Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
04515 - COAN CONSTRUCTION DOWNTOWN PARKING STRUCT CONCRETE MO7104 CP01-27-07
Doc a 2003-005313 01/03/2003 00:00A Fee:NC Page 1 of 1 Recorded in official Records County of Riverside I Gary L.4 orso 44 Assessor, County Clerk & Recorder IIIIIIWE IIII 1111IIIII 11111 III IIIII IIII IIII Return To: City Clerk City of Palm Springs P.O. Box 2743 Palm Springs CA 92263-2743 NOTICE OF COMPLETION NOTICE IS HEREBY given that: I 'I 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 ofthe City of Palm Springs is authorized and directed to execute,on behalf of said City,any and all Noticesl✓ 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 27"day of November, 2002. 5. The name of the contractor(if named)for such work of improvement was. Coan Concrete. 6. The public work 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: Minute Order No:'7(0' 01-27 01-27-07 DATED: m-to-oi_ CITY OF PALM SPRINGS By: � W&q-- — xec ive Director-Airports PATRICIA A. SANDERS, being duly sworn, says: That she is the City Clerk of aforesaid City of Palm Springs,California,the corporation that executed the foregoing notice;that she makes this verification on behalf of said corporation;that she has read the foregoing Notice of Completion,and knows the contents thereof, and that the facts stated therein are true;that as said City Clerk, she his verification on behalf of said municipal corporation. City Cie Index No. Coan Construction Downtown Pkg Struct CPO1-27-01 AGREEMENT #4515 M07104, 6-19-02 /J AGREEMENT THIS AGREEMENT made this p � day of June 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 Coan Construction Company, Inc., hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 --THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: Palm Springs Downtown Parking Structure Concrete & Reinforcing City Project No. 01-27-07 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-Concrete & Reinforcing 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: $1,000.00 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). ::ou,.rc� r� 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 /ATY€5 --�.a-.m_unicipal corporation C By: City Clerk City Manager Agreeme over/u $25,000 '�G'�Leviewed and APPROVED AS TO FORM: � ( r��[Q ��7 Ili , ( J�!' CGLEN approved by r Procurement & Contracting By: �` �1 Initials_ ��Date � 27 Dz. City Attorney P.O.Number CONTRACTOR: Check one:_individual_partnership x Corporation Corporations require two notarized signatures: One from each of the following: A. Chairman of Board,President,or any Vice President:AND B,Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial Officer). By: c �` 8y: �r Signature (notarized) / Signature (notarized) Name: Perry Coan Name: Shaa>:art S. Coan Title: Vice President Title: Sec]et /rrmisl= State of (la1 i forni a State of Cal forma County of jas Angele4ss County of Los Argeles )SS 6/21/02 On before me, N Y ems, NbtarY Public On 6/21/02 before me, �' ' Pardus. Nbtary Public sou lly appeared P--= CDan ersonaUy-appeared �tm S. Own �sonally kno� wn to mo(or proved to me on the basis of personally known to meYor proved to me on the basis of sa is ac ory evw en fo be the person(s) whose name(s) sa is a—f-f c o—f ry evidenZ`e'j-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/them signatures) on the instrument the person(s), or the entity upon behalf of on the instrument the person(s), or the entity upon behalf of which the person(s)acted,executed the instrument. which the person(s)acted,executed the instrument. WITNESS my hand and official seal. WITNESS my hand and official seat. ry Notary Signature:( / ��?r°C! r �� Notary Signature: Notary Seal: Notary Seal: NANCY FAROUS NANCY PARDUS Commission f# 1296324 Commission N 1296324 Notary Public-Colifomla Notary Public-Cal(fom1O i " Los Angeles County Los Angeles County� �� [[ MVComm.GtP* „ My Camm.�esMQ&?m5' PERFORMANCE BOND Bond #08575974 KNOW ALL MEN BY THESE PRESENTS, Fidelity & Deposit Company That Coan Construction Company,as Contractor and ,,f nrta ryl anA ,as Surety are held firmly bound unto the City of Palm Springs, a Charter City, organized and existing in the County of Riverside,California,hereinafter called the "City,"in the sum of Two million twenty four thousand ($2 024 000 00) dollars for the payment of which sum well and truly to be made,we bind ourselves, our heirs,executors, administrators,successors, and assigns,jointly and severally,firmly by these presents. WHEREAS said Contractor has been awarded and is about to enter into the annexed Agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Downtown Parking Structure Concrete&Reinforcing CITY PROJECT 01-27-07 NOW THEREFORE, if said Contractor shall perform all the requirements of said Contract Documents required to be performed on its part,at the times and in the manner specified herein, then this obligation shall be null and void, otherwise it shall remain in full force and effect. PROVIDED,that any alterations in the Work to be done or the materials to be famished,or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents, shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents,release either said Contractor or said Surety,and notice of such alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED,this 2 9 th day of June 200219 Contractor Coan Construction Contractor Coan Construction _.Company, Inc. , pany, E_ By '� ,.._��' J By %/�l! �• ( yf/.ram/ Title_pan y Oran, Vice President T$leghargn S. coan, Secretary/Treasurer 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 Fidelity, & Deposit Company of Maryland ,rite, Attorney-in-Fact ALL-PURPOSE ACKNOWLEDGMENT Slate of California ' County of Orange SS. On 6/24/02 before inc, Susan A. Lloyd, A NOTARY PUBLIC ' • (DATE) (NOTARY) f personally appeared Richard C. Lloyd I slcNen(s) Ix❑ personally known to me OR- ❑ proved to me on the basis of satisfactory I evidence to be the persol�'whose name,,( G subscribed to the within instrument and I • acknowledged to me that(sh'15fhey executed the same in hi authorized I • capacitykiea , and that by hi 1eTWa,- ISUSAN A. u.oyo signaturefsa-on the instrument the person,.R ' �ic-Caff or the entity upon behalf of which the i 1! cxonw county persoy(.s-J acted, executed the instrument. • � My Cann.Fx1;'ses Dex:18.2fA4 + WITNESS my hand and official seal. i &WA41d AU -24Z=> iNOrARY'S SIG TURF OPTIONAL INFORMATION IThe information below is not required by law. However, it could prevent fraudulent allachmenl of this acknowl- edgment to an unauthorized document. • CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT I i❑ INDIVIDUAL ❑ CORPORATE OFFICER SUR1;`PY BOND I TITI,e(5) TITLE OR TYPE OF DOCUMENT ' ❑ PARTNER(S) I r ® ATTORNEY-IN-PACT ' ❑ TRUSTEE(S) NUMBER OF PAGES I * ❑ GUARDIAN/CONSERVATOR I ' ❑ 0T4IER: I6/24/02 i `r• DATE OF DOCUMENT 1 • • SIGNER IS REPRESENTING: INAME OF PERSON(S)OR EN'111'YOLS) • OTHER f+ APA 1/94 VALLEY-SIERRA, 800-362-3369 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT ncr. .:rcr.;cr�rm�-� rTr-r�-.cc;cr, cn,�;�r, 'jrc>.v State of California �I ss County of Los Anoeles On 6/24/02 before me, Nancy Pardus Notary Public Data Name and Title of Officer(a g,"Jane Doe,Notary Public') personally appeared Sharon S. CoanI <, Name(.)of Signerys) ® personally known to me ❑ proved to me on the basis of satisfactory , fi evidenceI fito be the person(s) whose name(s) is/are 31 subscribed to the within instrument and acknowledged to me that he/she/they executedI NANCY PARDUS the same in his/her/their authorized eQA4YComrn Commission; 1296324 capacity(ies), and that by his/her/their I, iNotary public- cnlifcmia signature(s) on the instrument the person(s), or Los Angeles County •pgt;�M�O 2fA5 the entity upon behalf of which the persons) fits , acted, executed the instrument. I WITNESS my hand and official seal. Place Notary Seal Above atnra of Notary Ptire OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Performance Bond Document Date: 6/24/02 Number of Pages: I� � fi Signer(s) Other Than Named Above I� ) Capacity(ies) Claimed by Signer Signer's Name: Sharon S. Coan ❑ Individual LX1 Corporate Officer Title(s): - Secretary/Treasurer Top of thumb here I� ❑ Partner—❑ Limited El General , ❑ Attorney in Fact ❑ Trustees f) ❑ Guardian or Conservator F ❑ Other: Ci I' Signer Is Representing Coan Construction:Co. , Inc. i ©1999 Na0onal Notary Associa0on•935o 0e Solo Ave.,Pe 0ox 2902•CFalSwotlM1,GA 9131324e2•tvww naOonalnolaryor9 Prod No 5907 Reorder'Call Toll Freo 1-800-8766827 • • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT fiState of California ll ss. County of Los Angeles I On 6/24/02 before me, Nancy Pardus, Notary Public 5 Date Name anal Title of Ofhaer(e 9,"Jane Ooe,Notary Public") �I personally appeared Perry Coan Names)of Signers) Ri I'I © personally known to me fi ❑ proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and 0 acknowledged to me that he/she/they executed �. Nnt�cv PaRous in the same his/her/their authorized -, Commission tt 1.2911 F capacity(ies), and that by his/her/their Notary Public-Califomla z signature(s) on the instrument the person(s), or al Los Angeles Courtly IT the entity upon behalf of which the person(s) MY COMM. MI-T8,a0spY acted, executed the instrument. 