HomeMy WebLinkAbout00286C - MARK TEMPLE CONSTRUCTION PLAZA THEATER CP91-22 PAL41
04 -SA6
City of Palm. Springs
k
C A L I F O R N I A
cg7JFonNvA P. 0. Box 2743, Palm Springs, California 92263 (619) 323-9179
DEPARTMENT OF PUBLIC WORKS ADMINISTRATION - ENGINEERING DIVISION
NOTICE OF ACCEPTANCE
FOR a PUBLIC AND/OR n PRIVATE IMPROVEMENTS
TO: Mark A. Temple Construction ACCEPTANCE DATE: April 10, 1992
75-153 Mere] Dr. , Suite H PROJECT: C.P. 91-22 - Plaza Theatre
Palm Desert, CA 92260 Improvements & Appurtenant Work
AGREEMENT NO. 286C
RESOLUTION NO. 820
This is to inform you that the following improvements have been inspected
and found acceptable to the City;
PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS
Curbing 40 L. F. Curbing L.F.
Street Paving 1 ,500 S.F. Street Paving S. F.
Sidewalks 900 S.F. Sidewalks S. F.
Driveway Approaches S.F. Driveway Approaches S.F.
Bike Paths S.F. Bike Paths S.F.
Sewer Mains L.F. Sewer Mains L. F.
Sewer Laterals 65 L.F. Sewer Laterals L. F.
Sewer Manholes Ea. Sewer Manholes Ea.
Storm Drains L. F. Storm -Drains L.F.
Survey Monuments Ea. Survey Monuments Ea.
Plaza Theatre Improvements - Electrical , H.V.A.r Misc. fonrrete,
Misc. Carpentry, Steel & Plumbino
Location: 123 South Palm Canyon Drive
C.P.S. Drawing No s . N/A Permit No. 10710 _
Contractor(s) actually doing work Dennis Thorson, Brudvik Electric.
Lake Services , Archuleta Construction, Mark Temple, Spa Plumbino
Notify your bonding company/bank to release the following bonds: April 10, 1993
No. 3SM73093.00 in the amount of $ 345,545.00 Performance
No. S3M73093.00 in the amount of $ 172,772.50 Labor & Materials
No. in the amount of $ Monuments
No. in the amount of $ Maintenance Security
Construction bond in the amount of for
Engineer City of Palm Springs Bond Co./Bank Kemper National Bank
Comments
FINAL CONTRACT AMOUNT: $433,702.13
Submitted bJT1 Qil Approved by ���C
Field En ineerin Supervisor Contracts Administrator
— 7
Approved Approved
City n ineer irector o-f Public Wor fD
Distribution: Original to Addressee; Copies to City Clerk, Engineering
File, Field Engineering Supervisor, Building, General Operations
Redevelopment
Index No. 9205
G 1"
00
Return to°c W rn
City Clerk A _
City of Palm Springs �p
P. 0. Box 2743
Palm Springs, CA 92263-2743\" W CD LLJ
cL
> 4 rnLU
e
N - -- — -- - NOTICE OF COMPLETION vLU
a
CD NOTICE IS HEREBY given that: �
1. The City of Palm Springs, California, is a municipal corporation,
organized and incorporated pursuant to the laws of the State of S
California. I '
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. 0. Box 2743, Palm Springs,
CA 92263).
4. The public work of improvement on the hereinafter referred to real
property within the City was COMPLETED on the 22nd day of November
19 91.
5. The name of the contractor (if named) for such work of improvement
was: Mark A. Temple Construction
6. The property on which said public work of improvement was completed --
-is in the--City of --Palm Springs, County of Riverside, State of
California, and is described as follows:
7. Location or address of said property is:
8. City Project No. 91-22 and Agreement No. 286C
DATED: December 4, 1991 CIT F PAL P -FORNIA
REVIEWED BY: �3rz By ! ---
Director of Public Works
JUDITH SUMICH, being duly sworn, says:
That she is the City Clerk of the 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 therein are true; that as said City Clerk,
she makes this verification on behalf of said municipal corporation.
City 'Clerk
Rev. 9/91 Index No. 1191
Res. No. 842
CHANGE ORDER
1
No. 5
PROJECT: DATE OF ISSUANCE:
PLAZA THEATERS IMPROVEMENTS AND ALL
APPURTENANT WORK
CITY'S PROJECT No. 91-22
CONTRACT FOR: ARCHITECT: KAPTUR & CIOFFI
Dressing Room Improvements
ARCHITECT'S PROJECT No. 9108
You are directed to proceed promptly with the following change(s):
Description:
Complete the dressing room improvements for the Plaza Theater based on
ti unapproved plans from Kaptur & Cioffi.
See attached letter dated 1/2/92
Purpose of Change Order:
'i
CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
Original Contract Price Original Contract Time
$ 345,545.00 60 Days
h
Contract Price Prior to this Change Order Contract Time Prior to this Change Orders
349,833.38
_ 60 Days
Net increase or decrease in Contract Price Net increase or decrease in days
1
$ 75,000.00 As Needed
New Contract Price with all Change Orders New Contract Time with all Change Orders
$ 424,833.38 As Needed
RECOMMENDED; AP OVED: APPROVED:
by by byJ—
i Ar¢hlmn /
ror iln Ciiy CWnnnr
t
Poem Spr ny v�ron 91-22 - - .„ _ ., _ CHANGE ORDER
PI""" "°r �a �j ��� CONTRACT ADMINISTRATION
Aa 74-0 1491 "s � r� W C� �'i{ io 0 t j FORMS - PAGE 3
o-
� D� (j_
• ' 1
M C1iANG1;,ORU)✓R .
No. 4
PROJECT: 'DATE OF ISSUANCE; 11/22/91 '
f
PLAZA THEATERS 1MPROYFLUNTS AND ALL
APPURTFNANT WORK " . .
CITY'S PROJECT No. 91-22
CONTRACT FOR: ARCHITECT: KAPTUR& C10FFI
Plaza Theater Improvements ARCIIITECT'S PROJECT No.
You are directed to proceed promptly with the following chn'nge(s): r
Dencripllvn: • ',
Change conduit and feeder sizes for A/C 'equipment as per Ron Reed Revision #3 '
on Electrical Plans and seal roof penetrations.
Purpose of Change Order:
See Above
i
CHANGE IN CONTRACT PRICE 1 , CHANGE IN CONTRACT TIME
Original Contract Price, i ,Original Contract Time
$ 345,545.90 i 60 Days ;!
Contract Price Prior to this Change Order 1 'Contract Time Prior to this Change Orders th 1"
346,745.71 60 Days
j
Net increase or decrease in Contract Price a Not increase or decrease in days " ''
it Y
S '1?,087.67 -0-
New Contract Price with all Change Orders 1 New Contract Time with all Change Orders
S 349,833.38 60 Days
RECO ND APPROVEDI ''+i ;; APPROVED: ;
y by by i ': I'
nrdd�n cem�aor
CHANGE ORDER
n�•,..�r� ro CONTRACT ADMINISTRATION '
neaaerwoiisi u. %a'•'r;
FORMS- PAG}s 3 ,i• { , ' 1. 'f.;:
.1
:J
czzAlvdC ozzn>;>2
No. 3 "
PROJECT: %DATE OF ISSUANCE: November 21, 1991
I ,
PLAZA THEATERS IMPROVEMENTS AND ALL
APPURTENANT WORK
CITY'S PROJECT No.: 91-22
CONTRACT FOR: ARCHITECT: ' KAPTUR & CIOFFI
Plaza Theater Improvements ARCHITECT'S PROJECT No. 9108
You are directed to proceed promptly with the following change(s):
Description: '
Adjustments in contract price after final field measurements
and approvals. I,
Purpose of Change Order:
Confirm existing footages. See attached "as—built" list /
CHANCE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
Original Contract Price Original Contract Time
$ 345,545.00 60 Days
Contract Price Prior to this Change Order Contract Time Prior to this Change Orders
$ 348,259.00 60 Dave
- '' Net increase or decrease in Contract Pricei Net increase or decrease in days
$ (1,513.29)
—0— I
. . New Contract Price with all Change Orders New Contract Time with all Change Orders
i
$ 346,745.71 50 Days
REC IyfMEN APPROVED: APPROVED: 40
ii
y Y by by
- Fa ae Cllr . . i CwAnnor •
r.0 smavl knee-u CHANGE ORDER
ri"'TM""'L^"°"`"""' CONTRACT ADMINISTRATION "
Aa0a6A-oDN41 i FORMS - PAGE 3
I
CIIANGI OIZDER
No. 7
PROJECT: DATE OF ISSUANCE: November 4, 1991
PLAZA THEATERS IMPROVEMENTS AND ALL
APPURTENANT WORK
CITY'S PROJECT No. 91-22
CONTRACT FOR: ARCHITECT: KAPTUR & CIOFFI
Plaza Theater Improvements ARCHITECT'S PROJECT No. 9108
You are directed to proceed promptly with the following change(s):
Description:
Increased width of conduit trench in driveway.
Additional removal and replacement of concrete.
Purpose of Change Order: _
Provide a safe condition in trench depth'vs width. -
CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
Original Contract Price Original Contract Time
$ 345 545.00 60 Days
Contract Price Prior to this Change Order Coplract Time Prior to this Change Orders -
$ 347,193.00 60 Days
li Net increase or,decrease in Contract Price Net increase or decrease in days
$ 1,066.00 —0—
New Contract Price with all Change Orders New Contract Time with all Change Orders .
$ 348 259.00 60 Days
REC M =END APPROVED: d APPROVED:/
1 by by Ge <
ra ae cur _
CHANGE ORDER
n., .�w l��n<m CONTRACT' ADMINISTRATION ..
Asooaw-wuai ;; FORMS - PAGE 3
i
1 a CHANGE ORDER
1 No. 1
PR03FCT: DATE OF ISSUANCE: '
PLAZA THEATERS IMPROVEMENTS AND ALL
APPURTENANT WORK
CITY'S PROJECT No, 91-22
CONTRACT FOR: ARCHITECT: KAPTUR & CIOFFI
�} Plaza Theater Improvements -
ARCHITECT'S PROJECT No.
You are directed to proceed promptly with the following change(s): i
Description: I ' It
Relocate wall opening in 12" block wall for A/C `duct due to obstructions f
at original opening location. Fill in original opening.
t
a
�i
Purpose of Change Order:
Provide free & unobstructed access for A/C duct run.
CHANGE IN CONTRACT PRICE CHANGE IN CONTRACT TIME
Original Contract Price Original Contract Time
,
$ 345,545.00 60 days 5
Contract Price Prior to this Change Order Contract Time Prior to this Change Orders
,. q
$ 345,545.00 f0 days °
�3
Net increase or decrease in Contract Price Net increase or decreaso in days
i
$ 1,648.00 0 days
u
New Contract Price with all Change Orders New Contract Time with all Change Orders
' 11
$ 347,193.00 . 60 days
RE O EN D; APPROVED: APPROVED: ! `
t li
by by by { J
A id. Fa Jn Chy Carnnw `i .y
Mark A. Temple Const. , Inc.
i}
P.�W."F.},sl u CHANGE ORDER -
nu.n�.k,vR ��.. CONTRACT ADMINISTRATION
t ,R
A7+�1+ 1 FORMS - PAGE 3
1
1
Mark A. Temple Construction In(
0 • Plaza Theater Improv & Appurt-
enant Work - CP91-22
AGREEMENT #286
R820, 10-8-91
AGREEMENT
THIS AGREEMENT made this �F day of ��'��.-b(-151 in the year 19 q,_,by and between
The City of Palm Springs, a legal entity organized and existing in the County of Riverside, under and by virtue of the laws of the Slate of
California,hereinafter designated as the City, and
Mark Temple Construction 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:
PLAZA THEATER IMPROVEMENTS AND ALL APPURTENANT WORK
CITY PROJECT No. 91-22
The Work is generally described as follows:
All that Work set forth in the Bid Schedule of the Bid Forms,as awarded by the City of Palm Springs pursuant to the
Contract Documents for City Project No. 91-22.
ARTICLE 2-COMMENCEMENT AND COMPLETION
The Work to be performed under this Contract shall be commenced on the dale specified the Notice to Proceed by the City and the Work shall
be fully completed within the time specified in the Notice to Proceed.
The City and the Contractor recognize that time is of the essence of this Agreement and that the City will suffer considerable financial loss if
the Work is not completed within the time specified in said Notice to Proceed,plus any extensions thereof allowed in accordance with Article
12 of the General Conditions. The damages suffered by the City would be extremely difficult or impractical to determine in the event of a
breach by the Contractor.Accordingly,the City and the Contractor agree that the Conractor 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:
$500 per day for the first 7 calendar days:
$2,500 per day beginning on the 8lh day,continuing through the 14th day;
$5,000 per day beginning on the ISth day,and continuing for all days beyond.
ARTICLE 3 -CONTRACT PRICE
The City shall pay the Contractor for the completion of the Work hereunder in accordance with the Contract Documents in current funds the
Contract Price(s)named in the Contractor's Bid and accepted Bid Schedule.
ARTICLE 4-THE CONTRACT DOCUMENTS
The Contract Documents consist of Notice Inviting Bids,Instructions to Bidders,the prevailing rate of per diem wages as determined by the
Director of the California Department of Industrial Relations, the accepted Bid and Bid Schedule, the Schedule of Values for lump sum Item /
No. 1,copyof the Purchase Order for assigned contract,Bidder's General Information,Bid Security or Bid Bond,Affirmative Action Program,
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 of the Contract, the Standard Specifications Pans 2 and
3, the Special Provisions to the Standard Specifications, the Technical Specifications, Drawings listed in The Schedule of Drawings in the„�
Supplementary General Conditions or in the Index on the Cover Sheet of the Drawings,Addenda numbers—I to F�af. ,inclusive,,
and all Change Orders,and Work Directive Changes which may be delivered or issued after the Effective Date of the Agreement and are not !
attached hereto.
P.Ln spdng.Pm;cn 91.0 AGREEMENT FORM
AGREEMENT AND BONDS - PAGE 1
Aa0a50o-091J91
ARTICLE S -PAYMENT PROCEDURES
The Contractor shall submit Applications for Payment in accordance with the provisions of the General Conditions and the Supplementary
General Conditions of the Contract. Applications for Payment will be processed by the Architect or the City as provided in the General
Conditions.
ARTICLE 6-NOTICES
Whenever any provision of the Contract Documents requires the giving of written notice, it shall be deemed to have been validly given if
delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at
or sent by registered or certified mail,postage prepaid,to the last business address{mown to the giver of the Notice.
ARTICLE 7-MISCELLANEOUS
Terns used in this Agreement which are defined in Article I of the General Conditions and Supplementary General Conditions will have the
meanings indicated in said General Conditions and Supplementary General Conditions. No assignment by a party hereto of any rights under
or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound;and
specifically but without limitation monies that may become due and monies that are due may not he 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 die other party hereto,its partners,
successors, assigns,and legal representatives in respect of all covenants,agreements, and obligations contained in the Contract Documents.
IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written.
CIT OF M SPRI S, IEORNIA CWa'r le p n, Inc.
By
By
Tale bhri9 t�d��is�ae Ti re is dent
W
Attest�'—" ` Attest
Address for giving Notice: dress for giving Notice:
75-153 Merle Dr. , Suite H
PalmD//esert, CA 92260 T License No. 70 J5
Approved as to Form:
Agent for service of process:
�i�i/:/ll�P✓I � M I��I,�
lJ sl,co" David W. Johnston
Tide �"
A rrIJ���`r91i1110 I,:f II k0fin �4.`W iJ�O��YA-0r.�tlYf Ei ri:.l6�1'..Aa
P.m,si zm'P,axn 91-M AGREEMENT FORM
PI".".W't"P.. AGREEMENT AND BONDS - PAGE 2
AnnO50en91491
7�
Sta.1 of ! to A� On this the_�i2 day of r C�l/� '�/0�`19�X,before me,
SS. / 1
County of
the undersigned Notary Public, personally appeared
! 2 41, V r2s'��.,,✓
:0.personally kno v/ns to me 4
'L.-proved tome on the basis of satisfactory evidence
to bethe-pe`on(s)who executed the within instrument as Cr t�
or on behalf of the corporation therein
i ^ named,and acknowled
e Oe1.iIICIA 9P s / g G.tp me that the corporation executed it.
DICE SALVERS /�
/ WITNESS m,�!hand ofEi !al se
l. .lt"
PUOT AWERSIDF.COL7�ORNLq /
•l"s`'�tia" N7y Can.;.EUOires Fa 9,§k
b 25,1 �
wwva-,:sR• - //`i%lf/I�.FJ/'ti'^�.
Notary' Signature
CORPORATE ACKNOWLEDGMENT FORM
State of a 6f a t9 r t 9 { •Ll- On this the.3 �d y of ��� Y) 19?Zbefore me,
- ,
County of llld� d �9n�c� A9r� Sll (6, er�
the undersigned Notary Public,personally appeared :t
personally known to me 9
❑ proved to me on the basis of satisfactory evidence
xaa� ®P'r3�'II.9P�6P�, /1 q �:
y„9
AS'�CESAEVEP,$` to be the person(s)who executed the within instrument as 1,—
��•r � or on behalf of the corporation therein
dam nlornnrrueuc.eaIFORNta
�a Ily Cnnm.Erp!res Feb 25,]9gn named,and acknowledged to me that the corporation executed it.
WITNESS my hand and official se f'.`/
/I -a- ti
i
Notary's Signature
CORPORATE ACKNOWLEDGMENT FCFM '
Executed in Quadruplicate (4) OOND PREMIUm BAST173 093 00
PER WTON��C Prem:$ 5,183.00
KNOW ALL MEN BY THESE PRESENTS : That whereas the Community Redevelopment
Agency of the City of Palm Springs, State of California, has awarded to
Mark Temple Construction Inc.
hereinafter designated as "Principal" , a contract for:
Plaza Theater Improvements and All Appurtenant Work, City Project N. 91-22
(Insert description of work to be performed and location)
WHEREAS, said Principal is required under the terms of said contract to
furnish a good and sufficient bond for the performance of said contract:
NOW THEREFORE, WE, the Principal , and American Motorists Insur. Companyas Surety,
are held and firmly bound unto the Community Redevelopment Agency of the
City of Palm Springs , California, hereinafter called the Community Redevel-
opment Agency of the City of Palm Springs, California, in the penal sum of:
Three hundred Forty-five thousand, Five hundred Forty-five and no/100 - - - -Dollars,
( 345.545.00 ) , being 10os of the contract amount in lawful money of the
United States of America for the payment of which sum well and truly to be
made, we hereby bind ourselves, our heirs, executors, administrators and
successors, jointly and severally, firmly by these presents .
THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounden Princi-
pal, his executors, heirs, administrators and successors, or assigns, shall
in all things stand to and abide by, and well and truly keep and perform the
covenants and agreements in the said contract and any alterations thereof
made as therein provided, on his or their part, to be kept and performed at
the time and in the manner therein specified, and in all respects accordine
to their true intent and meaning, and shall indemnify and save harmless the
Community Redevelopment Agency of the City of Palm Springs, California, its
officers and agents, as therein stipulated, then this obligation shall
become null and void; otherwise it shall be and remain in full force and
virtue.
And the said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration. or addition to the terms of the
contract or to work to be performed thereunder or the specifications accom-
panying the same shall in anywise affect its obligations on this bond, and
it does hereby waive notice of any such change, extension of time, alter-
ations or additions to the terms of the contract or to the work or the spe-
cifications.
IN WITNESS WHEREOF, identical counterparts of this instrument, each of which-
shall for all purposes be deemed an original thereof, have been duly
executed by the Principal and Surety above named, on this 25th day of
Ortnhar , 192S8x 91
American Motorists Insurance CompanV Mark Temple Construction, Inc.
-
SURETY PRINCIPAL
By By a i'✓ ' J7 L 2m
William J. S pp r ttorney ii +act r
INSURANCE COMP and/or-
AGENT ADDRESS:
narmna
companies
STATE OF CALIFORNIA, COUNTY OF LOS ANGELES S.S
On ff7lfl"E'- �'� K 1+�llil before me a Notary Public, within and for the said County and State,
personally appeared William J. Shupper known to me (or proved to me on the basis of
satisfactory evidence) to be the person whose name is subscribed to the within instrument as
the ATTORNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE COMPANY and acknowledged to
me that he subscribed the name of the AMERICAN MOTORISTS INSURANCE COMPANY- thereto as Surety,
and his own name as ATTORNEY IN FACT.
Kao�aNAPf i oFlLei I11
Y ARYL LIC
oFnff
State of 1 Lhj i C`J ! ,fi On this the C�day of � 1 �'r 1 before me, 1
Countyof �1IU ( r` � � r1 ���� —✓ ` L/Ci
the undersigned Notary Public,personally appeared
impersonally known to me
❑ proved to me on the basis of satisfactory evidence
to be the persons)who executed the within instrument as
'"� I J oron behalf of the corporation therein
named,and acknowledged to me that the corporation executed it.
c M.. NO7ARd PdIpLIC•CAJFCANW -
L'- =°' RIVEE,mccocnry WITNESS my hand Fd official seal.
Notary's Signature
CORPORATE AC%NOWLEOGMENT FORM '
State of On this the day of 19_,before me,
County of ) ,
the undersigned Notary Public,personally appeared
❑ personally known tome
❑ proved to me on the basis of satisfactory evidence
to be the person(s)who executed the within instrument as
or an behalf of the corporation therein
named,and acknowledged to me that the corporation executed It.
