Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
A4517 - PS WELDING - DOWNTOWN PARKING STRUCTURE METAL CP01-27-10 R20379
statefatm STATEFARM® A . POBox2368 Bloomington IL 61702-2368 81A 12 000628 0093 CITY OF PALM SPRINGS PO BOX 2743 PALM SPRINGS CA 92263-2743 1111 1•1 l1 1111 1111•111••111 11,lll 11l' 1ll1'11l 1 I ll 11 l1 11 1l 11111,1,1 A I ADDITIONAL INSURED'$ NOTICE OF COVERAGE State Farm Mutual Automobile Insurance Company NAMED INSURED : POLICY NO: 647 8873-C15-55G DATE OF NOTICE: AUG 01 2025 CODE: NOTE : PLEASE NOTIFY STATE FARM AT THE ADDRESS LISTED AT THE TOP, LEFT CORNER OF THIS PAGE REGARDING ANY CHANGE OF ADDRESS INFORMATION . 1498-FA41-A COVERAGE: • PALM SPRINGS WELDING, INC YR/MAKE/MODEL: 2020 CHEVROLET PICKUP .-1189 N VALDIVIA WAY VIN/CAMPER : 1GC3WRE72LF218920 Bl AND PD LIABILITY S 1 MIL/$ 1 MIL/$ 1 MIL $1000 OED. COMP. $1000 OED. COLL. iili PALM SPRINGS CA 92262-5426 AGENT NAME: JOHN FORD AGENT PHONE: (760)564-0011 ENDORSEMENT NO: 6028BU POLICY EFFECTIVE ,;:, MAY 16 2025 UNTI L TER MI NATED g POLICY MESSAGES: This policy shown above supersedes policy# 6478873-55F. i The policy includes a loss payable clause protecting the additional insured's interest in the described car to the extent of the insurance ~ provided and subject to all policy provisions. The additional insured will be given 20 days notice if the policy is terminated . Unlil such notice • is provided, ii shall be presumed that the required renewal premiums have been paid. The additional insured must notify us within 10 days of § any change of interest or ownership coming to their attent ion. Failure to do so will render this policy null and void . ~ ... FRT RECEIVED AUG 1 1 2025 OFFICE OF THE CITY CLERK .xascrm.n , I A I C rAMM" PO Box 2368 Bloomington IL 61702-2368 39A AT1 12 W0 5 W93 CITY OF PALM SPRINGS PO BOX 2743 PALM SPRINGS CA 92263-2743 rIIIrllplrlrglPuIIIIIIurlllnnlrllnllurlludlu�Plhlll DATE OF NOTICE: OCT 28 2024 CODE: NOTE: PLEASE NOTIFY STATE FARM AT THE ADDRESS LISTED AT THE TOP, LEFT CORNER OF THIS PAGE REGARDING ANY CHANGE OF ADDRESS INFORMATION. RECEIVED NUV U 5 2024 OFFICE OF THE CITY CLERK ADDITIONAL INSURED'S NOTICE OF COVERAGE State Farm Mutual Automobile Insurance Company 1498-FA41-A NAMED INSURED: POLICY NO: 547 8873-C15-55D COVERAGE: PALM SPRINGS WELDING, INC YR/MAKE/MODEL: 2020 CHEVROLET PICKUP BI AND PD LIABILITY 1189 N VALDIVIA WAY VIN/CAMPER: 1GC3WRE72LF218920 $ 1 MIL/$ 1 MIL/$ 1 MIL $1 e00 DED. COMP. PALM SPRINGS CA 92262-5426 AGENT NAME: JOHN FORD $1000 DED. COLL. AGENT PHONE: (760)564-0011 ENDORSEMENT NO: 6028BU POLICY EFFECTIVE SEP 27 2024 UNTIL TERMINATED POLICY MESSAGES: This policy shown above supersedes policy# 6478873-55C. The policy includes a loss payable clause protecting the additional insured's interest in the described car to the extent of the insurance provided and subject to all policy provisions. The additional insured will be given 20 days notice if the policy is terminated. Until such notice is provided, it shall be presumed that the required renewal premiums have been paid. The additional insured must notify us within 10 days of any change of interest or ownership coming to their attention. Failure to do so will render this policy null and void. FRT PALMSPR-17 DINIIELS ACORo CERTIFICATE OF LIABILITY INSURANCE DATD/YYYY) 91261226/2024 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer fights to the certificate holder in lieu of such endorsement(s). PRODUCER t-laenau»ur:nrro HUB International Insurance Services Inc. Suite De Gerald Ford Drive RECENED Suite Palm Desert, CA 92211 INSURED Palm Springs Weli inge OF THE CITY CLERK 1189 Valdivia W�Fi'1�+� Palm Springs, CA 92262 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: PilliE'iLL THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUMpOLK:Y NUMBER POLICY EFF POLICY EKE LIMITS -LMA X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE is 1,000,000 CLAMS -MADE ❑X OCCUR X X ATN2488876 6/22/2024 612212025 DAMAGE TO RENTED 50,000 MED EXP (Any one nwn 5,000 PERSONAL B ADV INJURY 1,000,000 OENI AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 - COMP/OP AGG S 2,000,000 POLICY1j F]LOC'PRODUCTS OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT BODILY INJURY er ANY AUTO BODILY INJURY Per OWNED SCHEDULED AMO�S ONLY AUUpTryryO.pSS �Pe�amEent AMAGE ALTOS ONLY AUTO.RIXJEB A UMBRELLA LIAR X OCCUR EACH OCCURRENCE 1,000,000 X EXCESS LIAB cLaMSMADE BTN2461669 612212024 6122/2025 AGGREGATE s 1,000,000 LIED I X I RETENTION$ 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERIEXECUTiVE y❑ X 202000980 10/1/2024 10/1/2025 X PER OTH- STATUTE E E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYE 1,000,000 FFICERIMEMBER EXCLUDED? Mandatory in NH) NIA E.L. DISEASE -POLICY LINT 1,ggg,ggg If yes, desrnbe under DESCRIPTION OF OPERATIONS below C Equipment Floater BKS57755770 4/2912024 4/29/2025 Leased/Rented 200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remade Schedule, maybe amohad if more space Is required) RE: Blanket Purchase Order City of Palm Springs, its officers, agents and employees are named as additional insured per attached form. This insurance is primary & non contributory. Waiver of Subrogation applies to workers compensation 30 days written notice will be given tot he certificate holder should any of the above policies be cancelled before the expiration date. 10 days notice applies for non payment of premium. CFDTIFIr ATF NIL nFD r.ANCF1 I ATIr1N SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Palm Springs CE WILL BE DELIVERED IN THE EXPIRATION DATE THEREOF, ACCORDANCE WITH THE OL POLICY PROVISIONS. P O Box 2743 Palm Springs, CA 92262 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER-ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury', "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 2' 1. The insurance afforded to such additional Insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 POLICY NUMBER: ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 37 0413 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required By Written Contract, Fully Executed Prior To The Named Insured's Work As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 ©Insurance Services Office, Inc., 2012 Page 1 of 1 Policy #ATN2488876 United Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 051 00 (02120) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS of the COMMERCIAL GENERAL LIABILITY COVERAGE PART, and supersedes any provision to the contrary: Primary and Non -Contributory Insurance Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: a. _ (1) The Additional Insured is a Named Insured under such other_ insurance; and (2) A fully written contract fully executed prior to the Named Insured's commencement of work for such Additional Insured for the specific project that is the subject of the claim, "suit," or "occurrence" expressly requires that this insurance: (1) apply on a primary and non-contributory basis; and (d) would not seek contribution from any other insurance available to the additional insured. or b. Prior to a loss, you request in writing and we agree in writing that this insurance shall apply on a primary and non-contributory basis. Required By Written Contract, Fully Executed Prior To The Named Insured's All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (02120) Page 1 of 1 POLICY NUMBER%ATN2488876 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART 14AW4111111111A4 Name Of Person Or Organization: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV —Conditions: We waive any right of recovery we may have against the -person —or organization -shown -in the Schedule -- - above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 A WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT— CALIFORNIA We have the right to recover our payments from anyone liable for an Injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged In the work described In the Schedule. The addltional premium for this endorsement shall be 2.0% of the California workers' compensation premium otherwise due on such remuneration. Any person or organization for which you have agreed to waive your rights of recovery in a written contract, provided such contract was executed prior to date of loss, Person or Organization Schedule Job Description Any person or organization for whom you are Blanket Waiver of Subrogation required by written contract or agreement to obtain this waiver of right from This endorsement changes the policy to which It is attached and is effective on the date Issued unless otherwise stated. (The Information below is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 10/01 /2024 Policy Nov202000980 Endorsement No. 000 Insured Palm Springs Welding, Inc. Premium/ Insurance Company REGENT INSURANCE Countersigned by ✓e% J`%//jrf///a/ COMPANY WC 04 03 06 Page 1 of 1 (Ed. 04-84) } PALMSPR-17 DNIELS '4llla.