1 1 WITNESS my hand and official seal. Pleae Notary Seel Above ---- ature of Notary` ubli? 'xJ I ll OPTIONAL Ifi Though the information below is not required by law, it may prove valuable to persons relying on the document1 I� and could prevent fraudulent removal and reattachment of this form to another document. 31 Description of Attached Document I Title or Type of Document: Performance Bondi, Document Date: 6/24/02 Number of Pages: Signer(s) Other Than Named Above. S I Capacity(➢es) Claimed by SignerI Signer's Name. Perry Coan _ ❑ Individual i� C� Corporate Officer—Title(s): Vice President Top of Ihumb Here ❑ Partner—❑ Limited ❑ Generals,, I<< ❑ Attorney in Fact ❑ Trustee °s ❑ Guardian or Conservator I ❑ Other Signer Is Representing: Coan Construction Co. , Inc. I ©1999 National Notary Associatiion•9350 So Solo Ave,PO Box 2402•Chatsworth,CA 913132402•nwwnatmnalnolaryor, Prod No 5907 Remtler'.Call Tal Fro.1-500-876-6827 PAYMENT BOND Bond #08575974 KNOW ALL MEN BY THESE PRESENTS, That Fidelity & Deposit company as Surety, are held firmly bound unto the City of Palm SQnngs, a Cha er City, organized and existing in the County of Riverside, State of California,hereinafter called the "City,"in the sum of: Two million twenty four thousand ($2,024,000.00) dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs,executors,administrators, successors, and assigns,jointly and severally,firmly by these presents. WHEREAS,said Contractor has been awarded and is about to enter into the annexed agreement with said City to perform the Work as specified or indicated in the Contract Documents entitled: PALM SPRINGS Downtown Parking Structure Concrete&Reinforcing CITY PROJECT 01-27-07 NOW THEREFORE, if said Contractor, its subcontractors,its heirs, executors, administrators, successors,or assigns shall fail to pay for any materials,provisions,provender, equipment or other supplies used in, upon,for or about the performance of the Work contracted to be done,or for any work or labor thereon of any kind, or for amounts due under the Unemployment Insurance Code, or for any amounts required to be deducted,withheld,and paid over to the Employment Development Department from the wages of employees of the Contractor and its subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such labor,all as required by the provisions of Title XV,Chapter 7,Sections 3247-3252,inclusive,of the Civil Code of the State of California and acts amendatory thereof, and sections of other codes of the State of California referred to therein and acts amendatory thereof, and provided that the persons, companies,or corporations so furnishing said materials, provisions,provender,equipment or other supplies,appliances or power used in,upon,for or about performance of the work contracted to be executed or performed,or any person,company or corporation renting or hiring implements or machinery or power for or contributing to said work to be done,or any person who performs work or labor upon the same,or any person who supplies both work and materials therefor,shall have complied with the provisions of said laws, then said surety will pay the same in an amount not exceeding the sum herembefore set forth and also will pay,in case suit is brought upon this bond, a reasonable attorney's fee, as shall be fixed by the Court. This bond shall inure to the benefit of any and all persons named in Section 3181 of the Civil Code of the State of California so as to give a right of action to them or their assigns in any suit brought upon this bond. PROVIDED,that any alterations in the Work to be done or the materials to be furnished, or changes in the time of completion,which may be made pursuant to the terms of said Contract Documents,shall not in any way release said Contractor or said Surety thereunder,nor shall any extensions of time granted under the provisions of said Contract Documents release either said Contractor or said surety, and notice of said alterations or extensions of the Agreement is hereby waived by said Surety. SIGNATURES ON NEXT PAGE SIGNED AND SEALED, this 24th day of June 200219_ Surety Fidelity & Deposit Company Contractor Coan Construction-- of L;aryland Company, Inc. By s� ��-p, C7_ �� 17 BY Title Attorney in-Fact Title Parry Coan Vice President (SEAL AND NOTARIAL ACKNOWLBDvMENT OF SURETI1) Contractor Coan Construction Title Sharon S. Coan, Secretary/Treasurer Corporations require two notarized signatures: One from each of the following: 9. Chairman of Board,President, or any Vice President;AND 2. Secretary,Assistant Secretary, Treasurer,Assistant Treasurer,or Chief Financial Officer). ALL-PURPOSE ACKNOWLEDGMENT State of California ' County of Orange SS. I On 6/24/02 before me, Susan A. Lloyd, A NOTARY PUBLIC ' (DA1E) (No'1'ARY) ' personally appeared Richard C. Lloyd ' SIGNER(S) ` X❑ personally known to me - OR- ❑ proved to me on the basis of satisfactory ' • evidence to be the persojD .� whose names �i a subscribed to the within instrument and I acknowledged to me that(�N�xesjhey executed ithe same in hi authorized I i capacityki-esy, and that by hi etj A. LOYD i SBSAN signalure,(s-on the instrument the persoll.( , �monn#lass or the entity upon behalf of which the Orange County persopkg-)'acted, executed the instrument. f *MY COO".15Tves Dr .la2M4 • iWITNESS my band and official seal. I ' NOTARY'S SIGN URU i OPTIONAL INFORMATION 4 The information below is not required by law. However, it could prevent fraudulent attachment of this acknowl- I • edgment to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF ATTACHED DOCUMENT 1 ❑ INDIVIDUAL I ❑ CORPORATE OFFICER SUR ,L, BOND ' TITLE(S) TITLE OR TYPE OF DOCUMENT ' f ❑ PARTNER(S) ' • ATTORNEY-IN-FACT ❑ TRUSTEE(S) NUMBER OF PAGES I • ❑ GUARDIAN/CONSERVAT'OR I ❑ OTHER: i 6/24/02 j DATE OF DOCUMENT i • SIGNER IS REPRESENTING: NAME OF PERSON(S)OR ENTI"FY(IES) OTHER ! �•w•w•..o•w•w•w•s•w•w•w•w• w•w•s•w 6��•�►•�7 APA 1/94 VALLEY-SIERRA, 800-362-3369 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND HOME OFFICE: P.O. BOX 1227, BALTIMORE, MD 21203-1227 Know ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by F. L. BORLEIS, Vice-President, and T. C. JOHNSON, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By-Laws said Company, which are set forth on the reverse side hereof and are hereby certified to be in full and eff/chard the date hereof, does hereby nominate, constitute and appoint Richard C. LLOYD, of Nifornia, its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, f urety, and as its act and deed: any and all bonds and undertakings and the execution of suc sn pursuance of these presents, shall be as binding upon said Company, as fully and amply 1 ins, as if they had been duly executed and acknowledged by the regularly elected officer a Coe in Baltimore, Md., in their own proper persons.This power of attorney revokes that is n behalfOYD,dated September 24, 1998. The said Assistant Secretary does here ° ify that tract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By-Laws of ompany s now in force. IN WITNESS WHEREOF, the sai -Presid nnn Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the saELITY 04i DEPOSIT COMPANY OF MARYLAND, this I lth day of May, A.D.2000. O ATTEST: FIDELITY AN POSIT COMPANY OF MARYLAND By: ! /ollAh T. C Johnso Assistant Secretary F L. Borleis Vice-President State of Maryland County OfHarford ss: On this Ilth day of May, A.D. 2000, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came F. L. BORLEIS, Vice-President and T. C. JOHNSON, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn,severally and each for himself deposeth and saith,that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. �yl iRON �NGTAPY� � PpO CCR^'� (J/r Patricia A. Trombetti � Notary Public My Commission Expires: October 9,2002 L1428-012-8151 EXTRACT FROM BY-LAWS OF FIDELITY AND DEPOSIT COMPANY OF MARYLAND "Article VI, Section 2. The Chairman of the Board, or the President, or any Executive Vice-President, or any of the Senior Vice-Presidents or Vice-Presidents specially authorized so to do by the Board of Directors or by the Executive Committee, shall have power, by and with the concurrence of the Secretary or any one of the Assistant Secretaries, to appoint Resident Vice-Presidents, Assistant Vice-Presidents and Attorneys-in-Fact as the business of the Company may require, or to authorize any person or persons to execute on behalf of the Company any bonds, undertaking, recognizances, stipulations, policies, contracts, agreements, deeds, and releases and assignments of judgements, decrees, mortgages and instruments in the nature of mortgages,...and to affix the seal of the Company thereto." CERTIFICATE I, the undersigned, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the original Power of Attorney