WITNESS my hand and official seal.
U
Notary's Signature �1
V
CO PRORATE ACRNOWLEOGM ENT FORM
• CITY OF PALM SPRINGS Executed in Quadruplicate (5)LABOR AND MATERIAL BOND 3SM 773 093 00
WIEVEAS, Lhe I:ILY nl Pnlm 'springs , a Municipn] !'orporation, and
Mark_ Temple Construction, In_c.
hereiL.naEter designated as "principal" have entered into an agreement dated
ILIYLbb 2 j 19 �-)J , for the following described project:
Plaza Theater Improvements and All Appurtenant Work, City Project No. 91-22
which is hereby referred td 'and made a part hereof; and
WHEREAS, under the terms of said agreement, principal is required before
entering upon the performance of the work, to file a good and sufficient payment
bond with the City of Palm Springs to secure the claims to which reference is
made in Title 15 (commencing with Section 3082) of Part 4 of Division 3 of the
Civil Code of the State of California.
NOW, THEREFORE, said principal and the undersigned as corporate surety, are
held firmly bound unto the City of Palm Springs and all contractors, subcontractors,
laborers, materialmen and other persons employed in the performance of the afore-
said agreement and referred to in the aforesaid Civil Code in the sum of
One hundred Seventy-two thousand Seven hundred Seventy-two and 5011nO Dollars
($ 172,772.50) being 50% of the contract amount, for materials furnished or labor
thereon of any kind, or for amounts due under the Unemployment Insurance Act with
respect to such work or Labor, that said surety will pay the same in an amount not
exceeding the amount hereinabove set forth, and also in case suit is brought upon
this bond, will pay, in addition to the face amount thereof, costs and reasonable
expenses and fees, including reasonable attorney's fees, incurred by the City in
successfully enforcing such obligation, to be awarded and fixed by the court, and
to be taxed as costs and to be included in the judgment therein rendered.
It is hereby expressly stipulated and agreed that this bond shall inure to
the benefit of any and all persons, companies and corporations entitled to file
claims under Title 15 (commencing with Section 3082) of Part 4 of Division 3 of
the Civil Code, so as to give a right of action to them or their assigns in any
suit brought upon this bond.,
Should the condition of this bond be fully performed, then this obligation
shall become null and void; otherwise it shall be and remain in full force and
effect.
ti--- •• i-,,tarps and anrees that no change, extension of time,
TATE OF CALIFORNIA, CO V nanr onna
IA UNL•Y OF LOS ANGELES
ui - PFC
before me a Notary Public,S'S comranres
personally appeared William J. within and for the said County and State,
satisfactory evidence) to be the Shupper , known to me (or
the satisfactory
person whose name proved to me on the basis of
RNEY IN FACT of and for the AMERICAN MOTORISTS INSURANCE
to the
me that he subscribed the name of the within instrument as
URANCE COMPANY and acknowledged to
and his own name as AMERICAN MOTORISTS INS g
ATTO IN INSURANCE COMP
Y FACT _ n ! Y\ ANY- thereto as Surety I SEAL
_
all orlt ✓L�� �� fj �9 AP /Q ,
it f �iv`� 6 f Jodkfr rr riFIL�G_'4iV;i li � l 4/� 0 ( �>��Q' , �7)
m goal c�iJl,n �> N ARY��p LIC —�
�I I'JI- Conn ei�dr.l7�c;a J I ,n )Y)
AMERICAN MOTORISTS INSUANCE COMPANY �+
Home Office: Long Grove, IL 60049 naTlanaL
InSURance
camrnnies
POWER 'OF ATTORNEY
Know All Men By These Presents:
That the American Motorists Insurance Company, a corporation organized and existing under the laws of the State of
Illinois, and having its principal office in Long Grove, Illinois, does hereby appoint
Louis E. Jones and William J. Sbu er of Los Angeles,
California (EACH) *************** �************* ****
its true and lawful agent(s) and attorney(s)-in-fact, to make, execute, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 31, 1992, unless sooner revoked for and on
its behalf as surety, and as its act and deed:
Any and all bonds and undertakings provided the amount
of no one bond or undertakingexceeds FIVE MILLION
DOLLARS ($5,000,000.00) **** *************************
EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver any bond or undertaking which guarantees the
payment or collection of any promissory note, check, draft or letter of credit.
This authority does not permit the same obligation to be split into two or more bonds in order to bring each such
bond within the dollar limit of authority as set forth herein.
This appointment may be revoked at any time by the American Motorists Insurance Company.
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company as fully and amply to all intents and purposes, as if the same had been duly
executed and acknowledged by its regularly elected officers at its principal office in Long Grove, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 31, 1992.
This Power of Attorney is executed by authority of a resolution adopted by the Executive Committee of the Board of
Directors of said American Motorists Insurance Company on February 23, 1988 at Long Grove, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby certified to by the undersigned Secretary as
being in full force and effect:
"VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature
thereof, and any such officers of the Company may appoint agents for acceptance of process.-
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly called and
held on the 23rd day of February, 1988:
"VOTED, That the signature of the Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adapted by the Executive Committee of the Board of Directors on February 23, 1988 and any such power so
executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon the Company."
In Testimony Whereof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate seal to be affixed by its authorized officers, this 15 day of August , 1990 .
Attested and Certified: AMERICAN MOTORISTS INSURANCE COMPANY
F.C.MeCullough, Secretary by - J.S.Kemper,III,Senior Vice President
(OVER)
STATE OF ILLINOIS SS
COUNTY OF LAKE
I, Grace E. Condon, a Notary Public, do hereby certify that J. S. Kemper, III and F. C. McCullough personally known
to me to be the same persons whose names are respectively asl Senior Vice President and Secretary of the American
Motorists Insurance Company, a Corporation of the State of Illinois, subscribed to the foregoing instrument,
appeared before me this day in person and severally acknowledged that they being thereunto duly authorized signed,
sealed with the corporate seal and delivered the said instrument as the free and voluntary act of said corporation
and as their own free and voluntary act for the uses and purposes therein set forth.
My commission expires: 5-14-94 ��y�� Grace E. Condon, Notary Public
1 "OFFICIAL SEAL" ►
1 Grace E. Condo✓ /
1 Notary Public, State of Illinois ►
My Commission Expires 51)4194 ►
CERTIFICATION
I, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power
of Attorney dated August 15, 1990 on behalf of the person(s) as listed on the reverse side is a
true and correct copy and that the same has been in full force and effect since the date thereof and is in full
farce and effect on the data of this certificate) and I do further certify that the said J. S. Kemper, III and F. C,
McCullough who executed the Power of Attorney as Senior Vice President and Secretary respectively were on the date
of the execution of the attached Power of Attorney the duly 'elected Senior Vice President and Secretary of the
American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the American
Motorists Insurance Company on this day of„-- , �'�'��1 , 19
QA•
N.J.Zarada, Secretary
This Power of Attorney limits the acts of those named therein to the bonds and undertakings specifically named
therein, and they have no authority to bind the Company except in the Manner and to the extent herein stated.
FM 836-5 5-90 114
PRINTE➢ IN U.S.A.
Power of Attorney - Term
PALM
h " 7
U � City of Palm Springs
°R °nec°
Ct f1 ORr�,F
M
P IIf C11a51nq
619-323-8236 ADDENDUM #1
CITY OF PALM SPRINGS, CALIFORNIA
PLAZA THEATER IMPROVEMENTS
CITY PROJECT #91-22
STEP I - REQUEST FOR STATEMENT OF QUALIFICATION AND INFORMATION
THIS ADDENDUM IS BEING ISSUED FOR THE FOLLOWING CHANGE.
1. CHANGE: The due date for Step I - Request for Statement of
Qualifications and Information, is hereby changed from 3 : 00
P.M. , August 27, 1991 to "no later than 3 : 00 P.M. , September
5, 1991.
2 . CHANGE: Remove Pages 4 and 5, PROJECT TIME TABLE and replace
with the attached revised pages 4 and 5.
THIS ADDENDUM MUST BE ACKNOWLEDGED AND RETURNED WITH THE STEP I
SUBT'T9SION. FAILURE TO ACKNOWLEDGE THIS ADDENDUM MAY CAUSE THE
L TO BE CONSIDERED NON-RESPONSIVE.
OFFEROR IS NAME/FIRM: Mark A. Temple Construction, Inc.
75-153 Merle Dr. , Ste H
OFFEROR' S ADDRESS: palm Desert CA 92260
OFFEROR'S TELEPHONE: (619)341= i
OFFEROR IS SIGNATURE,
r"
�4. v�.
HAROLD E. GOOD, CPPO
Posl 01[icc Box 1786, Patin Springs, Clilifornia 92263-1786
CITY PROJECT 91-22 - PLAZA THEATER IMPROVEMENTS
INVITATION FOR PROPOSAL/BID
PROJECT TIME TABLE
STEP I
August 13 and 19, 1991 Notice to Contractors/Mechanical
Subcontractors (Publish dates)
September 5, 1991 Statement of Qualifications and
Information due no later than 3 : 00 P.M.
local time at.
City of Palm Springs
Purchasing Division
425 N. Civic Drive
Palm Springs, CA 92262
Note: Submit one original and seven (7)
copies. Clearly mark the original copy.
September 11, 1991 Announcement of General Contractors and
Mechanical Contractors who successfully
completed Step I and will be invited to
participate in Step II of the two step
bid process.
STEP II
September 12 , 1991 Plans and Specifications available.
September 16, 1991 Pre-bid walk through for pre-qualified
bidders. The time and meeting place will
be announced on September 11 as part of
notification to contractors who
successfully completed the Step I
process.
October 3 , 1991 Final bids due no later than 2 : 00 P.M. ,
local time at:
City of Palm Springs
Purchasing Division
425 N. Civic Drive
Palm Springs, CA 92262
4 (Revised)
f
CITY PROJECT 91-22 - PLAZA THEATER IMPROVEMENTS
INVITATION FOR PROPOSAL/BID
STEP II (CONTINUED)
October 8 , 1991 Contract Award
October 16, 1991 Anticipated Start of Improvements
December 16, 1991 Anticipated Completion Date
The City of Palm Springs reserves the right to adjust this schedule
as necessary. Responses will not be accepted after the designated
closing times. All responses must be on the forms furnished by the
City, unless otherwise stipulated.
The Invitation for Proposal/Bid - Step I: Request for Statement of
Qualifications and Information should be completed by the
responding Offeror and returned in its entirety. DO NOT DETACH ANY
PART. Except for additional information specifically requested
within this document, no additional material will be accepted.
All responses must be completed as required, signed by an official
of the firm authorized to enter into a binding agreement with the
City and received at the time and place designated in the document.
one (1) signed original and seven (7) copies must be submitted to
the City.
5 (Revised)
CITY OF PALM SPRINGS, CALIFORNIA
PLAZA THEATER IMPROVEMENTS
City Project 91-22
PART III• STATEMENT OF QUALIFICATIONS & INFORMATION
PART III CONSISTS OF THREE SECTIONS.
SECTION A: AIA DOCUMENT A305, PAGES 23-28
SECTION B: ADDITIONAL INFORMATION REQUIRED FROM OFFEROR,
PAGES 30-32
SECTION C: AFFIDAVITS PERTAINING TO THE OFFEROR IS OVERALL
RESPONSES TO INVITATION FOR PROPOSAL/BID -
STEP I. PAGES 34-37
INSTRUCTIONS•
Offeror must supply all information requested. If certain
questions do not apply, indicate "not applicable" (N/A) as the
response. Failure to answer all questions may be reason for
disqualification.
AIA Document A305 and the Request for Additional Information must
be signed by a responsible representative of the offeror and
notarized as required. Failure to properly sign both Section A and
Section B may be grounds for disqualification of the Offeror.
All Affidavits must be signed by a responsible representative of
the Offeror, notarized and returned as part of the Offeror' s
Step I submission. Failure to supply signed and notarized
affidavits may be grounds for disqualification of the Offeror.
21
CITY OF PALM SPRINGS, CALIFORNIA
PLAZA THEATER IMPROVEMENTS
City Project 91-22
PART III
SECTION A
AIA DOCUMENT A305
SEE INSTRUCTIONS: PAGE 21
22
AIA Document A305
CONTRACTOR'S QUALIFICATION STATEMENT
1986 Edition
This form is approved and recommended by The American Institute of
Architects (AIA) and The Associated General Contractors of America
(AGG) for use in evaluating the qualifications of contractors. No
endorsement of the submitting party or verification of the
information is made by the AIA or AGG.
The Undersigned certifies under oath that the information provided
herein is true and sufficiently complete so as not to be
misleading.
SUBMITTED TO: City of Palm Springs California
Purchasing and Materials Management
ADDRESS: 425 North Civic Drive
Palm Springs, CA
SUBMITTED BY: Mark A. Temple Construction, Inc. Corporation XX
NAME: Partnership
ADDRESS: 75-153 Merle Dr. , Ste. H Individual
Palm Desert, CA 92260
PRINCIPAL OFFICE: Same Joint Venture
Other
NAME OF PROJECT (if applicable) :
Plaza Theater Improvements
City Project #91-22
TYPE OF WORK (file separate form for each Classification of Work) :
XX General Construction HVAC
Plumbing Electrical
other
(please specify)
23
AIA A305
Page 2
1. ORGANIZATION
1. 1 How many years has your organization been in business as
a contractor? Nine (9) Years
1.2 How many years has your organization been in business
under its present name? Nine (9) Years
1.2 . 1 Under what other or former names has your
organization operated? N/A
1.3 If your organization is a corporation, answer the
following.
1.3 . 1 Date of Incorporation: 8/30/82
1. 3 .2 State of Incorporation: California
1. 3 . 3 President's name: Mark A. Temple
1. 3 . 4 Vice President' s name(s) : David W. Johnston
1. 3 . 5 Secretary' s name: N/A
1. 3 . 6 Treasurer's name: N/A
1.4 If your organization is a partnership, answer the
following: N/A
1. 4 . 1 Date of organization: N/A
1. 4 . 2 Type of partnership (if applicable) : N/A
1. 4 . 3 Name(s) of general partner(s) : N/A
1. 5 If your organization is individually owned, answer the
following: N/A
1. 5. 1 Date of organization: N/A
1. 5 . 2 Name of Owner: N/A
24
AIA A305
Page 3
2. LICENSING
2 . 1 List jurisdictions and trade categories in which your
organization is legally qualified to do business and
indicate registration or license numbers, if applicable.
General Contractor - California - License # 430358 B
General Contractor - Arizona - License # 087893 B & B-01
General Contractor - Nevada - License # 0023725 B
2 .2 List jurisdictions in which your organization's
partnership or trade name is filed.
Same as above
3. EXPERIENCE
3 . 1 List the categories of work that your organization
normally performs with its own forces.
Concrete, Framing and Drywall
3 . 2 Claims and Suits. (If the answer to any of the questions
below is yes, please attach details)
3 .2 . 1 Has your organization ever failed to complete
any work awarded to it? No
3 .2 . 2 Are there any judgments, claims, arbitration
proceedings or suits pending or outstanding
against your organization or its officers? No
3 . 2 . 3 Has your organization filed any law suits or
requested arbitration with regard to
construction contracts within the last five
(5) years? Yes
3 . 3 Within the last five (5) years, has any officer or
principal of your organization ever been an officer or
principal of another organization when it failed to
complete a construction contract? (If the answer is yes,
please attach details. ) No
25
MARK A. TEMPLE CONSTRUCTION, INC.
Item 3.2.3
Yes. Arbitration pending on release of a portion of final
retainage for an apartment complex constructed in Beaumont
in 1989.
75-153 Merle Dr., Suite H • Palm Desert, California 92260 • (619) 341-9333 • FAX(619) 341-9603
AIA A305
Page 4
3 .4 On a separate sheet, list major construction projects
your organization has in progress, giving the name of the
project, owner, architect, contract amount, percent
complete and scheduled completion date. See Attached
3 .4 . 1 State total worth of work in progress and
under contract. $3,000,000.00
3 . 5 On a separate sheet, list the major projects your
organization has completed in the past five (5) years,
giving the name of the project, owner, architect,
contract amount, date of completion and percentage of the
cost of the work performed with your own forces.
See Attached
3 . 5. 1 State average annual amount of construction
work performed during the past five (5) years.
$28,000,000.00
3 . 6 On a separate sheet, list the construction experience and
present commitments of the key individuals of your
organization. See Attached
4 . REFERENCES
4 . 1 Trade References:
Spa Plumbing: (619)327-1481 Sean Wood
Lake Services: (619)320-2727 Dick Lake
Bay Shore Inc. : (619)324-5485 Mike Shovlin
4 . 2 Bank References:
Bank of America
Private Banking
Bob Hope Dr.
Rancho Mirage, CA
4 . 3 Surety:
4 . 3 . 1 Name of Bonding Company:
Johnson & Higgins (Broker)
4 . 3 . 2 Name and Address of Agent: ]
Johnson & Higgins
P.O. BOX 752
Riverside, CA 92502
26
MARK A. TEMPLE CONSTRUCTION, INC.
City Project 91-22
Item 3.4
Projects in Progress
Name Owner Architect Contract Amount % Complete Date of Completion
Comprehensive Salick Health Christopher S. Mills $ 400,000 99% 9/15/91
Cancer Center Care
Critical Desert Christopher S. Mills $ 150,000 70% 9/15/91
Care II Hospital
University Cal Poly, Frank Gonzales $6,000,000 99% 9/25/91
Village II Pomona
Courtyards J.F. Temple B.A. Designs $2,000,000 2Z 3/30/92
CONTRACTOR'S STATEMENTS OF EXPERIENCE
I. NAME OF FIRM Mark A. Temple Construction, Inc.
2. ADDRESS OF FIRM 75-153 Merle Drive Suite H, Palm Desert
ZIP CODE 92260 TELEPHONE AREA CODE ( 619) PHONE NO. 141-9333
3. STATE OF ORGANIZATION California Corporation
a. STATE LICENSE NUMBER 430358 — California
TYPES OF VALID CALIFORNIA CONTRACTING LICENSES HELD nB" License General
Contractor
S. AGE OF FIRM 9 Vears
6. OFFICERS OR PRINCIPALS OF FIRM Mark A Temple. President
David W. Johnston, Vice President
7. HAVE PRINCIPALS EVER DECLARED BANKRUPTCY? No HAD LICENSES SUSPENDED? NO
8. HAS FIRM EVER BEEN SUSPENDED FROM PROJECT? NO
9. COMMENTS Reference attached Brochure on Mark A Temple Construrl-inn Tnr.
IB. EXPERIENCE RECORD OF STAFF
NAME POSITION YEARS EXPERIENCE
Mark A. Temple President 12 Years
David W. Johnston Vice President 14 Years
Rover West Project Manager 31 Years
Joe Knotts Purchasing Agent 12 Years
Robert Zabrowski Controller 25 Years
James F. Temple Advisor 40 Years
Johann Purslow Advisor 20 Years
Rober Ricciardi Advisor 21 Years
Eric Johnson Advisor 45 Years
11. CONSTRUCTION AND COST OF CONSTRUCTION COMPLETED WITHIN PAST FIVE YEARS BY FIRM
YEAR
NAME OF PROJECT OWNER OF PROJECT CONTRACTCOST COMPLETED
Desert Falls Villas of $148,000,000.00 In Progress
Country Club Falls, Inc.
Cathedral Canyon Falcon Lake 40,000,000.00 Completed
Country Club Properties April, 1991
University Village Cal Poly Kellogg 6,000,000.00 Completed
Phase II Unit Foundation August, 1991
Painted Desert Max Cole 9,000,000.00 Completed
Country Club Sept. 1986
Ramada Inn Hotel Invest. Inc: 7,000,000.00 Completed 9/87
Desert Hospital Desert Hospital Corp. 3,890,000.00 Completed 3/90
E1 Mirador Renovation & Const.
Salic Cancer Center Salic Health Care 500,000.00 Completed 7/91
Mesquite Country Club James F. Temple 53,000,000.00 Completed 1/86
C,mtraa Mftmt.
Page 2 701.11 8/83
AIA A305
Page 5
5. FINANCING
5. 1 Financial Statement:
5. 1. 1 Attach a financial statement, preferably
audited, including your organization's latest
balance sheet and income statement showing the
following items:
Current assets (e.g. , cash, joint venture
accounts, accounts receivable, notes
receivable, accrued income, deposits,
materials inventory and prepaid expenses) .
Net Fixed Assets:
Other Assets:
Current Liabilities: (e.g. , accounts payable,
notes payable, accrued expenses, provision for
income taxes, advances, accrued salaries and
accrued payroll taxes) .
Other liabilities: (e.g. , capital, capital
stock, authorized and outstanding stock par
values, earned surplus and retained earnings) .
5. 1. 2 Name and Address of firm preparing attached
financial statement, and date thereof:
Tice, Breazeale & Gardner
170 S. Main St. #204; Orange, CA 92608
5. 1. 3 Is the attached financial statement for the
identical organization named on page one?
Yes
5. 1.4 If not, explain the relationship and financial
responsibility of the organization whose
financial statement is provided: (e.g. , parent
subsidiary) .
N/A
27
MARK A. TEMPLE CONSTRUCTION, INC.
