Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04519 - UAS FIRE DOWNTOWN PARKING STRUCTURE CP01-27-19 MO7107
DOC a 2003-00"_S300 01/03/2003 08:00A Fee:NC Page 1 of t Recorded In Official Records County of Riverside Gary L. Orso Assessor, County Clerk 6 Recorder III II II II IIII IIII I_III IIII Ilill II II II II IIII Return To: City Clerk City of Palm Springs P.O. Box 2743 Palm Springs, CA 92263-2743 NOTICE OF COMPLETION NOTICE IS HEREBY given that. ? 1. The City of Palm Springs, California is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. 2. The City Clerk of the City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Notices 1 of Completion. 3. The address of the City of Palm Springs is City Hall, 3200 E Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). 4. The public work of improvement on the hereinafter referred to real property within the city was COMPLETED on the 271°day of November, 2002. 5. The name of the contractor(if named)for such work of improvement was: UAS Fire Protection. 6. The publicwork improvement,which was completed in the City of Palm Springs,County of Riverside,State of California,is described as follows Downtown Parking Structure,City Project#01-27. 7. The property address or location of said property is: 275 Indian Canyon Drive, Palm Springs, CA 92262 8. City Project No Agreement No: �a'f� Minute Order No. '7 101 01-27 01-27-019 DATED: %,L-to-os CITY OF PALM SPRINGS () By. Executive Director-Airports PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice;that she makes this verification on behalf of said corporation;that she has read the foregoing Notice of Completion,and knows the contents thereof, and that the facts stated therein are true;that as said City Clerk, sh es this verification on behalf of said municipal corporation. City Index No. UAS Fire, Inc. • •Downtown Pkg Struct CPO1-27-19 AGREEMENT #4519 M07107, 6-19-02 AGREEMENT THIS AGREEMENT made this day of A��a�?K`�in the year 2002, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and UAS Fire, Inc., hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: Palm Springs Downtown Parking Structure Fire Protection City Project No. 01-27-19 The Work is generally described as follows: provide all necessary labor, materials, equipment, hoisting, scaffolding, tools, rigging and anything else necessary to complete the Downtown Parking Structure-Fire Protection Work for the Palm Springs Block 28 Parking Structure Project. ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer considerable financial loss if the Work is not completed within the time specified in said Notice to Proceed, plus any extensions thereof allowed in accordance with Article 12 of the General Conditions. The damages suffered by the City would be extremely difficult or impractical to determine in the event of a Breach by the Contractor. Accordingly, the City and Contractor agree that the Contractor shall pay the amount provided below, as liquidated damages, for each calendar day that the Work is not completed in the time set forth above: $750.00 per day ARTICLE 3 -- CONTRACT PRICE The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price(s) named in the Contractor's Bid and Bid Schedule(s). 0 10 ARTICLE 4 --THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Trade Bid and trade Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Notice of Award, Notice to Proceed, Notice of Completion, General Conditions of the Contract, Supplementary General Conditions, Exhibits A through G, Construction Drawings and Specifications, Addenda numbers (None) to (None), inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with provisions of the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications as amended by the Special Provisions will have the meanings indicated in said Standard Specifications and Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. (Signatures on Next Page) IN WITNESS WHEREOF, the parties have executed and entered into this Agreement as of the date first written above. CITY OF PALM SPRINGS �I fES a municipal corporation �ey '""�� ,max✓ ��,f.�-- By.._ �✓,�'' �-"" i'� City clerk city ManagA;regiment ov under$25,000 APPROVED AS TO FORM: I¢Wed and approved b d'+\Pi�R 'e�/( � g JL,E'er Ci1T1/ U � pp Y rocurement & Contracting By. 14 t/S�� Initials Date City Attorney P.O.Number CONTRACTOR: Check one:_Individual_Partnership CCorporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board,President,or any Vice President: /nAND B.Secretary,,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By: ( / l f L W`j1/l� -P By:— , n Signature(notarized) Signature (notarized) Name: dr01(1- ��, I(L LL YU�(L M�Name:�)K'�_�/b� �1�1orlo�c� Title: ��L-S ( '�L (ll I Title: �7RS / vecJ ¢�J State of Nx/"/1//4 State oQW lt-nr2Ais/a h County of�,r/17�RRi/��Jil✓�;�SS County of S,fl✓t�E(evin-en,.;8S ,t / Orf"before me,4�2°� l/�'/AT ol,-/4 On✓1'tSlr�l-P�before me, , q y personally appeared/!/�Y/^L/L1 f-'L tf I�L(/v �i/�%d/7 personally appeared'7fZ/L /fie/ .�. /��o�U�?G personally known to me (rir proved 'to me on the basis of personally known tome (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. which the person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary 3fgtlata �-� Notary Sig�t'atur�' �-�_� Notary Seal: Notary Seal: RENNETH H. EVERHART N ?15 KEpI H EVERHT40 r norCAnRmrmrueflua13FoaxlA NETH �p Comm.C 1340?15 1�nn \ Srn Bnnndino County Vl r r NOTARy VNBUCCAlIFORNIA yl ,f My Camm.EMpins Jm.11,10fifi San Samadino County r 7777.....��•••••w•••••���•••.•••.••��++••������ My Comm.Espnes Jen.17,2056 BOND NUMBER ST1457 PREMIUM: $708.00 EXECUTED IN FOUR COUNTERPARTS PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, That UAS Fire. Inc..as Contractor and ST. PAUL MERCURY INSURANCE COMPANY as Surety, are held firmly bound unto the City of Palm Springs,a Charter City,organized and existing in the County of Riverside,California,hereinafter called the"City,"in the sum of Sixty five thousand five hundred forty $65,540.00)_dollars,for the payment of which sum well and truly to be made,we bind ourselves,our heirs, executors,administrators,successors,and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into The annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Downtown Parking Structure Fire Protection CITY PROJECT 01-21-19 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part,at rho times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED,that any alterations in the Work to be done or the materials to be furnished,or changefln the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents,rolease either said Contractor or said Surety,and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this 25th day of JUNE iW 2002 Contractor UAS {F�IRE�,�IN(C. � Contractor L, Title S Title Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2..Secretary,Assistant Secretary,Treasurer,Assistant Treasurer, or Chief Financial Officer). SEAL AND NOTARIAL ACKNOWLEDOMHNT OF SURETY Sucery_�.'I. PAUL MERCURY INSURANCE COMPANY SUSAN C:MONTEON :itic ATTCRNEY-IN-FACT STATE OF _- CALIFORNO SS. COUNTY OP— RIVERSIDE -- ��Un �" �S , "—__---,before me, --R. Standley ------- PERSONTALLY APPEARED—_ Susan C. Monteon personall� b,noi;n to me («T-1, wc gp ih�t lk-a=i5 e-f— — � to be the person( %%hose name(5j- I is/Nre-subsaihed to the %%'ithin instrument and ackno-wl- edced to me executed the same in his/ rah R, gTANQLEY her/_ajEii authorized capacity(fe�, and that by r her/ N Al � COMM, ��,s6�272 'trt,4--s jail ature'(5rOil the instrument the peison(s), or the K ' I NOTARYNult1..IC•CALIFORNIA y �' emit upon behalf of ��'hidl the per acted, executed ruk✓ R:vsRal �.CouNTY } p P {�"}' `�` "�'%' My COMMA.expires June 7,2004 the instrument. WITNESS illy hand arid official seal. �Ol Signature ��� This nren/or Ofricinl I\`otarinl Sent l OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLErSI ❑ PARTNER(S) ❑ LIMITED r_I ccnlconr _ __ ❑ ATTORNEY-IN=FACT V NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN.CONSERVATOR ❑ OTHER---- DATE OF DOCUMENT SIGNER IS REPRESENTING: ' AA61E OF FE9SGPP,S)OR E`:i liY(IES) -- SIGNER(S) OTHER THAN NAMED ABOVE ALL-PURPOSE ACKNOWLE-DGGEMENT CALIFORNIA ALL-PURPOSE ACKNOWLEDGMC-NT �^.4�,�,'!v'!'.ee�:-G,•G�:/v'C`F.'�:'4�.1,<.1.�:;G'(`4�::G�'.G�:=G�%G�:�:!.r.<:'�::G('�4'�:4�::4�:;G�:;4�,%.'.=i••G.•G«,'-:Lr'h.,G<:G'�'G�:lvr:h�;.GC,c.Y•n�[•.,,t".��r t,(w„n���' fi State of California ;e, ss. ^. County of San Bernardino I{ ,t 2, On 25 June 2002 before me, Kenneth II. Everhart, Notary Public Dale Nero and lillc of 011iwr(e g,"Jane Doe,Notary Public") I�i personally appeared Michael Hillenbrand and Trilby L. McDonald ��, Nnmalsl of Si9nrdv) '� `v L I personally known to me " 1Xl proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are �? subscribed to the within instrument and ,'s acknowledged to me that he/she/they executed the same in his,/leer/their authorized capacity(ies), and that by his/her/their f ;5 signatures) or, the instrument the person(s), or the entity upon behalf of which the person(s) i; ON KENNETH H. EVEAHAATacted, executed the instrument. CommJ 1340215NOTARY POALIC CALIFOANIA N VNITNF=S:,' r",Iy hand and offi Sm Born ino County Comm.Expires ii a J" Place Notary Seal Above :I,Votary PWlic t OPTIONAL rti Though the information below 1s not required by law. it may prove valuable to persons relying on the documenl and could prevent fraudulent removal and reattachment of this form to soother document. r; Description of Attached Document t Tillo or Type of Document: _Re' y,_ormanr•e__Bond_ Document Date:__Iuue— , ?on9 _ Number of Pages:--Iwo _ f1 Signer(s) Other Than Named Above: Susan C. Monteon ! Capacity(ies) Claimed by Signer Signer's Name: _ 7 '� 11 IndividualXJ Collorate Officer—Title(s): P e i ems. Sec/Treasures.J Partner—I I Limited I GeneralU Attorney in Fact , '). LI Trustee FI Guardian or Conservator 2 Signer Is Representing:UAS Fire, Inc. r�r-e>rxx=e`re�-=ervu.r.�r�r.�,'ccr.Gr�>e.ereecxa>eeryrtirxrxrcr-�,'oeraeoao�,�,e,•�,e,ecrer-O.rtirtie=ertiur-c:ee.•r=e,�=a,•c-e�a�, 1997 Nalional Nolary Association•9350 fie Solo Av.,PO.box 2402•Cna:sworth,CA 91313-2402 Prod,No.5907 Reorder Call Toll- me 1-000-876-6027 0 BOND NUMBER ST1457 PREMIUM INCLUDED IN PERFORMANCE BOND EXECUTED IN FOUR COUNTERPARTS PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS, ST. PAUL MERCURY INSURANCE COMPANY That as Surety,are held firmly bound unto the City of Palm Springs,a Charter City,organized and existing in the County of Riverside, State of California,hereinafter called the"City," in the sum of.Sixty five ftiisand five hundred forty ($65,540 00)dollars for the payment of which sum well and truly to be made,we bind ourselves,our heirs,executors,administrators, successors,and assigns,jointly and severally,firmly by these presents. WHEREAS,said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Downtown Parking Structure Fire Protection CITY PROJECT 01-27-19 NOW THEREFORE,if said Contractor,its subcontractors,its heirs,executors,administrators,successors,or assigns shall fail to pay for any materials,provisions,provender,equipment or other supplies used in,upon,for or about the performance of the Work contracted to be done,or for any work or labor thereon of any kind,or for amounts due under the Unemployment Insurance Code,or for any amounts squired to be deducted,withheld,and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor,all as required by the provisions of Title XV,Chapter 7,Sections 3247-3252,inclusive,of the Civil Code of the State of California and acts amendatory thereof;and sections of other codes of the State of California referred to therein and acts amendatory thereof,and provided that the persons,companies,or corporations so furnishing said materials, provisions,provender,equipment or other supplies,appliances or power used in,upon, for or about performance of the work contracted to be executed or performed,or any person,company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done,or any person who performs work or labor upon the same,or any person who supplies both work and materials therefor,shall have complied with the provisions of said laws,then said surety will pay the same in an amount not exceeding the sum hereinbefore act forth and also will pay, in case suit is brought upon this bond,a reasonable attorney's fee;as shall be fixed by the Court. This bond shall inure to the benefit of any and all persona named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED,that any alterations in the Work to be done or the materials to be famished,or changes in the time of completion,which may W made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety,and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this25th dayof JUNE j 2002 Contractor UAS FIRE, INC. Surety ST. PAUL MERCURY INSURANCE COMPANY RY I � � SUSAN C. MONTEON —. vn ,a-s t D C " �� Title ATTORNEY-IN-PACT - itic IL-( �- (SEAL AND NOTARIAL ACKNOWLEDGMENT --'�Contractor OF SURETY), l�.�-5 '--F�,� <2. �L.��., BY� I� Corporations require two notarized signatures: One from each of the following; 1. Chairman or Board, President,or any Vice President:AND 2. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). STATE OF _ CALIFORNI9 • SS. COUNTY Oh _ RIVERSIDE Standley PERSO\ALLY APPEAR1iD_ Susan C. Monteon personally kno\cn to me (c to be the person(4-%chose name(_} is/tcre-subscribed to the Within instrument and ackno',cl- ed/ed to me that+hc/she/tlpy executed the same in his/ her/=t1i-_L;. authorized capacity(+e,), and that by'irs/her/ tfr rsi;nature(sj on the instnuner;t the person(s), or the ,..., R. STANDLEY entity upon behalf of which the persort(s}-acted IC.CALIFOF�NIA , executed � 1�,-,I :J� CS'NIM. #`12C+3272 the instruent. NOTArYRU➢L m N k-, RIVERSIDE COUNTY IX' MV Cmnm.Expires Jane 7,2004 WITIVF_SS my hand and official seal. f Signature / �/f"I%" FJ� This a)ea for Official Notarial Seal OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL 1 ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLe15) U PARTNER(S) ❑ LIMITFD F1 rr=nl_7 o!.I ❑ ATTORNEY-IIN=FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAWCOINSERVATOR ❑ OTHER: _ DATE OF DOCUMENT SIGNER IS REPRESENTING: ' NAME OF F E.R.SONI(5)OR E,i ITY(IES) --_ SIGNER(S) OTHER THAN NAMED AFOVE 1^0_I Re, 6194 ALL-PURPOSE ACKNOWLE-DCEMENT The p,u� 0 POWER OF ATTORNEY • �l�rQQ Seaboard Surety Company United Slates Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company Power of Attorney No. 21505 Certificate No. -I 3 2 O 57 A KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duty organized under the laws of the State of New York,and that St.Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company and St.Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation drily organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the Slate of Iowa, and that Fidelity and Guaranty Insurance Underwriters,Inc.is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies"), and that the Companies do hereby make,constitute and appoint Michael D. Stong, Shawn Blume, Susan C.Monteon and Rosemary Standley of the City of Riverside ,State California ,their true and lawful Ahomcy(s)-in-Pact, each in their separate capacity if more than one is named above,to sign its name as salary to,and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of Ilse Companies in their business of guaranteeing the fidelity of persons, guaranteeing the perfm mance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this 18th day of January 2000 Seaboard Surety Company United States Fidelity and Guaranty Company St_Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insm•ance Company �,l/�/n�,r 1, ,q9s*rr �N on o ,re° �lY.Vy� gjAM (!""' C 6 192 '� :� less F ay jisj;,,onr �a�� � wtmwptfn SOHN A PHiNNEY,Vice Prsident SCAL �' `SES.L'ri 7 19a� i �-'�(�'�,'"_'r�,-�('¢�� State of Maryland —T— � U City of Baltimore THOMAS E.HUIBREGTSE.Assrstuut Secretary On ails 18th dayof January 2000 before me, ilia undersigned officer, personally g p y appeared John F. Phinney and Thomas E.Huibregtse,who acknowledged themselves to be[be Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company,St.Paul Guardinn Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies;and that they,as such,being authorized so to do,executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers. /�',',.�j �� ¢" NOrAR o In Witness Whereof,I hereunto set my hand and official seal. � p V .Sir UBLCO My Commission expires the 13th day of July,2002. yagE u V�O REBECCA EASLEKONOKALA,N.uny Pubtm 86203 Rev.7-2000 Printed in U.S.A. This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of Seaboard Surety Company,St.Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, United States Fidelity and Guaranty Company, Fidelity and Guaranty Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.on September 2, 1998,which resolutions are now in full force and effect,reading as follows: RESOLVED,that in connection with the fidelity and surety insurance business of the Company,all bonds,undertakings,commets and other instruments relating to said business may be signed,executed,and acknowledged by persons or entities appointed as Attorney(s)-in-Pact pursuant to a Power of Attorney issued in accordance with these resolutions. Said Power(s)of Attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company,either by the Clu um in,or the President,or any Vice President,or an Assistant Vice President,jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved,printed or lithographed. The signature of each of the foregoing officers and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Attomey(s)-in-Fact for proposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof,and subject to any limitations set forth thciem,any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company,and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is validly attached;and RESOLVED FURTHER, that Attomey(s)-in-Fact shall have the power and authority,and, in any case, subject to the terms and limitations of the Power of Attorney issued them,to execute and deliver on behalf of the Company and to attach the seal of the Company to any and all bonds and undertakings,and other writings obligatory in the nature thereof,and any such instrument executed by such Attorney(s)-impact shall be as binding upon the Company as if signed by an Executive Officer and sealed and attested to by the Secretary of the Company. I,Thomas E.Hmbregtse,Assistant Secretary of Seaboard Surety Company,St.Paul,Fire and Marine Insurance Company,St.Paul Guardian Insurance Company, St. Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Guaranty Insurance Company,and Fidelity and Guaianty Insurance Underwriters,Inc.do hereby certify that the above and foregoing is a hie and correct copy of the Power of Attorney executed by said Companies,which is in lull force and effect and has not been revoked. IN TESTIMONY WHEREOF,I hereunto set my hand this day of rs2� l\1 , � scxr.:o: ( saxs;=i �o '1977� Icumurin� orvw tv * stNi x� Thomas E.Hmbregtse,Assistant Secretary To verify the authenticity of this Power of Attorney,call 1.800-421.3880 and ask fer�the Power of Attorney clerk. Please refer to the Prover of Attorney arcrnber the above-named individuals and the details of the band to which the power is attached. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California ss. County of San Bernardino •� I . On 25 June 2002 before me, Kenneth H. Everhart, Notary Public a Uelo Name and Elie of 011mor(e q,"Jane Doe,Notary Nblx,") personally appeared Michael Hillenbrand and Trilby L. McDonald rJ i�l Na:ne(s)of 519ncrls) LI personally known to me ;3 IKI proved to me on the basis of satisfactory evidence n 2 g: to be the person(s) whose name(s) is/are h subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their �1 signature(s) on the instrument the person(s), or �f the entity upon behalf of which the person(s) i1 . � KENNETH H. EVEAHAAT A� Comm.A1340215 acted, executed the instrument ra NOTARY PUBLIC-CALIFORNIA � I} San Bernardino Baaaly My Comm.E,plms Jan.17,7006" WITNESS my hand and official eat. Place Notary Seal Above S Nolry OPTIONAL Though the information below 1s not requited by law, it may prove valuable to persons relying on the document 'p and could prevent fraudulent removal and mattachmenf of this fuun to another document ,1 Description of Attached Document 7 Title or Type of Document: Payment Bond fJ; June 25, 2002 Number of Pages: rrxo Document Date: Ju _ g � I Signer(s) Other Than Named Above: Susan C. Monteon Capacity(ies) Claimed by Signer '�. Signer's Name: LI Individual mP of u,un,h hers XI Corporate Officer—Tille(s): prasident—&—Sec-/-Treasurer Ir" LI Palmer—I-I Limited I IGeneral L 1 Attorney in Fact L.I Trustee t 1_I Guardian or Conservator LI Other:—_ ;l• �I Signet IsRepresenting. UAS Fire, Inc. C` V `.crccc.ccr-c,•=.�c.,rtic.�,•c.c,cvc.�,r�cr.�.r.�.r.�,rcrcrcr,�>ur-�,rc>ccr-�,rcrtir�,-ccx-c,V=<.rcrc�,rtirir�.rc;c�,r.�.•r-crticc.crrticc.�s' C>199]National Nulary AS's'onalion•9350 Do Solo Ave PO Boa 2402•Ghalswodh,GA 91313-2a02 Prod No 5907 nnmder Dail Tall-Fee 1-000-8]0-682] 1 TRADE BID TRADE BID PACKAGE# 19 TRADE DESCRIPTION Fire Protection BID TO: CITY OF PALM SPRINGS,CALIFORNIA The undersigned Bidder proposes and agrees,if this Bid is accepted,to enter into an Agreement with the City of Palm Springs in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specified or indicated in said Contract Documents entitled, TRADE BID FOR: PALM SPRINGS DOWNTOWN PARKING STRUCTURE PROJECT NO.01-27 Bidder accepts all of the terms and conditions of the Contract Documents,including without limitation those in the Notice Inviting Bids and Instructions to Bidders, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders,and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents- Bidder has examined copies of all the Contract Documents including the following Addenda (receipt of which is hereby acknowledged): - '- Number 1 Date " 6/3/0 2 Number ' 2 Date 6/10/02 Number 3 Date 6/14/02 - Number - Date Bidder has familiarized itself with the nature and extent of the Contract Documents,the Work,the site,the locality where the - Work is to be performed,''the legal,requirements (federal, state,and local laws, ordinances, rules, and regulations), and the -conditions affecting cost,progress or performance of the Work and has made such independent investigations as Bidder deems necessary. ' In conformance with current statutory requirements of California Labor Code Section 1860,et seq.,the undersigned confirm the - following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which,require every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the Work of this Contract. - To all the foregoing, and,including gall Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents,and to accept in full payment therefor the Contract Price based on the((Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Date: l�`I D —(� Z Bidder: U/A,S /Fire/ Inc. By: Title: �ieES/DFxT TRADE BID TRADE BID FORMS - 2 i i TRADE BID SCHEDULE Lump Sum Price for Construction of The Palm Springs Downtown Parking Structure Project No. 01-27 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 19 TRADE BID PACKAGE DESCRIPTION: Fire Protection TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - $65,540.00 Price in figures Sixty Five Thousand, Five Hundred, Forty Dollars Price in words - Price in words BIDDER:_UAS Fire BY: n'1((LEQ' lfl LGgatur�D TITLE: FLU l bEK T DATE: City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 WORKER'S COMPENSATION CERTIFICATE (AS REQUIRED BY SECTION 1861 OF THE CALIFORNIA LABOR CODE) I am aware of the provisions of Section 3700 of the Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor: UAS Fire Inc.By: k, _Ji//// Title: lo2Esl D a City of Palm Springs WORKER'S COMP CERTIFICATE AGREEMENT & BONDS - 4 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, at. seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address I. A)DAJ 6 2. 3. 4 5. 6. 7. 8. City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California ss. County of San Bernardino ) I, K. HJUEtzagAkwp being first duly sworn, deposes and says that he or she is of T1AS F;rp Tnr. the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true;and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee. to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. BIDDER UAS Fire Inc. BY m�e.t ( ccu. a.rM, o TITLE T ORGANIZATION ADDRESS P.O. Box 2000, Rialto CA 92377 SUBSCRIBED AND SWORN TO BEFORE ME THIS IR DAY OF1.21 t"yyQ_1 -1), NOTARY PUBLIC IN AND FOR SAID T.L.MC DONALD COUNTY AND STATE 2 _ Comm.#123E067 D �+� NOTARY PUBLIC •CALIFORNIA D Ca, San Bernardino County MY COMMISSION EXPIRES: `' My Comm.Expires October 1.203 City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 BID BOND KNOW ALL MEN BY THESE PRESENTS, That UAS FIRE INC. as Principal, and ST. PAUL MERCURY INSURANCE COMPANY as Surety, are held and firmly bound unto The City of Palm Springs, hereinafter called the "City" in the sum of (state in words and figures) TEN PERCENT OF THE AMOUNT OF THE BID g 10% OF BID AMT. (Tan 161cf"1 00%1 al total�mavm el wwo�Nl for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to said City to perform the Work required under the bidding schedule of the City's Contract Documents entitled: PALM SPRINGS DOWNTOWN PARKING STRUCTURE NOW THEREFORE, if said Principal is awarde-d—ziraontract by said City, and, within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by said City and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED, this 13th day of JUNE 20 02 UAS FIRE INC. —,._(SEAL) (SEAL) (SEAL) (Principaq ST. PAUL MERCURY INSURANCE COMPANY _ 16FA'u). (Surety) C_ SUSAN C. MONTEON, (Signature) ATTORNEY—IN—PACT SEAL AND NOTARIAL By --w— ^-- ACKNOWLEDGMENT OF SURETY (Signature) BID BOND City of Palm Springs 610 TRADE FORMS " 6 STATE OF CALIFORNIA SS. COUNTY OF RIVERSIDE On C>, 3I ��-- before me, R. STANDLEY PERSONALLY APPEARED -----SUSAN C. MONTEON--------- personally known to me 4ftclef•� 44eReQ to be the persons whose names) isAarQ-subscribed to the within instrument and acknowl- edged to me that dae.�she/tha*executed the same in .his/ her/41xQia authorized capacity(4e4 and that by his/her/ 44e}r signature(q}- n the instrument the person(}; or the" i\ R. STANDLEY - a entity upon behalf of which the person{s� acted COMM. #1263272, executed N!= NOTF.ia'PU3LIC-CALIFORNIA y the instrument. �`t ,9) avr:F.s:nccouNry AMy Comm.szF!ros.hme7,20004 WITNESS my hand and official seal. Signatures This area for Official Nolarial Seal OPTIONAL Though the data below is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ❑ ATTORNEY-IN-FACT NUMBER OF PAGES ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE ,o-oS1 R.� .e/94 ALL-PURPOSE ACKNOWLEDGEMENT mPdll� POWER OF ATTORNEY �aa7l Seaboard Suety Company United Stales Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc. St.Paul Mercury Insurance Company 21505 1201187 Prover of Attorney No. Certificate No. KNOW ALL MEN BY THESE PRESENTS:That Seaboard Surety Company is a corporation duly in ganized under the laws of the State of New York,and that SL Paul Fire and Marne Insurance Company,St Paul Guandun Insurance Company and St.Paul Meicury Insurance Company are corporations duly organized nuclei- the laws or the State of Minnesota,and that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland,and that Fidelity and Guaranty Insuiance Company is a corporation duly organized under the Taws of the State of Iowa, and that Fidelity and Guaranty Insurance Undci writers,Inc is a corporation duly organized under the laws of the State of Wisconsin(herein collectively called the "Companies'), and that the Companies do hereby make,constitute and appoint Michael D. Stong, Shawn Blume, Susan C.Momeon and Rosemary Standley of tic City of Riverside ,State California ,their true and lawful Atmmey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety to, and to execute,seal and acknowledge any and all bonds,undertakings, contracts and other written instruments in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law IN WITNESS WHEREOF,the Companies have caused this instrument to be signed and sealed this I8th day of January 2000 Seaboard Surety Company United States Fidelity and Guaranty Company St.Paul Fire and Marine Insurance Company Fidelity and Guaranty Insurance Company St.Paul Guardian Insurance Company Fidelity and Guaranty Insurance Underwriters,Inc St.Paul Mercury Lisurance Company `Jal`IY�.+ \11w* fi4i-"i;"".. 