Loading...
HomeMy WebLinkAboutIcon West, Inc. - 2014-11-17d „ tW, RECEIVEV13Y- 4 .s 4 (Name) r 2 (Date) ° TO: FROM: DATE: SUBJECT City Treasurer City Clerk CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION Bond Acceptance / 7— I have received the bonds for ��./ lamk4f-�-,--S- (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No.� TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. Approved�`- / � (Council Approval Date) CC No. �"7 �.� Agenda Item No. MSC No. City Clerk Vault No. Other No. SIRE System ID No. X .36A g:/forms/bond transmittal to treasurer v �, no CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION DATE: 10/31 /2016 TO: THOSE LISTED HEREON l FROM: Joseph Dale, PW Construction Manager) J' SUBJECT: Retention Release Payment - PO #20225 OJ Supplier #94429 Co. #319 Senior Center, Project # CC-1473 Contractor's Name: ICON WEST Address: 520 S. La Fayette Park Place, Suite 503 City, State and Zip Code: Los Angeles, CA 90057 Phone Number: 213-385-0027 City Business License Number: A291347 The conformed copy of the Notice of Completion for the above contract has been filed. The thirty-five (35) day waiting period has elapsed or will elapse before payment is made. Processing of the retention payment is recommended so long as no stop notices or outstanding invoices are on file with the City. I certify that no stop notices are on file. ta(g(( 7,6L� Date I certify that there are no outstanding invoices on file. ) I d) Is ate Travis C2, kins, Director of Public Works Joyce Z�cks, Deputy City Treasurer I certify that no stop notices are on file, and that a guaranty bond has been filed with the City Clerk's Office. 7- Date Robin Estanislau, City Clerk Attachments 1. Certificate of Compliance with Prevailing Wage Laws 2. Contractor's Certificate 3. Certificate of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 4. Consent for Release letter from the Surety Company �, 5. Maintenance Bond Certification of Compliance, with Prevailing Wage Laws To: City of Huntington Beach Department of Public WDrks 2000 MainStreot/P.O, Box 190 Huntington Beach, CA 9.2.648 �Re: Certification of Compliance with Prevailing Wago Laws Contract C 17 ,Project: < r The undersigned contractor on the above -referenced ptoject CProjoet") hereby certifies that all laborers, meahanics, apprentices, trainees, watchmen and guards employed by him or by any subcontractor performing work under the contract for tho, Project have:.been paid pursuant to the minimum image. -arid botia. fid.e ffinge benofit. requiTements specified for each partieWar qjas$!&,ation of work, as get forth, in the wage -rate deteftninations of the State of -California, J)Qparftne,nt of tridustrial Relations, andl,or the, United States Department of Labor, I declare un&6x penalty Of porju'ryunder thee laws of the State OfCaabrmin that the fore,9011119 is tme and correct. Execaed this California at t--j- N'4A.M. -C�—day of 0 C'+0 MI CONTRACTOR'S CERTIFICATE \Aco� a a, ,I. state, and certify that: (Name of Declaean't) On L4,)eSV, fwC_- is 'tht; general contractor to. the City of Eutitington Beach ("'City") on Contract No, CC" 1# �s (the "Contraotxl) for the construction of the pablic work oT improvomem. entitled: S AK",r ear (the "Proj ectl). 2. All work to be performed pursuant to the Cottract has beet.. complOW in accofdamo with the Contract Documents (as such term Is defined in the C, onlraol), 3. Except for the claims listed below and the disputed claims listed 1n paragraph fwe . 5), all persons supplying labor,. services, waterigIs and equipment to the ProJert, including all clairris against the co tractor wising:froih tbe,perfbrinarice of the Contract, have been paid and satisfied (list unpaid debts and Claims; if none, write '4NONFJ: 4, Attached hereto are the lien waivers. required by the Contract Documents, wh ckt lien waivers have been executed by all persons who perfumed work on oi, supplied labor, -iat& i. services, n ials,, and/or equi pment for use atthe Project. 5, -Set forth below is a list of disputed claims or claims that are thesubject of a Notice to Withhold filed pursuant, to the Civil Code -of tht, State: of Califothia,(list all disputed �claimm; if Tione., write "NONS"!). .1, deolare, wider rronalty,of perjury mdor the laws of the Staeof California that the fortgoing, is true and correct, Executed it \_o-s on this -day of, 20:1 r. ('ig-nahLee qfDechvxrq) APPROVED AS PICORM Mi c hae W. Gates. City,Ktto-rney 15 4,91 !2,1330 To: City of Huntington Beach Department of Public Works 200.0 Fait? Street/P.Q,.Box 1.00 Hntjngtoh Beach, CA 92648- Certification of Compliariet with. Title VII of the GMI Rights Act, and Equal Etnptoymont Opportunity Act o� 1972 contraot;' ThamderSigned contractor on the above -referenced prqj'ect CProject"') hereby certifies that it has com plied Nki 'th title VII of the Ci I Rights Act the Equ al � ual Opportunity Act of 1-972 and BxwuCive Order 11246, acid has not diserlmiiqated against any employee or applicant f6r employment because of race, color, religion, 9M sexual orientation, gender identity, national oxigin, age or disability, The undersigned contractor also -ceitjrjthat it has:not maintained any segregated facilltJos at 4s establishments on the basis of race, C610f, religion, gtX, sexual orientation, gender identity,national on gin age or disability (with the. exception Of W.cegg f6r the disabled),, .1 declare loader penatty ofpedury under the, IaWs of the $Iate of Ggifornia that * foregoing Is tme aad:coMct. Executed this __'4�_day of 20A�,-at: LAS &SALS,Calif arnia, U fCnttwctor Xanw) APPROVED By: MCj'V_;'Attorney 1 IS-470,/121-331, RECEIVED BY: (Name) (Date) TO: FROM: DATE: SUBJECT CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH INTERDEPARTMENTAL COMMUNICATION City Treasurer City Clerk i Bond Acceptance I have received the bonds for / Zd� ,7 _ (Company Name) CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer Approved // `/ 7 54 (Council