of which the foregoing is a full,true and correct copy, is in full force and effect on the date of this certificate;and I do further certify that the Vice-President who executed the said Power of Attorney was one of the additional Vice-Presidents specially authorized,by the Board of Directors to appoint any Attorney-in-Fact as provided in Article VI, Section 2,of the By-Laws of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the loth day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice-President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter,wherever appearing upon a certified copy of any power of attorney issued by the Company,shall be valid and binding upon the Company with the same force and effect as though manually affixed." IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said Company,this 24th day of June 2002 Assistant Secretary CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT X State of California ss. County of T,oc Anaal Pa �) 'I On 6/24/02 , before me, Nantes P,rrlue Nn+nry Pnhlir I Dale Name and Tllle of Officer(e g "Jane Doe,Nclary Public') i> personally appeared Sharon S. roman I Names)of Slgner(s) r Cadpersonally known to me ❑ proved to me on the basis of satisfactory 1t evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed I<< NF4iII the same in his/her/their authorized CY PAP.DUS capacity(ies), and that by his/her/their 'I i. Commis3ion47246324 Notary Public-California signature(s) on the instrument the person(s), or 'I Los Angeles County the entity upon behalf of which the person(s) I Mycomm.DipiresMor8,2805 acted, executed the instrument. �I WITNESS my hand and o icial sea]. I Place Nola Seal Above rY ature or Notary Public I � OPTIONAL , Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. fi Description of Attached Document I Title or Type of Document: Payment Bond , [P Document Date, 6/24/02 Number of Pages: It e�i Signer(s) Other Than Named Above. Capacity(ies) Claimed by Signer ZQ! Signer's Name: Sharon S. Coan I< ❑ Individual 'I Top of thumb here Corporate Officer—Title(s): Secrr+ary TTr,2ast,1rer I. ❑ Partner—❑ Limited El General ❑ Attorney In Fact ❑ Trustee Ifi ❑ Guardian or Conservator ' ❑ Other. r Signer Is Representing: roan ('nn❑+n,r+i-inn r _ T„o- ©1999 National Notary Associallon•9350 De Solo Ave.,PO 9ox2402•Chatsworth,OA91313-2402-v naimnalnotaryor9 Prod No 5907 Reorder Call Toll-Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT �N._ev%aC.C%f�C�i"�;C�N�,l•.,�,rFv;cS�CF`�'at�-�R`('�---C(`-.Cr.G�`;,^-,c`�—,".CC�c•f;M.C(`�:�_:-,^��".c1;c�"�:(•�()e(`�'n=Sr`Ctacr`.:=l;cY•.c->.�h State of California ss. 5 fi County of Los Angeles ( 111 On 6/24/02 before me, Nancy Pardus Not Public Date Name antl Title a,Ors.,(e g "Jane Ooe,Notary Public,) personally appeared Perry Coan ���111111 Name(s)of Signer(s) �l ❑x personally known to me fi ❑ proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are �I subscribed to the within instrument and �.,e . r-_.• _ 11? acknowledged to me that he/she/they executed NANCY PAIaDus the same n his/her/their authorized Commission W 1296324Notary Public-CaliforniaLos Angeles Goun7y capacity(ies), and that by his/her/theirQt'Rrc, signature(s) on the instrument the person(s), or i' nsycomm,Exp`esIvIcre,2335t-) the entity upon behalf of which the person(s) acted, executed the instrument. i WITNESS my hand and official seal. �- / � Place Notary Seal Above Signature of N lary PPublicU OPTIONAL �) 11, Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. �l Description of Attached Document I Title or Type of Document: Payment Bond I� Document Date. 6/24/02 Number of Pages: ),I Signer(s) Other Than Named Above, Capacity(ies) Claimed by Signer , Signer's Name: Perry Coan j • ❑ IndividualI Lai Corporate Officer—Title(s): Vice President rDP of ml,mb Hera , ii ❑ Partner—❑ Limited ❑ General I� ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator , I ❑ Other: �C Signer Is Representing: Coan Construction Co. , Inc. f �c��1;��i�,�•.=c,�;`,1;sc,_ �c.�-cu_w��iw��wwr`\-<.�-�c�.��-rc�owcc;cvu.�•e�� � 01999 National Notary Association•9350 De Solo Ave,PO Box 2402•ChalswoGh,CA 913132402•www.natanalnolary,org Prod No.5907 Remaer.Call Tall Free 1-900 876 6827 SCOPE OF WORK TRADE CONTRACT NO. 7 CONCRETE & REINFORCING PALM SPRINGS REGIONAL AIRPORT CITY OF PALM SPRINGS, CALIFORNIA vide all necessary labor, materials, equipment, hoisting, scaffolding, tools, rigging, iporary shoring, and anything else necessary to complete the Concrete Work for the Palm ings Block 28 Parking Structure Project. 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. included in the e this Trade D. Where a Specification Section is specifically i i h stop of is r 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. 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. 03301 Cast-in-Place Concrete 03382 Unbonded Post-Tensioned Concrete $. As further clarification, Trade Contractor shall: Page 1 5/25/2002 i • Palm Springs Regional Airport Scope of Work Concrete Page 2 1. Provide all concrete work within the footprint of the building, including but not limited to grade beams, footings, foundations, foundation walls, pits, slab-on-grade, shear walls, beams, columns, girders, grade beams, concrete planks, and elevated concrete decks. 2. Provide all rebar and wire mesh steel reinforcing for the concrete. Include all dowels where site concrete attaches to Building Structures. Coordinate reinforcing layouts, including all dowels, with the Site and Masonry Trade Contractors. 3. Provide all post-tension reinforcement Work, including all tendons, couplings, plates, block-outs, sheathing, ring nails, bolsters, chairs, spacers, anchorage devices and all other appurtenances for a complete installation. 4. Provide all formwork, pumping, placing and finishing of concrete. 5. Provide structural excavation, backfill and re-compaction for proper placement of the concrete footings, grade beams and pits as required. Include removal of all excess spoils from the site if it cannot be used. Provide excavation, fill, re-compaction and backfill in accordance with the drawings, specifications and "Geotechnical Engineering Report" dated February 1, 2002, Addendum to Geotechnical Engineering Report" dated April 17, 2002, "Report of Phase II Investigation Former Gas Station NWC South Indian Canyon Drive and Baristo Road Palm Springs California" dated March 29, 2002 and "Report of Phase I Environmental Site Assessment Seven Contiguous Particles South Palm and Indian Canyon Drives North of Baristo Road, Palm Springs, California" dated February 7, 2002, all prepared by Earth Systems Southwest. The grade will be left to +/- 0.1 of a foot. 6. Provide all water stops, keys, step footings, drive grooves, joint filler and sealants. 7. Provide all slab-on-grade including sand, vapor barrier and the gravel beneath the slab such as all sidewalks, driveways, curbs, ledges and ramps within the building footprint, as indicated, or specified by the specifications or the Geotechnical reports. 8. Provide all fine grading for slabs on grade. 9. Provide all concrete fill including steel pan stairs at the stair landings. 10. Provide concrete bases for the light pole bases and shade structures, including layout, placement of templates and anchor bolts. Including sacking as required. Page 2 5/25/2002 Palm Springs Regional Airport Scope of Work Concrete Page 3 It. Provide a Five Thousand Dollar ($5,000.00) allowance for all concrete equipment pads, including mechanical, electrical, plumbing and fire protection equipment pads. 12. Provide all pads, curbs, blockouts and penetrations. Coordinate all blockouts and penetrations with other Trade Contractors. Coordinate the installation of all Fire Protection and Plumbing Sleeves through all concrete. Trade Contractor will attend coordination meetings with other Trade Contractors. a 13. Provide all below grade pits and concrete walls. Include concrete footings below all masonry walls. Include backfilling and compaction of all walls. Coordinate compaction testing inspections through Turner. Coordinate, through Turner, backfill operation with the Waterproofing Trade Contractor and the Deputy Inspections of waterproofing. 14. Provide an Engineered Shoring plan. Include all sequences, phases and placement of shoring. Plan will be submitted to Structural Engineer of " review. 15. Provide hoisting, shoring and equipment required for the Work. 16. Blow and clean all concrete formwork prior to each concrete pour. 17. Provide Styrofoam blockout filler in concrete where indicated. 18. Provide mock-ups for all paving patterns, colors, textures and finishes for approval. 19. Provide all construction, control, expansion, tooled, and saw cut joints as indicated, including those for topping slabs. 20. Grout or drypack all structural steel baseplates, beam pockets and elevator sills as specified and/ or shown. 