STATEMENT OF FINANCIAL CONDITION
MAY 31, 1991
ASSETS
CURRENT ASSETS
Cash $ - 480, 996 ,l
-------------------
Receivables -
Contracts receivable - (Notes 2 and 7) 24 , 910 ,
Job advances 18 , 748
Advances to employees 16, 327
Other 1, 363 , 612
Trust deed receivable _
Related parties (Note 7) 2 , 380, 299
-------------------
Receivables 3 , 803 , 896
Less : Provision for uncollectibles 248 , 203
-------------------
Net receivables 3 , 555 , 693
-------------------
Costs and estimated earnings in excess of
billings on uncompleted contracts
-------------------
Total Current Assets 4 , 036 , 689
-------------------
FIXED ASSETS - (Notes 1 and 4) :
Machinery and equipment 286, 276
Office equipment 96, 931
Auto and truck equipment 390, 287
Leasehold Improvements 58 , 444
-------------------
831 , 938
Less accumulated depreciation 574 , 154
-------------------
Net Property and Equipment 257 , 784
-------------------
OTHER ASSETS
Refundable deposits 153 , 075
Trust deed receivable 441 , 863
-------------------
Total other assets 594 , 938
-------------------
Total Assets $ 4 , 889, 411
For internal use only
MARK A. TEMPLE CONSTRUCTION, INC.
STATEMENT OF FINANCIAL CONDITION
MAY 31, 1991
LIABILITIES
CURRENT LIABILITIES
Accounts payable $ 1, 050, 018
Billings in excess of costs and estimated
earnings on uncompleted contracts - 388 , 114
Contracts payable - secured by
equipment - current portion - (Note 4) -
Loans payable -
Related parties - (Note 7) 946, 673
Accrued expenses -
Payroll 20, 000
Insurance 76 , 123
Corporation income taxes payable - (Note 1) -
------- ------
Total Current Liabilities 2 , 480, 928
-------------------
NON-CURRENT LIABILITIES:
Contracts payable - secured by
equipment 49 , 167
Less : Current portion above - (Note 4)
Loans payable - shareholders - (Note 6) (36, 738)
Deferred corporation income taxes
payable - (Note 1) 572 , 405
-------------------
Total Non-Current Liabilities 584 , 834
-------------------
SHAREHOLDERS' EQUITY
CAPITAL STOCK - No par value
1, 000 shares authorized and outstanding 10, 000
RETAINED EARNINGS 1, 813 , 649
-------------------
Total Shareholders' Equity 1, 823 , 649
-------------------
Total Liabilities and Shareholders' Equity $ 4 , 889 , 411
-------------------
For internal use only
MARK A. TEMPLE CONSTRUCTION, INC.
STATEMENT OF NET INCOME
FOR THE SIX MONTHS ENDED MAY 31, 1991
CONTRACT REVENUES EARNED $ 9 , 170 , 740
COST OF REVENUES EARNED 8 , 181, 070
-------------------
Gross profit 989 , 670
GENERAL AND ADMINISTRATIVE EXPENSES 356, 870
-------------------
Income from Operations 632 , 600
-------------------
OTHER INCOME(DEDUCTIONS)
Interest income 16 , 020
Miscellaneous income 309 , 686
Loss on disposition of fixed assets _
-------------------
Total other income(deductions) 325,706
-------------- ----
Income before Corporation Income Taxes 958 , 506
PROVISION FOR CORPORATION INCOME TAXES 279 , 461
-------------------
Net income
$ 679 , 045
Retained earnings - beginning of year 1, 134 , 604
Retained earnings - end of year $ 1, 813 , 649
For internal use only
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
COST OF REVENUES EARNED
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
410-000 Jobs in process - cost 19 , 688 , 561
410-502 Job cost - payroll taxes 112 , 471
410-503 Job cost - workers compensation 157 , 764
500-100 Payroll - JM 48 , 803
502-100 Payroll taxes - JM 4 , 570
503-100 Workers comp - JM 3 , 865
505-100 Gas & oil - JM 3 , 068
508-000 Telephone - M 740
510-100 Small tools & supplies - JM 4 , 958
512-000 Depreciation - M 60, 000
513-100 Miscelllaneous - JM 690
515-100 Material and parts - JM 15, 447
516-000 Repair and maintenance - M 25 , 786
516-100 Repairs and maintenance - JM 10 , 603
522-000 Permits and fees - M 56
522-100 Permits and fees - JM 213
599-100 Allocation of Overhead (178 , 819)
RJEs Net Reclassifying Journal Entries (11, 777 , 727)
-------------------
8 , 181, 070
-------------------
-------------------
JU1 25 '91 13%51 TUG F.2/5
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
GENERAL AND ADMINISTRATIVE EXPENSES
ACCOU14T DESCRIPTION
---------- ------------------------------------- - -------------------
600-000 Officers salary - 26, 872 i
601-000 Clerical salaries 262 , 035
602-000 Payroll taxes 21, 521
603-000 Workers compensation insurance 21630
604-000 Insurance - general 150 , 509
604-100 Insurance - auto 11, 393
605-000 Rent 251340
606-000 Office expense 22, 511
607-000 Taxes & licenses 4 , 505
608-000 Telephone 8 , 997
609-000 Utilities 2 , 057
610-000 promotion 14 , 385
611-000 Travel 3 ,768
612-000 AdverL-ising 10,756
617-000 ', Dues and subscriptions 1 , 623
614-000 Interest 6, 388
616-000 Repairs and maintenance 11, 271
e17-000 ;,ega 38 , 169
-001 Accounting 19 , 220
610-000 Auto expense / 8 , 134
620-000 Miscellaneous (3 , 569)
621-000 Entertainment 5 , 587
622--000 Payroll processing 6, 771
628-000 Medical. insurance 1, 037
629-000 Bank charges 2 , 375
634-000 Service & late charges 509
634-001 Feels, etc. 233
634-100 Payroll service charges' 45
635-000 Hardware maintenance fee 1 , 002
637-000 Seminars 265
699-100 Allocation of overhead (309 , 489)
--------------------
356, 870
i '
i
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Cash
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
102-000 B of A - TCD 300 , 000
105-000 Cash in bank - B of A 67 , 502
107-000 Petty cash 200
107-001 Petty cash - maintenance 500
107-002 Petty cash - Las Vegas 100
108-000 Payroll account 12 , G15
108-001 MATC - Payroll
102-100 Guardian Bank - CD 100, 000
-------------------
480, 996
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Contracts receivable - (Notes 2 and 7)
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
101-100 i of A - Villas at Desert Falls -
101-300 Home Fed - Construct account 1, 048
101-400 FH Const account (271 , 896)
136-000 H F Construction Loan 235, 055
137-000 H F - MATC 60, 704
-------------------
24 , 910
-------------------
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Related parties (Note 7)
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
122-001 Interco - JFT 302 , 153
123-000 Interco - Temple Realty 2 , 185
124-000 Interco - Mesquite 739
128-010 D F Fitness & Tennis Club 859
128-016 Acct Rec - Villas @ DF Inc. 854 , 768
128-017 Mojave Valley Resort Inc. 733 , 090
128-018 Interco. - JVM Inc. 7 , 489
135-000 Villas Design Center -
263-000 Villas at Desert Falls Ptr 11 479 , 015
-------------------
2 , 380, 299
-------------------
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Less accumulated depreciation
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
161-000 Accumulated depr - Machinery & equip 244 , 527
163-000 Accum deer - Auto & true], 233 , 972
165-000 Accum depr - Office equipment 93 , O84
167-000 Accumulated Amortization-Leasehold Imp 2 , 570
-------------------
574 , 154
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Related parties - (Note 7)
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
122-000 Interco - JFTC 600
128-006 McCollum Construction 4 , 547
260-000 Villas at Desert Falls, Ptr 964 , 963
261-000 Villas at Desert Falls, Inc (23 , 436)
-------------------
946 , 673
-------------------
AIA A305
Page 6
6. SIGNATURE
6. 1 Dated at Palm Desert. CA this 5th day of
September 1991 •
Name of Organizaj : Mark A. Temple Construction, Inc.
Tit President
6.2 M r. Mark A. Temple being duly
sworn deposes and says that the information provided
herein is true and sufficiently complete so as not to be
misleading.
Subscribed and sworn before me this � day of
Notary Public:
My Commission Expires: � � A�
sC"1a ors„TQ;9B.L SFAS,
�tils li[ESgI.V[BS
D' NOTJJOLIC CAU OANVi
FlNEASIOE COOh'F
M1y Cpnm.Expires N 25,1994
28
CITY OF PALM SPRINGS, CALIFORNIA
PLAZA THEATER IMPROVEMENTS
CITY PROJECT 91-22
PART III
SECTION B
ADDITIONAL INFORMATION REOUIRED OF OFFEROR
SEE INSTRUCTIONS: PAGE 21
29
CITY OF PALM SPRINGS, CALIFORNIA
PLAZA THEATER IMPROVEMENTS
CITY PROJECT 91-22
PART III STEP B
ADDITIONAL INFORMATION REQUIRED FROM OFFEROR:
1. The Offeror must list the five (5) most recent projects
the participating office of their firm has completed
which are of equal or greater complexity and magnitude to
the PLAZA THEATER IMPROVEMENTS. List must include the
following:
a. Name of the Project
b. Description of Project (functional use)
C. Building size in gross square feet.
d. Description of your contract/subcontract
e. Amount of your contract/subcontract
f. Owner Contact, complete address and phone number.
g. Architect contact, complete address and phone
number.
h. Consultant contact, if applicable, complete address
and phone number.
i. Owner' s budget (if known)
j . Bid amount
k. Change order amount, with appropriate explanation
as follows:
(1) Dollar amount initiated by Owner
(2) Dollar amount initiated by Contractor
(3) Final contract amount.
1. Substantial completion date and cause of any
deviation from original substantial completion
date.
M. Owner acceptance date
n. Owner occupancy date
2 . Describe your process for requests for information from
the Architect.
3 . Provide evidence of being able to be bonded up to
$1, 000, 000 for a single job.
4 . List all projects in excess of $100, 000 completed for the
City of Palm Springs or the City' s Redevelopment Agency
during the past ten (10) years. Listing should include:
a. Name of Project
b. Description of project (functional use)
C. Building size in gross square feet.
d. Description of your contract
30
e. Amount of your contract
f. Architect contact, complete address and phone
number.
g. Consultant contact (if applicable) , complete
address and phone number.
h. Original budget, if known.
i. Bid amount
j . Change Order amount with appropriate explanation as
follows:
(1) Dollar amount initiated by Owner
(2) Dollar amount initiated by Contractor
(3) Final contract amount
k. Owner' s original or contract schedule
1. Substantial completion date and cause of any
deviation from original substantial completion date
M. Owner acceptance date
n. Owner occupancy date
5. Supply the name and title of the person acting in the
official capacity for the Offeror. Insert the address of
this individual and a telephone number and a FAX number
where he or she may be contacted. Also include a
separate, notarized statement authorizing this person to
act on behalf of the Offeror.
6. List current management level staff, summarize
qualifications and experience, attach resumes on a
separate sheet of paper. Highlight those staff who would
play roles in the project and identify the role each
would play.
7 . (a) Identify proposed project superintendent.
Summarize qualifications and experience, attach
resume. Confirm willingness to leave him or her on
the project for the duration of the project, unless
acceptable alternative arrangements are made with
the City of Palm Springs ' contract administrator.
(b) Identify other key staff who would be assigned
to the project and their related duties.
Supply summary of qualifications and
experience and resumes.
8 . List California State Contractors License (s) held by
Offeror. Attach a copy of all such licenses.
9 . Provide a preliminary construction time line developed
from information contained in this Request for
Proposal/Bid, Part I. Outline the construction
milestones from award of contract to completion of the
project. October 8 1991 award of contract.
31
10. Provide a general explanation and example of good
management practices you implemented on other relevant
projects. Specify project leadership and reporting
responsibilities for this project and how your project
management staff would interface with other key project
personnel.
11. Respond to the following question: Does your firm have
the capability and resources to complete the project
within the identified time lines?
12 . Summarize the qualifications and management plan which
would merit award of this contract to your firm,
including but not limited to, project experience, staff,
professional and technical capabilities, quality of work,
site supervision expertise, financial solvency and
development plan. Take into consideration the
information supplied in the Invitation for Proposal/Bid
and the required completion time line.
AFFIDAVIT
By signing on the face of this page, I, Mark A. Temple
(print name)
certify that I am President and authorized
(print title)
to act for Mark A. Temple Construction, Inc.
(Print company name)
and that the statements made above are accurate and correct.
SIGNATURE:
TITLE: / resident
DATE: ----� -------------5191 ------------------------
i1
^-,-
-------------^ J9p -- —=— _-- _ " P a LoTr EEsio�+Fa PS O ARY SEAL
I1 Y.
by
fAy Comrn. xnlres .b 25,1994
NOTE: Failure to return a completed and signed Affidavit will
disqualify the Offeror from further consideration by the City.
32
y
CITY OF PALM SPRINGS, CALIFORNIA
PLAZA THEATER IMPROVEMENTS
CITY PROJECT 91-22
PART III
SECTION C
AFFIDAVITS
AFFIDAVITS PERTAINING TO THE OFFEROR' S OVERALL RESPONSES TO
INVITATION FOR PROPOSAL/BID - STEP I
SEE INSTRUCTIONS: PAGE 21
33
AFFIDAVITS
CITY PROJECT 91-22
PLAZA THEATER IMPROVEMENTS
OFFEROR Mark A. Temple Construction, Inc.
ADDRESS75-153 Merle Dr. ,Ste H: Palm Desert ZIPCODE _92260
STREET ADDRESS• Same
FAX PHONE NO. (619) 341-9603
PHONENO. (619) 341-9333
I, Mark A. Temple
(Print signer's name)
the undersigned, President
(Print office held)
of the above named offeror first being duly sworn and under oath,
say and affirm the 5th day of September , 1991 that
I hold the aforementioned Office in the above named Offeror and I
affirm the following:
AFFIDAVIT I
PROHIBITION AGAINST CONFLICTS OF INTEREST. GRATUITIES AND KICKBACKS
An employee or any official of the City of Palm Springs who shall
take, receive, or offer to take or receive, either directly or
indirectly, any rebate, percentage of contract, money, or other
things of value, as an inducement or intended inducement, in the
procurement of business, or the giving of business for or to, or
from, any person, partnership, firm or corporation, offering
bidding for, or in open market seeing to make sales to the City of
Palm Springs, elective or appointive, in his efforts to bid for, or
offer for sale, or to seek in the open market, shall be punished
according to the law.
Every person, firm, or corporation offering to make, or pay, or
give, any rebate, percentage of contract, money or any other thing
of value, as an inducement or intended inducement, in the
procurement of business, or the giving of business, to any employee
or to any official of the City of Palm Springs, elective or
appointive, in his efforts to bid for, or offer for sale, or to
seek in the open market, shall be punished according to the law.
34
By signature on this Affidavit, the Offeror expressly states that
no fee, commission, allowance, gratuity, reward, gift, promise or
compensation of any kind has been made or paid or will be made or
paid to any employee of the City, or to any company, firm, or
individual employed by the City in connection with this transaction
or any matters arising out of or pertaining to the same.
AFFIDAVIT II
AFFIDAVIT OF NON-COLLUSION BY CONTRACTOR
By signature on this affidavit, Offeror expressly states:
That all statements of fact in such proposal are true;
That such proposal was not made in the interest of or on behalf of
any undisclosed person, partnership, company, association or
corporation;
That such proposal is genuine and not collusive or sham;
That such bidder has not, directly or indirectly, by agreement,
communication or conference with anyone attempted to induce action
prejudicial to the interest of the City of Palm Springs, or of any
other bidder or anyone else interested in the proposed contract;
and further,
That prior to the public opening and reading of proposal, said
bidder:
(a) Did not, directly or indirectly, induce or solicit anyone
else to submit a false or sham proposal.
(b) Did not, directly or indirectly, collude, conspire,
connive or agree with anyone else that said bidder or
anyone else would submit a false or sham proposal, or
that anyone should refrain from bidding or withdraw his
proposal.
(c) Did not, in any manner, directly or indirectly, seek by
agreements, communications, or conference with anyone to
raise or fix any overhead profit, or cost element of this
proposal price, or that of anyone else.
(d) Did not, directly or indirectly, submit this proposal
price or any breakdown thereof, or the contents thereof,
or divulge information or data relative thereto, to any
corporation, partnership, company, association,
organization, bid depository, or to any member or agent
thereof, or to any individual or group of individuals,
35
except to the City of Palm Springs or to anyperson or
persons who have a partnership or other financial
interest with said bidder in his business.
AFFIDAVIT III
PROHIBITION AGAINST DISCRIMINATION AND UNFAIR LABOR PRACTICES
The offeror further agrees that in the performance of this
agreement with the City, offeror will not discriminate against any
worker because of race, creed, color, religion, national origin,
handicap, sex or age, and will comply with all applicable Federal,
State, or local laws and regulations prohibiting such
discrimination and all other conditions set out by law. ,
AFFIDAVIT IV
STATEMENT OF INSURANCE
The Offeror further agrees to meet all insurance requirements of
the City, including but not limited to the provisions of personal
and property liability including automobile coverage, Worker's
Compensation and Course of Construction Policies in limits
acceptable to the City. All required insurance shall name the City
of Palm Springs as an additional insured.
AFFIDAVIT V
STATEMENT OF CONTRACT COMPLIANCE
The Offeror further agrees to comply with all Terms and Conditions
as contained within the preceding pages of the Invitation for
Proposal/Bid and any additional documents and forms and contracts
which together shall be designated by the City to the complete
Contract for this project.
Offeror further and expressly agrees to supply all information
required in this Invitation for Proposal/Bid, that all such
information will be truthful and accurate, and to comply with all
terms and conditions of this Two-Step Procurement Process.
WITNESS SIGNATURE
(Corporate Seal)
36
Pnt
-TP
NAME & T E OF SIGNER
Su scribed and sworn to before e, A Notary Public for the State of
�/�`a-� m
a4-t�l � »� , County o-r-City of 'RQ 6 �
19ce( this � day of
_ �—
Commission expires on � -
NOTARY PUBLIC
(Signature) fRIZI-02,11
P^y Com,.Eenires Feb 25,199h
37
ATTACHMENT A
CITY OF PALM SPRINGS, CALIFORNIA
INSURANCE, INDEMNIFICATION AND BONDS
1. Insurance. The Contractor shall procure and maintain, at its
sole cost and expense, in a form and content satisfactory to
the City. of Palm Springs, during the entire term of this
Agreement including any extension thereof, the following
policies of insurance:
a. Comprehensive General Liability Insurance. A policy of
comprehensive general liability insurance written on a
per occurrence basis.' If the Contract sum is $25, 000. 00
or less, the policy of insurance shall be written in an
amount not less than either (i) a combined single limit
of $500, 000. 00 or (ii) bodily injury limits of
$250, 000. 00 per person, $500, 00. 00 per occurrence and
$500, 000. 00 products and completed operations and
property damage limits of $100, 000. 00 per occurrence and
$100, 000. 00 in the aggregate. If the Contract Sum is
greater than $25, 000. 00 but less than or equal to
$100, 000. 00, the policy of insurance shall be in an
amount not less than either (i) a combined single limit
of $1, 000, 000. 00 for bodily injury, death and property
damage or (ii) bodily injury limits of $500, 000. 00 per
person, $1, 000, 000. 00 per occurrence and $1, 000, 000. 00
products and completed operations and property damage
limits of $500, 000. 00 per occurrence and $500, 000. 00 in
the aggregate. If the Contract Sum is greater than
$100, 000. 00, the policy of insurance shall be in an
amount not less than $5, 000, 000 . 00 combined single
amount.
b. Worker's Compensation Insurance. A policy of worker's
compensation insurance in such amount as will fully
comply with the laws of the State of California and which
shall indemnify, insure and provide legal defense for
both the Contractor and the City against any loss, claim
or damage arising from any injuries or occupational
diseases occurring to any worker employed by or any
person(s) retained by the Contractor in the course of
carrying out the work or services contemplated in this
Agreement.
C. Automotive Insurance. A policy of comprehensive
automobile liability insurance written on a per
occurrence basis in an amount not less than either (i)
bodily injury liability limits of $250, 000. 00 per person
and $500, 000. 00 per occurrence and property damage
liability limits of $100, 000. 00 per occurrence and
$250, 00. 00 in the aggregate or (ii) combined single limit
V
liability of $500, 00. 00. Said policy shall include
coverage for owned, non-owned, leased and hired cars.
d. Additional Insurance. Policies of such other insurance,
including professional liability insurance, as may be
required in the Special Requirements.
All of the above policies of insurance shall be primary
insurance and shall name the City, its officers, employees and
agents as additional insured. The insurer shall waive all rights
of subrogation and contribution it may have against the City, its
officers, employees and agents and their respective insurers. All
of said policies of insurance shall provide that said insurance may
not be amended or canceled without providing thirty (30) days prior
written notice by registered mail to the City. In the event any of
said policies of insurance are canceled, the Contractor shall,
prior to the cancellation date, submit new evidence of insurance in
conformance with this Section 5. 1 to the Contract Officer. No work
or services under this Agreement shall commence until the
Contractor has provided the City with Certificates of Insurance or
appropriate insurance binders evidencing the above insurance
coverage and said Certificates of Insurance or binders are approved
by the City.
The Contractor agrees that the provisions of this insurance
provision shall not be construed as limiting in any way the extent
to which the Contractor may be held responsible for the payment of
damages to any person(s) or property resulting from the
Contractor' s activities or the activities of any person or persons
for which the Contractor is otherwise responsible.