Approval Date) Agenda Item No. City Clerk Vault No. SIRE System ID No. ��r i &,Ob 4 -7�3L 5 C i Too i M MAINTENANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: That +1 kJtb� -�-- (contractors name) 5" 7O 5 t- �{ ��xk S� S a 3, Los fi A �l4 os' ontractor's street address, city and state and zip code) as Principal (hereinaftercalledContractor), and: v.xwuc[- (surety's name) 6170 s Lk^ Fw e•r d, co%"Ke 6k7 (surety's street add ress,.city anU state and zip code) a corporation organized ��' exis ng under the laws of the State of Cov,rec k,oa with its principal office in the Cityof .n+% as Surety (hereinafter called Surety), are held firmly bound unto CITY OF H NTINGTON BEACH as Obligee (hereinafter called Owner), in the amount of 3,,Z34, Y-;' --�- Dollars ($ 13r R 3 4, y'}t ),, equivalent to the entire contract amount including all orders, for the payment whereof Contractor and Surety bind themselves, their heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents, WHEREAS, Surety is a duly admitted surety insurer under the laws of the State of California; and Surety is certified and listed in the U.S, Department of the Treasury Circular 570, and able to provide proof. of bonding limitation shown in said circular is sufficient to provide bonds in the amount required by said Contract; and Surety has provided financial strength ratings from reputable companies, such as from A.M. Best, Moody's, Standard & Poor's, to validate that. Surety has positive ratings of being secure or stable; and Surety is registered and listed with the California Department of Insurance; and Contractor has by written agreement dated )JQV• I-i- ; 2041 ente,J� l'roed into a contract with Owner for the l l v�n�t�rr�v r c�ci.. s C-PA V C C�tL.�ty �ec � G G I tA }�L in accordance with drawings and specifica6cns prepared by 1 L which contract is by reference made a part hereof (hereinafter referred to as the ontract); and The Contract provides that the principal will guarantee, for a period of one year, the work performed as part of the Contract from and against all defects in materials and workmanship; and The Contract also provides that the Contractor shalt secure Contractor's obligations during the one-year period with. a bond executed by a surety duly admitted in the state of California; and The Contract has been completed, and the Owner, Contractor and Surety agree that the commencement date for this Guarantee and Bond shall be 0 �/ -+ d / a016 ,.20_, NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION is such that if Contractor shall, for a period of one year from and after the date of completion and acceptance of the Contract by Owner, repair and/or replace any and all defects arising in the Work, whether resulting from defective materials or defective workmanship, then this obligation shall be null and void; otherwise it will remain in full force and effect. The Surety hereby waives notice of any alteration or extension of time made by the Owner. Whenever Contractor shall be, and declared by Owner to be in default under the Contract, the Surety shall, within thirty (30) days following Owners written notice of default, either: (a) remedy the default, or (b) shall promptly complete the Contract in accordance with its terms and conditions.. Surety shall save the Owner harmless from any claims, judgments, liens or losses arising from the Surety's failure to either remedy the default or to complete the Contract in accordance with its terms and conditions in a timely.manner. 15-4584/11.8138 1 Whenever the Principal shall be, and declared by the Owner to be in default under the Contract, which shalt include without limitation, any breach or default of the Contract, then, after written notice from the Owner to the Surety, as provided for below, the Surety shall either: (a) remedy the default or breach by the Principal; or (b) shall promptly and faithfully take charge of the Work and complete the Work in accordance with the requirements of the Contract with a contractor other than the Principal, at its own expense, and make available as work progresses sufficient funds to pay the cost of completion less the unpaid balance of the Contract including other costs and damages for which .the surety may be liable hereunder, provided, however; that the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject to the advance written approval of the Owner. Within thirty (30) days after Surety's receipt of a written notice from Owner of the failure of performance of the Contract by the Principal, it shall be the duty of the Surety to give to the Owner a notice, in writing, of the Surety's election to (a) remedy the default(s) of the Principal promptly, or (b) arrange for performance of the Contract promptly by a contractor other than the Principal, time being of essence to this Bond. In said Notice of Election, the Surety shall state the date of commencement of its cure or remedy of the Principal's default(s) or its performance of the Contract. The Surety's obligations for cure or remedy, include but are not limited to: correction of defective work and completion of the Contract, additional legal, design professional and delay costs arising from Surety's actions or failure to act; and liquidated damages (or if no liquidated damages are specified in the Contract, actual damages caused by delayed performance or non-performance by the Principal). The Surety shall give prompt Written notice to the Owner upon completion of the cure or remedy of the Principal's default(s) of its performance of the Contract. If the Surety does issue its Notice of Election and does not proceed to cure or remedy the Principal's default(s) of its performance of the Work within thirty (30) days after receipt of a written notice from. Owner, Surety shall be deemed to be in default on this bond, and the Owner shall be entitled to enforce any remedy available to Owner. No right of action shall accrue on this bond to or for the use of any person or corporation other than the owner named herein or the successors of Owner, n Signed and sealed this 112� day of t; / c { o�era/ 20�i�. Principal Raised Corporate Seal [MUST BEAFFIXED] Gon V,�-06� , c- (Contractor Name) By. (Seal) ,U:7� • A'('71c- 9GC U fc�cOG�Y'E'✓t.'i" c�C�'%(v%C-' `? -t�/ /1-4 Principal Raised Corporate Seal. [MUST B E AFFIXED] NOTES 1.. Acknowledgments must be completed and returned as part of the bond. 2. Raised Corporate Seals are mandatory; 3. Please attach Power of Attorney. 