, a "protective liability" endorsement to insure the contractual liability assumed by the CONTRACTOR under the indemnification provisions of the General Conditions. To the extent that the CONTRACTOR's work, or work under its direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusions relative to blasting, explosion, collapse of buildings, or damage to underground structures. 3. Comprehensive Automobile Liability: This insurance shall be written in comprehensive form and shall • protect the CONTRACTOR and the CITY and the ENGINEER against all claims for injuries to members of 02-19 Palm Springs convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT CITY o2-tsTv Pn GENERAL CONDITIONS DATE:11m02 PAGE 12 the public and damage to property of others arising from the use of motor vehicles. Said insurance shall cover the operation onsite or offsite of all motor vehicles licensed for highway use whether they are owned, non-owned, or hired. 4. Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance: The CONTRACTOR shall either require each of its sub-contractors to procure and to maintain Subcontractor's Public Liability and Property Damage Insurance and Vehicle Liability Insurance of the type and in the amounts specified in the Supplementary General Conditions or insure the activities of its subcontractors in the CONTRACTOR's own policy in like amount. 5. Builder's Risk: This insurance shall be of the "all risk" type, and unless otherwise specified in the Supplementary General Conditions, shall be written in completed value form, and shall protect the CONTRACTOR, the CITY, the ENGINEER, and the CITY's Consultants for the project against risks of damage to buildings, structures, and materials and equipment. The amount of such insurance shall be not less than the insurable value of the WORK at completion. Builder's Risk insurance shall provide for losses to be payable to the CONTRACTOR, the CITY, the ENGINEER, and the CITY's Consultants as their interests may appear. The policy shall contain a provision that in the event of payment for any loss under the coverage provided, the insurance company shall have no rights of recovery against the CONTRACTOR, the CITY, the ENGINEER, and the CITY's Consultants. The Builder's Risk policy shall insure against all risks of direct physical loss or damage to property from any external cause including flood and earthquake. Allowable exclusions, if any, shall be as specified in the Supplementary General Conditions. c. The original or a certified copy of each insurance policy and endorsements thereto shall be deposited with the CITY prior to execution of the Agreement. Specific language of the policy shall be subject to approval of the CITY. 5.3 Policy Requirements: a. The insurance provided by the CONTRACTOR hereunder shall be (1) with companies licensed to do business in the state of California, (2) with companies with a Best's Financial Rating of VII or better, and (3) with companies with a Best's General Policy Policyholders Rating of not less than A, except that in case of Worker's • Compensation Insurance, participation in the State Fund, where applicable, is acceptable. b. Insurance policies required hereunder which are required to have the CITY, the ENGINEER, and the CITY's Consultants for the project named as additional insured shall, (1) include a provision that the policies are primary and do not participate with nor are excess over any other valid and collectible insurance, (2) include a waiver of subrogation against the CITY, its agents and employees, (3) for Builders All Risk Insurance, provide for deductible amounts not exceeding 5 percent of the insurable values of the WORK of the CONTRACTOR for the perils of all risks of physical loss or damage to the Work, temporary buildings, falsework and Work in transit and shall insure against at least the following perils fire, lightning, extended coverage, theft, vandalism and malicious mischief, earthquake, flood, and acts of God as defined in Public Contract Code Section 7105, and claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. 5.4 Liability Insurance: In addition to the insurance required to be provided by the CONTRACTOR under Article 5.2, the CITY, at the CITY's option, may purchase and maintain at the CITY's expense the CITY's own liability insurance as will protect the CITY against claims which may arise from operations under the Contract Documents. 5.5 Property Insurance: The CITY shall not be responsible for purchasing and maintaining any property insurance to protect the interests of the CONTRACTOR, Subcontractors or others in the Work to the extent of any deductible amounts that are identified in the Supplementary Conditions. The risk of loss within such identified deductible amount, will be borne by the CONTRACTOR, Subcontractor or others suffering any such loss and if any of them wishes property insurance Coverage within the limits of such amounts, each may purchase and maintain it at the purchaser's own expense. • CONDITIONS OF THE CONTRACT Palm springs Convention Center&pansion Phase I CITY PROJECT 02-19 GENERAL CONDITIONS DATE:IIm02 PAGE 13 5.6 Waiver of Rights: a. The CITY and the CONTRACTOR intend that all policies purchased in accordance with Article 5.5 will protect the CITY, the CONTRACTOR, Subcontractors, the ENGINEER, the ENGINEER's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds in such policies and will provide primary coverage for all losses and damages caused by the perils covered thereby. All such policies shall contain provisions to the effect that in the event of payment of any loss or damage the insurers will have no rights of recovery against any of the insureds or additional insureds thereunder. The CITY and the CONTRACTOR waive all rights against each other and their respective officers, directors, employees and agents for all losses and damages caused by, arising out of or resulting from any of the perils covered by such policies and any other property insurance applicable to the Work; and, in addition, waive all such rights against Subcontractors, the ENGINEER, the ENGINEER's Consultants and all other persons or entities identified in the Supplementary Conditions to be listed as insureds or additional insureds under such policies for losses and damages so caused. None of the above waivers shall extend to the rights that any party making such waiver may have to the proceeds of insurance held by the CITY as trustee or otherwise payable under any policy so issued. b. In addition, the CITY waives all rights against the CONTRACTOR, Subcontractors, the ENGINEER, the ENGINEER's Consultants and the officers, directors, employees and agents of any of them,for: 1. loss due to business interruption, loss of use or other consequential loss extending beyond direct physical loss or damage to the CITY's property or the Work caused by, arising out of or resulting from fire or other peril, whether or not insured by the CITY; and 2. loss or damage to the completed Project or part thereof caused by, arising out of or resulting from fire or other insured peril covered by any property insurance maintained on the completed Project or part thereof by the CITY during partial utilization pursuant to Article 14.8, after substantial completion pursuant to Article 14.7 or after final payment pursuant to Article 14.11. c. Any insurance policy maintained by the CITY covering any loss, damage or consequential loss referred to in this paragraph 5.6b shall contain provisions to the effect that in the event of payment of any such loss, damage or consequential loss the insurers will have no rights of recovery against any of the CONTRACTOR, Subcontractors, • the ENGINEER, the ENGINEER's Consultants and the officers, directors, employees and agents of any of them. 5.7 Receipt and Application of Insurance Proceeds a. Any insured loss under the policies of insurance required by Article 5.5 will be adjusted with the CITY and made payable to the CITY as fiduciary for the insureds, as their interests may appear, subject to the requirements of any applicable mortgage clause and of paragraph 5.7b. The CITY shall deposit in a separate account any money so received, and shall distribute it in accordance with such agreement as the parties in interest may reach. If no other special agreement is reached the damaged Work shall be repaired or replaced, the moneys so received applied on account thereof and the Work and the cost thereof covered by an appropriate Change Order or Written Amendment. b. The CITY as fiduciary shall have power to adjust and settle any loss with the insurers unless one of the parties in interest shall object in writing within fifteen days after the occurrence of loss to the CITY's exercise of this power. If such objection be made, the CITY as fiduciary shall make settlement with the insurers in accordance with such agreement as the parties in interest may reach. If no such agreement among the parties in interest is reached, the CITY as fiduciary shall adjust and settle the loss with the insurers and, if required in writing by any party in interest, the CITY as fiduciary shall give bond for the proper performance of such duties. 5.8 Acceptance of Bonds and Insurance; Option to Replace: If either party (the CITY or the CONTRACTOR) has any objection to the coverage afforded by or other provisions of the Bonds or insurance required to be purchased and maintained by the other parry in accordance with Article 5 on the basis of non-conformance with the Contract Documents, the objecting party shall so notify the other party • in writing within ten days after receipt of the certificates (or other evidence requested) required by paragraph 2.6c. Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:1M102 PAGE 14 the CITY and the CONTRACTOR shall each provide to the other such additional information in respect of insurance provided as the other may reasonably request. If either party does not purchase or maintain all of the Bonds and insurance required of such party by the Contract Documents, such party shall notify the other party in writing of such failure to purchase prior to the start of the Work, or of such failure to maintain prior to any change in the required coverage. Without prejudice to any other right or remedy, the other party may elect to obtain equivalent Bonds or insurance to protect such other party's interests at the expense of the CONTRACTOR, such insurance in the name of the CONTRACTOR, or subcontractor, as the CITY may deem proper and may deduct the cost of taking out and maintaining such insurance from any sums which may be found or become due to the CONTRACTOR under this Contract party who was required to provide such coverage, and a Change Order shall be issued to adjust the Contract Price accordingly. 5.9 Partial Utilization-- Property Insurance: If the CITY finds it necessary to occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work, such use or occupancy may be accomplished in accordance with Article 14.8; provided that no such use or occupancy shall commence before the insurers providing the property insurance have acknowledged notice thereof and in writing effected any changes in coverage necessitated thereby. The insurers providing the property insurance shall consent by endorsement on the policy or policies, but the property insurance shall not be cancelled or permitted to lapse on account of any such partial use or occupancy. ARTICLE 6 —THE CONTRACTOR'S RESPONSIBILITIES 6.1 Supervision and Superintendence: The CONTRACTOR shall supervise, inspect, and direct the WORK competently and efficiently, devoting such attention thereto and applying such skills and expertise as may be necessary to perform the WORK in accordance with the Contract Documents. The CONTRACTOR shall be solely responsible for the means, methods, techniques, sequences, and procedures of construction, but the CONTRACTOR shall not be responsible for the negligence of others in the design or selection specification of a specific means, method, technique, sequence or procedure of • construction which is shown or indicated in and expressly required by the contract documents. The CONTRACTOR shall be responsible to see that the completed WORK complies accurately with the Contract Documents. 6.2 Labor, Materials , and Equipment: a. The CONTRACTOR shall provide competent, suitably qualified personnel to survey, lay out and construct the Work as required by the Contract Documents. Except in connection with as otherwise required for the safety or protection of persons or the WORK or property at the site or adjacent thereto, and except as otherwise indicated in the Contract Documents, all Work at the site shall be performed during regular working hours, and the CONTRACTOR will not permit overtime work or the performance of Work on Saturday, Sunday, or any legal holiday without the CITY's written consent given after prior written notice to the ENGINEER. If the CONTRACTOR performs any work after regular working hours, or on Saturday, Sunday, or any legal holiday, it shall pay the CITY any additional cost incurred by the CITY as a result of such work. b. Unless otherwise specified in the Contract Documents, the General Requirements, the CONTRACTOR shall furnish and assume full responsibility for all materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities and all other facilities, and incidentals necessary for the furnishing, performance, testing, start-up, and completion of the WORK. 6.3 Adjusting Construction Schedule: The CONTRACTOR shall adhere to the Construction Schedule established in accordance with the provisions of the specifications, as it may be adjusted from time to time as provided in the Contract Documents. 6.4 Concerning Subcontractors, Suppliers, and Others: • Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:1117102 PAGE 15 a. The CONTRACTOR shall be fully responsible to the CITY and the ENGINEER for the acts and Omissions of its subcontractors and their employees to the same extent as the CONTRACTOR is responsible for the acts and • omissions of its own employees. Nothing contained in this Article shall create any contractual relationship between the CITY or the ENGINEER and any sub-contractor, nor shall it relieve the CONTRACTOR of any liability or obligation under the prime Contract. b. The CONTRACTOR shall be fully responsible to the CITY and the ENGINEER for all acts and omissions of the Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR just as the CONTRACTOR is responsible for the CONTRACTOR's own acts and omissions. c. The CONTRACTOR shall be solely responsible for scheduling and coordinating the Work of Subcontractors, Suppliers, and other persons and organizations performing or furnishing any of the Work under a direct or indirect contract with the CONTRACTOR. d. All Work performed for the CONTRACTOR by a Subcontractor or Supplier will be pursuant to an appropriate agreement between the CONTRACTOR and the Subcontractor or Supplier which specifically binds the Subcontractor or Supplier to the applicable terms and conditions of the Contract Documents for the benefit of the CITY and the ENGINEER. 6.5 Permits, License Fees, and Royalties: a. Unless otherwise provided in the Supplementary General Conditions, the CONTRACTOR shall obtain and pay for all construction permits and licenses from the agencies having jurisdiction, including the furnishing of insurance and bonds if required by such agencies. The enforcement of such requirements under this Contract shall not be made the basis of claims for additional compensation. The CITY shall assist the CONTRACTOR, when necessary, in obtaining such permits and licenses. The CONTRACTOR shall pay all governmental charges and inspection fees necessary for the prosecution of the WORK, which are applicable at the time of opening of Bids, or if there are no Bids, on the Effective Date of the Agreement. The CONTRACTOR shall pay all charges of utility owners for connections to the WORK. b. The CONTRACTOR shall pay all license fees and royalties and assume all costs incident to the use in the performance of the WORK or the incorporation in the WORK of any invention, design, process, product , or device which is the subject of patent rights or copyrights held by others. c. The CONTRACTOR shall indemnify and hold harmless the CITY from and against all claims, damages, losses, and expenses lincluding attorney's fees and court and arbitration costs) arising out of any infringement of patent rights or copyrights incident to the use in the performance of the WORK or resulting from the incorporation in the WORK of any of a particular invention, design, process, product, or device not specified in the Contract Documents for use in the performance of the Work and if to the actual knowledge of the CITY or the ENGINEER its use is subject to patent rights or copyrights calling for the payment of any license fee or royalty to others, the existence of such rights shall be disclosed by the CITY, and shall defend all such claims in connection with any alleged infringement of such rights. 6.6 Substitute Construction Methods or Procedures: If a specific means, method, technique, sequence or procedure of construction is shown or indicated in and expressly required by the Contract Documents, the CONTRACTOR may furnish or utilize a substitute means, method, technique, sequence or procedure of construction acceptable to the ENGINEER. The CONTRACTOR shall submit sufficient information to allow the ENGINEER, in the ENGINEER's sole discretion, to determine that the substitute proposed is equivalent to that expressly called for by the Contract Documents. 6.7 Laws and Regulations: a. The CONTRACTOR shall observe and comply with all federal, state, and local laws, ordinances, codes, orders, and regulations which in any manner affect those engaged or employed on the WORK, the materials used in the WORK, or the conduct of the WORK. • Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CRV PROJECT 02-19 GENERAL CONDITIONS DATE:11 UID2 PAGE 16 1 b. The CONTRACTOR shall give all notices and comply with all Laws and Regulations applicable to furnishing and performance of the Work. Except where otherwise expressly required by applicable Laws and Regulations, • neither the CITY nor ENGINEER shall be responsible for monitoring the CONTRACTOR's compliance with any Laws or Regulations. c. If the CONTRACTOR performs any Work knowing or having reason to know that it is contrary to Laws or Regulations, the CONTRACTOR shall bear all claims, costs, losses and damages caused by, arising out of or resulting therefrom. 6.8 Taxes: The CONTRACTOR shall pay all sales, consumer, use, and other similar taxes required to be paid by the CONTRACTOR in accordance with the Laws and Regulations of the place of the Project which are applicable during the performance of the WORK. 6.9 Use of Premises: The CONTRACTOR shall confine construction equipment, the storage of materials and equipment, and the operations of workers to it) the Project site, (2) the and land and areas identified in and permitted by the Contract Documents, and (3) the other land and areas permitted by Laws and Regulations, rights-of-way, permits and easements. The, and shall not unreasonably encumber the premises with construction equipment or other materials or equipment. the CONTRACTOR shall assume full responsibility for any damage to any such land or area, or to the owner or occupant thereof or of any adjacent land or areas contiguous thereto, resulting from the performance of the WORK. Should any claim be made against the CITY by any such owner or occupant because of the performance of the WORK, the CONTRACTOR shall promptly attempt to settle with such other party by agreement negotiation or otherwise resolve the claim by arbitration or other dispute resolution proceeding or at law. The CONTRACTOR shall, to the fullest extent permitted by Laws and Regulations, indemnify and hold the CITY harmless the CITY,the ENGINEER, the'ENGINEER's Consultant and anyone directly or indirectly employed by any of them from and against all claims, damages, losses, and expenses (including, but not limited to, fees of architects, engineers, attorneys, and other professionals and court and arbitration costs) arising directly, indirectly, • or consequently out of any costs, losses and damages arising out of or resulting from any claim or action, legal or equitable, brought by any such owner or occupant against the CITY, or other party against the CITY to the extent based on a claim arising out of such owner or occupant against the CITY, the ENGINEER, or any other party indemnified hereunder to the extent caused by or based upon the CONTRACTOR's performance of the WORK. 6.10 Safety and Protection: a. During the progress of the Work, the CONTRACTOR shall keep the premises free from accumulations of waste materials, rubbish and other debris resulting from the Work. At the completion of the Work the CONTRACTOR shall remove all waste materials, rubbish and debris from and about the premises as well as all tools, appliances, construction equipment and machinery, and surplus materials. The CONTRACTOR shall leave the site clean and ready for occupancy by the CITY at Substantial Completion of the Work. The CONTRACTOR shall restore to original condition all property not designated for alteration by the Contract Documents. b. The CONTRACTOR shall not load nor permit any part of any structure to be loaded in any manner that will endanger the structure, nor shall the CONTRACTOR subject any part of the Work or adjacent property to stresses or pressures that will endanger it. c. The CONTRACTOR shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the WORK. The CONTRACTOR shall take all necessary precautions for the safety of, and shall provide the necessary protection to prevent damage, injury, or loss. d. The CONTRACTOR shall comply with all applicable Laws and Regulations (whether referred to herein or not) of any public body having jurisdiction for the safety of persons or property or to protect them from damage, injury or loss; and shall erect and maintain all necessary safeguards for such safety and protection. The CONTRACTOR shall notify owners of adjacent property and utilities when prosecution of the work of Underground Facilities and utility owners when prosecution of the Work may affect them, and shall cooperate with them in the protection, removal, relocation, and replacement of their property. All damage, injury or loss to any property referred to in paragraph 6.10c caused, directly or indirectly, in whole or in part, by the CONTRACTOR, any Subcontractor, CONDITIONS OF THE CONTRACT Palm springs Convention Center Expansion Phase 1 CITY PROJECT 02-1 9 GENERAL CONDITIONS DATE:11 m02 PAGE 17 Supplier or any other person or organization directly or indirectly employed by any of them to perform or furnish any of the Work or anyone for whose acts any of them may be liable, shall be remedied by the CONTRACTOR (except damage or loss attributable to the fault of Drawings or Specifications or to the acts or omissions of the CITY or the ENGINEER or the ENGINEER's Consultant or anyone employed by any of them or anyone for whose acts any of them may be liable, and not attributable, directly or indirectly, in whole or in part, to the fault or negligence of the CONTRACTOR or any Subcontractor, Supplier or other person or organization directly or indirectly employed by any of them). the CONTRACTOR's duties and responsibilities for safety and for protection of the Work shall continue until such time as all the Work is completed and the ENGINEER has issued a notice to the CITY and the CONTRACTOR in accordance with Article 14.11 that the Work is acceptable (except as otherwise expressly provided in connection with Substantial Completion). e. In emergencies affecting the safety or protection of persons or the WORK or property at the site or adjacent thereto, the CONTRACTOR, without special instructions from the ENGINEER or the CITY instruction or authorization from the CITY or the ENGINEER, is obligated to act to prevent threatened damage, injury, or loss. The CONTRACTOR shall give the ENGINEER prompt written notice if the CONTRACTOR believes that any significant changes in the WORK or variations from the Contract Documents have been caused thereby. If the ENGINEER determines that a change in the Contract Documents is required because of the action taken by the CONTRACTOR in response to such an emergency, a Work Change Directive Change or Change Order will be issued to document the consequences of such action. 6.11 Record Documents: The CONTRACTOR shall maintain in a safe place at the site one record copy of all Drawings, Specifications, Addenda, Written Amendments, Change Orders, Work Change Directives, Field Orders, and written interpretations and clarifications (issued pursuant to Article 9.3) in good order and annotated to show all changes made during construction. These record documents together with all approved Samples and a counterpart of all approved Shop Drawings shall be available to the ENGINEER for reference. Upon completion of the Work, these record documents, Samples, and Shop Drawings shall be delivered to the ENGINEER for the CITY. 6.12 Shop Drawings and Samples: • a. After checking and verifying all field measurements and after complying with applicable procedures specified in the General Requirements of the Technical Specifications, the CONTRACTOR shall submit Shop Drawings to the ENGINEER for review. b. The CONTRACTOR shall also have reviewed or and coordinated each shop drawing Shop Drawing or Sample with other shop drawings Shop Drawings and Samples and with the requirements of the WORK and the Contract Documents. c. The ENGINEER's review and approval of shop drawings or samples shall not relieve The CONTRACTOR from responsibility for any variation from the requirements of the Contract Documents unless the CONTRACTOR has in writing called the ENGINEER's attention to each such variation at the time of submission and the ENGINEER has given written acceptance, such notice to be in a written communication separate from the submittal. 6,13 Continuing the WORK: The CONTRACTOR shall carry on the WORK and adhere to the construction schedule required to be submitted hereunder during all disputes or disagreements with the CITY. No work shall be delayed or postponed pending resolution of any disputes or disagreements, except as permitted by Article 15.4 or as the CITY and the CONTRACTOR may otherwise agree in writing. 6.14 Warranty and Guarantee: The CONTRACTOR warrants and guarantees to the CITY, the ENGINEER and the ENGINEER's Consultants that all Work will be in accordance with the Contract Documents and will not be defective. 