In the event the Contractor subcontracts any portion of the
work, the contract between the Contractor and such subcontractor
shall require the subcontractor to maintain the same policies of
insurance that the Contractor is required to maintain pursuant to
this Agreement
2 . Indemnification. Contractor agrees to indemnify the City, its
officers, agents and employees against, and will hold and save them
and each of them harmless from, any and all actions, suits, claims,
damages to persons or property, losses, costs, penalties,
obligations, errors, omissions or liabilities, (herein "claims or
liabilities") that may be asserted or claimed by any person, firm
or entity arising out of or in connection with the negligent
performance of the work, operations or activities of Contractor,
its agents, employees, subcontractors, or invitees, provided for
herein, or arising from the negligent acts or omissions of
Contractor hereunder, or arising from Contractor' s negligent
performance of or failure to perform any term, provision covenant
or condition of this Agreement, whether or not there is concurrent
passive or active negligence on the part of the City, its officers,
agents or employees but excluding such claims or liabilities
arising from the sole negligence or willful misconduct of the City,
its officers, agents or employees, who are directly responsible to
the City, and in connection therewith:
a. Contractor will defend any action or actions filed in
connection with any of said claims or liabilities and
will pay all costs and expenses, including legal costs
and attorneys ' fees incurred in connection therewith;
b. Contractor will promptly pay any judgment rendered
against the City, its officers, agents or employees for
any such claims or liabilities arising out of or in
connection with negligent performance of or failure to
perform such work, operations or activities of Contractor
hereunder; and Contractor agrees to save and hold the
City, its officers, agents, and employees harmless
therefrom;
C. In the even the City, its officers, agents or employees
is made a party to any action or proceeding filed or
prosecuted against Contractor for such damages or other
claims arising out of or in connection with the negligent
performance of or failure to perform the work, operation
of activities of Contractor hereunder, Contractor agrees
to pay to the City, its officers, agents or employees,
any and all costs and expenses incurred by the City, its
officers, agents or employees in such action or
proceeding, including but not limited to, legal costs and
attorney' s fees.
3 . Performance Bond (If Required. Concurrently with execution of
the Agreement, Contractor shall deliver to City a performance
bond in the sum of the amount required in the Agreement, in
the form provided by the City Clerk, which secures the
faithful performance of the Agreement, unless such requirement
is waived by the City Council. The bond shall contain the
original notarized signature of an authorized officer of the
surety and affixed thereto shall be a certified and current
copy of his power of attorney. The bond shall be
unconditional and remain in force during the entire term of
the Agreement and shall be null and void only if the
Contractor promptly and faithfully performs all terms and
conditions of the Agreement.
4 . Sufficiency of Insurer or Surety. Insurance or bonds required
by the Agreement shall be satisfactory only if issued by
companies qualified to do business in California, rated "A" or
better in the most recent edition of Best Rating Guide, The
Key Rating Guide or in the Federal Register, and only if they
are of a financial category Class VII or better, unless such
requirements are waived by the Risk Manager of the City due to
unique circumstances. In the event the Risk Manager of the
City ("Risk Manager") determines that the work or services to
be performed under this Agreement creates an increased or
decreased risk of loss to the City, the Contractor agrees that
the minimum limits of the insurance policies and the
performance bond required by the Agreement may be changed
accordingly upon receipt of written notice from the Risk
Manager; provided that the Contractor shall have the right to
appeal a determination of increased coverage by the Risk
Manager to the City Council of the City within ten (10) days
of receipt of notice from the Risk Manager.
Only those paragraphs marked below will be applicable to this
Solicitation/Agreement.
( ] Bid Bond. Each Bid must be accompanied by a Bid Bond payable
to the City for ten percent (10%) of the total amount of the
bid. The City Clerk will return the Bonds of all except the
three lowest responsible Bidders with the ten (10) days after
the award of the Contract. When the Agreement is executed the
bonds of the two remaining unsuccessful Bidders will be
returned. The Bid Bond of the successful Bidder will be
retained until the Payment Bond and Performance Bond have been
executed and approved, after which it will be returned. such
guaranty shall be forfeited should the Bidder to whom the
Contract is awarded fails to furnish the required bonds and to
enter into a Contract with the City within the period of time
provided by the proposal requirements. A certified check,
cashier's check, or cash may be used in lieu of a Bid Bond.
[ ] Performance and Payment Bond. A Performance Bond covering
100% of the Contract amount and a Labor and Materials Bond
covering 50% of the Contract amount shall be furnished by the
Contractor prior to execution of Contract. Bond forms will
accompany the contracts mailed to the Contractor with the City
Clerk's Notice of Award Letter.
Attorneys-in-fact who sign Bid Bonds or Performance Bonds and
Labor and Material Bonds must file with each Bond a certified
and effective dated copy of their power of attorney.
The party to whom the Contract is awarded will be required to
obtain the Performance Bond and Material Bond and execute the
Agreement within eight (8) calendar days after the first
application of the Notice of Award.
[ ] Fidelity Bond. Third party Fidelity Bond in favor of the City
of Palm Springs $50, 000. 00 (minimum limit) .
[ ] Contract/Agreement. The Bidder whose Bid is accepted shall
execute the Contract and furnish the required bonding and
insurance within ten (10) working days after Notice of Award
of the Contract is issued. The Contract shall be considered
executed by the successful Bidder when three (3) copies of the
Contract, signed by an authorized representative of the
Contractor, the bond and required insurance are received by
J
the Purchasing Manager. Failure or neglect of the Contractor
to execute the Contract within the time specified may result
in a forfeiture of the Bid Guarantee and award of the Contract
to the next lowest responsible Bidder.
I '
City of Palm Springs , California
Plaza Theater Improvements
City Project 91-22
Part III Step B
Item 1.
Cal Poly Computer Center
11, 000 square feet remodel to accommodate a student
computer center. Major demolition of existing
structures and replacement of all mechanical equip-
ment, ducting and piping. Also included the
replacement of all electrical.
Bid/Contract amount: $495, 000
No Change Orders
Owner: Cal Poly Kellogg Foundation
Attn: Marc McCambridge
3801 West Temple Ave. , Bldg. 55
Pomona, CA 91768-4019
Phone: 714/869-2951
Architect: Pulliam & Mathews and Associates
672 So. Lafayette
Los Angeles, CA 90057
Occupancy: May 1988
Completed on schedule.
Page 2
Administration Relocation Desert Hospital
Extensive remodel of the Horwitch Gallery in
Palm Springs. Major demolition and complete
replacement and/or rehabilitation of all plumbing,
mechanical and electrical. Metal framing, dry-
walling and finishes for new offices to accommodate
Desert Hospital administrative offices.
Square footage approximately 15 , 000
Contract amount: $238 , 000
Owner Change Order amount: $8 ,500
Contractor Change Order Amount: - 0 -
Owner: Desert Hospital Corporation
1150 N. Indian Avenue
Palm Springs, CA 92262
Attn: Mike Fontana
Phone: 619/323-6364
Architect: Christopher S . Mills Architect
121 S. Palm Canyon Drive
Palm Springs , CA 92262
Attn: Chris Mills
Phone: 619/327-1184
Acceptance and Occupancy: March 1991
Completed 10 days early
Page 3
Admitting Relocation Desert Hospital
Remodeling of East Wing at Desert Hospital to
accommodate additional personnel . Electrical,
mechanical, plumbing, steel framing, drywall ,
millwork and finish work.
Square footage approximately 7 ,000
Contract amount: $325 , 000
Owner Change Order amount: $24 , 000
Contractor Change Order Amount: - 0 -
Owner: Desert Hospital Corporation
1150 N. Indian Avenue
Palm Springs, CA 92262
Attn: Mike Fontana
Phone : 619/323-6364
Architect: Christopher S . Mills Architect
121 S. Palm Canyon Drive
Palm Springs , CA 92262
Attn: Chris Mills
Phone: 619/327-1184
Acceptance and Occupancy: April 1991
Completed 6 days early
Page 4
Information Services Desert Hospital
Demolition and remodel of East Wing at Desert
Hospital. This area remained in operation through
the course of construction. Office partitioning
with heavy steel stud walls , drywall and wall-
covering. Major electrical and communications
demolition and addition. Mechanical ducting
extensions, and control relocations . Work
completed under OSHPOD jurisdiction.
Approximate square footage: 3 , 800
Contract amount: $165, 000
Owner Change Order amount: - 0 -
Contractor Change Order amount: - 0 -
Owner: Desert Hospital Corporation
1150 N. Indian Avenue
Palm Springs , CA 92262
Attn: Mike Fontana
Phone : 619/323-6364
Architect: Christopher S. Mills Architect
121 S. Palm Canyon Drive
Palm Springs, CA 92262
Attn: Chris Mills
Phone: 619/327-1184
Acceptance and Occupancy: April 1991
Completed 15 days early
Page 5
Comprehensive Cancer Center-Sunrise Medical Plaza
Remodel of existing facility located on
Sunrise Avenue and Vista Chino, Palm Springs.
Extensive electrical, mechanical and
structural work. Cosmetic drywall and wallpaper
finishes . Concrete demolition, removal and
replacement. Remodel to accommodate new
bathrooms and laboratory fixtures . Owner
operated business through course of construction.
Bid/Contract amount: $280 , 000
Owner Change Order amount: - 0 -
Contractor Change Order amount: - 0 -
Owner: Salick Health Care
407 North Maple Avenue
Beverly Hills , CA 90210
Attn: Tim Siuta
Phone : 213/276-0732
Architect: Christopher S . Mills Architect
121 S. Palm Canyon Drive
Palm Springs, CA 92262
Attn: Chris Mills
Phone: 619/327-1184
Acceptance and Occupancy: July 1991
Completed on schedule
FROM LOU JOHES UJS 9. 5. 1991 13: 15 R. 2
AMERICAN MOTORISTS INSURANCE COMPANY �nan'�ontt
Home Offioai Long tlra vs. IL 60049 mbeROp[[
camnnes
POWER, OF ATTONEY '
Know All Men By These Presents:
That the American Motorists Insurance Company, a corporation organized and existing under the Sews of the State of
Illinois, and having its principal office In Long Grove, Illinois, does hereby appoint
Louie E. Jones and*William*h**Shupper *£hf Los*** *I
California (EACH)
its true and lawful agant(s) end attornoy(s)-in-fact, to make, oxeouta, seal, and deliver during the period
beginning with the date of issuance of this power and ending December 91, 1992, unless sooner revoked for and on
Its behalf as aurnty, and as its act and dood:
Any and all bonds and undertakings pprovided the amount
of no one bond or undertaking*exceed**FIVE*MILLIO t***
DOLLARS ($5,000,000.00)
EXCEPTION: NO AUTHORITY Is granted to make, execute, seal and deliver any bond or undertaking which guarantaos the
payment or, colleotiOn of any promissory note, check, draft or letter of credit.
This authority does not povmit the same obligation to be split into two or more bonds in order to bring each Duch
band within the dollar limit of authority as set forth herein.
This eopcintm►nt may be rovokod at any time by the American Motorists Ynaurenca Company,
The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said
American Motorists Insurance Company es fully and amply to all infanta and purposes, an if the came had been duly
executed and agknowledgad by its regularly elected officers at its principal office In long Orova, Illinois.
THIS APPOINTMENT SHALL CEASE AND TERMINATE WITHOUT NOTICE AS OF DECEMBER 3l, 1992,
Thin Power of Attorney is executed by authority of a resolution adapted by the Executive Committee of the Board of
Directors of said American Material& In Durance Company an February 23, 196E at Long Orovo, Illinois, a
true and accurate copy of which is hereinafter set forth and is hereby oartified to by the undersigned Secretary at
being in full farts and offooti
"VOTED, That the Chairman of the Board, the President, or any Vice rresident, or their appointees designated in
writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and
ettornaye-In-feat, and to outhcrizo them to oxooute on behalf of the Company, and attach the seal of the Company
thereto, bonds and undertakings, reaognizanoos, contracts of indemnity and other writings, obligatory in the nature
tlareof, and any suoh officers of the Company may appoint agents for acceptance of process."
This Power of Attorney is Dlgned, aeaied and oartified by facsimile under and by authority of the following
resolution adopted by the Executive Committee of the Board of Directors of the Company at a meeting duly Cellod and
hold on Ilia 23rd day of February, 1989:
"VOTED, That the signaturo of the Chairman of the Board, the President, any Vice President, or their appointees
designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and
oertlflooticns by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to
resolution adopted by the Executive Committee of the board of Directors on February 23, 198e and any such Power to
executed, coaled and certified with respect to any bond or undertaking to which it is attached, shall continue to be
valid and binding upon Ina Company."
In Testimony Hhoroof, the American Motorists Insurance Company has caused this instrument to be signed and its
corporate coal to be affixed by its authorised officers, this 15 day of August , 1999
Atiosted and Cortiflodi AMERICAN MOTORISTS INSURANCE COMPANY
F.C.McCullough, Secretary by J.S.Kompar,III,SaMIor Vice President
(OVER)
F RO PI LOU JOKES WJS 9. 5. 1991 13; 16 P. 3
STATE or ILLINDIS 33
COUNTY OF LAKE
I, Grace E. Condon, a Notary Public, do hereby certify that J. $, Kemper, III end F. C. McCullough personally known
to me to be the came persona whom names ore respootivaly ■s Senior Vivo Prasidehl end Secretary of the Awerleeh
Matoriato Insurance Company, a Corporation of the State of Iltinois, aubsoribad to the foregoing lnstrumant,
appeared before me this day In person and severally Acknowledged that they being therounto duly authorized signed,
sealed with the corporate seal and delivered the said instrument As the fraa and voluntary apt of said corporation
And as their Own frAe and voluntary act for the uses and purposes therein sat forth.
My comieeloh expires; 5-14.94 w^ i Cracs E. Condon, Notary Public
1 "OFFICIAL SEAL" ►
1 Grace E. Condon 1
i Notary public.
hly rAmas ioa F Ii eouo4 5141 9J ►
1rr vYY.TTTTYTr►
CERTIFICATION
1, N. J. Zarada, Secretary of the American Motorists Insurance Company, do hereby certify that the attached Power
of Attorney dated August 1S, 199e on behalf of the person(,) as listed on the reverse side is a
true and correct Copy and that the lama hat been In full force and effect since the date thereof and is in full
force And effect on the data of this certificate,' and I do further Certify thet the Said J. S. Kemper, III and F. C.
McCullough who executed the Power of Attorney an Senior vice Fratident and Sacretary respeotivoly were on the data
of the execution of the attached Power of Attorney the duly elected Senior Vice President and Secretary of the
American Motorists Insurance Company.
IN TESTIMONY WHEREOF, I have horounto guboorlbod my name and affixed thethe corpporate seal of the American
Motorists Tnsuranc■ Company on this �_T_� day of SE r u 5 01, , 19
y r
r
N.J.Zarada, Secretary
This Power of Attorney limits the edtg of those named therein to the bonds and undertakings apecifically named
therein, and they have no authority to bind the Company excaot in the manner and to the extent herein stated.
FM 836-5 5-90 1M PRINTED IN U.S.A.
Power of Attorney - Term
Item 5 .
David W. Johnston
Vice President
MARK A. TEMPLE CONSTRUCTION, INC.
75-153 Merle Drive, Suite H
Palm Desert, CA 92260
619/341-9333; Fax: 619/341-9603
Item 5 .
Mark A. Temple Construction, Inc . has appointed
David W. Johnston to act as the Project Representative
for the construction of The Plaza Theater Improvements
City Project 91-22 .
Mark A. e, President Date '
NOTARIZED:
„�+ 01T1,,0ML SEAL
ALICCSAIVFRS
S�`fO NOTARY PUBLIC-CA,iFORNA
a nw RIVERSIDE COUNTY
fly CC=.ExPires Feb.25,1994
Item 6 .
President, Project Executive
Mark A. Temple
Vice President, Project Manager
David W. Johnston
Assistant Project Manager/Superintendent
Roger West
Project Estimator
Joe Knotts
Company Controller
Robert Zabroski
Item 6A. Summary
President, Project Executive
Mark A. Temple
a. Ensures companies resources are properly
allocated to support the project
b. Provides problem solving assistance
C. Approves Construction Agreement
d. Attends critical construction team meetings
Vice President, Project Manager
David W. Johnston
a. Acts as Mark A. Temple Construction, Inc .
Team Leader
b. Chairs meetings
C. Coordinates value engineering consultants
d. Reviews plans and specifications
e. Chairs weekly jobsite construction meeting
f. Approves project construction schedules ,
including reviews and updates .
g. Approves subcontractor payment
h. Approves change order requests
i. Monitors cost control systems
j . Assists with subcontractor selection
k. Obtains Certificate of Substantial Completion
Assistant Project Manager/Superintendent
Roger West
a. Maintains project drawing control logs
b. Prepares project meeting minutes
C. Maintains project submittal logs
d. Prepares project construction schedule update
e. Prepares change order requests
f. Prepares project correspondence
g. Monitors quality control
h. Provides problem solving assistance to field
superintendent
i. Attends both preconstruction team meetings and
jobsite progress meetings .
j . Coordinates subcontractor activities
k. Monitors subcontractor performance
1. Performs quality control functions
M. Prepares daily project schedules
Page 2
n. Prepares daily progress and force reports
o. Monitors site clean-up
p. Coordinates activities of Safety Director
with subcontractors
q. Assists with equipment startup
r. Coordinates preparation of as-built drawings
Project Estimator
Joe Knotts
a. Prepares construction estimates
b. Coordinates design review with staff
and subcontractors
C . Coordinates value engineering of alternative
solutions to design requirements
d. Reports results of value engineering study
e. Prepares initial G.M.P.
f. Conducts competitive subcontractor bidding
g. Prepares final guaranteed maximum price for
construction work
Company Controller
Robert Zabroski
a. Preparation of construction billing
b. Monitoring of construction billing
C. Job cost accounting
d. Job audit
e. Monitoring of change orders
Item 6B. RESUME
KEY PERSONNEL
NAME: Mark A. Temple
TITLE: President
EXPERIENCE: 15 Years
Mark Temple began his construction career with J. F. Temple
Construction, Inc. in 1976 as a carpenter/laborer. He
worked in several onsite positions through this tenure with
his father.
In 1980 , Mark dedicated his time as a Realtor on many of
the projects that were being developed by J. F. Temple
Development Company in Palm Springs, California.
Mark Temple spearheaded Temple Real Estate ' s dynamic sales
force, which recorded over $55 , 000 , 000 in real estate sales
from 1980-1983 .
In 1983 , Mark established Mark A. Temple Construction, Inc .
Since that time, Temple Construction has become a viable
entity in the construction industry. Licensed in Arizona,
California and Nevada, Mark Temple anticipates the further
advancement of his company through future projects and
developments in these Western markets .
Item 6B. RESUME
KEY PERSONNEL
NAME: David W. Johnston
TITLE: Executive Vice President/Principal in Charge
EXPERIENCE: 13 Years
David Johnston is the Executive Vice President of Mark A.
Temple Construction, Inc. He began working with the
company at its inception in 1983 .
He has been a Project Manager on many of Temples ' benchmark
facilities, including Desert Falls Country Club, Mesquite
Country Club and Sunnybrook Apartments, a housing facility
constructed for the Air Force, located in Perris ,
California. While on these projects , he had responsibility
for cost, quality control , scheduling, processing of the
project' s paperwork, and approval of pay requests .
Dave has been the Principal in Charge with responsibility
for all facets of the project during the pre-construction
and construction phases on several large projects in the
past four years.
Dave is a licensed General Contractor in the State of
California.
Item 6B. RESUME
KEY PERSONNEL
NAME: Roger West
TITLE: Project Manager
EXPERIENCE: 32 Years
Roger West began his construction career working in the
field as a laborer and mason for a substantial masonry
contractor in Las Vegas, Nevada in 1959 .
After a few years of field work, where Roger had worked his
way up the ranks as a crew foreman, he was brought into the
office as an estimator. Following his stint as an
estimator, Roger joined forces with Inland Development as
Mid-Western General Development Company, located in
Minneapolis, Minnesota, where he served as a project
manager for 5 years on a resort development constructed in
Big Sky, Montana.
For the past 21 years Roger has been a project
administrator on many heavy industrial, commercial and
production housing projects, where his duties included
project coordinator, personnel administrator, quality
control management, and client-contractor liaison.
Roger began work with Mark A. Temple Construction in 1987 .
He served as estimator and project manager on two country
club facility clubhouses , hospital renovations and the
remodeling and construction of two historical landmark
buildings in Palm Springs, California.
Item 6B. RESUME
KEY PERSONNEL
NAME: Joe Knotts
TITLE: Chief Estimator
EXPERIENCE: 10 Years
EDUCATION: B.S. and M.S . - West Virginia University
Joe Knotts began his construction career as a Project
Manager for Watt Industries in Palm Springs . His work
encompassed planning and supervising various multi-family
construction projects in the Coachella Valley.
In 1987, Joe began working for Mark Temple Construction,
Inc. as a purchasing agent and chief estimator on many
residential and light commercial projects . His primary
responsibility as Chief Estimator is to provide
construction cost estimates for all phases of construction
and prepare final cost and cash flow charts for all
projects .
Item 6B. RESUME
KEY PERSONNEL
NAME: Robert Zabroski
TITLE: Controller
EDUCATION: Bentley College - Bachelor of Science
Degree in Accounting
LICENSES: Certified Public Accountant
Licensed in the State of Louisiana
Experience includes over twenty years in the accounting
field, including eighteen years in the construction
industry. Previous positions held were Project Accountant
and Project Financial Manager for a national engineering
and construction company. Mr. Zabroski relocated to
California in October 1987 , and joined Mark A. Temple
Construction, Inc. in January 1989 as corporate Controller.
Item 7 .