154584/118138 2 (Title) (Surety Name) By: . (Seal) APPROVED AS RM: . B Ichael E. Gat -es, City Attorney ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of 4c ' On QC'i7}�L a/� before me, IC10iu`l1,; f %�f%f� ic�rJGCHc_ (insert name and title of the officer) personally appeared 1-fq Ciq W1 who proved to me on the basis of satisfactory evidence to be the personA whose names) is/ar subscribed to the within instrument and acknowledged to me that he/s e/tb, y executed the same in his/he/r/ther"authorized capacity(, and that by his/f r/thprsignature(<on the instrument the person�or the entity upon behalf of which the personXacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. RIOWOM 7#A"WITNESS my hand and offici I seal. CommlggloNoary Pol Log AnpCon", E Signature (Seal) Whertever tho Princlpal tha!I 69., and declared by the OWPT to be Di defputi .Under te, %retract, Whleh .shaUneludo wifhaeai fimRgtlon, any'breach of default oflhe Contract, 1hz , of wwrttten notice from the Owner fo the surety, as provided forbelow, the Surety shale €r(then (a) Mmedy the default or breadtr by the Princfpsr, or.(b) shaft promptly and faithfulfy take charge of the ftrk and complete the .Work In a6wrdanca.. with the rec p remenis Df the CcntraGt Frith a sontrantor ofher tltartthe Principal, at Its own e*6n6e, and mate avallableAs work ptggresses suffident fur 51 pay the t;ost of.corttptotloA )ot( ihv unpaid balance of'ttte Conii`acf I)Idiidijo other-eosta and tia(fla es for cNd p the surety ntay be 4ble hereunder, prp.Aded,, hawaver; -that the procedure by which the Surety utldenekes fo. discharge its bbtiggailons under this Bori1 �hetf be subject to the advance written approval of fne Owner. Within thMy (5(3 days Wber Swety`s reeelpt of a WtftWrt notice froth Ovenor d the fallure, o( petiormenee of the CQbtrad .by the Pilhclpi, h shad be the duty uf'lhe Surety to 911vi3 to ths,owrter s helms, in w ftfng, Gf 1ha S�lrety`a election fo ta) smarty the detauft(s) cf fhe Prlrfciptai piorrtptty, oG {b)trrar4d* parl`ort0*0 ojthe Contract prom* �y B 00rnra01ar btbet fhR0 the Nrivtp6l, f)rne btu g, of essence to this Rend. In kaid Nof is & pF Efeeon, the Surety shall state thb date of commeflcemehf of f3s ore of remedy of the Prirtctp41'8 defaAs): Qr Tie pedom)ance of. the ConttaaL The Surety's oblfgatlons fpr Cure or remedy,'fntfluda.bui dre not f trued tn; carrec$an of defective work errs oorrspfeflon of this Conlrect, %Tditidroi legal design rofeesloml .Arrd delay W16 arising from Swr -tys Sons oY fafltfre to act; And Ilquidatod damagea i trio fiquiThafed damages m.4tecttled in the.C�ontract, actual damegaa rausect by delayed pefformarta8 tsr non porfbmrance by the F'rtndiiaij,. The Surety shaT give prompt �vrttlen ft(fcb 0 ! tits bwnetuptin nomi3regarf Of" tote of remedy of the Fnnctpal'a defsft) of its performance of the aontraat. i ? I7 ih.e 60ipdoes 183U.q Its fJgt(.oe of Eler ion Anddoes trot proceed fo MM of remedy the. Piinc(pars default( ofm- Perforttmarrce of the Workwitfitn thirty, (30) days after receipt of a wriftean ttoflca -from Owner, Surety shalt he deemed to bo. in default on $its bbnd* and the Owner chaff be eritffi t-to onfbrce cfny remedy available to Owner. No right of tioihm shall accrue on ihf6 bortrl tP ar tilt tie rie@ pt ratty pMon or dorporetlart ofhgr Than the owner named herelh qr Me S3056§ ofd'of owgbf, f 1{t Stgtred and SSHIeLi tilts 'day of , GI ofoC✓ i� 6 Princ(pai RiTsect Gorporata Seal co NUST 13EAFRXE01 ` r r.c. j {Gontractor Narrte) Seal) f"J aat'tl a� � a w1 ,vvt� .� .+ro7'� ����- 9�QC �+/oWt�6'•tr�V r �` offi�to/� .uf`o� �J �1-i7,� . F�itctCipal �gt;� Gi7fp¢rate ,S@� MUST SEAFFIXEp] NOTES- f. AdulbM&4rnahtsrrustbe.rafr&1AdJrld.raWmbd as pelt af *e bohd, Z. -R.*gd Cayprr<te Seals are marrdaiwy1 & Pfeax attach'power.of Atfamey. 1.54M411[ 1$I78 1 2 f' i f r i t rety Narre) APPROVEOAS RVi B� Chad E. Gatas, City Attorney 1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of ORANGE On )y I zy 11 C0 before me, ERIKA GUIDO, NOTARY PUBLIC personally appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the person(s) whose names} is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity (-ies�, and that by his/her/their signatures) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ERIKA GUIDO . ...... . COMM. # 2022671 :k WITNESS d and official seal. NOTARY PUBLIC CALIFORNIA D ORANGE COUNTY expires May 9l 5, 2017 - -�� M comm. ature of O ry Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTH ER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT Direct Inquiries/Claims to: POWER OF THE HARTFORD BOnnecti 2 ATTORNEY One Hartford Plaza Hartford, Connecticut 06155 Bond.0 laims(&thehartford.com call: OM266-3488 or fax: 860-757-5835 Agency Name: R S BONDING & INSURANCE AGENCY INC KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72-185891 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized underthe laws of the State of Indiana 0 Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut. (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint up to the amount of Unlimited : Matthew R. Dobyns, Hamilton .Kenney, Randy Spchn, Zara Spohn of SANTA ANA, California their true and lawful Attorneys) -in -Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments In the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on May 6, 2015 the Companies have caused these presents to be signed by its Senior Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. Ifs �' � ; ��,.