6.15 Indemnification: CONDITIONS OF THE CONTRACT CrFY Springs T 02-19ion Center Expansion Phase 1 CITY PROJECT 02-19 GENERAL CONDITIONS DATE:11me2 PAGE 18 a. To the fullest extent permitted by Laws and Regulations, the CONTRACTOR shall indemnify and hold harmless the CITY, the ENGINEER, the ENGINEER's Consultants and the officers, directors, employees, agents, and other consultants of each and any of them from and against all claims, costs, losses, and damages defend, • and hold harmless the CITY, the ENGINEER, the CITY's Consultants for the project and their agents, and employees from and against all claims and liability arising under or by reason of the Contract or any performance of the WORK, but not from the sole negligence or willful misconduct of the CITY or the ENGINEER or the CITY's Consultants for the project. b. The CONTRACTOR shall reimburse the CITY, the ENGINEER, and the CITY's Consultants for the project for all costs and expenses,(including but not limited to all fees and charges of engineers, architects, engineers, attorneys, and other professionals and court costs) incurred by said CITY, the ENGINEER, and the CITY's Consultants for the project in enforcing the provisions of this Article, including all court or arbitration or other dispute resolution costs) caused by, arising out of or resulting from the performance of the Work. 6.16 Assignment of Contract: The CONTRACTOR shall not assign, sublet, sell, transfer, or otherwise dispose of the Contract or any portion thereof or its right, title, or interest therein, or obligations thereunder, without written consent of the CITY, except as imposed by law. If the CONTRACTOR violates this provision, the Contract may be terminated at the option of the CITY. In such event, the CITY shall be relieved of all liability and obligations to the CONTRACTOR and to its assignee or transferee, growing out of such termination. ARTICLE 7-- OTHER WORK 7.1 Related Work at Site: a. The CITY may perform other work related to the Project at the site by the CITY's own forces, have other work performed by utility owners, or let other direct contracts therefor which shall contain General Conditions similar to these, or have other work performed by utility owners. If the fact that such other work is to be performed was not • noted in the Contract Documents, written notice thereof will be given to the CONTRACTOR prior to starting any such other work. b. The CONTRACTOR shall afford each utility owner,and other contractor who is a party to such a direct contract or the CITY, if the CITY is performing the additional work with the CITY's employees), proper and safe access to the site and a reasonable opportunity for the introduction and storage of materials and equipment and the execution of such other work, and shall properly connect and coordinate the Work with theirs. Unless otherwise provided in the Contract Documents, the CONTRACTOR shall do all cutting, fitting, and patching of the Work that may be required to make its several parts come together properly and integrate with such other work. The CONTRACTOR shall not endanger any work of others by cutting, excavating or otherwise altering their work and will only cut or alter their work with the written consent of the ENGINEER and the others whose work will be affected. c. If any part of the CONTRACTOR's work depends, for proper execution or results, upon the work of any such other contractor or utility owner (or the CITY), the CONTRACTOR shall inspect such other work and promptly report to the ENGINEER in writing any delays, defects , or deficiencies in such other work that render it unavailable or unsuitable for the proper execution and results of the CONTRACTOR's Work. The CONTRACTOR's failure to so to report will constitute an acceptance of such other work as fit and proper for integration with the CONTRACTOR's Work except for latent or nonapparent defects and deficiencies in such other work. 7.2 Coordination: a. If the CITY contracts with others for the performance of other work on the Project at the site, the following will be set forth in Supplementary General Conditions: 1. The person, firm or, corporation, or other organization who will have authority and responsibility for coordination of the activities among the various prime contractors will be identified; in the Supplementary General Conditions. PITY Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT ciry PROJECT 02-I9 GENERAL CONDITIONS DATE:IIM02 PAGE 19 2. The specific matters to be covered by such authority and responsibility will be itemized; and 3. The extent of such authority and responsibilities shall be as provided. • b. Unless otherwise provided in the Supplementary General Conditions, neither the CITY nor the ENGINEER shall have sole authority and responsibility in respect of such coordination. ARTICLE 8--CITY'S RESPONSIBILITIES 8.1 Except as otherwise provided in these General Conditions, the CITY shall issue all communications to the CONTRACTOR through their designated Project Representative. 8.2 The CITY shall furnish the data required of the CITY under the Contract Documents promptly and shall make payments to the CONTRACTOR promptly when they are due as provided in paragraphs 14.4 and 14.13. 8.3 The CITY's duties in respect of providing lands and easements and providing engineering surveys to establish reference points are set forth in Articles 4.1, 4.2, and 4.4. The CITY shall identify and make available to the CONTRACTOR copies of reports of explorations and tests of subsurface conditions at the site and drawings of physical conditions in existing structures at or contiguous to the site that have been utilized by the ENGINEER in preparing the Contract Documents. 8.4 The CITY's responsibility in respect of certain inspections, tests, and approvals is set forth in paragraph 13.4b. 8.5 In connection with the CITY's right to stop Work or suspend Work, see Articles 13.6, 15.1, and 15.2. deals with the CITY's right to terminate services of the CONTRACTOR under certain circumstances. 8.6 The CITY shall not supervise, direct, or have control or authority over, nor be responsible for, the CONTRACTOR's means, methods, techniques, sequences or procedures of construction or the safety precautions and programs incident thereto, or for any failure of the CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The CITY will not be responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. 8.7 The CITY's responsibility in respect of undisclosed Asbestos, PCBs, Petroleum, Hazardous Waste or Radioactive Materials uncovered or revealed at the site is set forth in Article 4.6. ARTICLE 9—THE ENGINEER'S STATUS DURING CONSTRUCTION 9.1 The CITY's Representative: The ENGINEER will be the CITY's representative during the construction period. 9.2 Visits to Site: The ENGINEER or the ENGINEER's authorized representative will make visits to the she at intervals appropriate to the various stages of construction as the ENGINEER deems necessary in order to observe the progress that has been made and the quality of the various aspects of the CONTRACTOR's executed Work. 9.3 Clarifications and Interpretations: The ENGINEER will issue with reasonable promptness such written clarifications or interpretations of the requirements of the Contract Documents (in the form of Drawings or otherwise) as the ENGINEER may determine necessary. 9.4 Authorized Variations in the Work: is Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT CITY PROJECT 02-7 9 GENERAL CONDITIONS DATE 1 uno2 PAGE 20 The ENGINEER may authorize minor variations in the Work from the requirements of the Contract Documents which do not involve an adjustment in the Contract Price or the Contract Times and are compatible with the • design concept of the completed Project as a functioning whole as indicated by the Contract Documents. These may be accomplished by a Field Order and will be binding on the CITY and also on the CONTRACTOR, who shall perform the Work involved promptly. 9.5 Rejecting Defective Work: The ENGINEER, acting through its authorized representative, will have authority to disapprove or reject Work which the ENGINEER believes to be defective, or that the ENGINEER believes will not produce a completed Project that conforms to the Contract Documents or that will prejudice the integrity of the design concept of the completed Project. 9.6 Shop Drawings, Change Orders, and Payments: The ENGINEER will review all the CONTRACTOR submittals, including shop drawings, samples, substitutes, or "or equal" items, etc., in accordance with the procedures set forth in Article 6.12, inclusive, and the General Requirements of the Technical Specifications. 9.7 Determinations for Unit Prices: The ENGINEER will determine the actual quantities and classifications of Unit Price Work performed by the CONTRACTOR. The ENGINEER will review with the CONTRACTOR, the ENGINEER's preliminary determinations on such matters before rendering a written decision thereon (by recommendation of an Application for Payment or otherwise). The ENGINEER's written decision thereon will be final and binding upon the CITY and the CONTRACTOR, unless within 10 days after the date of any such decision, either the CITY or the CONTRACTOR delivers to the other and to the ENGINEER written notice of intention to appeal from the ENGINEER's decision. 9.8 Decisions on Disputes: a. The ENGINEER will be the initial interpreter of the requirements of the Contract Documents and judge of the acceptability of the Work thereunder. Claims, disputes, and other matters relating to the acceptability of the Work or the interpretation of the requirements of the Contract Documents pertaining to the performance and furnishing of the Work and Claims under Articles 11 and 12 in respect of changes in the Contract Price or Contract Times will be referred initially to the ENGINEER in writing with a request for a formal decision in accordance with this paragraph. Written notice of each such claim, dispute, and/or other matter shall be delivered by the claimant to the ENGINEER and the other party to the Agreement promptly (but in no event later than 30 days) after the start of the occurrence or event giving rise thereto. b. When functioning as interpreter and judge under Articles 9.7 or 9.8, the ENGINEER will not show partiality to the CITY or the CONTRACTOR and shall not be liable in connection with any interpretation or decision rendered in good faith in such capacity. The rendering of a decision by the ENGINEER pursuant to Articles 9.7 or 9.8 with respect to any such claim, dispute, or other matter (except any which have been waived by the making or acceptance of final payment as provided in Article 14.14) will be a condition precedent to any exercise by the CITY or the CONTRACTOR of such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any such claim, dispute, or other matter pursuant to Article 16. 9.9 Limitations on the ENGINEER's Authority and Responsibilities: a. Neither the ENGINEER's authority or responsibility under this Article 9 or under any other provision of the Contract Documents nor any decision made by the ENGINEER in good faith either to exercise or not exercise such authority or responsibility or the undertaking, exercise or performance of any authority or responsibility by the ENGINEER shall create, impose or give rise to any duty owed by the ENGINEER to the CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them. b. Whenever in the Contract Documents the terms"as ordered," "as directed," "as required," "as allowed," "as • reviewed," "as approved," or terms of like effect or import are used, or the adjectives "reasonable," "suitable," Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CrrV PROJECT 02-09 GENERAL CONDITIONS DATE:119/02 PAGE 21 "acceptable," "proper," or "satisfactory" or adjectives of like effect or import are used to describe a requirement, direction, review, or judgment of the ENGINEER as to the WORK, it is intended that such requirement, direction, • review, or judgment will be solely to evaluate the WORK for compliance with the Contract Documents, unless there is a specific statement indicating otherwise. The use of any such term or adjective shall not be effective to assign to the ENGINEER any duty or authority to supervise or direct the performance of the WORK or any duty or authority to undertake responsibility contrary to the provisions of paragraphs 9.9c or 9.9d, herein. c. The ENGINEER will not supervise, direct, control or have authority over or be responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or the safety precautions and programs incident thereto, or for any failure of the CONTRACTOR to comply with Laws and Regulations applicable to the furnishing or performance of the Work. The ENGINEER will not be responsible for the CONTRACTOR's failure to perform or furnish the Work in accordance with the Contract Documents. d. The ENGINEER will not be responsible for the acts or omissions of the Contractor nor of any Subcontractor, any Supplier, or of any other person or organization performing or furnishing any of the Work. e. The ENGINEER's review of the final Application for Payment and accompanying documentation and all maintenance and operating instructions, schedules, guarantees, bonds, and certificates of inspection, tests, and approvals and other documentation required to be delivered by Article 14.10 will only be to determine generally that their content complies with the requirements of, and in the case of certificates of inspections, tests, and approvals that the results certified indicate compliance with the Contract Documents. f. The limitations upon authority and responsibility set forth in this Article 9.9 shall also apply to the ENGINEER's Consultants, Project Representative, and assistants. ARTICLE 10--CHANGES IN THE WORK 10.1 General: a. Without invalidating the Agreement and without notice to any surety, the CITY may, at any time or from time to time, order additions, deletions, or revisions in the Work; such additions, deletions or revisions will be authorized by a written Change Order or a Work Change Directive issued by the ENGINEER or the CITY. Upon receipt of any such document, CONTRACTOR shall promptly proceed with the Work involved. b. If the CITY and the CONTRACTOR are unable to agree as to the extent, if any, of an adjustment in the Contract Price or an adjustment of the Contract Times that should be allowed as a result of a Work Change Directive, a claim may be made therefor as provided in Article 11 or Article 12. c. The CONTRACTOR shall not be entitled to an increase in the Contract Price or an extension of the Contract Times with respect to any Work performed that is not required by the Contract Documents as amended, modified, and supplemented as provided in Article 3.4 except in the case of an emergency as provided in paragraph 6.10e or in the case of uncovering Work as provided in paragraph 13.5b. d. The CITY and the CONTRACTOR shall, except as otherwise provided, execute appropriate Change Orders recommended by ENGINEER (or Written Amendments) covering: 1. Changes in the Work which are ordered by the CITY pursuant to paragraph 10.1 a; and 2. Changes in the Contract Price or Contract Times which are agreed to by the parties. provided that, in lieu of executing any such Change Order, an appeal may be taken from any such decision in accordance with the provisions of the Contract Documents and applicable Laws and Regulations, but during any such appeal, CONTRACTOR shall carry on the Work and adhere to the progress schedule as provided in Article 6.13. Change Orders or Work Change Directives,issued in accordance with Section 10.1d(1)above are not required to be executed by the CONTRACTOR unless payment is to be per Section 11.1 c(2)herein. e. If notice of any change affecting the general scope of the Work or the provisions of the Contract Documents (including, but not limited to, Contract Price or Contract Times) is required by the provisions of any Bond to be Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PPOJECi 02-19 GENERAL CONDITIONS DATE:i LJ/a2 PAGE 22 given to a surety, the giving of any such notice will be the CONTRACTOR's responsibility, and the amount of each applicable Bond shall be adjusted accordingly. 10.2 Allowable Quantity Variations on Unit Price Contracts: In the event of an increase or decrease in a bid item quantity of a unit price contract, the total amount of work actually done or materials or equipment furnished shall be paid for according to the unit price established for such work under the Contract Documents, wherever such unit price has been established; provided, that an adjustment in the Contract Unit Price may be made for changes which result in an increase or decrease in the quantity of any unit price bid item of the Work in excess of 25 percent, or for eliminated items of work. 10.3 Increases of More Than 25 Percent on Unit Price Contracts: a. On a unit price contract, should the total quantity of any item Of work required under the Contract exceed the ENGINEER's Estimate therefor by more than 25 percent, the work in excess of 125 percent of such estimate and not covered by an executed contract Change Order specifying the compensation to be paid therefor will be paid for by adjusting the Contract Unit Price, as hereinafter provided, or at the option of the CITY, payment for the work involved in such excess will be made on the basis of force account as provided in Article 11. b. Such adjustment of the Contract Unit Price will be the difference between the Contract Unit Price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item. If the costs applicable to such item of work include fixed costs, such fixed costs shall be deemed to have been recovered by the CONTRACTOR by the payments made for 125 percent of the ENGINEER's Estimate of the quantity for such item, and in computing the actual unit cost, such fixed costs will be excluded. Subject to the above provisions, such actual unit cost will be determined by the ENGINEER in the same manner as if the work were to be paid for on a force account basis as provided in Article 11, herein, or such adjustment will be as agreed to by the CONTRACTOR and the CITY. • c. When the compensation payable for the number of units of an item of work performed in excess of 125 percent of the ENGINEER's Estimate is less than $5,000 at the applicable Contract Unit Price, the ENGINEER reserves the right to make no adjustment in said price if he so elects, except that an adjustment will be made if requested in writing by the CONTRACTOR. 10.4 Decreases of More Than 25 Percent on Unit Price Contracts: a. On unit price contracts, should the total pay quantity of any item of work required under the contract be less than 75 percent of the ENGINEER's Estimate therefor, an adjustment in compensation pursuant to this Section will not be made unless the CONTRACTOR so requests in writing. If the CONTRACTOR so requests, the quantity of said item performed, unless covered by an executed contract change order specifying the compensation payable therefor, will be paid for by adjusting the Contract Unit Price as hereinafter provided, or at the option of the ENGINEER, payment for the quantity of the work of such item performed will be made on the basis of force account as provided in Article 11, herein; provided however, that in no case shall the payment for such work be less than that which would be made at the Contract Unit Price. b. Such adjustment of the contract unit price will be the difference between the contract unit price and the actual unit cost, which will be determined as hereinafter provided, of the total pay quantity of the item, including fixed costs. Such actual unit cost will be determined by the ENGINEER in the same manner as if the work were to be paid for on a force account basis as provided in Article 11; or such adjustment will be as agreed to by the CONTRACTOR and the CITY. c. The payment for the total pay quantity of such item of work will in no case exceed the payment which would be made for the performance of 75 percent of the ENGINEER's Estimate of the quantity for such item at the original Contract Unit Price. 10.5 Eliminated Items on Unit Price Contracts: • Palm springs Convention Center Expansion Phase OF THE CONTRACTase I GENERAL CONDITIONS MY PROJECT 02-19 DATE-t IO/02 PAGE 23 a. On unit price contracts, should any contract item of the Work be eliminated in its entirety, in the absence of an executed contract Change Order covering such elimination, payment will be made to the CONTRACTOR for • actual costs incurred in connection with such eliminated contract item if incurred prior to the date of notification in writing by the ENGINEER of such elimination. b. If acceptable material is ordered by the CONTRACTOR for the eliminated item prior to the date of notification of such elimination by the ENGINEER, and if orders for such material cannot be canceled, it will be paid for at the actual cost to the CONTRACTOR. In such case, the material paid for shall become the property of the CITY and the actual cost of any further handling will be paid for by the CITY. If the material is returnable to the vendor and if the ENGINEER so directs the CONTRACTOR, the material shall be returned and the CONTRACTOR will be paid for the actual cost of charges made by the vendor for returning the material. The actual cost of handling returned material will be paid for. c. The actual costs or charges to be paid by the CITY to the CONTRACTOR as provided in this Article 10 will be computed in the same manner as if the work were to be paid for on a force account basis as provided in Article 11. ARTICLE 11 —CHANGE OF CONTRACT PRICE 11.1 General: a. The Contract Price constitutes the total compensation (subject to CITY-authorized adjustments) payable to the CONTRACTOR for performing the Work. All duties, responsibilities, and obligations assigned to or undertaken by the CONTRACTOR shall be at its expense without change in the Contract Price. b. The Contract Price may only be changed by a Change Order. Any claim for an increase or decrease in the Contract Price shall be based on written notice delivered by the party making the claim to the other party and to the ENGINEER promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the amount of the claim with supporting data shall be delivered within 60 days after such occurrence (unless the ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by claimant's written statement that the amount claimed covers all known amounts (direct, indirect, and consequential) to which the claimant is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Price shall be determined by the ENGINEER in accordance with Article 9.7, herein, if the CITY and the CONTRACTOR cannot otherwise agree on the amount involved. No claim for an adjustment in the Contract Price will be valid if not submitted in accordance with this paragraph 11.1 b. c. The value of any Work covered by a Change Order or Work Change Directive or of any claim for an increase or decrease in the Contract Price shall be determined in one of the following ways: 1. Where the Work involved is covered by unit prices contained in the Contract Documents, by application of unit prices to the quantities of the items involved. 2. By mutual acceptance of a lump sum (which may include an allowance for overhead and profit not necessarily in accordance with Article 11.4, herein. 3. On the basis of the Cost of the Work (determined as provided in Articles 11.2 and 11.3, herein), plus the CONTRACTOR's Fee for overhead and profit(determined as provided in Article 11.4, herein). 11.2 Cost of Work (Based on Time, Materials, and Equipment and CONTRACTOR's Overhead and Profit): a. General: The term "Cost of Work" shall mean the sum of all costs necessarily incurred and paid by the CONTRACTOR for labor, materials, and equipment plus CONTRACTOR's overhead, and profit in the proper performance of work. Except as otherwise may be agreed to in writing by the CITY, such costs shall be in amounts no higher than those prevailing in the locality of the Project. • Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT aTv PaoJecr 02-19 GENERAL CONDITIONS DATE:11m02 PAGE 24 b. Labor: The cost of labor used in performing work by the CONTRACTOR, a subcontractor, or other forces will be the sum of the following: • i. The actual wages paid plus any employer payments to, or on behalf of workers for fringe benefits including health and welfare, pension, vacation, and similar purposes. The cost of labor may include the wages paid to foremen when determined by the ENGINEER that the services of foremen do not constitute a part of the overhead allowance as defined in Article 11.4, herein. 2. To the actual wages, as defined in paragraph 11.2b(1), herein, will be added a labor surcharge set forth in the California Department of Transportation publication entitled Labor Surcharge and Equipment Rates, which is in effect on the date upon which the Work is accomplished and which is hereby included as a part of these General Conditions by this reference thereto. Said labor surcharge shall constitute full compensation for all payments imposed by the State and Federal laws and for all other payments made to, or on behalf of, the workers, other than actual wages as defined in paragraph 11.2b(1), herein, and subsistence and travel allowance as specified in paragraph 11.2b(3), herein. 3. The amount paid for subsistence and travel required by collective bargaining agreements, or in accordance with the regular practice of the employer. At the beginning of the extra work and as later requested by the ENGINEER, the CONTRACTOR shall furnish the ENGINEER proof of labor compensation rates being paid. c. Materials: The cost of materials used in performing work will be the cost to the purchaser, whether CONTRACTOR or subcontractor, from the supplier thereof, except as the following are applicable: 1. Trade discounts available to the purchaser shall be credited to the CITY notwithstanding the fact that such discounts may not have been taken by the CONTRACTOR. 2. For materials secured by other than a direct purchase and direct billing to the purchaser, the cost shall be deemed to be the price paid to the actual supplier as determined by the ENGINEER. Markup except for actual costs incurred in the handling of such materials will not be allowed. 3. Payment for materials from sources owned wholly or in part by the purchaser shall not exceed the price paid by the purchaser for similar materials from said sources on extra work items or the current wholesale price for such materials delivered to the work site, whichever price is lower. 4. If in the opinion of the ENGINEER the cost of material is excessive, or the CONTRACTOR does not furnish satisfactory evidence of the cost of such material, then the cost shall be deemed to be the lowest current wholesale price for the quantity concerned delivered to the work site less trade discount. The CITY reserves the right to furnish materials for the extra work and no claim shall be made by the CONTRACTOR for costs, overhead, and profit on such materials. d. Equipment: The CONTRACTOR will be paid for the use of equipment at the rental rate listed for such equipment specified in the Supplementary General Conditions. Such rental rate will be used to compute payments for equipment whether the equipment is under the CONTRACTOR's control through direct ownership, leasing, renting, or another method of acquisition. The rental rate to be applied for use of each items of equipment shall be the rate resulting in the least total cost to the CITY for the total period of use. If it is deemed necessary by the CONTRACTOR to use equipment not listed in the foregoing publication, an equitable rental rate for the equipment will be established by the ENGINEER. The CONTRACTOR may furnish cost data which might assist the ENGINEER in the establishment of the rental rate. 1. All equipment shall, in the opinion of the ENGINEER, be in good working condition and suitable for the purpose for which the equipment is to be used. 2. Before construction equipment is used on the extra work, the CONTRACTOR shall plainly stencil or stamp an identifying number thereon at a conspicuous location, and shall furnish to the ENGINEER, in duplicate, a description of the equipment and its identifying number. • Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT GENERAL CONDITIONS CITY PROJECT 02-19 DATE-1InIO2 PAGE 25 3. Unless otherwise specified, manufacturer's ratings and manufacturer approved modifications shall be used to classify equipment for the determination of applicable rental rates. Equipment which has no • direct power unit shall be powered by a unit of at least the minimum rating recommended by the manufacturer. 4. Individual pieces of equipment or tools having a replacement value of $200 or less, whether or not consumed by use, shall be considered to be small tools and no payment will be made therefor. 