� R� CERTIFICATE OF LIABILITY INSURANCE DATE Mr2o2a THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(iss) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer riahts to the certificate holder in lieu of such endorsement(s). PRODUCER s-c I r,v HUB International Insurance Services Inc. �,vH�No EHp (7M0) 360.4700 4742 FAX No):(760) 200-9706 75030 Gerald Ford Drive E-MAIL Suite 201 RECEIVE® AooREss•thane.nielS6n@hUbintematlOBBI.COm Palm Desert, CA 92211 INSURED Palm Springs Welding Inc OFFICE OF THE CITY 1189 Valdivia Way Palm Springs, CA 92262 COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE N DL SUER POLICY NUMBER POLICY EFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE ❑X OCCUR X ATM2488876 6/22/2024 6/22/2025 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED $0,000 MED EXP (Any one arson 5,000 PERSONAL B ADV INJURY 1,000,000 GEML AGGREGATE LIMIT APPLIES PER: POLICY [A]TECT LOC OTHER: GENERAL AGGREGATE 2,000,000 PRODUCTS-_COMPIOP AGG 2,000,006 AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED.p ONLY AUTOS ELDV COMBINED SINGLE LIMIT BODILY INJURY lPer BODILY INJURY(Per accident PROPERTY AMAGE PerawdeM A UMBRELLA LIAR EXCESS LIAR X OCCUR CLAIMS -MADE BTN2461669 6/2212024 6/22/2025 EACH OCCURRENCE 1,000,000 X AGGREGATE S 11000,000 DELI I X I RETENTIONS 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N AAqN�V PROPRIETOR/PARTNER,EXECImVE (a1Faatin NHj EXCLUDED? If yes, describe under DESCRIPTION OF OPERATIONS W. NIA 202000980 10/112024 10/1/2025 X PER OTH- E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE- POLICY LIMB 1,000,000 C Equipment Floater BKS57755770 412912024 4/29/2025 Leased/Rented 200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is required) Job: 3200 E. Tahquitz Canyon Way, Palm Springs, CA 92262 Certificate holder is named as an additional insured as per attached form CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE C Of Palm Springs Attn: CityACCORDANCE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WITH THE POLICY PROVISIONS. Business License Dept. P.O. Box 2743 AUTHORIZED REPRESENTATIVE fJrlfl�J-+6C�'a/ Palm Springs, CA 92263 ACORD 25 (2016103) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER-ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 0413 © Insurance Services Office, Inc„ 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 PALMSPR-17 DNIELSEN A4C" o' CERTIFICATE OF LIABILITY INSURANCE DATE (MM0z4YY) THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER License # 0757776 c NTACT Diane Nielsen PN:oNENo760 360-4700 4742 .,Ne: 760 200-9706 AN, , Earl: HUB International Insurance Services Inc. 75030 Gerald Ford Drive Suite 201 RECEIVED E-t .diane.nielsen hubintemational.com Palm Desert, CA 92211 INSURERS AFFORDING COVERAGE NAIC a INSURER A: United Specialty Insurance Com nd24082 12537 INSURED INSURER B:Regent Insurance Com an 24449 iNSURERC:Ohio Secu Insurance Com n Palm Springs WeldiriQICE THE CITY CLER 1189 Valdivia Way V OF Palm Springs, CA 92262 INSURER D: INSURER E: INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDLSUB pO1JCV NUMBER POLICY EFF POLICY EXP DMITS A X COMMERCIAL GENERA-LIABILMY CLAIMS -MADE � OCCUR X ATN24SU76 6/22/2024 6/22/2025 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED 50,00g MED EXP (Any one 5,000 PERSONAL S ADV INJURY 1,000,000 GEN- AGGREGATE LIMIT APPLIES PER: POLICY ❑X j LOC OTHER'. GENERAL AGGREGATE s 2,000,000 PRODUCTS- CMPIOP AGG 2,000,000 AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON-0WNED AUTOS ONLY AUTOS ONLY ICE INEDd.riSINGLE LIMIT BODILY INJURY Pa BODILY INJURY Per acddenl PROPERTY AMAGE Paecddent A UMBRELLA LIAR EXCESS LIAR X 1 OCCUR CLAIMS -MADE BTN2461669 6/22/2024 6/22/2025 EACH OCCURRENCE 1,600,009 X rl AGGREGATE It 1,000,000 DED X RETENTIONS 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNERr FCUTIVE Y❑ FMandZrME. BENH) EXCLUDED? If yes, deswthe under DESCRIPTION OF OPERATIONS below NIA X 202060968 1011/2624 10/1@025 X I STERTU OTH- E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,000 C Equipment Floater BKS57755770 4/29/2024 4/29/2025 Leased/Rented 200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is reg ulmd) City of Palm Springs, its officers, agents and employees are named as additional insured per attached form. This Insurance is primary & non contributory. Waiver of Subrogation applies to workers Compensation CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CityOf Palm Springs Attn: City Y THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Clerk P O BOX 2743 `IZED AUTrHOR�REPRRESSEWATIVE Palm Springs, CA 92262 ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER-ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc„ 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the fallowing is added to Section HI — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 Policy #ATN2488876 United Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 051 00 (02/20) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS of the COMMERCIAL GENERAL LIABILITY COVERAGE PART, and supersedes any provision to the contrary: Primary and Non -Contributory Insurance Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: a. (1) The Additional Insured is a Named Insured under such other insurance; -- -- - and — —= - - - - (2) A fully written contract fully executed prior to the Named Insured's commencement of work for such Additional Insured for the specific project that is the subject of the claim, "suit," or "occurrence" expressly requires that this insurance: (i) apply on a primary and non-contributory basis; and (ii) would not seek contribution from any other insurance available to the additional insured. or b. Prior to a loss, you request in writing and we agree in writing that this insurance shall apply on a primary and non-contributory basis. Required By Written Contract, Fully Executed Prior To The Named Insured's All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (02120) Page 1 of 1 POLICY NUMBER*..ATN2488876 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph B. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule -above because -of -payments we make -for injury or - damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 0 Insurance Services Office, Inc., 2008 Pagel of 1 El WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 04 03 06 (Ed. 04-84) WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT—CALIFORNIA We have the right to recover our payments from anyone liable for an Injury covered by this pollcy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged In the work described in the Schedule. The additional premium for this endorsement shall be 2.0% of the California workers' compensation premium otherwise due on such remuneration. Any person or organization for which you have agreed to waive your rights of recovery in a written contract, provided such contract was executed prior to date of loss. Schedule Person or Organization Job Description i I Any person or organization for whom you are Blanket Waiver of Subrogation j required by written contract or agreement to obtain this waiver of right from us prior to injury This endorsement changes the policy to which It is attached and Is effective on the date Issued unless otherwise stated. (The Information below Is required only when this endorsement Is Issued subsequent to preparation of the policy.) Endorsement Effective 10/01/2024 Policy No7.202000980 Endorsement No. 000 Insured Palm Springs Welding, Inc. r Premium� Insurance Company REGENT INSURANCE countersigned by COMPANY WC 04 03 06 Page 1 of 1 (Ed. 04-84) ,••o•�•�••,• a I m 1 c rrinm- m PO Box 2368 Bloomington IL 61702-2368 DATE OF NOTICE: SEP 03 2024 CODE: 67A AT1 12 000818 W93 CITY OF PALM SPRINGS PO BOX 2743 ENPALM SPRINGS CA 92263-2743 �11�ulglydlhllrlhdldlhlluh411111111111r1111111P11� NOTE: PLEASE NOTIFY STATE FARM AT THE ADDRESS LISTED AT THE TOP, LEFT CORNER OF THIS PAGE REGARDING ANY CHANGE OF ADDRESS INFORMATION. RECEIVED SEP 10 2024 OFFICE OF THE CITY CLERK ADDITIONAL INSURED'S NOTICE OF COVERAGE State Farm Mutual Automobile Insurance Company 1498-FA41-A NAMED INSURED: POLICY NO: 647 8873-C15-55C COVERAGE: PALM SPRINGS WELDING, INC YR/MAKE/MODEL: 2020 CHEVROLET PICKUP BI AND PD LIABILITY 1189 N VALDIVIA WAY VIN/CAMPER: 1GC3WRE72LF218920 $ 1 MILl31 MIL1$ t MIL $1000 DED. COMP. PALM SPRINGS CA 92262-5426 AGENT NAME: JOHN FORD 57000DED.COLL. AGENT PHONE: (760)564-0011 ENDORSEMENT NO: 6028BU POLICY EFFECTIVE AUG 08 2024 UNTIL TERMINATED POLICY MESSAGES: This policy shown above supersedes policy# 6478873-55B. The policy includes a loss payable clause protecting the additional insured's interest in the described car to the extent of the insurance provided and subject to all policy provisions. The additional insured will be given 20 days notice if the policy is terminated. Until such notice is provided, it shall be presumed that the required renewal premiums have been paid. The additional insured must notify us within 10 days of any change of interest or ownership coming to their attention. Failure to do so will render this policy null and void. FRT PALMSPR-17 DNIELSEN DATE A E(MMAo2am CERTIFICATE OF LIABILITY INSURANCE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(iss) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER License ft 0757776 c NTACT Diane Nielsen AIc No,Ext: 760) 360-47004742 Fufc,No: 6O ZOO-S7O6 HUB International Insurance Services Inc. 75030 Gerald Ford Drive Suite 201 Palm Desert, CA 92211 RECEIVED EMAIL . diane.nielsen@hubintemational.com INSURER S AFFORDING COVERAGE NAIC 11 INSURER A: United Special Insurance Compari 12537 INSURED INSURER B: United Wisconsin Insurance Company 29157 INSURER c:Ohio Security Insurance Company 24082 Palm Springs Welding Inc 1189 Valdivia way OFFICE OF THE CITY CLER Palm Springs, CA 92262 INSURER D: INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT 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 CONTRACTOR 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. WSR TYPE OFINSURANCE ADDL BUBR POLICY NUMBER POLICY EFF POLICY Exile LYRT8 A X COMMERCIAL GENERAL UABIU` Y CLAIMS -MADE OCCUR X X ATN2488876 612212024 6/22/2025 EACH OCCURRENCE 1 11000,000 DAMAGETORENTED 50,000 MED EXP (Any one 5,000 PERSONAL &ADV INJURY S 1,000,000 GENI AGGREGATE LIMIT APPLIES PER: POLICY EK wor C] LOC GENERAL AGGREGATE 2,000,000 PRODUCTS-COMPIOP AGO 2,000,000 OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT BODILY INJURY Per Person) ANY AUTO BODILY INJURY Per accident) OWNED SCHEDULED AUTOS ONLY AUTOS � E WN AUTOS ONLY AUTOS ONIV A UMBRELLA LIAR X OCCUR EACH OCCURRENCEW=0.no X AGGREGATE ,, EXCESS EMS CLAIMS -MADE '.BTN2488876 612212024 6/22/2025 DED I X I RETENTIONS 10,000 B COMPENSATION AND EMPLOYERS' LIABILITY AApNNpY PROPRIETOR ARTNER,FXECUTIVE YIN 1Mand.E=E, BERNH) EXCLUDED' MIA it 700025505 1011/2023 1011/2024 X PERTET OTH• —ERWORKERS E.L. EACH ACCIDENT 1,000.000 E.L. DISEASE - EA EMPLOYEE 1,OB9,Q99 S If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMB 1,000,000 C Equipment Floater BKS57755770 4/29/2024 4/29/2025 Leased/Rented 200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) RE: Blanket Purchase Order City of Palm Springs, its officers, agents and employees are named as additional insured per attached form. This insurance is primary & non contributory. Waiver of Subrogation applies to workers compensation 30 days written notice will be given tot he certificate holder should any of the above policies be cancelled before the expiration date. 10 days notice applies for non payment of premium. CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE CI of Palm Springs CityACCORDANCE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WITH THE POLICY PROVISIONS. P O Box 2743 Palm Springs, CA 92262 AUTHORInD� �REPRESENTATIVE ACORD 25 (2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 03 13C WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT • CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be $314.00 