4�RyiY,Lyp �e/t11Y{ 6 U 19* 27 [MW ; t= a roen�'a\4 i � NC41Rtt41ED sea t' SfiE ' r' 1898 1J]] 795j JOIiN P PHINNEY,Vice President O,,(� vOi �", A1Nfi- Slate of Maryland `�� City of Baltimore THOMAS E HUIBREGTSE,Assistavr Secretary On this I8tli day of January 2000 before me, [he undersigned officer, personally appeared John F Phnsney and Thomas E Huibreglse,who acknowledged themselves to be the Vice President and Assistant Secretary,respectively,of Seaboard Surety Company,St Paul Fire and Marine Insurance Company,St.Paul Guardian Insurance Company,St.Paul Mercury Insurance Company,United States Fidelity and Guaranty Company,Fidelity and Carnally Insurance Company,and Fidelity and Guaranty Insurance Underwriters,Inc.;and that the seals affixed to the foregoing instrument are the corporate seals of said Companies; and that they, as such,being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing the names of the corporations by themselves as duly authorized officers m n In Witness Whereof,1 hereunto set my hand and official seal m� pCTARY y� Ue</C f My Comiumion expires the 13th day of July,2002, ao REBECCA EASLEY-ONOKALA,Notary Pubin qE CnV 86203 Rev.7-2000 Printed in U S.A. • PART V • SCOPE OF WORK TRADE CONTRACT NO. 19 FIRE PROTECTION PALM SPRINGS BLOCK 28 PARKING STRUCTURE CITY OF PALM SPRINGS, CALIFORNIA provide all necessary labor, materials, equipment, hoisting, scaffolding, tools, rigging and anything else necessary to complete the Fire Protection Work for the Palm Springs Block 28 Parking Structure Project. M I, GENERAL: A. All conditions as set forth in the Safety Program as adopted by the City of Palm Springs (Exhibit A), Master Construction Schedule for Bidding ;+ Information (Exhibit B), General Liability and Automobile Insurance Limits (Exhibit C), Document List dated May 16, 2002 (Exhibit D), Construction Manager's Standard Provisions (Exhibit E) and Temporary Utilities for Construction Purposes (Exhibit F) are to be considered as part of the work. B. The Drawings and Specifications dated May 16, 2002 (Exhibit D), indicate the General Scope of Work. C. Trade Contractors shall carefully examine this Scope of Work to be performed and the relationship of this work to the work being performed by other Trade Contractors. D. Where a Specification Section is specifically included in the scope of this Trade Contract, it is intended that all work covered by that Specification Section will be included except as otherwise specifically noted. Other specification sections referred to either in these specifications or on the Drawings are included by reference. E. The word "provide" when used herein shall mean furnish and install completely, including all costs of labor, materials, equipment, hoisting, layout, scaffolding, tools, rigging and any other facilities necessary to complete the Work. II. SCOPE OF WORK A. All work defined in the Specification Sections listed below is specifically included in the Scope of Work of this Trade Contractor, unless specifically excluded in Paragraph C below. 15050 Basic Mechanical Materials and Methods 15071 Seismic Control 15300 Automatic Fire Sprinkler System L Page 1 5/27/2002 F. • •Block 28 Parking Structure Scope of Work Fire Protection Page 2 B. As further clarification, Trade Contractor shall: 1. Provide a complete automatic fire sprinkler system and standpipe system, tested and ready for operation. Include all piping, pipeguards, fittings, couplings, unions, gate valves, butterfly control valves, check valves, drain valves, drains, auxiliary drains, piping to drains, gauges, test gauges, alarm bells, water gongs, tamper and flow switches, with contacts for tie-in to the fire alarm system, sprinkler heads, escutcheons, sprinkler covers, riser assemblies, valves, fire extinguishers, cabinets, and appurtenances required for a complete, operational and code complying fire sprinkler and standpipe system. 2. Provide complete shop drawings and hydraulic calculations stamped by a licensed fire protection contractor. Drawings shall be submitted for plan check and approval by the Architect, City Fire Department and State Fire Marshal. 3. Design the system in accordance with NFPA 13 rules and regulations and all applicable codes and regulatory agencies. 4. Check and verify that the existing fire water lines will provide adequate water pressure for the design of the fire protection system. 5. Engineer and install the pipe hanger system, including all cast-in- place concrete inserts. Coordinate location with other MEP and Concrete Trade Contractors. 6. Coordinate all fire protection work with other trades, especially mechanical, electrical, and plumbing trades. 7. Trade Contractor recognizes that the fire protection systems will not be the only piping or mechanical systems required within this project. As such, Trade Contractor shall participate in all coordinate meetings and review of coordination drawings to assure that conflicts are resolved or minimized prior to the installation phase. Coordination drawings shall include review of sepias, and light table overlays with other trades, which may necessitate additional detailing to assure a complete coordinated installation. Include costs to offset fire protection components to avoid interference with other trades. " 8. Provide all required seismic bracing. n 9. Provide all pipe and valve identification. Page 2 5/27/2002 Block 28 Parking Structure Scope of Work Fire Protection Page 3 10. Provide all cutting, drilling, patching and repair for installation of the fire sprinkler work. 11. Provide all floor and wall sleeves and location plan. 12. Provide approved fire stop material and safing at all penetrations through rated walls and slabs required by your work to meet all code requirements. Include sealants, caulking, backer rods, fire and smoke seals, etc. 13. Provide flashing, hydrostatic testing, adjusting and cleaning of the fire protection system in accordance with the specifications. 14. Maintain a current set of"as-built" drawings for all work. 15. Provide operation and maintenance manuals (2) months prior to acceptance of the Work. Trade Contractor agrees progress payment will be held if the submission of the operation manuals is late, As- builts and warranties must be submitted (15) days after completion of Work. 16. Provide daily clean-up and removal of any debris generated from your work. 17. Provide all pressure testing of all piping, including concealed piping, which will be located within ceilings or partition walls. IS, Coordinate through Turner, all Soils, City and Deputy inspections. 19. Furnish all access doors as required by code or for inspection and accessibility. I 20. Provide all required permits and inspections for the Work. Schedule and participate in all necessary inspections. Include cost of premium time as required. 21. Provide backfilling and compaction of all trenches after final completion of the work. 22. Provide and maintain steel plates over trenches throughout the duration of the site work. 23. Provide and maintain delineators and caution tape for trenching at all times for the duration of your work. Page 3 5/27/2002 • Block 28 Parking Structure Scope of Work Fire Protection Page 4 24. Provide a Safety Program and be responsible for safety of all plumbing work. Any extra safety precautions shall be included as directed by Turner. Include a competent person who has participated and is certified through the OSHA 30 hours. 24. Provide Daily Construction Reports to Construction Manager. 25. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 3,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured Under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. C. WORK EXCLUDED: 1. The following items are specifically excluded from the Work: a. Fire alarm system other than flow and tamper switches. i b. Power wiring and electrical terminations. C. Site fire loop, however coordination will be required. Page 4 5/27/2002 Block 28 Parking Structure Scope of Work Fire Protection Page 5 D. LABOR RATES: 1. To determine the sum to be paid for labor and miscellaneous incidental expenses, the following hourly rates shall be multiplied by the number of approved hours for each classification of labor. These hourly rates represent full and complete compensation (including overhead and profit) for providing labor. In addition, these rates represent full and complete compensation for the cost of incidental items including but not limited to such things as small tools and equipment (valued at less than $250), travel expense, fuel, employee parking, etc. Straight Time Overtime (1.5X) a. Detailer: $ /Hour $ /Hour b. Shop Labor: $ 1 Hour $ f Hour c. Field Labor (Journeyman) $ f Hour $ !Hour d. Field Labor (Foreman) $ Hour $ /Hour e. Field Labor (Gen. Manager) $ / Hour $ / Hour E. ALTERNATES: None F. ALLOWANCES: None G. GENERAL INFORMATION: None Page 5 5/27/9nn9 CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 DOWNTOWN PARKING STRUCTURE CITY PROJECT NO. 1-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the following trades: Concrete & Reinforcing (Bid #7); Masonry (Bid #9); Miscellaneous Metals (Bid #10); Metal Stud Framing and Plaster (Bid #13); Plumbing (Bid #17); Fire Protection (Bid #19); Electrical (Bid #20); and Site Concrete Bid (Bid #22) ADDENDUM NO. 1 THE NOTICE INVITING BIDS PUBLISHED IN THE DESERT SUN ON MAY 20, 2002, FOR THE ABOVE LISTED TRADE CONTRACTS IS HEREBY AMENDED. A COMPLETE AMENDED NOTICE IS ATTACHED. 1. Summary of Changes A. Bid closing date for the above listed trade bids has been changed from June 11, 2002 to June 18, 2002. See revised ad (attached) for times. B. The Pre-Bid Conference and Site Visit has been changed to MANDATORY. C. The date for the MANDATORY Pre-Bid Conference and Site Visit is June 11, 2002, from 9:00 a.m. to 11:00 a.m. See revised ad (attached) for details. D. The deadline for submission of pre-qualification package is five days prior to the REVISED bid closing date. 2. Attachment: Revised Notice of Inviting Bids as published June 41h in the Desert Sun. BY ORDER OFF THE CITY OFPALM SPRINGS, CALIFORNIA (/ HAROLD E. GOOD, CPPO DIRECTOR OF PROCUREMENT & CONTRACTING DATE: June 3, 2002 r � 0,.« I - I CITY OF PALM SPRINGS, CALIFORNIA 3200 East Tahquitz Canyon Way Palm Springs, California DOWNTOWN PARKING STRUCTURE City Project No. 01-27 AMENDED NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the Following Trades: Concrete & Reinforcing (Bid #7), Masonry (Bid #9), Miscellaneous Metals (Bid #10), Metal Stud Framing and Plaster (Bid #13), Plumbing (Bid #17), Fire Protection (Bid # 19), Electrical (Bid #20) and Site Concrete (Bid #22). N-1 AMENDED NOTICE IS HEREBY GIVEN that sealed Bids will be received from Trade Contractors who have successfully completed the trade specific pre-qualification process(es) set forth by the City. Said Bids will be accepted at the Office of the Director of Procurement & Contracting at 3200 E. Tahquitz Canyon Way in the City of Palm Springs. The Work is to be performed in strict accordance with the contract documents and is described in eight (8) individual Bid Packages (by Trade) for the Downtown Parking Structure, City Project #01-27. The City has contracted with Turner Construction Company to be the Construction Manager for the Project. The City and Turner Construction Company have chosen to develop eight (8) of the project's trade contracts via a pre-qualification process. The resultant contracts will be awarded and held by the City of Palm Springs. N-2 PRE-QUALIFICATION OF TRADE CONTRACTORS: All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre-qualified to submit bids for this project Trade contractors must be pre-qualified for each trade bid for which they wish to submit a bit. The completed prequalficiation questionnaires must be received at least five days prior to the amended date of bid opening specified in this Notice. Pre-qualification applications are enclosed with the bid package(s). Pre-qualification applications may also be obtained at www.ci.palm-springs.ca.us. (Go to "Departments" then to "Procurement") Bid proposals submitted by trade contractors who have failed to successfully pre-qualify will not be accepted. N-3 DATES AND TIMES OF OPENING BIDS: 1. Bids for Concrete & Reinforcing, Bid Package #7 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:00 P.M., local time, June 18, 2002. 2. Bids for Masonry Work. Bid Package #9 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:15 P.M., local time, June 18, 2002. 3. Bids for Miscellaneous Metals, Big Package #10 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:30 P.M., local time, June 18, 2002. 4. Bid for Metal Stud Framing and Plaster, Bid Package #13, will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 2:45 P.M., local time, June 18, 2002. 5. Bids for Plumbing. Bid Package #17 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 3:00 P.M., local time, June 18, 2002, 6. Bids for Fire Protection, Bid Package #19 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 3:15 P.M., local time, June 18, 2002. 