5. Rental time will not be allowed while equipment is inoperative due to breakdowns. e. Equipment on the Work: The rental time to be paid for equipment on the work shall be the time the equipment is in productive operation on the extra work being performed and, in addition, shall include the time required to move the equipment to the location of the extra work and return it to the original location or to another location requiring no more time than that required to return it to its original location; except, that moving time will not be paid if the equipment is used on other than the extra work, even though located at the site of the extra work. Loading and transporting costs will be allowed, in lieu of moving time, when the equipment is moved by means other than its own power, except that no payment will be made for loading and transporting costs when the equipment is used at the site of the extra work on other than the extra work. The following shall be used in computing the rental time of equipment on the work. 1. When hourly rates are listed, any part of an hour less than 30 minutes of operation shall be considered to be 1/2-hour of operation, and any part of an hour greater than 30 minutes will be considered one hour of operation. 2. When daily rates are listed, any part of a day less than 4 hours operation shall be considered to be 1/2-day of operation. 3. When owner-operated equipment is used to perform extra work to be paid for on a time and materials basis, the CONTRACTOR will be paid for the equipment and operator, as set forth in Subparagraphs (4), (5), and (6), following: • 4. Payment for the equipment will be made in accordance with the provisions in paragraph 11.2d, herein. 5. Payment for the cost of labor and subsistence or travel allowance will be made at the rates paid by the CONTRACTOR to other workers operating similar equipment already on the Work, or in the absence of such labor, established by collective bargaining agreements for the type of workmen and location of the extra work, whether or not the operator is actually covered by such an agreement. A labor surcharge will be added to the cost of labor described herein in accordance with the provisions of paragraph 11.2b, herein, which surcharge shall constitute full compensation for payments imposed by state and federal laws and all other payments made to on behalf of workers other than actual wages. 6. To the direct cost of equipment rental and labor, computed as provided herein, will be added the allowances for equipment rental and labor as provided in Article 11.4, herein. 11.3 Special Services: a. Special work or services are defined as that work characterized by extraordinary complexity, sophistication, or innovation or a combination of the foregoing attributes which are unique to the construction industry. The following may be considered by the ENGINEER in making estimates for payment for special services: 1. When the ENGINEER and the CONTRACTOR, by agreement, determine that a special service or work is required which cannot be performed by the forces of the CONTRACTOR or those of any of its subcontractors, the special servicer or work may be performed by an entity especially skilled in the work to be performed. After validation of invoices and determination of market values by the ENGINEER, invoices for special services or work based upon the current fair market value thereof may be accepted without complete itemization of labor, material, and equipment rental costs. 2. When the CONTRACTOR is required to perform work necessitating special fabrication or machining • process in a fabrication or a machine shop facility away from the job site, the charges for that portion of Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT cnv rnaecr oz-rs GENERAL CONDITIONS DATF r117M2 PAGE 26 the work performed at the off-site facility may, by agreement, be accepted as a special service and accordingly, the invoices for the work may be accepted without detailed itemization. • 3. All invoices for special services will be adjusted by deducting all trade discounts offered or available, whether the discounts were taken or not. In lieu of the allowances for overhead and profit specified in Article 11.4, herein, an allowance of 5 percent will be added to invoices for special services. b. All work performed hereunder shall be subject to all of the provisions of the Contract Documents and the CONTRACTOR's sureties shall be bound with reference thereto as under the original Agreement. Copies of all amendments to surety bonds or supplemental surety bonds shall be submitted to the CITY for review prior to the performance of any work hereunder. 11.4 CONTRACTOR's Overhead and Profit: a. Work ordered on the basis of time and materials will be paid for at the actual necessary cost as determined by the ENGINEER, plus allowances for overhead and profit. For extra work involving a combination of increases and decreases in the Work the actual necessary cost will be the arithmetic sum of the additive and deductive costs. The allowance for overhead and profit shall include full compensation for superintendence, bond and insurance premiums, taxes, office expense, and all other items of expense or cost not included in the cost of labor, materials, or equipment provided for under Paragraphs 11.2b, c, and d, herein including extended overhead and home office overhead. The allowance for overhead and profit will be made in accordance with the following schedule: ACTUAL OVERHEAD NECESSARY AND PROFIT COST ALLOWANCE Labor 24 percent Materials 15 percent Equipment 15 percent b. It is understood that labor, materials, and equipment may be furnished by the CONTRACTOR or by the subcontractor on behalf of the CONTRACTOR. When all or any part of the extra work is performed by a subcontractor, the allowance specified herein shall be applied to the labor, materials, and equipment costs of the subcontractor, to which the CONTRACTOR may add 5 percent of the subcontractor's total cost for the extra work. Regardless of the number of hierarchical tiers of subcontractors, the 5-percent increase above the subcontractor's total cost which includes the allowances for overhead and profit specified herein may be applied one time only for each separate work transaction. No markup allowance will be made for sub-sub-contractors or below. 11.5 Records: a. The CONTRACTOR shall maintain its records in such a manner as to provide a clear distinction between the direct costs of each separate item of extra work, disputed work, emergency work, or other work paid for on a Cost of Work basis and the costs of other operations. b. From the foregoing records, the CONTRACTOR shall furnish the ENGINEER completed Daily Work Reports, on forms furnished by the CITY, for each day's work or portion of each day's work to be paid for on a Cost of Work basis. The Daily Work Reports shall itemize the materials used, and shall cover the direct cost of labor and the charges for equipment rental, whether furnished by the CONTRACTOR, subcontractor, or other forces, except for charges described in Article 11.3, "Special Services." The Daily Work Reports shall provide names or identifications and classifications of all workmen, the hourly rate of pay and hours worked by each, and also the size,type, and identification number of equipment, and the hours operated. c. Material charges shall be substantiated by valid copies of vendor's invoices. Such invoices shall be submitted with the Daily Work Reports, or if not available, they shall be submitted with subsequent Daily Work Reports. Should said vendor's invoices not be submitted within 60 days after the date of delivery of the material or within 15 days after the acceptance of the Contract, whichever occurs first, the CITY reserves the right to establish the • Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE I V`7102 PAGE 27 cost of such materials at the lowest current wholesale prices at which said materials were available in the quantities concerned delivered to the location of work less any discounts as provided in paragraph 11.2c, herein. • d. Said Daily Work Reports shall be signed by the CONTRACTOR or its authorized representative. e. The ENGINEER will compare his or her records with the completed Daily Work Reports furnished by the CONTRACTOR and make any necessary adjustments. When these Daily Work Reports are agreed upon and signed by both parties, said reports shall become the basis of payment for the work performed, but shall not preclude subsequent adjustment based on a later audit by the CITY. f. The CONTRACTOR's cost records pertaining to work paid for on a Cost of Work basis shall be open to inspection or audit by representatives of the CITY, during the life of the contract and for a period of not less than 3 years after the date of acceptance thereof, and the CONTRACTOR shall retain such records for that period. Where payment or labor is based on the cost thereof to forces other than the CONTRACTOR, the CONTRACTOR shall make every reasonable effort to insure that the cost records of such other forces will be open to inspection and audit by representatives of the CITY on the same terms and conditions as the cost records of the CONTRACTOR. If an audit is to be commenced more than 60 days after the acceptance date of the contract, the CONTRACTOR will be given a reasonable notice of the time when such audit is to begin. ARTICLE 12--CHANGE OF CONTRACT TIMES 12.1 General: a. The Contract Times may only be changed by a Change Order or a Written Amendment. Any claim for an adjustment of the Contract Times shall be based on written notice delivered by the party making the claim to the other party and to the ENGINEER promptly (but in no event later than 30 days) after the occurrence of the event giving rise to the claim and stating the general nature of the claim. Notice of the extent of the claim with supporting data shall be delivered within 60 days after such occurrence (unless the ENGINEER allows an additional period of time to ascertain more accurate data in support of the claim) and shall be accompanied by the claimant's written statement that the adjustment claimed is the entire adjustment to which the claimant has reason to believe • it is entitled as a result of the occurrence of said event. All claims for adjustment in the Contract Times shall be determined by the ENGINEER in accordance with Article 9.8 if the CITY and the CONTRACTOR cannot otherwise agree. No claim for an adjustment in the Contract Times will be valid if not submitted in accordance with the requirements of this Article 12.1. b. All time limits stated in the Contract Documents are of the essence of the Agreement. c. Where the CONTRACTOR is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of the CONTRACTOR, the Contract Times (or Milestones) will be extended in an amount equal to the time lost due to such delay if a claim is made therefor as provided in Article 12.1. Delays beyond the control of the CONTRACTOR shall include, but not be limited to, acts or neglect by the CITY, acts or neglect of utility owners or other contractors performing other work as contemplated by Article 7, herein, or by acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, labor disputes, sabotage, or freight embargoes. Delays attributable to and within the control of a Subcontractor or Supplier shall be deemed to be delays within the control of the CONTRACTOR. d. Where the CONTRACTOR is prevented from completing any part of the Work within the Contract Times due to delay beyond the control of both the CITY and the CONTRACTOR, an extension of the Contract Times in an amount equal to the time lost due to such delay shall be the CONTRACTOR's sole and exclusive remedy for such delay. In no event shall the CITY be liable to the CONTRACTOR, any Subcontractor, any Supplier, any other person or organization, or to any surety for or employee or agent of any of them, for damages arising out of or resulting from (i) delays caused by or within the control of the CONTRACTOR, or (ii) delays beyond the control Of both parties including but not limited to fires, floods, epidemics, abnormal weather conditions, acts of God or acts or neglect by utility owners or other contractors performing other work. ARTICLE 13 — WARRANTY AND GUARANTEE; TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR • ACCEPTANCE OF DEFECTIVE WORK CONDITIONS OF THE CONTRACT Patin Springs Convention Center Expansion Phase I CITY PROJECT 02d9 GENERAL CONDITIONS DATE:1117102 PAGE 28 13.1 Warranty and Guarantee: • The CONTRACTOR warrants and guarantees to the CITY and the ENGINEER that all work will be in accordance with the Contract Documents and will not be defective. Neither the right to inspect, nor the presence of inspectors, the ENGINEER, consultants, or testing agencies hired by the CITY or the ENGINEER, nor their general review or approval shall relieve the CONTRACTOR from its obligations to perform the WORK in accordance with the Contract Documents. All defective WORK, whether or not in place. 13.2 Notice of Defects: Prompt notice of all defective Work of which the CITY or the ENGINEER have actual knowledge will be given to the CONTRACTOR. All defective Work may be rejected, corrected, or accepted as provided in this Article 13. 13.3 Access to the WORK: The CITY, the ENGINEER the ENGINEER's Consultants, other representatives and personnel of the CITY and the ENGINEER, independent testing laboratories and governmental agencies with jurisdictional interests shall have access to the WORK at reasonable times for their observation, inspecting, and testing. The CONTRACTOR shall provide them with proper and safe conditions for such access and advise them of the CONTRACTOR's site safety procedures and programs so that they may comply therewith as applicable.. 13.4 Tests and Inspections: a. The CONTRACTOR shall give the ENGINEER timely notice of readiness of the WORK for all required inspections, tests or approvals, but in no event less than 24 hours notice. The CONTRACTOR shall cooperate with inspection and testing personnel to facilitate required inspections or tests. b. The CITY will employ and pay for the services of an independent testing laboratory to perform all inspections, tests, or approvals required by the Contract Documents except: • 1. for inspections, tests or approvals covered by paragraph 13.4c below; 2, that costs incurred in connection with tests or inspections conducted pursuant to paragraph 13.5b below shall be paid as provided in said paragraph 13.5b; and 3. as otherwise specifically provided in the Contract Documents. c. If Laws or Regulations of any public body having jurisdiction require any Work (or part thereof) specifically to be inspected, tested or approved by an employee or other representative of such public body, the CONTRACTOR shall assume full responsibility for arranging and obtaining such inspections, tests or approvals, pay all costs in connection therewith, and furnish the ENGINEER the required certificates of inspection, or approval. The CONTRACTOR shall also be responsible for arranging and obtaining and shall pay all costs in connection with any inspections, tests or approvals required for the CITY's and the ENGINEER's acceptance of materials or equipment to be incorporated in the Work, or of materials, mix designs, or equipment submitted for approval prior to the CONTRACTOR's purchase thereof for incorporation in the WORK d. If any Work (or the work of others) that is to be inspected, tested, or approved is covered by the CONTRACTOR without written concurrence of the ENGINEER, it shall, if requested by the ENGINEER, be uncovered for observation. e. Uncovering Work as provided in paragraph 13.4d shall be at the CONTRACTOR's expense unless the CONTRACTOR has given the ENGINEER timely notice of the CONTRACTOR's intention to cover the same and the ENGINEER has not acted with reasonable promptness in response to such notice. 13.5 Uncovering Work: a. If any WORK is covered contrary to the written request of the ENGINEER, it shall , if requested by the • ENGINEER, be uncovered for the ENGINEER's observation and replaced at the CONTRACTOR's expense. Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT GENERAL CONDITIONS stir PROJECT o2-t s DATE:11O102 PAGE 29 b. If the ENGINEER considers it necessary or advisable that covered Work be observed by the ENGINEER or inspected or tested by others, the CONTRACTOR, at the ENGINEER's request, shall uncover, expose, or otherwise make available for observation, inspection, or testing, as the ENGINEER may require, that portion of the WORK in question, and shall furnish all necessary labor, material, and equipment. If it is found that such Work is defective, the CONTRACTOR shall pay all claims, costs, losses and damages caused by, arising out of or resulting from such uncovering, exposure, observation, inspection, and testing and of satisfactory replacement or reconstruction, including but not limited to all costs of repair or replacement of work of others); and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, may make a claim therefor as provided in Article 11. c. The CONTRACTOR shall permit on-site video taping, still photography, or motion picture photography of the construction project. The CITY will notify the CONTRACTOR prior to the commencement of any video taping and/or photography by the CITY personnel and/or its agents and shall make a reasonable effort to give the CONTRACTOR at least 24 hours of its intent to video tape or photograph the project. The CONTRACTOR shall cooperate with and shall coordinate with CITY personnel or their authorized representatives in its efforts to carry out such video taping and/or photography. The CONTRACTOR shall give notice to all employees and subcontractors of such video taping and/or photography to be out of view of the camera, if requested to do so, during video taping and or photographing of the construction project. 13.6 CITY May Stop the WORK: If the WORK is defective, or the CONTRACTOR fails to supply sufficient skilled Workers or suitable materials or equipment, or fails to furnish or perform the Work in such a way that the completed WORK will conform to the Contract Documents, the CITY, acting independently or through the Project Representative, may order the CONTRACTOR to stop the WORK, or any portion thereof, until the cause for such order has been eliminated; however, this right of the CITY to stop the WORK shall not give rise to any duty on the part of the CITY to exercise this right for the benefit of the CONTRACTOR or any surety or other party. 13.7 Correction or Removal of Defective WORK: • If required by the ENGINEER, acting directly or through the Project Representative, the CONTRACTOR shall promptly, as directed, either correct all defective WORK, whether or not fabricated, installed or completed, or, if the WORK has been rejected by the ENGINEER, the CONTRACTOR shall remove it from the site and replace it with Work that is not defective. The CONTRACTOR shall pay all claims, costs, losses, and damages caused by or resulting from such correction or removal (including but not limited to all costs of repair or replacement of the Work of others). 13.8 Correction Period: a. If within one year after the date of Substantial Completion or such longer period of time as may be prescribed by Laws or Regulations or by the terms of any applicable special guarantee required by the Contract Documents or by any specific provision of the Contract Documents, any WORK is found to be defective,the CONTRACTOR shall promptly, without cost to the CITY and in accordance with the CITY's written instructions: (i) correct such defective WORK, or, if it has been rejected by the CITY, remove it from the site and replace it with Work that is not defective, and (ii) satisfactorily correct or remove and replace any damage to other Work or the work of others resulting therefrom. If the CONTRACTOR does not promptly comply with the terms of such instructions, or in an emergency where delay would cause serious risk of loss or damage, the CITY may have the defective WORK corrected or the rejected WORK removed and replaced, and all direct, indirect and consequential costs of such removal and replacement, including claims, costs, losses and damages caused by or resulting from such removal and replacement (including but not limited to all costs of repair or replacement of work of others) will be paid by the CONTRACTOR. b. In special circumstances where a particular item of equipment is placed in continuous service before Substantial Completion of all the WORK, the correction period for that item may start to run from an earlier date if so provided in the Contract Documents. • CONDITIONS OF THE CONTRACT Palm Springs Convention Center Expansion Phase I GENERAL CONDITIONS CITY PROJECT 02-19 DATE:11mo2 PAGE 30 c. Where defective Work (and damage to other Work resulting therefrom) has been corrected, removed or replaced under this Article 13.8, the correction period hereunder with respect to such Work will be extended for an additional period of one year after such correction or removal and replacement has been satisfactorily completed. d. Unless otherwise provided in the Supplementary General Conditions, the CONTRACTOR shall provide a post-construction, correction and repair Performance Bond in the amount of 100 percent of the Contract Price to cover all correction and repairs or other corrective work required hereunder, and shall maintain such Bond in full force and effect for one full year following the Notice of Completion. 13.9 Acceptance of Defective WORK: If, instead of requiring correction or removal and replacement of defective Work, the CITY (and, prior to the ENGINEER's recommendation of final payment, also the ENGINEER) prefers to accept it, the CITY may do so. The CONTRACTOR shall pay all claims, costs, losses and damages attributable to the CITY's evaluation of and determination to accept such defective WORK (such costs to be subject to approval by the ENGINEER as to reasonableness). If any such acceptance occurs prior to the ENGINEER's recommendation of final payment, a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the WORK; and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the CITY may make a claim therefor as provided in Article 11. If the acceptance occurs after such recommendation, an appropriate amount will be paid by the CONTRACTOR to the CITY. 13.10 The CITY May Correct Defective Work: If the CONTRACTOR fails within a reasonable time after written notice from the ENGINEER to correct defective Work or to remove and replace rejected Work as required by the ENGINEER in accordance with Article 13.7, or if the CONTRACTOR fails to perform the Work in accordance with the Contract Documents, or if the CONTRACTOR fails to comply with any other provision of the Contract Documents, CITY may, after 7 days' written notice to the CONTRACTOR, correct and remedy any such deficiency. In exercising the rights and remedies under this • paragraph the CITY shall proceed expeditiously. In connection with such corrective and remedial action, the CITY may exclude the CONTRACTOR from all or part of the site, take possession of all or part of the Work, and suspend the CONTRACTOR's services related thereto, take possession of the CONTRACTOR's tools, appliances, construction equipment and machinery at the site and incorporate in the Work all materials and equipment stored at the site or for which the CITY has paid the CONTRACTOR but which are stored elsewhere. The CONTRACTOR shall allow the CITY, the CITY's representatives, agents and employees, the CITY's other contractors and the ENGINEER and the ENGINEER's Consultants access to the site to enable the CITY to exercise the rights and remedies under this paragraph. All claims, costs, losses and damages incurred or sustained by the CITY in exercising such rights and remedies will be charged against the CONTRACTOR and a Change Order will be issued incorporating the necessary revisions in the Contract Documents with respect to the Work; and the CITY shall be entitled to an appropriate decrease in the Contract Price, and, if the parties are unable to agree as to the amount thereof, the CITY may make a claim therefor as provided in Article 11. Such claims, costs, losses and damages will include but not be limited to all costs of repair or replacement of work of others destroyed or damaged by correction, removal or replacement of the CONTRACTOR's defective Work. The CONTRACTOR shall not be allowed an extension of the Contract Times because of any delay in the performance of the Work attributable to the exercise by the CITY of the CITY's rights and remedies hereunder. ARTICLE 14-- PAYMENTS TO THE CONTRACTOR AND COMPLETION 14.1 Schedule of Values (Lump-Sum Price Breakdown): The schedule of values or lump-sum price breakdown established as provided for in the Contract Documents shall will serve as the basis for progress payments and will be incorporated into a form of Application for Payment acceptable to the ENGINEER. 14.2 Unit Price Bid Schedule: • Progress payments on account of Unit Price Work will be based on the number of units completed. Palm Springs Convention Cerrter Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:1117/02 PAGE 31 14.3 Application for Progress Payment: a. Unless otherwise prescribed by law, on a prearrainged date each month, the CONTRACTOR shall submit to the ENGINEER for review, through the Project Representative, an Application for Payment filled out and signed by the CONTRACTOR covering the WORK completed as of the date of the Application and accompanied by such supporting documentation as is required by the Contract Documents. b. The Application for Payment shall identify, as a sub-total, the amount of the CONTRACTOR's Total Earnings to Date, plus the Value of Materials at the site which have not yet been incorporated into the WORK, and less a deductive adjustment for materials installed which were not previously incorporated into the WORK, but for which payment was allowed under the provisions for payment for Materials Stored at the Site, but not yet incorporated in the WORK. c. The Net Payment Due to the CONTRACTOR shall be the above-mentioned sub-total from which shall be deducted the amount of retainage specified in the Contract Documents, and the total amount of all previous payments made to the CONTRACTOR. All CONTRACTOR payment requests must be accompanied by Conditional Waiver and Release certificates from the CONTRACTOR and all subcontractors and suppliers for whom payment is requested. d. Except as otherwise provided in the Supplementary General Conditions, the value of Materials Stored at the Site shall be an amount equal to the specified percentage of value of such materials as set forth in the Supplementary General Conditions. Said amount shall be based upon the value of all acceptable materials and equipment not incorporated in the WORK but delivered and suitably stored at the site; provided, that each such individual item of material or equipment has a value of more than $5000 and will become a permanent part of the WORK. The Application for Payment shall also be accompanied by a bill of sale, invoice, or other documentation warranting that the CONTRACTOR has received the materials and equipment free and clear of all Stop Notice claims, charges, security interests, and other encumbrances. and evidence that the materials and equipment are covered by appropriate property insurance and other arrangements to protect the CITY's interest therein, all of which must be satisfactory to the CITY. • 14.4 CONTRACTOR's Warranty of Title: The CONTRACTOR warrants and guarantees that title to all WORK, materials, and equipment covered by any Application for Payment, whether incorporated in the Project or not, will pass to the CITY no later than the time of final payment free and clear of all Stop Notice claims. 