Schedule Person or Organization ANY PERSON OR ORGANIZATION FOR WHOM THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER Job Description BLANKET WAIVER OF SUBROGATION This endorsement changes the policy to which It is attached and is effective on the date Issued unless otherwise stated. (The Information below is required only when this endorsement is issued subsequent to preparation of the policy,) Endorsement Effective:10/01/2023 Policy No.'9700025505 Endorsement No. 001 Insured: Palm Springs Welding Inc Insurance Company: United Wisconsin Insurance Company POLICY NUMBER-ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 POLICY NUMBER: ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s) Location And Description Of Completed Operations As Required By Written Contract, Fully Executed Prior To The Named Insured's Work As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products -completed operations hazard". However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations, CG 20 37 04 13 ©insurance Services Office, Inc., 2012 Page 1 of 1 Policy #ATN2488876 United Specialty Insurance Company �1i16`iYf � I7�7►��-�141��Yt[a:/�l►�L�il���]ALH'A�f��G©�►a�17Yttal7����1'� VEN 0511 00 (02/20) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS of the COMMERCIAL GENERAL LIABILITY COVERAGE PART, and supersedes any provision to the contrary: Primary and Non -Contributory Insurance Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: a. (1) The Additional Insured is a Named -Insured under such other insurance; and (2) A fully written contract fully executed prior to the Named Insured's commencement of work for such Additional Insured for the specificproject that is the subject of the claim, "suit," or "occurrence" expressly requires that this insurance: (i) apply on a primary and non-contributory basis; and (ii) would not seek contribution from any other insurance available to the additional insured. or b. Prior to a loss, you request in writing and we agree in writing that this insurance shall apply on a primary and non-contributory basis. Required By Written Contract, Fully Executed Prior To The Named Insured's All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (02/20) Page 1 of 1 POLICY NUMBER', ATN2488876 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section 1V —Conditions: We -waive any right of recovery we. may have against_ the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Pagel of 1 0 PALMSPR-17 A� oRo CERTIFICATE OF LIABILITY INSURANCE DNIEL E A E(MMI024YY1 DATE THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER License # 0757776 HUB International Insurance Services Inc. 75030 Gerald Ford Drive Suite 201 Palm Desert, CA 92211 RECEIVED CONTACT Diane Nielsen uC°,xo, EXt: (760) 360-4700 4742 =,No:(760 200-9706 A-pMpIESS, diane.nlelsen@hubinternational.com INSURER AFFORDING COVERAGE NAICY INSURER A:United Specialty Insurance Company 12537 INSURED Palm Springs Welding Inc JUN 2 6 2024 1189 Valdivia Way Palm Springs, CA 9226ZFFICE OF THE CITY CLE V INSURER B: United Wisconsin Insurance Company 29157 INSURER C_:Ohio Security Insurance Company 24082 INSURER D : SURER E NSURER F: COVERAGES CFRTIFICATF NIIMRFR- REVISION NUMBER: THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE ADDL SUER POLICY NUMBER POLICYEFF POLICYEXP1.111. LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE [X] OCCUR X ATN24M76 6122/2024 6/22/2025 EACH OCCURRENCE 1,000,000 DAMAIGETO RENTED 50,00PRE0 MED EXP An one rson 5,000 PERSONAL$ ADV INJURY 1,000,000 GENL AGGREGATE LIMIT APPLIES PER: POLICY JE6 D LOC OTHER: GENERAL AGGREGATE S 2,000,000 PRODUCTS -COMP/OPAGG 2,000,000 AUTOMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AUQTOpSWry p AUTOS ONLY AUTOS ONLY COMBINED SINGLE LIMIT BODILY INJURY Per Person) $ BODILY INJURY Per accident PROPERTY AMAGE Peracddenl A UMBRELLA LIAR I EXCESS LIAR X OCCUR CLAIMS -MADE BTN2488876 6/22/2024 6/22/2025 EACH OCCURRENCE 11000,000 X AGGREGATE 1,000,000 DED I X I RETENTION$ 10,000 B WORKERS COMPENSATION ANDEMPLOYERS' LIABILITY PROPRIETORIPARTNERIEXECUTIVE Y❑ We dato�ryln NHj EXCLUDED? We If yes, describe under DESCRIPTION OF OPERATIONS below NIA X 9700025565 16/1/2023 16/1/2624 X PER OTH- T T EL EACH ACCIDENT 1,000,006 E.L. DISEASE - EA EMPLOYE 1,RDD,966 E.L. DISEASE - POLICY LIMB 1,000,00 C Equipment Floater BKS57755770 4/29/2024 4/29/2025 Leased/Rented 200,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Addiflonal Remarks Schedule, may be arched if more opacels ulred) City of Palm Springs, its officers, agents and employees are named as additional insured per attached form. �1 his insurance is primary & non contributory. Waiver of Subrogation applies to workers compensation City of Palm Springs Attn: City Clerk P O BOX 2743 Palm Springs, CA 92262 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 42 / — ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC 99 03 13G WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT - CALIFORNIA We have the right to recover our payments from anyone liable for an injury covered by this policy, We will not enforce our right against the person or organization named in the Schedule. (This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us.) You must maintain payroll records accurately segregating the remuneration of your employees while engaged in the work described in the Schedule. The additional premium for this endorsement shall be $314.00 Schedule Person or Organization Job Description ANY PERSON OR ORGANIZATION FOR WHOM BLANKET WAIVER OF SUBROGATION THE NAMED INSURED HAS AGREED BY WRITTEN CONTRACT TO FURNISH THIS WAIVER This endorsement changes the policy to which It Is attached and Is effective on the date Issued unless otherwise stated. (The Information below Is required only when this endorsement is issued subsequent to preparation of the policy.) Endorsement Effective: 10/01/2023 Policy No. '9700025505 Endorsement No. 001 Insured: Palm Springs Welding Inc Insurance Company: United Wisconsin Insurance Company POLICY NUMBER,ATN2488876 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section 11 — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2 C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits Insurance shown in the Declarations; whichever is less. This endorsement shall not increase applicable Limits of Insurance shown in Declarations. of the the Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 Policy #ATN2488876 7 United. Specialty Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. VEN 051 00 (02I20) PRIMARY AND NON-CONTRIBUTING INSURANCE ENDORSEMENT This endorsement modifies the Conditions provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART The following is added to SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS of the COMMERCIAL GENERAL LIABILITY COVERAGE PART,and supersedes any provision to the contrary: Primary and Non -Contributory Insurance Any coverage provided to an Additional Insured under this policy shall be excess over any other valid and collectible insurance available to such Additional Insured whether primary, excess, contingent or on any other basis unless: a. (1) The Additional Insured is a Named Insured under such other insurance; -- — and - — -- — -- - -- - - -- (2) A fully written contract fully executed prior to the Named Insured's commencement of work for such Additional Insured for the specificproject that is the subject of the claim, "suit," or "occurrence" expressly requires that this insurance: (i) apply on a primary and non-contributory basis; and (ii) would not seek contribution from any other insurance available to the additional insured. or b. Prior to a loss, you request in writing and we agree in writing that this insurance shall apply on a primary and non-contributory basis. Name Of By Written Contract, Fully Executed Prior To The Named Insured's All other terms, conditions and exclusions under this policy are applicable to this Endorsement and remain unchanged. VEN 051 00 (02/20) Page i of 1 POLICY NUMBER%. ATN2488876 COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: As Required By Written Contract, Fully Executed Prior To The Named Insured's Work the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule — ----above-because of--payments-we make for injury or - damage arising out of your ongoing operations or ..your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 PALMSPR-17 DNIELSEN CERTIFICATE OF LIABILITY INSURANCE DATE 6/24/20z24 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements . PRODUCER License # 0757776 c ACT Diane Nielsen ucNri , E,,,: (760) 360-4700 4742 1 FACC,No:(760) 200-9706 HUB International Insurance Services Inc. 75030 Gerald Ford Drive Suite 201 Ep&p . diane.nielsen@hubintemational.com INSURE S AFFORDING COVERAGE NAICM Palm Desert, CA 92211 INSURER A: United Specialty Insurance Company 12537 RECEIVED INSURED rs ^LO^� ��� L Palm Springs Welding Inc L INSURER 8: United Wisconsin Insurance Company 29157 INSURER C: Ohio Security Insurance Company 24082 INSURER D : 1189 Valdivia Way Palm Springs, CA 92WICE OF THE CITY CLER INSURER E NSURERF:: COVERAGES CERTWICATE NUMBER: RFVISION NUMBER - THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR JXLMMIDDIYYM TYPE OF INSURANCE ADDLSUBR POLICY NUMBER PODCYEFF POLICY EXP LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE X OCCUR X ATN2488876 6/22/2024 6/22/2025 EACH OCCURRENCE 1,000,000 DAMAGE TO RENTED 50,000 MED EXP An one 5,000 PERSONAL &ADV INJURY 1,000,000 GEML AGGREGATE LIMIT APPLIES PER: POLICY ❑X JECT LOC OTHER GENERAL AGGREGATE 2,000,000 PRODUCTS -COMPXW 2,000,000 It OMOBILE LIABILITY ANY AUTO OWNED SCHEDULED AUTOS ONLY AAUU�T.1OpS AUT0.S ONLY AUTOS ONL� R COMBINED SINGLE LIMIT BODILY INJURY Per Person) BODILY INJURY Per accident) PROPERTY AMAGE Pe emdent A UMBRELLA LIAB EXCESS LIAR X OCCUR CLAIMS -MADE BTN2488876 6/2212024 6/2212025 EACH OCCURRENCE 1,0OO,000 X AGGREGATE 110001000 DED I X I RETENTIONS 10,000 B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTNE YIN ppF�FICERMIEMBER EXCLUDED? (AtarWatory In NH) If yes, desenbe under DESCRIPTION OF OPERATIONS below NIA 9700025505 101112023 10MI2024 X PER OTH- IS LITE FR E.L. EACH ACCIDENT 1,000,000 E.L. DISEASE - EA EMPLOYE 1,000,000 E.L. DISEASE - POLICY LIMIT 1,000,OD0 F200,000 C Equipment Floater BKS57755770 4129/2024 412912025 Leased/Rented DESCRIPTION OF OPERATIONS 1 LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space is requlred) Job: 