7. Bids for Electrical. Bid Package #20 will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 3:30 P.M., local time, June 18, 2002 8. Bid for Site Concrete, Bid Package #22, will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 4:00 P.M., local time, June 18, 2002. Immediately after the time established as the deadline for receipt of bids, bids will be opened and read aloud. It is the responsibility of the Bidder to see that any Bid sent through the mail, by delivery service or hand-delivered shall have sufficient time to be received by the Director in the Department of Procurement & Contracting prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. N-4 LOCATION OF THE WORK: The Work to be constructed hereunder is located on the southeast corner of Indian Canyon Drive and Baristo Road in the City of Palm Springs, California. N-5 DESCRIPTION OF THE WORK: The overall project consists of constructing a three (3) level 121,235 square feet, 375 spaces parking structure. The foundations are spread footings. The structure is cast in place post tension concrete, with concrete columns, beams, girders, elevator pits and shear walls. The exterior facades along the East and South faces consist of 8" concrete masonry unit and plaster at spandrels. There are metal urns and architectural steel at entries. The perimeter is enclosed by cable handrails, the parking control is achieved through automatic gates with controllers. Cantilevered fabric shade structures are located at structure's top level. Separate Bid Documents identify the work to be performed according to trade. N-6 COMPLETION OF THE WORK: Time is of the essence! The Work must be performed according to time lines identified in each trade bidding document. The start of construction is anticipated to be July 1, 2002, and the project completion date is scheduled to be November 27, 2002. The start date for each trade will be coordinated with the overall project time lines and will be communicated by issuance of a "Notice to Proceed". "Liquidated Damages" clauses will be included in Bidding Documents and resultant Contracts for selected trades.. N-7 BID SCHEDULES: For certain trades the Bid Documents may contain two or more separate Bid Schedules, i.e., Bid Schedule "A" and Bid Schedule "B". When this occurs, Bidders must bid on all of the Bid Schedules or the Bid will be considered as non- responsive and will be subject to rejection. However the City will award only one Bid Schedule. N-8 AWARD OF CONTRACT: (a) The City reserves the right after opening each trade Bid to reject any or all trade Bids, to waive any informality (non-responsiveness) in Bids or to make award to the lowest responsive, responsible Bidder, as it may best serve the interests of the City. (b) As a condition of award, the successful Bidder will be required to submit bonds and insurance prior to execution of the Agreement by the City. Failure to meet this requirement shall constitute abandonment of the Bid by the Bidder and forfeiture of the Bid Bond. Award will then be made to the next lowest Bidder, N-9 LOCAL BUSINESS PROMOTION: In determining the lowest responsible Bidder, the provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor, as set forth in the Instructions to Bidders. N-10 BID SECURITY: Each Bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of at least 10 percent of the total Bid price, payable to the City of Palm Springs, as a guarantee that the Bidder, if its Bid is accepted, will promptly obtain the required Bonds and Insurance, and will prepare the required submittal documents and execute the Agreement. N-11 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 30 calendar days from the date of the Bid opening. N-12 CONTRACTOR'S LICENSE CLASSIFICATION: In accordance with the provisions of California Public Contract Code Section 3300, the City has determined that the Contractor shall possess a valid California State Contractor's License. The Bidder shall possess a valid license in the specified classification (see below) at the time that the Bid is submitted, as required under California Business and Profession Code Section 7028.15, unless exempt thereunder. Failure to possess the specified license at the time of submitting a Bid shall render the Bid as non-responsive and must be rejected. The minimum Contractor's License necessary to perform the Work by Trade is as follows: Bid #7 Concrete & Reinforcing (C-8 or B) Bid#9 Masonry (C-29) Bid #10 Miscellaneous Metals (C-51) Bid #13 Metal Stud Framing and Plaster (C-35) Bid #17 Plumbing (C-36) Bid #19 Fire Protection (C-16) Bid #20 Electrical (C-10) Bid #22 Site Concrete (C-8) N-13 PREVAILING WAGE RATES NOT APPLICABLE: Funding for this project is derived solely from local revenue sources and, as provided in Section 7.06.030 of the City's Municipal Code, the work shall not be subject to prevailing wage law. N-14 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract from time-to-time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. The value of such securities, if deposited by the Contractor, shall be as determined by the City, whose decision on valuation of the securities shall be final. Securities eligible for investment hereunder shall be limited to those listed in Section 16430 of the Government Code, or bank or savings and loan certificates of deposit. N-15 MANDATORY PRE-BID CONFERENCE AND VISIT TO WORK SITE: Prospective Bidders are required to attend a MANDATORY Pre-Bid Conference and Site Visit which will be conducted by the City to acquaint the Bidders with existing site conditions. The MANDATORY Pre-Bid Conference and Visit to Work Site will be conducted from 9:00 a.m. to 11:00 a.m. local time, Tuesday, June 11, 2002. Participants of the Pre-Bid Conference and Visit to Work Site will meet in the Council Chambers, City of Palm Springs, located at 3200 East Tahquitz Canyon Way, Palm Springs, California. N-16 EXISTING REPORT ON SITE INVESTIGATION: (a) The Bidder's attention is directed to the fact that two reports were prepared for the City of Palm Springs by Earth Systems Southwest, of Bermuda Dunes, CA., entitled "Report of Phase I Environmental Site Assessment Seven Contiguous Particles South Palm and Indian Canyon Drives North of Baristo Road Palm Springs, California" and "Report of Phase II Investigation Former Gas Station NWC South Indian Canyon Drive and Baristo Road Palm Springs, California" dated February 7, 2002 and March 29, 2002 respectively. (b) Copies of the report are available for inspection by prospective Bidders at the office of Harold E. Good, CPPO, Director of Procurement & Contracting, 3200 E. Tahquitz Canyon Way, Palm Springs, CA., 92262, 760-323-8239. (c) Said reports are made available for the convenience of bidders only, and the City disclaims any responsibility for its contents. All statements, findings, and interpretations in said report are those of Earth Systems Southwest, and the City of Palm Springs makes no interpretations nor representations as to the accuracy of said report. All bidders shall make their own interpretations as to the conditions existing at the proposed project site. N-17 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) A full set of Contract Documents is available for inspection without charge at the Office of the Procurement & Contracting, City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, California. (b) Complete sets of said Contract Documents may be purchased for $100.00 per set If overnight mailing is requested, an additional $25.00 fee will be required. Documents are obtainable from: J. P. REPROGRAPHICS OR CR REPROGRAPHICS 77734 Country Club Dr., #G2 3182 Pullman Street Palm Desert, California 92211 Costa Mesa, CA 92626 Ofc: (760) 777-9794 Ofc: (714) 751-2680 N-18 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered to: City of Palm Springs Department of Procurement & Contracting 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 The envelope shall plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words, Trade Bid for Palm Springs DOWNTOWN PARKING STRUCTURE and the date and hour of opening Bids. The name of the trade and the Bid Package Number shall also be clearly marked on the outside of the envelope. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. N-19 PROJECT ADMINISTRATION: All communications relative to this Work shall be directed to David Livingston, Turner Construction Company, 73-960 Highway 111, Suite 5, Palm Desert, CA 92260, PHONE (760 340-6161, FAX (760) 340-6411, prior to opening of Bids. All questions relating to interpretation of the Contract Documents or products must be in writing, and responses will be in the form of addenda to the Documents. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: May 31, 2002 PUBLICATION DATES: May 20, 2002 and June 4, 2002 (amended) CITY OF PALM SPRINGS, CALIFORNIA 3200 East Tahquitz Canyon Way Palm Springs, California DOWNTOWN PARKING STRUCTURE City Project No. 01-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the Following Trades: Concrete & Reinforcing (Bid #7), Masonry (Bid #9), Miscellaneous Metals (Bid #10), Metal Stud Framing and Plaster (Bid #13), Plumbing (Bid #17), Fire Protection (Bid # 19), Electrical (Bid #20) and Site Concrete (Bid #22). N-1 NOTICE IS HEREBY GIVEN that sealed Bids will be received from Trade Contractors who have successfully completed the trade specific pre-qualification process(es) set forth by the City. Said Bids will be accepted at the Office of the Director of Procurement & Contracting at 3200 E. Tahquitz Canyon Way in the City of Palm Springs. The Work is to be performed in strict accordance with the contract documents and is described in eight (8) individual Bid Packages (by Trade) for the Downtown Parking Structure, City Project #01-27. The City has contracted with Turner Construction Company to be the Construction Manager for the Project. The City and Turner Construction Company have chosen to develop eight (8) of the project's trade contracts via a pre-qualification process. The resultant contracts will be awarded and held by the City of Palm Springs. N-2 PRE-QUALIFICATION OF TRADE CONTRACTORS: All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre-qualified to submit bids for this project. Trade contractors must be are-qualified for each trade bid for which they wish to submit a bit. The completed pregualficiation questionnaires must be received at least five days prior to the date of bid opening specified in this Notice. Pre-qualification applications are enclosed with the bid package(s). Pre-qualification applications may also be obtained at www.ci.palm-springs.ca.us. (Go to "Departments" then to "Procurement') Bid proposals submitted by trade contractors who have failed to successfully pre-qualify will not be accepted. N-3 DATES AND TIMES OF OPENING BIDS: 1. Bids for Concrete & Reinforcing, Bid Package #7 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:00 P.M., local time, June 11, 2002. 2. Bids for Masonry Work. Bid Package #9 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:15 P.M., local time, June 11, 2002. 3. Bids for Miscellaneous Metals, Big Package #10 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:30 P.M., local time, June 11, 2002. 4. Bid for Metal Stud Framing and Plaster. Bid Package #13, will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 2:45 P.M., local time, June 11, 2002. 5. Bids for Plumbing, Bid Package #17 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 3:00 P.M., local time, June 11, 2002. 6. Bids for Fire Protection, Bid Package #19 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 3:15 P.M., local time, June 11, 2002. 7. Bids for Electrical. Bid Package #20 will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 3:30 P.M., local time, June 11, 2002 8. Bid for Site Concrete, Bid Package #22, will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 4:00 P.M., local time, June 11, 2002. Immediately after the time established as the deadline for receipt of bids, bids will be opened and read aloud. It is the responsibility of the Bidder to see that any Bid sent through the mail, by delivery service or hand-delivered shall have sufficient time to be received by the Director in the Department of Procurement & Contracting prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. N-4 LOCATION OF THE WORK: The Work to be constructed hereunder is located on the southeast corner of Indian Canyon Drive and Baristo Road in the City of Palm Springs, California. N-5 DESCRIPTION OF THE WORK: The overall project consists of constructing a three (3) level 121,235 square feet, 375 spaces parking structure. The foundations are spread footings. The structure is cast in place post tension concrete, with concrete columns, beams, girders, elevator pits and shear walls. The exterior facades along the East and South faces consist of 8" concrete masonry unit and plaster at spandrels. There are metal urns and architectural steel at entries. The perimeter is enclosed by cable handrails, the parking control is achieved through automatic gates with controllers. Cantilevered fabric shade structures are located at structure's top level. Separate Bid Documents identify the work to be performed according to trade. N-6 COMPLETION OF THE WORK: Time is of the essence! The Work must be performed according to time lines identified in each trade bidding document. The start of construction is anticipated to be June 24, 2002, and the project completion date is scheduled to be November 27, 2002. The start date for each trade will be coordinated with the overall project time lines and will be communicated by issuance of a "Notice to Proceed". "Liquidated Damages" clauses will be included in Bidding Documents and resultant Contracts for selected trades.. N-7 BID SCHEDULES: For certain trades the Bid Documents may contain two or more separate Bid Schedules, i.e., Bid Schedule "A" and Bid Schedule "B". When this occurs, Bidders must bid on all of the Bid Schedules or the Bid will be considered as non- responsive and will be subject to rejection. However the City will award only one Bid Schedule. N-8 AWARD OF CONTRACT: (a) The City reserves the right after opening each trade Bid to reject any or all trade Bids, to waive any informality (non-responsiveness) in Bids or to make award to the lowest responsive, responsible Bidder, as it may best serve the interests of the City. (b) As a condition of award, the successful Bidder will be required to submit bonds and insurance prior to execution of the Agreement by the City. Failure to meet this requirement shall constitute abandonment of the Bid by the Bidder and forfeiture of the Bid Bond. Award will then be made to the next lowest Bidder. N-9 LOCAL BUSINESS PROMOTION: In determining the lowest responsible Bidder, the provisions of Section 7.09.030 of the City of Palm Springs Municipal Code shall be applied to a Bid submitted by a local business enterprise or contractor, as set forth in the Instructions to Bidders. N-10 BID SECURITY: Each Bid shall be accompanied by a certified or cashier's check or Bid Bond in the amount of at least 10 percent of the total Bid price, payable to the City of Palm Springs, as a guarantee that the Bidder, if its Bid is accepted, will promptly obtain the required Bonds and Insurance, and will prepare the required submittal documents and execute the Agreement. N-11 BIDS TO REMAIN OPEN: The Bidder shall guarantee the Total Bid Price for a period of 30 calendar days from the date of the Bid opening. N-12 CONTRACTOR'S LICENSE CLASSIFICATION: In accordance with the provisions of California Public Contract Code Section 3300, the City has determined that the Contractor shall possess a valid California State Contractor's License. The Bidder shall possess a valid license in the specified classification (see below) at the time that the Bid is submitted, as required under California Business and Profession Code Section 7028.15, unless exempt thereunder. Failure to possess the specified license at the time of submitting a Bid shall render the Bid as non-responsive and must be rejected. The minimum Contractor's License necessary to perform the Work by Trade is as follows: Bid #7 Concrete & Reinforcing (C-8 or B) Bid#9 Masonry (C-29) Bid #10 Miscellaneous Metals (C-51) Bid #13 Metal Stud Framing and Plaster (C-35) Bid #17 Plumbing (C-36) Bid #19 Fire Protection (C-16) Bid #20 Electrical (C-10) Bid #22 Site Concrete (C-8) N-13 PREVAILING WAGE RATES NOT APPLICABLE: Funding for this project is derived solely from local revenue sources and, as provided in Section 7.06.030 of the City's Municipal Code, the work shall not be subject