14.5 Review of Applications for Progress Payments: a. Upon receipt of each application for payment, the ENGINEER will either indicate in writing a recommendation of payment and present the Application to the CITY , or return the Application to the CONTRACTOR indicating in writing the ENGINEER's reasons for refusing to recommend payment. In the latter case, the CONTRACTOR may make the necessary corrections and promptly resubmit the Application. Thirty-five days after presentation of the Application for Payment to the CITY with the ENGINEER's recommendation, the amount recommended will (subject to the provisions of paragraph 14.5b) become due and when due will be paid by the CITY to the CONTRACTOR. b. The ENGINEER's recommendation of any payment requested in an Application for Payment will constitute a representation by the ENGINEER to the CITY, based on the ENGINEER's on-site observations of the executed WORK as an experienced and qualified design professional and on the ENGINEER's review of the Application for Payment and the accompanying data and schedules, that to the best of the ENGINEER's knowledge, information and belief the WORK has progressed to the point indicated; the quality of the WORK is generally in accordance with the Contract Documents; and the conditions precedent to the CONTRACTOR's being entitled to such payment appear to have been fulfilled in so far as it is the ENGINEER's responsibility to observe the WORK. c. The ENGINEER's recommendation of any payment, including final payment, shall not mean that the ENGINEER is responsible for the CONTRACTOR's means, methods, techniques, sequences or procedures of construction, or • the safety precautions and programs incident thereto, or for any failure of the CONTRACTOR to comply with Laws CONDITIONS OF THE CONTRACT Palm Springs Convention Center Expansion Phasc I CITY PROJECT 02-19 GENERAL CONDITIONS DATE:11n102 PAGE 32 and Regulations applicable to the furnishing or performance of WORK, or for any failure of the CONTRACTOR to perform or furnish WORK in accordance with the Contract Documents. d. The ENGINEER may refuse to recommend the whole or any part of any payment if, in the ENGINEER's opinion, subsequently discovered evidence or the results of subsequent inspections or tests, nullify any such payment previously recommended, to such extent as may be necessary in the ENGINEER's opinion to protect the CITY from loss because: 1. the WORK is defective, or completed WORK has been damaged requiring correction or replacement, 2. the Contract Price has been reduced by Written Amendment or Change Order, 3. CITY has been required to correct defective WORK or complete WORK in accordance with Article 13.10, or 4. The ENGINEER has actual knowledge of the occurrence of any of the events enumerated in paragraphs 15.2a.2 through 15.2a.5, inclusive. e. The CITY may refuse to make payment of the full amount recommended by the ENGINEER because: 5. claims have been made against the CITY on account of the CONTRACTOR's performance of the WORK or Stop Notices that have been filed pursuant to the provisions of Section 3179 et seq, of the California Civil Code 6. Stop Notices have been filed in connection with the WORK, except where the CONTRACTOR has delivered a Stop Notice Release Bond satisfactory to the CITY to secure the satisfaction and discharge of such Liens, 7. there are other items entitling the CITY to a credit against the amount recommended, as provided in paragraph 14.11 c, herein, or 8. the CITY has actual knowledge of the occurrence of any of the events enumerated in paragraphs 14.5d.1 through 14.5d.3 or paragraphs 15.2a.2 through 15.2a.5, inclusive; f. The CITY must give the CONTRACTOR written notice within 5 days (with a copy to the ENGINEER) stating the reasons for such action and promptly pay the CONTRACTOR the amount so withheld, or any adjustment thereto agreed to by the CITY and the CONTRACTOR, when the CONTRACTOR corrects to the CITY's satisfaction the reasons. 14.6 Beneficial Use or Occupancy and Partial Utilization: a. Partial Utilization: The CITY shall have the right to utilize or place into service any item of equipment or other usable portion of the WORK prior to completion of the WORK. Whenever the CITY plans to exercise said right, the CONTRACTOR will be notified in writing by the CITY, identifying the specific portion or portions of the WORK to be so utilized or otherwise placed into service. b. It shall be understood by the CONTRACTOR that until such written notification is issued, all responsibility for care and maintenance of all items or portions of the WORK to be partially utilized shall be borne by the CONTRACTOR. Upon issuance of said written notice of partial utilization, the CITY will accept responsibility for the protection and maintenance of all such items or portions of the WORK described in the written notice. c. Beneficial Use or Occuoancy: The CITY shall have the right, at its option and convenience, to occupy or otherwise make use of all or any part of the project premises at any time prior to substantial completion, upon 14 days written notice to the CONTRACTOR. Beneficial occupancy or use shall be subject to the following conditions: 1. The CITY shall use its best efforts to prevent occupancy from interfering with the conduct of the CONTRACTOR's remaining work; • Palm Springs ri CONDITIONS OF THE CONTRACT on Center Expansion Phase I GENERAL CONDITIONS CITY PROJECTT 02-7 02-19 DATE:iln1Oz PAGE 33 2. The CONTRACTOR shall not be required to repair damage to the premises if the same was caused by the CITY's occupancy or use; • 3. The one-year correction period for those portions of the premises occupied and equipment used by the CITY shall start as of the date of actual occupancy or use- 4. Occupancy or use shall not constitute acceptance by the CITY either of the completed work or any portion thereof, nor will it relieve the CONTRACTOR from full responsibility for correcting defective work or materials found before completion and acceptance of all the work during the period specified in Article 13.8, herein; 5. Occupancy or use shall not be deemed to be the equivalent of filing a Notice of Substantial Completion/Notice of Completion or a Cessation of Labor; 6. There shall be no added cost to the CITY due to pre-completion occupancy or use; 7. The CONTRACTOR and its surety shall execute a "No Change in Price" Change Order prepared pursuant to this Article 14.5; 8. Effective 12:01 a.m. standard time at the project site at the date of beneficial occupancy or use stipulated in the Change Order, the CONTRACTOR shall be released from the obligations of maintaining fire and extended coverage insurance covering those portions of the premises occupied by the CITY pursuant to this Article 14, but shall maintain all other insurance required by the Contract in full force and effect. The CITY shall obtain fire and extended coverage insurance or maintain equivalent self-insurance covering those portions of the premises occupied or used pursuant to this Article 14.6. 14.7 Substantial Completion: a. When the CONTRACTOR considers the entire Work ready for its intended use the CONTRACTOR shall notify • the CITY and the ENGINEER in writing, through the Project Representative, that the entire Work is substantially complete (except for items specifically listed by the CONTRACTOR as incomplete) and request that the ENGINEER issue a Notice of Completion/Substantial Completion. Within a reasonable time thereafter, the CITY, the CONTRACTOR, and the ENGINEER shall make an inspection of the WORK to determine the status of completion. If the Project Representative and/or the ENGINEER does not consider the WORK substantially complete, the ENGINEER, through the Project Representative will notify the CONTRACTOR in writing, giving the reasons therefor. Upon recommendation of the Project Representative, if the ENGINEER considers the WORK substantially complete, the ENGINEER will prepare and deliver to the CITY for its execution and recordation the Notice of Substantial Completion/Notice of Completion signed by the CITY, the ENGINEER, and the CONTRACTOR, which shall fix the date of Completion. As applicable,there shall be attached to the Notice a list of items to be completed or corrected before release of retainage or funds withheld to secure payment for such items remaining to be completed or corrected. At the time of delivery of the tentative Notice of Substantial Completion the ENGINEER will deliver to the CITY and the CONTRACTOR a Written recommendation as to division of responsibilities pending final payment between the CITY and the CONTRACTOR with respect to security, operation, safety, maintenance, heat, utilities, insurance and warranties and guarantees. Unless the CITY and the CONTRACTOR agree otherwise in writing and so inform the ENGINEER in writing prior to the ENGINEER's issuing the definitive Notice of Substantial Completion, the ENGINEER's aforesaid recommendation will be binding on the CITY and the CONTRACTOR until final payment. b. Completion shall mean Substantial completion, which shall mean substantial performance of the Contract as defined in Black's Law Dictionary 4th Edition, by West Publishing Co., St. Paul Minn., See definition of "Completion" and "Substantial Completion" in Article 1, herein. c. The CITY shall have the right to exclude the CONTRACTOR from the Work after the date of Substantial Completion, but the CITY shall allow the CONTRACTOR reasonable access to complete or correct items on the tentative list. 14.8 Partial Utilization: • Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:11/7102 PAGE 34 Use by the CITY at the CITY's option of any substantially completed part of the Work which: (i) has specifically been identified in the Contract Documents, or (ii) the CITY, the ENGINEER and the CONTRACTOR agree • constitutes a separately functioning and usable part of the Work that can be used by the CITY for its intended purpose without significant interference with the CONTRACTOR's performance of the remainder of the Work, may be accomplished prior to Substantial Completion of all the Work subject to the following: 1. The CITY at any time may request the CONTRACTOR in writing to permit the CITY to use any such part of the Work which the CITY believes to be ready for its intended use and substantially complete. If the CONTRACTOR agrees that such part of the Work is substantially complete, the CONTRACTOR will certify to the CITY and the ENGINEER that such part of the Work is substantially complete and request the ENGINEER to issue a Notice of Substantial Completion for that part of the Work. The CONTRACTOR at any time may notify the CITY and the ENGINEER in writing that the CONTRACTOR considers any such part of the Work ready for its intended use and substantially complete and request the ENGINEER to issue a Notice of Substantial Completion for that part of the Work. Within a reasonable time after either such request, the CITY, the CONTRACTOR and the ENGINEER shall make an inspection of that part of the Work to determine its status of completion. If the ENGINEER does not consider that part of the Work to be substantially complete, the ENGINEER will notify the CITY and the CONTRACTOR in writing giving the reasons therefor. If the ENGINEER considers that part of the Work to be substantially complete, the provisions of Article 14.7 will apply with respect to certification of Substantial Completion of that part of the Work and the division of responsibility in respect thereof and access thereto. 2. No occupancy or separate operation of part of the Work will be accomplished prior to compliance with the requirements of Article 5.9 in respect of property insurance. 14.9 Final Inspection: Upon written notice from the CONTRACTOR that the entire Work or an agreed portion thereof is complete, the ENGINEER will make a final inspection with the CITY and the CONTRACTOR and will notify the CONTRACTOR in writing of all particulars in which this inspection reveals that the Work is incomplete or defective. The CONTRACTOR shall immediately take such measures as are necessary to complete such Work or remedy such • deficiencies. 14.10 Final Application for Payment: After the CONTRACTOR has completed all such correction work referred to in Article 14.7, herein, and delivered corrections to the satisfaction of the ENGINEER and delivered in accordance with the Contract Documents or other evidence of insurance required by Article 5.4 , certificates of inspection, marked-up record documents (as provided in Article 6.11, and other documents, all as required by the Contract Documents, and after the ENGINEER has indicated that the WORK is acceptable, the CONTRACTOR may make application through the Project Representative for final payment following the procedure for progress payments. The final Application for Payment shall be accompanied (except as previously delivered) by: (i) all documentation called for in the Contract Documents, including but not limited to the evidence of insurance required, (ii) consent of the surety, if any, to final payment, and (iii) complete and legally effective releases or waivers (satisfactory to the CITY) of all Stop Notices arising out of or filed in connection with the WORK. In lieu of such releases or waivers of Liens and,as approved by CITY, the CONTRACTOR may furnish receipts or releases in full and an affidavit of the CONTRACTOR that: (i) the releases and receipts include all labor, services, material and equipment for which a Lien could be filed, and (ii) all payrolls, material and equipment bills and other indebtedness connected with the WORK for which the CITY or the CITY's property might in any way be responsible have been paid or otherwise satisfied. If any Subcontractor or Supplier fails to furnish such a release or receipt in full, the CONTRACTOR may furnish a Stop Notice Release Bond or other collateral satisfactory to the CITY to indemnify the CITY against any Lien. 14.11 Final Payment and Acceptance: a. Final payment is defined as the last progress payment made to the CONTRACTOR for earned funds, less retainage or other withheld funds, as applicable, including the deductions listed in paragraph 14.11 c, herein. b. If, on the basis of the ENGINEER's observation of the WORK during construction and final inspection, and the • ENGINEER's review of the final Application for Payment and accompanying documentation, all as required by the Palm Springs Convention Centre CONDITIONS OF THE CONTRACT Expansion Phase I CITY PROJECT 02-09 GENERAL CONDITIONS DATE:IIM02 PAGE 35 Contract Documents, the ENGINEER is satisfied that the WORK has been substantially completed, and the CONTRACTOR's other obligations under the Contract Documents have been fulfilled, the ENGINEER will, within • 14 days after receipt of the final Application for Payment, indicate in writing the ENGINEER's recommendation of payment and present the Application to the CITY for payment. At the same time the ENGINEER will also give written notice to the CITY and the CONTRACTOR that the WORK is acceptable subject to the provisions of Article 14.14. Otherwise, the ENGINEER will return the Application to the CONTRACTOR, indicating in writing the reasons for refusing to recommend final payment, in which case the CONTRACTOR shall make the necessary corrections and resubmit the Application. Thirty days after the presentation to the CITY of the Application and accompanying documentation, in appropriate form and substance and with the ENGINEER's recommendation and notice of acceptability, the amount recommended by the ENGINEER will become due and payable to the CONTRACTOR. c. After acceptance of the WORK by the CITY's governing body, the CITY will make final payment to the CONTRACTOR of the amount remaining after deducting all prior payments and all amounts to be kept or retained under the provisions of the Contract Documents, including the following items: 1. Retainage of not less than 5 percent of the contract price, subject to the provisions of Public Contract Code Section 22300. 2. Liquidated damages, as applicable. 3. One and one-half times the value of outstanding items of correction work or punch list items indicated on the Notice of Completion as being yet uncompleted or uncorrected, as applicable. All such work shall be completed or corrected to the satisfaction of the CITY within the time stated on the Notice of Substantial Completion/Notice of Completion, otherwise the CONTRACTOR does hereby waive any and all claims to all monies withheld by the CITY to cover the value of all such uncompleted or uncorrected items. 14.12 Release of Retainage and Other Deductions: a. After executing and recording a Notice of Completion, and not more than 35 days thereafter, the CITY will authorize the release to the CONTRACTOR of the retainage funds or securities withheld pursuant to the • Agreement, less any deductions to cover pending claims against the CITY pursuant to paragraph 14.5b, herein. b. During said Stop Notice filing period, the CONTRACTOR shall have 30 days to complete any outstanding items of correction work remaining to be completed or corrected as listed on a final punch list made a part of the Notice of Substantial Completion/Notice of Completion. Upon expiration of the 35 days referred to in paragraph 14.12a, the amounts withheld pursuant to the provisions of paragraph 14.11c, herein, for all remaining work items will be returned to the CONTRACTOR; provided, that said work has been completed or corrected to the satisfaction of the CITY within said 30 days. Otherwise, the CONTRACTOR does hereby waive any and A claims for all monies withheld by the CITY under the Contract to cover 1.5 times the value of such remaining uncompleted or uncorrected items. c. If, through no fault of the CONTRACTOR, final completion of the WORK is significantly delayed and if the ENGINEER so confirms, the CITY will, upon receipt of the CONTRACTOR's final Application for Payment and recommendation of the ENGINEER, and without terminating the Agreement, make payment of the balance due for that portion of the WORK fully completed and accepted. If the remaining balance to be held by the CITY for WORK not fully completed or corrected is less than the retainage stipulated in the Agreement, and if Bonds have been furnished as required in Article 5.1, the written consent of the surety to the payment of the balance due for that portion of the WORK fully completed and accepted shall be submitted by the CONTRACTOR to the ENGINEER with the Application for such payment. Such payment shall be made under the terms and conditions governing final payment, except that it shall not constitute a waiver of claims. 14.13 CONTRACTOR's Continuing Obligation: The CONTRACTOR's obligation to perform and complete the WORK in accordance with the Contract Documents shall be absolute. Neither recommendation of any progress or final payment by the ENGINEER, nor the issuance of a Notice of Substantial Completion/Notice of Completion, nor any payment by the CITY to the CONTRACTOR under the Contract Documents, nor any use or occupancy of the WORK or any part thereof by the CITY, nor any act of acceptance by the CITY nor any failure to do so, nor any review and approval of a Shop Drawing or sample Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02 19 GENERAL CONDITIONS DATE:1 wlo2 PAGE 36 submittal, will constitute an acceptance of work not in accordance with the Contract Documents or a release of the CONTRACTOR's obligation to perform the WORK in accordance with the Contract Documents. • 14.14 Waiver of Claims: a. The acceptance by the CONTRACTOR of the final payment referred to in Article 14.11, herein, shall be a release of the CITY and its agents from all claims of liability to the CONTRACTOR for anything done or furnished for, or relating to, the WORK or for any act or neglect of the CITY or of any person relating to or affecting the WORK, except demands made against the CITY for the remainder, if any, of the amounts kept or retained under the provisions of Article 14.11, herein; and excepting all pending, unresolved claims filed prior to the date of the Notice of Substantial Completion/Notice of Completion b. The making and acceptance of final payment shall constitute: 1. a waiver of all claims by the CITY against the CONTRACTOR, except claims arising from unsettled Liens, from defective WORK appearing after final inspection pursuant to Article 14.9, from failure to comply with the Contract Documents or the terms of any special guarantees specified therein, or from the CONTRACTOR's continuing obligations under the Contract Documents; and 2. a waiver of all claims by the CONTRACTOR against the CITY other than those previously made in writing and still unsettled. ARTICLE 15 --SUSPENSION OF WORK AND TERMINATION 15.1 Suspension of WORK by the CITY: At any time and without cause, the CITY may suspend the WORK or any portion thereof for a period of not more than 90 ninety days by notice in writing to the CONTRACTOR. The CONTRACTOR and the ENGINEER which will fix the date on which Work will be resumed. The CONTRACTOR shall resume the WORK on receipt from the • Project Representative of a Notice of Resumption of WORK. The CONTRACTOR shall be allowed an adjustment in the Contract Price or an extension of the Contract Times, or both, directly attributable to any such suspension if the CONTRACTOR makes an approved claim therefor as provided in Articles 11 and 12. 15.2 Termination of Agreement by the CITY (CONTRACTOR Default): a. In the event of default by the CONTRACTOR,the CITY may give 10 days written notice to the CONTRACTOR of the CITY's intent to terminate the Agreement and provide the CONTRACTOR an opportunity to remedy the conditions constituting the default. It shall be considered a default by the CONTRACTOR upon the occurrence of one or more of the following events: 1. If the CONTRACTOR becomes insolvent, or assigns its assets for the benefit of its creditors; 2. If the CONTRACTOR persistently fails to perform the Work in accordance with the Contract Documents (including, but not limited to, failure to supply sufficient skilled workers or suitable materials or equipment or failure to adhere to the progress schedule established under Article 2.8 as adjusted from time to time pursuant to Article 6.3 3. If the CONTRACTOR disregards Laws or Regulations of any public body having jurisdiction; 4. If the CONTRACTOR disregards the authority of the ENGINEER; 5. If the CONTRACTOR otherwise violates in any substantial way any provisions of the Contract Documents; or 6. If the CONTRACTOR fails to prosecute the WORK according to the approved construction schedule; 7. If the CONTRACTOR fails to provide a qualified, full-time Superintendent or Project Manager at the site, • competent workers, or materials or equipment meeting the requirements of the Contract Documents.lf CONDITIONS OF THE CONTRACT PM.Springs Convention Cemel Expansion Phase I CITY PaOJECT 02-19 GENERAL CONDITIONS DATE:71in02 PAGE 37 the CONTRACTOR fails to remedy the conditions constituting default within the time allowed, the CITY may then issue the Notice of Termination. • b. The CITY may, after giving the CONTRACTOR (and the surety) 7 days' written notice and to the extent permitted by Laws and Regulations,terminate the services of the CONTRACTOR, exclude the CONTRACTOR from the site and take possession of the Work and of all of the CONTRACTOR's tools, appliances, construction equipment and machinery at the site and use the same to the full extent they could be used by the CONTRACTOR (without liability to the CONTRACTOR for trespass or conversion), incorporate in the Work all materials and equipment stored at the site or for which the CITY has paid the CONTRACTOR but which are stored elsewhere, and finish the Work as the CITY may deem expedient. In such case the CONTRACTOR shall not be entitled to receive any further payment until the Work is finished. If the unpaid balance of the Contract Price exceeds all claims, costs, losses and damages sustained by the CITY arising out of or resulting from completing the Work such excess will be paid to the CONTRACTOR. If such claims, costs, losses and damages exceed such unpaid balance, the CONTRACTOR shall pay the difference to the CITY. Such claims, costs, losses and damages incurred by the CITY will be reviewed by the ENGINEER as to their reasonableness and when so approved by the ENGINEER incorporated in a Change Order, provided that when exercising any rights or remedies under this paragraph the CITY shall not be required to obtain the lowest price for the Work performed. c. Where the CONTRACTOR's services have been so terminated by the CITY, the termination will not affect any rights or remedies of the CITY against the CONTRACTOR then existing or which may thereafter accrue. Any retention or payment of moneys due the CONTRACTOR by the CITY will not release the CONTRACTOR from liability. 15.3 Termination of Agreement by the CITY (For Convenience): Upon 7 days' written notice to the CONTRACTOR, and the ENGINEER, the CITY may, without cause and without prejudice to any other right or remedy of the CITY, elect to terminate the Agreement. In such case, the CONTRACTOR shall be paid (without duplication of any items) for the following: 1. For completed and acceptable Work executed in accordance with the procedure prescribed for the making of the final application for payment and payment under Article 14.7, herein. Contract Documents prior to the effective date of termination, including fair and reasonable sums for overhead and profit on such Work; 2. For expenses sustained prior to the effective date of termination in performing services and furnishing labor, materials or equipment as required by the Contract Documents in connection with uncompleted Work, plus fair and reasonable sums for overhead and profit on such expenses; 3. For all claims, costs, losses and damages incurred in settlement of terminated contracts with Subcontractors, Suppliers and others; and 4. For reasonable expenses directly attributable to termination. The CONTRACTOR shall not be paid on account of loss of anticipated profits or revenue or other economic loss arising out of or resulting from such termination. 15.4 Termination of Agreement by the CONTRACTOR: The CONTRACTOR may terminate the Agreement upon 14 days written notice to the CITY, whenever,through no act or fault of the CONTRACTOR, the Work is suspended for a period of more than 90 days by the CITY or under an order of court or other public authority, or the ENGINEER fails to act on any Application for Payment within 30 days after it is submitted, or the CITY fails for 30 days to pay the CONTRACTOR any sum finally determined to be due, then the CONTRACTOR may, upon 7 days' written notice to the CITY and the ENGINEER, and provided that the CITY or the ENGINEER does not remedy such suspension or failure within that time, terminate the Agreement and recover from the CITY payment on the same terms as provided in Article 15.3. In lieu of terminating the Agreement and without prejudice to any other right or remedy, if the ENGINEER has failed to act on an Application for Payment within 30 days after it is submitted, or the CITY has failed for 30 days to pay the CONTRACTOR any • sum finally determined to be due, the CONTRACTOR may upon 7 day's written notice to the CITY and the Palm Springs ion Cen[er Expansion Phase 1 CONDITIONS OF THE CONTRACT CITY PPROJECTT 02-19 oz-is GENERAL CONDITIONS DATE:1 VAP2 PAGE 38 ENGINEER stop the Work until payment of all such amounts due to the CONTRACTOR, including interest thereon. The provisions of this Article 15.4 are not intended to preclude the CONTRACTOR from making claim under • Articles 11 and 12 for an increase in Contract Price or Contract Times or otherwise for expenses or damage directly attributable to the CONTRACTOR's stopping Work as permitted by this paragraph. ARTICLE 16 --DISPUTE RESOLUTION a. Any question about interpretation or clarification, disagreement, or claim that has been timely referred to the ENGINEER in accordance with Article 9.8, except any which have been waived by the making or accepting of final payment, shall upon timely demand of either party be subject to resolution under the following provisions and the provisions of Article 18.18, herein. b. No demand for arbitration or litigation may be made until the earlier of the following listed times: 1. The date on which the ENGINEER has issued a written decision as provided in paragraph 9.8a. 2. The sixty-first day after the date of the ENGINEER's receipt of a claim or dispute, or for an adjustment of contract terms, or both, if a decision has not been issued by that date. c. Pending a resolution of the claim or dispute, the CONTRACTOR shall proceed diligently with the performance of the contract and in accordance with the ENGINEER's decision unless the parties to this contract otherwise agree in writing. If and to the extent that CITY and CONTRACTOR have agreed on the method and procedure for resolving disputes between them that may arise under this Agreement, such dispute resolution method and procedure, if any, shall be as set forth in Exhibit GC-A, "Dispute Resolution Agreement," to be attached hereto and made a part hereof. If no such agreement on the method and procedure for resolving such disputes has been reached, and subject to the provisions of Articles 9.7 and 9.8, CITY and CONTRACTOR may exercise such rights or remedies as either may otherwise have under the Contract Documents or by Laws or Regulations in respect of any dispute. ARTICLE 17--MISCELLANEOUS 17.1 Giving Notice: Whenever any provision of the Contract Documents requires the giving of written notice, it will 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. 