•��,4•,; ♦oar , rr"°'�m P.��' �s �, _� �.. y`r� r �ea`I�♦Mrs �,: Ip7C toi ly • q � •h.- �` II �� tom` 1 r•• f'.n "�4 //P- li John (.Dray, Assistant Secretary STATE OF CONNECTICUT ss. Hartford counTY of 1♦ART>=oRo I M. Ross Fisher, Senior Vice President On this 11lh day of January, 2016, before me personally came M, Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Senior Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. gyp. sr /� =�11/rAIM' /7 r Nom M. SL'A Io Notary Public CERTIRCATE My Commission Expires March 31, 2018 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of October 24th, 2016. Signed and sealed al the City of Hartford. oeo ?'9T�1i7' � tu♦o+S nu`' �1 •F�n.o�• Kevin Heckman, Assistant Vice President HARTFORD FIRE INSURANCE COMPANY CONSENT OF SURETY PROJECT: Senior Center, Project # CC-1473 TO (OWNER) City of Huntington Beach Bond No. 72BCSGJ7001 2000 Main Street Job/Bond No. CC-1473 Huntington Beach, CA 92648 Contract For: $11,611,508 Final Contract: $13,234,977 Contract Date: December 4, 2014 In accordance with the provisions of the Contract between the Owner and the Contractor as indicated above, the Hartford Fire Insurance Company, Surety Company, on bond of Icon West, Inc. hereby approves the release of full retainage to the Contractor. The Surety agrees that such release of full retainage to the Contractor shall not relieve the Surety of any of its obligations to City of Huntington Beach, Owner, as set forth in the said Surety's bond. IN WITNESS WHEREOF, the Surety has hereunto set its hand this 6th day of September, 2016. Hartford Fire Insurance Company 1 Matthew R. Dobyns, Attorney- n-fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of CALIFORNIA County of / /ORANGE On l tO /I b before me, ERIKA GUIDO, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the personH whose nameH is/are subscribed to the within instrument and acknowledged to me that he/she/grey executed the same in his/her/t#:�e+r authorized capacity (imes , and that by his/her/their signatures} on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ER1Kp,GU4D0 it WITNESS m a and official seal. COMM. # 2022671 NOTARY PUBLIC CAUFORNIA ORANGE COUNTY M Comm. expires May 5, 2017 t of Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Direct fnquiries/Claims to: DOWER OF ATTORNEY P.O. BTE oxes 103,690 BOND, ASYLUM —4 AVENUE HARTFORD, CONNECTICUT o6115 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72-185891 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut O Twin Clty Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the Stale of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Randy Spohn, Zara Spohn, Matthew R. Dobyns of Santa Ana, CA their true and lawful Attorney(syin-Fact, each to their separate capacity if more than one is named above, to sign Its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. .r ;0V '` � „,5�..-.,""^`ho •{, +..� � .,1 '; lee? .; � f i�• �°L` . w_ �,I '�`nrnK..f ^+Nee► �:,i ylpi0 i�; ,vi 1DT� ..'�971 f Scott Sadowsky, Assistant Secretary STATE OF CONN ECTICUT SS. Hartford COUNTY OF HARTFORD M. Ross Fisher, Assistant Vice President On this 3d day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority, Scott E. Pascka Notary Public CFRT94ChTE My Commission Expires October 31. 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of September 6, 2016. Signed and sealed at the City of Hartford. �► * � � . +�h..n.av�#' ►'N►w► �`ik.�1 � 7 a� fps= ' `�3 't�`...'..'I1 /:4`//€. �c� 979 �$'/) a `Ai+,: `•� �I'.1 �.T�`� 'T'�li�oii� "�wr/ '•\-��Y Gary W. Stumper, Assistant Vice President Document- 1810600-Page-1 Page 1 of 1 PLEASE COMPLETE THIS INFORMATION RECORDING REQUESTED BY: WHEN RECORDED MAIL TO: CITY OF HUNTINGTON BEACH PUBLIC WORKS DEPARTMENT Attn: Joseph Dale 12VY P.O. Box 190 — 200 ain Street Huntington Beach, CA 92648 Recorded in Official Records, Grange County Hugh Nguyen, Clerk -Recorder 1E � 111 1� II 11111111I I I 1111111111 II NO FEE *$ R 0 0 0 8 6 5 7 2 7 7$ 2016000421472 2:55 pm 09/01/16 63 406 N12 F13 1 0.00 0.00 0.00 0.00 0.00 0.00 0.00 0.00 THIS SPACE FOR RECORDER'S USE ONLY NOTICE OF COMPLETION NOTICE IS HEREBY GIVEN by the City of Huntington Beach, owner in fee, 2000 Main Street, Huntington Beach, CA 92648, that the contract heretofore awarded to ICON WEST, who was the company thereon for doing the following work to -wit: Senior Center, Project # CC-1473 That said work was completed 06/07/2016 by said company according to plans and specifications and to the satisfaction of the City Engineer of the City of Huntington Beach and that said work was accepted by the Director of Public Works on 06/07/2016, per City Council Resolution No. 2003-70 adopted October 6, 2003. That upon said contract Hartford Fire Insurance Company, was surety for the bond given by the said company as required by law. This document is solely for the official business of the City of Huntington Beach, as contemplated under Government Code Section 6103 and should be recorded free of charge. Director of Public Works oVtity Engineer Date City of Huntington Beach, California STATE OF CALIFORNIA) County of Orange ) ss: City of Huntington Beach ) I, the undersigned, say: I am an Agent of the City of Huntington Beach, owner in fee, in the foregoing NOTICE OF COMPLETION. I have read said NOTICE OF COMPLETION and know the contents thereof, the same is true of my knowledge. declare under penalty of perjury that the foregoing is true and correct, and that said NOTICE OF COMPLETION was duly and regularly ordered to be recorded in the Office of the County Recorder of Orange County. This document is solely the official business of the City of Huntington Beach, as contemplated 7z7- under Government code section. 