to prevailing wage law. N-14 RETAINAGE FROM PAYMENTS: The Contractor may elect to receive 100 percent of payments due under the Contract from time-to-time, without retention of any portion of the payment by the City, by depositing securities of equivalent value with the City in accordance with the provisions of Section 22300 of the Public Contract Code. The value of such securities, if deposited by the Contractor, shall be as determined by the City, whose decision on valuation of the securities shall be final. Securities eligible for investment hereunder shall be limited to those listed in Section 16430 of the Government Code, or bank or savings and loan certificates of deposit. N-15 PRE-BID WALK-THROUGH OF WORK SITE: Prospective Bidders are advised to attend a Pre-Bid Conference and Walk-Through of the proposed work site which will be conducted by the City to acquaint the Bidders with existing site conditions. The Pre-Bid Conference and Walk-Through will be conducted from 9:00 a.m. to 11:00 a.m. local time, Tuesday, June 4, 2002. Participants of the Pre-Bid Conference and Walk-Through will meet in the Large Conference Room, City of Palm Springs, located at 3200 East Tahquitz Canyon Way, Palm Springs, California. N-16 EXISTING REPORT ON SITE INVESTIGATION: (a) The Bidder's attention is directed to the fact that two reports were prepared for the City of Palm Springs by Earth Systems Southwest, of Bermuda Dunes, CA., entitled "Report of Phase I Environmental Site Assessment Seven Contiguous Particles South Palm and Indian Canyon Drives North of Baristo Road Palm Springs, California" and "Report of Phase II Investigation Former Gas Station NWC South Indian Canyon Drive and ,Baristo Road Palm Springs, California" dated February 7, 2002 and March 29, 2002 respectively. (b) Copies of the report are available for inspection by prospective Bidders at the office of Harold E. Good, CPPO, Director of Procurement & Contracting, 3200 E. Tahquitz Canyon Way, Palm Springs, CA., 92262, 760-323-8239. (c) Said reports are made available for the convenience of bidders only, and the City disclaims any responsibility for its contents. All statements, findings, and interpretations in said report are those of Earth Systems Southwest, and the City of Palm Springs makes no interpretations nor representations as to the accuracy of said report. All bidders shall make their own interpretations as to the conditions existing at the proposed project site. N-17 OBTAINING OR INSPECTING CONTRACT DOCUMENTS: (a) A full set of Contract Documents is available for inspection without charge at the Office of the Procurement & Contracting, City of Palm Springs, 3200 East Tahquitz Canyon Way, Palm Springs, California. (b) Complete sets of said Contract Documents may be purchased for $100.00 per set If overnight mailing is requested, an additional $25.00 fee will be required. Documents are obtainable from: J. P. REPROGRAPHICS OR CR REPROGRAPHICS 77734 Country Club Dr., #G2 3182 Pullman Street Palm Desert, California 92211 Costa Mesa, CA 92626 Ofc: (760) 777-9794 Ofc: (714) 751-2680 N-18 ADDRESS AND MARKING OF BIDS: The envelope enclosing the Bid shall be sealed and addressed to the City of Palm Springs, and shall be delivered to: City of Palm Springs Department of Procurement & Contracting 3200 E. Tahquitz Canyon Way Palm Springs, California 92262 The envelope shall plainly marked in the upper left hand corner with the name and address of the Bidder and shall bear the words, Trade Bid for Palm Springs DOWNTOWN PARKING STRUCTURE and the date and hour of opening Bids. The name of the trade and the Bid Package Number shall also be clearly marked on the outside of the envelope. The certified or cashier's check or Bid Bond shall be enclosed in the same envelope with the Bid. N-19 PROJECT ADMINISTRATION: All communications relative to this Work shall be directed to David Livingston, Turner Construction Company, 73-960 Highway 111, Suite 5, Palm Desert, CA 92260, PHONE (760 340-6161, FAX (760) 340-6411, prior to opening of Bids, All questions relating to interpretation of the Contract Documents or products must be in writing, and responses will be in the form of addenda to the Documents. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: May 20, 2002 PUBLICATION DATES: CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 DOWNTOWN PARKING STRUCTURE CITY PROJECT NO. 1-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the following trades: Concrete & Reinforcing (Bid #7); Masonry (Bid #9); Miscellaneous Metals (Bid #10); Metal Stud Framing and Plaster (Bid #13); Plumbing (Bid #17); Fire Protection (Bid #19); Electrical (Bid #20); and Site Concrete (Bid #22) ADDENDUM NO. 2 The Notice Inviting Bids advertised June 3`d, 2002 in the Desert Sun for the above listed trade contracts is hereby amended by order of the City of Palm Springs. The following revisions and\or additions to the Plans and Specifications for the Block 28 Palm Springs Downtown Parking Structure Project (Walker Project Number: 37-7296.00) are to be included in the original Drawings and Specifications. This Addendum shall take precedence over anything contrary on the previously issued Drawings and Specifications and shall be referred to hereinafter as part of the Contract Documents. Bidders shall acknowledge receipt of this addendum in the Bid Form. BY ORDER OF THE CITY OF PALM SPRINGS Byy '�, d='n f HAROLD E. GOOD, CPPO Director of Procurement & Contracting Date: June 10, 2002 i PROJECT NAME: Block 28 Palm Springs ADDENDUM #not WALKER Project Number: 37-7296.00 DATE: June 10, 2002 The following revisions and\or additions to the Plans and Specifications are to be included in the original Drawings and Specifications. This Addendum shall take precedence over anything contrary on the previously issued Drawings and Specifications and shall be referred to hereinafter as part of the Contract Documents. Bidders shall acknowledge receipt of this addendum in the Bid Form. 1. DRAWINGS: 1.1. COVER SHEET 1.1.1. Revise Sheet index as follows: A. Added Civil sheet " Dimension Control Plan", sheet 1 of 1. B. Revised Civil sheet title to " Water Plan—275 Indian Canyon Drive', sheet 1 of 1. C. Added Architectural sheet"A4.4 Wall Section 'H"' D. Revised Architectural sheet name to "A4.3 Wall Sections 'G, G.1 & G.2' 1.1.2. Added note "The following items are deferred..." 1.2. CIVIL 1.2.1 GRADING PLAN A. Sheet 1 1. Revise general note. 2. Revise construction note and quantities, add items 21 & 22. 3. Add paver detail, including manufacturer, color, thickness and band color. B. Sheet 2 1. Revise construction note, add items 21& 22. 2. Revise details 1, 2, 3 & 4. 3. Revise drain line location for trash enclosure. 4. Revise sections "DD" & "EE". 5. Delete paver detail from sheet (added to sheet 1). 6. Add sand/oil separator drain line, item 22. 1.2.2 STREET PLAN A. Sheet 1 1. Revise general note. 2. Revise construction note and quantities, add items 16, 17, 18 & 19. B. Sheet 2 1. Add construction notes 16, 17, 18 & 19 and note on plan. 2. Add line data box. 3. Revise call out on plans. 1.2.3 WATER PLAN A. Revise construction notes. B. Revise " note' C. Add restricted joint note. WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 D. Add 2" top outlets. E. Add typical section. F. Add thrust protection note. G. Revise various call out on plan. 1.2.4. ADD NEW SHEET "DIMENSION CONTROL PLAN", SHEET ONE OF ONE. 1.3. LANDSCAPE 1.3.1. L-1. PLANTING PLAN A. Add 3/8" Minus Desert Gold Decomposed Granite 2" depth in all planters. B. Add (1) Hibiscus Rosa-Sinensis 15-Gal tree form. C. Add (2) Ficus Repens 5-Gal espalier. D. Add (12) Pittosporum t. 'Variegata' 15-Gal. E. Add (4) Carissa Macrocarpa 5-Gal. F, Add (47) Carissa 'Boxwood Beauty' 5-Gal. G. Replace (2) Chamaerops Humilis 24"-Box with (2) 36"-Box. H. Removed (10) Bougainvillea 'Oo La La' 5-Gal. I. Add (12) Lantana 'New Gold' 1-Gal. J. Removed (10) Callistemon 'Little John' 5-Gal. K. Removed (1) Strelitzia Nicolai 24"-Box. L. Removed (6) Strelitzia Reginae 15-Gal. 1.3.2. L-2. IRRIGATION PLAN A. Replaced 100-ASVF Electric Control Valve with a FEB Valve and added a XCZ-100-Com Drip Valve Assembly. B. Changed Stream Bubblers to a Xeri-Bubbler SXB-360-1032 (1) per plant. C. Add Xeri-Sprays for Annual Color area at entry. 1.3.3. LD-1. PLANTING DETAILS A. Add note on Detail 'A' (Tree planting detail): 6" Watering Berm to be removed prior to Decomposed Granite installation. B. Add Deep Root Barrier. 1.3.4 LD-1. IRRIGATION DETAILS A. Revised Detail 'B', the Remote Control Valve Detail. B. Add Drip Valve Detail, Shrub Spray Head and Flush Cap Detail. Page 2 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 1.4 ARCHITECTURAL 1.4.1. A0.1 —ABBREVIATIONS & CODE SUMMARY A. Code Summary 1. Revised "Allowable Gross Area = 337,500 S.F." from 500,000 S.F. B. Code Summary-Openness Calculation 1. Added "Area" and "% Open" column" C. Car Tabulation 1. Deleted "...and Building Area"from title 2. Updated Ground Level tabulation as follows - Standard 70; Compact 21; Handicap 10; Total 101. This results in a loss of 3 stalls with the Grand Total as follows -Standard 306; Compact 56; Handicap 10"; Total 372. 3. Added note " 8 total handicap required (1 of the 8 must be van accessible). With the 10 provided 2 of the 10 must be van accessible. 4. Updated Efficiency to 329 S.F./Stall 1.4.2 A1.0 —ARCHITECTURAL SITE PLAN A. Added dimensions for locating the parking structure measured from property lines. B. Rearranged parking layout @ ground floor. C. Defined all property lines. D. Labeled existing off-site buildings as existing structures. E. Added clarification detail and 2" gap note to trash area details. F. Added 4" dimension to the concrete curb @ trash area. G. Added H.C. route of travel. H. Deleted miscellaneous symbols not necessary to plan. 1.4.3 A1.1 — GROUND LEVEL PLAN A. Deleted Handicap stalls and signs along Grid 17.7 between A.3 & B and replaced them with (4) 9'-0" standard stalls B. Converted standard stall to a Handicap stall and added a sign to the north side of Grid 3/A. I. Deleted 4 standard stalls between Grid 1 & 2 between B & B.7 and replaced them with 3 Handicap stalls and a walkway in front of them. Signs were also added for each Handicap stall. J. Added additional dimensions to striping for clarification and reconfiguration of striping. F. Added 4'-0" opening to the south side of Grid 3/A. G. Added 4'-0" opening to the east side of Grid 1/B. H. Revised elevation at 1/6 to 99.75' I. Revised elevation at the south side of 3/A to be 99.83' J. Dimensioned Northwest Entry opening. K. Added note along Grid B "See structural drawings for railing information" Page 3 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 1.4.4 A1.2—SECOND LEVEL PLAN A. Added note along Grid B "See structural drawings for railing information" B. Added additional dimensions to striping for clarification. 1.4.5 A1.3—THIRD & TOP LEVEL PLAN A. 1/A1.3—Third Level Plan 1. Added an "X" on the plan to designate the location of the shade structure base with a note "X = Location of Shade Structures, Re: Arch." Location shade bases are as follows: 1/B.3, 3/C, 5/C, 7/C, 9/C, 11/C, 13/C, 15/C, & 18/13.3 2. Added note along Grid B "See structural drawings for railing information" 3. Added wall section and exterior elevation marks B. 2/A1.3—Top Level Plan 1. Added exterior elevation marks 1.4.6 A2.1 EXTERIOR ELEVATIONS - NORTH AND EAST A. Revised exterior colors and materials list. B. Added headache bars to elevations. C. Removed split face veneer from over masonry walls. Exposed masonry walls become stacked bond split face with raked joints @ 16" x 16" module. D. Split face veneer remains over concrete walls where indicated. E. Floor levels called out. F. North elevation: paint C.1. P. shear wall. G. North elevation: Running bond CMU units changes to stacked bond, split face, raked joints @ 16"x 16" module. H. North elevation: Added shade structure @ upper level to match plan. 1. East elevation: Added building wall reference G/A4.3 to drawing. Deleted wall reference D/A4.2 from drawing. 1.4.7. A2.2 EXTERIOR ELEVATIONS - SOUTH AND WEST A. Added headache bar to elevation. B. Added note to light fixtures on West elevation. C. Added open cell block and precast concrete cap to West elevation. D. Added pedestrian opening through concrete guardrail @ both exterior elevations. E. Revised exterior colors and materials list. F. Deleted D/A4.2 wall section reference from West elevation. G. Revised elevation: revised running bond masonry to stacked bond, split face with 16" x 16" raked joints module @ West elevation. H. Revised G/A4.3 wall section reference to G.1/A4.3 wall section reference and moved G/A4.3 wall section reference to the North. I. South elevation: relocated reference #8 to the shade structure. J. South elevation: removed veneer from masonry wall and revised wall to a Page 4 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 stacked bond split face with raked joint @ 16" x 16" module. K. Added fry reglet and note on second level of West elevation "future cut out" 6'- 0" from column line. L. Revised H1/A4.3 wall section reference to G2/A4.3. M. South elevation: revised trash area running bond masonry to stacked bond split face with 16" x 16" raked joints module. L. West elevation: revised running bond masonry to stacked bond split face with 16" x 16" raked joints module. 1.4.8 A3.1 — Building Section A. 1/A3.1 —Sect. Along Grid B-West B. Added 7'-0" Min. & 8'-2" Min. dimensions. 