21. Provide weather protection for concrete work such as dewatering of foundation excavations, elevator pits, and rain damage to concrete finishes, etc. 22. Coordinate sleeves furnished and installed by the Misc. Steel, HVAC, Plumbing, Electrical, Fire Protection and any other trades as required. 23. Provide and maintain safety railing and toeboards, while on site, at the perimeter of all levels, safety railing and toeboards at all interior slab openings, and temporary handrail at all stairs in accordance with CAL- OSHA requirements. Provide for removal of same as permanent barriers are being installed, and/or at the end of the project. Page 3 5/25/2002 Palm Springs Regional Airport Scope of Work Concrete Page 4 24. Provide all fill rubble at perimeter wall sections. 25. Pour all floors to achieve specified tolerances, including specified clearances. This Trade Contractor will coordinate storypole jobwalks with Turner prior to pouring of concrete elevated decks. This Trade Contractor is responsible for all costs and remedial repair work required due to out of tolerance/clearance concrete work. 26. Include all polystyrene form board associated with concrete work wherever shown. 27. Provide all required submittals including, but not limited to: product data, design mix, curing compound, hardeners and dimensioned shop drawings illustrating pour joints and sequence for approval. 28. Provide all scaffolding, platforms, templates, racks and reference guides as may be required for the rebar work. 29. Receive, off-load and set all items embedded in the cast-in-place concrete which are furnished by others, including templates and anchor bolts, as indicted on each trade contractor's shop drawings. Leave all embed surfaces clean to allow welding and/or attachment. 30. Include receiving, off loading organizing, inventorying and installation, with concrete fill, of all galvanized steel pipe bollards and all miscellaneous metal embeds. 31. Provide all concrete sealant and caulking for the Work in accordance with the specifications. (Ref. specification section 07920). Provide all pre- molded filler and caulking at all masonry to concrete transitions and all concrete to concrete, including cont. backer rod and caulking at masonry walls per Detail 3/S1.2. 32. Provide proper finishing of concrete slabs and walls, including all sacking if necessary. Coordinate with the specific trades. 33. Include the cost for all permits required for the concrete work. 34. Provide all concrete sealers, hardeners and curing as specified. Ensure that all materials used are compatible with the waterproofing, paint, wall covering and floor materials. Concrete curing shall be water cured, utilizing poly-lined burlap and soaker hoses placed on timers. Include pumping of nuisance water as required. Page 4 5/25/2002 Palm Springs Regional Airport Scope of Work Concrete Page 5 35. Provide all task lighting for all nighttime concrete pour operations. This Trade Contractor should anticipate nighttime concrete pours, due to extreme temperature during regular business hours. 36. Provide the Construction Manager with a copy of all concrete delivery tickets. 37. Coordinate through Turner, all Soils, City and Deputy inspections. 38. Provide galvanized strand cable handrail system, including all related components. 39. Provide pressure treated wood bumper system, including all related components. 40. Provide and maintain washout basin located in an area approved by the Construction Manager. Washing out and washing down of trucks shall be limited to the washout basin only. Remove all residual concrete remaining in pump slickline from the jobsite daily. Nuisance water shall be removed on a daily basis. Washout basin area shall be thoroughly cleaned at end of project. 41. Provide continuous site clean-up and site dust control on a daily basis. The site shall be watered thoroughly, as required by Turner. Provide removal of all debris generated by your work. All work areas shall be left broom clean and free of any and all items related to concrete work. Clean- up street and parking area on a daily basis of dirt and dust tracked off site by the Work. Include your own trash dumpsters. In addition, this Trade Contractor shall provide trash dumpsters for all Trades, including providing one four (4) cuyd dumpster at the Construction Manager's jobsite trailer. All dumpsters shall be serviced and maintained through the entire project. 42. Provide final cleaning of entire structure after your Work is complete. This specifically includes power washing of the entire structure. Include removal of all nuisance water. 43. Provide temporary toilets for the duration of the project. Toilets are to be used by all Trades. Including a minimum of twice a week service and pumping. Including service and pumping of Turner's trailer. 44. Provide all temporary ramps, stairs and ladders to and from each level, until permanent stairs are in place for use by all the onsite trades. Provide maintenance of same. 45. Provide water trucks, dust control and street cleaning as required. Page 5 5/25/2002 Palm Springs Regional Airport Scope of Work Concrete Page 6 46. Provide all temporary scaffolding required for your Work. 47. Provide safety cover over both vertical and horizontal rebar dowels and continual maintenance of same. 48. Cover or plank over all small openings. Secure from dislocation, identify and maintain as per OSHA approved requirements. 49. Provide thickened slabs where metal stairs rest on slab-on-grade (not shown on drawings). y 50. Temporary 110V power to be supplied by Turner. Any additional power required for the completion of the Work is the responsibility of this Trade w Contractor. 51. Provide flagmen for traffic control on a continuous basis during concrete pours and when hauling, loading, unloading or delivering materials to and from the site, including deliveries of embeds provided by others. 52. Provide all necessary move-ins until the Work is complete. 53. Provide a Safety Program and be responsible for safety of all forming and concrete work. Any extra safety precautions shall be included as directed by Turner. Include a competent person who has participated and is certified through the OSHA 30 hours. 54. Provide all layout and surveying required for your work from control lines established by others. All survey control, including stakes, lost or damaged by this Trade Contractor operations, will be this Trade Contractor's responsibility. 55. Install colored inserts and contrasting colored nosing in the stair treads. 56. Remove and patch concrete slab and walls where safety posts and related components have been removed. 57. Trade Contractor acknowledges that the elevator openings at center elevator of each level are located on the ramps between decks. As such, this Trade Contractor will provide raised curbs or flat landings as to meet Handicap and pedestrian access requirements. 58. Protect embeds and rebar that have special coatings. 59. Remove laitance from all embeds, sleeves, rebar, and block-outs prior to grouting / drypacking. 60. Include removal and proper disposal of all excess spoils from the site. Page 6 5/25/2002 Palm Springspegional Airport Scope of Work Concrete Page 7 61. Include a cost allowance of 150 man-hours of Carpenter Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City of Palm Springs at the end of the project for any remaining unused hours. 62. Include a cost allowance of 250 man-hours of Laborer Journeyman for miscellaneous work, to be used only at the direction of Turner Superintendent. A log of hours used will be kept and a credit will be provided by this Trade Contractor to the City of Palm Springs at the end of the project for any remaining unused hours. 63. Provide Daily Construction Reports to Construction Manager. 64. Provide the following insurance for Combined Single Limit or Aggregate, in the amounts described: A. Comprehensive General Liability, in the amount of 5,000,000.00, including: a. Premises and Operation b. Elevators C. Independent Contractors d. Blanket Contractual Including Liability Assumed by Insured Under the Subcontract. B. Comprehensive Automobile Liability in the amount of 1,000,000.00, including: a. Owned b. Non-owned C. Hired Automobile Exposures. C. WORK EXCLUDED: 1. The following items are specifically excluded from the Concrete Work: a. Furnishing of miscellaneous metal embeds. b. Inspection and testing. C. Mass excavation. d. Concrete masonry work. e. Grout or drypack of base plates or continuous plates installed in masonry walls. Page 7 5/25/2002 Palm Springs Regional Airport Scope of Work Concrete Page S D. LABOR RATES: 1. To determine the sum to be paid for labor and miscellaneous incidental expenses, the following hourly rates shall be multiplied by the number of approved hours for each classification of labor. These hourly rates represent full and complete compensation (including overhead and profit) for providing labor. In addition, these rates represent full and complete compensation for the cost of incidental items including but not limited to such things as small tools and equipment (valued at less than $250), travel expense, fuel, employee parking, etc. X Straight Time Overtime (1.5X) c. Carpenter Foreman $ /Hour $ /Hour d. Carpenter Journeyman $ Hour $ /Hour e. Labor Foreman $ / Hour $ /Hour I. Labor Journeyman $ Hour $ / Hour g. Finisher Foreman $ Hour $ /Hour h. Finisher Journeyman $ Hour $ /Hour E. ALLOWANCES: Include the following allowances as part of your estimate. The allowances will be used on an ongoing and as-needed basis, only at the direction of Turner Superintendent or Turner Project Manager, and a credit will be provided by this Trade Contractor at the end of the project for remaining unused services. Item: Allowance: 1. Equipment pads (See Scope of Work Item#11) $5,000.00 2. 