3200 E. Tahqultz Canyon Way, Palm Springs, CA 92262 Certificate holder is named as an additional Insured as per attached form Imm"Elr ATE HOLDER CANCFI I ATinN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Palm Springs Attn: YACCORDANCE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN WITH THE POLICY PROVISIONS. Business License Dept. P.O. Box 2743 Palm Springs, CA 92263 AUTHORIZED REPRESENTATIVE ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBERATN12488876 COMMERCIAL GENERAL LIABILITY CG 20 10 0413 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 Additional Insured Person(s) Or Organization(s) Locations Of Covered Operations As Required By Written Contract, Fully As Required By Written Contract, Fully Executed Prior To The Named Insured's Work Executed Prior To The Named Insured's Work Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section Il — Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your acts or omissions; or 2. The acts or omissions of those acting on your behalf; In the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1. The insurance afforded to such additional insured only applies to the extent permitted by law; and 2. If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B. With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 2010 0413 © Insurance Services Office, Inc., 2012 Page 1 of 2, C. With respect to the insurance afforded to these additional insureds, the following is added to Section III — Limits Of Insurance: If coverage provided to the additional Insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1. Required by the contract or agreement; or 2. Available under the applicable Limits Insurance shown in the Declarations; whichever is less. This endorsement shall not increase applicable Limits of Insurance shown in Declarations. of the the Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 0413 OOC a 2003-00!5311 01/03/2003 08:00A Fee:NC Page 1 of 1 Recorded in Official Records County of Riverside Gary L. Orso Assessor, County Clerk 6 Recorder I IIIIII IIIIII IIII IIIIIII IIII III IIIIII III II II II III Return To: City Clerk City of Pallm 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 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 271h day of November, 2002. 5. The name of the contractor(if named)for such work of improvement was: Palm Springs Welding, Inc.. 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 '{k�l I Minute Order No: 2o3)Q 01-27 01-27-010 DATED: %'L--Lo-o1 CITY OF PALM SPRINGS By: ( ) ��xecutive Director irports 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, she makes this verification on behalf of said municipal corporation. C� City Irk Index No. Palm Springs Welding • Downtown Pkg Struct 01-27-10 AGREEMENT #4517 R20379, 6-19-02 AGREEMENT THIS AGREEMENT made this d j day of J Lti 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 Palm Springs Welding, 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 Miscellaneous Metals City Project No. 01-27-10 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-Miscellaneous Metals 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: $500.00 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). ($229,360.00) "III LI 0 • 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 ATI.ESI. a municipal corporation By City Clerk City Manager AgreelOVOr/Tier$25,000 APPROVED AS TO FORM:AR?';!P imp ev` E C Reviewed and approved by _17 ,37� i Procurement& Contracting By: �� Initials E �i Date�� i. a City Attorney P.O.Number CONTRACTOR: Check one:_Individual_Partnership('KCorporation Corporations require two notarizedgnatures: One from each of the following: A. Chairman of Board, President,or any Vice President:AND B.Secretary„ giistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By: ! By: ignature (notarized) Signature (notarized) i Name: 4 - />t 3L.tSdt Name: Crug-4711'L- f - Title: V(Cv ull'-4.. :.�Y C�..`::.V�i Title: C,Y1�C= 04 C , State of rdxj o i rti_ State of GLIr TO'�6P�i0 `D Countyof K'v p2 'fjucu)ss County of f'.-11)Ec$E'dL. Iss { (� F� On V�7f1G before me,�)k12;�nA I,hTi'd,lPC;L 1�AA, �rv�iduc� On ?//0/0Z before me,-.S&U t/c4l�i�R'Yr��lt i p s fJ , - .n g , personally appeared J�. ,it?s _j 11-ra''ACA'5CU personally appeared l hoj4lal i-I Fr p�r)(L'{,.5 personally known to me (or proved to me on the basis of personally known to me (or proved to me on the basis of satisfactory evidence) to be the person(s) whose name(s) satisfactory evidence) to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. which the person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand a d official seal. Notary Signature: Lio.t94,.I)f I X1 ZQ�aa1Lr tJt'�Lv'/Notary Sig nature: (.' F,� V ! S' Cyr, bZy� Q Notary Seal: Notary Seal: / BEVERLY BrrANGA SMITH Commission#1350409 = .n.•� e - Notary Public-California BEVERLY BITANGA SMITH Riveraldo County Commission i 1350409 z My Comm.Expires Apr 9,2t10d Notary Public-Cal fomin Riverside County My Comm.Fvlrw Apr 9,2005 0 SCOPE OF WORK • TRADE CONTRACT NO. 10 MISCELLANEOUS METALS 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 Miscellaneous Metals Work for the Palm Springs Block 28 Parking Structure Project. I. GENERAL: A. All conditions as set forth in the Safety Program as adopted by the City of Palm Springs (Exhibit A), Master Construction Schedule for Bidding Information (Exhibit B), General Liability and Automobile Insurance Limits (Exhibit C), Document List dated 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. 05120 Structural Steel 05500 Metal Fabrications 05501 Guardrail Stand 05511 Metal Stairs 05521 Pipe and Tube Railings 05700 Ornamental Metal i Page 1 5/24/2002 i • Block Oarking Structure Scope of Work Miscellaneous Metals Page 2 B. As further clarification, Trade Contractor shall: 1. Furnish, F.O.B. jobsi[e the following miscellaneous metal items including all accessories required for a complete installation: a. Frames for grating. �j ' b. Embedded angles, plates and metal accessories. C. Continuous plate on top of masonry walls. d. Provide cast carborundum and/or metal strips in stairs. 2. Furnish all sleeves and embeds required for the Work to the Masonry and/or Concrete Trade Contractors. 3. Furnish, F.O.B. jobsite, all galvanized steel pipe bollards. 4. Provide the following miscellaneous metal items including all accessories required for a complete installation: a. Ledger angles. b. Masonry wall support embeds and angles. Include all miscellaneous iron items related to masonry walls, such as anchor bolts, embeds and welding shown or required. Provide all field measuring as required. C. Tube steel. d. Metal stairs, stair railings and wall railings for all stairs, including steel mesh. Install stairs immediately after the concrete pour operation to meet safety access requirements. e. Steel posts. i� f. Provide Elevator hoist way beams, and embeds. Coordinate clearances with Elevator Trade Contractor. g. Elevator pit ladders. It. Support channels. i. Bent plate supports, including those at all countertops. j. Metal backing for all stair railings. k. Grates. i Page 2 5/24/2002 Block 28 Parki ructure ScojWf Work Miscellaneous Metals Page 3 1. Metal fences and gates, including trash enclosure. in. Metal gates. 5. Provide all anchorage, fasteners, supports, and welding for installation of your work. 6. Provide standpipes and stand pipe guards. 7. Provide 'h' galvanized strand cable handrail cable system and all related components. 8. Provide all steel rods and pipe trellis as indicated. i 9. Provide all metal urns, together with all brackets, steel connection plates and anchors to concrete structure, and any other supporting elements, as indicated. Coordinate electrical cutouts and fixture attachments with the Electrical Trade Contractor. 10. Provide all architectural metal signage arches as shown but not limited to Drawing A6.5, excluding lettering designated "by sign manufacturer". Include all columns, sheet metal / steel mesh background, brass balls and all other metal architectural elements. II. Provide all submittals, certifications, test reports, shop drawings, details (including connection details), as necessary to properly depict the steel, acquire approval from the structural engineer, fabricate, coordinate and install. 12. Coordinate, through Turner, all City and Deputy inspections. 13. Perform all field measurement necessary to assure that steel items properly fit into the conditions in which they are being installed. The field measuring shall occur both during the shop drawing and the fabrication phases to minimize potential conflicts that may occur during installation. 14. Provide all scaffolding, shoring, bracing, hoisting, guiding, and the like as required to complete the work. i 15. Provide all shimming and leveling. 16. Provide certified and qualified welders. 17. Include all costs, permits and fees associated for the loading and unloading of steel, including street use and access permits. 18. Coordinate all holes, cutouts and copings. 7 Page 3 5/24/2002 Block 28 P*g Structure Scope of Work Miscellaneous Metals Page 4 19. Properly tag and permanently identify all items delivered to the project. 20. Provide continuous fire watch, protection and fire suppression equipment during any and all welding operations. Obtain all flame permits. 21. Provide all grinding sanding, and touch-up of surfaces and weld joints to produce metal products ready for paint and other finishes. 22. Shop prime all miscellaneous metal items as required by the specifications. J Include cost to touch-up all field welds with primer or galvanizing. r 23. Provide temporary power for welding during the miscellaneous iron installations. 24. Provide all layout and engineering for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor operations, will be this Trade Contractor's responsibility. 25. Provide complete shop drawings, samples, and product data submittals. 26. Coordinate and schedule the miscellaneous iron work with other trades through the Construction Manager. 27. Provide daily clean-up and removal for all debris generated by your work. 28. Provide Daily Construction Reports to Construction Manager. 29. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 3,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured Under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. Page 4 5/24/2002 *lock 28 Parking Structure Scope of Work Miscellaneous Metals Page 5 C. WORK EXCLUDED: 1. The following items are specifically excluded from the Work: a. Concrete fill in pipe bollards. b. Rebar 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 i 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. Field Labor (Journeyman) $ / Hour $ / Hour b. Field Labor (Foreman) $ / Hour $ / Hour c. Field Labor (Gen. Foreman) $ / Hour $ / Hour E. ALLOWANCE: None F. ALTERNATES: None Page 5 5/24/2002 i i • rAYiNIENT BOND Bond 826919P KNOW ALLMENI GYTHESE PR SEN—S, Premium 1nCliided in ?cr_-u-=a,;- Bond as Sure ry, are held firmly bound tmto the l"try of Palm Sprurgs, a i.'harter Ciry, argam�ed and asishng m the County cf Rrversidc, State cf Cairforma,hereinaher called the "City," in the sure of: Two hundred twenty nice thousand three hundred sixty i'$229 360 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, 1nlrly b,-these presents. HF,REAS, said C:onYnctor has been awarded and is about to enter into the anueacd agreement vvidi said City to perform rile tiyork as specincd ar indicated in the Contract Documents entitled: I'ALW1 SPRINGS Downtown Parking Structure lyliscell5neous Metals CITY PROJECT 01 27-10 riOVI TEEREP011,if said Contractor, its subcontractors,its heirs, executocs, ach—Anisrsators, successors, or assigns shall fail to pav for any rnatenais, provisions,provender, equipment or other supplies used in,upon, for Of 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 die Unemployment Tnsirrance Code, or for any amounts rc qu;red to be deducted,withheld, and paid over to the Employment Development Department from the wages of employees of the Contactor and its subcontractors pursuant to°ee,ion 13020 of-.he Unemployment Insurance Cade v,-ith respect to such labor. all as required by tic provisions o`i Titl--;`tV, Chapter 7, Sections 32a7-3252, inclusive, of the Civil Code of the State of California and acts amendatory thcreof, and sections of other coders of the State of California referred to therem and acts amendatory thereof, and provided that the persons, companies, or corporations so frirnishma said materials, provisions, provender, equipment or other supplies, appliances or power used in,upon, for or about performance of the wori contracted to be executed or performed. or aay,Person, companv or corporation renting or hiring implements or machine,;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 ut said laws, then said sul'ariy will pay the same in an amount not eeceedina the sum hereinbefore set for-di and also will pay, in rase suit is brought upon this bond,a reasonable attomey's lee, as shall be fixed by the Court.. Tins bond shall inure to the benefit of any and all persons named in Secnon 31&1 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. PROVIDFD, that any alterations in the Work to be lone or the materials to be furnished, or changes in the b o o`t completion, which may be made pursuant to the tents of said Contract Documents, shall not in anv wuv release said Contractor or said.Surety thereunder, nor shall any extensions of time granted under the provisions of said Corit-act. 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 DN NEXT PAC SIGNED AND SEALED, this 2nd day of T„1 y 1200.2 Surety Indemnity CQiDDaDy of California Contractor Palm Springs Welding Inc. /�. By E Title Attorney in fact Title ��� (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) Contractor Amw SM NGS WELDNG, W. By Title UP ) t ^ f 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). CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ti &"t State of California ss. �I County of CLL V 41 On l'y v d' )C,, t pp J before me n"_(' r'4ZL"-4 '( �j�tG.o i'il 4` Cale anue a, � (e 9.�'Jane Doe,Nmaa Pubic' I I :> personally appeared c }' j /L-Q,5 1 6 Na�mo,,(,,)rr f Bignel(s( l�I 1� EKPersonally known to me 01 of III CI proved to me on the basis of satisfactory > evidence aEVERLY 81TANGA SMITH `; Commission f13504a9 to be the person(s) whose name(s) is/are I)il 1�3 Notary Public-Califomia $ subscribed to the within instrument and it �r4 Riverside County acknowledged to me that he/she/they executedI (t: y�o.��Mr9,�Ot15' the same In his/her/their authorized ;l`I (t capacfty(ies), and that by his/her/their 011 111 signature(s) on the instrument the person(s), or I,iol �� the entity upon behalf of which the person(s) �SI o' acted, executed the instrument. n W NESS my hand of official seal. 1 Ib)I If� i u N — x; igN lu e of Nolary Publ to, offf, OPTIONAL ,I ItC(I Though the Information below Is not required by law,it may prove valuable to persons relying on the document an could prevent r])I l(�' fraudulent removal and reattachment of this form to another document. s� Description of Attached Documents t-, p <l Title or Type of Document: CZA (f)AS 61,f B,ti n jl r I II<, II 9 s Document Date: J�'._l.t� �L.%u� Number of Pages. u� Signer(s)Other Than Named Above: ��iyu o us O 'll tC Capacity(ies) Clai ed by Signer ?i . ,t �i Signer's Name: r ;Q-"s'Vl �C—I'ZuL' C A 5C c5 K, or << ❑ Individual t A Tbp of thumb he,. �orporate Officer—Title(s): 'V ❑ Partner—❑ Limited ❑ General ❑ Attorney-in-Fact )i It'; ❑ Trustee n I> ❑ Guardian or Conservator ❑ Other: 10 Signer Is Representing: WELDING, INC. i l�\.-::�✓:--fut���`✓5✓c�'���-., ::✓-.,_!,'�°w�v�%�=:;�=G�: v'-%C✓5�.:;:�rJ�:%���TC-`v''.�"=�s'��...�.,_ .�� 019B8 Nalionel Nolery Aasooielmn•935p pe Solo Ave,P.0 Box2402•Chalsword CA91313-2402•wwwnal,onalnolaryorg Prod No 5907 Reortlal Cell Tog-Free lA00876-6627 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT << Ibr i a ' <: 1 i�; State of California iji ss. r County of f\ ffi I' €, On J -u- �I I L before me,�)�Jk.�l�? C'l.'- Dole 1 N d3ille or Oflt r%x{J (e g,"Jane Doe,Nolery Public') 2 1 / r personally appeared ( ,2 r,`fL,�-I -y lf��,+l0 t,S(` U Norri or elgnar(s) Iil Lipersonelly known to me <' ❑ proved to me on the basis of satisfactory evidence BhVERLV errANGAsmnH '),l Commission 91350409 9 to be the person(s) whose name(s) is/are I� Notary Public-CelfPomin subscribed to the within instrument and cn �y Riverside County acknowledged to me that he/she/they executed My Comm.Expires Apr 9,2006 the same In his/her/their authorized (li � capacdy(ies), and that by his/her/their (')i signature(s) on the instrument the persorl or I;)i the entity upon behalf of which the persons) ` acted, executed the instrument. or WI r ESS my hand an official seal. < l e u l l'C ;Gti yid a � i ig ein of Notary Public if C; jl OPTIONAL tt' Though the information below rs not required by law,it may prove valuable to persons relying on the document and could prevent I(, fraudulent removal and reattachment of this form to another document. !�I Description of Attached DocumentI C i C Title or Type of Document: ) ,L. , r/yUL.. Document Date: L ,r A °:�'% -- Number of Pages: 9i C9 + Signer(s)Other Than Named A6�ove: < �Gi��✓L.D,S � . '�p-slo(t„{,y C -) r)i <ti 'iil Capacity(ies) Claimed by Signer ' I "�I l Signer's Name: 15 A-4a I L_ Frairg C. S(' [ 9i C ❑ ,11��77dividual rep a1% Here t i �C C�CorporateOfficer—Title(s): l .F0 s» h�l ❑ Partner—❑ Limited ❑General (j7 ❑ Attorney-in-Fact ;ql ❑ Trustee ❑ Guardian or Conservator ol ❑ Other: 1 Signer Is Representing ' � Va L- D8NG INC Or ®1999 National Notary Asir-9350 De Solo Ave,PO aox2402•Chalsworlh,CA913132402•wawnell eloolari Prad.No.5907 Reorder Call Toll-Free 1-500870-8827 STATE OF CALIFORNIA } COUNTY OF RIVERSIDE ON '7!0)/N_ , BEFORE ME, LUIS GARCIA, Notary Public PERSONALLY APPEARED: DIANE M. NIELSEN Capacity Claimed By Signer(s): ( ) Individual(s) ( ) Corporate O Partner(s) (X) Attorney In Fact O Trustee(s) ( ) Guardian/Couservator O Other: Personally known to me (or proved to me on the basis of satisfactory evidence) to be the person (s) whose name (s) is/are subscribed to the within instrument & acknowledged to me that he/she/they executed the same in his/her/their authorized capacity lies), and that by his/her/their signatures (s) on the instrument the person (s), or the entity upon behalf of which the person (s) acted, executed the instrument. WITNESS my hand and official seal. "" Comrni uis GARC a.;ion�Fi31014a i Notary Public-Cellhrnla �* Rid�raiije Counkiwi My comm.Expires Jul 2 ,2 ^, Signature: ! a �^ s. >^�,* -w Luis '".'rLR St'a'ry- ALL PURPOSE ACKNNOWLEDGMENT POWER OFATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDEMNITY COMPANY OF CALIFORNIA PO BOX 19725,1RVINE.CA 92623•(949)263-3300 KNOW ALL MEN BY THESE PRESENTS, that except as expressly limited, DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,do each severally,but notjeuttly,hereby make,constitute and appoint: ***PAUL W. LEWIS, ANN WILLARD, DIANE M. NIELSEN, VAN G. TANNER, MATT COSTELLO, JEANETTE MCCULLOCH, LINDA N. WELD, EDWARD J. TALEN, JOINTLY OR SEVERALLY*** as the tine and lawfld Attorncy(s)-in-Fact,to make,execute,deliver and acknowledge,for and on behalf of said corporations as sureheS,bonds,undertakings and contracts of suretyship giving and granting unto said Attoricy(s)-ui-Fact full power and authority to do and to perform every act necessary, requisite in proper to be done ill connection therewith as each of said corporations could do,but reserving to each of said corporations trill power of substitution and revocation,and all of the acts of said Attomcy(s)-u1-Fact,pursuant to these presents,are hereby ratified and confirured This Power of Attorney is granted and is signed by facsimile under and by authority of the following resolutions adopted by the respective Board of Directors of DEVELOPERS SURETYAND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA,effective as oFNovcnmcr 1,2000: RESOLVED,that the Chairman of the Board,the President and any Vice President of the corporation be,and that each of them hereby is,authorized to execute Powers of Attorney,qualifying the attomoy(s)named in[lie Powers of Attorney to execute,on behalf of the corporations,bonds,undertakings and contracts of suretyship,and that the Secretary or any Assistant Secretary of the corporations be,and cacti of[hem hereby is,authorized to attest the execution of any such Power of Attorney. RESOLVED,FURTHER,that the signatures of such officers may be affixed to any such Power of Anorecy or to any certificate relating thereto by facsimile,and any such Power oFAttorney or certificate hearing such facsimile signatures shall be valid and binding upon the corporation when so affixed and in the future with respect to any bond, undertaking or contract of suretyship