6103 and Director o Public or or City Engineer Date should be recorded free of charge. City of Huntington Be,ch, California THIS PAGE IS ADDED TO PROVIDE ADEQUATE SPACE FOR RECORDING INFORMATION (Additional recording fee applies) about:blank 9/ 1 /2016 RECEIVED BY: C G' /� CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office (Name) ✓ 1 after signing/dating (Date) r Lim I CITY OF HUNTINGTON BEACH L INTERDEPARTMENTAL COMMUNICATION TO: City Treasurer FROM: City Clerk DATE: v P SUBJECT: Bond Acceptance I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer A Name) Approved s✓ 11-7,111V pp (Council Approval Date),/ Agenda Item No. // City Clerk Vault No. fs�a SIRE System ID No. w�+ CITY FUNDED CONSTRUCTION CONTRACT BETWEEN THE CITY OF HUNTINGTON BEACH AND ICON WEST, INC. FOR Senior Center Project, CC 1473 THIS AGREEMENT ("Agreement") made and entered into by and between the City of Huntington Beach, a municipal corporation of the State of California, hereinafter referred to as "CITY," and ICON WEST. INC., a California CORPORATION, hereinafter referred to as "CONTRACTOR." WHEREAS, CITY has solicited bids for a public works project, hereinafter referred to as "PROJECT," more fully described as SENIOR CENTER in the City of Huntington Beach; and CONTRACTOR has been selected to perform said services, NOW, THEREFORE, in consideration of the promises and agreements hereinafter made and exchanged the parties covenant and agree as follows- 1 . STATEMENT OF WORK: ACCEPTANCE OF RISK CONTRACTOR shall complete and construct the PROJECT pursuant to this Agreement and the Contract Documents (as hereinafter defined) and furnish, at its own cost and expense, all labor, plans, tools, equipment, supplies, transportation, utilities and all other items, services and facilities necessary to complete and construct the PROJECT in a good and workmanlike manner. CONTRACTOR agrees to fully assume the risk of all loss or damage arising out of the nature of the PROJECT, during its progress or prior to acceptance by 1 CONTRACT.docx CITY, from the action of the elements, from any unforeseen difficulties which may arise or be encountered in the prosecution of work, and for all other risks of any description in connection with the work, including, but not limited to, all expenses incurred by or in consequence of the suspension or discontinuance of work, except such as are herein expressly stipulated to be borne by CITY, and for well and faithfully completing the work within the stipulated time and in the manner shown and described in this Agreement, and in accordance with the requirements of CITY for the compensation set forth in the accepted bid proposal. 2. ACCEPTANCE OF CONDITIONS OF WORK; PLANS AND SPECIFICATIONS CONTRACTOR acknowledges that it is fully familiar with all the terms, conditions and obligations of this Agreement and the Contract Documents (as defined below in this Section), has inspected the location of the job site, and the conditions under which the work is to be performed, and that it enters into this Agreement based upon its thorough investigation of all such matters and is relying in no way upon any opinions or representations of CITY. It is agreed that the Contract Documents , are incorporated into this Agreement by this reference, with the same force and effect as if the same were set forth at length herein, and that CONTRACTOR and its subcontractors, if any, shall be bound by the Contract Documents insofar as they relate in part or in any way, directly or indirectly, to the work covered by this Agreement. "Contract Documents" as defined herein mean and include: A. This Agreement; B. Bonds covering the work herein agreed upon; 2 CONTRACT.docx C. The CITY's standard Plans and Specifications and special contractual provisions, including those on file in the office of the Department of Public Works of CITY, and any revisions, amendments or addenda thereto; D. The current edition of Standard Specifications for Public Works Construction, published by Builders' News, Inc., 10801 National Boulevard, Los Angeles, CA 90064, and all amendments thereto, written and promulgated by the Southern California chapter of the American Public Works Association and the Southern California District Associated General Contractors of the California Joint Cooperative Committee; E. Bid documents including the Notice Inviting Bids, the Special Instructions to Bidders and the CONTRACTOR's proposal, (which is attached hereto as Exhibit "A►" and incorporated herein by this reference); F. The particular Plans, Specifications, Special Provisions and Addenda applicable to the PROJECT. Anything mentioned in the Specifications and not indicated in the Plans or indicated in the Plans and not mentioned in the Specifications, shall be of like effect as if indicated and mentioned in both. In case of a discrepancy between any Plans, Specifications, Special provisions, or Addenda, the matter shall be immediately submitted by CONTRACTOR to the Director of Public Works of CITY or his or her written designee (hereinafter referred to as "DPW'), and CONTRACTOR shall not 3 CONTRACT.docx attempt to resolve or adjust the discrepancy without the decision of DPW, save only at its own risk and expense. Should there be any conflict between the terms of this Agreement and the bid or proposal of CONTRACTOR, then this Agreement shall control and nothing herein shall be considered as an acceptance of the terms of the bid or proposal which is in conflict herewith. 3. COMPENSATION CITY agrees to pay and CONTRACTOR agrees to accept as full compensation for the faithful performance of this Agreement, subject to any additions or deductions made under the provisions of this Agreement or the Contract Documents, a sum not to exceed Eleven Million Six Hundred Eleven Thousand Five Hundred Eight Dollars ($11,611,508), as set forth in the Contract Documents, to be paid as provided in this Agreement. 4. COMMENCEMENT OF PROJECT CONTRACTOR agrees to commence the PROJECT within ten (10) working days after the Notice To Proceed is issued and diligently prosecute the PROJECT to completion within Three Hundred Twenty (320) consecutive Working Days from the day the Notice to Proceed is issued by DPW, excluding delays provided for in this Agreement. 