150 Carpenter Journeyman Man Hours $ / LS 3. 250 Laborer Journeyman Man Hours $ /LS F. ALTERNATES: None G. GENERAL INFORMATION: None Page 8 5/27/2002 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 4`h in the Desert Sun. BY ORDER OFF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO DIRECTOR OF PROCUREMENT & CONTRACTING DATE: June 3, 2002 C4 CITY OF PALM SPRINGS, CALIFORNIA 3200 East Tahquitz Canyon Way Palm Springs, California DOWNTOWN PARKING STRUCTURE City Project No. 01-27 AMENDED NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the Following Trades: Concrete & Reinforcing (Bid #7), Masonry (Bid #9), Miscellaneous Metals (Bid #10), Metal Stud Framing and Plaster (Bid #13), Plumbing (Bid #17), Fire Protection (Bid # 19), Electrical (Bid #20) and Site Concrete (Bid #22). N-1 AMENDED NOTICE IS HEREBY GIVEN that sealed Bids will be received from Trade Contractors who have successfully completed the trade specific pre-qualification process(es) set forth by the City. Said Bids will be accepted at the Office of the Director of Procurement & Contracting at 3200 E. Tahquitz Canyon Way in the City of Palm Springs. The Work is to be performed in strict accordance with the contract documents and is described in eight (8) individual Bid Packages (by Trade) for the Downtown Parking Structure, City Project #01-27. The City has contracted with Turner Construction Company to be the Construction Manager for the Project. The City and Turner Construction Company have chosen to develop eight (8) of the project's trade contracts via a pre-qualification process. The resultant contracts will be awarded and held by the City of Palm Springs. N-2 PRE-QUALIFICATION OF TRADE CONTRACTORS: All prospective bidders who have not already submitted trade specific pre-qualification questionnaires for this project must be pre-qualified to submit bids for this project. Trade contractors must be pre-qualified for each trade bid for which they wish to submit a bit. The completed prequalficiation questionnaires must be received at least five days prior to the amended date of bid opening specified in this Notice. Pre-qualification applications are enclosed with the bid package(s). Pre-qualification applications may also be obtained at www.ci.palm-springs.ca.us. (Go to "Departments" then to "Procurement") Bid proposals submitted by trade contractors who have failed to successfully pre-qualify will not be accepted. N-3 DATES AND TIMES OF OPENING BIDS: 1. Bids for Concrete & Reinforcing. Bid Package #7 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:00 P.M., local time, June 18, 2002. 2. Bids for Masonry Work. Bid Package #9 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:15 P.M., local time, June 18, 2002. 3. Bids for Miscellaneous Metals, Big Package #10 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 2:30 P.M., local time, June 18, 2002. 4. Bid for Metal Stud Framing and Plaster, Bid Package #13, will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 2:45 P.M., local time, June 18, 2002. 5. Bids for Plumbing. Bid Package #17 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 3:00 P.M., local time, June 18, 2002. 6. Bids for Fire Protection, Bid Package #19 will be received in the Department of Procurement & Contracting of the City of Palm Springs, California, from the above listed Trade Contractors until 3:15 P.M., local time, June 18, 2002. 7. Bids for Electrical, Bid Package #20 will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 3:30 P.M., local time, June 18, 2002 8. Bid for Site Concrete, Bid Package #22, will be received in the Department of Procurement & Contracting, City of Palm Springs, California, from the above listed Trade Contractors until 4:00 P.M., local time, June 18, 2002. Immediately after the time established as the deadline for receipt of bids, bids will be opened and read aloud. It is the responsibility of the Bidder to see that any Bid sent through the mail, by delivery service or hand-delivered shall have sufficient time to be received by the Director in the Department of Procurement & Contracting prior to the Bid Opening Time. Late Bids will be returned to the Bidder unopened. N4 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 "ProcurementD 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— L ' 'c, vfi�8zz 1 HAROLD E. GOOD, CPPO Director of Procurement & Contracting Date: June 10, 2002 i PROJECT NAME: Block 28 Palm Springs ADDENDUM #on 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, GA & 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 FEB Valve and added a XCZ-100-Com Drip Valve Assembly. B. Changed Stream Bubblers to a Xeri-Bubbler SXB-360-1032 (1) per plant. C. Add Xeri-Sprays for Annual Color area at entry. 1.3.3. LD-1. PLANTING DETAILS A. Add note on Detail 'A' (Tree planting detail): 6" Watering Berm to be removed prior to Decomposed Granite installation. B. Add Deep Root Barrier. 1.3.4 LD-1. IRRIGATION DETAILS A. Revised Detail 'B', the Remote Control Valve Detail. B. Add Drip Valve Detail, Shrub Spray Head and Flush Cap Detail. Page 2 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 1.4 ARCHITECTURAL 1.4.1. A0.1 —ABBREVIATIONS & CODE SUMMARY A. Code Summary 1. Revised "Allowable Gross Area = 337,500 S.F." from 500,000 S.F. B. Code Summary-Openness Calculation 1. Added "Area" and "% Open" column" C. Car Tabulation 1. Deleted "...and Building Area' from title 2. Updated Ground Level tabulation as follows - Standard 70; Compact 21; Handicap 10; Total 101. This results in a loss of 3 stalls with the Grand Total as follows -Standard 306; Compact 56; Handicap 10"; Total 372, 3. Added note "* 8 total handicap required (1 of the 8 must be van accessible). With the 10 provided 2 of the 10 must be van accessible. 4. Updated Efficiency to 329 S.F./Stall 1.4.2 A1.0—ARCHITECTURAL SITE PLAN A. Added dimensions for locating the parking structure measured from property lines. B. Rearranged parking layout @ ground floor. C. Defined all property lines. D. Labeled existing off-site buildings as existing structures. E. Added clarification detail and 2" gap note to trash area details. F. Added 4" dimension to the concrete curb @ trash area. G. Added H.C. route of travel. H. Deleted miscellaneous symbols not necessary to plan. 1.4.3 A1,1 — GROUND LEVEL PLAN A. Deleted Handicap stalls and signs along Grid 17.7 between A.3 & B and replaced them with (4) 9'-0" standard stalls B. Converted standard stall to a Handicap stall and added a sign to the north side of Grid 3/A. I. Deleted 4 standard stalls between Grid 1 & 2 between B & B.7 and replaced them with 3 Handicap stalls and a walkway in front of them. Signs were also added for each Handicap stall. J. Added additional dimensions to striping for clarification and reconfiguration of striping. F. Added 4'-0" opening to the south side of Grid 3/A. G. Added 4'-0" opening to the east side of Grid 1/6. 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: 1/13.3, 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 3-West B. Added 7'-0" Min. & 8'-2" Min. dimensions. 1.4.9 A4.1, A4.2, A4.3 &A4.4—WALL SECTIONS: A. Added note indicating upturned beam —"see structural where occurs." B. Revised 3 5/8" steel studs to 4" steel studs. C. Added pre-cast concrete cap to return to columns. D. Added floor level call outs. E. Added horizontal dimension at stud framing. F. Indicated urn brackets fastening to columns. G. Revised 1 V-6" dimension from ground floor to level two to 1 V4, 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 %2' 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 STAIRIELEVATOR 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 STAIRIELEVATOR 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. 1.4.13 A6.4 STAIR NO. 4 - PLANS/SECTIONS: A. Repeated notes applied to stair/elevator NO. 1, 2 and 3 where applicable. B. Added bollards to stair plan as shown on structural. C. Corrected reference "B" on plans to face the correct direction. D. Added intermediate supports to stair handrail at sections A and B. 1.4.14 A6.5 ARCHITECTURAL DETAILS: Page 6 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 A. Revised detail "N" showing support angle at bottom of veneer. B. Added intermediate support to stair railing at detail "J". C. Added anchorage of handrail to slab at detail "A". D. Added anchorage of elevator pit ladder to wall at detail "P". E. Added notes to detail "L". F. Added anchorage of handrail to wall at detail "F". G. Revised note to reference light fixture to electrical drawings at detail "C". 