1.4.9 A4.1, A4.2, A4.3 &A4.4—WALL SECTIONS: A. Added note indicating upturned beam —"see structural where occurs." B. Revised 3 5/8" steel studs to 4" steel studs. C. Added pre-cast concrete cap to return to columns. D. Added floor level call outs. E. Added horizontal dimension at stud framing. F. Indicated urn brackets fastening to columns. G. Revised 1 V-6" dimension from ground floor to level two to 1 V-4" on sections where indicated. H. Added note "see structural for separation at masonry wall to underside of level two slab @ section A/A4.1. I. Deleted guardrail note and condition @ C/A4.1. J. Revised C.I.P. concrete ledge to slope at A/A4.1 and indicated return of concrete ledge to column. K. Revised section D/A4.2: moved masonry wall to center of column per structural and deleted veneer. Also noted separation at top of wall to beneath level three slab. L. Section F/A4.2: added note at top level regarding C.I.P. where occurs, and noted various concrete drive and guardrail conditions at ground level. M. Section E/A4.2: deleted CMU veneer. And added note that CMU is stacked bond, split face with raked joints 16" x 16" module. Called out structural beam where occurs. N. Section H/A4.3: revised to read G.2/A4.3. O. Added note: "provide %" pre molded joint material —typical all floor slabs terminating at exterior block wall. P. Added C.I.P. concrete cap at parapets on sections H and H1 on A4.4. Q. Section H/A4.3: added note to parapet C.I.P. at South end. R. Sections H/A4.3 and H1/A4.3 second floor level: added open cell block and C.I.P. concrete cap. 1.4.10 A6.1 STAIR/ELEVATOR NO. 1 - PLANS/SECTIONS A. Exterior masonry walls are to be stacked bond, split face with joints raked at 16" Page 5 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 x 16" module. B. Plans: adjusted CMU filler walls under stair at level one to match structural. Also adjusted stud framing at level two and three to match structural. C. Plans: adjusted riser count to conform with plan. D. Level three plan: revised masonry guardrail to a metal railing. Showed veneer above dashed. E. Section A: elevator tower roof revised to concrete per structural drawings. Also revised slab to masonry wall juncture. Added ladder as shown on plan. F. Section B: revised CMU guardrail to a metal guardrail. G. Section C: added intermediate supports to stair handrail. Relocated CMU wall under lower landing to conform with structural. Deleted veneer at reference „C„ H. Typical all plans and sections: labeled all levels to match floor plans. Also adjusted elevation numerals at floors and landings where required. 1.4.11 A6.2 STAIR/ELEVATOR NO. 2 - PLANS/SECTIONS: A. Repeated notes applied to stair/elevator NO.1 where applicable. B. Deleted the word 'future' from elevator plan, as it is now a part of this contract. C. Section B: revised elevator tower roof to conform with structural. D. Sections A, B, & C: revised stud framing components to conform with structural. E. Deleted stud and drywall at elevator opening. 1.4.12 A6.3 STAIR/ELEVATOR NO. 3 - PLANS/SECTIONS: A. Repeated notes applied to stair/elevator NOA and NO.2 where applicable. B. Added note "non complying stair etc." to plans. C. Revised location dimensions of stairs at plans to conform to structural drawings. D. Revise location dimensions and arrangement of bollards to conform with structural drawings. E. Added note "elevator ADA compliant cab stair non compliant width per City of Palm Springs ADA coordinator." F. Section A: revised elevator tower of roof to match structural. Also revised metal railing attached to concrete wall to metal railing attached to CMU wall to match structural. 1.4.13 A6.4 STAIR NO. 4 - PLANS/SECTIONS: A. Repeated notes applied to stair/elevator NO. 1, 2 and 3 where applicable. B. Added bollards to stair plan as shown on structural. C. Corrected reference "B" on plans to face the correct direction. D. Added intermediate supports to stair handrail at sections A and B. 1.4.14 A6.5 ARCHITECTURAL DETAILS: Page 6 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 A. Revised detail "N" showing support angle at bottom of veneer. B. Added intermediate support to stair railing at detail "J". C. Added anchorage of handrail to slab at detail "A". D. Added anchorage of elevator pit ladder to wall at detail "P". E. Added notes to detail "L". F. Added anchorage of handrail to wall at detail "F". G. Revised note to reference light fixture to electrical drawings at detail "C". 1.4.15 A6.6 ARCHITECTUAL DETAILS: A. Added bollard detail. B. Changed name "mechanical" to "machine" at detail "A". C. Revise note CMU to read CMU/concrete similar at detail "B". 1.4.16 A10.1 —SIGN SCHEDULE & COMPONENTS A. Sign Schedule B. Revised Remark 1)for Sign Mark S6 to Read "1) Mount Per Detail 8/A10.2 Along Grid 1.3 & 17.7" 1.4,17 A10.3—ENTRY/EXIT PLANS & STRIPING DETAILS A. 1/A10.3 — Northeast Exit 1. Adjusted 4'-0" Min. dimension from the back of the automatic gate to the center of the column to the face of the column. i, Labeled Bollards ii. Added curb to each side of drive aisle 2. Added note to "Paint Curb Yellow" 3. Added autogate in current construction versus future. B. 2/A10.3—South Entry/Exit 1. Labeled Bollards 2. Added curb to each side of drive aisle 3. Added note to "Paint Curb Yellow" C. 3/A10.3—Northwest Entry 1. Revised title to read correctly"Northwest Entry" 2. Labeled Bollards 3. Revised all Grid designations 1.5 Structural 1.5.1 S0.1 —General Notes (Pour Sequence) A. General Notes 1. Deleted part C (Fire ratings...) from section I, D became C and E became D. 2. Added number 2, Part A, Section IV "Stack bond, split face, compressive strength of masonry, f'm = 1900psi." The previous 2 became note 3. Page 7 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 3. Added "9. Chord steel and jamb steel 60,000 A706" to part B section III. 4. Inserted Attachments into Section Vi, Miscellaneous becomes VII and VII becomes VIII. 5. Added "Expansion Anchors in C.I.P. Concrete", "x Installation of expansion anchors per ICBO Evaluation reports as follows: ER-5369: HVA Adhesive Anchor System", and "ER-5193: HY-150 Adhesive Anchor System" to Inspection Requirement table section VIII. 6. Revised Section VIII to read "Testing & Inspection Notes (Structural Inspection Program)" 7. Revised Part A, Section VIII to read "...and the building official. Special Inspector shall review construction to be conformance with these documents. Test and inspection reports shall be submitted to the structural engineer and the building official." 8. Added note "Also see letter dated April 17, 2002 'Addendum to Geotechnical Report ' " to the end of Part A, Section 11. 9. Added a new paragraph to the end of Part A, Section If "The following notes are only a summary of the design parameters used in design of this structure. Walker Parking Consultants assumes no responsibility for the information contained in the soils report." 10. Revised number 1, Part E, Section II to read "Recompaction of soil, 24" below foundations in strips along column lines extending 24" beyond foundations. Bottom of excavation shall be recompacted to 90% for 18". See soil..." B. 3/S0.1 -Vertical Construction Joint in Wall 1. Revised note to read " 6" wide asphalt... ...footing to grade @ soil only. C. 4/S0.1 -Vertical Control Joint in Wall 1. Revised note to read " 6" wide asphalt... ...footing to grade @ soil only. 1.5.2. S0.2 -Structural Schedule & Details A. 2/S0.2- Edge of Slab Detail 1. Revised note to read "Conc. drive slab (to street) w/mesh, see civil" B. 4/S0.2 - Pipe @ Concrete Footing/Wall Detail 1. Eliminated erroneous dimensions C. 6/S0.2 - CMU Top of Wall Connection 1. Added detail to sheet D. 10/S0.2 -Wall Control Joint Detail 1. Revised note to read " 6" Damproofing board..." 2. Revised note to read "Damproofing req'd @ exterior soil retaining condition only. E. 11/S0.2 -Wall Expansion Joint Detail 1. Revised note to read " 6" Damproofing board..." 2. Revised note to read "Damproofing req'd @ exterior soil condition only. 1.5.3. S1.1 - Foundation & Ground Level Plan A. Added note 14 to sheet notes to read "14. See S6.1 for shear walls". B. 1/S1.1 - Ground Level Plan Page 8 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 1. Revised title to read "Foundation & Ground Level Plan" 2. Stair/Elevator#2 callout changed from 4/S7.1 to 5/S7.1 3. Added section mark 5/S0.2 at Grid B/15 4. Added section mark 1/S0.1 along Grid 12 between B.3 & B.7 5. Added section mark 1/S0.2 & 2/S0.1 along Grid B.3 between 11 & 12 6. Added section mark 3/S1.2 at CMU wall at Electrical Room 7. Added section mark 6A/S1.2 at Grid A/10 8. Added note "From 2 to 4" for section mark 8/S1/2 at Grid 3/A 9. Revised note for section mark 7/S1.2 along Grid B between 6 & 7 to read 'W-0" north of Grid 4 to 8 for ftg." C. Footing Schedule 1. Deleted Footing Marks "73" & "F4" (not used) D. Added 11'6" dimension between grid 17 & 17.7, and 5'0" dimension between grid 17.7 & 18 along grid A(Typical all floor plans). 1.5.4. S1.2- Foundation Details A. 1/51.2 -Trash Enclosure Wall 1. Removed construction joint for curb so it can be poured monolithic and added 4" dimension B. 2/S1.2 - Masonry Wall/Slab Detail 1. Deleted Damproofing 2. Deleted note "Contractor shall provide..." and replaced it with "Construction Sequence..." C. 4/S1.2 - C.I.P. Wall Detail 1. Added "Construction Sequence..." D. 5/S1.2 - C.I.P. Wall Detail 1. Added "Construction Sequence..." E. 6/S1.2 - C.M.U. Wall Detail 1. Added Damproofing and note to exterior of wall below grade 2. Added note in box "Do not backfill until..." 3. Revised note for dowel into footing to be "#5 @ 24" " instead of 16" and note in box to be "#5 @ 16" @ 6A" instead of 24" 4. Revised dimension to "3'-6" or less @ 6" instead of 5'-0" F. 7/S1.2 - Foundation Detail 1. Added "Eq. - Eq." dimension to wall steel 2. Added 2" dimension to dowel into footing. 3. 9/S1.2 -Added "Construction Sequence..." G. C.I.P./C.M.U. Wall Detail 1. Added 9A to title 2. Added " 6" C.M.U. wall @ 9A" 3. Revised #5 @ 8" O.C. to "#5 @ 24" O.C. in grouted cells" 4. Revised 8" C.M.U. wall to 6" C.M.U. 1.5.5. SU- Foundation Details A. 6/S1.3 - Footing Elevation Page 9 of 17 Addendum #2 WALKER PARKING CONSULTANTSTNGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 1. Revised "Mechanical Room" to "Machine Room" 1.5.6 S1.4- Foundation Column Details A. 5/S1.4 - Column/C.M.U. Detail 1, Revised 2 3/4" dimension to read "2 3/" Veneer" 2, Revised 1" Gap dimension to read " 1" Setting Bed" B. 7/S1.4 - Column/C.M.U. Detail 1. Deleted Grid designations and replaced with the word "Grid" 1.5.7. S2.1 -Second Level Plan A. 1/S2.1 -Second Level Plan 1. Revised slab reinforcement type "T note to read "T&B @ shear wall" @ grid 5/A.8 2. Added slab reinforcement and marks T" & "L" to pourstrip between grid 12 & 13/B.7 3. Revise note at Grid 13/A.3 to read "10 #7 Cont. Chord Steel 10 to 18" instead of ... 9 to 18. 4. Revise note between Grid 5 & 6 along B to read "10#7 Cont. Chord Steel 4 to 15" instead of ...5 to 15. 5. Stair/Elevator#2 callout changed from 5/S7.1 to 6/S7.1 6. Added section cut 51S3.1 at Grid A/3 7. Added note at an area 5'-0" to the south of Grid 8, 5'-0" to the north of Grid 10, and 10'-0" to the west of Grid C to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top" 8. Added note at an area 5'-0" to the south of Grid 9, 5'-0" to the north of Grid 10, and 10%0" to the east and west of Grid B to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top' 9. Added note at an area 5'-0" to the south of Grid 7 to Grid 9, and 10'-0" east of Grid A to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top". 10. Added "Sim." to section cut 5/S5.1 at Grid 2 between B.7 & C, section cut 5A/S5.1 at Grid B.7 between 1 & 2, and 5A/S5.1 at Grid 1 between A.8 & B. B. Slab Reinforcement Schedule 1. Mark A/ Remarks: Added "Typ. Grids A to C @ all beams, U.N.O." 2. Mark C/ Remarks: Added "Place full length of girders" 3; Mark D / Remarks: Added "Typ. @ end spans at shear walls, hook bars into far face." 4. Mark E / Remarks: Added "@ reentrant corners" 5. Mark G / Remarks: Revised to "T&B @ shear walls line 5" 6. Mark J / Remarks: Added "Typ. Grids A to C" C. 2/S2.1 - Column/C.M.U. Detail 1. Adjusted dimensions to be 8" from CMU to face of column and 11" to face of column. D. 3/S2.1 - Column/C.M.U. Detail 1. Revised 2 3/" dimension to read "2 3/4" Veneer" Page 10 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 2. Revised 1" Gap dimension to read " 1" Setting Bed" 3. Added "Fry reglet channel screed, typ." note and graphical representation where the CMU meets the stud. E. 5/S2.1 - Column/C.M.U. Detail 1. Centered 8" CMU wall on Grid 1 so dimensions read 4" and 4" 2. Revised 10" C.I.P. wall to be " 11" C.I.P. Beam" located flush with outside face of column 1.5.8. S2.2-Third & Top Level Plan A. 1/S2.2-Third Level Plan 1. Added slab reinforcement and marks "F" & "L" to pourstrip between grid 12 & 13/B.7 2. Revised chord steel that runs on each side of Grid B from 5 to 16 to run from 4 to 15, extending 10'-0" past grid 15 towards 16 and past Grid 4 towards 3. The note between Grid 13 & 14 along B is also revised to read "10#7 Cont. Chord Steel 4 to 15". The note between Grid 5 & 6 along B is also revised to read "4 #7 Cont. Chord Steel 4 to 15". The second arrow pointing across Grid B was also deleted and replaced with a note that reads "10 #7 Cont. Chord Steel 4 to 15" 3. Revised section out at Grid 9/C from 13/S5.2 to 2/S5.2 4. Revised section cut at Grid 3/C from 8/S5.1 to 3/S5.2 and revised note to read "...Re. Arch. A1.3 for locations." 5. Stair/Elevator#2 callout changed from 6/S7.1 to 7/S7.1 6. Added note at an area 5'-0" to the south of Grid 8, 5-0" to the north of Grid 10, and 10'-0" to the west of Grid C to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top" 7. Added note at an area 5'-0" to the south of Grid 9, 5'-0" to the north of Grid 10, and 10"-0" to the east and west of Grid B to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top" 8. Added note at an area 5'-0" to the south of Grid 7 to Grid 9, and 10'-0" east of Grid A to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top". B. 2/S2.2-Top Level Plan 1. Change beam type @ grid 16 from B4 to B8 2. Added note at an area from Grid 8 to 9, and 10'-0" east of Grid A to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top". 3. Added 2'-0" bumper wall with strands above from Grid 15 to 17.7 along B 4. Added note to Section mark 12/S5.1 at 16/B to read "From 15 to 17.7" C. 4/S2.2 - Column/C.M.U. Detail 1. Added note to designate "Edge of Slab" 2. Changed 8" C.I.P. Wall to " 8" C.M.U. Wall" 1.5.9. S3.1 - P/T Column Schedule and Details A. C.I.P. Column Schedule 1. Added note "See note 3, typ." To C1 column plan 2. Revised Column Note 1 to read "1. Provide ties and cross ties, #4@4"O.C. max. Page 11 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 -full ht. u.n.o." 3. Added Column Note 3 to read "3. Conservative cross ties engaging the same longitudinal bar shall have their 90-deg hooks on opposite sides of the column" B. 5/S3.1 - Exterior Beam/Column Detail 1. Added note "Light pole connection per manuf., where occurs" 2. Revised 3'-O" dimension to read "Re: Arch" C. Sheet Notes: 1. Added "Do not weld splice column bars." to the end of Note 5 2. Added Note 7 to read "Column reinf. Shall be ASTM A706. A615 billet steel will be allowed provided mill test Fy does not exceed 75KS1." 1.5.10, S3.3-PIT Beam Schedule & Details A. P/T Concrete Beam & Girder Schedule 1. Revised Mark B11 & B12 "W"to 11 instead of 12 2. Turned beam stirrup tails inward for Beam Section "A" B. 6/S3.3- Beam Detail @ Intermediate Anchors 1. Added 12" notation for size of additional U-bars 1.5.11. S5.1 -Structural Details A. 1/S5.1 - Exterior Bumper Wall Dtl.