17.2 Title to Materials Found on the WORK: The CITY shall have the right to retain title to all soils, stone, sand, gravel, and other materials developed and Oobtained from excavations and other operations connected with the WORK. Unless otherwise specified in the Contract Documents, neither the CONTRACTOR nor any subcontractor shall have any right, title, or interest in or to any such materials. The CONTRACTOR will be permitted to use in the WORK, without charge, any such materials which meet the requirements of the Contract Documents. 17.3 Computation of Times: When any period of time is referred to in the Contract Documents by days, it will be computed to exclude the first and include the last day of such period. If the last day of any such period falls on a Saturday or Sunday or on a day made a legal holiday by the law of the applicable jurisdiction, such day will be omitted from the computation. A calendar day of 24 hours measured from midnight to the next midnight shall constitute one day. • 17.4 Right to Audit: Palm Springs Convention Center Expansion Phase 1 CONDITIONS OF THE CONTRACT CITY PROJECT 02-09 GENERAL CONDITIONS DATE:110102 PAGE 39 If the CONTRACTOR submits a claim to the CITY for additional compensation, the CITY shall have the right, as a condition to considering the claim, and as a basis for evaluation of the claim, and until the claim has been settled, to audit the CONTRACTOR's books to the extent they are relevant. This right shall include the right to examine books, records, documents, and other evidence and accounting procedures and practices, sufficient to discover and verify all direct and indirect costs of whatever nature claimed to have been incurred or anticipated to be incurred and for which the claim has been submitted. The right to audit shall include the right to inspect the CONTRACTOR's plants, or such parts thereof, as may have been engaged in the performance of the WORK. The CONTRACTOR further agrees that the right to audit encompasses all subcontracts and is binding upon subcontractors. The rights to examine and inspect herein provided for shall be exercisable through such representatives as the CITY deems desirable during the CONTRACTOR's normal business hours at the office of the CONTRACTOR. The CONTRACTOR shall make available to the CITY for auditing, all relevant accounting records and documents, and other financial data, and upon request, shall submit true copies of requested records to the CITY. 17.5 Notice of Claim: Should CITY or CONTRACTOR suffer injury or damage to person or property because of any error, omission or act of the other party or of any of the other party's employees or agents or others for whose acts the other party is legally liable, claim will be made in writing to the other party within a reasonable time of the first observance of such injury or damage. The provisions of this Article 17.5 shall not be construed as a substitute for or a waiver of the provisions of any applicable statute of limitations or repose. 17.6 Cumulative Remedies: The duties and obligations imposed by these General Conditions and the rights and remedies available hereunder to the parties hereto, and, in particular but without limitation, the warranties, guarantees and obligations imposed upon CONTRACTOR by Articles 6.5, 6.8, 6.13, 6.14, 13.2, 13.8, 13.10, 14.4 and 15.2 and all of the rights and remedies available to CITY and ENGINEER thereunder, are in addition to, and are not to be construed in any way as a limitation of, any rights and remedies available to any or all of them which are otherwise imposed or available by Laws or Regulations, by special warranty or guarantee or by other provisions of the Contract Documents, and the provisions of this paragraph will be as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right and remedy to which they apply. 17.7 Professional Fees and Court Costs Included: Whenever reference is made to "claims, costs, losses and damages," it shall include in each case, but not be limited to, all fees and charges of engineers, architects, attorneys and other professionals and all court or arbitration or other dispute resolution costs. ARTICLE 18.0--CALIFORNIA STATE REQUIREMENTS 18.1 State Wage Determinations: a. As required by Sections 1770 and following, of the California Labor Code, the CONTRACTOR shall pay not less than the prevailing rate of per diem wages as determined by the Director of the California Department of Industrial Relations. Copies of such prevailing rate of per diem wages are on file at the office of the CITY, which copies shall be made available to any interested party on request. The CONTRACTOR shall post a copy of such determination at each job site. b. The CONTRACTOR shall, as a penalty to the CITY, forfeit $50.00 for each calendar day, or portion thereof, for each worker paid less than the prevailing rates as determined by the Director for such work or craft in which such worker is employed for any public work done under the contract by him or by any subcontractor under him. 18.2 Workers' Compensation: a. In accordance with the provisions of Section 3700 of the California Labor Code, the CONTRACTOR shall secure the payment of compensation to its employees. • Palm Springs Convention Center EHpansion Phase I CONDITIONS OF THE CONTRACT CITY PaoJrcr 02-19 GENERAL CONDITIONS DATE:11i7102 PAGE 40 b. Prior to beginning work under the Contract, the CONTRACTOR shall sign and file with the CITY the following certification: • "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the WORK of this Contract." c. Notwithstanding the foregoing provisions, before the Contract is executed on behalf of the CITY, a bidder to whom a contract has been awarded shall furnish satisfactory evidence that it has secured in the manner required and provided by law the payment of workers' compensation. 18.3 Apprentices on Public Works: The CONTRACTOR shall comply with all applicable provisions of Section 1777.5 and 1777.6 of the California Labor Code relating to employment of apprentices on public works. 18.4 Working Hours: The CONTRACTOR shall comply with all applicable provisions of Section 1810 to 1815, inclusive, of the California Labor Code relating to working hours. The CONTRACTOR shall, as a penalty to the CITY, forfeit $25.00 for each worker employed in the execution of the Contract by the CONTRACTOR or by any sub-contractor for each calendar day during which such worker is required or permitted to work more than 8 hours in any one calendar day and 40 hours in any one calendar week, unless such work receives compensation for all hours worked in excess of 8 hours at not less than 1-1/2 times the basic rate of pay. 18.5 CONTRACTOR Not Responsible For Damage Resulting From Certain Acts of God: As provided in Section 7105 of the California Public Contract Code, the CONTRACTOR shall not be responsible for the cost of repairing or restoring damage to the WORK which damage is determined to have been proximately caused by an act of God, in excess of 5 percent of the contracted amount, provided, that the WORK damaged was built in accordance with accepted and applicable building standards and the plans and specifications of the CITY.The CONTRACTOR shall obtain insurance to indemnify the CITY for any damage to the WORK caused by an act of God if the insurance premium is a separate bid item in the bidding schedule for the WORK. For purposes of this section, the term "acts of God" shall include only the following occurrences or conditions and effects: earthquakes in excess of a magnitude of 3.5 on the Richter Scale, and tidal waves. 18.6 Notice of Completion: In accordance with the Sections 3086 and 3093 of the California Civil Code, within 10 days after date of acceptance of the WORK by the CITY's governing body, the CITY will file, in the County Recorder's office, a Notice of Completion of the WORK. 18.7 Unpaid Claims: If, at any time prior to the expiration of the period for service of a Stop Notice, there is served upon the CITY a Stop Notice as provided in Sections 3179 through 3210 of the Civil Code of the State of California, the CITY shall, until the discharge thereof, withhold from the moneys under its control so much of said moneys due or to become due the CONTRACTOR under this Contract as shall be sufficient to answer the claim stated in such stop notice and to provide for the reasonable cost of any litigation thereunder; provided, that if the ENGINEER shall, in its discretion, permit the CONTRACTOR to file with the CITY the bond referred to in Section 3196 of the Civil Code of the State of California, said moneys shall not thereafter be withheld on account of such Stop Notice. 18.8 Concrete Forms, Falsework,and Shoring: The CONTRACTOR shall comply fully with the requirements of Section 1717 of the Construction Safety Orders, State of California, Department of Industrial Relations, regarding the design of concrete forms, falsework and • shoring, and the inspection of same prior to placement of concrete. Where the said Section 1717 requires the CONDITIONS OF THE CONTRACT Palm Springs Convention Center Expansion Phase I GENERAL CONDITIONS CITY PROJECT 02-19 DATE:TVA02 PAGE 41 services of a civil engineer registered in the State of California to approve design calculations and working drawings of the falsework or shoring system, or to inspect such system prior to placement of concrete, the CONTRACTOR shall employ a registered civil engineer for these purposes, and all costs therefor shall be included • in the price named in the Contract for completion of the WORK as set forth in the Contract Documents, 18.9 Retainage From Monthly Payments: Pursuant to Section 22300 of the California Public Contract Code, the CONTRACTOR may substitute securities for any money withheld by the CITY to insure performance under the Contract. At the request and expense of the CONTRACTOR, securities equivalent to the amount withheld shall be deposited with the CITY or with a state or federally chartered bank as the escrow agent, who shall return such securities to the CONTRACTOR upon satisfactory completion of the Contract. Deposit of securities with an escrow agent shall be subject to a written agreement for in-lieu construction payment retention provided by the CITY between the escrow agent and the CITY which provides that no portion of the securities shall be paid to the CONTRACTOR until the CITY has certified to the escrow agent, in writing, that the Contract has been satisfactorily completed. The CITY will not certify that the Contract has been satisfactorily completed until at least 30 days after filing by the CITY of a Notice of Completion. Securities eligible for investment under Public Contract Code Section 22300 shall be limited to those listed in Section 16430 of the Government Code and to bank or savings and loan certificates of deposit. 1B.10 Public Works Contracts; Assignment to Awarding Body: In accordance with Section 7103.5 of the California Public Contract Code, the CONTRACTOR and Subcontractors shall conform to the following requirements. In entering into a public works contract or a subcontract to supply goods, services, or materials pursuant to a public works contract, the CONTRACTOR or subcontractor offers and agrees to assign to the awarding body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 Division 7 of the Business and Professions Code), arising from purchases of goods, services, or materials pursuant to the public works contract or the subcontract. This assignment shall be made and become effective at the time the awarding body tenders final payment to the CONTRACTOR, without further acknowledgement by the parties. 18.11 Submittal of Bids;Agreement to Assign: In accordance with Section 4552 of the Government Code, the bidder shall conform to the following requirements. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Sec. 15) or under the Cartwright Act (Chapter 2 (commencing with Section 16700) of Part 2 Division 7 of the Business and Professions Code) arising from purchases of goods, materials, or services by and for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to the bidder. 18.12 Payroll Records; Retention; Inspection; Noncompliance Penalties; Rules and Regulations: a. Each contractor and subcontractor shall keep an accurate payroll record, showing the name, address, social security number, work classification, straight time and overtime hours worked each day and week, and the actual per diem wages paid to each journeyman, apprentice, worker, or other employee employed by him or her in connection with the public work. b. The payroll records enumerated under paragraph 18.12a shall be certified and shall be available for inspection at all reasonable hours at the principal office of the CONTRACTOR on the following basis: 1. A certified copy of an employee's payroll record shall be made available for inspection or furnished to the employee or his or her authorized representative on request. 2. A certified copy of all payroll records enumerated in paragraph 18.12a, herein, shall be made available for inspection or furnished upon request to a representative of the body awarding the contract, the Division of Labor Standards enforcement, and the Division of Apprenticeship Standards of the Department of Industrial Relations. • Palm Sprimrs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:1 t7/02 PAGE 42 3. A certified copy of all payroll records enumerated in paragraph 18.12a, herein, shall be made available upon request by the public for inspection or copies thereof made; provided, however, that a request by • the public shall be made through either the body awarding the contract, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement. If the requested payroll records have not been provided pursuant to paragraph 18.12b.2, herein, the requesting party shall, prior to being provided the records, reimburse the costs of preparation by the CONTRACTOR, subcontractors, and the entity through which the request was made. The public shall not be given access to the records at the principal office of the CONTRACTOR. c. Each contractor shall file a certified copy of the records, enumerated in paragraph 18.12a, herein, with the entity that requested the records within 10 days after receipt of a written request. d. Any copy of records made available for inspection as copies and furnished upon request to the public or any public agency by the awarding body, the Division of Apprenticeship Standards, or the Division of Labor Standards Enforcement shall be marked or obliterated in such a manner as to prevent disclosure of an individual's name, address, and social security number. The name and address of the CONTRACTOR awarded the contract or performing the contract shall not be marked or obliterated. e. The CONTRACTOR shall inform the body awarding the contract of the location of the records enumerated under paragraph 18.12a, herein, including the street address, city and county, and shall, within 5 working days, provide a notice of a change of location and address. f. In the event of noncompliance with the requirements of this Section, the CONTRACTOR shall have 10 days in which to comply subsequent to receipt of written notice specifying in what respects the CONTRACTOR must comply with this Section. Should noncompliance still be evident after the 10-day period, the CONTRACTOR shall, as a penalty to the state or political subdivision on whose behalf the contract is made or awarded, forfeit 25 dollars for each calendar day, or portion thereof, for each worker, until strict compliance is effectuated. Upon the request of the Division of Apprenticeship Standards or the Division of Labor Standards Enforcement, these penalties shall be withheld from progress payments then due. • g. A copy of all payrolls shall be submitted weekly to the ENGINEER. Payrolls shall contain the full name, address and social security number of each employee, his or her correct classification, rate of pay, daily and weekly number of hours worked, itemized deductions made and actual wages paid. They shall also indicate apprentices and ratio of apprentices to journeymen. The employee's address and social security number need only appear on the first payroll on which his name appears. The payroll shall be accompanied by a "Statement of Compliance" signed by the employer or its agent indicating that the payrolls are correct and complete and that the wage rates contained therein are not less than those required by the contract. The "Statement of Compliance" shall be on forms furnished by the CITY or on any form with identical wording. The CONTRACTOR shall be responsible for the submission of copies of payrolls of all subcontractors. h. If by the 15th of the month, the CONTRACTOR has not submitted satisfactory payrolls for all work performed during the monthly period ending on or before the 1 st of that month, the CITY will retain an amount equal to 10 percent of the estimated value of the work performed during the month from the next monthly estimate, except that such retention shall not exceed $10,000 nor be less than S1,000. Retentions for failure to submit satisfactory payrolls shall be additional to all other retentions provided for in the contract. The retention for failure to submit payrolls for any monthly period will be released for payment on the monthly estimate for partial payments next following the date that all the satisfactory payrolls for which the retention was made are submitted. 18.13 Cultural Resources The CONTRACTOR's attention is directed to the provisions of the Clean Water Grant Program Bulletin 76A which augments the National Historic Preservation Act of 1966 (16 U.S.C. 470 as specified under Section entitled, "Temporary Environmental Controls" of the General Requirements. 18.14 Protection of Workers in Trench Excavations: As required by Section 6705 of the California Labor Code and in addition thereto, whenever work under the Contract involves the excavation of any trench or trenches 1.5 meters (5 feet) or more in depth, the Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT atr Paoeecr oz-ts GENERAL CONDITIONS DATE 119/02 PAGE 43 CONTRACTOR shall submit for acceptance by the CITY or by a registered civil or structural engineer, employed by the CITY, to whom authority to accept has been delegated, in advance of excavation, a detailed plan showing the design of shoring, bracing, sloping, or other provisions to be made for worker protection from the hazard of caving • ground during the excavation, of such trench or trenches. If such plan varies from the shoring system standards established by the Construction Safety Orders of the Division of Industrial Safety, the plan shall be prepared by a registered civil or structural engineer employed by the CONTRACTOR, and all costs therefor shall be included in the price named in the Contract for completion of the WORK as set forth in the Contract Documents. Nothing in this Section shall be deemed to allow the use of a shoring, sloping, or other protective system less effective than that required by the Construction Safety Orders. Nothing in this Section shall be construed to impose tort liability on the CITY,the ENGINEER, or any of their officers, agents, representatives, or employees. 18.15 Travel and Subsistence Pay: a. As required by Section 1773.8 of the California Labor Code the CONTRACTOR shall pay travel and subsistence payments to each worker needed to execute the WORK, as such travel and subsistence payments are defined in the applicable collective bargaining agreements filed in accordance with this Article. b. To establish such travel and subsistence payments, the representative of any craft, classification or type of workman needed to execute the contracts shall file with the Department of Industrial Relations fully executed copies of collective bargaining agreements for the particular craft, classification or type of work involved. Such agreements shall be filed within 10 days after their execution and thereafter shall establish such travel and subsistence payments whenever filed 30 days prior to the call for bids. 18.16 Removal, Relocation, or Protection of Existing Utilities: a. In accordance with the provisions of Section 4215 of the California Government Code, any contract to which a public agency as defined in Section 4401 is a party, the public agency shall assume the responsibility, between the parties to the contract, for the timely removal, relocation, or protection of existing main or trunkline utility facilities located on the site of any construction project that is a subject of the contract, if such utilities are not identified by the public agency in the plans and specifications made apart of the invitation for bids. The agency will compensate the CONTRACTOR for the costs of locating, repairing damage not due to the failure of the CONTRACTOR to exercise reasonable care, and removing or relocating such utility facilities not indicated in the plans and specifications with reasonable accuracy, and for equipment on the project necessarily idled during such work. b. The CONTRACTOR shall not be assessed liquidated damages for delay in completion of the project, when such delay was caused by the failure of the public agency or the owner of the utility to provide for removal or relocation of such utility facilities. c. Nothing herein shall be deemed to require the public agency to indicate the presence of existing service laterals or appurtenances whenever the presence of such utilities on the site of the construction project can be inferred from the presence of other visible facilities, such as buildings, meter and junction boxes, on or adjacent to the site of the construction; provided, however, nothing herein shall relieve the public agency from identifying main or trunk lines in the plans and specifications. d. If the CONTRACTOR while performing the contract discovers utility facilities not identified by the public agency in the contract plans or specifications, he or she shall immediately notify the public agency and utility in writing. e. The public utility, where they are the owner, shall have the sole discretion to perform repairs or relocation work or permit the CONTRACTOR to do such repairs or relocation work at a reasonable price. 18.17 Contracts for Digging Trenches or Excavations; Notice on Discovery of Hazardous Waste or Other Unusual Conditions; Investigations; Change Orders; Effect on Contract As required under Section 7104 of the Public Contracts Code (Stats. of 1989), in any public works contract of a local public entity which involves the digging trenches or other excavations that extend deeper than 1.2 meters (4 feet) below the surface shall be subject to the following conditions: The CONTRACTOR shall promptly, and before • Palm Springs Convention Centro Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT D2-09 GENERAL CONDITIONS DATE:11M02 PAGE 44 the conditions specified in Article 4.5, herein, are disturbed, notify the public entity in writing, of any of the conditions described in Article 4.5, herein. • 18.18 Resolution of Construction Claims: a. As required under Section 20104, at seq., of the California Public Contract Code, any demand of $375,000 Or less, by the CONTRACTOR for a time extension, payment of money, or damages arising from the work done by or on behalf of the CONTRACTOR pursuant to this Contract; or payment of an amount which is disputed by the CITY shall be processed in accordance with the provisions of said Section 20104, et. seq., relating to informal conferences, non-binding judicially-supervised mediation, and judicial arbitration. b. A single written claim shall be filed under this Article prior to the date of final payment for all demand resulting out of the Contract. c. Within 30 days of the receipt of the claim, the CITY may request additional documentation supporting the claim or relating to defenses or claims the CITY may have against the CONTRACTOR. If the amount of the claim is less than $50,000, the CONTRACTOR shall respond to the request for additional information within 15 days after receipt of the request. The CONTRACTOR shall respond to the request within 30 days or receipt if the amount of the claim exceeds $50,000, but is less than $375,000. d. Unless further documentation is requested, the CITY shall respond to the claim within 45 days if the amount of the claim is less than $50,000, or within 60 days if the amount of the claim is more than $50,000 but less than $375,000. If further documentation is requested, the CITY shall respond within the same amount of time taken by the CONTRACTOR to respond, or 15 days, whichever is greater, after receipt of the information if the claim is less than $50,000. If the claim is more than $50,000 but less than $375,000 and further documentation is requested by the CITY, the CITY shall respond within the same amount of time taken by the CONTRACTOR to respond or 30 days, whichever is greater. e. If the CONTRACTOR disputes the CITY's response, or the CITY fails to respond, the CONTRACTOR may demand an informal conference to meet and confer for settlement of the issues in dispute. The demand shall be served on the CITY within 15 days after the deadline of the CITY to respond or within 15 days of the CITY's response, whichever occurs first. The CITY shall schedule the meet and confer conference within 30 days of the request. f. If the meet and confer conference does not produce a satisfactory request, the CONTRACTOR may pursue the remedies authorized by law. END OF GENERAL CONDITIONS • Palm Springs Convention Center Expansion Phase I CONDITIONS OF THE CONTRACT CITY PROJECT 02-19 GENERAL CONDITIONS DATE:I IM02 PAGE 45 CONDITIONS OF THE CONTRACT • SUPPLEMENTARY GENERAL CONDITIONS GENERAL These Supplementary General Conditions make additions, deletions, or revisions to the General Conditions, as indicated herein. All provisions which are not so added, deleted, or revised remain in full force and effect. Terms used in these Supplementary General Conditions which are defined in the General Conditions have the same meanings assigned to them in the General Conditions, ARTICLE 1 In addition to the definitions in the provisions of Article 1 of the General Conditions, the following respective definitions shall apply: Consultant-the architectural firm and its designated representatives acting on behalf of the City of Palm Springs as its authorized representative within the scope of authority defined in their contract with the City. Contractor-The word Contractor shall refer to the Trade Contractor. Engineer-The word Engineer shall mean the Consultant. • Owners Representative - Mike E. Fontana of Mike E. Fontana and Associates, Palm Springs, CA or such other person as may be subsequently designated in writing to the Contractor. Project Representative -The word Project Representative shall refer to the Construction Manager, Turner Construction Company and its designated representative, or such other person or entity as may be subsequently designated by the City in writing to the Contractor. Said Construction Manager shall be the entity through whom all liaisons between the Contractor and the City shall be directed. Working Day-A Working Day is defined as any day, except as follows: (a) Saturdays, Sundays, and any legal holiday officially observed by the City of Palm Springs. (b) Days on which the Contractor is prevented by inclement weather or conditions resulting immediately therefrom adverse to the current controlling operation or operations, as determined by the Engineer, from proceeding with at least 75 percent of the normal labor and equipment force engaged on such operation or operations for a least 60 percent of the total daily time being currently spent on the controlling operation or operations. • • Article 2 - Preliminary Matters 2.2 Copies of Documents - Revise the number of copies of the contract documents to be (2) copies in lieu of(5) copies. 