Loading...
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