1.4.15 A6.6 ARCHITECTUAL DETAILS: A. Added bollard detail. B. Changed name "mechanical" to "machine" at detail "A". C. Revise note CMU to read CMU/concrete similar at detail "B". 1.4.16 A10.1 —SIGN SCHEDULE & COMPONENTS A. Sign Schedule B. Revised Remark 1)for Sign Mark S6 to Read "1) Mount Per Detail 8/A10.2 Along Grid 1.3 & 17.7" 1.4.17 A10.3 — ENTRY/EXIT PLANS & STRIPING DETAILS A. 1/A10.3— Northeast Exit 1. Adjusted 4'-0" Min. dimension from the back of the automatic gate to the center of the column to the face of the column. i. Labeled Bollards ii. Added curb to each side of drive aisle 2. Added note to "Paint Curb Yellow" 3. Added autogate in current construction versus future. B. 2/A10.3—South Entry/Exit 1. Labeled Bollards 2. Added curb to each side of drive aisle 3. Added note to "Paint Curb Yellow" C. 3/A10.3—Northwest Entry 1. Revised title to read correctly"Northwest Entry" 2. Labeled Bollards 3. Revised all Grid designations 1.5 Structural 1.5.1 S0.1 —General Notes (Pour Sequence) A. General Notes 1. Deleted part C (Fire ratings...) from section I, D became C and E became D. 2. Added number 2, Part A, Section IV "Stack bond, split face, compressive strength of masonry, Fm = 1900psi." The previous 2 became note 3. Page 7 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 3. Added "9. Chord steel and jamb steel 60,000 A706" to part B section III. 4. Inserted Attachments into Section Vi, Miscellaneous becomes VII and VII becomes VIII. 5. Added "Expansion Anchors in C.I.P. Concrete", "x Installation of expansion anchors per ICBO Evaluation reports as follows: ER-5369: HVA Adhesive Anchor System", and "ER-5193: HY-150 Adhesive Anchor System" to Inspection Requirement table section VI II. 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 II to read "Recompaction of soil, 24" below foundations in strips along column lines extending 24" beyond foundations. Bottom of excavation shall be recompacted to 90% for 18". See soil..." B. 3/S0.1 -Vertical Construction Joint in Wall 1. Revised note to read " 6" wide asphalt... ...footing to grade @ soil only. C. 4/S0.1 -Vertical Control Joint in Wall 1. Revised note to read " 6" wide asphalt... ...footing to grade @ soil only. 1.5.2. S0.2 - Structural Schedule & Details A. 2/S0.2 - Edge of Slab Detail 1. Revised note to read "Conc. drive slab (to street) w/mesh, see civil" B. 4/S0.2 - Pipe @ Concrete Footing/Wall Detail 1. Eliminated erroneous dimensions C. 6/S0.2 - CMU Top of Wall Connection 1. Added detail to sheet D. 10/S0.2 -Wall Control Joint Detail 1. Revised note to read " 6" Damproofing board..." 2. Revised note to read "Damproofing req'd @ exterior soil retaining condition only. E. 11/S0.2 -Wall Expansion Joint Detail 1. Revised note to read " 6" Damproofing board..." 2. Revised note to read "Damproofing req'd @ exterior soil condition only. 1.5.3. S1.1 - Foundation & Ground Level Plan A. Added note 14 to sheet notes to read "14. See S6.1 for shear walls". B. 1/S1.1 - Ground Level Plan Page 8 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 1. Revised title to read "Foundation & Ground Level Plan" 2. Stair/Elevator#2 callout changed from 4/S7.1 to 5/S7.1 3. Added section mark 5/S0.2 at Grid B/15 4. Added section mark 1/S0.1 along Grid 12 between B.3 & B.7 5. Added section mark 1/S0.2 & 2/S0.1 along Grid B.3 between 11 & 12 6. Added section mark 3/S1.2 at CMU wall at Electrical Room 7. Added section mark 6A/S1.2 at Grid A/10 8. Added note "From 2 to 4" for section mark 8/S1/2 at Grid 3/A 9. Revised note for section mark 7/S1.2 along Grid B between 6 & 7 to read 'W-0" north of Grid 4 to 8 for ftg." C. Footing Schedule 1. Deleted Footing Marks "73" & "F4" (not used) D. Added 11'6" dimension between grid 17 & 17.7, and 5'0" dimension between grid 17.7 & 18 along grid A (Typical all floor plans). 1.5.4. S1.2- Foundation Details A. 1/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" @ 6X 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 @ 9K 3. Revised #5 @ 8" O.C. to "#5 @ 24" O.C. in grouted cells" 4. Revised 8" C.M.U. wall to 6" C.M.U. 1.5.5. SU- Foundation Details A. 6/S1.3 - Footing Elevation Page 9 of 17 Addendum #2 WALKER PARKING 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 3/4" dimension to read "2 3/:' Veneer' 2. Revised 1" Gap dimension to read " 1" Setting Bed" B. 7/S1.4 -Column/C.M.U. Detail 1. Deleted Grid designations and replaced with the word "Grid" 1.5.7. S2.1 -Second Level Plan A. 1/S2.1 -Second Level Plan 1. Revised slab reinforcement type "G" note to read "T&B @ shear wall" @ grid 5/A.8 2. Added slab reinforcement and marks "F" & "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 5/57.1 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 @ 1" clr. from top" 9. Added note at an area 5'-0" to the south of Grid 7 to Grid 9, and 10'-0" east of Grid A to receive "WWF 6x6xW2.9xW2.9 @ 1" clr. from top". 10. Added "Sim." to section cut 5/S5.1 at Grid 2 between B.7 & C, section cut 5A/S5.1 at Grid B.7 between 1 & 2, and 5A/S5.1 at Grid 1 between A.8 & B. B. Slab Reinforcement Schedule 1. Mark A/ Remarks: Added "Typ. Grids A to C @ all beams, U.N.O." 2. Mark C/ Remarks: Added "Place full length of girders" 3, Mark D / Remarks: Added "Typ. @ end spans at shear walls, hook bars into far face." 4. Mark E / Remarks: Added "@ reentrant corners" 5. Mark G / Remarks: Revised to "T&B @ shear walls line 5" 6. Mark J / Remarks: Added "Typ. Grids A to C" C. 2/S2.1 -Column/C.M.U. Detail 1. Adjusted dimensions to be 8" from CMU to face of column and 11" to face of column. D. 3/S2.1 -Column/C.M.U. Detail 1. Revised 2 3/4" 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 V Gap dimension to read " 1" Setting Bed" 3. Added "Fry reglet channel screed, typ." note and graphical representation where the CMU meets the stud. E. 5/S2.1 - Column/C.M.U. Detail 1. Centered 8" CMU wall on Grid 1 so dimensions read 4" and 4" 2. Revised 10" C.I.P. wall to be " 11" C.I.P. Beam" located flush with outside face of column 1.5.8. 52.2-Third &Top Level Plan A. 1/S2.2-Third Level Plan 1. Added slab reinforcement and marks 7" & I" to pourstrip between grid 12 & 13/B.7 2. Revised chord steel that runs on each side of Grid B from 5 to 16 to run from 4 to 15, extending 10'-0" past grid 15 towards 16 and past Grid 4 towards 3. The note between Grid 13 & 14 along B is also revised to read 10 #7 Cont. Chord Steel 4 to 15". The note between Grid 5 & 6 along B is also revised to read "4 #7 Cont. Chord Steel 4 to 15". The second arrow pointing across Grid B was also deleted and replaced with a note that reads "10#7 Cont. Chord Steel 4 to 15" 3. Revised section 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 @ V 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 1. Provide ties and cross ties, #4@4"O.C. max. Page 11 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 -full ht. u.n.o." 3. Added Column Note 3 to read "3. Conservative cross ties engaging the same longitudinal bar shall have their 90-deg hooks on opposite sides of the column" B. 5/S3.1 - Exterior Beam/Column Detail 1. Added note "Light pole connection per manuf., where occurs" 2. Revised 3'-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. 53.3- P/T Beam Schedule & Details A. P/T Concrete Beam & Girder Schedule 1. Revised Mark B11 & B12 "W" to 11 instead of 12 2. Turned beam stirrup tails inward for Beam Section "A" B. 6/S3.3-Beam Detail @ Intermediate Anchors 1. Added 12" notation for size of additional U-bars 1.5.11. S5.1 -Structural Details A. 1/S5.1 - Exterior Bumper Wall Dtl. -2nd Level East 1. Adjusted wall height to 3'-4" 2. Adjusted cap to 3 '/z" 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 '/z" 4. Adjusted top of column to be S-6" C. 3/S5.1 - Exterior Bumper Wall Detail 1. Adjusted wall height to 3'-4" 2. Adjusted cap to 3Y2' D. 4/S5.1 -Wall Section 1. Deleted V-0" dimension for the Rubatex E. 5/S5.1 -Wall Section 1. Revised f'm = 1500psi to 1900 2. Change Stock Bond to Stack Bond F. 6/S5.1 -Wall Section 1. Revised 4'-7" dimension to read "Re: Arch." 2. Moved TS, Rod, and MC to center of column 3. Change MC 12 to MC 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. Revised cable stress from 3.00 KIP to 2.00KIP 4. Added weld symbol for the attachment of the anchor bars to the embedded plate 5. Added note "3. Fully seat end anchorages" Page 12 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 H. 10/S5.1 - Cable Anchor 1. Added weld symbol for the connection of the two angles. I. 12/S5.1 - C.I.P. Pillar @ Grid B-16 1. Revised detail to show a 8" C.M.U. wall 2'-0" high with strand rail above. 