2.3 Commencement of Contract Times: Notice to Proceed Delete the following..." or, if no Notice to Proceed is issued, on the thirtieth day after the Effective Date of the Agreement." 2.4 Starting the Project: Delete entire paragraph. 2.5 Starting the Work: Revise to read: The CONTRACTOR shall start to perform the Work on the date authorized by the Notice to Proceed, but no Work shall be done at the site prior to the Notice to Proceed. 2.8 Initially Acceptable Schedules: In this section, substitute the words PROJECT REPRESENTATIVE for the word ENGINEER. 2.9 Legal Address of the City: The official address of the City shall be the City of Palm Springs, 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262, or such other address as the City may subsequently designate in written notice to the Contractor. 2.10 Legal Address of the Owner's Representative: The official address of the Owner's Representative shall be Mike E. Fontana, Mike E. Fontana and Associates, 383 North Indian Canyon, Suite B, Palm Springs, CA 92262, or such other address as the City may subsequently designate in writing to the Contractor. 2.11 Legal Address of the Project Representative: The official address of the Project Representative shall be Turner Construction, 73-960 Highway 111, Suite 5, Palm Desert, CA 92262. ARTICLE 3 -CONTRACT DOCUMENTS: INTENT, AMENDING AND REUSE 3.1 Contract Documents: The following subparagraph (b) shall be added to Article 3.1 of the General Conditions: (b) The location of the Work, its general nature and extent, and the form and general dimensions of the Project and appurtenant works are shown on the drawings, hereby made a part of these Contract Documents, as listed on Sheet Number A 0.1 of the Drawings entitled, "Phase I - Expansion of the Palm Springs Convention Center" City Project Number 02-19" dated prior to the date of opening bids. Drawing changes made subsequent to the date of the opening bids shall only be issued under a Change Order, as provided in Article 10 of the General Conditions. • The following Article 3.7 shall be added to the General Conditions: 3.7 Scope: (a) The Work to be performed under this Contract shall consist of furnishing all plant, tools, equipment, materials, and manufactured articles and for furnishing all transportation services, and all fuel, power, water, and essential communications, and for the performance of all labor, work, or other operations required for the fulfillment of the contract in strict accordance with the Specifications, Drawings, Schedules, and other Contract Documents as defined in the Contract, all of which are made a part hereof and including such detail sketches as may be furnished by the Engineer from time to time during construction in explanation of said Drawings or other Contract Documents. (b) The Work shall be complete and operable, and all work, materials, and services not expressly called for or shown in the Contract Documents which may be necessary for the complete and proper construction of the Work in good faith shall be performed, furnished, and installed by the Contractor as though originally so specified or shown, at no additional cost to the City. Article 5 - Bonds and Insurance 5.1 Performance and Other Bond Amounts: (a) The Contractor shall furnish a satisfactory Performance Bond and a Payment Bond, each in the amount of 100 percent of the Contract price. • 5.2 Bonding Company Waiver of Right of Notification. The Contractor shall assure that its bonding company is familiar with all of the terms and conditions of these Specifications, and shall obtain a written acknowledgment by the Bonding Company that said Bonding Company thereby waives the right of special notification of any changes or modifications of the contract or of extensions of time or of decreased or increased Work or of cancellation of the Contract, or any other act Contract by the City or any of its authorized representatives. 5.3 Insurance Amounts: The limits of liability for insurance as required by Article 5.2 of the General Conditions shall provide coverage for not less than the following amounts or greater where required by Laws and Regulations: 1. Worker's Compensation: Under Article 5.2b.1 of the General Conditions: (a) State of California: Statutory Amount (b) Employers Liability $1,000,000 2. Comprehensive General Liability: Under Article 52b_2 of the General Conditions: (a) Bodily injury (including completed operations and products liability and wrongful death); See "Exhibit C -Trade Insurance Requirements" Property damage: See "Exhibit C -Trade Insurance Requirements" (b) Property damage liability insurance will provide explosion, collapse, and underground coverages where applicable. (c) Personal injury, with employment exclusion deleted. $1,000,000 Annual Aggregate 3. Comprehensive Automobile Liability: Under Article 5.2b.3 of the General Conditions: (a) Property damage $1,000,000 Each Occurrence or a combined single limit of $1,000,000 4. Builder's Risk: Under Article 5.2b.5 of the General Conditions will be paid for and obtained by the City of Palm Springs. Article 6 -The Contractor's Responsibilities • 6.15 Waiver of Rights: 6.15.a Add "Project Representative, Turner Construction Company" in all references where the CITY, the ENGINEER, and the ENGINEER CONSULTANTS are named, or where the CITY, the ENGINEER, and the CITY'S CONSULTANTS are named. 6.15.b Add "Project Representative, Turner Construction Company" in all references where the CITY, the ENGINEER, and the CITY'S CONSULTANTS are named. 6.15.c Add "Project Representative, Turner Construction Company." 6.5 Permits, License Fees, and Royalties The following subparagraphs "d,", "e," and "f," are hereby added to Article 6.5 of the General Conditions: 4. Business License and Permits: All permits issued by the City of Palm Springs shall be obtained by the Contractor, but will be paid by the City; provided, that prior to beginning the work hereunder, the Contractor shall obtain and pay for a City of Palm Springs business license. Except as otherwise provided herein, all permits issued by other agencies and authorities having jurisdiction shall be obtained and paid for by the Contractor. • 5. Building Permits: The Contractor shall obtain all licenses and shall assist in obtaining permits required to perform the Work of this project. The general Building Permit and Plan Check fee will be paid for by the City. Other permit fees, including encroachment fees and electrical, mechanical, and plumbing permit fees will be paid directly by the City. No separate payment therefor will be allowed under the Contract for any of the permits or fees under this Article. 6. Utility Fees: Utility connection fees, lateral fees, utility structure changes and tariffs, inspection fees, and similar utility-related fees will be paid for directly by the City. Annexation fees, flood control fees, pollution district fees, and similar fees will also be paid by the City. No separate payment therefor will be allowed under the Contract for any of the fees under this Article. 6.7 Laws and Regulations: The following subparagraph (d) is hereby added to Article 6.7 of the General Conditions: (d) The Work is located in the City of Palm Springs in the County of Riverside, State of California. The Contractor shall comply with all ordinances, regulations, and other lawful requirements of said City, County, and State governing the work on public property. In particular, the Contractors attention is directed to the section entitled "Temporary Environmental Controls." ARTICLE 9 -THE ENGINEER'S STATUS DURING CONSTRUCTION • 9.1 The word ENGINEER shall mean Project Representative for Articles 9.2, 9.3 and 9.4. 9.1 The word ENGINEER shall be defined in ARTICLE 1 for Articles 9.5, 9.6, 9.7, 9.8 and 9.9. ARTICLE 10 -CHANGES IN THE WORK 10.2 Allowable Quantity Variations: Deleted (UNIT PRICE JOBS ONLY). 10.3 Increases of More than 25 Percent: Deleted (UNIT PRICE JOBS ONLY). 10.4 Decreases of More Than 25 Percent: Deleted (UNIT PRICE JOBS ONLY). ARTICLE 11 - PAYMENTS TO CONTRACTOR AND COMPLETION: CHANGE OF CONTRACT PRICE 11.2 Equipment: The following wording shall be added to the end of Article 11.2 subparagraph (d): Whenever under the terms of the Contract the Contractor is entitled to additional payment for the use of rental equipment, the Contractor will be paid for the use of the equipment at the rental rate listed for such equipment specified in the current edition of the following reference publication: • "Labor Surcharge and Equipment" rental rates; as published by the State of California, Department of Transportation, Sacramento, CA. AED Green Book, 481h Edition, 1997 Rental Rates & Specifications for Construction Equipment, as published and compiled by Machinery Information Division of K-III Directory Corporation, 1735 Technology Drive, Suite 410, San Jose, CA 951 1 0-1 3 1 3; telephone (800) 669-3282. ARTICLE 14 - PAYMENTS TO THE CONTRACTOR AND COMPLETION 14.2 Unit Price Bid Schedule: Deleted. 14.3 Application for Progress Payment: The following provision shall be added to Article 14.3c of the General Conditions: In addition to the provisions of Article 14.11 of the General Conditions for withholding of funds from the Final Payment, the City may retain a portion of the amount of each progress payment otherwise due to the Contractor, as follows: 1. The City will retain 10 percent of each approved progress payment until the Work is 50 percent complete; then, the City may at its option suspend further retainage until the final progress payment. 2. The City reserves the right to reinstate up to 20 percent retainage of the total of • the Work done if the City determines, at its discretion, that the Contractor is not performing the Work satisfactorily, or there is other specific cause for such retainage. 14.3 Application for Progress Payment: Add a new subparagraph (3), as follows: (3) For all long lead purchases of electrical and mechanical building equipment that has been delivered in accordance with project schedules and approved by Project Representative to the site and safely and securely stored in accordance with the requirements of Section 01600, Materials and Equipment, the City will pay 50 percent of the Suppliers invoice price to the Contractor; provided that no payment will be made for any materials, equipment, or compensation thereof, whose value is less than $5,000. ARTICLE 17 MISCELLANEOUS 17.8 Add the following: "Nothing contained herein shall be deemed to create any contractual relationship between the Project Representative and the Contractor, its Subcontractors or material suppliers on the Project; nor shall anything contained in this Agreement with the Project • Representative be deemed to give any third party any claim or right of action against the • Owner or the Project Representative which does not otherwise exist." END OF SUPPLEMENTARY GENERAL CONDITIONS • • PART III - EXHIBITS Exhibit A Safety Program Exhibit B Construction Master Schedule Exhibit C General Liability and Automotive Insurance Limits Exhibit D Document List, dated December 12, 2002 Exhibit E Not Used Exhibit F Temporary Utilities for Construction Purposes Exhibit G Liquidated Damages Exhibit H OSHA 30-hour policy • • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I CONDITIONS OF THE CONTRACT ('ITV PRl1 IFf T f19_i q SPECIFICATIONS-CONTENTS EXHIBIT A • CITY OF PALM SPRINGS SAFETY PROGRAM Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 This document is available at the City of Palm Springs website at www.ci.palm-springs.ca.us Go to Departments, Go to Procurement, City Project No. 02-19 EXHIBIT B • CITY OF PALM SPRINGS CONSTRUCTION MASTER SCHEDULE Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 ATTACHED • AciMly Aglvlty Orlg ,Early Egrly ID Description Our Start Flnlsh Mobilization Mobilization 1000 Mee 0 2,10.Q oblllze 1010 SdrpTrain 2 2N0r02 3 at up Trailer 102) Set Ts powpF e'Ftd 1 271MU zlr? 0 iSet Temporary F ower Pole 1030 aspsdrndTerppx 0 27!40.M Inspection of Toi no Yower 1040 ErsgaeTerppmer 3 02CEOR 010ECO2 ®_Energize is iQPower M a dal Coshrlion Ferong 2 02CECM 03DECO2 © Install Const uction Fencing 1CeD Odan DernPomi 0 10DECO2 Obtain De=Penult 1070 Odah Klirn Edirg Fend 0 1CCECO2 Obtain Kitchen Building Ppnnit 12I0 rEW�D, Sprgs MeeYg Pare FNmt 0 iCL= Obtain Sp ngs Meeting Rgom Penult15ly 0 17CEfA2 �Bid D te _ _41W Tiade Cosactrs a iD7FiU2' OflWU3 Award qCr-,-,—tructIon Contractors 1 1000 Start dCo Avon 0 f91MUi Start o Kitchen Phase 1-Kitchen Expansion Demolition&Grading 1103 1 Safe Of Sprinkler @E4YaCarp/&TrE1IS 1 MI*M 0944M 0 Safe Off S:prinkler@Ext rlor Canopy 67ellls 1110 Sale OfElodricl 2 09;*M 10Wll3 © Safe Off Electrical !, 1090 Instal Sao Careiudbn Fevg 1 09-VM �—U 9 Install Site Construction oncing 113) Row B"g Loafg Dock Cod Ba 2 10WW 13WC13 50 ProtecNExisting Load Ii ig Dock Cold So _. Temporary 1100 Sloe Tnsls 1 lalAM 10 M 3 Shore Trails no F� Finish 11s) DetrWal Fh'�@Tehmb Los 3 1014M 14-OM - - -- -M Demo xterior Wall FI ish @ Tlnln Lo dons 1193 T Vwpse - - -_ - _ -- egoay Prrkodim)atE�vWais 4 lawo 15RM M Tem Q p nary Visqueen( rotedlon)at Ex rior Walla 1140 ProladGaGIV090 1 10181y73 1 10W 1T3 0 Protect Gas Meter 1123 Pa Tral)Cm1>s9r 1 10Wd21 I 10W*CS 0 Remove Trash Compact(r 1170 Der oTrals 1 13WD3 13W433 _ _ 0_Demo Trey_ _ __ 115D DanrYndLDazig Dod RodStWre 3 V-I*S5 1616M ® Demolition of Loading Dock Roof Strt cturs 1251 Darn-Gnash Sd4LDedry DorkWals&FOS 3 15WQSi 17WEG OR Dom d,I•Concrete Slabs,Loading Doc Walla&Ftge 1ZD Stalin&Mrh Dada Nav9tkQA. 2 17,1*0 21W4)3 ® Sta�pe&Rough Grande Now Building rea 19N I Sri Cod r &Pad Co*alin 0 21AM Soli Com action&Pad Certlgcatlo Structure 1980 arW&lapf 1 213AM 2id6M 0 Sui vey s Layout 12U Bmrja Butig&DodcWAFaigs 2 22WU3 2316M 0 Excavate Buildin &Dock Wall Fc otings 12O SolOo pecfonTess 0 2`u4m ScII Compaction esl; 123 heal Rdberal DAM&DodcWal Fcoigs 2 2416M 27,W433 ® nstall Reber at Building&Doclk Wall Footings � 1400 Ur NEP S 21WUi 30WU3 _ _ ® U/G MEP 00 Pie hepecion 0 27W,03 lobar lnspectl n 1233 Pow&*A-Q&Dcc<Wal Fcoags 1 23W433 23WU3 0 Pour Building Dock Well Fee tings 120 FamCcirrn Pies&RaMW.* 3 21WM 31.W433 `1 Form Colum Plers&Ramp ails 1420 LVG MF asParin 0 MArM UIG MEP Ins ctlon Bain Dab 25NDV02 ® Ean)Bar PSC2 Sheel1 d11 Flnlsh Dab IMMY03 Propreee Bar Turner Construction Company Dtle Redebn cr,«xed Deb Dab 25NOV02 Da Run b DSDECA218:57 CnUGI Adviy P.S.Convention Center Expansion 0 Primavera Systems, Inc. AWAY Ong Early Early ID Description Dur Stan Finish 1430 BaA tlG KIEP 2 30Wy73 31AD3 _ Backgll U/G MEP 1300 lslal Rate'&CdrrnAn:hrBcIs@Pas 2 3116M OYEE03 Install Rob r&Column Anc or Bolts @Plers 1310 Fhdar 0 O�H3D j �Reber'nip ctlon 14V Sri Y�eohn 0 4' Soil lnapec on 13m PoXCdrrn PBs&RarrpWak 1 04FEBM 04F� i 1 Pour Colu n Plans&Ramp Walla 133D Srp Pier&Wal Fams 1 l� 05FEBM _ B Strl Pier Wall Forma 1340 Bad9Wals&Drrded Fooi� 2 O'F�CO 171FEEW ® Backgll ails 3 Domo'sd ootings 1390 Ga.JoSabon GaJa 1 07FEBM 07FEE03 i g Grade 31 b on Grade � 13M Sri Carl 0 07FrBO3 �Soil Cam sedan ! 1303 JSEt8l@bEta&DockAVIes 2 10■EBM 11F[B03 a Set Sla Edge&Dock 91es 1ai0 Epory�,ebat Ea#pSbb 2 1[FEEM 11Fi M _ ■ E x owels at Exlstin Slah 4170 VaixenrdSad 2 12IMM 13=EBS3 ■ Vlsqu an and Sand W10 Bfxkat@Cclrtrs 1 11 15�(.Li I a Block ut @Columns 1451 hsfal Reber 2 laim 14F®Ii ® Install Reber 1481 Rdea n4=lcn 0 14�13 Rebaf Inspection 14M PDrB.Yip Slab On Grade 1 17FEBM 17FEEM 1 Pogr Bullding Slab n Grade VX --apSlab&WaIRm­s Sp Slab&Wal Farts 1 17FEBM 17F�13 1 SMp Slab 8 Wall Fc a 14ED SelShrlrai StadComs 1 1B�¢3 1ff�03 A Seh7 Structural Steel alumna 1500 1-M StixW Sled Beams 3 19:E ED3 21FEBM � ® I lstall Structural S eel Beams j 1510 V�Carsrlirs lo E;A*Q Studue&Gusels 3 21FEBM 2 II3 ® Weld Conneetlo s to Existing Strudura 8 Gusset} 19W Fsta1 Stmdiadc&KxYas@Em{E4 Wal 3 21�A 2�t13 _ ® Install Stronaba k&Kickers Exlal Extr.Wall I 15D Weld hoix � 0 r_____—_.Weld Inspection 1970 Orro ENatrFarrg 2 Zh�73 9 Demo Exterior raming 1� FBal BotrnTmdc@Eaip Pamptt 3 ZIFEEM 07JrsFn3 Install Botto Track@ Existing Parapet 1530 Fstal NW DedaV&Cfv 4 03AAF03 OSJ,Nm rIITt® Install Meta Decking S Closures 193] �Bert� 3 OTAWII3 CBvyJi13 J.® Install Bat late 1510 Mad¢�S1u'LalSbd 2 UNARM 10'JVJiTi ® Monokol Structural Steel. Exterior 19W lapl E`ArWals 1 21FEBM 24FEED g ayout Exlerlor Vella j t�3 YtYaI T.S.@RcAp Coal 1 25�13 25�03 1 Install T.S.@ R il•up Doors 200D Frame ExabrWeb 2 23:EB03 OF®03 0 Frame Exlerlor Walls 203D KrrNr9Wa1Ph#m 4 2� O%Vj;73 Plumbing all Rough-In 2310 EEleckatWalRa{/7il 3 OWW933 p Rough. Roo Electrical W II Rou h•In_ 27d) Naw ra p(:igFoudw 2 WiMM OTvW�O — ----- New Gaa Pi n gh•In 1840 E rrFrarrg Fsperhn 0 Zd�CB Exbw Framl glnapectlon 1t� F�IE�trS�I[�Lp �) 1 2YEEM 22FIM Install Exterior Scaffolding(toe boards) 18i0 jSdE43rrD=Framos 1 29FEEM IZ I Set Exterior D r Frames ' 18M Ineal 5a3rrDrsCIav 2 awn _ _ ■ Install Exle or Dens•Glaa 18M ElelDrSIsNrgirprton 0 ONWO Exterior Sh sling inspection law EIFS Fsfafion&ReeNs 3 OnAaAn 11VA9)3 E.I.F.S I sulation&RevaT Is M SiFSMmhBasaC,OEd 4 10A41113 19*Fo ® E.I.F.S ash Base Coat 1 19D EIF.SFi�r Cost 3 VA44 X3 lavW T3 � E.LF� Finish Coat i ISM RomDm Sumo 1 19AAFC3 19AAM 20C IrsiaI Rol-up Doom Remove 2 19vYJ7D3 27JARD — Roll-up....--■ l Scaoldina: 22'O red Dohs&Ha lae 2 27v1^Fi0 21M4R73 m Ina all Docra&Hardware 27B] 1'sfa MEPTrtn 3 21JAfm 'W✓Wim ® I stal MEP Trim 2103 C MTk 2 22AVU 2BvW1b j III sulk Exterior Sheet 2 of 11 Ank Ask Activity Ong Early Early 10' Description Dur Start Flnlsh RJR 79 .9 .0 .19.9 -17.1 .41 .17 1A.1 in 17 1A .11 7 .1A 11 A ill 04 i2fl t? jQ rlR j" 1910 Path ELFS@RodTeits 3 2AdrYYD 23✓AFU3 __ ® Patch E.I.F.S Roof Tie-Ina 27N R3riE!;.D= 2 2%iWO 27Nt43D3 m alnt Exterior Doors 3E0 FsW D=Seas @Rokp Doors 1 2TVRM 211vIARM a Install Door Sea la@Roll•up Do rs aZU FsWDockBnpa 1 2%AVM 21AAF03 g Install Dock Bumoer Interior 15a:) Laswkiio urWais 1 O1M4390 OnJJJ2E 0 Layout Interior Walla i 1570 FraretoevrWaG 2 07MI'M iQJAR73 ® Frame In erlor Walls 1810 SdtsakrLhor&Wrx wFrares 1 1Ov14373 10N+R03 1 1 Set InteriorDcor&Window Frames 4030 Set Fan Cob 2 11NAFU3 12rW2E 0 Set Fan oils 219D Pkrrti rjt yWalR &RrssraTest 5 11NWA00 lMAg33 _ ® Plum In Wall Rou hl 8PsaaureT at 2180 Elec"Wal Raghh&Set Ilan Palls 4 11NOM 14NAIM ® Elect IWa"Rough-irj&Set New Pan Is 113� tfeiorRarryhwerbn 0 11N1Nix3 ZOO FkUrzlWal tHleGon 0 17MNiE Inc Elor F a I Wall l Inspectlo 2223 RartsgWalt 0 i5NAR13 Electr cal Wall Inspectan 2230 Dyael 3 1I3W4i]3 Plumbing WeII Inspection _ _ _ M Drywall 1533 Fskse Uxlorade of Roof Deck 3 19MAFU3 21MAK3 M Insulate Underside of Roof Deck 22A3 Saae repecfm 0 2MA933 Screw Inspection 22) Tape,Float&Fri3r 4 2744RU3 2%$WM ® Tape,Float&Flnlsh 15;0 Fst31 WAC Ova he d 5 24M4FU1 29AAR 3 ® Install HVAC Overhead 16 Fstal Six#x'rQli Ppng,Qops&P 610 F ,T 5 2'✓n/AFd)3 78J,Ma13 ME Install OverheadPlumbing&Pressure Test F'lg&Raera Test 3 GO Install Fire Sprinkler 0/H Plping,;Drops&P.T. 10 tstl O1931a1d E)afi[al 5 21NW7fA li � ® Install Overhead Electrical 400 InstallHA58Rantl C✓•M56R x ' Iii _ _..__ _ _ _ p g _ ®_Inislal�_Doo s&_ Install H S&R and CHWS&R Piping&Pr sure Test EN 2270 PatiWats&Dr5mWCefrgs 3 24M4F3 2AtFM 2370 tdalOmsBFladnea 2 ?IM4313 2fv{y7p all callings 1EE0 _ erdware tg+adHJPC&hNJS&R.(}NJ58RP{ig0ehd 0 31NPFL0 Inspect HVAC 8 HWS 6 R/CHWS&R PI Ing Overhead �� im t4led0sleed Rntig 0 3IU4FM Inspect 0verh4ad Plumbing 4110 tnn.k60H HJPG D.riPbigB Rrrtig Pfig 2 31NPR33 OOFFM Insu ate O/H HVAC Duct/Plping&PI mbing Piping 16M tbpedFre$iidaOslead 0 31NOFM Inspect Fire Sprinkler Overhaau� 16A 0 31NAFTA Ins Ov erhead verhead Electrical 290 Isll Galas 1 3lN141Ui 31VARM — ---- — Install Glass 2300 Pa boas&Ri 2 OtAFFM OUKES Paint Dcora&Frames 2M C 6V W4ee 2 MAFF413 O34PFC 0 Celling What 2290 Acoustical Ceig Cald 2 034FRD3 OOPFC3 © Acoustical Calling Grid 2133 Te#1 Navf3okr 0 034FFU3 40 Tie-in New Boiler 23M Instal Light Frduas 3 OVFFM 0M94}ZI3 ® Install Install Light 2310 In"Ceig DIMS 3 O44PFC3 Fs—q I ® Install Ceding Diffusers 23E YAdSpiHdaHeeds 3 014� 0� iepectGoa aedforCaa�p 0 MAPFC3 Ili Instell Sprinkler Heads 233D 23>D ��FAres 1 � _ Inspect zOIL� ht Fixtures rhoad for Cove up 20 Instal Ceag Tie 2 096PF133 1G44U3 13 Install Ceiling Tile 23M Prep&Cah F6cr 2 lVPFO3 144FC3 00 Prep&Caulk Floor 21M Resins Fborrg 5 11PRi73 17APFM ® Resinous Flooring 2123 SWConwle Fiv@DySba0e 1 15WFCB 15WFU3 0 Seal Concrats Floor®Dry Storage 2060 tsWVLTat0lfoe 1 15WFU3 15WRM 0 InataIIIVCT st Office 2410 InMRbbaBasa@DySbaW 2 166PFC3 17A9i'E — _ — -- — ------- ----_-- - 0 Install Rubber Base@ Dry Storage 2140 total FRP 4 1t3e m 234iiE . Install FRP Sheet 3 of 11 Alm Adlk AV Ach* Orlg Early Early ID 7 Description Our Start Flniah 2510 1 Irtgai Fps Bolaos 1 18N rFM 164PFC3 0 Install Pipe Bollards y p PartPi 1 21ACM 21A4d)3 g Paint Pipe Bollards Electrical Trim trical Trim 2183 PhrrUngTiin 2 23Nii73 2WFui —� m Plumbing Trim 2530 Is4l Carsrr, 1 2WT�3 20PRE3 0 Irjstall Comer Gutrds 20 ^SatlQlsn EsP{Tnat 3 M&PRO3 23AM ®1 Set Kitchen EquYipment 27BD Ir fat ier&I-bdcap 2 23�M 01 Install Dlshwaslier&Hook-up 2 FtrLwp Kliial Fq} 3 336M 03VN.V03 _ — —_ � Hook-up Kltchllen Equipment_ ;CO220 Da- p&Pudtt 3 3YPR33 GM)133 t1 Clean-up&Pr nchlist 2540 Ctyl,pect- 0 B�h4`m 1 CitymspecTirt : Hmsa Dgasrettrpedn 0 OBA NM Health Cape ment InspectionI 2950 Cly Final ispeckn 0 03,M.XA ��i City Final Inispection 2M Calfceisdompaxy 0 CHA41R3 ICertlflcate of Occupancy Roof 1E30 11notooPocCrains 3 11MAi IWAFC3 ® Install R of Draina 1090 FsteIB0ia&CQdenSnQUr2Pbd3r's 2 amm pIPoY4'YA 0 Install Boll r&Condensln Unit PlaIf ICED F'Ral ExhasiRm Oubs 1 03A^R33 03AeR03 0 Install Exhaust Fan Curbs 1700 S9NS'FCdJads 1 07NA9]3 07rAaL773 0 Set MEP R f Jacks 1710 hdaiTaWodRccfls/�n&C.kkeS 4 tUA>f�T3 13vNF3� _ _ _ _ _ _- _ ®_Install a Bred Roof Insulation&Crickets T-' 1723 Inabl Rodilashii 3 1"FM 141 M Install IRoof Flashings 1730 Rodhipectn 0 14MWO Roof Inspection 1740 ICI lJiembane Rodrg 3 14MAFM 191 IN Inti I Membrane Roofing I 21M Fetal l'WBalat&Wait Pad; 3 194*0 211A*03 10 Install Roof Ballast¢Walk Pads 2M Tarn @P4dDraFs 2 1wmw 2Q` EM 3Til @Roof Dralmi 17EO Sa1Bokr&Taisard CadffE LH 3 21A*03 23AN2D Billet Boller&Tan'<s and Condensing Unit 2110 Install CorierEaslygs 2 2AANm 23AVM El It stall Counterflakhings 1751 SdStgnFas 1 2#44R33 241111 0 S it Exhaust Fans 1770 FstABoiaPpng@Roof 5 23AAFE3 OL°PT703 M, Inatall Boller kping@ Roof 3740 Raab Reigerdb ties 2 Z%A9O3 20MaR33 _ e Reroute Raf0erate Linea 1783 SacrW@B0kr&Goad ar&CUkts@Rbd 3 311A^A¢i 074i Electrical @ Boller&:Condenser utl eta @Roof 3710 TeAPphg 1 MIPF73 02^A403 S Test Piping 1790 ispad BoierBCardasaPpig BEleOizl 0 03*FC3 Inspect Boller Condenser Pi Ing&Ell ectrical 180 isi&Label BoiaPpi'g 3 MNq;03 07PPFC3 ® Insulate&ILabel Boller Pip ng 2150 jPastRodF69hing&MmEqLp&PssdXns 2 03^R703 aAP;O3 _ _ _ _Paint Roof F ashing&Misc.Equlp&Performs 10 2193 CIsanRod&Pad6i 1 1Ly>Fi7D 10WSL3 0 Clean Roof&Punchlist 2170 Fret Radisper�n 0 11AFfQ3 Final Roof Inspection She 17d3 RabcEs Lcadrg DockAm Dan 3 iD*133 MAIM 0 Re ocats Loading Dock Area Drain 40co LajalNAvMse3ryWaI 1 23®33 2TEBM 1 Layout New Masonry Wall 4010 issi MasorsyWals 2 2ffiMM zilim 0 Install Masonry Walls I 40g3 Cron Mmors l 1 2TEBM 2ff:ECt3 I Grout Masonry Wall 40M Bo.wnfAsaaryWzl 2 03AIR03 o4mi 0 Brown Mesa iry Wall 4080 E14FZFr*aIi 2 0444EM ORWA03 0 E.I.F.S Finish Coat 4030 Baddl&Ccm*dTrashCarpWbrW* 3 21A4FO3 24NORM ® B ckflll&Coni Trash Compactor Walls 40V GadaSl iAmShbonGri 2 2%16RZ3 18 A9J3 0 ntla Site Ana Slab on Grade 4f63 Sri Cmper� 0 27NARS3 j oIl Compaction' 4�3 i,Wc Canaale Pciiacig 3 9IdAR13 31MYQ3 Inatall Concrete Reinforcing Sheet 4 of 11 Adh I Activity Activity Orlg Early Early ID Description Dur Start Flniah 4VIO ftd whWedrn 0 OIAPRO Reber Ins ectlon Phase 2-ExIsUng MC136416.;" . . Interior 2210 1 CadudTarp WP,cUdkn@rev laiURam 1 1D:EEM 1GIMM g Consm.ct Temporary Pr tectlon @ New Locker Room ao Kam gait 0 23AW40 ! lichen Black Z730 Mae Seto 9ecf®I,Pirtbig B S( *n 1 2vW103 23vW 3 g Make Safe Elect cal,Plumbing 8 Sprinklers 940 FcWHoocis&Elting Cold Fhan Esflpret 1 27MN303 ZB VRM ! Protect Hoods&Existing Cold Room Equipment 2770 Tamp LU*U 1 aA4C3 MM4FM _ j _ 0 Tem .LI htln i 27® Demo Celing 2 31NPFU OtAPFC3 —"Y— Demo Celling 2M) Dimred KLtw 6}{znat 2 31VARM) OWiU3 Disconnect Kitchen Equipmen 259) Demo CeilngWaks Q Coro 2 317v1Ni0.3 OIAFFC3 Demo CallingtWalls®Office 250 lafatttclgaNPlurtig 1 31MARM 31iW Layout Under ground Plumbing 2MO I R mb Wen Eqp 2 31mgm OtAPAI33 r Relocate Kitchen Equipment 2?D FrdnelnclerAa:m&CdiRgiWd 1 07AP433 GtAFFU Frame Locke Room&Cold Prop.Wall 2M San AFhx@L1GPlrrb'rg 1 OtAP03 01ARm Sawcut Floor UIG Plumbing! 29ED DaroCaoW@UGRntYg 1 OtAFFM 0IAPFC3 Demo Concrale @ UIG Plumbing 37A SdBsdAxv Do" 1 0IAPS03 OIAPRD I Set Backfiow i Device 4123 In"MNSBR ad CHASR R*g&Rasm Test G 07PPFM 03MFC3 _ 1_n_eta l H_W3_6Rand_C_HWS3R_Piping d Pressure Teat 2tI30 Meat Nevpacgical Pards 3 OZAPR73 OSaPFC3 ® Install New Electrical Panels 2780 Oslead WAC 3 02PPfd3 OW-FM IE Overhead FIVAC F 0 Install Door Frames 236D NallbvFrarss i O7PPi73 07PAA713 � ' 275D Da FRP 2 02*M 03A F03 m Demo FRP 27M Ombead Fre SpHdas 3 M4PF03 04*FC3 51 Overhead Fire Sprinklers O 2BM OmhoafRmbW 3 6P O3 OOFFIM ._ ® Overhead P umbing j 2670 5 eiaUGPtmbrg 2 MMFC3 034PFU3 j - ■ Excavate U/ Plumbing 3]7f1 Ydd NavFre®rOmB�sre nerd 2 01A*0 MbPZB ® Install New reezer Door&Clpsura Panel 2MO InsWLtGPrd4gSetFk o SkiGDrahs 2 0 APFC3 %*FO ® Install UlG Plum1bingl3et Flopr Sinks/Drains 21340 Inspect O-ISpniders 0 04AFFM Inspect O7HS rinklem 29M hpudOHRrdtg 0 04APYD Inspect O/H Plumbing I Mtped UGR-brg 0 OWiU3 Inspect UIG lumbing 27N 1 Beddt&CarFaYn 2 OPFF03 O7APC3 ON Backflll&Fompaction 2510 Ohl RrrdMg Inspe n 0 04APFC3 OIH Plumbing Inspection 2M Rot#7 bSatical@Wal 2 07APF03 aYFFU _ _ M Rough-in Electrlcal 2 We[ 2EM O.ehead 9trii®I 3 WAFFM OAFF3 m Overhead Electrical 3140 MsL3b RntN&Hh54RadQ+AS RPlig 3 07AFFU3 03WiM naulate Plumbin I d HWS&R an J CHWS&R Pipin 910 Sol Cagartxr O W! Boll Comp jaction 29M E7adl2dWallreernn 0 Ca6PFCt3 Electrical Wall Inspection 3300 Dryvdl Wale 2 05AFFM 09AFFM _ ® Dr wall ■Its 3Ti0 Path DyAd 1 O *FU 0APFW 0 patchD all 27A P=Caoeie@U Tra GRrrtigdst 1 OYFR93 0APFC3 g Pour Con rate@U7GPIu bang Trenchas MM ft edOHWAC&MA/SdRI *%WPtpVOahwd 0 CGVF4)3 j lnsrectOtHHVAC&HWS&PJCHWSLRPipingOverhced I 29M kWWC HEbdred 0 Oaffr3 Inspect O/H Electrical 4133 Fiene&Dr vet Wd"@Rodmre 2 106PF'03 11PPC3 _ I _ ■ Frame&Drywall Hard Lids 2 ReeVooms 30I0 Tepa,FloA&Frk3 3 14APFM 1G8FQ T ■ Tapef,Float&Finish WO gdn CodE8s6g WaFs 3 VAPFC3 16�A7O3 N Skim!Coat ExlstingW Its 3710 Sod Web 2 16^FFD.3 17PPYB ■ Seal' 3O41 PartWab,Saks&Had Lb Ceicys 2 17AP M 1= Paint Walla SoLs&Hard Lid Collings s Sheet 5 of 11 ft in Activity Activity Orlg Early Early NW ID Description Our Start Finish 290 Ca Tie Fb=VQRessoos 2 17AFFM 186PR¢3 _ 0 Ceramic Tile Flooringgli Restrooms 28M Instal Ceit3 Gd&CeigMes 2 1BrPFC3 21A9:C3 M Install Coiling Grid Coiling Wires 23M kstalToiel Fosses 3 21MFn3 23APRT3 ® Install Toilet Flxtu PPs 2M Instal Cetrg Dirtussere 2 ZZ*FM ZARFM1 0Install Coiling Dii s 23 eers 2910 Inset Ugt ftsw 2 276PFC3 23dPFU3 7 Install Light FlxtuTll a 29M hetal StxrldarHeads 2 23sFFM 2YFFC3 I ■ Install Sprinkler HOads 3153 Instal Cairo Llop� 1 21A�D 77FFl713 0 Install Calling Drop Conde 0 2igedOhd�dfvCwx p 0 Zi^A7t3 Inspect Overhead or Cover-up 2410 6nga3Lg1 FMics i 2Vj_fU inergize Light Flitures � Instal Ceig Tie 2 24APFD3 25*FM 0 I stall Ceiling Til 2� Fstal as Tole(A 1 XAPFC3 244PFC3 _ 0 I 'tall Toilet Acce sorlea 3033 Bard BW Fox 2 2&4FRG3 ,2D*FM I Bead Blast Flo r 3T70 Rep&CahF= 1 2WfUl al Prep&Caulk Floor 33O Resits Fixing 3 25NPF .3 0%IMM Resinous Flooring 3]� Instal FRP 2 amm gwym a Install FRPII 312D Instal Caguffi 1 ORMYM QAMYO3 0 Install Corder uards 3130 SE(WW6T#nXi 3 0ENAY03 13A4YR3 — ----- ---- -- --_— --- IIIIIIIII Set Kitchen Equipment 3100 EiecirkelTsn 2 MVA= cammM Electricaltrim 3110 Ptrrthg Thm 2 OBAAYtt3 03MY03 M Plumbingi 3170 Trim 31H3 FxkapMw Ewret 3 09J4YtA 11TD Hook-up C &RrxI s" 2 12A1 w 13JAY13 .. .. _. .