-2"d Level East 1. Adjusted wall height to 3'-4" 2. Adjusted cap to 3 '/2" 3. Changed 3/8" Fiberboard to "3/8" Pre-molded jnt. Material" B. 2/S5.1 -Exterior Bumper Wall Detail -Top 1. Deleted Box around#5 @ 16" O.C. in ... (This is a Detail 2 not 2A) 2. Adjusted wall height to 3'-4" 3. Adjusted cap to 3 %' 4. Adjusted top of column to be 3'-6" C. 3/S5.1 - Exterior Bumper Wall Detail 1. Adjusted wall height to 3'-4" 2. Adjusted cap to 3 '/2" D. 4/S5.1 -Wall Section 1. Deleted V-0" dimension for the Rubatex E. 5/S5.1 -Wall Section 1. Revised f'm = 1500psi to 1900 2. Change Stock Bond to Stack Bond F. 6/S5.1 -Wall Section 1. Revised 4'-7" dimension to read "Re: Arch." 2. Moved TS, Rod, and MC to center of column 3. Change MC 12 to MC 10x8A G. 9/55.1 - Barrier Cable Detail 1. Added weld symbol for the attachment of the angles to the embedded plate. 2. Changed embed plate from 3/8"to 3/," 3. Revised cable stress from 3.00 KIP to 2.00KIP 4. Added weld symbol for the attachment of the anchor bars to the embedded plate 5. Added note "3. Fully seat end anchorages" Page 12 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 H. 10/S5.1 -Cable Anchor 1. Added weld symbol for the connection of the two angles. I. 12/S5.1 -C.I.P. Pillar @ Grid B-16 1. Revised detail to show a 8" C.M.U. wall 2'-0" high with strand rail above. 1.5.12 S5.2 Structural Details A. 1/S5.2-Section @ South End -2nd Floor 1. Moved outside face PT beam flush with outside face of column and extended cap B. 2/S5.2-Slab/Shearwall Detail 1. Revised 3'-6" Min. dimension to read "Re: Arch." 2. Added "2 '/" Veneer" below studs C. 3/S5.2 - Canopy Base Plate 1. Added note below title "See Sheet A1.3 for Locations' D. 5/S5.2 -Wall Section 1. Moved TS, Rod, and Channel to be centered on column. 2. Revised MC12 to a MC 10x8.4 E. 6/S5.2-Wall Section @ Stair#4 1. Added beam below edge of slab and note "Beam at end of opening only" F. 7/S5.2- Pipe Bollard @ Slab 1. Added note "Railing as applicable, Re: Arch." 1.5.13 56.1 Shearwall Elevations and Details A. 1/S6.1 -Typical Shearwall Elevation 1. Revised note 4 to read "Mechanical couplers shall be type II couplers capable of developing 167% of yield strength of bar in tension. Stagger couplers by 2'-0". The contractor however has the option of providing lap splices at mid-height of the pilaster. Lap splices shall be shown in column "E" of the lap and anchorage schedule. Lap splices are not permitted between the ground level and second level." B. Shearwall Reinforcement Schedule 1. Deleted construction joint and note from pilaster plan "Type C" 1.5.14 S7.1 -Stair/Elevator#1  Plans & Details A. 1/S7.1 -Stair/Elev. #1 - Foundation/Ground Level Plan 1. Revised configuration of wall along Grid C and labeled it 6" C.M.U. Wall 2. Added a graphical representation of vertical rebar in the back of the machine room wall 3. Moved section mark 9/S1.2 closer to Grid 17 and added a new section mark in its place, 9A/S1.2 B. 2/S7.1 - Stair/Elev#1 -Second Level Plan 1. Modified back of machine room wall to correct location C. 3/S7.1 -Stair/Elev#1 -Third Level Plan 1. Added note "L 4x4x3/8x2'-0" Ig. w/ (4) '/" dia. Exp. Anchors to column. Weld Page 13 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 channel to seat angle (1/4" x 3" Ig.)" and graphical representation to the inside face of column @ Grid 17.7/C. D. 4/S7.1 -Elevator#1, #2,  Roof Section 1. Revised 4" veneer to be "2 1/4" Veneer" 2. Added "W 12x19 Hoist beam" to the underside of the roof slab and note "See arch. for T.O.S." E. 5/S7.1 -Stair/Elev. #2- Foundation/Ground Level 1. Added note "Mech. Pipes or pipe guards cannot extend past inside face of column" 2. Revised note for bars around elevator plunger blockout to read "2 #6x4'-0" Ig. Top & Btm., Typ." 3. Revised note to read "2#6 x4'-0, Top & Btm., Typ." 4. Moved back of machine room wall 8"to the south 5. Revised configuration of wall along Grid 1 and labeled it 6" C.M.U. Wall 6. Added a graphical representation of vertical rebar in the back and side of the machine room walls F. 6/S7.1 -Stair/Elev. #2 -Second Level Plan 1. Added detail reference to note"2 '/z" expansion joint, see 10/S7.1" 2. Added section cut 6/S7.2 G. 7/S7.1 -Stair/Elev. #2 -Third Level Plan 1. Added note "L 4x4x3/8x2'-0" Ig. w/ (4) '/" dia. Exp. Anchors to column. Weld channel to seat angle (1/4" x 3" Ig.)" and graphical representation to the north face of column @ Grid 1/A. 2. Added section mark 51S5.2 along Grid 1 3. Added section mark 6/S7.2 at the stair landing. 4. Added detail reference to note "2 %" expansion joint, see 10/S7.1" H. 8/S7.1 - Elevator @ Typical Floor 1. Added sill plate and note to top of door sill. Note to read "Sill PI by Elev. Manuf." 2. Revised title cal lout from 2/S7.3 to 8/S7.1 3. Revised note to read "Wall reinf. Re" 1/57.1" I. 11/S7.1 - C.I.P. Stair Section 1. Added an 8" dimension to designate landing thickness J. 12/S7.1 -C.I.P. Stair Section 1. Added leader to note "#4 @ 16" O.C." to point to top bars each way. 1.5.15 S7.2-Stair/Elevator#3 Plans & Details A. 1/S7.2-Stair/Elev. #3- Foundation/Ground Level 1. Deleted channel callout at bottom of stair @ slab-on-grade B. 2/S7.2 -Stair/Elev. #3-Second &Third Level Plan 1. Added section cut 5/S7.2 2. Added 17'-5" dimension to the step in the slab C. 3/S7.2-Stair/Elev. #3- Fourth Level Plan 1. Added section cut 7/S7.2 2. Added 17'-5" dimension to the step in the slab D. 7/S7.2 -Stair Detail 1. Added handrail to top of stair stinger with note "Handrail, See Arch" 2. Added 3/16 fillet weld symbol for attachment of pipe to stringer Page 14 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 E. 9/S7.2—Stair Detail 1. Revised note to read "L4x4x1/4"x0'6" 2. Added weld symbol for attachment of angle to embedded plate and stair stinger F. 10/S7.2—Section @ Stairs 1. Revised 4"veneer to 2 '/ veneer G. 15/S7.2 —C.I.P./C.M.U. Wall Detail 1. Revised rebar callout above door opening to be #5 @ 24" instead of 18" 1.6 MECHANICAL 1.6.1 M.1.0 MECHANICAL LEGEND AND SCHEDULES A. The sand oil interceptor specified has changed to a different type. This change was made to comply with EPA requirements to remove all oils and grease in excess of 10 parts per million before it enters storm water system. The equipment schedule and oil/sand detail have been changed to reflect this change. 1.6.2 M.1.1. GROUND LEVEL MECHANICAL PLAN A. The horizontal storm pipe that slopes down from column line 15 to sump pump was changed from 6" to 4". B. The horizontal storm pipe that goes from column line 3 to 8" riser at column 4 should be 12". C. The footprint of interceptor has changed. 1.6.3 M.1.2. SECOND LEVEL MECHANICAL PLAN A. The horizontal storm pipe size has been added to the drawing. This is the pipe that slopes down from column line 15 to 4. The pipe size is 8". 1.7 ELECTRICAL 1.7.1 E0.0 ELECTRICAL LEGEND A. General notes have been added to clarify contractor requirements that are in the specifications, but are important enough to state a second time on the drawings. B. Type "N" light fixture and lighting note 5 have been added to reflect the addition of the street pole light fixtures shown on sheet El A. C. Compactor requirement note has been added to clarify the importance of field coordination with the manufacturer due to unknown information. 1.7.2 E.1.1 GROUND LEVELELECTRICAL PLAN A. Street pole light fixtures and their associated homerun conduits have been added to the ground floor electrical plan. B. Voltage drop calculations have been performed, and wire size has been revised from Page 15 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 #10 AWG to #8 AWG for circuits LP1-19, LP1-23, LP2-3, LP2-11, and LP2-30. C. Voltage drop calculations have been performed, and wire size has been revised from #10 AWG to #6 AWG for circuit LP2-26. D. The transformer location moved from the back alley to the north-west corner of the building and will now be pad mounted above ground. E. The north-east ticket gate, scheduled to be installed in the future, will be installed now. 1.7.3 E.1.2 2ND LEVEL ELECTRICAL PLAN A. Voltage drop calculations have been performed, and wire size has been revised from #10 AWG to #8 AWG for circuits LP2-15, LP2-17, LP2-18, and LP2-23. 1.7.4 E.1.3 3RD LEVEL ELECTRICAL PLAN A. Roof level holiday receptacles and their associated homerun conduits have been added. B. Voltage drop calculations have been performed, and wire size has been revised from #10 AWG to #8 AWG for circuits LP2-31 and LP2-35. 1.7.5. EJA ROOF LEVEL ELECTRICAL PLAN A. Roof level holiday receptacles and their associated homerun conduits have been added. B. Voltage drop calculations have been performed, and wire size has been revised from #10 AWG to #8 AWG for circuit LP2-10. 1.7.6. E.2.1 ELECTRICAL DETAILS A. Fixture type "A" mounting detail has been added to clarify installation difficulties. B. Fixture type "N" pole base detail has been added to clarify installation difficulties. C. Fire alarm notes 5 and 6 have been added to clarify elevator heat sensor control and location. D. The photocell control wiring has been revised as shown. E. A fourth 8 pole contactor has been added to control the street pole light fixtures. F. A fifth 6 pole contactor and time clock has been added to control the holiday receptacles. 1.7.7. E.2.2 PANEL SCHEDULES A. Panel 'LP1' has been revised to reflect the addition of the street pole receptacles and the roof level holiday receptacles. B. Panel 'LP2' has been revised to reflect the addition of the street pole light fixtures. C. The 1s` level north-east corner ticket gate will be installed now. This change is shown on the panel schedule for panel 'LP3'. D. The electrical load summary has been revised to reflect the load changes to the panels. 2. SPECIFICATIONS Page 16 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 A. SECTION 02810 - UNDERGROUND IRRIGATION page 02810-12 M. Irrigation Controller: Shall be as designated on plans. Delete all references to Maxicom computerized system. N. 1. Control valves: Shall be as designated on plan. Delete reference to superior 950 globe valves. B. SECTION 02955 - FINISH GRADING AND ROCKERY INSTALLATION page 02955-3 E. DECOMPOSED GRANITE: 1. Particle size shall read 318" C. SECTION 02970—LANDCAPE MAINTENANCE page 02970-2 2.1 MATERIALS A. Replacement of Unacceptable Material: 1. Delete reference to "School District." END OF TEXT FOR ADDENDUM NUMBER 002 Page 17 of 17 Addendum #2 CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 DOWNTOWN PARKING STRUCTURE CITY PROJECT NO. 1-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the following trades: Concrete & Reinforcing (Bid #7); Masonry (Bid #9); Miscellaneous Metals (Bid #10); Metal Stud Framing and Plaster (Bid #13); Plumbing (Bid #17); Fire Protection (Bid #19); Electrical (Bid #20); and Site Concrete Bid (Bid #22) ADDENDUM NO. 3 A. THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE PLANS AND SPECIFICATIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED DRAWINGS AND SPECIFICATIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. 1. On drawing M1.1, the sand-oil interceptor shown East of the SE corner of the parking structure, should be relocated to the vicinity of grid B.7-3 inside the ES corner of the parking structure, clear of the footings for the structure. Provide a traffic bearing cover plate on the sand-oil interceptor sufficient for a 3000#wheel load on an area of 20 sq in. 2. Relocate the storm drain risers on drawings M1.2, M1.3, and M1.4 to the North side of the column at Grid B-4, and to the South side of the column at Grid B-15 3. Questions and Answers to RFls: CONCRETE & REINFORCING - BID PACKAGE #7: a. Question: Pad footing located at Gridline 15-B is indicated as type F6, but there is no F6 footing in the footing schedule. Answer: Footing F6 shall read in schedule width 13 feet, length 13 feet, depth 2 feet. Reinforcing shall be eleven (11)#10s. Extend reinforcing from Section 7/S1.2 to Grid 15 into footing F6. b. Question: Please provide the thickness for continuous footing for Grid 5 (there is no section cut through). Answer: Section 4/S1.3 shows footing depth to be 5 foot. C. Question: Detail 2/S0.1 indicated tooled joint but spec section 03301-19 indicated saw cut joint. Please clarify which method to be used. Answer: Saw cut joints allowed if cut while concrete is still green (i.e., within 24 hours of concrete installation, maximum ). Otherwise, the joint shall be tooled. d. Question: Scope of work for the upon referenced Trade #7 Item #19 "provide all construction, control joint...including those for topping slabs". Please specify the areas need topping slabs. Answer: No topping slabs. e. Question: Scope of work for the above referenced Trade 7 Item #11 "provide a $5,000 allowance for all equipment pads, Item #12 indicated provide all pads...". Please clarify. Answer: Base bid should include $5,000 allowance for all equipment pads. f. Question: Scope of work for the above referenced Trade #7 Item #5 indicated provide excavation, fill, re-compaction and backfill in accordance with the drawings,specification and geo-technical engineering report...dated 2/1/2002. Please clarify whether it is the concrete contractor's responsibility to re-compact. Answer: Re-compaction by grading contractor. g. Question: Scope of work for the above referenced Trade #7, Item #7 indicated provide all slabs on grade including sand, vapor barrier and gravel beneath the slab on grade. According to the soils report, page 14, indicated only in areas of moisture sensitive floor coverings need appropriate vapor barrier and 2 inch sand (no mention of gravel). Please clarify the following questions: (1) Slab on Grade parking area and driveway where no moisture sensitive material existed, do we still need to install vapor barrier and sand? And (2) Is gravel required at parking area and driveway? How thick? Please clarify. Answer: There is no sand vapor barrier or gravel required below concrete slab on grade, both inside and outside parking structure. h. Question: Scope of work for the above referenced Trade #7, Item #7 indicated provide all slabs on grade including sand,vapor barrier and gravel beneath the slab on grade such as all sidewalks, driveway, curbs, ledges and ramps within the building footprint...Please clarify if there is any sidewalk, driveway within building footprint. Answer: There is no sand vapor barrier or gravel