to which it is attached. IN WITNESS WHEREOF, DEVELOPERS SURETY"AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA have severally caused these presents to be signed by their respective Executive Vice Preodent and attested by then respective Secretary this 811'day of November,2000. By: � l 4. David H.Rhodes,Executive Vice President ANU JNO.,, COMPANY O� •c'J,GoPPOgq�xc�2'Z AA GOPPOgATFc� 'w SEAL '•<'_ w = OCT.5 a o bf41967 By �, a0 1936 c 0 OWP ?DS —_- os Walter A Crowell, Secretary = > '•.,•f ,,.ad,o cg4FOP�x STATE OF CALIFORNIA ) )SS COUNTY OF ORANGE ) On November 8,2000,before me,Diane J.Kawate,personally appeared David H Rhodes and Waltcr A.Crowell,personally known to me(or proved to me on the basis of satisfaclory evidence) to be the persons whose names are subscribed to the within instrument and acknowledged to me that they executed the same m their authorized capacities,and that by ihmr signatures on the instrument the entity upon behalf of which the persons acted,executed the instrument. WITNESS my hand and official seal. DIANE J.KAWATA COMM.M71 67920 AUFO L, 4�R NDTAflY PUBLIC-)UNIFY CUNIFY NL1 Signature m OPUINGE C MY fArnm FY-0.Jug.B,2002 CERTIFICATE The undersigned, as Chief Operating Officer of DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA, does hereby tern Fy that the Foregmng Power of Altomey remains in full force and has not been retoked,and furthermore, that the provisions of the resolutions of the respective Boards of Directors of said corporations set forth ill the Power of Attomey,are in force as of the date of this Certificate. This Certificate is executed in the City of Irvine,Cahfemia,tile-2-nd day oF_j A,, -_,-72-90�2 By / �_ David G.Lane,Chief Operating Officer PERFORMANCE BONE) Bond 326919P Premium $4,587,00 Premium is for contracr ter-111 and is subject to adjustment based on final contract price 1QN0 V ALL MEN BY THESE PR,SEiarTS, That Palm Snrinas',Veldin� as Contractor and Indemnity Company of California ,as , Surety,are held firmly bound unto the City of Palrn Springs, a Charter City, organized and existing in the County of Riverside, California, hereinafter called the "City," in the sure of Two hundred twenty nine thousand three hundred sixty (S229,360.00) dollars. for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, admnnisrrators, successors, and assigns,jointly and severally, tirinly by these presents. WHEREAS said Contractor has been awarded and is about Co enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPP,IiiGS Don atown Parking Structure Miscellaneous Nfetals CITE`PROXECT 01-27-10 NOW THEREhOF.E, if said Contractor shall perform all the requirements of said Contract Documents required to ba perfotu_ed on its part, at the tunes and—in the runnier specified herein, then this obligation shall'oe null and void, otherwise it wall remain in full force and effect. PROVIDED, that any alterations in the Work to be don:or the materials to be furnished, or changes in the tune 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 tinder the provisions of said Contract Documents, release either said Contractor or said Surety, and notice of such alterations or extensions of the Agreemenr is hereby waived by said Surety. SIG NATUR2S ON NEXT PAGE SIGNED AND SEALED,this 2nd day of July 2922002. Contractor palm Springs lipi ji„g, Inc. Contractor PALM SPRINGS WELDING, INC. By G� v ✓'� By V Title Title I - G.v Corporations require two notarized signatures: One from each of the following: 1. Chairman of Board, President, or any Vice President: AND 2. Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer). SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY Surety Indemnity Company of California mane H Nielsen Title Attorney in fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT 6 ' State of California uol �j ss. ji s'll County of17) In On 'JL I't I(0 _3 before me, Data n I Q me end Tlla of er(e g "Jena Doa,Notary PubLc") ( r �<j personally appeared l ..I✓1 (i 4'L" � ��. Y"((ZUv1(',C.i�Ct✓ i C Name(s)of Signers) 't)I personally known to me Y° ❑ proved to me on the basis of satisfactory oI y- BE�YgRItSM" evidence /] Commission i 1350409 z Notary Public-Cardomie to be the person(s) whose name(s) is/are oC Riverside County subscribed to the within instrument and �, My Ccni'mo pirasApr9,2006 acknowledged to me that he/she/they executed the same in his/her/their authorized )� ` capaaty(fes), and that by his/her/their :n signature(s) on the instrument the person(s), or if the entity upon behalf of which the person(s) acted, executed the instrument. (� t1' ill W. NESS my hand and official seals. it ' tt 9lgneture of Note Public a '/ 15� f�J OPTIONAL Though the information below 1s not required by law,It may prove valuable to persons relying on the document and could prevent (� ll fraudulent removal and reattachment of this form to another document. o)f c�1 > <'I Description of Attached Document If: ��' Title or Type of Document: L:AI0-I ck r� Ko Document Date: �'�L��-t r Number of Pages: 4 Jl I Signer(s) Other Than Named Above: T�7yk3°l f'..LcaC G f Capacity(ies) Claimed by Signer Hai r�tz�4 . Fy I� Signer's Name: L a clJ�CX��'� r C ❑ divfdual Top of thumb here yl ' F(Corporate Officer—Tftle(s): i <t; ❑ Partner—❑ Limited ❑General 's > ❑ Attorney-in-Fact )I If ❑ Trustee l� > ❑ Guardian or Conservator ) j( ❑ Other: )i a, IP: 071 Signer Is Representing: WELDING, INC Ji .. '-o" U-*e.",��e,`;s ter::;-u _e �,�,✓;..,,n"„" ✓ < i;, S— .Jv �✓ -C_✓..-. 01999 National Notary Association•9350 No Solo Ave,PO Sox 24OR-Chic sworth,CA 91313-2402•vnvwnahonalnoleves, Prod No 5907 Reardon Call Toll-Foes 13006]6662] CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California a poi u ss. uli s( County of � .i�Q.i(`7 V C jj C'I ji <,I �� s; On L a I V✓ r��� before meAtt V�l.f "I�'�C..d1C�P SlUlA1, UGV Plbi bl"i �,'. �<« Dale erne and Wile 0f o(i�ar to e.•dana oea,Notary Panuo^)( v %> personally appeared < �lA,t)A S 'j Name(3)of Slghods) 1� 6/Personally known to me � <<{ ❑ proved to me on the basis of satisfactory I; evidence ' t BEVERLY BITANGA SMITH ICI Commiasiont135O4O9 z to be the person(s) whose name(s) is/are sp, Notary Public-California subscribed to the within instrument and Riverside County acknowledged to me that he/she/they executed Ili 15 My C�xrxn'Efq�iresAprti'2OO6 the same in his/her/their authorized I ca aclt les and that b his/her/their i fo p Y( )� y (! signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) i acted, executed the Instrument. hji ri FVI ubl WIT ESS my hand And official seal. i 46 al9f aWre of Notary Pur a OPTIONAL '�i hq Though the information below is not required by law,It may prove valuable to persons relying on the document and could prevent I(Z� fraudulent removal and reattachment of this form to another document IJI s Description of Attached Document T ji Title or Type of Docu "('� f r1 ment: ' Q,k' "j11 � )/V�rl �f11 C� Document Date: f d� 'a . Number of Pages: _ Signer(s) Other Than Named Above: 11 (U 1471 t w bn Capacity(ies) Claimed by Signer I( Signer's Name- ��i R�IL,)L c, � ❑ Individual y� Top of thumb here 1XCorporate Officer—Title(s): V �T fC� ❑ Partner—❑ Limited El General �) 'i ❑ Attorney-in-Fact j >> ❑ Trustee l� is ❑ Guardian or Conservator bit 11 ❑ Other: �i PAW SPRINGS WELDING, Signer Is Representing: , INC. fr ;ii ra_.,�.._ .,. ,.,- -.�-Y_�==Z:✓ice�.``7S✓.'-=C:.'.G-)C`✓T�6':�:.=;'v`✓.< JS:i`'s��.`�—✓s✓a`r'�%o�:�s�v`�.G—.,._.,_.,, ©1999 National Nolary Assolcation•9350 No Solo Ave,PO Box 2402•Chatsworth,CA91313-2402•wwwaolmnalnolaryorg Pmtl No 5907 Reorder Call Toll-Free 1-BOD-876-6827 STATE OF CALIFORNIA COUNTY OF RIVERSIDE ON 7 /of 100), , BEFORE ME, LUIS GARCIA, Notary Public PERSONALLY APPEARED: DIANE M. NIELSEN Capacity Claimed By Signer(s): { ) ludividual(s) ( ) Corporate O Partner(s) (X) Attorney In Fact ( ) Trustee(s) ( ) Guardian/Conservator O Other: Personally known to me (or proved to me on the basis of satisfactory evidence) to be the person (s) whose name (s) is/are subscribed to the within instrument& acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (ies), and that by his/her/their signatures (s) on the instrument the person (s), or the entity upon behalf of which the person (s) acted, executed the instrument. LUIS G URCiA WITNESS my hand and official seal. Commis�ipnf 139oi$3 �6'x a Fl drary Public-Callfamia fti .E P,, County My Comm.E.^pir,s Jui 2i�,25 Signature: a.- � Luis 1 '1—,,'ota�- ALL PURPOSE, ACKNOWLEDGMENT 07/10/2002 13:09 7603461532 FRANK MILLER INS PAGE 02 STATE FARM , • • INSII NA NSE CERTIFICATE OF INSURANCE SUCH INSURANCE AS RESPECTS THIo NTF..REST OF THE CERTIFICATE HOLDER WILL NOT BE CANCFl,;_FD OR OTHERWISE TERMINATED WITHOUT GIVING 30 DAYS PRIOR WRII I'TEN NOTICE TO THE CERTIFICATE HOLDER NAMED BELOW.THIS CERTIFICATE OF INSURANCF DOES NOT CHANGE THE COVERAGE PROVIDED DY ANY POLICY DESCRIBED BELOW This certlFlas that: ;i I'ATF FARM MUTUAL AUTOMOBILE INSURANCE COMPANY of Bloomington, Illinois,or 0 li PATE FARM FIRE AND CASUALTY COMPANY of Bloomington. Illinois Has coverage in force far the following Nained Insured as shown below: Named Insured l ilm Springs Welding_ Address of Named Insured 1 69 North Valdivia Wav, Palm 9prirr 5 CA 92262 All Locations POLICY NUMBER RI94187,1?13.55 R400577-C20-55 03B 6875-C15-55 0336012-CI5-55 9FFFCTIVE DATE OF POLICY 04/13/02 - 10/13/02 03/20/02—09/20/02 03/15/02—09/15/02 03/15/02—09/15/02 DESCRIPTION OP VEHICLE 1998 GMC: °fatbed 1291 Ford F350 1999 GMC Flatbed 1989 Ford Flatbed LIABILITY GOVF_RAGE Yii�;O NUNU Yes NO Yes NO Yes NO LIMITS OF LIABILITY """" a. Bodily Injury 1,000,000 1.000,000 1,000,000 1,000,000 Each person Each Accident 1,000,000 1,000,000 1,000,000 1,000,000 b. Property Damage -... Each Accident 1,000,00C 1,000,000 1,000,000 1,000,000 c. Bodily Injury 8, ----- Propel ty Damage Single I-unit Each Accident I DAMAGE COVERAGE � Yri ti _- NO r Yes [:7 NO Yes O NO Yes NO a. Comprehensive 50 Deductible 7,_250 Deductible S 50 Deductible 5 50 Deductible b. Collision LIN Yi3l. NO Yes N Yes 0 NO _ Yes U NO ffi 013..:_Deductible $ 500_Deductlble 6_500_Deductlble s 00 Deductible RMPLOYER$NON• Ye,:: NO 1 Yes N Yes NO Yes NO OWNERSHIP COVERAGE HIRED CFlR COVERAGEi:ii 0 NO Yes NO Yes _ NO Yes NO —.--•,.. ws 4:A.