5. TIME OF THE ESSENCE The parties hereto recognize and agree that time is of the essence in the performance of this Agreement and each and every provision of the Contract Documents. 4 CONTRACT.docx CONTRACTOR shall prepare and obtain approval as required by the Contract Documents for all shop drawings, details and samples, and do all other things necessary and incidental to the prosecution of its work in conformance with the progress schedule set forth in the Contract Documents. CONTRACTOR shall coordinate its work with the work of all other contractors, subcontractors, and CITY forces working on the PROJECT in a manner that will facilitate the efficient completion of the PROJECT and in accordance with the terms and provisions of this Agreement. CITY shall have complete control of the premises on which the work is to be performed and shall have the right to decide the time and order in which the various portions of the work shall be performed and the priority of the work of other contractors, subcontractors and CITY forces and, in general, all matters concerning the timely and orderly conduct of the work of CONTRACTOR on the premises. 6. CHANGES CONTRACTOR shall adhere strictly to the plans and specifications set forth in the Contract Documents unless a change therefrom is authorized in writing by DPW. CONTRACTOR agrees to make any and all changes, furnish materials and perform all work necessary within the scope of the PROJECT as DPW may require in writing. Under no condition shall CONTRACTOR make any changes without the prior written order or acceptance of DPW, and CITY shall not pay any extra charges made by CONTRACTOR that have not been agreed upon in writing by DPW. When directed to change the work, CONTRACTOR shall submit immediately to DPW a written cost proposal reflecting the effect of the change. Should DPW not agree to such cost proposal, the work shall be performed according to the changes ordered in writing by DPW and the proper cost thereof shall be negotiated by 5 CONTRACT.docx the parties upon cost and pricing data submitted by CONTRACTOR; thereupon, CITY will promptly issue an adjusted change order to CONTRACTOR and the contract price will be adjusted upward or downward accordingly. 7. NOTICE TO PROCEED No work, services, material, or equipment shall be performed or furnished under this Agreement unless and until a Notice to Proceed has been given to CONTRACTOR by CITY. CITY does not warrant that the work will be available on the date the Notice to Proceed is issued. In the event of a delay in commencement of the work due to unavailability of the job site, for any reason, relief to CONTRACTOR shall be limited to a time extension equal to the delay due to such unavailability. 8. BONDS Only bonds issued by California admitted sureties will be accepted. CONTRACTOR shall, prior to its performance of this Agreement, furnish the following two (2) bonds approved by the City Attorney: One in the amount of one hundred percent (100%) of the contract price to guarantee the CONTRACTOR's faithful performance of the work, and one in the amount of one hundred percent of the contract price to guarantee payment of all claims for labor and materials furnished. In addition, CONTRACTOR shall submit to CITY a bond in the amount of one hundred percent (100%) of the final contract price, including all change orders, to warrant such performance for a period of one (1) year after CITY's acceptance thereof within ten (10) days of filing of the Notice of Completion. 9. WARRANTIES CONTRACTOR unconditionally guarantees all work done under this Agreement including, but not limited to, any workmanship, installation, fabrication, 6 CONTRACT.CIOCX material or structural facilities constructed. CONTRACTOR, within ten (10) days after notice by CITY of any defect in the work, shall have the option to make appropriate repairs or replace the defective item or items. Upon expiration of such ten (10) day period, CITY may then make appropriate repair or replacement at CONTRACTOR's risk and own cost and expense. 10. INDEPENDENT CONTRACTOR It is understood and agreed that CONTRACTOR is, and shall be, acting at all times hereunder as an independent contractor and not an employee of CITY. CONTRACTOR shall secure at its own cost and expense, and be responsible for any and all payment of all taxes, social security, state disability insurance compensation, unemployment compensation and other payroll deductions for CONTRACTOR and its officers, agents and employees and all business licenses, if any, in connection with the PROJECT and/or the services performed hereunder. 11. LIQUIDATED DAMAGES/DELAYS It is agreed by the parties hereto that in case the total work called for hereunder is not in all parts and requirements finished or completed within the number of calendar days as set forth herein, damage will be sustained by CITY; and that it is, and would be, impractical and extremely difficult to ascertain and determine the actual damage which CITY would sustain in the event of and by reason of such delay. It is, therefore, agreed that CONTRACTOR will pay to CITY, as liquidated damages and not as a penalty, the sum of Five Hundred Dollars 500.00) per day for each and every working days delay in completing the work in excess of the number of working/calendar days set forth herein, which represents a reasonable endeavor by the parties hereto to estimate a fair compensation for the foreseeable damages CITY would sustain in the 7 CONTRACT.docx event of and by reason of such delay; and CONTRACTOR agrees to pay these damages herein provided, and further agrees that CITY may deduct the amount thereof from any monies due or that may become due to CONTRACTOR hereunder. CONTRACTOR will be granted an extension of time and will not be assessed damages for any portion of the delay in the completion of the work due to