required below concrete slab on grade, both inside and outside parking structure. i. Question: Scope of work for the above referenced Trade #7, Items 12 and 22 indicated concrete contractor to coordinate sleeves furnished and installed by MEP contractors. Item 29 indicate concrete contractors to receive, offload, and set all embedded in CIP concrete. Answer:Sleeves set by MEP contractors embeds set by concrete contractor. j. Question: Please advise if shortening of calcs will be required by post tension company. Answer: Section 03382-page 5, Section 1.7.D1 requires sealed calculations for PT strands. Please comply with these specifications. k Question: Please advise if engineer stamp on PT drawings will be required. Answer: Section 03382-page 2, Section 1.4.13.6 indicates submittal of engineer who will sign and seal shop drawings. Please comply with these specifications. I. Question: Is there a raised concrete island located on the ground floor between Gridline 1 and 2 and A.3 and A.8? How thick? Please clarify. Answer: Construct curbs at entry exits per Detail 3 and Detail 4 on the grading/paving plan, Sheet 2. There is no a raised island at either side of the driveways. The driveways slope down below the floor elevation to meet the street elevation. There is a raised island at the future cashier's booth. This island is level and matches the floor elevation at the break line of the driveways on Grid 2. The leading edge of the south side of this island is above the driveway elevation. M. Question: Footing spoils to be stock piled or hauled off site? Answer: Hauled off site per Item #5, page 6 of Concrete & Reinforcing Scope of Work. n. Question: Water stops by masonry contractor. Answer: All water stops as shown on the drawings or specified are by the concrete contractor. However, there should not be any water stops. o. Question: Scope shows gravel base and visqueen but not indicated on plans. Answer: See Answer to G above. P. Question: Clarify sealer and hardeners if required. Answer: No sealer; no hardener. Base bid requires water cure on all slabs. q Question: Providing a water truck. Per job site meeting, it was discussed but undetermined. Answer: Provide a water truck throughout your trade operation. MISCELLANEOUS METALS - BID PACKAGE #10 a. Question: On drawing S2.2 at third level between Grids 3 and 4 on Gridline C, there is a section cut 8/S5.1 which is the cable barrier section. Please confirm that this detail referenced at this location is incorrect. Answer: The section referenced on Gridline C between Gridlines 3-4 should be 3/S5.2. b. Question: Detail 10/S7.2is the veneer support angle. We cannot find where this detail is referenced on the plans. Can you locate? Does this occur only around the stair one and stair 2 towers at third level? Answer: Detail occurs at bottom of veneer shown on top level on A6.1,A6.2 and A6.3. Veneer size changed from four inch to two and one half inch. Change angle to L3 x 3x 1/4. C. Question: There are two different pipe guard details 5/S1.1 and 2/M1.0. Which detail shall be followed? Answer: Either one is acceptable as long as same detail used throughout the project. d. Question: On A1.0 at the west side of the project,there is a ramp and railing noted. Are these existing? Answer: No e. Question: There are two details for the cable rail attachments to the concrete columns. 8/S5.1 shows eye bolts drilled into the concrete and 9/S5.1 shows the use of angles. Which details are we to use? Answer: Eye bolts are required at intermediate columns. Detail 91S5.1 illustrates end anchorage f. Question: The urns shown on the new drawings are aluminum and their design would be out of the realm of a structural and miscellaneous metals fabricator. Does the architect have a manufacturer or supplier of this item? Answer: No supplier provided. Miscellaneous metals trade contractor shall be responsible for fabricating and providing urns. SITE CONCRETE - BID PACKAGE #22 a. Question: Detail interlocking pavers with band detail: (a) horizontal dimension of concrete band 8 or 12 inches Answer: Band is 12 inches wide. b. Question: Do pavers require band where curbs and concrete building line abut? Answer: Band all edges, including where abutting other concrete. B. Add 18.1 to the Supplementary General Conditions: Article 18.1 of the General Conditions of the Contract is amended to read as follows: PREVAILING WAGE NOT APPLICABLE: Funding for this project is derived solely from local revenue sources and as provided in Section 7.06.030 of the City's Municipal Code, the work shall not be subject to prevailing wage law. C. MISCELLANEOUS METALS - BID PACKAGE #10: 1. Replace the Trade Bid Form pages - 2 green pages with the two white Trade Bid Form Pages supplied with this addenda. 2. Replace the scope of work with the scope of work provided in the addenda. 3. Delete any reference to "alternates". D. METAL STUD FRAMING AND PLASTER - BID PACKAGE #13 1. Replace the Trade Bid Form pages - 2 green pages with the two white Trade Bid Form Pages supplied with this addenda. 2. Replace the scope of work with the scope of work provided in the addenda. 3. Delete any reference to "alternates". E. SITE CONCRETE - BID PACKAGE #22 1. Replace the Trade Bid Form pages - 2 green pages with the two white Trade Bid Form Pages supplied with this addenda. 2. Replace the scope of work with the scope of work provided in the addenda. 3. Delete any reference to "alternates". F. Add Exhibit A, City safety program, dated June 4, 2002. G. Delete existing Exhibit D and replace with Exhibit D dated June 10, 2002. H. Delete existing Exhibit G and replace with Exhibit G dated June 12, 2002. I. Add to Supplemental General Conditions Article 2.0 Revised Timelines for Selected Submittal: 1. Successful trade contractor will be required to submit a detailed project schedule within ten (10) days from Notice of Award. 2. Successful trade contractorwill be required to submit a detailed list of all submittals within seven (7) days from Notice of Award. 3. Successful trade contractorwill be required to submit a complete detailed schedule of values with line items identifying each scope of work, activities, allowances, safety, clean up and preparation and submission of daily reports. J. Copy of sign in sheet from Mandatory Pre Bid Conference is attached for information only. K. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID FORM. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: June 13, 2002 LMM UNIFAIR 02 AACORD C DATE(MMIDD;YYI PRODUCER rM CERTIFICA 1 OF7-41913 THIS LIABILITY INSFURE IS ISSUEDAS A MATTER OF INFORMAT125/200 ON Riley & Associates, Inc. '�J�";':"'' ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Russell Parker _ HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR 600 Seacoast Parkway ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mount Pleasant SC 29464 JU. _"2 2092 ' INSURERS AFFORDING COVERAGE INSURED INSURER A Admiral Insurance Co. INSURERB. 7urich-American C:1 Service UAS Fire Inc. INSURERC. General Security Insurance Company P.O. BOX 2000 INSURER D. Rialto CA 92377 INSURERS COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONL-TR LIMITS GENERAL LIABILITY AOIAG11938 11/17/2001 11/17/2002 EACH OCCURRENCE $ 1,000,000 A X COMMERCIAL GENERAL LIABILITY FIRE DAMAGE(Any one fire) $ 60,000 CLAIMS MADE1XI OCCUR MED EXP(Any one person) $ EXCLUDED PERSONAL B ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GEML AGGREGATELIMIT APPLIES PER PRODUCTS-COMP/OP AGG $ 1,000,000 POLICY X PRO- LOG CT AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT $ 1,000,000 B X ANY AUTO CMM 38861002 7/10/2001 7/10/2002 (Ea amdenl) ALL OWNED AUTOS BODILY INJURY SCHEDULED AUTOS (Perperson) $ X HIRED AUTOS BODILY INJURY X NON-OWNED AUTOS (Peracgdent) $ PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY'. AGG $ EXCESS LIABILITY EACH OCCURRENCE $ 5,000,000 C X OCCUR ❑CLAIMSMADE CE9001404 11/17/2001 11/17/2002 AGGREGATE $ 5,000,000 DEDUCTIBLE $ RETENTION $ $ WORKERS COMPENSATION AND I TWCSTL ATU In- EMPLOYERS'LIABILITY E L-EACH ACCIDENT $ E.1- DISEASE-EAEMPLOYEE $ E L.DISEASE-POLICY LIMIT $ OTHER H Commercial Umbrella USA68238560 7/10/2001 7/10/2002 Umbrella(Auto) 4,000,000 DESCRIPTION OF OPERATIONSILOCATIONSNEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS The City of Palm Springs and Turner Construction Company are named as Additional Insured as per attached endorsement. Job Name: Construction of Downtown Parking Structure/City Project #01-27-19/Fire Protection CERTIFICATE HOLDER X I ADDITIONAL INSURED;INSURER LETTER:_ CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATIC DATE THEREOF,THE ISSUING INSURER WILL? TOMAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, City of Palm Springs 3200 Tahquitz Canyon Way Palm Springs CA 92262- A RIZEDREPRESENTA IVE(,. \_ ACORD 25-S(7197) ©ACORD CORPORATION 198 Policy Number: AOIAG11938 CG 20 1010 01 Number: 04 Effective Date: 11/17/2001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: The City of Palm Springs & Turner Construction Company AS REQUIRED BY WRITTEN CONTRACT (If no entry appears above,information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section I1—Who Is An Insured is amended to (1) All work,including materials,parts or include as an insured the person or organization shown equipment furnished in connection with in the Schedule,but only with respect to liability aris- such work,on the project(other than serv- ing out of your ongoing operations performed for that ice,maintenance or repairs)to be per- insured. formed by or on behalf of the additional in- B. With respect to the insurance afforded to these addi- sured(s)at the site of the covered tional insureds,the following exclusion is added: operations has been completed;or 2. Exclusions (2) That portion of"your work"out of which the injury or damage arises has been put to This insurance does not apply to"bodily injury"or its intended use by any person or organiza- "property damage"occurring after: tion other than another contractor or sub- contractor engaged in performing opera- tions for a principal as a part of the same Additional Insured: project. The City of Palm Springs Turner Construction Company -- -- - 3200 Tahquitz Canyon Way Palm Springs, CA 92262 Job Name: Construction of Downtown Parking Structure City Project #01-27-19, Fire Protection CG 20 10 10 01 ©ISO Properties,Inc.,2000 Page 1 of 1 ❑ JUN. 25. 2002 2:40PM ' POLIIWLDEh�8234 P. STATE P.O. BOX 420807, SAN FRANCISCO, CA 94142-0807 CQMPEN5ATION INSURANCE FUND CERTIFICATE OF WORKERS' COMPENSATION INSURANCE DUNE 25, 2002 GROUP: POLICY NUMBER; 1655499-2002 CERTIFICATE ID: 41 CERTIFICATE EXPIRES: b6-o1-2003 ' n6-n1-2bb2/06-b1•2003 CITY OF PALM SPRING& DEPT. OF PROCURMENT & CONTRACTING 3200 TAAQUITZ CANYON -4AY " PALM SPRINGS CA 92262 JOB NAME: DOWNTOWN PARKING STRUCTURE This is to certify that we:have Issued a valid Worker's Compensation Insurance policy in a form approved by the California Insurance Commissiondr to the employer named below for the policy period indicated. This policy is not subject to cancellation by the Fund except upon 10 days advance written notice to the employer. We will also give you 10 days advance notice should this policy be caflcelled prior to its norrnal expiration, This certificate of Insurance is not an insurance policy and does not amend,extend or alter the ccyerage afforded by the policies listed herein.Notwithstanding any requirement, farm or coridltion of any contract or other document with respect t0 which this certificate of insurance may be issued or may pertain,the insurance afforded by the policies described herein is subject to all the terms,exclusions,and conditions,of such policies. G�-k22a-�✓ �Gt� +eti AUTHORIZED REPRESENTATIVE: PRESIDENT EMPLOYER'S LIABILITY LIMIT INCLU➢ING DEFENSE COSTS: $1,000, 000 PER OCCURRENCE EMPLOYER UAS FIRE, INC PO EOX 2000 RIALTO CA 92377 I UNIFAIR-02 LMM ACO A CERTIFICA OF LIABILITY INSURRICE DA11612003Yv) PRODUCER (843) 577-4198 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION Riley &Associates, Inc. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 600 Seacoast ParkwayHOLDER.THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. Mount Pleasant, SC 29464 INSURERS AFFORDING COVERAGE INSURED UAS Fire Inc INSURER Admiral Insurance Company 'A , �r t P.O. BOX 2000 INSURER B ZuriGh-American Cl Service AN 9 Rialto, CA 92377 INSURER G General SecuritV Insurance Company V,F INSURER D. INSURER E, COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED.NOTWITHSTANDING ANY REQUIREMENT,TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN,THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS INSR TYPE OF POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR DATE MMIDDIV DATE GENERAL LIABILITY -- — - _ ---- - — _ _ --- - -- - — EACH OCCURRENCE— - $ _ -_ 1,000,000 - A X COMMERCIAL GENERAL LIABILITY BINDER100 11/17/2002 11/17/2003 FIRE DAMAGE(Any ane fire) $ 50,000 CLAIMS MADE 1XI OCCUR MED EXP(Any one person) $ EXCLUDED PERSONAL&ADV INJURY $ 1,000,000 GENERAL AGGREGATE $ 2,000,000 GENT AGGREGATE LIMIT APPLIES PER PRODUCTS-COMPIOP AGO $ 1,000,000 POLICY F JEOT LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT B X ANY Auro CPO 2909089 00 7/10/2002 7/10/2003 (Ea acndenq 1,000,000 ALL OWNED AUTOS _— BODILY INJURY $ SCHEDULED AUTOS (Per person) X HIRED AUTOS BODILY INJURY $ X NON-OWNED AUTOS (Peracatlenq PROPERTY DAMAGE $ (Per accitlenq GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ _ ANY AUTO OTHER THAN EA ACC $ AUTO ONLY AGO $ EXCESS LIABILITY EACH OCCURRENCE 8 5,000,000 C Al OCCUR CLAIMS MADE BINDER 101 12/31/2002 11/17/2003 AGGREGATE 5,000,000 $ DEDUCTIBLE $ RETENTION $ $ - --- --WORKERS COMPENSATION-AND _ WC STATU- EMPLOYERS'LIABILITY OTH- -- ---- - - TORYLIMIT$ E E L.EACH ACCIDENT $ EL DISEASE-EA EMPLOYEE $ EL DISEASE-POLICY LIMIT 5 OTHER B Commercial Umbrella 7UBA8238560 7/10/2002 7/10/2003 Umbrella(Auto) 4,000,000 DESCRIPTION OF OPERATIONSILOCATIONSIVEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPECIAL PROVISIONS The City of Palm Springs and Turner Construction Company are named as Additional Insured as per attached endorsement. Job Name: Construction of Downtown Parking Structure/City Project#01-27-19/Fire Protection CERTIFICATE HOLDER X ADDITIONAL INSURED;INSURER LETTER: CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL30 DAYS WRITTEN 3200 Tahquitz Canyon Way NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL Palm Springs, CA 92262- IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ACORD 25-S(7/97) ©ACORD CORPORATION 1988