1.5.12 S5.2 Structural Details A. 1/S5.2 - Section @ South End -2nd Floor 1. Moved outside face PT beam flush with outside face of column and extended cap B. 2/S5.2- Slab/Shearwall Detail 1. Revised 3'-6" Min. dimension to read "Re: Arch." 2. Added "2 '/," Veneer" below studs C. 3/S5.2 - Canopy Base Plate 1. Added note below title "See Sheet A1.3 for Locations" D. 5/S5.2 -Wall Section 1. Moved TS, Rod, and Channel to be centered on column. 2. Revised MC12 to a MC 10x8.4 E. 6/55.2 -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 57.1 -Stair/Elevator#1  Plans & Details A. 1/S7.1 -Stair/Elev. #1 - Foundation/Ground Level Plan 1. Revised configuration of wall along Grid C and labeled it 6" C.M.U. Wall 2. Added a graphical representation of vertical rebar in the back of the machine room wall 3. Moved section mark 9/S1.2 closer to Grid 17 and added a new section mark in its place, 9A/S1.2 B. 2/S7.1 - Stair/Elev#1 -Second Level Plan 1. Modified back of machine room wall to correct location C. 3/S7.1 -Stair/Elev#1 -Third Level Plan 1. Added note "L 4x4x3/8x2'-0" Ig. w/ (4) 1/4" dia. Exp. Anchors to column. Weld Page 13 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 channel to seat angle (1/4" x 3" Ig.)" and graphical representation to the inside face of column @ Grid 17.7/C. D. 4/S7.1 - Elevator#1, #2,  Roof Section 1. Revised 4" veneer to be "2 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/S5.2 along Grid 1 3. Added section mark 6/S7.2 at the stair landing. 4. Added detail reference to note "2 '/2" expansion joint, see 1O/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/," 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 2"° 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 't LP2' has been revised to reflect the addition of the street pole light fixtures. C. The 1s level north-east corner ticket gate will be installed now. This change is shown on the panel schedule for panel 'LP3'. D. The electrical load summary has been revised to reflect the load changes to the panels. 2. SPECIFICATIONS Page 16 of 17 Addendum #2 WALKER PARKING CONSULTANTS\ENGINEERS June 10, 2002 5350 S. Roslyn St., Ste 220, Greenwood Village, 80111 303\694-6622 A. SECTION 02810 - UNDERGROUND IRRIGATION page 02810-12 M. Irrigation Controller: Shall be as designated on plans. Delete all references to Maxicom computerized system. N. 1. Control valves: Shall be as designated on plan. Delete reference to superior 950 globe valves. B. SECTION 02955 - FINISH GRADING AND ROCKERY INSTALLATION page 02955-3 E. DECOMPOSED GRANITE: 1. Particle size shall read 318" C. SECTION 02970—LANDCAPE MAINTENANCE page 02970-2 2.1 MATERIALS A. Replacement of Unacceptable Material: 1. Delete reference to "School District." END OF TEXT FOR ADDENDUM NUMBER 002 Page 17 of 17 Addendum #2 CITY OF PALM SPRINGS 3200 EAST TAHQUITZ CANYON WAY PALM SPRINGS, CA. 92262 DOWNTOWN PARKING STRUCTURE CITY PROJECT NO. 1-27 NOTICE TO PRE-QUALIFIED TRADE CONTRACTORS Bids for the following trades: Concrete & Reinforcing (Bid #7); Masonry (Bid #9); Miscellaneous Metals (Bid #10); Metal Stud Framing and Plaster (Bid #13); Plumbing (Bid #17); Fire Protection (Bid #19); Electrical (Bid #20); and Site Concrete Bid (Bid #22) ADDENDUM NO. 3 A. THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE PLANS AND SPECIFICATIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED DRAWINGS AND SPECIFICATIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. 1. On drawing M1.1, the sand-oil interceptor shown East of the SE corner of the parking structure, should be relocated to the vicinity of grid B.7-3 inside the ES corner of the parking structure, clear of the footings for the structure. Provide a traffic bearing cover plate on the sand-oil interceptor sufficient for a 3000#wheel load on an area of 20 sq in. 2. Relocate the storm drain risers on drawings M1.2, M1.3, and M1.4 to the North side of the column at Grid B-4, and to the South side of the column at Grid B-15 3. Questions and Answers to RFls: CONCRETE & REINFORCING - BID PACKAGE #7: a. Question: Pad footing located at Gridline 15-B is indicated as type F6, but there is no F6 footing in the footing schedule. Answer: Footing F6 shall read in schedule width 13 feet, length 13 feet, depth 2 feet. Reinforcing shall be eleven (11)#10s. Extend reinforcing from Section 7/S1.2 to Grid 15 into footing F6. b. Question: Please provide the thickness for continuous footing for Grid 5 (there is no section cut through). Answer: Section 4/S1.3 shows footing depth to be 5 foot. C. Question: Detail 2/S0.1 indicated tooled joint but spec section 03301-19 indicated saw cut joint. Please clarify which method to be used. Answer: Saw cutjoints allowed if cut while concrete is still green (i.e., within 24 hours of concrete installation, maximum ). Otherwise, the joint shall be tooled. d. Question: Scope of work for the upon referenced Trade #7 Item #19 "provide all construction, control joint...including those for topping slabs". Please specify the areas need topping slabs. Answer: No topping slabs. e. Question: Scope of work for the above referenced Trade 7 Item #11 "provide a $5,000 allowance for all equipment pads, Item #12 indicated provide all pads...". Please clarify. Answer: Base bid should include $5,000 allowance for all equipment pads. f. Question: Scope of work for the above referenced Trade #7 Item #5 indicated provide excavation, fill, re-compaction and backfill in accordance with the drawings,specification and geo-technical engineering report...dated 2/1/2002. Please clarify whether it is the concrete contractor's responsibility to re-compact. Answer: Re-compaction by grading contractor. g. Question: Scope of work for the above referenced Trade #7, Item #7 indicated provide all slabs on grade including sand, vapor barrier and gravel beneath the slab on grade. According to the soils report, page 14, indicated only in areas of moisture sensitive floor coverings need appropriate vapor barrier and 2 inch sand (no mention of gravel). Please clarify the following questions: (1)Slab on Grade parking area and driveway where no moisture sensitive material existed, do we still need to install vapor barrier and sand? And (2) Is gravel required at parking area and driveway? How thick? Please clarify. Answer: There is no sand vapor barrier or gravel required below concrete slab on grade, both inside and outside parking structure. h. Question: Scope of work for the above referenced Trade #7, Item #7 indicated provide all slabs on grade including sand,vapor barrier and gravel beneath the slab on grade such as all sidewalks, driveway, curbs, ledges and ramps within the building footprint...Please clarify if there is any sidewalk, driveway within building footprint. Answer: There is no sand vapor barrier or gravel required below concrete slab on grade, both inside and outside parking structure. i. Question: Scope of work for the above referenced Trade #7, Items 12 and 22 indicated concrete contractor to coordinate sleeves furnished and installed by MEP contractors. Item 29 indicate concrete contractors to receive, offload, and set all embedded in CIP concrete. Answer: Sleeves set by MEP contractors embeds set by concrete contractor. j. Question: Please advise if shortening of calcs will be required by post tension company. Answer: Section 03382-page 5, Section 1.7.D1 requires sealed calculations for PT strands. Please comply with these specifications. k Question: Please advise if engineer stamp on PT drawings will be required. Answer: Section 03382-page 2, Section 1.4.13.6 indicates submittal of engineer who will sign and seal shop drawings. Please comply with these specifications. I. Question: Is there a raised concrete island located on the ground floor between Gridline 1 and 2 and A.3 and A.8? How thick? Please clarify. Answer: Construct curbs at entry exits per Detail 3 and Detail 4 on the grading/paving plan, Sheet 2. There is no a raised island at either side of the driveways. The driveways slope down below the floor elevation to meet the street elevation. There is a raised island at the future cashier's booth. This island is level and matches the floor elevation at the break line of the driveways on Grid 2. The leading edge of the south side of this island is above the driveway elevation. M. Question: Footing spoils to be stock piled or hauled off site? Answer: Hauled off site per Item #5, page 6 of Concrete & Reinforcing Scope of Work. n. Question: Water stops by masonry contractor. Answer: All water stops as shown on the drawings or specified are by the concrete contractor. However, there should not be any water stops. o. Question: Scope shows gravel base and visqueen but not indicated on plans. Answer: See Answer to G above. P. Question: Clarify sealer and hardeners if required. Answer: No sealer; no hardener. Base bid requires water cure on all slabs. q Question: Providing a water truck. Per job site meeting, it was discussed but undetermined. Answer: Provide a water truck throughout your trade operation. MISCELLANEOUS METALS - BID PACKAGE #10 a. Question: On drawing S2.2 at third level between Grids 3 and 4 on Gridline C, there is a section cut 8/S5.1 which is the cable barrier section. Please confirm that this detail referenced at this location is incorrect. Answer: The section referenced on Gridline C between Gridlines 3-4 should be 3/S5.2. b. Question: Detail 1 O/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? 