unforeseeable causes beyond the control and without the fault or negligence of CONTRACTOR, including, but not limited to, acts of God or of the public enemy, fire, floods, epidemics, quarantine restrictions, strikes, unsuitable weather, or delays of subcontractors due to such causes. CONTRACTOR shall, within fifteen (15) days from the beginning of any such delay (unless DPW shall grant a further period of time), notify DPW in writing of the cause of the delay and CITY shall extend the time for completing the work if, in its judgment, the findings of fact thereon justify the delay; and the decision of DPW shall be conclusive on the parties hereto. Should CONTRACTOR be delayed in the prosecution or completion of the work by the act, neglect or default of CITY, or should CONTRACTOR be delayed by waiting for materials required by this Agreement to be furnished by CITY, or by damage caused by fire or other casualty at the job site for which CONTRACTOR is not responsible, or by the combined action of the workers, in no way caused by or resulting from default or collusion on the part of CONTRACTOR, or in the event of a lockout by CITY, then the time herein fixed for the completion of the work shall be extended by the number of days CONTRACTOR has thus been delayed, but no allowance or extension shall be made unless a claim therefor is presented in writing to CITY within fifteen (15) days of the commencement of such delay. I CONTRACT.docx No claims for additional compensation or damages for delays, irrespective of the cause thereof, and including without limitation the furnishing of materials by CITY or delays by other contractors or subcontractors will be allowed and an extension of time for completion shall be the sole remedy of CONTRACTOR. 12. Changes in Work. A. Definitions. (1) "Change Order" means a document signed by the CONTRACTOR and CITY which authorizes an addition, deletion or revision in the work, or an adjustment in the Compensation under Section 3, or the Completion Time specified at Section 4. (2) "Demand" means a written demand for a Change Order by the CONTRACTOR or CITY for changes in the work as stipulated in the contract documents. B. No Change Order may be granted except where the CONTRACTOR has submitted a Demand to the DPW (or his or her written designee). All Demands shall be submitted promptly, but in no event later than fifteen (15) days after the occurrence of the event giving rise to the Demand. The Demand shall be in writing and include all documents necessary to substantiate the Demand. The DPW shall act on the Demand within fifteen (15) days after receipt, including by requesting additional information from the CONTRACTOR to determine whether to approve the Change Order the Demand seeks. The DPW shall act on the Demand within fifteen (15) days after receipt of the additional information or within a period of time no greater than the time the CONTRACTOR took to produce the additional information requested, whichever is greater. 9 CONTRACT.doex C. Notwithstanding the fifteen (15) days to submit a Demand under Subparagraph C, in the case of changed conditions or unknown site conditions, immediately upon encountering the conditions, CONTRACTOR shall notify the DPW in writing of the conditions immediately, so that the CITY may promptly investigate the conditions. D. If the CONTRACTOR disputes the DPW's written response on the Demand, or the CITY fails to respond within the time prescribed, the CONTRACTOR may so notify the DPW, in writing, either within fifteen (15) days of receipt of the DPW's response or within fifteen (15) days of the DPW's failure to respond within the time prescribed, respectively, and request an informal conference to meet and confer for settlement of the Demand. Upon the CONTRACTOR's request, the DPW shall schedule a meet and confer conference within thirty (30) days to seek to resolve. E. CITY and CONTRACTOR shall execute appropriate Change Orders covering changes to the time or price by executing the Change Order by mutual agreement. If the CITY and CONTRACTOR are unable to reach a mutual agreement, then the DPW shall issue a written decision on the claim within a reasonable time. F. Following the meet and confer conference, if the Demand remains in dispute, the CONTRACTOR may file a claim with the City as provided in Chapter 1 (commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Government Code. For purposes of those provisions, the running of the period of time within which a claim must be filed shall be tolled from the time the CONTRACTOR submits his or her Demand until the Demand is denied as a result of the meet and confer process, including any period of time utilized by the meet and confer process. 10 CONTRACT.docx 13. VARIATIONS IN ESTIMATED QUANTITIES The quantities listed in the bid schedule will not govern final payment. Payment to CONTRACTOR will be made only for the actual quantities of contract items used in construction of the PROJECT, in accordance with the plans and specifications. Upon completion of the PROJECT, if the actual quantities used are either more than or less than the quantities listed in the bid schedule, the bid price shall prevail subject to the provisions of this Section. DPW may, at its sole discretion, when warranted by the facts and circumstances, order an equitable adjustment, upwards or downwards, in payment to CONTRACTOR where the actual quantities used in construction of the PROJECT are in variation to the quantities listed in the bid schedule. No claim by CONTRACTOR for an equitable adjustment in price or time for completion shall be allowed if asserted after final payment under this Agreement. If the quantity variation is such as to cause an increase in the time necessary for completion, DPW shall ascertain the facts and circumstances and make such adjustment for extending the completion date as in its sole judgment the findings warrant. 