Roger West
Reference Item 6A and 6B
Roger West will be Mark A. Temple Construction, Inc. ' s
field Superintendent for the duration of this project. Any
changes in personnel at this position would be made in
writing to the Palm Springs Contract Administrator.
Item 7B. Reference Item 6A and 6B attached
Item 8 .
California State General Contracting (B) License #430358
i
State of California °`""e. "'"
De ., 77
i
42i
R3r THIS IS YOUR POCKET IDENTIFICATION CARD - KEEP IT WITH YOU,
DE ACH AT PERFORATION, AND FOLD ,i.d
,{ �.,.. Audit No 863781
+.r, v *ervt-rs�rt+- rwTwr^i+, iE FO �ea LM',�>r�w t+�w�trs b� +"s`Yvwt+�u l 2bKFs'3'1-+!yF-7
STATE OF CALIFORNIA • '�" v it -ry i 7 t {V -r r,
•'DEPARTM ENT OF CONSUMER, AFFAI RSI r, s+i � r�Tr`li4 dk sTM�i ti,�� 'lri a. r�
CONTRACTOR'S STATE LICENSE BOARD
t i t EXPIRES ON ANY _CHANGS._.OF_, BUSINESS
i' st , _ 14 it rf r rr Mo oar ve. t I ADDRESS MUST BE REPORTED TO
r THE REGISTRAR WITHIN 90 DAYS i' t
tCIASSIFICATI0N5'' i ( �t• cI
.43MB TEt1PLE NIARK , A- CONSTRllLTION INCI vfl
?47 EUGENE ROAD v; ° its" I _" cL i li t„ >'
J f'7T,7 q'
: Vi.
...h.T;:.. n 4 i
1 -- •,,.nth,'. '-"f n._. ,.i'I;,• .: �..n..p _ i 'h i I, ' 1 t ; t `"�i _ T, 1 ;
'F13L 221REV BB5) -s SIGNATURE t;� +t yf' ,,, FOLD y{�— FOLDt dlt,, .r yC ' RECEIPT NO SC2139 ;��i
.,,
i
Item 9 .
Through our review of Part 1, it is apparent that this
project would be categorized as a "time is of the essence"
type project. It is difficult to prepare a hard time line
based upon the limited information supplied and the
relationship on construction documents (plans and
specifications) which we are not priviledged to at this
time. However, we will attempt to highlight the milestones
critical to this project in hope that it could be related
to a critical path methodology of scheduling.
1. Pre-construction Conference Mobilization
a. Discuss long lead items with subcontractors,
owners and architects
b. Activate crews for securing of project and
protection of existing non-construction
related facilities
C. Set up safety standards
d. Establishment of critical path and its
relationship to long lead items and project
subcontractor interfacing
2 . Procurement of Long Lead Items
a. Verify items or proposed substitute items with
owners and architect
b. Order appropriate items through purchase order
so as to expedite.
3 . Project Interface Subcontractors and Utility
Consultants
a. Insure public utilities are adequate to facilitate
proposed changes being made at site
b. Tracking of long lead items
4 . Project Tracking
a. Observe critical path schedule through weekly
construction meetings with owner and architect
b. Observe quality control through course of
construction
C . Observe project safety through course of
construction
5 . Project Completion
a. Contractor will prepare pre-occupancy
punchlist and perform work
b. Request for owner or architect' s punch list
C. Address punch lists prior to occupancy
d. Secure warranties and letters of guarantee from
subcontractors and suppliers
e. Preparation and submittal of as-built drawings
f. Final job clean-up and turnover
Item 10.
In preparation for projects of this nature, it is premiere
to establish an experienced team of company personnel and
associates who work for the common goal of the project,
which in our opinion, would mean a quality project, built
in the specified time frame and within the allocated
budget.
On previous projects which are similar in nature, we have
been allowed to interface with the architect and value
engineer specific materials or techniques that could
potentially be modified to save construction costs .
In assuming the leadership role for this project it is
important that the Project Manager and Project
Superintendent attend regularly scheduled meetings prior to
and through the course of construction of this project.
Through these meetings our management staff would build
confidence within the development team, through their
presentation of current job status, cost accounting and the
tracking of the proposed critical path schedule.
Item 11.
Yes
Item 12 .
In summary, we feel that the management plan assembled for
this project is one that will clearly establish a
legitimate team of project management personnel and
subcontractors who are typically accustomed to performing a
high standard of work in a relatively short period of time.
Through our tenure on historical landmark projects of this
nature, we are proud of the fact that we have never
exceeded the owner' s contractual budget, or construction
time frame, and have always exceeded their expectations of
quality and craftsmanship in the finished product.
We have been involved in the restoration of two historical
landmark buildings in the City of Palm Springs (Horwitch
Gallery and El Mirador Tower) . Through these experiences
we are aware of the importance of maintaining the historic
integrity of the buildings. We anticipate that the City
would view this as an advantage to our team' s experience
for the consultation and construction of this project.
our firm is financially solvent and has a good reputation
for timely payment to material suppliers and
subcontractors.
We sincerely hope we can become an active contributing team
member for this proposed project.
BID SCHEDULE
Schedule of Prices for Construction of
PLAZA TIIEATKR IMPROVUMENT5
AND ALL APPURTWNANT WORK
IL-em Quantity Unit
IJo. Description and Unit Price Amount
1. Plaza Theater Improve-
ments and all appurtenant'
work, complete; except,
for Did Items 2 through /- E d C)
12, Inclusive, herein. Lump Sum $
2 . Mobilization
Allowance Lump Sum $PO,OOD.00
3 . Sheeting, shoring,
and bracing or
equivalent method Lump Sum $ 1 , O C .
4 . 'Traffic Control Lump Sum
5 . Construct 4-inch
AC pavement 300 SC $ 'V $
6 . Construct 0-inch
PCC combination
curb and gutter C
per SW Dwg 200A 35 LF $ z 7. Uo $ l l
7 . Construct 4-inch
PCC sidewalk per
Std Dwg 210 620 SF $ 11-- 2 $ Z, 6 �
0 . Construct 6-inch
PCC driveway G o0
approach 300 SF $ ( ° S $ �,, `F ✓
9 . Furnish and install
transformer vault per
S. C. L. requirements c
and details on plans Lump Sum $ Oct
J
I
f.lm Spi,v r...i a 91-22
Ai100)11IIrW1491 Unil 1'rl.e UMIT PRICE UIBit) SCHEDULE
9I
ADDENDUM NO. 2 DID FORMS - PAGE 2
❑ C T — 4 — a i FF.• I �: Fri L P7 ^ FR I NG •LI R CH Fag F Fy .�
r)w b(AA.l;l)U "
Coal InuGd
]:Lein...,.� _ -Ciufiuliiry.—�U{�L• -
Ito. Uescr.i.pLiaft and Unit Price Amount;'
lo. Consttuct A-•l.ltctt
Schedule 00 PVC ditrglo
cotuluit, PCC-ottetieed
duct bank liar S.C. 13,
requirements and
OeL•aile 011. plalul JG br $ $
ll. Canz�tr:uoL• 5�inclr
sciredule oo PVC singie•-
conduit, PCc--encased .
duct: banic. per `I, C,L.
rocluireaicints and . , � � —
detailo on puns 26 LC - $- - - 30
i2 . CaneL•ruot G-irrclr '
sewer ieLera,i and
Wye, eompieLe in
place 35 by $__ � �'. > L
13, Structural Mitigation Lump Sum u5; 000'( 0
Allowance (Based on i
Electrical & r4eclianical,
work to be performed)
4t'b'PAL I3ZD Pr7lC1a $
QUMI'1'1'1185 01, WORK
Tile flunutilics of caulk or umlerlal stated ill unit price items of tile,>31d ate supplied billy to glvc
fill hldicatio❑ of the getterat 5eelm of lilc work; the City (Ives 0ot expiessly or by Implication
nglco dial the actual nlrlourll of work or watarini will correspond lheletivilli, and rescrves the right
filler awald io increase or decwa,%o the anluum of ally will price hell( of the Work by ail aalould
up to and lucludhlg 25 pet cell orally I3id item, ivithutil a change in the unll price, and shall have
the right lv delete filly Did item ill its cutitely, or to add addillonal 131d Items up to and Including
an aggregate total amount not to cxcced 25 percent of [lie Contract price,
n6n Frla,rmld vllr .
liv,.Yle. I Li{nmeneeie '
nllwwrA131ast u n rm. UNIT PRIM BID SCUBDULU
DID I{OINS VAU13 3
ADDIFNrn tin Vn P.
i
k' BID - ---
I
I,
BID TO: CITY OF PALM SPRINGS, CALIFORNIA =
The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into Agreement with the City in the form included in the Contract
Dmuments(as defined in Article 4 of the Agreement)to perform the Work as specified or indicated in said Contract Documents entitled:
PLAZA THEATER MIPROVEMENTS AND ALL APPURTENANT WORK
CITY PROJECT No.91-22 ,�
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, dealingwith the disposition of the Bid t Security.
P III
i, This Bid will remain open for the period slated 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):
ff
+a Number 1 Date 9/20/91
�f
Number 2 Date 9/27/91 �r
�i Number 3 Date 10/3/91
.* Number 4 Date 10/4/91
Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work, the site,the locality where the Work is to be
performed,the legal requirements(federal,stale,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.
�I
In conformance with current statutory requirements of California Labor Code Section 1860,el seq.,the undersigned confirm the following as
Its certification: +d
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,List of Subcontractors, Non-collusion Affidavit,Purchase Order for Assigned Contract,
Bidder's Gencral Information,Bid Bond,and Affirmative Action Program contained in these Bid Forms,said Bidder further agrees to complete
+lrN the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment
therefor the Contract Price based on the lump sum and unit prices named in the afore-mentioned Bid Schedule.
I'
Dated: 10/4/91 Bidder: MARK A. TEMPLE CONSTRUCTION INC.
�j
By:_ 71..,r.n-c% L ����'hn�;,v� ,7`^____� it
(Signature) DAVID JOHNSTON
Title: VICE PRESIDENT
PA-Sprtny r Jean 91.22 I�
UNIT PRICE BID
Aesooso914 9t BID FORMS - PAGE I
I .
BID SCHEDULE
Schedule of Prices for Construction of
PLAZA THEATER IMPROVEMENTS
AND ALL APPURTENANT WORK tid,
Item Quantity Unit
FNo. Description and Unit Price Amount
I. Plaza Theater Improve- ,
ments and all appurtenant
work, complete; except,
for Bid Items 2 through
12, inclusive, herein. Lump Sum $
2. Mobilization
-, Allowance Lump Sum $
3 . Sheeting, shoring, `
and bracing or
equivalent method Lump Sum $'
tc Traffic
o- 1 control rol Lump Sum $
u
S. Construct 4-inch
AC pavement 300 SF $ $
6. Construct 8-inch
PCC combination
V
curb and gutters"
per Std Dwg 200A 35 LF $ $
7. Construct 4-inch
PCC sidewalk per
Std Dwg 210 620 SF $ $
8. Construct 6-inch
PCC driveway
approach 300 SF $ $
9. Furnish and install
transformer vault per
S.C.E. requirements ,��i
and details on plans Lump Sum $
1'
I'
Pr S 'M rm Pm' 91 22 P V l�
UN
IT PRICE BID SCH
EDULE
Plm ltenlcr rtcn
AUW3@A-091491 UNi Prim BID FORMS - PAGE 2
l
f.
"�I
BID SCHEDULE
Continue)
Item Quantity Unit
No. Description and Unit Price Amount
10. Construct 4-inch
Schedule 80 single-
conduit, PCC-encased
duct bank per S.C.E.
requirements and
details on plans 96 LF $ $
11. Construct 5-inch
schedule 80 single-
conduit, PCC-encased
duct bank per S.C.E.
requirements and
details on plans 26 LF $ $
12 . Construct 6-inch
sewer lateral and
wye, complete in
place 35 LF $ $
r TOTAL BID PRICE
QUANTITIES OF WORK I
The quantities of work or material stated in unit price items of the Bid are supplied only to give
an indication of the general scope of the Work; the City does not expressly or by implication
agree that the actual amount of work or material will correspond therewith, and reserves the right
after award to increase or decrease the amount of any unit price item of the Work by an amount
up to and including 25 percent of any Bid Item, without a change in the unit price, and shall have
the right to delete any Bid Item in its entirety, or to add additional Bid Items up to and including
an aggregate total amount not to exceed 25 percent of the Contract Price.
ji
qi I
II ,
Palm Springs P jen 91.22 UNIT PRICE BID SCHEDULE
Pl.z.T .le'Improuomanu ',j
AUW.MA491491 Unit Prim BID FORMS - PAGE 3
' jld
�r
M,
INFORMATION REQUIRED OF BIDDER
LIST OF SUBCONTRACTORS
s�
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"
r 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 and address
1 1. ELECTRICAL 482623 BRUDVIK ELECTRIC
717 EUGENE RD,
PALM SPRINGS, CA 92264
2. H.V.A.0 313651 LAKE SERVICES
583 OLEANDER RD.
PALM SPRINGS, CA 92262
3, MISCELLANEOUS CONCRETE 488880 ARCHULETA CONCRETE CONST.
83-385 ROSA AVE.
THERMAL, CA 92274
4•_MTRt'_ CARPFNTRY & 430358 MARK A. TEMPLE CONST. j 1
DEMOLITION 75-153 MERLE DR. STE. H
PALM DESERT, CA 92260
5•_STEEL 396310 BRYDENSCOT METALS
785 SO, LUGO
SAN BERNARDINO, CA 92406
6•_PLUMBING 254153 SPA PLUMBING
P.O. BOX 2820
PALM SPRINGS, CA 92263
r
i;
8. 1a
I.
N. Sp(.0 Pluj 91.22
ARW4] 101 LIST OF SUBCONTRACTORS
BID FORMS -PAGE 4
P.
•
LIST OF SUBCONTRACTORS (Continued)
i
Contractor Percent
License of Total
Work to be Performed Number Contract Subcontractor's Name and address
I,
9.
10.
1
12.
13.
14.
16.
I '
Add additional sheets, if necessary.
P'1m SP-�W P.J.91-22
P1w T o.w hmvry nu
d ]OU91491 LIST OF SUBCONTRACTORS
BID FORMS - PAGE 5
r
ff I �
i •
NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND
SUBMITTED WITH BID
i' State of California )
as.
County of RIVERSIDE )
I, DAVID JOHNSTON , being first duly swom, deposes and says that he or she
rt
is VICE PRESIDENT of MARK A. TEMPLE CONST. 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
'a
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 inforrnation 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.
i
Bidder MARK A. TEMPLE CONSTRUCTION, INC.
B
DAVID JOHNSTONi ff 'C y
r
Title VICE PRESIDENT
Organization
Address 75-153 MFRT,F. DR- , STTTTF. A
PALM DESERT, CA 92260
l'
NON-COLLUSION AFFIDAVIT
P.�Spri .r i+91-22 BID FORMS - PAGE 6
Plv.Ti .w Imrravcmcnl.
AM40-091491
i •
PURCHASE ORDERS FOR ASSIGNED CONTRACTS
jl
The Bidder shall include the following costs into its bid for furnishing and installation of the items covered under p
the following purchase orders. See Notice Inviting Bids, Article N-5, and the Supplementary General Conditions, 'r
Article 3.19.4, for details.
. PILL TO: CITY OF PALM SPRINGS
CITY Or PALM SPRINGS
FINANCE PURCHASE ORDER
P.O.COX 1706 1786
PALM SPRINGS,CALIFORNIA 92263-1756
OVOTEB BY: Bob Strsebsugh
City of Palm Springs
DELIVER TO: S Plaza Theatre BATE: September 11, 1991
S. Palm Canyon
t Palm Springs, Ca. 92262 FOB: Shpg• Point
_ TETI Net
Southern California Air Cond. Diet. DELIVERY DUE: 10/16/91
VENDOR: B25 East Cooley Avenue
San Bernardino, Cs. 92406 PEOUISILbN 4•.
(714) 796-51,15
BID n 92-11
111 ACCOUNT:
1 Model 139ED36 Nomlaal 40 Ton Ileac Pump Air 2 EA
1landler with filter mixing box 6 row, B FPI
3 circuit DX coil 7.5 UP supply ran motor 6
drives with internal isolation
2 Model 138Ag012-5 ID Ton heat pump outdoor 2 EA
section
3 Model 03BAQ016-5 15 Ton heat pump outdoor 4 EA I,
section
4 Model 032LT-9UO-301 Motor .Pater head li
preeeu re b EA ,
controls
1,
5 Model 038Aq-9UU-061 Sequencer control package 2 EA y;
6 Model 0 4MR-900-101 Multi-Unit control relays 4 EA
Note: NA Electric beet, starters, disconnects
external controls other than listed
Items. All ecre.aoria. are field instal
led.
Note:
-' ALL ABOVE EQUIPMENT IS "CARRIER" I'
ills
1„ IM
' TOTAL P0.1C, FOBe FA TOAY
INCLUDIN TAX $B4,085.95
In.rmdlmu', Byoccepll,oul' enterepr... ncepl ntl lame nrd asm „�
I.Planeo 116.110 hook.ladapllaale a.PIslnla p.ymnnl loans on Invoice, When
nvmn M.of Sus2.Plre ,e eoboA1 Innale Invokes lm A.Pedant lax nxempl When mda,w M.Ibched hula.
ancb run,
. Aarold-.£._.CASING LP.Pn I'
OIIIECTINOUII11E5 TO 10191 323 e23a VFW nna PUDCMABINO MANAOEB •
.I• P.I.Sprfaxn Pr jca 91-22
Plv..'I he.ler hu,,w.m.
AB 0152A 1491 - ASSIGNED PROCUREMENT CONTRACTS "1
BID FORMS - PAGE 7
it I
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 an event,p Y J Y n ,
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. BIDDER/CONTRACTOR'S name and street address:
MARK A. TEMPLE CONSTRUCTION, INC.
75-153 MERLE DR.', SUITE H; PALM DESERT, CA 92260
Name of Licensee, RMO1, or RMEZ MARK A. TEMPLE
2. CONTRACTOR'S telephone number: (619 ) 341-9333
3. CONTRACTOR'S license: Primary Classification B
�I
State License Number 430358 Expiration Date 11/30/92
Supplemental license classifications:
Name of licensee and RMOI or RMEZ, if different from line (I), above
4. Name of person who inspected the site of the proposed Work for the Bidder:
j
Name: JOE KNOTTB Date of inspection: 9/16/91 & 10/3/91
t,
5. Surety Company and Agent who will provide the required Bonds on this Contract:
t
Name of Surety AMERICAN MOTORISTS INSURANCE COMPANY
Address LONG GROVE, ILL. 60049
Ij
r
I
I
Surety Company Agent JOHNSON & HIGGINS
Telephone Numbers: Agent ( 714 ) 683-3300 Surety ( )
Responsible Management officer
ri
1 Responsible Management Employee
nMs„",.v"lm"i.ZZ ems,nI BIDDER'S GENERAL INFORMATION
a�mro.xnrm
A"4D1 1191 BID FORMS - PAGE 8
i
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 each project:
(1) Project Name CAL POLY COMPUTER CENTER
Contract Price $495,000.00
Name, Address, and Telephone Number of Owner's Project Representative
CAL POLY KELLOGG FOUNDATION MARK MacCAINBRIDGE
3801 WEST TEMPLE AVE; BLDG 55
POMONA CA 91768-4019 (714) 869-2951
(2) Project Name ADMINISTRATION RELOCATION — DESERT HOSPITAL
Contract Price $238,000.00
Name, Address, and Telephone Number of Owner's Project Representative
DESERT HOSPITAL CORP. MIKE FONTANA
1150 N. INDIAN AVE
PALM SPRINGS, CA 92262 (619) 323-6364
(3) Project Name COMPREHENSIVE CANCER CENTER
Contract Price $280,000.00
v Name, Address, and Telephone Number of Owner's Project Representative
SALICK HEALTH CARE TIM SIUTA
407 NORTH MAPLE AVE.
BEVERLY HILLS, CA 90210 (213) 276-0732
ii
f
I
r.�.91.22
rw.m.u,i r, BIDDER'S GENERAL INFORMATION
AB00 1491 BID FORMS - PAGE 9
Item 6B. RESUME
KEY PERSONNEL
NAME: Roger West
TITLE: Project Manager
EXPERIENCE: 32 Years
Roger West began his construction career working in the
field as a laborer and mason for a substantial masonry
contractor in Las Vegas, Nevada in 1959 .
After a few years of field work, where Roger had worked his
way up the ranks as a crew foreman, he was brought into the
office as an estimator. Following his stint as an
estimator, Roger joined forces with Inland Development as
Mid-Western General Development Company, located in
Minneapolis , Minnesota, where he served as a project
manager for 5 years on a resort development constructed in
Big Sky, Montana.
For the past 21 years Roger has been a project
administrator on many heavy industrial, commercial and
production housing projects, where his duties included
project coordinator, personnel administrator, quality
control management, and client-contractor liaison.
Roger began work with Mark A. Temple Construction in 1987 .
He served as estimator and project manager on two country
club facility clubhouses, hospital renovations and the
remodeling and construction of two historical landmark
buildings in Palm Springs , California.
City of Palm Springs, California
Plaza Theater Improvements
City Project 91-22
Part III Step B
Item 1.
Cal Poly Computer Center
11, 000 square feet remodel to accommodate a student
computer center. Major demolition of existing
structures and replacement of all mechanical equip-
ment, ducting and piping. Also included the
replacement of all electrical.