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. H. Delete existing Exhibit G and replace with Exhibit G dated June 12, 2002. I. Add to Supplemental General Conditions Article 2.0 Revised Timelines for Selected Submittal: 1. Successful trade contractor will be required to submit a detailed project schedule within ten (10) days from Notice of Award. 2. Successful trade contractorwill be required to submit a detailed list of all submittals within seven (7) days from Notice of Award. 3. Successful trade contractorwill be required to submit a complete detailed schedule of values with line items identifying each scope of work, activities, allowances, safety, clean up and preparation and submission of daily reports. J. Copy of sign in sheet from Mandatory Pre Bid Conference is attached for information only. K. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE BID FORM. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: June 13, 2002 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 trade: Concrete & Reinforcing (Bid #7) ADDENDUM NO. 4 ONLY BID PACKAGE 7 - CONCRETE & REINFORCING ONLY 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. THIS ADDENDUM #4 ANSWERS RFI QUESTIONS THAT WERE RECEIVED AFTER THE NOON JUNE 13, 2002 DEADLINE. 1. Questions and Answers to RFls: CONCRETE & REINFORCING - BID PACKAGE #7: a. Question: Please specify the thickness of the 18'wide footing along Gridline 5. Answer: Footing is shown on Section 4/S1.3 as five foot thick. b. Question: Please clarify where detail 4/S1.3 occurs. The call outs for its location along Gridline B contradict the note for detail 7/S1.2 stating that detail 7 runs from grid 4 to 8. Answer: 4/S1.3 is six foot south of gridline 4 to 4 foot north of gridline 6. Note for footing section 7/S1.2 should read 4 foot north of gridline 6. Additionally, provide #7 at 18 inches vertical bars with hooks at each side, face of footing in Section 4/S1.3. (Footing shown on S1.1 shall extend six foot south of gridline 4 in lieu of 4 foot. C. Question: Please specify the footing size and reinforcement'for footing type F6. 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. d. Question: Reinforcing Elevator 2, please specify the footing size/type along Gridline A from Gridlines 1 to 2, and along Gridline 1 from Gridline A to A3. Answer: Footings at stair/elevator#2 shall be as follows: provide F7 pad at Al, F8 pads at A2 at elevation 96.00. Provide a pad footing the size of the elevator plus 16 inches around all four sides by 16 inches thick with #10 at 8 inches on center top and bottom, typical at elevation at 96.00. Provide wall footing for rest of walls, to be 12 inches by 24 inches with 344 cont. B with #4 @ 18 inches trans.bars., or as per section 9 or 9A/S1.2 for walls along grid lines A, and 1. e Question: Reinforcing the elevator pits, please clarify the dimensions thickness, and reinforcement of the elevator pit slabs. Answer: At stair/elevator #1 footing shall be 4 foot thick. Section 1/S1.3 should indicate"(cont)from grid A to C".#9 @ 12"T&B running N&S should extend to north side of continuous footing from Section 1/S1.3. Stair/Elevator#3, sufficient information is available. B. BIDDERS SHALL ACKNOWLEDGE RECEIPT OF THIS ADDENDUM INTHE BID FORM, BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA HAROLD E. GOOD, CPPO Director of Procurement & Contracting DATE: June 14, 2002 Jun - 27 , 2002 9 : 59AM 9098681118 COAN CONSTRUCTION No17 73 P . 1/4 ClienjS 16618 C AG01M CERTIFICATE OF LIABILITY INS ANCE DATE(MMAIDNY) Q6/26/02 PRODUCER THIS CERTIFICATE 13 ISSUED AS A MATTER OF INFORMATION Driver Alliant Insurance ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 3270 Inland Empire Blvd #f100 HOLDER, THIS CERTIFICATE DOES NOT AMEND, EXTEND OR p Ontario, CA 91?64 ALTER THE COVERAGE AFFOROEn BY THS POLICIES BELOW. 909 941-6639 INSURERS AFFORDING COVERAGE INSURED MSURER A: ,Jt�i+Y Qr. Ins^_� . ,• LD• a,__ Coon Construction Co. , Inc. ! NationalL"nionnF�zejA-I�G y SSI _ 1481 East Grand Avenue INSURER RC: State „ _ __- Pomona, CA 91756 INSUINSURRERD: Stag FUR „ INSURER E; COVERAGES THE POLICIES OP INSURANCE LISPED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED A60VL' FOR THE POLICY P@R(CD INDICATED. NOTVJflHSTANOING ANY REOUIREMENT, TERM OR 00NCITION 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 TC! ALL THLI IhHMl1. OCNOITIONS OF 3UCH POLICIES- AGGREGATE LIMIT4 SHOWN MAY HAVE SEEN REDUCED BY PAID CLAIMS, INSR TYPE OPINSURANCl••••'• LTR POLICY NUMBER PDATE EFFECTIVWGUMIFLIMITS • GENERALUAEILITY 2SMCC2CPP914604 06/01/02 06/01/03 IRACHOCUORRENGi ,7,�,1�010„q�1r,10n00 CLAIMS MAD! [X] OCCUR Mm exr pvk aN!,�MDI..' nR�__... GoMMCHDlA4 Q(tJpKAL LIADILnv Blgp,n O,.S)00 RPD Ded;2, 500_ PERSONAL&AN INJURY s1,,,,,,gQ,,.Q, 000 - ^..._._ . GENERALAOGR&GATE $2 ,_D,00r..000 GIRN'6 AOOREGATG LIM ITAPPl.IF3oFR• PRODUCTS-COMPIOP AGO $2, 000 , 000 POLICY Pqa LOC A AUTOMONLELIABILITY 2SMCC25AU014004 06/01/02 06/01/03 COMBINED SINGLE LIMIT $1 000 000 �' ANY AUTO (EA accldond All nWNGOAIITpR Rprl11 Y tN.II IRY 3 SCHEDULED hUI'OB (Per person) X MIRED AUTOS BODILY INJURY $ NON-OWNED AUTOS (Per Sttiewt) DAMAGE q (Perncc�dcm) GARAGE UAe1LTTT AUTO ONLY-EA ACCIDGNT S _ ANY AUTO OTHER THAN EA AOC I S . AUTO CNLYI AM I OOCUK a CLAIMS MADE A40REOAYE ..N,H_•'•^^„ $�' 0 a o1 O O C EXCiAauAUDTY I BE13 3205 06/01/02 06101 03 LEACH OC , RKR_,CE' a5�0 0-_0�-000 RETENTION A I06/Q1/020 EMPLOYER$'LIAelUTY 06Q2C WORKERSCOMPENSATION AND 6 01 03 E�iL_EACH ACCIDENT 31, 000� 000 E.L.OISEASe-EA EMPLOYEE 51,, Q O O , D Q O L'L.DISEAAE •POLICY LIMIT 3 0 0 0 Q OTHER OL'SGI{lenI OP OPEfIATON3/LOOATIONGNCIYQI.LFJEXCW610NS ADDCD DY GNDOGSEM@N(//rRr1.IAL'R410191MJF Re: Joke #0221 - Palm Springs Downtown Parking Structure, Indian Canyon Dr. & Baristo Rd. , Palm Springs, CA. The City of Palm Springs and Turner Construction Company are additional insureds as per form attached. (See Attached Descriptions) CERTIFICATE HOLDER ADDmIXJALINSUREDONSUFIERLETTER: CANCELLATION SHOULD ANYDKTH EAEOV.f DESCRIBED POLICIESUE CANCELLED BEFORETHE EXPIRATION CILy Uf- Palm Springs, Dept . of DAYW YHIIRECR, TNq IAAIIINfC INSURER WIU-3% ASrdS'}7=AIL*:-'LQ DAYS WArrTAN ProCtirement and ContraCting, NOTIOBYOTHE OrKnFIOATG HDLOERNAMED TOTHBLEFT,�IY,D CI ytLOp9C�tTgDCX Attni Bruce R- Johnson �i�Dw�CaC9ll mnlc B� 3200 Tahquitz Canyon Way AO HCRIZEO RBPRlS NTAF MVi C 2262 _� k—� ACORD 9"(7/47)1 of 3 #88 6 93 i31yn a ACORD CORPORATION I-9 Jun 27 . 2002 10 : 00AM 9098687118 COAN CONSTRUCTION No , 3773 P • 2/4 tl RIP` IONS (Continued from a 1) Primaxy wording is included per the attached. The cancellation clause has been amended to delete the "Rndeavor to,, and "But Failure to. . . lrwording. * 10 Day Notice of Cancellation for Non-payment of Premium amszes�m�s7) 3 of 3 88693 n 27 2002 10 . 00AM 9098687118 COAN CONSTRUCTION No - 2772 P . 3/4 1p IMPORTANT If the certificate holder is an ADDITIONAL INSURED,the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorcement(s). If SUBROGATION I9 WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsament, A statement On this certificate does not confer rights to the certificate holder in lieu of such endorsement(s)- DISCLAIMER The Certificate of Insurance on the reverse side of this form does not conatltute a contract between the issuing insurer(s), authorized representative or producer,and the csrtlficate holder, nor does It affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. AC0RD25S(7/87)2 of 3 #88693 uo . �i • 2LU2 1U . 00AM 9098687118 COAN CONSTRUCTION No . 3773 P . 4/4 CCU 2010 POLICY NUMBER' 2S1ViCC2CPP014504 COMMERCIAL GF-NERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEA$I:BEAD IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES CONTRACTORS(FORM 8) This endorsement modifies insurance provided under the following, COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Project or Location: City of Palm Springs and Turner Construction Ref Job#0221 —Palm Springs Downtown Parking Company Structure, Indian Canyon Dr. & Baristo Rd. 3200 Tahquitz Canyon Way Palm Springs,CA Palm Springs, CA 92262 (if no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) 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 work"for that Insured by or for you, It Is agreed that such insurance as is afforded by this policy for the benefit of the additional insured shown shall be primary insurance, and any other insurance maintained by the additional Insured(s) shall be excess and non-contributory, but only as respects any claim. loss or liability arising out of the operations of the named insured and only if such claim, loss or liability is determined to be solely the negligence or responsibility of the named insured. CG 20 10 (11/85) Copyright, insurance Services Office, Inc., 1684