�1,.,e .M°`�. Agent 8339 July 10 2002 D Ignanira of Authorized Representative Title Agent's Code Number Date Name and Address of :ertificate Holder Name and Address of Agent r Also named as addili:real Insured r City of Palln,Sptings Frank Miller lneuxance Agency;Inc. Department ofProcuTernent aald t cntracting License It 0306949 5200 Talxquitz Canyon Way 72875 Fred Waring Drivo, Suite A Palm Springs, CA 92262 Palm Desort,CA 92260 Bus(760)34&1135 Fax(760)346-1532 RI6: Construction ofDoTi�ntown P;I:lcitag Snucnue L City Project#01-27-10 Misc.Metr s L J Company Profile • • Page 1 of 2 Company Profile car" �nY De artcnent at Ins rance STATE FARM MUTUAL AUTOMOBILE INSURANCE COMPANY ONE STATE FARM PLAZA BLOOMINGTON, IL 61710-0001 Agent for Service of Process TOM ROLLS, 3333 HYLAND AVENUE COSTA MESA, CA 92626 Unable to Locate the Agent for Service of Process? Reference Information NAIL #: 25178 NAIC Group #: 017.6 California Company ID#: 0948-0 Date authorized in California: June 18, 1928 License Status: UNLIMITED-NORMAL Company Type: Property& Casualty State of Domicile: ILLINOIS Lines of Insurance Authorized to Transact The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AUTOMOBILE COMMON CARRIER LIABILITY DISABILITY FIRE LIABILITY MARINE MISCELLANEOUS PLATE GLASS http://www4.insurance.ca.gov/wu/idb_co_prof utl.get_co prop.p_EID=3067 7/15/2002 • TRADE BID TRADE BID PACKAGED/ 10 TRADE DESCRIPTION Miscellaneous Metals 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 Date (J !J Number Date -,���� )"��� Number - Date • 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 all Bid schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefor the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). p Date: iJl 0 �- Bidder: t By: /l ,qr,✓v Title: V 1 (,�{ - } ��{��f>I IJr�w)_T • TRADE BID TRADE BID FORMS - 2 TRADE BID SCHEDULE • Lump Sum Price for Construction of The Palm Springs Downtown Parking Structure Project No. 0 1-27 in the City of Palm Springs, California TRADE BID PACKAGE NO.: 10 TRADE BID PACKAGE DESCRIPTION: Miscellaneous Metals TOTAL BID PRICE - (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - S ��- Pncen figures :Pane m worths y., Pnce in words ALTERNATES (INCLUDING PERFORMANCE AND PAYMENT BOND PREMIUM) - • Alternate No. 1: $ 1d1, Pr ce m figures BIDDER:_ ! aC-ILA S f 1 lUL�`� G'LCd 1�%>) 111�� BY: _w�i�� �.�. l✓ ��ignamre TITLE: �I I �:.. 1 I✓) fi,.� DATE:_ ;�- • City of Palm Springs TRADE BID SCHEDULE - LUMP SUM PRICE TRADE BID FORMS - 3 INFORMATION REQUIRED OF BIDDER • LIST OF SUBCONTRACTORS As required under Section 4100, et. seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Contractor Percent License Of Total Work to be Performed Number Contract Subcontractor's Name & address SPR 1I;j5L� 3, 7T. ar. I I V 14 1_ 7b'iA W A-P ♦ j 9 lU i 2. 3. • 4. 5. 6. 7. 8. • City of Palm Springs LIST OF SUBCONTRACTORS TRADE BID FORMS - 4 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY OFFEROR AND SUBMITTED WITH PROPOSAL State of California I ss. County of 9-1V j_„ft,t,1 1>1� I, H 1--V/141 rp,' being first duly sworn, deposes and says that he or she C. ;% , n 7 PrLi" �rcufl+'>S 1 D1u'�t- tW Of 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 � l 1'. 4•I �I,�.�� �16'LIJ I IL11�� Z fl1C. , n1 BY TITLE ORGANIZATION f.-/ >PPlIt,+`t �' I�L111IULi� I � ADDRESS 1 i '7 L' ��L GIUI , SUBSCRIBED AND SWORN TO BEFORE ME THIS _ DAY_OF' y 1 NOTARY PUBLIC IN AND FOR SAID COUNTY AND STATE—" C1 MY COMhv SION EXPIRES: • City of Palm Springs NON-COLLUSION AFFIDAVIT TRADE BID FORMS - 5 Y CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - ,_ li, State of California gI ss. It County of s� jl On r �(il.-PiS!_ O06191 beforeme, 9 Qt �l. c�l . C 6'll' <; Dale Nan a antl Title oI Cflme "Jane Doe,Notary Publli'f Sil/ J J <, personally appeared Z '77,c,f 1 /�j�;,'j Ls CC) Narem(a)ol 9n.ria) ltr � `t 53 personally known to me )1 �1 ❑ proved to me on the basis of satisfactory '1> rl evidence 0 to be the arson whose name is/ r'1 BEVEYtLY BITANGA SMfrFt P {iQ (;�} �`' Commission#1350408 subscribed to the within instrument and e rCf � Notary Public-Callfom acknowledged� d to me thatdjs/she/YYfay executed r Riverside County the same in .-4i§/her/tlW authorized '<11 S MyComm.E*resApr9,2006 capacity(,"), and that by -X_s/her/t132srr n ¢� signature*)_on the instrument the person{), or it the entity upon behalf of which the person. iI acted, executed the instrument. I C1 WI d}IESS my han not official seal _ t3l r: /ram C, S nature 01 Notary la bhe t')i OPTIONAL )i I� Though the information below is not required bylaw,!t may�> q y y prove valuable to persons relying on the document and could prevent Iltil fraudulent removal and reattachment of this form to another document �71 f(� Description of Attached Document ��c.- o f < yyf yy utl Title or Type of Document m- C C� ic{ � i71 '. Document Date: •�LLv`d. 17 61�1 Number of Pages: L J �I 1�I Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer Signer's Name: ChL 1-?L( L"J (i �"D c? I-r�tL✓t P So jl C �` -� ❑ 1 dividual � � C /' � / Tap al thumb here t'),1 Corporate officer—Title(s): V,CG tl'f�L57� s't-F N ❑ Partner—❑ Limited ❑General jl �tl ❑ Attorney-in-Fact I(:! ❑ Trustee `'Ok )l fG ❑ Guardian or Conservator ❑ Other: t �J Signer Is Re resentin CLIM C_ ilk q3 ))// l!g,r Lr_Q iUq 61-L0-1 <v�'cv✓��rao;�=2`<-.--� �.,- -B✓; ;��=`. _,,._.,,-r�...�.. �—v. ����'�.,-CagG�.''�_v Y✓.... __ �;71 ©1999 National Notary Assocellon•9330 De Soto Ave,PO Box 2402•Cnalsvalm,CA913132402•e.1atlonalnolary.ory Prod No,5907.. Reortlar.Cell Tal Free 1-80037766827 • 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 accodance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Contractor: � � Title: • • City of Palm Springs WORKER'S COMP CERTIFICATE AGREEMENT & BONDS - 4 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 OF THE CITY OF PALM SPRINGS, CALIFORNIA /yl� £. _g"� HAROLD E. GOOD, CPPO DIRECTOR OF PROCUREMENT & CONTRACTING DATE: June 3, 2002 r e4' 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 proiect 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 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 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 By Z ' r' A, -r z7, HAROLD E. GOOD, CPPO Director of Procurement & Contracting Date: June 10, 2002 i PROJECT NAME: Block 28 Palm Springs ADD ND iM #00 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" & "EF. 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 PEB 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/B 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/B.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.I. 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. I. 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 11'4" 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 'h" 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 NO.1 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. 1A.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 1". 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 Vill. 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 II "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 11 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 "FY & "74" (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/S1.2 -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" @ 6K 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 @ 9X 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. S1.3- Foundation Details A. 6/S1.3 - Footing Elevation Page 9 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 "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 W dimension to read "2 3/" Veneer" 2. Revised V 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 "G" 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 5/S3.1 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 @ V 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/" 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 " V 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" & 1" 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 151, 3. Revised section cut 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 - PIT 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 "I. 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'-0" 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 75KSI." 1.5.10. S3.3- P/T Beam Schedule & Details A. PIT 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. 35.1 -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 %' 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 '/2" 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 1'-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 10x8.4 G. 9/S5.1 - 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 3/4"Veneer" below studs C. 3/S5.2-Canopy Base Plate 1. Added note below title "See Sheet A1.3 for Locations" D. 5/55.2-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 S6.1 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. 1/57.1 -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 443/8x2'-0" Ig. w/ (4) 3/" 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, & #3 Roof Section 1. Revised 4"veneer to be "2 3/<"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 %" 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) 3/" 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 5/55.2 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 callout from 2/S7.3 to 8/S7.1 3. Revised note to read "Wall reinf. Re" 1/S7.1" 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 3/4" 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 E1.1. 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 2NO 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. E.1.4 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 MIA 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 1.4.6.6 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/S7.2 is 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? 5 Answer: Eye bolts are required at intermediate columns. Detail 9/S5.1 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, A04011i0® CERTIFICAT F LIABILITY INSURAN °07=2"Y' PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HRH Ins Sery of So California HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR License Number D684603 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. 77-564 Country Club Dr. 8401 COMPANIES AFFORDING COVERAGE Palm Desert CA 92211 COMPANY A Steadfast Ins. Co./Heath tl INSURED COMPANY Palm Springs Welding, Inc. B Amedcan Intl Specialty 1189 Valdivia Way COMPANY Palm Springs CA 92262 C State Fund COMPANY D American States Ins. Co, COVERAGES THIS IS TO CERTIFY THAT 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. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. Go TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATIONLTR LIMBS DATE (MMIDDIYY) DATE (MMODIYY) A GENERAL LIABILITY SC03963963-00 05/22/02 05/22/03 GENERAL AGGREGATE Is 2,000,000 X COMMERCIAL GENERAL LIABILITY PRODUCTS-COMP/OP AGG $ 2,000,000 CLAIMS MADE O OCCUR PERSONAL&ADV INJURY $ 1,000,000 OWNER'S&CONTRACTOR'S PROT EACH OCCURRENCE $ 1,000,000 FIRE DAMAGE(Any one lire( $ 50,000 MED EXP(Any one person) $ 5,000 AUTOMOBILE LIABILITY ANY AUTO COMBINED SINGLE LIMIT $ ALL OWNED AUTOS This certificate is issued as a matter Of SCHEDULED AUTOS y BODILY INJURY $ information only and co fers no rights (Per per INJURY HIRED AUTOS upon the certificate hol er.This NON OWNED AUTOS certificate does not sun d,C%tend of BODILY INJURY alter the coverage afford by the policies (Per accident) $ mentioned. PROPERTY DAMAGE $ GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHER THAN AUTO ONLY- EACH ACCIDENT $ AGGREGATE $ JAEXCESS LIABILITY BE13988684 06/01/02 06/01/03 EACH OCCURRENCE S 1,000 000 UMBRELLA FORM AGGREGATE $ 1000,000 OTHER THAN UMBRELLA FORM $ ERS COMPENSATION AND - - WC STATD- OTH- EMPLOYERS'LIABILITY - — - - TORY LIMITS ER O 1576656-01 10/01/01 10/01/02 EL EACH ACCIDENT $ 1,000,000 THE PROPRIETOR/ INCL EL DISEASE-POLICY LIMIT $ 1 000,000 PARTNERSIEXECUTIVE OFFICERS ARE EXCL EL DISEASE-EA EMPLOYEE $ 1 000,000 OTHER D Leased/Rented Equipment Ol OG164686-1 04/29/02 04/29/03 Limit 120,000 Special Form Incl . Theft $500.00 Led OHSCRIPTION OF OPERATIONSILOCATIONS/VEHICLES1SPECIAL ITEMS t- Ity of Palm SSprings and turner construction Company are named as additional insured as per CG2010 10193. Job-Palm Springs Downtown Parking Structure - City Project 01-27.10 "This cert. Rescinds & Replaces on . cart. issued on 07/08/02" Fax N323-8238 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE City of Palm Springs and EXPIRATION DATE THEREOF,THE ISSUING COMPANY WILL ENDEAVOR TO MAIL Tumor Construction Company 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, 3200 E Tahquifz Canyon Way BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY Palm Springs CA 92262 OF ANY KIND UPON THE CO PANY,ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRES e Matt Costello '�N]J (/ (�J �1 - ACORD 25-8 (1195) V v lvyy ttt 1115551// r C ACORD CORPORATION 19M 07/22/02 INSURED: Palm Springs Welding, hic. 1189 Valdivia Way Palm Springs, CA 92262- Re: General Liab - Steadfast his. Co. -Policy# SC03963963-00 Effective 05/22/02 To 05/22/03 This endorsement changes the policy. Please read it carefully. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS (FORM B) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART WHO IS AN INSURED (Section 11) is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. SCHEDULE NAME OF PERSON OR ORGANIZATION: City of Palm Springs and Turner Construction Company Job: Palm Springs Downtown Parking-Structure-- City Project 01-27-10 LICENSE #0684503 Client#: 28969 2PALMSPRI3 ACORDT11 CERTIFICAlk OF LIABILITY INSUIONCE 0DATE MMID 6/13/03 DNYYY) PRODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION HRH Insurance Services of ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE Southern California HOLDER.THIS CERTIFICATE DOES NOT AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW, 77-564 Country Club Dr.,#401 _ Palm Desert, CA 92211 INSURERS AFFORDING COVERAGE _NAIC#�P^' . INSURED INSURERA Steadfast P Palm Springs Welding Inc INSURER American International Specialty Lin'J�.. )���� I C'l 1189 Valdivia Way INSURERC State Fund - Palm Springs, CA 92262 INSURER D: American States Insurance �`\¢"e6, �7_" INSURER E' ;j/ - !d"�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 1 D R TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE POLICY EXPIRATION LIMITS LTR NSR DATE MMI00/YY DATE MM/DD/YY A GENERAL LIABILITY SCO396396301 05122/03 05/22104 EACH OCCURRENCE $1 OOO 000 COMMERCIAL GENERAL LIABILITY DAMAGE TO RENTED SSO OOO PREMISES Eaoccurrence) CLAIMS MADE a OCCUR LED EXP(Any one person) $5 000 PERSONAL&ADV INJURY S11000000 GENERAL AGGREGATE $2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: PRODUCTS-COMP/OP AGO $2000,000 POLICY El JECr LOC AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT ANY AUTO (Ea acciddri $ ALL OWNED AUTOS BODILY INJURY $ SCHEDULED AUTOS (Per person) HIRED AUTOS BODILY INJURY S NON-OWNED AUTOS (Per accident) PROPERTY DAMAGE $ (Per accident) GARAGE LIABILITY AUTO ONLY-EA ACCIDENT $ ANY AUTO OTHERTHAN EA ACC 5 AUTO ONLY: AGO S B EXCESSIUMBRELLALIABILITY BE1398684 T06/01/03 06101/04 EACH OCCURRENCE $1000000 X1 OCCUR CLAIMS MADE AGGREGATE S1,000,000 DEDUCTIBLE $ X RETENTION__$10000 C WORKERS COMPENSATION AND 157665602 10/01/02 10/01/03 WC - IMITATU OTH- T RV LIMIT ER EMPLOYERS'LIABILITY E.L.EACH ACCIDENT $1,000,000 ANY PROPRIETCR/PARTNERFXECUTIVE OFFICER/MEMBER EXCLUDED' El DISEASE-EAEMPLOYE $1,OOW,000 R yes,ALPR PROVISIONS EL DISEASE-POLICY LIMIT S1,000,000 SPECIAL PROVISIONS below D OTHER 01CG1646862 04/29/03 04/29104 Leased/Rented Eq 121 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT/SPECIAL PROVISIONS Job: 3200 E.Tahquitz Canyon Way, Palm Springs, CA 92262 Certificate holder is named as an additional insured as per STF-CGL1645C CW 3102 CERTIFICATE HOLDER CANCELLATION SHOULD ANY OFTHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION City of Palm Springs Attn: DATE THEREOF,THE ISSUING INSURER WILL ENDEAVOR TO MAIL 3g DAYS WRITTEN Business License Dept. NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT,BUT FAILURE TO DO SO SHALL P.O. Box 2743 IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER,ITS AGENTS OR Palm Springs, CA 92263 REPRESENTATIVES. AUTH IZ DREPRE ENT 'IVE ACORD 25(2001/08) 1 of 2 #M51337 2DNIE © ACORD CORPORATION 1988 StateFwm STATE FARM® • • ® PO Box 2368 Bloomington IL 61702-2368 68A AT1 12 000846 0093 CITY OF PALM SPRINGS PO BOX 2743 PALM SPRINGS CA 92263-2743 Ill'"I'll lllll'II"Ill-I-IIIIIIIIII Jill 'IIIIIIIIIII'll"lllJill, DATE OF NOTICE: APR 30 2024 CODE: A NOTE: PLEASE NOTIFY STATE FARM AT THE ADDRESS LISTED AT THE TOP, LEFT CORNER OF THIS PAGE REGARDING ANY CHANGE OF ADDRESS INFORMATION. RECEIVED MAY 0 6 2024 OFFICE OF THE CITY CLERK ADDITIONAL INSURED'S NOTICE OF COVERAGE 1498-FA41-A State Farm Mutual Automobile Insurance Company COVERAGE: NAMED INSURED: POLICY NO: PALM SPRINGS WELDING, INC YR/MAKE/MODEL: 647 8873-C15-55 2020 CHEVROLET PICKUP BI AND PD LIABILITY $ 1 MIL /$ 1 MIL /$ 1 MIL a 1189 N VALDIVIA WAY VIN/CAMPER: AGENT NAME: 1GC3WRE72LF218920 JOHN FORD $1000 DED. COMP. $1000 DED. COLL. 04 PALM SPRINGS CA 92262-5426 o AGENT PHONE: (760)564-0011 POLICY EFFECTIVE 9 ENDORSEMENT NO: 6028BU MAR 19 2024 UNTIL TERMINATED POLICY MESSAGES: The policy includes a loss payable clause protecting the additional insured's interest in the described car to the extent of the insurance o provided and subject to all policy provisions. The additional insured will be given 20 days notice if the policy is terminated. Until such notice co Is provided, it shall be presumed that the required renewal premiums have been paid. The additional insured must notify us within 10 days of 6 any change of interest or ownership coming to their attention. Failure to do so will render this policy null and void. N BCK2 blatel-arM STATE FARM i �l' A L45l DATE OF NOTICE: JAN 03 2024 PO Box 2368 CODE: Bloomington IL 61702-2368 67A v AT1 12 CITY OF PALM PO BOX 2743 PALM SPRINGS 001301 0093 SPRINGS CA 92263-2743 I'llllllllllllllll'llll11111'I"'IIIIIIIIIIII�I���IIIII�III�JIII A NOTE: PLEASE NOTIFY STATE FARM AT THE ADDRESS LISTED AT THE TOP, LEFT CORNER OF THIS PAGE REGARDING ANY CHANGE OF ADDRESS INFORMATION. ADDITIONAL INSURED'S NOTICE OF COVERAGE State Farm Mutual Automobile Insurance Company 1498-FA41-A NAMED INSURED: POLICY NO: 456 1284-C15-55W COVERAGE: PALM SPRINGS WELDING, INC YR/MAKE/MODEL: 2020 CHEVROLET PICKUP BI AND PD LIABILITY 1189 INVALDIVIA WAY VIN/CAMPER: 1GC3WRE72LF218920 $ i MIL/$ 1 MIL/$ 1 MIL $ MP. PALM SPRINGS CA 92262-5426 AGENT NAME: JOHN FORD 1000 DED. CO AGENT PHONE: (760)564-0011 ENDORSEMENT NO: 6028BU POLICY EFFECTIVE DEC 29 2023 UNTIL TERMINATED POLICY MESSAGES: This policy shown above supersedes policy# 4561284-55V. The policy includes a loss payable clause protecting the additional insured's interest in the described car to the extent of the insurance provided and subject to all policy provisions. The additional insured will be given 20 days notice if the policy is terminated. Until such notice is provided, it shall be presumed that the required renewal premiums have been paid. The additional insured must notify us within 10 days of any change of interest or ownership coming to their attention. Failure to do so will render this policy null and void. FRT RECEIVED JAN 16 2024 City Hall . ceotion Desk r StateFarm STATE FARM® A. PO Box 2368 Bloomington IL 61702-2368 Agl(of DATE OF NOTICE: FEB 20 2024 CODE: "I qj 7 a N W N 0 6 N AT1 12 CITY OF PALM PO BOX 2743 PALM SPRINGS 135A A 001388 0093 SPRINGS CA 92263-2743 11.I111,I1I,IJ.1II1I'111111111dII1'll'll'11-1111Ild, NOTE: PLEASE NOTIFY STATE FARM AT THE ADDRESS LISTED AT THE TOP, LEFT CORNER OF THIS PAGE REGARDING ANY CHANGE OF ADDRESS INFORMATION. RECEIVED FEB 2 7 2024 Receity Hail ption Desk ADDITIONAL INSURED'S NOTICE OF COVERAGE I State Farm Mutual Automobile Insurance Company 1498-FA41-A NAMED INSURED: POLICY NO: 456 1284-C15-55Y COVERAGE: PALM SPRINGS WELDING, INC YR/MAKE/MODEL: 2020 CHEVROLET PICKUP BI AND PD LIABILITY 1189 N VALDIVIA WAY VIN/CAMPER: 1GC3WRE72LF218920 $ 1 MIL $1000 DE 1 MIL/$ 1 MIL D. COMP. PALM SPRINGS CA 92262-5426 AGENT NAME: JOHN FORD $1000 DED. COLL. AGENT PHONE: (760)564-0011 ENDORSEMENT NO: 6028BU POLICY EFFECTIVE FEB 13 2024 UNTIL TERMINATED POLICY MESSAGES: This policy shown above supersedes policy# 4561284-55X. The policy includes a loss payable clause protecting the additional insured's interest in the described car to the extent of the insurance provided and subject to all policy provisions. The additional insured will be given 20 days notice if the policy is terminated. Until such notice is provided, it shall be presumed that the required renewal premiums have been paid. The additional insured must notify us within 10 days of any change of interest or ownership coming to their attention. Failure to do so will render this policy null and void. FRT 12�llw