__P ..PItchenEquipment P f.._.M-01 CI 0 Cban•Ina &Punchllsl kI 3183 0 1kA44YO3 3103 Heelh Daipwi entFspedn 0 14tMY113 Health arlmenl Inspection b Inspection 3310 CityFid2Hoecton 0 City Flnlal Inspection Ip 3210 CaYrdedo=4"r y 0 IMM WMY E3 Ca ncate of Occupancy♦ Phase 3-Cold Prop Interior 3M Pit Dihmottia&KU=Egpret 2 2ffA6iad3 31MOWK03ai Remove Dishv(aaher& Kitche Equipment 3h40 Make Sala E7aU�l FSntsp&Fra SpHlr 1 31tvWi13 31MNmI Make Safe Eta deal,Plumbing&Fire Sprinkler 3363 Cap Rrd49 Q D"Wass 1 3114*03 31MAFM — Cap Plumbinfl Dishwasher 3S3 DerroCeiFgs d 1 Ol OIPFl�3 Demo Celling wo DerroWal&Flo rile 2 OUAHQ3 � Demo Wall&Floor Tile 3370 Deno LYydWalsbrtyIEP 1 tPFFf;03 M6PFC3 0 Demo Drywall Wallafor MEP 30 Reuglm Elwltr Wal 2 054PFM 0VPFU3 © Rough in Elpetrleal all 3440 Rxg*Rinbm Wal 2 03APFC3 044FF113 IN Rough-in Plumbing all 3290 La,atUd3gardRntlg 1 03^P73 I M4PFO3 0 Layout Und Irground Plumbing 3X0 SwwtPbxQ3GPLrirg&srrq 1 t11AFF0 (1APFm 0 SawcuI Floc (r�U1G Plumbing&Sum 3370 DeroConoula C UG Rrrifg&Sump 1 03APF;13 D3APFC3 0 Demo Concrtte Q U/G Plumb ng&Sump 33d3 Oabead WAD&Refgadm Unee 2 CBr'Ffu 01APFD 13 Overhead HVAC&Refrigerat onuns 3330 O,aisei FreSpHdas 2 lMNii13 Overhead Fare Sprinklers 3400 O.atead Bai®I 2 OYPR33 OVFF03I ® Overhead Electrical 3410 OxmwdFLrtig 1 03APFC3 OYPFC3 _ _ 0 Overhead Plumbin 3310 I5Ca 3bUGRrrtr9&3rip 1 OPFFU GOPFUG 0 Fxcavab U/G Plumbing&Su p 3523 Ys)edOHRrrtrg 1 01APFC3 0 Inspect O/H ilPlumbing 390 ElerrimlWd tspecWn 0 07PPF0 Electrical Wall Inspection 350 PlunbrUWadirwedon Plumbing Wall Inspection ReparRedew llal3kn&Qy;al 1 Q7PFT03 WiP4iD 0 Repair/Replace Insulation 4 Drywall Sheet 6 of 11 Amh Alm All Activity Orlg Early Early ID Description Dur Start Finish 3530 JSp Irspedn 0 1 07PFRD Screw 3370 Tape,Fiml&Fish 3 07A19:0 034� 0 T Tape, Inspection apee,FFloloat&&Finish 3323 FWaI tlG PFrr6Fg5etFlaSiie,LYas 1 (AAFFC3 07ARF403 Install U/G Plumbing/Set Ioor Sinks/Drain s 0 312) Fsfal SarPTnrrhA+aa 1 07APFC3 07APFM 0 Install Sumlp Trench Angle M Fgxd4H HJAC 0 WAq:C3 Ina O/HHVAC 3510 Freed OH Spnidas 0 07PRiD FapedCNi Eledrd 0 WAPFC3 Inspect ON Sprinklers Inspect O/H Electrical 3M Flow Cod Ftcm Pa Cie&4prat 3 05APR'3 IG&PFI03 IN Install COd Room Panels&Equipment MM Fcyatuciprrt'rg 0 06PFC3 MM Baddi&Carpet UG Fl+rtrg 1 f D3 Inspect Ulf Plumbing 0 Backnll&.Com act U/G Plumbin 33M SNCarpain 0 094TO Soil Com action 3390 RarBaiaCaurt@UGRrnd;7 adex&Sump 1 0YFFM 03+FFi03 P Dur Back Concre a @ U/G Plmb' Trenches&Sur ip 0 3940 Fa4l Evdpoabr&Rurgart PpFg 2 0NPFC3 104Ti13 11 Install EYaporator&Rafri Brant Piping 39M SdAvpa;@Tmad1❑ais 1 1G43iD IGAPF403 0 Set Anglllps @Tooth Dial is no h"cc PR TcprgShb 2 104TM 11APFM _ _ 0 Install Cpld Room Topping Slab 3800 IrsW Ceirg Crd&Carrg Wry 1 HAREM 1 PFM 0 Install CI°ling Grid&Calling Wires 37N TetReIRMairPllrg 1 11A4iO3 11AFFM 0 Test RaZerator Piping 38M Baal Bad Fixr 1 1 11APF03 11APFM 0 Bead BI st Flopr 373J Irstal Ceig DdRsas 1 144�3 14ePFC3 i 0 Install Celling Difuser� 3M IneW Ugt Ftdaw 1 146PSM 14N f303 _0 InaisI Light Fixtures M Fsral SpriderHrerk 1 144M 14 0 Install Sprinkler Heads; 3M Fatal Cel Drop Lark 1 144M 74 � g Install Calling Drop Cords 31 Flxk{pCcdfdrom L6 1 144M 144diD 0 Hook" p Cold Room Lights 33U F�ISp'ridas@Cdd Roan 1 VIAPR3D :Fv g Install�5prinklers@Cold Room � Frp� dbn PRg 0 14APR73 . 35A Fg1atO.alssltrCaer{p 0 1 -- _-- - -- _ --- --I �Inspec Refrigeration P�IS In 30d0 napectnsw ah Tie 1 156au4PRM 15eRiD Inspect Overhead for Cbver-up 0 Install Celling Tlla 3630 Enllni;e LgtFbdres 1 1.APRffl 154°Rli 0 EngarPlra Light Flxturpa 3MPmp&Cak Floor 164 F03 16*9M ! 0 Prep 8 Caulk Floor s M Ree n Flrng 3 IGAM 1844M _ ® Reall ous Floonnit M FsW FRP 1 21AM 21APF03 0 Install FRP �0 SdKkJmE�}[rnat 2 ZOPFM 00 5Pt Kitchen Equip ant M TrIn 1 2ZAM ?24M 0 Elictrlcal Trim 3810 PFrriogTrim 1 22APFC3 2YM 0 Plumbing Trim 39M I rew Cads 1 71AFR73 276go 0 Install Comer usr ■ 3DU Hcd+pM= 2 23 M 21aM — --- — -- — a Hook-up Kitchen M geaHp&Pvrltt 2 Z'IAM 2ScR�Li qulpment M Cdy Inspadn 0 Za*FM m City Inspection c Punch Ist �City Inapectlon 39M HeellDepaYretFepaarl 0 33^M �Health Departm nt Inspection 3MJ CityFrd VgWn 0 :88Pfi'Ti _ �CI Final lna a tlan 390 Ca4t21eofOmpary 0 2Yff 0 — .CeNgwle of Do u an Roof 3510 Larat Fttbrn 1 CLAM 0tAPR03 Le out Roof Comp essor&Cond 'rising Platform 35Z1 Daroftdf�Tfeh 1 OlAfTiB 07PRi13 0 Demo Roof Tie-In 3E30 Fetal Carposa&Cordywout Pat6nn 2 034Po3 Oi^Ri10 retell Comprea ar&Condansi g Unit Platform 01 3W SdfrBRod lads 1 0/ADFO O7AFFD3 0 Set MEP Roof Jacks 36M PokhFbd 2 M*fU 03WFC3 13 Patch Reof Sheet 7 of 11 AGO Acts ty Orlg Early I Early ID Description Dur Start Finish., 3sm Sd Canxr &ccrdasglkis 1 10*FM 10AF1R93 0 Set Compressor 8 Conda sing Units �10 Rdlga'akn BCorxtrrb Dah PPiV 2 11APR03 14 Raft geratlon&Co donate Drain PI Ing 39 58m Teappm 1 1544U 15Wii13 0 Test Piping 50 IYgPedPktg 0 15^A77u Inapehlt Piping 3S.g Is./ab&LahelPhtg 2 16rFfl03 17PF1YD 0 Insulate&Label PI Ins 37A PartPLY6rm 1 1BPfiim 18N;iTt — ----___ 0 Pain Platforms 3730 Char Rod&Puxi" 1 2WPR73 2VdiiD 0 Clean Roof&Punc list Springs Meeting Rooms Maeft DemolitioRooms 3 Grading 4190 Instal CortrbrBarrradas 2 CGI*M 10Wd13 a Install C rrldor Berries s 430 Salac)14wta 2 0316 3 101Mf(3 © Safe OH sprinklers 4210 Seaoffsbdtal 2 03yJ,'D 1aWI)3 © Sara OH Iectr(cal l 4153 h"Sfa Cashrinn FarSg 1 031*yD 091NJSi 0 Install Sit ConatructlonF endng 420 DaroQH WAC t@SpiyThafeAee 2 21NIJ03 ..._..-- _—®D�DamoOHVAC Dpct�@Corridare tre Area 45EO �ToWACI_Ld Candy 3 2414N)3 21140 I qI 42D Igoe ShelBea s@StgaOAL 1 21WICC3 okl*= 0 Remove Steel Be me @Slags CuHian 4270 Rm-oInsW e&S*%8MJ9@ -T 0 241MC0 Install Tempers Lighting a Pow r 4270 Perue&SaisgeNiH@Tir®IePam 1 27.WM 27,UJ413 0 Remove&Salvalge AHU's_9 Th tre Area 43LU SanalFtrr 1 ffi1^AlTi �WJN - - r 0 ,Sawcut Floor 4310 P� Car»@Fkxr 2 23WA133 m'Remove Cone ate @Floor 43M Ci Raalrake3 1 awn 3 I*M I 0� Clean Theatre Area Structure 4330 I3Pot Badd,Coiped&GaLSad Matrhl 5 31dam offimm ® Import,Backfill,Compact Grade Sand M rectal 4310 Sri Carpe2nn 0 OBEB03 Soil Combaction q 4370 Instal ReherDau>b 2 07FEB03 10�03 ® Install lobar Dowels 4350 heel UG Fledka' 2 07FED03 la EBM ® Install IG Electrical 431D Fsped U13 B ac" 0 10 EBM I 4397 Fsbl Reber Ins act U/G Electrical _ 2 11Fe�3 12�'D _ �__------ 0 in abar 4390 Ratahspedlal 0 1ZEEM Re �nspeotlon � 440] Par5136m C?a� 1 13"�D3 13�03 0 Pour lab on Grade j 4410 tffiIOpaatiaWbI'%dBears&Ba rg 10 14FEBM 27r'$4m I ® Install Openbl Wall Steel Beams&Bracing 442) Sri Opaable Wai Tracts 3 2� l?iMAPo3 _ _. Set,OOerabI Wall Track __ __________ 443D M:n*Aa%Ldj lShel 2 CBvWiA lk7JNa3 .._ _ I ■ Manokob tructurel Steel I Interior 1 4440 LaplinhwWalls&Coigs 1 07NAU3 U1Mr42S Y Layout Int der Walls&Cot Inge 4510 heal O.etsed Bedxd 5 07ht41`3 1344FU3 Install verhaad Electrical 4170 hAJOmhwdFNAC&Ca*br0uda fc 7 07NO D 171AAR33 0® Instal Overhead HVAt`&Corridor Due work 45M Instal Fie SM4darl0HPpg,Dgs&P.T. 5 07M40 13AAF1030111111 Install In Sprinkler O/H Piping,Drops P.T. 44W Bach CpaaGaWalShd�MehlSW Frtg 3 UMMA 11MF� __ _ __ _ ® Box.ln F Wall Steil with Metal Stu Frmg. 459 Fmrelrtsa PeFre6Wala&CandxWa6 4 10'A°A03 13vA903 ® Fro arlmeler Walls&Corridor alas 450 kpalOHImSnhl�s 0 13Ar4YD45W hWO)HEledial 0 13A� Inpsct Sprinklers46M Wal&CcaitrT=aRaiigFspodon 0 1%VAM inspecctrical Wall& rTunnel'Framing Inspec on 4= SNLUaFrdrxa 3 13A°FQ3 17tA4gD M Set mes Sheet 8 of 11 Activity Activity Orig Early Early ID Description Dur Start Finish 4SM I1Hrn DryaeldCaiFlyd Eleriiral Pcorn 4 14M4FM 19rWM ® Prell� .Drywall at Corridor&Electrical Room 4570 EElectrkal Wal Roryth 4 14M0 19MM3 ® Elecrical Wall Rough.-in 4M0 Fq)ecIO-IHJAC 0 17MOK3 Ins OM HVAC 45M Frarirg Cei'195 7 19AWKS 2nAAFM 0® raming Callings 43J0 Beotld Wal Inspectors 0 19A4FM �E.lec rical Wall Ine eCtlon 4610 Ins lab Web 4 211*1: 3 aM%-S3 ® i sulate Walls 46C Se(E)aclddDcwrVtCaa 3 234VO 271✓ART3 j 0 at Electrical Dcwnlight Cans 4620 Dryvd Web,CanborPakh&Tirrd Carbon 5 23vPM OtAF3I3 Dryw all Walls,Corrld r Patch&Tun of Corridor 48M SptWDq;a@HadA 2 23AgM TIMM3 11 1prinkler Drops l:@ HardLids 40M Ceig Far"Inspectors 0 2"FC3 _ oiling Framin lint action 4670 Owal Ceilings 5 zmdFu oWi7D -- ------------ — — -- Drywall CelllPgs 4893 Wal Saav lei 0 OtAFF03 0 Well Screw Inspection 46M Ceig Soar kepabn 0 02APFC3 Calling Scre*Inspection 4RD Tape,Flod&Fksh 7 034,FM 11PPRI3 t� Tape,FII at&Finish P , 4710 Pal Ceilings 5 094FREI 156PFO3 ® Paint ellinge .. __.._ _._ .__ r n 4730 Fetal Doae,Fanea dA e&Ha 3 03+FM it4FM 0 Install Doors,Frames&Hardware 474D Instal Wood Base&Faeataim Ral 4 1041FO3 154PFCB ® InaulliWood Baae&Pl;eaentatlon Rail 6310 Rafe Base&FbcnV@Orntbrpoas 3 1MPFCB 166FR03 Repair Base&Floo ng @ Corridor I oora 4790 Acoustical Cokig Grid 3 16&PFM iwFM 10 Acoy5tical Ceiling Grid 47EO Waluetg 3 1649RO3 16^Rm3 m Wallcov_er_In_g 4910 Fetal Lift FWffi@Service Carckr i 16eFII3 164F E Install Light Flxtu ea @ Service Cc rrl-do r 0 � 4830 YNd SM-14ar Heeds 2 166PFU 17APF03 i 0 Install Sprinkler Heads 4GM Instal Ceig mnars 1 1S&PR73 164IRM 0 Install Ceiling Diffusers 4750 Pa iWab,Door%Base&Ras 3 17AF373 2WFRI3 ®ON In Walls,Doors,Base&Rolls 48M Inal L�-ti Diem@Aoxsld 3 3 2IA9:C3 ZOPF _ li __ --_-_-__ Install Light FlMurjs Q Acoustcal 47ED F'dalSard Wal pads 5 2IAPRG3 251R'773 T Dim Irratall Sound Wail Panels 4310 IrWJ Cc"DlAv @ Ammlical Celrigs 3 21PPRO3 ZARMC3 InstallCalling Diffuse irs@ Acoustical Cellings ® m 4 Instal SfrtidarHark@Amis5d Ceigs 3 2NFC3 ZNf�3 Install Sprinkler He ds @ Acoustical Callings I@ 49M SmlCaaab 1 22AFFM 22AFC3 l Sal Concrete 48D Enagm L#t FWuee 2 234PFC3 2Wh703 _ 0 �nergIts Light Fixture_ s_____.__ 4S3D F9al Fibber Been @Serve Carbr 1 236M 234PR3 Install Ru bb a r Base @ SerIvi i Corridor 0 4630 taped aeread(aCp J0 0 2VPFC3 I spect Overhead for Cover-Up 48M Install CeUirg Tie 3 254PF1O3 23oPF303 0E Install C•IIIn9 Ile 4770 Electrical Trim 2 M4M 2APRM ®I Electrical Trim E4870 Fetal Carpeting 5 2YW3A 09MtM _ ___ __ _ _ _ M Install Car tin 4890 Fetal CpeatleWal Paeb 3 02IMM 03M.143 Install Opera Is Wall Panels i0� 4G70 aaersip&Rrd� 2 OHvtM4 M 9AMM 13 Cleanup&Punchllst 4gS1 City RSl FSpecYn 0 07M41W City Final Is spection 4E60 Cer�doccupary 0 [fRJA193 Certificate c f occupancy Roof 44EO L&,0tR0fPe4aiom&T"L0oaas 1 IUMF0.3 1114AF03 1 Layout R f Penetradon*4 Tle-In Locatior a 49M De oRodng@SWPC0STeFS 3 11MN303 13 ARO3 ® Demo F ooflng @Steel POC'a Tlalna 4WD Darn E1FS@Teh Larakrs 2 11bW�3 12IMFM 0 Damo E LFS @ Tle•In Lgcstlons 4GB0 C,}b PodOpetgskrDxWA 1 14I.MfiD3 SWvWt13 0 Cut-inoof Openings for Ductwork 6�gD SFbnp GrMek 1 17MNiD3 17kM1N3a3 __ i_ 0 Stub- Ductwork 93m Fslal Medr Soeen B?FU&CaxlaSaPktlune 7 19dw703 �M1^FiD Install Mac Screen&AHU Condenser PI tfoans l® 510D ClowPi6h RffJcdre 0 INAF 0 Clear Public Reatrooms Sheet 9 of 11 ActivityiF ActiWty Orlg Early Early, 10 Description Dur Start Finish 5130 Waf;;1r"Jaa3 0 2 WFM Otall g Inspection am saimpp dials 1 27MAM 2&WM 0P Roof Jacks 5340 SdA1-IJ,E61a9Far8Ca�ea 1 744W 3 2M%F403D Exheuel Fen 3 Cordonsr 5170 CbaPulkRestoas 0 Zlfv AFM ---- --- --_ - -� ublic Reafrooms Instal RcdWAC B PIntlrg Piping B Vats 5 2EfMRR3 03^A7D tall Roof HVAC&Plumbin Piping 3 Vents gg3 t�a1 R4berarti-hes 2 31M^A03 Install Refrigerant Linea 5110 Ra emah° een 2 21/14F 3 31NOPM I e Mach.Screen 8N InsW RocfDnrAwdcSandTlape&Fie Darpae 5 0 035F1ZD Install oof Ductwork, ound Traps& Ire Dampers5123 Farmg hpedrn 0 31M4313 - -- -- — ing Insp�dlon 5140 trialCanartBoad@f.�hScreen 2 OIPFTiD 07PRYC3 Cement Board @ Mach.Screen 519:) tidal Ptstr9/stm@Akdt Screa3 5 034F903 ® Install P11ster Sys tem@M ch.Screen WM TeskVHJACBPIrrbtg Fphg 3 ONFRD OtYKFi13 � ® Testing HYAC&Plumbing Iping M tmal0w"@Ezf;rrertBSaviceQ1)ab 3 00FRO3 QYAiC3 _ Install Electrical'@ Equipment Service Outlets ® i 5100 Path Pooling 3 Dii � Patch Rogflng 5100 Path EIF.S@Teinbo3fiae 2 00PR03 07AR3T3 ® Patch E.I.Fj.S @ TI&in locations p 5100 kwedRod h 3 g 0 016PA Inspect R of Piping Insulate Label �10 tatbB 2 15 117 _ - -� _ _ -�_- lof Sleel,Flsh'g'd Equip 6 Platfo s©®��Clea Roof 8 P uog�—� SO Rtt(Ebdral i SM Put Rod Sbd.F"B Eµip B Raamro 3 11Affi13 15W7'fl Paint Ro ----- � (�Rcd6 st � Fmi Rod hipa on 0 15^PFO3 Final Roof Inspection. Pantry I Pantry Demolltlon a Gradln I ! 00 RdCUb MW EWTot 3 O WID3 131*M RE Relocate Kitchen Equipment 4450 Safe OffSprNas 2 14JAM 1516M 3 Safe Off Sprinklers 44@0 Safe Off Bera'ral 2 141*M 151AM 0 Safe OP Electrical M90 SaUBCap PUrtru 2 1436M 15W433 0 Safe B�Cap Plumbing 4220 Da AdrhAw 5 161AM 2d1^lJCO ._._ _._ .__._.® Demo Admin.Area 42C D=QHWAC@AdnAw 2 22140 21W4S3 D DI me OM HVA�Admin.Area 42M Ra &Se1.� 23AFLIS@Ad1MAW 1 *M 23WM 0 Rymove 6 Saly AHU's @ Admin rea 420 abenA lIMAM 1 2 J*W 2U41103 0 Clean Admin.Area i Interior s0 Lawwa; 1 07MNT3 ORR33 M 0 Layout WaIs 53� FrameWaG6Ceigs 5 for iTi 14MV0 ® From NaII3&Callings 5210 Laatl.FrHgardPlntig 1 JUMSOC3 1Uv4W13 j 1 Layout U derground Plumbing 5310 oaOadeed FirWigaefrlUse 4 1GAAM 13vWip _.. ® Ov�h• dFlre9�Inklari oration Lines 13323 t,�d Fire spi Wtma t p-- ' — MM O ahead Bedlam 4 1GM 1RD3 ORM ® Overhe d Electrical 00 OvahixdPlrrbM 4 lumfo 13 WO ® Overhe d Plumbing 590 Sa+aIIia@UGPUrtig6S M 1 11MNM 11fJrWil3 0 Sawcut lour @ UIG Plumbing L Sump 531U DamCcreda@UGRrrbigdSurrP 2 11MWO 12dWiD 0 Demo C ncreta @ UIG Plumbing&Sump 5i31 E�,AiLIG Rrrtig89rrps 1 13JAFYA 13MRD _ _ _ 0 Excava UIG Plumbing 6 sumps MM t�eMU SIbprr a 0 13MF M Inspect O/H Fire Sprinklers 5i10 tvpedq}387ectlml 0 13vW373 Inspect O/H Electrical 50 tcpedOHRnd'g 0 13MU Inspect O/H Plumbing Sheet 10 of l l All Achy Activity Orlg Eerly Evly 9002 ID Description Dur Start Flnlah 5330 Roxj hF30rLial@Wal 3 14M40 I&ARM ® Rou h-In Electrical @ Wall 5370 Roudt PLrrbrg@Wags 3 14FMFit3 1tN,Na73 _ ® Rou h-In Plumbi�(m Walls 5130 hstal liG Plrrtig"oH FloaSit¢Ltais 2 WA4FM 17NM3 'i ON Instal U1G Plumbingl5el Floor Sink511 rains 5390 YcpedCH1 FMAC 0 14MAM Inspect OM HVAC S470 Frarap Inwerfm 0 17NOM Fmm ng Inspection 30 S9t Elac IDooxigtCas 1 17M4f773 17M413 0 Set E ectrical Downllght Cans S440 kGwSXrpTrw&krja 1 17M4M 17NVFM _ 0 Instal Sump Trench An le 5400 kMpwUGPlrrtf9 0 17MA9M Inspe U/G Plumbing, fi4M packralWgy in 0 19VIOFM Electrical Wall Inspection 5480 PlrnbreWal Ir"Ja 0 1BJN703 Plumbing Wall Inspection 65M Ba39&CarpadLlGRumb g 1 18IV Fai 19AV O I 0 Back fill&Compact U(G Plumbing MV SU Cvgtxkn 0 11TN+A03 _� I SoilCompact[on 54M yallakewal; 2 19AAF03 I 2M6M ! ld Ina late Walls 5510 D yAd 3 2TNJ303 24 N RM M Dywall 5MO SowlnMeJo1 0 24,14F213 i +S rew Inspection i SW Tape,Roel8 Frd3 5 2%4gU 3iM6R33 M Tape,Float d finish 5550 had BearRmm Pam a SWwt 5 2BAAFU1 034PFO � Install Beer Rpom Panels&Equipment 5310 PantCeirgs 2 01PFSd13 02MRL13 -- - — � Paint Cellingf 5EE0 ftW Dorn,Frames&Fiadtae 1 OtAPRO3 OIFPFU Install Doors,(Frames 6 Hardware 5�90 teal RodLaddr 1 014PFU3 %*FM I Install Roof Ladder 5560 Ystal Ev and PaFgaari Ppiig 2 OZAFRM 034PRM ! l0 Install Evapqirator S Refrigerant Piping 530D Aoxztcal Caiig Cad 1 ONPFII3 OlgRYO _ _ ___ __ _ 0 Acoustical Calling Grid _ 5570 hsiel Cod RarnToMV Slab 1 OSWiD OVF703 ~— a Install Cold Room Topping Slab 5950 trial Lkjt FivUes 1 07PF{O3 MAPTm ! 0 Install Light Fixtures 53EO Instal CeJrO Ddfis 2 O7APFfB OYPR03 M Install Ce,ling DlHussers 5670 irSUSprydgHeaJs 2 07APF 3 (SAPr733 © Install Spilnkler Heads r,630 HXk pBearF nLYG 1 O7PP'Rm UAPFM 0 Hook-up Beer Room Lights 5i40 In"wwas @ Beer P z 1 07APF4M 07AOFM : 0 Install Sp r nklers @ Beer Room 5E8G LnapedGeheedfrCo -Lip 0 Q14PFri3 ♦Inspect 0 erhead for Cove'('-Up 6MO EnagzeUyiFAres 1 OSAFFM O34PFV3 a Energize Ight Fixtures l 5/30 Instal Cel'rg Tie 1 O.adPFC3 MWR03 0 Install Calling Tile 5710 PatiwaIS&Dms 4 10W773 154RHM _ ® Paint ells 3 Doors M Seal Caaele Rx` 1 16*FC3 164PFC3 a Seal Foncrele Floor 5M Set Wm E44nlat 3 17PFR73 2tAPFC3 M Sa Kitchen Equipment 6740 Electrical Trim 2 17NiFI)3 la4PF;f3 0 Electrical Trim 50 PtrrpiyTrtn 2 17AMM 1114 R23 0 Plumbing Trim 57fD Hock pntalFxff'mert 3 2W'FC3 246FFC3 _ _ M ook-u Kitchen Equipment SM Ca33pg Ftrcl# 2 25NTO 2W773 ® Clean-up&Pun hlist 5780 Cty ttZ'ar�n 0 2PPFID3 City Inspection 5780 tzpedon 0 236FFO Health Departm nt Inspection HI 5H00 C3yFn2ihpeC1M 0 �PFU �,City Final traps�tlon rip CeYr•�dCknfxrc/ 0 9W3¢3 .Certificate of Occupancy Sheet 11 of 11 EXHIBIT C is CITY OF PALM SPRINGS TRADE INSURANCE REQUIREMENTS GENERAL LIABILITY AND AUTOMOTIVE INSURANCE LIMITS Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 Bid Trade General Liability Automobile Package # Combined Single Insurance Limit 1 Selective Demolition $3,000,000. $1,000,000. 2 Chain-Link Fencing $3,000,000. $1,000,000. 3 Landscape & Irrigation $3,000,000. $1,000,000. 4 Site Concrete, Concrete $3,000,000. $1,000,000. Reinforcing 5 Masonry $3,000,000. $1,000,000. • 6 Structural Steels, Metal Decking $3,000,000. $1,000,000. and Misc. Metals 7 Waterproofing $3,000,000. $1,000,000. 8 Roofing & Sheet Metal $3,000,000. $1,000,000. 9 Door, Frames & Hardware $3,000,000. $1,000,000. 10 Overhead Coiling Doors $3,000,000. $1,000,000. 11 Operable Wall Partitions $3,000,000. $1,000,000. 12 Glass & Glazing $3,000,000. $1,000,000. 13 Metal Stud Framing, Drywall, EIFS, $3,000,000. $1,000,000. Insulation and Fire Proofing 14 Ceramic & Quarry Tile & Stone $3,000,000. $1,000,000. 15 Acoustical Ceilings $3,000,000. $1,000,000. 16 Fabric Sound Panels $3,000,000. $1,000,000. 17 Carpet, Base &VCT $3,000,000. $1,000,000. • 18 Resinous Flooring $3,000,000. $1,000,000. 19 Painting &Wallcovering $3,000,000. $1,000,000. EXHIBIT C • CITY OF PALM SPRINGS TRADE INSURANCE REQUIREMENTS GENERAL LIABILITY AND AUTOMOTIVE INSURANCE LIMITS Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 20 Concrete Sealer $3,000,000. $1,000,000. 21 FRP $3,000,000. $1,000,000. 22 Toilet Accessories $1,000,000. $1,000,000. 23 Signage $1,000,000. $1,000,000. 24 Fire Extinguishers & Cabinets $3,000,000. $1,000,000. 25 Dock Equipment $1,000,000. $1,000,000. 26 S.S. Cornerguards $1,000,000. $1,000,000. 27 Wall Protection (bumper guards) $1,000,000. $1,000,000. . 28 Kitchen Equipment $3,000,000, $1,000,000. 29 Plumbing $3,000,000. $1,000,000. 30 HVAC $3,000,000, $1,000,000. 31 Fire Protection $3,000,000. $1,000,000. 32 Electrical and Fire Life Safety $3,000,000. $1,000,000. EXHIBIT C CITY OF PALM SPRINGS • TRADE INSURANCE REQUIREMENTS GENERAL LIABILITY AND AUTOMOTIVE INSURANCE LIMITS Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 Bid Trade General Liability Automobile Package # Combined Single Insurance Limit 1 Selective Demolition $3,000,000. $1,000,000. 2 Chain-Link Fencing $3,000,000. $1,000,000. 3 Landscape & Irrigation $3,000,000. $1,000,000. 4 Site Concrete, Concrete $3,000,000. $1,000,000. Reinforcing 5 Masonry $3,000,000. $1,000,000. 6 Structural Steels, Metal Decking $3,000,000. $1,000,000. • and Misc. Metals 7 Waterproofing $3,000,000. $1,000,000. 8 Roofing & Sheet Metal $3,000,000. $1,000,000. 9 Door, Frames & Hardware $3,000,000. $1,000,000. 10 Overhead Coiling Doors $3,000,000. $1,000,000. 11 Operable Wall Partitions $3,000,000. $1,000,000. 12 Glass & Glazing $3,000,000. $1,000,000. 13 Metal Stud Framing, Drywall, EIFS, $3,000,000. $1,000,000. Insulation and Fire Proofing 14 Ceramic & Quarry Tile & Stone $3,000,000. $1,000,000. 15 Acoustical Ceilings $3,000,000. $1,000,000. 16 Fabric Sound Panels $3,000,000. $1,000,000. 17 Carpet, Base &VCT $3,000,000. $1,000,000. 18 Resinous Flooring $3,000,000. $1,000,000. • 19 Painting &Wallcovering $3,000,000. $1,000,000. EXHIBIT C • CITY OF PALM SPRINGS TRADE INSURANCE REQUIREMENTS GENERAL LIABILITY AND AUTOMOTIVE INSURANCE LIMITS Palm Springs Convention Center Expansion Phase 1 Palm Springs, CA 12/20/02 20 Concrete Sealer $3,000,000. $1,000,000. 21 FRP $3,000,000. $1,000,000. 22 Toilet Accessories $1,000,000. $1,000,000. 23 Signage . $1,000,000. $1,000,000. 24 Fire Extinguishers & Cabinets $3,000,000. $1,000,000. 25 Dock Equipment $1,000,000. $1,000,000. 26 S.S. Cornerguards $1,000,000. $1,000,000. 27 Wall Protection (bumper guards) $1,000,000. $1,000,000. • 28 Kitchen Equipment $3,000,000. $1,000,000. 29 Plumbing $3,000,000. $1,000,000. 30 HVAC $3,000,000. $1,000,000. 31 Fire Protection $3,000,000. $1,000,000. 32 Electrical and Fire Life Safety $3,000,000. $1,000,000. • EXHIBIT D • PALM SPRINGS CONVENTION CENTER DOCUMENT LIST December 12, 2002 Architectural Architect/ Description Date Drawing No. Engineer ARCHITECTURAL A0.01 HNTB Sheet Index, Directory 10/30/02 A0.02 HNTB General Notes and Abbreviations 10/30/02 A0.03 HNTB Partition Types 10/30/02 A0.05 HNTB Accessibility Details 10/30/02 AD0.01 HNTB Demolition Plan and Section-Kitchen 10/30/02 AD0.02 HNTB Demolition Plan and Section-Springs Theater 10/30/02 A1.00 HNTB Overall Site Plan 10/30/02 A1.01 HNTB Overall Floor Plan 10/30/02 A1.02 HNTB Overall Existing First Floor Plan 10/30/02 A1.10 HNTB Enlarged Plan-Kitchen Area 10/30/02 A1.11 HNTB Enlarged Plan-Meeting Rooms 10/30/02 A1.20 HNTB Enlarged Roof Plans-Kitchen and Meeting Rooms 10/30/02 A1.21 HNTB Enlarged Restroom: Stairs and Ramp 10/30/02 • A2.01 HNTB Exterior Elevations 10/30/02 A2.10 HNTB Building Sections 10/30/02 A3.01 HNTB Wall Sections 10/30/02 A3.02 HNTB Wall Sections 10/30/02 A4.01 HNTB Roof Details 10/30/02 A4.02 HNTB Miscellaneous Details 10/30/02 A6.01 HNTB Interior Elevations-Kitchen 10/30/02 A6.02 HNTB Interior Elevations 10/30/02 A7.01 HNTB Room Finish Schedule 10/30/02 A8.01 HNTB Overall Reflected Ceiling Plan 10/30/02 A8.10 HNTB Enlarged Reflected Ceiling Plan-Kitchen Area 10/30/02 A8.11 HNTB Enlarged Reflected Ceiling Plan-Meeting Rooms 10/30/02 A8.20 HNTB Ceiling Details 10/30/02 A9.01 HNTB Door Schedule and Details 10/30/02 STRUCTURAL S1.01 HNTB General Notes 10/30/02 S1.02 HNTB Typical Concrete Details 10/30/02 S1.03 HNTB Typical Steel Details 10/30/02 S1.04 HNTB Typical Steel Deck Details 10/30/02 S2.01 HNTB Enlarged Floor Plan-Meeting Rooms 10/30/02 S2.02 HNTB Enlarged Roof Plan-Meeting Rooms 10/30/02 S2.11 HNTB Enlarged Floor and Foundation Plan-Kitchen 10/30/02 S2.12 HNTB Enlarged Roof Framing Plan-Kitchen 10/30/02 S3.01 HNTB Sections and Details 10/30/02 S3.02 HNTB Sections and Details 10/30/02 • S3.03 HNTB Sections and Details 10/30/02 Page 1 of 6 EXHIBIT D • PALM SPRINGS CONVENTION CENTER DOCUMENT LIST December 12, 2002 Architectural Architect/ Description Date Drawing No. Engineer MECHANICAL MO.01 HNTB Symbols, Abbreviations, and Notes 10/30/02 MO.02 HNTB Mechanical Requirements 10/30/02 MO.03 HNTB Mechanical Schedules 10/30/02 M1.10 HNTB Enlarged Kitchen HVAC Floor Plan 10/30/02 M1.11 HNTB Enlarged Meeting Rooms HVAC Floor Plan 10/30/02 M1.12 HNTB Enlarged Kitchen HVAC Roof Plan 10/30/02 M1.13 HNTB Enlarged Meeting Rooms HVAC Roof Plans 10/30/02 M2.01 HNTB Mechanical Details 10/30/02 M2.02 HNTB Mechanical Details 10/30/02 M2.03 HNTB Mechanical Control Diagrams 10/30/02 • ELECTRICAL E0.01 HNTB Symbols List, Abbreviations, and Notes 10/30/02 EO.02 HNTB Partial Single Line Diagram, Light Fixture Schedule and Title 24 10/30/02 EO.03 HNTB Panel Schedule i£Load Calculation 10/30/02 EO.04 HNTB Dimming System Riser Diagram 10/30/02 E1.10 HNTB Enlarged Kitchen Power Plan 10/30/02 E1.11 HNTB Enlarged Meeting Rooms Power Plan 10/30/02 E1.14 HNTB Enlarged Kitchen Electrical Roof Plan 10/30/02 E1.15 HNTB Enlarged Meeting Room Electrical Roof Plan 10/30/02 E8.10 HNTB Enlarged Kitchen Lighting Plan 10/30/02 E8.11 HNTB Enlarged Meeting Room Lighting Plan 10/30/02 E9.10 HNTB Special Outlet Details 10/30/02 PLUMBING PO.01 HNTB Symbol List,Abbreviations and Notes 10/30/02 P0.02 HNTB Plumbing Schedules 10/30/02 P1.10 HNTB Enlarged Kitchen Plumbing Plan 10/30/02 P1.11 HNTB Enlarged Pantry Plumbing Plan 10/30/02 PlA2 HNTB Enlarged Kitchen Plumbing Roof Plan 10/30/02 FOOD SERVICES KO-1 HNTB Notes and Symbols 10/30/02 KO-2 HNTB Construction and Installation Details KA-1 HNTB Equipment Plan 10/30/02 KA-2 HNTB Building Conditions Plan 10/30/02 KA-3 HNTB Plumbing Plan 10/30/02 Page 2 of 6 EXHIBIT D • PALM SPRINGS CONVENTION CENTER DOCUMENT LIST December 12, 2002 Architectural Architect/ Description Date Drawing No. Engineer FOOD SERVICES (con't) KA-4 HNTB Electrical Plan 10/30/02 KA-5 HNTB RefrigNentilation Plan 10/30/02 KA-6 HNTB Equipment Elevations 10/30/02 KB-1 HNTB Equipment Plan 10/30/02 KB-2 HNTB Building Conditions Plan 10/30/02 KB-3 HNTB PlumbingNentilation Plan 10/30/02 KB4 HNTB Electrical Plan 10/30/02 KB-5 HNTB RefrigNentilation 10/30/02 Exhibit D Continued on next page • Page 3of6 EXHIBIT D PALM SPRINGS CONVENTION CENTER DOCUMENT LIST December 12, 2002 Specification Architect/ Description Date Number Engineer DIVISION 1 —GENERAL REQUIREMENTS 01010 HNTB Summary of the Work 10/30/02 01040 HNTB Coordination 10/30/02 01045 HNTB Cutting and Patching 10/30/02 01050 HNTB Field Engineering 10/30/02 01200 HNTB Project Meetings 10/30/02 01300 HNTB Submittals Shop Drawings Product Data and Samples 10/30/02 01400 HNTB Quality Control 10/30/02 01421 HNTB Reference Standards and Definitions 10/30/02 01631 HNTB Substitutions 10/30/02 01700 HNTB Contract Closeout 10/30/02 01720 HNTB Project Record Documents 10/30/02 01730 HNTB Operation and Maintenance Data 10/30/02 01740 HNTB Warranties 10/30/02 • DIVISION 2—SITE CONSTRUCTION 02060 HNTB Building Demolition 10/30/02 02222 HNTB Excavation 10/30/02 02300 HNTB Earthwork DIVISION 3—CONCRETE 03100 HNTB Concrete Formwork 10/30/02 03300 HNTB Cast-In-Place Concrete 10/30/02 DIVISION 4—MASONRY 04200 HNTB Unit Masonry 10/30/02 DIVISION 5—METALS 05120 HNTB Structural Steel 10/30/02 05210 HNTB Steel Joists 10/30/02 05310 HNTB Steel Deck 10/30/02 05400 HNTB Cold-Formed Metal Framing 10/30/02 05500 HNTB Metal Fabrications 10/30/02 05810 HNTB Expansion Joint Cover Assemblies 10/30/02 DIVISION 6—WOOD AND PLASTICS 06100 HNTB Rough Carpentry 10/30/02 • Page 4 of 6 EXHIBIT D • PALM SPRINGS CONVENTION CENTER DOCUMENT LIST December 12, 2002 Specification Architect/ Description Date Number Engineer DIVISION 7—THERMAL AND MOISTURE PROTECTION 07210 HNTB Building Insulation 10/30/02 07241 HNTB Exterior Insulation and Finish Systems—Class PB 10/30/02 07533 HNTB Single-Ply Membrane Roofing 10/30/02 07716 HNTB Roof Expansion Assemblies 10/30/02 07720 HNTB Roof Accessories 10/30/02 07811 HNTB Sprayed Fire Resistive Materials 10/30/02 DIVISION 8—DOORS AND WINDOWS 08110 HNTB Steel Doors and Frames 10/30/02 08211 HNTB Flush Wood Doors 10/30/02 08305 HNTB Access Doors 10/30/02 08331 HNTB Overhead Coiling Doors 10/30/02 08710 HNTB Finish Hardware 10/30/02 DIVISION 9—FINISHES 09253 HNTB Gypsum Sheathing 10/30/02 09255 HNTB Gypsum Board Assemblies 10/30/02 09310 HNTB Ceramic Tile 10/30/02 09512 HNTB Acoustical Tile Ceilings 10/30/02 09651 HNTB Resilient Tile Flooring 10/30/02 09680 HNTB Carpet 10/30/02 09775 HNTB Fiberglass Reinforced Panels 10/30/02 09841 HNTB Acoustical Wall Panels 10/30/02 09900 HNTB Painting 10/30/02 DIVISION 10—SPECIALTIES 10265 HNTB Wall Surface Protection Systems 10/30/02 10660 HNTB Operable Walls 10/30/02 DIVISION 11 —EQUIPMENT 11400 HNTB Food Service Equipment 10/30/02 DIVISION 12—FURNISHINGS Not Used • Page 5 of 6 EXHIBIT D • PALM SPRINGS CONVENTION CENTER DOCUMENT LIST December 12, 2002 Specification Architect/ Description ' Date Number Engineer DIVISION 13—SPECIAL CONSTRUCTION Not Used DIVISION 14—CONVEYING SYSTEMS Not Used DIVISION 15—MECHANICAL 15000 HNTB Mechanical Specification 10/30/02 15300 HNTB Fire Protection Specification 10/30/02 15400 HNTB Plumbing Specification 10/30/02 15855 HNTB Air Handling Units 10/30/02 DIVISION 16— ELECTRICAL 16010 HNTB Electrical—General Provisions 10/30/02 • 16110 HNTB Raceways 10/30/02 16120 HNTB Wire and Cable 10/30/02 16140 HNTB Devices 10/30/02 16170 HNTB Low Voltage Disconnect Switches 10/30/02 16181 HNTB Low Voltage Fuses 10/30/02 16182 HNTB Low Voltage Circuit Breaker 10/30/02 16450 HNTB Grounding System 10/30/02 16460 HNTB Low Voltage Transformers 10/30/02 16471 HNTB Branch Circuit Panelboards 10/30/02 16485 HNTB Motor Controllers 10/30/02 16500 HNTB Lighting Fixtures 10/30/02 16520 HNTB Lighting Control System 10/30/02 Page 6 of 6 EXHIBIT E CONSTRUCTION MANAGER'S STANDARD PROVISIONS Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 NOT USED EXHIBIT F • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I TEMPORARY UTILITIES FOR CONSTRUCTION PURPOSES December 20, 2002 I. Temporary Plumbing A. Scope of work provided by the Plumbing Trade Contractor. The temporary Plumbing, and monthly rental, to be provided, will include, but are not limited to, the following: 1. Temporary water from domestic water. • Water service and hook-up at CM's jobsite trailer for the duration of the project. CM, City, DWA and Convention Center/Hotel shall approve all water service tie-in locations. • Water service with '/ " hose bib at areas of expansion and renovation for the duration of the project. CM, City, and Convention Center/Hotel shall approve all water service tie-in locations. • Temporary Construction water meter to be utilized by all required Trade Contractor's for the duration of the project. • (1) %" hose bib at 48"AFF at exterior of CM's jobsite trailer. • System will be sanitized for drinking purposes. • Cost of water to be paid by the City of Palm Springs. 