Bid/Contract amount: $495 , 000
No Change Orders
j
Owner: Cal Poly Kellogg Foundation
Attn: Marc McCambridge
3801 West Temple Ave. , Bldg. 55
Pomona, CA 91768-4019
Phone: 714/869-2951
Architect: Pulliam & Mathews and Associates
672 So. Lafayette
Los Angeles, CA 90057
Occupancy: May 1988
Completed on schedule .
I
Page 5
Comprehensive Cancer Center-Sunrise Medical Plaza
Remodel of existing facility located on
Sunrise Avenue and Vista Chino, Palm Springs.
Extensive electrical, mechanical and
structural work. Cosmetic drywall and wallpaper
finishes . Concrete demolition, removal and
replacement. Remodel to accommodate new
bathrooms and laboratory fixtures . Owner
operated business through course of construction.
Bid/Contract amount: $280 , 000
Owner Change Order amount: - 0 -
Contractor Change Order amount: - 0 -
Owner: Salick Health Care
407 North Maple Avenue
Beverly Hills, CA 90210
Attn: Tim Siuta
Phone: 213/276-0732
Architect: Christopher S . Mills Architect
121 S. Palm Canyon Drive
Palm Springs, CA 92262
Attn: Chris Mills
Phone: 619/327-1184
Acceptance and Occupancy: July 1991
Completed on schedule
/�U
Page 2
Administration Relocation Desert Hospital
Extensive remodel of the Horwitch Gallery in
Palm Springs . Major demolition and complete
replacement and/or rehabilitation of all plumbing,
mechanical and electrical . Metal framing, dry-
walling and finishes for new offices to accommodate
Desert Hospital administrative offices .
Square footage approximately 15 , 000
Contract amount: $238 , 000
Owner Change Order amount: $8 , 500
Contractor Change Order Amount: - 0 -
Owner: Desert Hospital Corporation %
1150 N. Indian Avenue
Palm Springs , CA 92262
Attn: Mike Fontana
Phone: 619/323-6364
Architect: Christopher S . Mills Architect
121 S . Palm Canyon Drive
Palm Springs , CA 92262
Attn: Chris Mills
Phone: 619/327-1184
Acceptance and Occupancy: March 1991
Completed 10 days early
• i
MARK A. TEMPLE CONSTRUCTION, INC.
STATEMENT OF FINANCIAL CONDITION
MAY 31, 1991
ASSETS
CURRENT ASSETS
Cash
$ 480, 996
Receivables -
------------------- r
Contracts receivable - (Notes 2 and 7) 24 , 910 Job advances '
Advances to employees 18 , 748 .
Other 1G, 327 •
Trust deed receivable 1, 363 , 612
Related parties (Note 7) -
2 , 380, 299
Receivables
-------------------
896
Less: Provision for uncollecLibles 3 , 248 ,, 20303
Net receivables
-------------------
3 , 555 , 693
Costs and estimated earnings in excess of -------------------
billings on uncompleted contracts -
-------------------
Total Current Assets
4 , 036, 689
-------------------
FIXED ASSETS - (Notes 1 and 4 ) :
Machinery and equipment
Office equipment 286, 276 .
Auto and truck equipment 96, 931
Leasehold Improvements 390, 287
58 , 444
Less accumulated depreciation 831, 938
574 , 154
Net Property and Equipment
257 , 784
-------------------
OTHER ASSETS
Refundable deposits
Trust deed receivable 153 , 075
441 , 863
Total other assets
----------------
594 , 938
-------------------
Total Assets $ 4 , 889 , 411
. CCC�CCCC ___C
For internal use only
7
MARK A. TEMPLE CONSTRUCTION, INC.
STATEMENT OF FINANCIAL CONDITION
MAY 31, 1991
LIABILITIES
CURRE14T LIABILITIES
Accounts payable $ 1, 050, 018
Billings in excess of costs and estimated
earnings on uncompleted contracts - 388, 114
contracts payable - secured by
equipment - current portion - (Note 4) _
Loans payable -
Related parties - (Note 7) 946, 673
Accrued expenses -
Payroll , 000
Insurance 20
- 20, 000
Corporation income taxes payable - (Note 1) _
-------------------
Total Current Liabilities 2 , 400, 928
-------------------
NON-CURRENT LIABILITIES :
Contracts payable - secured by
equipment 49, 167
Less : Current portion above - (Note 4) _
Loans payable - shareholders - (Note 6) (36, 730)
Deferred corporation income taxes
payable - (Note 1) 572 , 405 /
-------------------
Total Non-Current Liabilities 584 , 834
-------------------
SHARE110LDERS' EQUITY
CAPITAL STOCK - No par value
1 , 000 shares authorized and outstanding 10, 000
RETAINED EARNINGS
1, 813 , 649
------------------
Total Shareholders' Equity 1, 023 , 649
-------------------
Total Liabilities and Shareholders' Equity $ , 4 , 809 , 411
For internal use only
MARK A. TEMPLE CONSTRUCTION, INC.
STATEMENT OF NET INCOME
FOR THE SIX MONTHS ENDED MAX 31, 1991
CONTRACT REVENUES EARNED $ 9 , 170, 740
COST OF REVENUES EARNED 9, 191, 070
-------------------
Gross profit 989, 670
GENERAL AND ADMINISTRATIVE EXPENSES 356, 070
-------------------
Income from operations 632 , 800
-------------------
OTHER INCOME(DEDUCTIONS)
Interest income 16, 020
Miscellaneous income 309, 686
Loss on disposition of fixed assets -
-------------------
Total other income(deductions) 325 ,706
-------------------
Income before Corporation Income Taxes 958 , 506
PROVISION FOR CORPORATION INCOME TAXES 279 , 461
-------------------
Net income $ 679 , 045
------------------
Ret-ained earnings - beginning of year 1, 134 , 604
-------------------
Retained earnings - end of year $ 1, 813 , 649
-------------------
For internal use only
i
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
COST OF REVENUES EARNED
ACcoUNT DESCRIPTION
-------=-- --------------------------------------- -------------------
410-000 Jobs in process - cost 19, 688 , 561
410-502 Job cost - payroll taxes 112, 471
410-503 Job cost - workers compensation 157 , 764
500-100 Payroll - JM 40 , 803
502-100 Payroll taxes - JM 4 , 570
503-100 Workers comp - JM 3 , 865
505-100 Gas & oil - JM 3 , 008
509-000 Telephone - M 740
510-100 Small tools & supplies - JM 4 , 958
512-900 Depreciation - M 60, 000
513-100 Miscelllaneous - JM 690
515-100 Material and parts - JM 15 , 447
516-000 Repair and maintenance - M 25, 786
516-100 Repairs and maintenance - JM 10, 603
522-090 Permits and fees - M 56
522-100 Permits and fees - JM 213
599-100 Allocation of Overhead ( 1-28, 819)
RJEs Net Reclassifying Journal Entries (11, 777 , 727)
-----------------
8, 181, 070
JUI 125 '91 13!51 1 BG l P.2/5
,
MARK A. TEMPLE CONSTRUCU'ION, INC.
DETAILED SUPPORTING SCHEDULE
CE14ERAL AND ADMINISTRATIVE EXPENSES
ACCOUNT DESCRIPTION
---------- -------------------------------------'-- `- ---------------
800-000 officers snlary 26, 872 .
601-000 Clerical salaries 262 , 035.
602-000 Payroll takes 21, 521 1
603-000 Workers compensation insurance 2, 630
604-000 Insurance - general 150, 509
604-100 Insurance - auto 11, 393
605-000 Rent 25 , 340
606-000 office expense 22, 511
607-000 Taxes & licenses 4 , 505
600-000 Telephone 8 , 997
609-000 Utilities 2, 057 '
610•-000 Promotion 14 , 385
611-DOU Travel 3 , 768
612-000 Advertising 10, 756
517-000 ', Dues and Submcriptions i , 623
614-000 Interest 61388
616-000 Repairs and maintenance 11, 271
"17-000 !,egal 38 , 169
7-001 Accounting 19 , 220
610-000 Auto expense i 0 , 134
620-000 Miscellaneous (3 , 569)
621-000 ECrtprtaintnent 5 , 567
622-000 Payroll processing 6 , 771 '•
620-000 Medical insurance 1, 037
629-000 Bank charges 2 , 375
634-OUO Service & late charges 509 ,
634-001 Feels, etc, ' 233
634-100 Payroll service charges' 45 '
635-000 hardware maintenance fee 1 , 002
637-000 Seminars 205
699-100 Allocation of overhead (309 , 489)
- - - 356, 870
MARK A. 'TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE -.-.
Cash
ACCOUNT DESCRIPTION
---------- --------------------------------------- -------------------
102-000 B of A - TCD 300, 000
105-000 Cash in bank - B of A 67 , 582
107-000 Petty cash 200
107-001 Petty cash - maintenance 500
107-002 Petty cash - Las Vegas '100
100-000 Payroll account 12 , 615
108-001 MATC - Payroll -
102-100 Guardian Bank - CD 100, 000
-------------------
48O, 996
-------------------
`.o
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCIIEDULE
Contracts receivable - (Notes 2 and 7)
ACCOUNT DESCRIPTION
---------- ------------------
--------------------- -------------------
101-100 D of A - Villas at Desert Falls
1.01-300 home Fed - Construct- account 1, OA8
101-A00 F11 Const account - G, 0 1 9
(27 )
2 ,
136-000 II F Construction Loan 0
177-000 11 F - MATC G0, 705
-------------------
24 , 910
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Related parties (Note 7)
ACCOUNT DESCRIPTION
-------- -----------------------
122-001 Interco - JFT 302 , 153
123-000 Interco - Temple Realty 2 , 185
121-000 Interco - Mesquite 739
128-010 D F Fitness & Tennis Club 859
128-016 Acct Rec - Villas @ DF Inc. 854 , 768
128-017 Mojave Valley Resort Inc. 773 , 090
120-010 Interco. - JVM Inc. 7 090
135-000 Villas Design Center _
263-000 Villas at Desert Falls Ptr II 479 , 015 ,
-------------------
2 , 380, 299
j
MARK A. TEMPLE CONSTRUCTION, INC.
DETAILED SUPPORTING SCHEDULE
Less accumulated depreciation
ACCOUNT DESCRIPTION
---------- -------------------------------'-------- -------------------
1G1-000 Accumulated depr - Machinery & equip 2d4 , 527
iG7-000 Accum depr - Auto & truck 273 , 972
165-000 Accum depr - Office equipment 97 , OO4
167-000 Accumulated Amortization-Leasehold Imp 2 , 570
-------------------
574 , 154
-------------------
MARK A. TEMPLE CONSTRUCTION, 'INC.
DETAILED SUPPORTING SCHEDULE
Related parties - (Note 7)
ACCOUNT DESCRIPTION
---------- '-------------- -- -------------------
122-000 Interco - JFTC 600
120-OOG McCollum Construction 4 , 547
260-000 Villas at Desert Falls, Ptr 964 , 963
261-000 Villas at Desert Falls, Inc (23 , 436)
-------------------
946, 673
III
ij
i
[I
' n
CERTIFICATE OF BIDDER REGARDING
AFFIRMATIVE ACTION PROGRAM �b
The Bidder hereby certifies that he or she is in compliance with the Civil Rights Act of 1964,
Executive Order No. 11246 The California Fair Employment Practices Act, and all other
applicable Federal and State laws and regulations relating to equal opportunity employment.
i'
Bidder's Name MARK A. TEMPLE CONSTRUCTION, INC.
,
Address: 75-153 MERLE DR. SUITE H
PALM DESERT CA 92260
Name and Title of Signer DAVE JOHNSTON — VICE PRESIDENT
�i
_ OCTOBER 4. 1991
Signature Date
(The above certification of the Bidder regarding its affirmative action program shall be filled out
completely, signed,
p and submitted b each
Y g h bidder and shall be a par
t t of the Contract Documents.)
P n s.)
:`x I
d, d
4
11„
" hW{.'" PI 91-22 I.
^ 'TM"'�� cW AFFIRMATIVE ACTION PROGRAM
I, AKW5W1491 BID FORMS - PAGE I I
Ii
N � i
i
df PALM s
N City of Palm Springs
o°°onniro ; Hih
0 41 FOON V'
Purchasing
619-323-8236
ADDENDUM #1
PALM SPRINGS PROJECT 91-22
PLAZA THEATER IMPROVEMENTS AND ALL APPURTENANT WORK
CITY OIV- PALM SPRINGS, CALIFORNIA
SEPTEMBER 20, 1991
THIS ADDENDUM IS BEING ISSUED FOR THE FOLLOWING CHANGES:
1. PART I - BIDDING AND AGREEM;NT FORMS AND BIDS:
UNIT PRICE BID - BID FORMS : Delete Pages 2 and 3 in their
entirety and substitute the attached Pages 2 and 3 therefore.
2 . PART III - TECHNICAL SPECIFICATIONS - DIVISION 1, GENERAL
REQUIREMENTS•
MEASUREMENT AND PAYMENT - SECTION 01028 : Delete this Section
01028 in its entirety, Pages 1 through 7 , inclusive, and
substitute the attached Pages 1 through 7 therefore.
2 . PART III - TECHNICAL SPECIFICATIONS - DIVISION 2 , SITEWORK AND
UTILITIES
SPECIAL PROVISIONS TO THE STANDARD SPECIFICATIONS - SECTION
02000: Delete this Section 02000 in its entirety, Pages 1
through 6 , inclusive, and substitute the attached Pages 1
through 6, therefore.
NOTE: EACH ADDENDUM MUST BE SIGNED IN INK AND INCLUDED WITH THE
OFFERORIS SUBMISSION.
HAROLD E. GOOD, CPPO OFFEROR' S ACK15OWLEDGEMENT
Purchasing Mana ger
3 Date:
t
Post Office Box 1786, I'alur S11riiip, California 92263-1786
BID SCIIEDULE
Schedule of Prices for Construction of
PLAZA THEATER IMPROVEMENTS
AND ALL APPURTENANT WORK
Item Quantity Unit
No. Description and Unit Price Amount
1. Plaza Theater Improve-
ments and all appurtenant
work, complete; except,
for Bid Items 2 through
12 , inclusive, here"in. Lump Sum $
2 . Mobilization
Allowance Lump Sum $20,000.00
3 . Sheeting, shoring,
and bracing or
equivalent method Lump Sum $
4 . Traffic Control Lump Sum $
5. Construct 4-inch
AC pavement 300 SF $ $
6. Construct 8-inch
PCC combination
curb and gutter
per Std Dwg 200A 35 LF $ $
7 . Construct 4-inch
PCC sidewalk per
Std Dwg 210 620 SF $ $
8 . Construct 6-inch
PCC driveway
approach 300 SF $ $
9. Furnish and install
transformer vault per
S.C.E. requirements
and details on plans Lump Sum $
P.1tti SPdug,Pt*d 91-22
nnoo302n o91491 w1,rdtt UNIT PRICE BID SCHEDULE
ADDENDUM NO. 1 BID FORMS - PAGE 2
BID SCHEDULE
Continued
C
Item Quantity Unit
No. Description and Unit Price Amount
10. Construct 4-inch
Schedule 80 PVC single-
conduit, PCC-encased
duct bank per S.C. E.
requirements and
details on plans 96 LF $ $
11. Construct 5-inch
schedule 80 PVC single-
conduit, PCC-encased
duct bank per S.C. E.
requirements and
details on plans 26 LF $ $
12 . Construct 6-inch
sewer lateral and
wye, complete in
place 35 LF $ $
TOTAL BID PRICE $
QUANTITIES OF WORK
The quantities of work or material stated in unit price items of the Bid are supplied only to give
an indication of the general scope of the Work; the City does not expressly or by implication
agree that the actual amount of work or material will correspond therewith, and reserves the right
after award to increase or decrease the amount of any unit price item of the Work by an amount
up to and including 25 percent of any Bid Item, without a change in the unit price, and shall have
the right to delete any Bid Item in its entirety, or to add additional Bid Items up to and including
an aggregate total amount not to exceed 25 percent of the Contract Price.
Pdm 5p0in,Prnjen 91-22
Platt Ile ter Imprwennenu
ADW302A-0 1491 unit Pr1a UNIT PRICE BID SCHEDULE
ADDENDUM NO. I BID FORMS - PAGE 3
SECTION 01028
MEASUREMENT AND PAYMENT
PART 1 - GENERAL rr,
1. 01 SCOPE
A. Payment for the various items of the Bid Sheets, as
further specified herein, shall include all compensation
to be received by the Contractor for furnishing all
tools. equipment, supplies and manufactured articles, and
for all labor, operations, and incidentals appurtenant to
the items of work being described, as necessary to
complete the various items of work as specified and shown
on the drawings;. including all appurtenances thereto, and
including all costs of compliance with the regulations of
public agencies having jurisdiction, including Safety and
Health Requirements of the California Division of
Industrial Safety and the Occupational Safety and Health
Administration of the U. S. Department of Labor (OSHA) .
No separate payment will be made for any item that is not
specifically set forth in the Bid Sheet(s) , and all costs
therefor shall be included in the prices named in the Bid
Sheet(s) for the various appurtenant items of work.
PART 2 - PAYMENT SCHEDULE
2 . 01 BID SCHEDULE
A. All pay line items will be paid for at the unit prices
named in the Bid Sheets for the respective items of work.
The quantities of work or material stated as unit price
items on the Bid Sheets are supplied only to give an
indication of the general scope of the work; the City
does not expressly nor by implication agree that the
actual amount of work or material will correspond
therewith, and reserves the right after award to increase
or decrease the quantity of any unit price item of work
by an amount up to and including 25 percent of any bid
item, without a change in the unit price, and shall have
the right to delete any bid item in its entirety, or to
add additional bid items up to and including an aggregate
total amount not to exceed 25 percent of the contract
price.
B. Quantity variations in excess of the allowable quantity
changes specified herein shall be subject to the
provisions of Article 10 of the General Conditions.
CITY PROJECT 91-22 ADDENDUM NO. 1
PLAZA THEATER IMPROVEMENTS
091591 SECTION 01028 - PAGE 1
2 . 02 PLAZA THEATER IMPROVEMENTS AND APPURTENANT WORK (Bid Item #11
A. Improvements to the Plaza Theater and all appurtenant
works, complete, all in accordance with the regv4.rements
of the Contract Documents.
B. Payment for Plaza Theater improvements shall include all
work included in the Contract Documents excepting the
work of Drawing No. C-1, and scheduled for payment under
Bid Item Numbers 2 through 12 , inclusive, herein.
C. All work necessary to complete the Work of the Contract
shall be provided. Work not paid for as a separate Bid
Item under Items 2 through 12 , inclusive, shall be
included for payment under this Bid Item for Plaza
Theater Improvements and Appurtenant Work.
2 . 03 MOBILIZATION ALLOWANCE (Bid Item No. 2)
A. Mobilization shall include the obtaining of all bonds,
insurance, and permits; moving onto the site of all plant
and equipment; and the furnishing and erecting of plants,
temporary buildings, and other construction facilities;
all as required for the proper performance and completion
of the Work. Mobilization shall include but not be
limited to the following principal items:
1. Moving on to the site of all Contractor's plant and
equipment required for first month' s operations.
2 . Installing temporary construction power, wiring,
and lighting facilities.
3 . Establishing fire protection systems.
4 . Developing and installing construction water
supply.
5 . Providing on-site sanitary facilities and potable
water facilities.
6. Furnishing, installing, and maintaining all storage
buildings or sheds required for temporary storage
of products, equipment, or materials that have not
yet been installed in the Work. All such storage
shall meet manufacturer's specified storage
requirements, and the specific provisions of the
specifications, including temperature and humidity
control, if recommended by the manufacturer, and
for all security.
CITY PROJECT 91-22 ADDENDUM NO. 1
PLAZA TREATER IMPROVEMENTS SECTION 01028 - PAGE 2
091591
l
7 . Arranging for and erection of Contractor's work and
storage yard.
8 . ObtE'lining and paying for all required permits.
9 . Posting all OSHA required notices and establishment
of safety programs.
10. Submittal of detailed Preliminary Construction
Schedule for Engineer' s approval within 7 days
after commencement specified in the Notice to
Proceed.
11. Submittal of Initial Construction Schedule,
embodying all corrections required by the Engineer,
within 30-.days of the date of Notice to Proceed.
No payment for Mobilization can be made until this
has been approved and submitted.
B. Payment for Mobilization will be made in the form . of a
single, lump-sum, non-proratable allowance, the amount of
which shall be as determined by the Engineer. No part of
the payment for Mobilization will be approved for payment
under the Contract until all Mobilization items listed in
subparagraph A, above, have been completed as specified.
C. The aforementioned amount will be retained by the City as
the agreed, estimated value of completing all of the
Mobilization items listed. Any such retention of money
for failure to complete all such Mobilization items as a
lump-sum item shall be in addition to the retention of
any payments due to the Contractor as specified in
Article 14 of the General Conditions.
2 . 05 TRAFFIC CONTROL (Bid Item No. 4)
A. Measure for payment for temporary traffic control will be
based upon completion of the entire Work as a lump-sum
unit, complete, as specified herein and as set forth in
the street permit.
B. Payment for traffic control will be made at the lump-sum
price named in the Bid Sheets under Item No. 4 , which
price shall constitute full compensation for completing
said Work, including all detour construction, flaggers,
signing, barricades, lighting and cover plating of
trenches at night, all in accordance with the
requirements of the "Manual of Traffic Control for
Construction and Maintenance Work Zones, " 1990 Edition,
published by the - State of California Business,
CITY PROJECT 91-22 ADDENDUM NO. 1
PLAZA THEATER IMPROVEMENTS
091591 SECTION 01028 - PAGE 3
i
Transportation, and Housing Agency, Department of
Transportation, Sacramento, California.