2. Temporary Holding Tank and Toilets. • Holding tank and connection to CM's jobsite trailer restroom, including twice weekly pump-outs for the duration of project. • Four (4) portable toilets with hand-wash stations, including twice weekly pump-outs and water service for duration of project. Locations to be determined by the CM's Project Superintendent. • Page t of 3 EXHIBIT F PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I TEMPORARY UTILITIES FOR CONSTRUCTION PURPOSES December 20, 2002 II. Temporary Electrical and Telephone A. Scope of work provided by the Electrical Trade Contractor. The temporary power, and monthly rental, to be provided, will include, but are not limited to, the following: 1. Temporary Power • Provide temporary power poles, service and hook-up of CM's jobsite trailer from approved designated location (i.e. the Convention Center, Hotel, or other) with pole-mounted metering device for the duration of the project. Service will be 100 amp, 3 phase 240 volts. • Provide temporary power poles and service to the kitchen • expansion/renovation area from approved designated location (i.e. the Convention Center, Hotel, or other) with pole-mounted metering device for the duration of the project. Service will be 200 amp, 3 phase 240 volts. • Power temporary power and service to the Springs Theatre/ new meeting room and dry storage renovation area from approved designated location (i.e. the Convention Center, Hotel, or other). Utilize an existing panel for the duration of the project. Service will be 200 amp, 3 phase 240 volts. • Provide up to (6) spider boxes at the areas of expansion/renovation as directed by jobsite Superintendent. • Cost of power will be paid by The City of Palm Springs. 10 Page 2 of 3 EXHIBIT F PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I TEMPORARY UTILITIES FOR CONSTRUCTION PURPOSES December 20, 2002 2. Temporary Lighting • Provide and install (3) temporary power poles with (2) top-mounted security lights at far corners of construction fencing at CM's jobsite trailer compound area. • Provide temporary overhead lighting within the areas of expansion/renovation of not less than one foot-candle power square foot or as required by CAL-OSHA as need for the duration of the project. Task lighting will be by the respective trade contractors. 3. Temporary Telephone • Provide and install telephone lines and hook-up at CM's jobsite trailer from an approved designated location (i.e. the Convention Center, Hotel, or other)for the duration of the project. Provide a minimum of 4 phone lines. III. Temporary Trash Dumpsters A. Scope of work provided by the Demolition Trade Contractor. The temporary trash dumpster, monthly rental, and disposal fees to be provided, will include, but are not limited to, the following: 1. Temporary Trash Dumpsters • Provide two (2) 40-cuyd temporary trash dumpsters with weekly dump service at each area of the expansion/renovation area for construction trash debris for the duration of the project. These dumpsters are above and beyond the necessary "low-boys" and "other" 40-cuyd dumpsters that will be required for demolition, removal and disposal under the selective demolition scope of work. • Provide one (1) 4 cuyd temporary trash dumpster with weekly dump service at the CM's jobsite trailer for the duration of the project. • Page 3 of 3 EXHIBIT G December 20, 2002 LIQUIDATED DAMAGES AND ANTICIPATED DURATION DATED BY TRADES FROM NOTICE TO PROCEED (NTP) TO END OF ACTIVITY Bid Trade Duration Liquidated Package # Damages/Day 1 Selective Demolition $2,000.00 2 Chain-Link Fencing $500.00 3 Landscape & Irrigation $750.00 4 Site Concrete, Concrete $1,000.00 & Reinforcing 5 Masonry $750.00 6 Structural Steels, Metal $2,000.00 Decking and Misc. Metals 7 Waterproofing $750.00 8 Roofing & Sheet Metal $1,000.00 9 Door, Frames & Hardware $1,000.00 • 10 Overhead Coiling Doors $1,000.00 11 Operable Wall Partitions $1,000.00 12 Glass & Glazing $500.00 13 Metal Stud Framing, Drywall, $1,000.00 EIFS, Insulation and Fire Proofing 14 Ceramic & Quarry Tile & Stone $750.00 15 Acoustical Ceilings $750.00 16 Fabric Sound Panels $1,000.00 17 Carpet, Base &VCT $1,000.00 18 Resinous Flooring $1,000.00 19 Painting &Wallcovering $1,000.00 20 Concrete Sealer $500.00 21 FRP $1,000.00 22 Toilet Accessories $500.00 • 23 Signage $500.00 24 Fire Extinguishers & Cabinets $500.00 EXHIBIT G • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I December 20, 2002 LIQUIDATED DAMAGES AND ANTICIPATED DURATION DATED BY TRADES FROM NOTICE TO PROCEED (NTP) TO END OF ACTIVITY 25 Dock Equipment $500.00 26 S.S. Cornerguards $500.00 27 Wall Protection (bumper guards) $500.00 28 Kitchen Equipment $2,000.00 29 Plumbing $1,000.00 30 HVAC $2,000.00 31 Fire Protection $1,000.00 32 Electrical and Fire Life Safety $2,000.00 The duration of each Trade Contract/Bid Package is subject to revision • EXHIBIT H • OSHA 30-HOUR POLICY Palm Springs Convention Center Expansion Phase I Palm Springs, CA 12/20/02 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 2 months 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) 340-6411 CITY OF PALM SPRINGS . SPECIFICATIONS PART IV - CONSTRUCTION DRAWINGS AND SPECIFICATIONS See Exhibit D Document List, dated December 12, 2002. • • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I CONDITIONS OF THE CONTRACT nry aan iFr-r m_i q SPECIFICATIONS-CONTENTS • CITY OF PALM SPRINGS SPECIFICATIONS PART V - SCOPES OF WORK (BY TRADE FOR ALL TRADES) Bid Package #4 Site Concrete, Concrete & Reinforcing • • PALM SPRINGS CONVENTION CENTER EXPANSION PHASE I CONDITIONS OF THE CONTRACT !'ITV PRf11F!'T f19_1Q SPECIFICATIONS-CONTENTS SCOPE OF WORK TRADE CONTRACT NO. 4 SITE CONCRETE, CONCRETE & REINFORCING 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 Electrical Work 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 December 12, 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. F. OSHA 30 hour training policy, Exhibit H. II. SCOPE OF WORK A. The work defined in the Specification Sections listed below is specifically included, but not limited to, the Scope of Work of this Trade Contractor: 02222- Excavation • 02300 - Earthwork 03100— Concrete Formwork Page 1 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 2 • 03200- Concrete Reinforcement 03300 - Cast-in-Place Concrete B. As further clarification, Trade Contractor shall: 1. Provide all materials, labor and equipment necessary and required for complete Site and Building Concrete and Concrete Reinforcing Work including, but not limited to all concrete and concrete reinforcing as shown on the drawings, as specified and as further clarified herein. 2. Provide all excavation, removal, compaction, backfill, and grading of spoils for the concrete scope in accordance with the drawings, specifications and "Geotechnical Investigation Updated Report" dated June 21, 2002. Trade Contractor specifically includes all import of spoils necessary for fill and compaction of new building, ramps and loading dock walls and ramps. 3. Provide all fine grading of all site concrete, and slab on grade work. 4. Trade Contractor shall provide all fill material, compaction, and grading at the existing Springs Theater slab on grade in-fill area, as necessary to obtain sub grade. 5. Provide all layout and surveying required for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor operations, will be this Trade Contractor's responsibility. 6. Provide all concrete including, but not limited to, concrete footings and foundations, masonry footings, foundation walls, below and above grade concrete walls, pilasters, ramps, steps and slabs-on-grade. 7. Provide all concrete replacement of trellis patio North of new Kitchen Expansion, between grid lines A.9 and B.6 and 21.9 and 22.9. 8. Provide new loading dock ramp catch basins, with concrete bottoms. Grates for same will be provided by Plumbing Trade Contractor. 9. Provide all required concrete and reinforcing submittals and shop drawings including, but not limited to: product data, design mixes, curing compounds, hardeners, and dimensioned shop drawings. 10. Trade Contractor shall repair all existing concrete damage at location where new concrete meets existing. Trade Contractor should coordinate Demo limits with Demo Contractor. 11. Provide all concrete footings including excavation for masonry and concrete walls, and building footings. • 12. Provide concrete fill and installation of site steel pipe bollards. Bollards furnished by others. Page 2 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 3 • 13. Receive, offload, store, protect, distribute and set all templates, anchor bolts, rail sleeves, pipe bollards, dock angles, trough angles and items embedded in the concrete which are furnished by other trades as indicated on each Trade Contractor's shop drawings. Leave all embed surfaces clean to allow welding and/or attachment. 14. Provide all concrete depressions at new troughs. 15. Provide proper finish of all concrete receiving paint, waterproofing or any other finish material. Coordinate with the specific trades. 16. Provide all sealers, hardeners and curing required for the concrete and ensure that each is compatible with waterproofing, paint or finish surfaces. 17. Provide all required permits for the concrete and excavation work. 18. Provide flagmen and traffic control for concrete operations. 19. Provide the Construction Manager with a copy of all concrete delivery tickets. 20. Provide and maintain washout basin located in an area approved by the Construction Manager. Washing out and washing down of trucks shall be limited to the washout basin only. Remove all residual concrete remaining in pump slickline from the jobsite daily. Nuisance • water shall be removed on a daily basis. Washout basin area shall be thoroughly cleaned at end of project. 21. Provide Daily Construction Reports to Construction Manager. 22. Provide daily clean-up and removal of all forming material and debris generated by your work. 23. Provide final cleaning of entire site loading dock area after your Work is complete. This specifically includes power washing of the loading dock area site. Include removal of all nuisance water. 24. Coordinate the vertical adjustment of the existing and new structures at the concrete paving areas prior to placement of concrete. Coordinate this work with all site and utility trade contractors. 25. In addition, the Work will include the requirements of General Conditions, Supplementary Conditions, and Division 1, General Requirements once these documents are published and to the extent that these sections apply to the Subcontractor 26. 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. Subcontractor shall be solely responsible for completing the Work in accordance with code requirements and the • reasonable intent of the Contract Documents. Page 3 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 4 • 27. 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, engineering reports, soil reports, special studies, and existing conditions to the extent necessary to perform the Work. 28. 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. 29. Provide all ancillary materials and accessories, such as reglets, felt, vapor barriers, sand, crushed rock, curing compounds/coatings, joint accessories, etc., as required for the installation of the work. 30. Provide sand and/or crushed rock, vapor barrier as specified, under slab on grade per notes on the structural drawings and the recommendations of the project Soils Report. 31. All excess spoils are to be removed from the project site. 32. Structural steel anchor bolt templates will be provided by the steel subcontractor for use by the concrete subcontractor in anchor bolt • placement. 33. Provide grouting and/or drypacking of base plates. 34. Provide & maintain Cal-OSHA approved protection of all exposed vertical rebar, and Cal-OSHA approved protection for exposed horizontal rebar that impose a hazardous condition. 35. Include all required trade permits, fees, sales taxes, freight, or other ancillary charges associated with the performance of the Cast-In- Place Concrete. 36. Provide for pulling of mesh or rebar into final position during concrete placing operations. 37- Provide slab on grade control joints and construction as required by the Contract Documents and as approved by the structural engineer. 38. Protect and clean sleeved openings. 39. Concrete slab finishes are to be provided flat and level per the Contract Documents and applicable A.C.I. standards (or sloped if so called out on the drawings). Provide additional quality control measures to ensure slab on grade flatness and tollerances under new operable wall panels at meeting rooms, as required by Operable Wall Manufacturer. 40. Provide weather protection during your work including dewatering of • rainwater, miscellaneous pumping of pits, foundation excavations, etc. Page 4 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 5 • 41. Provide sandblasting or other necessary clean-up of concrete laden rebar. This work is to be performed during off hours if required, so as not to conflict with normal working hour operations of other trades. 42. Trade Contractor shall provide epoxy dowels, rebar and concrete poor back at all plumbing trenches and new, capped or demolished floor troughs, floor sinks and floor drains. 43. Provide slabs with slope to drain as indicated on drawings or necessary to create positive drainage to floor drains and floor sinks. 44. Provide dust control for dust generated by this Subcontractors equipment used in the course of the Work. 45. Provide backfill of the slab edge as necessary to match the adjacent rough grade. 46. Repair concrete curbs at loading dock entrance where new wall and ramp meets existing paving. Remove concrete to nearest construction joint prior to replacement. Replacement concrete shall include all concrete reinforcing. 47. Provide slab depressions as required for a compatible transition of ceramic tile and resinous flooring materials to adjacent flooring. 48. Provide concrete ramps at all cold storage room doors. Include Demo • of existing as required. 49. Provide topping slabs and waterproofing at interior of cold rooms. 50. Require all jobsite staff to have proper footwear, hard hat and safety glasses and are require to wear them at all times. No exceptions will be tolerated 51. Provide all concrete and concrete reinforcing including but not limited to footings, foundations, foundation walls, walls, plaster and slab-on- grade. 52. Provide all rebar and wire mesh steel reinforcing for the concrete. Include all dowels and epoxy where new concrete attaches to Building Structures and existing concrete. Coordinate reinforcing layouts, including all vertical dowels, with Masonry Trade Contractors. 53. Provide all formwork, pumping, placing and finishing of concrete. 54. Provide all water stops, keys and step footings as required. 55. Provide all fine grading for slabs on grade. 56. Provide a Two Thousand Dollar ($2,000.00) allowance for concrete equipment pads, including mechanical, electrical, plumbing and fire protection equipment roof and slab pads. • 57. Provide all blockouts and penetrations. Coordinate all blockouts and penetrations with other Trade Contractors. Coordinate the installation of all Fire Protection and Plumbing Sleeves through all Page 5 • December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 6 • concrete including footings. Trade Contractor will attend coordination meetings with other Trade Contractors. 58. Include backfilling and compaction of all walls including masonry. Coordinate compaction testing inspections through Turner. Coordinate, through Turner, backFill operation with the Waterproofing Trade Contractor and the Deputy Inspections of waterproofing and compaction. 59. Provide hoisting, shoring and equipment required for the Work. 60. Blow and clean all concrete formwork prior to each concrete pour. 61. Provide mock-ups for all paving patterns, colors, textures and finishes for approval. 62. Provide all construction, control, expansion, tooled, and saw cut joints as indicated. 61 Coordinate sleeves furnished and installed by the Misc_ Steel, HVAC, Plumbing, Electrical, Fire Protection and any other trades as required. 64. Provide and maintain safety railing and toeboards, while on site, at the perimeter of all levels, safety railing and toeboards at all interior • slab openings, and temporary handrail at all stairs in accordance with CAL-OSHA requirements. Provide for removal of same as permanent barriers are being installed, and/or at the end of the project. 65. Provide all concrete sealant and caulking for the Work in accordance with the specifications. (Ref. specification section 0790). Provide all pre-molded filler and caulking at all masonry to concrete transitions and all concrete to concrete, including Cont. backer rod and caulking at masonry walls, concrete walls and slab on grade. 66. Provide proper finishing of concrete slabs and walls, including all sacking if necessary. Coordinate with the specific trades. 67. Provide all task lighting for all nighttime or early morning concrete pour operations. This Trade Contractor should anticipate , early morning or off hour concrete pours. 68, Coordinate through Turner, all Soils, City and Deputy inspections. 69. Regrade gravel area at entrance of loading dock after all site concrete is replaced. 70. Provide water trucks, dust control and street cleaning as required. 71. Cover or plank over all openings. Secure from dislocation, identify and maintain as per OSHA approved requirements. 72. Provide thickened slabs where ramp or slab on slab-on-grade (not • shown on drawings), meet existing. Page 6 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete & Reinforcing Page 7 • 73. Temporary 110V power to be supplied by Turner. Any additional power required for the completion of the Work is the responsibility of this Trade Contractor. 74. Provide all necessary move-ins until the Work is complete. 75. Provide a Safety Program and be responsible for safety of all forming and concrete work. Any extra safety precautions shall be included as directed by Turner. Include a competent person who has participated and is certified through the OSHA 30 hours. 76. Provide cast-in-place stair nosing at the stair treads_ 77. Remove and patch concrete slab and walls where safety posts and related components have been removed. 78. Protect embeds and rebar that have special coatings. 79. Remove laitance from all embeds, sleeves, rebar, and block-outs prior to grouting/drypacking. 80. Include removal and proper disposal of all excess spoils from the site. 81. Include a cost allowance of 24 man-hours of Carpenter Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City of Palm Springs at the end of the project for any remaining unused hours. 82, Include a cost allowance of 24 man-hours of Laborer Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City of Palm Springs at the end of the project for any remaining unused hours. 83. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 3,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured Under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a- Owned b. Non-owned c- Hired Automobile Exposures. • Page 7 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 8 • C. WORK EXCLUDED: 1. The following items are specifically excluded from the Concrete Work: a. Furnishing of miscellaneous metal embeds. b. Structural concrete within the Building envelope. C. Concrete masonry work. D. LABOR RATES: 1. To determine the sum to be paid for labor and material change order work performed under 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: As listed above. F. ALTERNATES: None G. GENERAL INFORMATION: 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, engineering reports, Page 8 December 20, 2002 Palm Springs Convention Center Expansion Phase I Scope of Work Site Concrete, Concrete &Reinforcing Page 9 • soils reports, special studies, and existing conditions to the extent necessary to perform the Work. 4. 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. 5. 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 9 December 20, 2002 CERTIFICATE HOLDER COPY STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 COMPENSATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE JANUARY 8, 2003 GROUP: 000046 POLICY NUMBER: 10543-2003 CERTIFICATE ID: 32 -CERTIFICATE EXPIRES: 01-01-2004 01-01-2003/01-01-2004 CITY OF PALM SPRINGS THIS SUPERSEDES AND CORRECTS THE DEPARTMENT OD PROCUREMENT AND CONTRACTING CERTIFICATE ISSUED ON 01-08-2003 3200 E TAHQUITZ CANYON WAY PALM SPRINGS CA 92262 PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 1 This is to certify that we have issued a valid Worker's Compensation insurance policy in a form approved by the California Insurance Commissioner to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 30 days advance written notice to the employer. We will also give you 30 days advance notice should this policy be cancelled prior to its normal expiration. This certificate of insurance is not an insurance policy and does not amend,extend or alter the coverage afforded by the policies listed herein. Notwithstanding any requirement,term or condition of any contract or other document with respect to which this certificate of insurance may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions,and conditions,of such policies. AUTHORIZED REPRESENTATIVE PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLUDING DEFENSE COSTS: $1,000,000 PER OCCURRENCE ENDORSEMENT #0015 ENTITLED ADDITIONAL INSURED EMPLOYER EFFECTIVE 01-01-2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. NAME OF ADDITIONAL INSURED: CITY OF PALM SPRINGS DEPARTMENT OD PROCUREME ENDORSEMENT #2065 ENTITLED CERTIFICATE HOLDERS' NOTICE EFFECTIVE 01-01-2003 IS ATTACHED TO AND FORMS A PART OF THIS POLICY. EMPLOYER FORWARD SERVICES INC PO BOX 1269 LAKE FOREST CA 92609 SCIF 10265 IEPF-UI:KG 1 IJ�J, Western Heritage INS-UTL ANCE COMPANY ATTACHED T0ANC ENOOa$EMENT EFFECTIVE bA'rE FOpMINCA�AMT OA 12:01 A.M.$TANCARO TIME? NAMEOIN$UREO AGENT NO. PCLIC�NOMBER t SCP0436393 10/1/2002 FORWARD SERVICES INC. 0404 (The above Information is required only when this endorsement Is Issued subsequent to preparation of the policy.) THIS ENDORSEMENT CHANGES THE POLICY.PLEASE READ IT CAREFULLY. ADDITIONAL INSURED-AUTOMATIC STATUS WHEN REQUIRED IN CONTRACTUAL AGREEMENT Wtf H YOU -BROAD FORM WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US PRIMARY INSURANCE This endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. Section II -Who Is An Insured is amended to include as an insured any person or organization for whom you are performing operations when you and such person or organization have agreed In writing in a contract or agreement that such person or organization be added as an additional Insured on your policy. Such person or organization is an additional insured only with respect to liability arising out of your ongoing operations or"your work"for that insured by or for you. 2, with respect to the insurance afforded these additional insureds,the following exclusion applies: This insurance does not apply to: 14odily injury," "property damage" or"personal and advertising injury" arising out of the rendering of, or the failure to render,any professional,architectural,engineering or surveying services,including: a. The preparing,approving,or failing to approve,maps,drawings,opinions, reports,surveys,field orders,change orders or drawings and specifications;and b. Supervisory,inspection,architectural or engineering activities. 3. The TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Condition (Section IV - COMMERCIAL- - GENERAL UANLITY CONDITIONS)Is amended bythe addition of the folkwMng: We waive any right of recovery we may have against any person or organization because of payments we make for injury or damage arising out of your ongoing operations or"your work" done under a contract or agreement with that person or organization and included within the'products-completed operations hazard: 4. This Insurance shall be primary but only in the event of the Named Insured's sole negligence. All other Terms and Conditions of this Pol c .remain-unchIng. /\�/"_—^cam-�v� ,. /—,✓�-^ 0 `---� AUTHORIZED REP 5 NTATNE DATE Includes cobvrlgMed materiel or tnsurance soreices otflm.Ina,with ha pannimicn. C 0reli61nsuranca services OHice.Inc.,le04,19A?,f998 WHI21-0424 ACORD,M CERTIFICATE OF LIABILITY INSURANCE 01;161 oo3 PRODUCER (949)709-8800 FAX (949)709-1668 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Comprehensive Insurance Services ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 22342 Avenida Empresa ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Suite 200 RSM, CA 92688 INSURERS AFFORDING COVERAGE INSURED Forward Services, Inc. INSURERA: WESTERN HERITAGE INS CO C/O RE CHAIX P.O. BOX 1269 INSURERB: ROYAL INS CO OF AMERICA C/O RE CHAIX LAKE FOREST, CA 92609 INSURER C' INSURER D: INSURER E: COVERAGES 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 EXPIRATION LIMITS LTR DATE MMIDDIYY DATE MMIDDIYY GENERAL LIABILITY SCP0436393 10/01/2002 10/01/2003 EACH OCCURRENCE $ 2,000,000 X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one Fire) $ 50,000 CLAIMS MADE I A I OCCUR MED EXP(Any one person) $ 5,000 A PERSONAL&ADV INJURY $ 2,000,0001 GENERAL AGGREGATE $ 2,000,00 GENT AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMPIOP AGO $ 2,000,00 X POLICY PRO LOC ECT AUTOMOBILE LIABILITY SCP0436393 10/01/2002 10/01/2003 COMBINED SINGLE LIMIT ANY AUTO (Ea accideal) $ 2,000,00 ALL OWNED AUTOS BODILY INJURY $ A SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accidenl) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT S ANY AUTO OTHER THAN EAACC $ AUTO ONLY AGO $ EXCESS LIABILITY P2HA208284 01/14/2003 10/01/2003 EACH OCCURRENCE S 1,000,00 X OCCUR CLAIMS MADE AGGREGATE $ 1,000,000 B $ DEDUCTIBLE $ RETENTION $ $ WC STATU- OTH- WORKERS COMPENSATION AND TORY LIMITS ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $ EL DISEASE-EA EMPLOYEE $ E.L.DISEASE-POLICY LIMIT $ 7 OTHER - -r- DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS E: PALM SPRINGS CONVENTION CENTER EXPANSION PHASE 1, PALM SPRINGS, CA °10 DAY NOTICE FOR NON PAYMENT OF PREMIUMS ERTIFICATE HOLDER IS NAMED AS ADDITIONAL INSURED PER THE ATTACHED WH1 21-0424 04/00 CERTIFICATE HOLDER ADDITIONAL INSURED;INSURER LETTER:_ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE CITY OF PALM SPRINGS EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL AND TURNER CONSTRUCTION COMPANY 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BRUCE R JOHNSON BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY 3200 TAHQUITZ CANYON WAY OF ANY KIND UPON THE COMPANY,ITS AGENTS OR REPRESENTATIVES. PALM SPRINGS, CA 92262 AUTHORIZED REPRESENTATIVE Paul Weeni , CIC/BRANDI ACORD 25-S(7/97) ©ACORD CORPORATION 1988