2 . 06 CONSTRUCT 4-I11 AC PAVEMENT (Bid Item No. 5)
A. Measurement for payment for 4-inch thick asphalt concrete
pavement will be based upon the number of square feet of
surface area of such material actually placed to the
depth indicated on the drawings and specified herein.
B. No separate payment will be made for asphalt or aggregate
used in the asphalt concrete, and all costs therefor
shall be included in the prices named in the Bid Sheets
under Item No. 5 .
C. Payment for construction of 4-inch thick asphalt concrete
(AC) pavement vill be made at the unit price named in the
Bid Sheets under Item No. 5, which price shall constitute
full compensation for construction of all 4-inch thick
asphaltic concrete, complete, including appurtenant
pavements and dikes, as required, compacted fills under
AC pavement, and including all prime coat, tack coat,
asphaltic seal coat, and equipment; furnishing all
material, labor, plant, and equipment; furnishing all
transportation, hauling, spreading, rolling, and
protection; and shall include the cost of all permits,
inspections, raising and adjusting to grade all existing
manhole rings, valve boxes, monument covers, and all
appurtenant work, and cleanup.
D. AC pavement saw cutting and removals, and hauling away
and disposal shall be included for payment under
Bid Item 5 .
2 . 07 CONSTRUCT 8-IN PCC CURB AND GUTTER (Bid Item No. 6)
A. Payment for portland cement concrete (PCC) combination
curb and gutter will be based upon the number of square
feet of surface area of such curb and gutter actually
placed in accordance with the City of Palm Springs
Standard Drawing No. 200A.
B. Payment for PCC curb and gutter will be made at the unit
price named in the Bid Sheets under Item No. 6, which
price shall constitute full compensation for the
construction of the PCC curb and gutter, complete,
including compacted fills, protection after construction.
CITY PROJECT 91-22 ADDENDUM NO. 1
.PLAZA THEATER IHPROYEHENTS
091591 SECTION 01028 - PAGE 4
C. Saw cutting and removals of existing PCC and hauling away
and disposal shall be included for payment under Bid
Item #6. �
2 .08 CONSTRUCT 4-I11 PCC SIDEWALK (Bid Item No. 7)
A. Measurement for payment for construction of portland
cement concrete (PCC) sidewalk as specified and as
indicated on the drawings will be made at the unit price
per square foot named in the Bid Schedule under Bid Item
7 for construction of such concrete sidewalk constructed
in acccordance with City of Palm Springs Standard Drawing
No. 210 .
B. Payment for portland cement concrete sidewalk will be
made at the unit price per square foot of surface area of
sidewalk named in the Bid Sheets under Item No. 7 , which
price shall constitute full compensation for furnishing
and placing all concrete and appurtenant work and for
clearing and preparation of the subgrade to receive
concrete, including compacted fills. Excavation,
backfill, saw cutting and existing pavement removal,
hauling and disposal, and dewatering shall be included
for payment under this Item 7 .
2 . 09 CONSTRUCT 6-IN PCC DRIVEWAY (Bid Item No. 8)
A. Measurement for payment for construction of driveway
approaches will be made at the unit price per square foot
named in the Bid Schedule under Bid Item No. 8 for
construction of such driveway approaches contructed as
indicated on the drawings and as specified.
B. Payment for construction of PCC driveway approaches will
be made at the unit price per square foot named in the
Bid Schedule under Item No. 8 , which price shall
constitute full compensation for completing said Work,
including all earthwork and appurtenant work, furnishing
and setting of expansion join material, disposal of
excess material, and for clearing and preparation of the
subgrade to receive the concrete, including compacted
fills, and the appurtenant items for which separate
payment is not specifically included in the Bid Sheets.
C. Excavation, backfill, saw cutting and existing pavement
removal, hauling and disposal, and dewatering shall be
included for payment under this Bid Item No. 8 .
CITY PROJECT 91-22 ADDENDUM NO. 1
PLAZA THEATER IMPROVEMENTS SECTION 01028 - PAGE 5
091591
2 . 10 FURNISH AND INSTALL NEW TRANSFORMER VAULT PER S.C.E.
REQUIREMENTS (Bid Item No. 9)
A. Measurement for payment for the furnishing and
installation of a new transformer vault pef', S.C.E.
requirements will be based upon completion of the entire
Work as a lump-sum item, complete, in accordance with the
drawings and specification.
B. Payment for such transformer vault modification will be
made at the lump-sum price named in the Bid Sheets under
Item No. 9 , which price shall constitute full
compensation for said transformer vault, including all
excavation and backf ill, removals, concrete work, piping,
mechanical work, electrical work, and metalwork, welding,
painting, and appurtenant work as required to complete
the transformer vault as indicated on drawing E-1 and the
Southern California Edison Company requirements.
C. No separate payment will be made for additional materials
required to accomplish the indicated construction, and
all such materials shall be included for payment as a
part of said Bid Item No. 9 .
2 . 11 CONSTRUCT SCHEDULE 00 DUCT BANK (Bid Item Nos. 10 nd 11)
A. Measurement for payment for construction of 4-in and 5-
in, Schedule 80, single-conduit, concrete-encased duct
bank constructed in accordance with the drawings and the
Southern California Edison Company requirements will be
based upon the number of linear feet of such duct banks
actually constructed as specified and shown on the
drawings, as determined by measurement along the
centerline of the duct bank in place.
B. Payment for 4-in duct bank will be made at the unit price
per linear foot in the Bid Sheets under Item No. 10 and
5-in duct bank will be paid for under Bid Item No. 5,
which price shall constitute full compensation for
furnishing, installing, and concrete encasement of such
duct banks, complete, in place, including all costs of
permits, furnishing and installing of all ducts,
fittings, specials, and adapters; all earthwork,
including trench excavation to a point 6 inches below the
grade line shown on the drawings, and all concrete in
place, backfill, and excavation dewatering as required,
and all appurtenant work.
CITY PROJECT 91-22 ADDENDUM NO. 1
PLAZA TREATER IHPROVEHEHTS SECTION 01028 - PAGE 6
091591
2 . 12 CONSTRUCT 5-IN SEWER LATERAL AND WYE (Bid Item No. 12)
A. Measurement for payment for construction of sewer
laterals ,;and wyes will be based upon the linear feet, of
such sewer laterals and wyes actually constructed in
place as specified and indicated on the drawings and as
determined by measurement along the centerline of the
pipe in place. Sewer service laterals which are deeper
than 10-feet as they reach the property line will be
extended into the subject property until they reach a
point where they are only 10-feet deep.
B. Payment for construction of sewer laterals and wyes will
be made at the unit price, each, named in the Bid Sheets
under Item No. 12 , which price shall constitute full
payment for completing such work, including all
earthwork, rock excavation and removal, 6-inch sewer
plug, pavement and base replacement over trench, and all
appurtenant work and materials required to construct the
Work, complete and operable.
C. Sheeting, shoring, and bracing or equivalent method will
not be included for payment under Bid Item No. 12 , but
will be paid for under Bid Item No. 3 .
CITY PROJECT 91-22 ADDENDUM NO. 1
PLAZA THEATER IMPROVEMENTS SECTION 01028 - PAGE 7
091591
SECTION 02000
r SPECIAL PROVISIONS
TO THE STANDARD SPECIFICATIONS ,
1. 01 GENERAL
A. The Standard Specifications and these Special Provisions
apply to the work delineated on Drawing No. c-1 entitled,
"Street Improvement Plan, Plaza Theater Improvements, " and to
all other portions of the work hereunder which are not
otherwise specified elsewhere in these Specifications and
Special Provisions or otherwise specified on the drawings.
B. These Special Provisions make additions, deletions, or
revisions to the Standard Specifications, as indicated in
this Section. All provisions of Parts 2 and 3 of the Standard
Specifications which are not so added, deleted, or revised by
these Special Provisions shall remain in full force and
effect.
C. In case of conflicting provisions within or between the
Technical Specifications and Special Provisions, the
Specifications shown on the Drawings, and the provisions of
Parts 2 and 3 of the Standard Specifications, the order of i
precedence shall be as follows:
1. Technical Specifications and Special Provisions set forth
herein.
2 . Specifications shown on the Drawings
3 . Standard Specifications, Parts 2 and 3
(The provisions of Part 1 of the Standard Specifications
shall not apply to the Work of this Contract) .
1. 02 EARTHWORK AND REMOVALS
A. Related Work
1. Section 01028 Measurement and Payment
2 . Section 211 of the Standard Specifications
3 . Section 300 of the Standard Specifications
4 . Section 219 and 306-1. 1. 5 of the Standard Specifications
B. Disposal Site: The contractor is required to specify the
route and the disposal site of the material which is required
to be removed and hauled away. The Contractor shall provide
SPECIAL PROVISIONS
SECTION 02000 - PAGE 1
Pdm spent.Pmj o 9642
01 W1 P'"'T'e
nIwmoo ADDENDUM NO. I
-an�isi �
t
this information at the pre-construction meeting.
C. The contractor shall not stockpile any removals on any
adjacent vacant lots with or without the property owner' s
approval. V a,i9,
D. Unclassified Excavation: Unclassified excavation shall
consist of all excavation including roadways, bituminous
pavement, and concrete pavement, curb, walk, gutters, cross
gutters, driveways, access ramps, and alley intersections.
D. Selected Material: The text of Subsection 300-2 .7 of the
standard Specifications is hereby deleted and replaced with
the following:
Selected materials encountered in the excavations within
the project limits that meet the specifications for base
material, trench bedding or backfill, topsoil or other
specified materials shall be used as shown on the plans,
in the Specifications, or as directed by the Architect.
Topsoil excavated may be considered only for the purpose
of backfilling areas to be planted.
E. Compacted Fills: Attention is called to Part 3 , Section 300-
6.5 "Compacted Fills" of the Standard Specifications However,
the top 12 inches of subgrade and base shall have 95 percent
relative compaction.
H. Utility Trenching Backfillina and Compaction: Compaction
requirements shall conform to Section 206-1. 3 . 4 of the
Standard Specifications; however, the top 12 inches of base
and/or subgrade shall be compacted to a relative density of
95 percent.
I. Trench Payment Replacement - Where utility connections
require cutting existing pavement, the pavement replacement
after proper backfill shall be 4 inches thick (min. ) or f-
inch thicker than existing pavement that is over 3 inches in
thickness.
I. P.C. Concrete Removal: The cost for saw-cutting, pavement
removal, existing P.C. concrete removal, and haul-away shall
be considered as included in the price of excavation and no
other compensation shall be made therefor.
J. For Concrete Curb and Gutter, Sidewalk, Driveway Approaches,
and similar work, concrete shall be removed to neatly sawed
edges with saw cuts made to a minimum depth of 1/2 the
thickness of said concrete. Concrete sidewalk and driveway
approaches to be removed shall be neatly sawed in straight
SPECIAL PROVISIONS
SECTION 02000 - PAGE 2
Palm Spin,.P)cn 91-22
1 Pin.Tl W149pemc,rc".
Al ADDENDUM NO. 1
loxlao 091�9
lines either parallel to the curb or at right angles to the
alignment of the sidewalk. No section to be replaced shall
be smaller than 30 inches in either length or width. If the
saw cut in sidewalk, driveway approach, or similar items
would fall ewithin 30 inches of a construction joint,
expansion joint, or edge the concrete shall be r;"moved to
the joint or edge; except, that where the saw cut would fall
within 12 inches of a score mark, the saw cut shall be made
in and along the score mark.
K. Bituminous Pavement Removals: Bituminous pavement shall be
removed to neatly sawed edges. Saw cuts shall be to a
minimum depth of 1/2 of the thickness of the pavement. Where
only the surface of existing bituminous pavement is to be
removed, the method of removal shall be approved by the
Architect, and a minimum laying depth of 1-inch of new
pavement material shall be provided at the join line. Where
bituminous pavement adjoins a trench, the edges adjacent to
the trench shall be saw cut to meat straight lines before
resurfacing the ensure that all areas to be resurfaced are
accessible to the rollers used to compact the subgrade or
paving materials.
1. 03 ASPHALT CONCRETE
A. Related Work:
1. Section 01028 Measurement and Payment
2 . Section 203 of the Standard Specifications
3 . Sections 302 and 400 of the Standard Specifications
B. Materials:
1. Aggregate Base: Class 2 , 3/4-in max
2 . Asphalt Concrete: 3/4-in max; AR-4000; medium mix
3 . Tack Coat: SS-1h emulsified asphalt
C. Construction - General: Paving shall be laid in 2 lifts.
Tack coat shall be applied to all clean, existing asphalt
areas prior to overlaying with new asphalt concrete. The cost
of tack coat shall be included for payment as a part of the
work of laying asphalt concrete, and no additional payment
will be made therefor.
D. The compaction equipment shall be of the standard steel wheel
type, meeting the minimum requirements of 10 to 15 tons. The
steel wheel rollers shall be maintained in good mechanical
repair, and shall be equipped with water sprinkling devices
for wetting the rollers.
SPECIAL PROVISIONS
SECTION 02000 - PAGE 3
P.hn Spring.Prajcn 91.22
A009000.09[491 P'rs.The cmm"' ADDENDUM NO. I
91491
II
i
E. Mixing and Placement: The work shall be organized in such
manner that) traffic over freshly-placed mix is avoided
wherever possible and is held to an absolute minimum in each
case.
F. Any surface irregularities in the freshly placed mat shall be
corrected. Excess mix material shall be removed. Low areas or
torn spots shall be brought to grade and smoothed with rakes
or lutes.
G. Initial Rolling: The mixture shall be rolled once over,
overlapping on successive trips by approximately 1/2 width of
the steel wheel rollers. The steel rollers shall be kept wet
during rolling and spring loaded scraper blades shall be
maintained in proper adjustment to keep the wheels clean.
Sudden stops and starts and sharp turns shall be avoided.
Rollers shall not be left standing upon the fresh mixture
when not in operation.
If. Second Rolling: After the mixture has developed sufficient
mat cohesion to avoid undue displacement under the roller, it
shall be rolled 2 times over, following the normal rolling
procedures.
J. The cost of Class 2 aggregate base and asphalt concrete
paving shall be paid for under the appurtenant items of work
listed in the Bid Schedule, and no separate payment will be
made therefor.
1. 04 PORTLAND CEMENT CONCRETE
A. Related Work
1. Section 01028 Measurement and Payment
2 . Section 201 of the Standard Specifications
3 . Sections 303 and 400 of the Standard Specifications
B. Materials: Portland cement concrete: Class 560-C-3250 (6
sack) ; natural color unless otherwise noted on the plans,
C. Curb and Gutter: : 8-inch combination curb and gutter: per
City Standard Drawing No. 200A.
* D. 6-in PCC splash pad: The Contractor shall install 6 inches of
class 2 base under the splash pad. All costs of the Class 2
base shall be included in the price paid for PCC splash pad
in the Bid Schedule.
E. Sidewalk: 4-inch thick PCC sidewalk shall be constructed in
accordance with City Standard Drawing No. 210.
SPECIAL PROVISIONS
SECTION 02000 - PAGE 4
N.Spfl.,P,.J.d 91 22
A00201MM1 imprmarcnie ADDENDUM NO. 1 '
nnamoao91�t91
* F. Access Ramp: per City Standard Drawing No. 212 . All costs of
the ramp shall include any necessary saw cutting, removal
and haul away of the portion of sidewalk which is required
for the installation of the ramp.
1.06 SEWER LATERAL CONSTRUCTION
A. Related Work:
1. Section 01028 Measurement and Payment
2 . Section 207 of the Standard Specifications
3 . Section 306 of the Standard Specifications
B. General: Whenever construction is involved in and around
existing active sewer lines, all manholes shall be protected
to prevent the accidental introduction of sand, boulders,
debris, etc. into the system. The method by which the
Contractor shall protect the trunk line from falling debris
is described as follows. Cut a circle slightly smaller than
the inside diameter of the manhole at the top of the ledge of
the manhole out of 1/2-inch thick plywood sheet. The plywood
shall be cut into half sections so it can be easily
introduced and removed from the manhole. The Contractor
shall be held responsible for either preventing the
introduction of debris and/or cleaning the lines to the
satisfaction of the Architect.
C. Materials: The Contractor shall use vitrified clay pipe (VCP)
complying with the requirements of the Standard
Specifications.
D. All field joints of vitrified clay pipe shall be Type "D" or
Type "G" as specified in Sections 306-1.2 . 3 . of the Standard
Specifications.
E. Vitrified clay sewer lateral construction shall be done in
accordance with the City of Palm Springs Standard Drawing No.
405, a copy of which is included in Appendix A, herein. On
all streets, the Contractor shall chisel an "S" into concrete
curb (see Std. Dwg. ) .
F. Testing and Cleaning of Sewer Line: The Contractor shall
follow all CAL-OSHA requirements for confined space entry.
An air analysis shall be done on all sewer manholes prior to
human entry.
G. The Contractor shall furnish all materials, equipment and
labor for making an air test in accordance with the Standard
SPECIAL PROVISIONS
SECTION 02000 - PAGE 5
P.Ln sp.mpe Pr Jcd 91-22
ADDENDUM NO, 1
AIIUd]WF ]491
Specifications, and ANSI/ASTM-C828-80. The preparation of
the line shall be tested with a Wayne cleaning ball or
approved equal.
H. After balliriig and flushing, the lines shall be televised to
properly identify the location and saddle construction for
all new laterals, the integrity of all joints, and any other
structural defects that may have occurred after compaction.
1. 07 ELECTRICAL UTILITY CONSTRUCTION
A. Related Work:
1. Section 01028 Measurement and Payment
2 . Sections 209 and 212-3 of the, Standard Specifications
B. Duct Laving: The -'duct shall be laid in a trench free of
ponded water in conformance with Section 306-1. 2 . 2 of the
Standard Specifications.
C. Electrical Vaults and Ducts - The Contractor shall provide
the trenching, backfill and compaction installation of new
transformer vault, installation of concrete-encased, PVC-
Schedule 80 duct bank, and shoring and support for exposed
existing utilities per Southern California Edison Company
requirements, the Standard Specifications, the plans, and the
Specifications herein.
D. The trenching for the construction of the electrical duct
shall be done by the standard method or by the shoring or
bracing method. The Contractor has this option.
E. Before commencing work to install the electrical duct across
Indian Canyon Way, the Contractor shall pot-hole all existing
utility crossings, and the existing invert elevations at the
existing manholes, as indicted on the plans, shall also be
verified. Indian Canyon Way shall be maintained open to
traffic during the entire electrical duct installation
operation.
END OF SECTION
SPECIAL PROVISIONS
SECTION 02000 - PAGE 6
P.M S,dn,,P Jkn 91-22
PI...l AW3106091)1 A71 L1prwa.em ADDENDUM NO. I
1
- O��yfir;fhr
� rr
�< I _ N Cit3r c� � PalmSprings
.,.Rrzrz77 .
h�rchos lrg 6 Nn tnrlols Honogcment '
(619) 373-9239 ADDENDUM #2
PALM SPRINGS PROJECT 91-22
PLAZA THEATER IMPROVEMENTS AND ALL APPURTENANT WORK
CITY OF PALM SPRINGS, CALIFORNIA
SEPTEMBER 27, 1991
THIS ADDENDUM IS BEING ISSUED FOR TIIE FOLLOWING CHANGES:
1 . TITLE PAGES :
DELETE THE TITLE PAGE AND SUBSTITUTE THE ATTACHED TITLE PAGE
THEREFORE.
2 . PART I — NOTICE INVITING BIDS:
DELETE PAGE 1 OF THE NOTICE INVITING BIDS — STEP II AND
SUBSTITUTE THE ATTACIED PAGE 1 THREFORE.
3. PART I — BIDDING AND AGREEMENT FORMS AND BIDS:
UNIT PRICE BID — BID FORMS:
DELETE PAGES 2 AND 3 IN THEIR ENTIRETY AND SUBSTITUTE THE
ATTACHED PAGES 2 AND 3 THEREFORE.
4. PART II — CONDITIONS OF THE CONTRACT:
DELETE ALL GENERAL CONDITIONS OF TIIE CONTRACT, APPEARING IN
STEP I, AND PRELIMINARY RELEASES FOR INFORMATIONAL PURPOSES
THE GOVERNING GENERAL CONDITIONS OF TIIE CONTRACT ARE ONLY
THOSE STATED IN STEP II, PART II, AIA A201 , CONDITIONS OF TIIE
CONTRACT FOR CONSTRUCTION, PAGES 1 THROUGII 27, INCLUSIVE.
5 . PART II — CONDITIONS OF THE CONTRACT:
DELETE ALL SUPPLEMENTARY GENERAL CONDITIONS APPEARING IN STEP
I, AND PRELIMINARY RELEASES FOR INFORMATIONAL PURPOSES. THE
GOVERNING SUPPLEMENTARY GENERAL CONDITIONS OF THE CONTRACT ARE
ONLY THOSE STATED IN STEP II, PAGES 1 THROUGII 33 INCLUSIVE,
C Y
Post Office Box 2743, Pntm springs, Cntifornin 92263-2743
ADDENDUM #2 PAGE 3
ADDENDM #2 PAGE 2
r
ADDENDUM V
PALM SPRINGS PROJECT 91-22
PLAZA THEATER IMPROVEMENTS AND ALL APPURTENANT WORK
CITY OF PALM SPRINGS, CALIFORNIA
SEPTEMBER 27 , 1991
6. ARCHITECTURAL:
ADDITIONS AND REVISIONS TO SHEETS A-1 AND A-2.
SEE ATTACHMENTS
7 . MECHANICAL:
REVISIONS, REFER TO PLANS DATED SEPTEMBER 27, 1991 . SUBJECT
AREAS SHOWN WITH DELTA 2 AND CLOUD.
8. ELECTRICAL:
REVISIONS, REFER TO PLANS DATED SEPTEMBER 27, 1991 . SUBJECT
AREAS SIIOWN WITH CLOUD.
9 . PRE-ORDERED EQUIPMENT BY--CARRIER:
SHIPPING DATE IS THE WEEK OF OCTOBER 28, 1991 .
10. ASBESTOS:
ASBESTOS IS TO BE REMEDIED BY THE CITY OF PALM SPRINGS
, INDEPENDENT CONTRACTOR.
11 . NEW A.C. DIFFUSERS AND GRILLS:
PAINT TO MATCH ADJACENT SURFACES.
12 . NEW EXPOSED ELECTRIC CONDUIT:
PAINT TO MATCH ADJACENT SURFACES.
ADDENDUM #2 PAGE 3
ADDENDUM #2
PALM SPRINGS PROJECT 91-22
PLAZA THEATER IMPROVEMENTS AND ALL APPURTENANT WORK
CITY OF PALM SPRINGS, CALIFORNIA
SEPTEMBER 27 , 1991
13 . CONSTRUCTION DOCUMENTS:
ALL CODE REFERENCES TO BE AS FOLLOWS:
1988 U.B.C.
1988 U.M.C .
1988 U.P.C.
1988 N.E.C.
14 . EDISON FEE:
NOT STIPULATED, IF FEE IS IMPOSED, THE AMOUNT OF FEE WILL
BE REIMBURSED TO PAYEE.
NOTE: EACH ADDENDUM MUST BE SIGNED IN INK AND INCLUDED WITH THE
OFFEROR' S SUBMISSION.
HAROLD E. GOOD, CPPO OFFERO C �' S OWLEDGEMENT
PURCHASING MANAGER DATE: � , rq- z-/
r
r
CITY OF PALM SPRINGS
-- SPECIFICATIONS
AND SPECIAL PROVISIONS
FOR
PLAZA TREATER IMPROVEMENTS
AND APPURTENANT WORK
PROJECT NUMBER 91-22
M i,�
The various portions of the specifications and other contract documents have been prepa�iufider the direction
the following design professionals, licensed by the State of California. �rish,8,
ochitctNo. Elec i al Engineer No.
AZZ
Civil Engin o. 2 d 2 IvMchanical Engineer No. d- 2 n
\G��SEp ARCy�
6 0.2 Z
Expires Expires cP 3 .
3 94� er
TFOF CAS\F� Or chL X
Pnhn springs Pr jcd 91-U 'e1 :.. y�y✓y''p
Ph¢n'I'Ixrmr hnprovcmcnla
A�2U91491
1
CITY OF PALM SPRINGS, CALIFORNIA
3200 East Tahquitz Canyon Way
Palm Springs, California
NOTICE INVITING BIDS
For Step II - PLAZA THEATER IMPROVEMENT PROJECT
CITY PROJECT 91-22
N-1. NOTICE IS HEREBY GIVEN that sealed bids will be received from
prequalified bidders at the office of Harold E. Good, CPPO,
Purchasing Manager of the City of Palm Springs for improvements for
the Plaza Theater and all appurtenant work, in strict accordance
with the Contract Documents on file at the office of the Purchasing
Division of the City of Palm Springs. Bids will only be accepted
from bidders previously prequalified under Step I - Request for
Statement of Qualifications and Information, City Project 91-22 ,
dated August 8 , 1991.
N-2 DATE OF OPENING BIDS - Bids will be received at the office of
the Purchasing Division of the City of 'Palm Springs, California,
until 2 : 00 P.M. , local time, October 4 , 1991, at which time bids
will be opened and read aloud. Bids shall be submitted in sealed
envelopes marked on the outside, "Bid for Plaza Theater Improvement
Project" .
N-3 LOCATION OF WORK - The work to be completed hereunder is
located at the Plaza Theater, 128 South Palm Canyon Drive, Palm
Springs, California.
N-4 DESCRIPTION OF WORK - The work to be done includes, but may
not be limited to, furnishing materials, labor and supervision for
replacement of the air conditioning system, upgrading the
electrical system, improving the rest room and dressing room
facilities and appurtenant work, in strict accordance with the
Contract Documents.
N-5 ASSIGNED PROCUREMENT CONTRACTS
5. 1 General
(a) The City is executing a procurement contract for early
procurement of certain items to be used in the work. Said
procurement contract will be assigned by the City to the
Construction Contractor hereunder.
(b) Bidders hereunder will be required to accept assignment
of said procurement contract from the City, whereupon the
Contractor will be wholly responsible under the Contract for
administration of each of the Vendor contracts, including payment
Palm Springs Project 91-22 Notice Inviting Bids
Plaza Theater Improvements
A00030-091591 PAGE 1
f
BH) SCHEDULL' F.
Schedule of Prices for Construction of
PLAZA TREATER IMPROVEMENTS
-- AND ALL APPURTENANT WORK
Item Quantity Unit
No. Description and Unit Price Amount
1. Plaza Theater Improve-
ments and all appurtenant-
work, complete; except,
for Bid Items 2 through
12 , inclusive, herein. Lump Sum $
2 . Mobilization 20,000.00
Allowance Lump Sum $
3 . Sheeting, shoring,
and bracing or
equivalent method Lump Sum $
4 . Traffic Control Lump Sum $
5. Construct 4-inch
AC pavement 300 SF $ $
6 . Construct a-inch
PCC combination
curb and gutter
per Std Dwg 200A 35 LF $ $
7 . Construct 4-inch
PCC sidewalk per
Std Dwg 210 620 SF $ $
B . Construct 6-inch
PCC driveway
approach 300 SF $ $
9 . Furnish and install
transformer vault per
S.C. E. requirements
and details on plans Lump Sum $
r.i xr.mm ri*n 91-22
UNfr PRICE DID SCHEDULE
nuoowfhovinsi ua ram
ADDENDUM NO. 2 BID FORMS - PAGE 2
Bill SCHEDULE
Continued
Item Quantity Unit
No. Description and Unit Price Amount
10 . construct 4-inch
Schedule So PVC single-
conduit, PCC-encased
duct bank per S.C. E.
requirements and
details on plans 96 LF $ $
11. Construct 5-inch
schedule ou PVC single-
conduit, PCC-encased
duct bank.per S.C.E.
requirements and
details on plans 26 LF $ $
12 . Construct 6-inch
sewer lateral and
wye, complete in
place 35 LF $ $
13 . Structural Mitigation Lump Sum $25 , 000. 00
Allowance (Based on
Electrical & Mechanical
work to be performed)
QUANTITIES OF WORK
The quantities of work or material slated in unit price items of the Bid are supplied only to give
an indication of the general scope of the Work; the City does not expressly or by implication
agree that the actual amount of work or material will correspond therewith, and reserves the right
after award to increase or decrease the amount of any unit price item of the Work by an amount
up to and,including 25 percent of any Bid item, without a change in the unit price, and shall have
the right to delete any Bid ltenl in its entirety, or to add additional Bid items up to and including
an aggregate total amount not to exceed 25 percent of the Contract Price.
VA.8pdn,.P,J.a 91-32
PI..,I 14 oiT,wcmcme
nnWN2A 1491 U,Ji 17,1.e UNIT PRICE BID SCHEDULE
ADDENDUM N0. 2
131D FORMS - PAGE 3
,
ADDENDUM #2 PAGE 8
Ulu
-- LLI fn
1 Y W
LLI
=
a+ Z
4 =L
JO
U Q
0
�z
in C
x0-Z'� =a
lw-
NOT.E: W Jow NN
F,
LOCATION OF EXISTING 5101, SQ.
scZ�-
X ±56" DP. ELECT. VAULT TO BE
ABANDONED. FILL W/ RUBBLE AND QQ
CAP W/ 4" THK. CONC SLAB.
FLOOR LEVEL AND FINISH APPEARANCE
--TO MATCH EXISTING.
f I
I I
SHEET A-i
r�
BUILDING IMPROVEMENTS FOR:
PLAZA THEATRE ADDENDUM NO.: 2
n
CITY OF PALM SPRINGS, CALIFORNIA DATE: SEPT. 27, 1991
ADDENDUM #2 PAGE 9
- Iz W�
W E—
_.l
D: H(onLL.L
Z I Q>-
Nm
en o Q
LLI
-10
�2 m CL--IZ C
zc3zz x
;—mz=
z-;-
x'Lu �Q
NEW WALL CONSTRUCTION: w�a.x OF—
w,60w rnfn
6 STEEL STUDS W/ 1/2" G.W.B. '01_=
C 2CAU
SCZ�—
(PAINTED) ON INSIDE FACE Zm
PAINT/5-A2 Q O
EXT. CEM..PLASTER ON OUTSIDE FACE. _1
STUCCO: 'LA HABRA' X-48
in U
T
I
RELOCATE EXISTING EXIT DOORS ` r
I
. I
I I
SHEET A-1
B=ING IMPROVEMENTS FOR:
ADDENDUM No.: 2
PLAZA THEATRE
CITY OF PALM SPRINGS, CALIFORNIA DATE SEPT. 27, 1991 - ,%
llLL lily 11 Uli p � 1 ��V x. iV
REO'O CLR RPEP TOWEL
n 18 SPACE / DISPENSER
3 �I
DOOR BOTT. OF PAPER MIRROR
TOWEL'( ISPENSER
a GARB ERRS
� BOT4 C LAY. r'
'�• ra . o.+ "' WRTERCLOSET
o a
n q Y
c4/9 a TOILET PAPER
DISPENSER
SEE ELEV .11 FOR�SMOOTH METAL KICK PLATE SEE ELEV 44 FOR WALL MOUNTED
REM OF INFO BOTH SIDES OF DOOR REM OF INFO LAVATORY
WOMENS HANDICAP RESTROOM WOMENS HANDICAP RESTROOM
SCALE: 1"=4'O" ' SCALE. 1"=4.O'..:
USPENOED CEILING
GRRB BARS
TOILET PAPER WALLS: PATCH AS RED' -MASHA E
DISPENSER SEMI GLOSS ENAMEL PANT
6X6 CER. TILE WRINSCO
• v WRTERCLOSET 7NN
MrILEFLI
CONT. DECO. BAND TYP.
SEE EI_EV R? FOR
REM OF INFO
nWOMENS HANDICAP RESTROOM WOMENS HANDICAP RESTROOM
SCALE. i"=4.O" SCALE: 1"=NO^
INTERIOR FINISH O WOMENS HANDICAP RESTROOM
4
PRINT: VISTA PRINT CORP. CERAMIC TILE:
SERLER-SEAL KOTE 41S5 fl2 FLOOR-DAL-TILE DURAFLOOR
PRINT: VISTA PRINT CORP. 5 2000-02093 DESERT GLOOM
GLOSS ENAMEL- 12"X12" ABRASIVE SURFACED
SEMI-
_. — SEMI- R2 COVE BASE THIN-SET
WALLS-ORL-TILE GLAZED
WALL TILE & TRIM 4K-163
SOUTH PASSAGE WORK N.I.C. TO BE COMPLETED BY TENANT INNOCENT BLUSH THIN-SET
I� I ACCESS RAM
F.C. F.G. F.G. I SCALE: 1"=4,0"
F.G. F.C. 71 RADIUS
TYPICAL
2 � I
n O A2 u
� fl2
F.G. F.C. 2 F.C. F.D. I E
R2
EXIT I om
DOOR
OFF STAGE
2 I I 1 I LEFT
9 NOTE: FIEM VERIFY ALL DIMENSIONS R2
WALL & FUR TILE TO MATCH EXIST'G RESTROO
PROVIDE (1) CONT. BAND OF DECO. TILE
TO MATCH EXISTING RESTROOMS_ - SEE ATTACHE ILE LIST
SHEET A-1
BUILDING IMPROVEMENTS FOR
PLAZA THEATRE ADDENDUM NO.: 2
CITY OF PALM SPRINGS, CALIFORNIA DATE: SEPT. 27, 1991 '
/1llllli1V11UP1 tt� YAbL 11
CERAMIC TILE
SOURCE:
4 X 4 MEXICAN TILE WHITE PULLMAN TILE
.6 X 6 KRAFTILE PULLMAN TILE
4 X 4 MX 733A PULLMAN TILE
8 X 8 CARILLO PAVER - RAW PULLMAN TILE
12 X 12 TRAVERTINO PULLMAN TILE
RED QUARRY PULLMAN TILE
PULLMAN TILE
PH. (714) 796-5797
CONTACT: BOB
FIELD VERIFY TILE TO BE USED. MATCH MENS HANDICAP RESTROOM.
BUILDING IMPROVEMENTS FOR: ADDENDUM No.: 2
PLAZA THEATRE
CITY OF PALM SPRINGS CALIFORNIA DATE: SEPT. 27, 1991
ADDENDUM #2 PAGE 12
VISTA PAINT CORPORATION
R=E Ordm;wn s Av i
AsUWan. CA 92631
(714)680.980D
3400 CAREFREE SEMI GLASS
DESCRIPTION npa�Imli+aA,a�plaa�.lfQ�.vdir..rvo:
SOffiTRATFS ruos.d..fi
! PERFORMANCE u�prrdv.o7i�ama,.�imnaa��aweY�o.aroY yor
acY m.¢b W r ai�Ik/8 P•�•�E W,�,�11 a�e,d fQ vr�o ur u+cYmY4
Y�.,I,nd sr�Iaa uviilia.
SIIRFACE Ed,W..W PU.W.M. ,LMMd
PREPARATION Peiaa Cmn.aodmrmT�00 u.ips.fu�ioc Wm418tna,�1's Prim.
.Nra-999 MualP�a..D���wlf-1SSSd rua
REPADDM4Q AY�,hal h.ay.wL Gl ww
.ilidcu`uesn,p�W•�.m.Suaoraas
APPLICATION Mnn.,ppidyMrkrouraapagwi�.�tira.l aviaaamp�.u,�.n alga.
1l d,gauiadadauw.�.+7abrJ.a�W74!]...up iml,a.iy.R�a.a wLa•Y
,.iarx
TECII = DRYTI6IL r..mowa.dcem..em�
DATA COVERAGE :ss3osq...lmpas,u..
RECOMMENDED
MILTEICKNESS: w.13a uq—La
SOLIDS RYVOLDMF— 332
WEIGIITPERGALTOM =LU
MA)MUUMVOC YAGa Pvllos
REFERENCE rr+Ra��.r�m.rQP�,Is ...rr-ssatrre-smt
-STANDARDS TT-P-1511 ryp.I a"NCIR-MM '
WORN WHITE 49A-2P @ PASSAGE
MAUVE MIST 8A-3P @ WOMENS RR
i
PAINT SPEC. 5
PEARLY GATES 47A-2P @ HANDICAP WOMENS RESTROOM --
SHEET A-2
BUILDING iMPROVeAENTS FOR: ADDENDUM NO.: 2
PLAZA THEATRE
CITY OF PALM SPRINGS,CALIFORNIA DATE: SEPT. 27, 1991 - .
: - 9 1 T H U 1 0 - 11 :� PAL- PI s PIP I H G S P i 1 R C H A S P v_t
S7� ?AIM Sp
City of Palm Springs
c"!IfoRN"'
Purchasing
619.323-8236 CITY OF PALM SPRINGS, CALIFORNIA
3 OCTOBER 1991
ADDENDUM #3
PALM SPRINGS PROJECT 191-22
PLAZA THEATER IHPROVBMENTS AND ALL APPURTENANT WORK
THIS A13D I1jI I8 ETNG I68UED EDE THE FOLLOWING C IFXC �ION�
1. 9LAR1119hTION Tq ADQUNDM NC 1, ITEM 2t11'.
Material to be PVC SCH 40 in lieu of Schedule 80, single
Conductor (4" C.o. ) (Bid Item No. 10) and multi-conductor (six
5" c. o. ) (Bid Item No. 11) as indicated on Plan.
2 . GJARII~ CATIdN:
Add Edison List of material as a supplement to Sheet E5 (Part
of bid Item No. 9) . (SEE ATTACHED)
3 . CLARIl:IC$TDNI
All underground structures and duct banks to be installed,
ready for Edison inspection no later than four weeks prior to
completion date. Installed by November 18, 1991.
NOTBt EACII AbDEN ,RUST BE $IGNEL7 IN INK p„ NC UD D F<XT} THE
gFFERR(t�& g ll,�)!S�BSXON.
r,ybLG" Pelt � .YI L° Yt� �'V /I✓��J�/l y p�1�r✓��
HAROLD E. Gt7Do, CPPO OFFERORS o PG ENT
Purchasing Manager Date: ��0 � ' I
O G' T — 3 - 91 THf_f i e4 PALM SPR I U41 — S P V P_ rH A -: P 9S
LJ,J.L,
0 4'X
ORD. PEt
,
LIST OF MATERIALS NOTES°
t, Footo9e quan L'tee are oppraxlmoRa.
[E�ISr�NWhere reference is to an item not detaled,
L:. vv CO.ter V+ see eeporote deecrlptlon IbR.
3., This list provldee a Summary of mOpr Items.
SEE UOS SECTION INDEX
FOR REFERENCE DRAWINGS
OUAN. UNIT DESCRIPTION SIZE ITEM NO. REF 4WG.
A 6'X 12'X 7' V612 UGS 400.2 2/88
T 0 V 41 9/83
LADPER 2/90
A S.P. VENTS M� 42" GU S 753 7/80
VENT PIPE — 12/87
i EA URD SYATCH ENCL. 4' 4' 4' UGS 560 2/90
CONCRETE PRODUCTS
ProcosL concrete Item complete with neck, cover, and
Inserts may be obtained from any of the (allowing listed
and approved monufacturores.
e..
ASSOCIATED CONCRETE PRODUCTS, INC.
4301 W. MacArthur Blvd„ Santo Ana, Calif, 92704
Phone: 3) 626-4653
N4) 557-•7470
BROOKS PRODUCTS, INC,
4505 Little John St., 90dWln Park, Calif, 91706
Phone: (714) 551- 3,500 H
(213) 443-3019 T
UTILITY VAULT CO. a
10650 Hemlock Ave., Fontona, Calif, 92335 a
Phone: (714) 350--2675
e
7
GC T - 4 - 91 FR I - S r FFFL hI SF' R I FIGS FLIRCNr=7S F 432
IPA
f #
City of Palm Springs
P"rcNasing
619-323-V36
CITY OF PALM SPRINGS, CALIFORNIA
OCTOBVR 4, 1991
PALM SPRINGS PROJECT #91-22
ADDENDUM #4
PLAZA THEATER IMPaOVEMENTS AND ALL APPURTENANT WORX
THIS ApnENpyM I$ DEjj1G ISSUED FOR THE FOLLOWIN¢ Q9&NqX
1 . CF�GE VALT 4RIQE BID SQHEDUGE, kAQ 3 :
Remove Page 3 , Addendum NO. 2, Unit Price Bid Schedule and
replace with the attached Page 3 . The only change to this
page was the addition of "TOTAL BID PRICE $ " ,
NOTE: EACH ADDENDUM MUST BE SIGNED IN INK AND 'INCLUDED WITH THE
OFFEROR' S SUBMISSION
HAROLD E. GOOD, CPPO OPPEROR'S AC ED EMENT
Purchasing Manager
Date., y � -
� J '
OCT — 4 - 9 1 PR I 9 S7510 PF1 L. M P F.I. I Fi G S PURCH A S P 0 -S
it lr,l Utrlll,u�lA.,r.
�UIII111Ulrlr
I:i ern L
tiv. I)escri.ptlolr and MIA Pri.ae Amount;
lo. Cunatmok; 4-i.11011
Gchraclule nU PVC 0111glo
conduit, PCC--oncased
dual Wilk liras s,C. V,
reyuiremenUi and $
detal.lu on. puns 96 br
I1. conotr:uct• 5-1.110,1I
sctledule no PVC aingle-
ouliduiL, Pc e--encased
duct bank. pet- :l.C, L.
reciuir:enients and
deL•ai.7.0 an plans --
Iz , conatr:uct n-inaU
sewer lateral and
Wye, complete In
place
13 , Structural Nli.t•igation Lurnp Sum
Allowance (Based on
Electri.cal & Mechanical
wolrlc to be performed)
TOTAL DID PRICE $ -- —
QU111`i'1't'171?5 Oil WORK
The quautlties of mik or nlalerial staled in unit price items of [lie Bid xto supplied Dilly to glue
1111 lndicalioa of the general scope of the 1Voik; the City (toes nut expressly or by Implication
iIgICC ll1Al the aelmll f11n4nI1l Of 4Vr)rk ql'111alel'11i1 will correspond therewith, and reserves [lie right
after amiui io laclease or dewaso the anlvum of ally unit price item of lire Work by Air aurcuat
up tv and Including 25 pelcent of any Did Item, without a chango in the unit price, Had shall have
tllc tight to delete any Uid heat In its entirely, or to add additional 131d Items up to aad lueluding
an Hgglegato total Hniuunt not to exceed 25 percent of Ilse Contract price,
rAd E,nuq,M1olyd 9111
ri,,,n , ll,r,r.»•,1. UFIl1' I'RIC11 [1ID SCII13DULB
nnoowrAi�irol u.n nip.
111D 11ORMS •VA(M 3