14. PROGRESS PAYMENTS Each month DPW will make an estimate in writing of the work performed by CONTRACTOR and the value thereof. From each progress estimate, five percent (5%) will be deducted and retained by CITY and the remainder of the progress estimate, less the amount of all previous payments since commencement of the work, will be paid to CONTRACTOR. When CONTRACTOR has, in the judgment of DPW, faithfully executed fifty percent (50%) or more of the value of the work as determined from the bid schedule, and if DPW finds that satisfactory progress has been and is being made, 11 CONTRACT.doCX CONTRACTOR may be paid such sum as will bring the payments of each month up to one hundred percent (100%) of the value of the work completed since the commencement of the PROJECT, as determined in its sole discretion by DPW, less all previous payments and less all previous retained amounts. CITY's final payment to CONTRACTOR, if unencumbered, or any part thereof unencumbered, shall be made thirty-five (35) days after the acceptance of the work and the filing of a Notice of Completion by CITY. Provided, however, that in the event of a dispute between CITY and CONTRACTOR, CITY may withhold from the final payment an amount not to exceed 150 percent of the value of any disputed amount of work. Payments shall be made on demands drawn in the manner required by law, each payment to be accompanied by a certificate signed by DPW, affirming that the work for which payment is demanded has been performed in accordance with the terms of the Agreement and that the amount stated in the certificate is due under the terms of the Agreement. Partial payments on the contract price shall not be considered as an acceptance of any part of the work. 15. WITHHELD CONTRACT FUNDS, SUBSTITUTION OF SECURITIES At the request and at the sole cost and expense of CONTRACTOR, who shall retain beneficial ownership and receive interest, if any thereon, CITY shall permit the substitution and deposit therewith of securities equivalent to the amount of any monies withheld by CITY to ensure performance under the terms of this Agreement. 16. AFFIDAVITS OF SATISFACTION OF CLAIMS After the completion of the work contemplated by this Agreement, CONTRACTOR shall file with DPW its affidavit stating that all workers and persons employed, all firms supplying materials and all subcontractors working upon the 12 CONTRACT.doex PROJECT have been paid in full and that there are no claims outstanding against the PROJECT for either labor or material, except certain items, if any, to be set forth in CONTRACTOR's affidavit covering disputed claims, or items in connection with Notices to Withhold, which have been filed under the provisions of the statutes of the State of California. 17. WAIVER OF CLAIMS The acceptance by CONTRACTOR of the payment of the final certificate shall constitute a waiver of all claims against CITY under or arising out of this Agreement. 18. INDEMNIFICATION, DEFENSE, HOLD HARMLESS CONTRACTOR hereby agrees to protect, defend, indemnify and hold harmless CITY, its officers, elected or appointed officials, employees, agents, and volunteers from and against any and all, claims, damages, losses, expenses, judgments, demands defense costs, and consequential damage or liability of any kind or nature, however caused, including those resulting from death or injury to CONTRACTOR's employees and damage to CONTRACTOR's property, arising directly or indirectly out of the obligations or operations herein undertaken by CONTRACTOR, caused in whole or in part by any negligent act or omission of the. CONTRACTOR, any subcontractors, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, including but not limited to concurrent active or passive negligence, except where caused by the active negligence, sole negligence, or willful misconduct of the CITY, its officers, elected or appointed officials, employees, agents, and volunteers. CONTRACTOR will conduct all defense at its sole cost and expense and CITY shall approve selection of CONTRACTOR's counsel. This indemnity 13 CONTRACT.docx shall apply to all claims and liability regardless of whether any insurance policies are applicable. The policy limits do not act as a limitation upon the amount of indemnification to be provided by CONTRACTOR. 19. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY INSURANCE Pursuant to California Labor Code Section 1861, CONTRACTOR acknowledges awareness of Section 3700 et seq. of this Code, which requires every employer to be insured against liability for workers' compensation; CONTRACTOR covenants that it will comply with such provisions prior to commencing performance of the work hereunder. CONTRACTOR shall obtain and furnish to City workers' compensation and employer's liability insurance in an amount of not less than the State statutory limits. CONTRACTOR shall require all subcontractors to provide such workers' compensation and employer's liability insurance for all of the subcontractors' employees. CONTRACTOR shall furnish to CITY a certificate of waiver of subrogation under the terms of the workers' compensation and employer's liability insurance and CONTRACTOR shall similarly require all subcontractors to waive subrogation. 20. INSURANCE In addition to the workers' compensation and employer's liability insurance and CONTRACTOR's covenant to defend, hold harmless and indemnify CITY, CONTRACTOR shall obtain and furnish to CITY, a policy of general public liability insurance, including motor vehicle coverage covering the PROJECT. This policy shall indemnify CONTRACTOR, its officers, employees and agents while acting within the scope of their duties, against any and all claims arising out or in connection with the 14 CONTRACT.CIOCX PROJECT, and shall provide coverage in not less than the following amount: combined single limit bodily injury and property damage, including products/completed operations liability and blanket contractual liability, of One Million Dollars ($1,000,000) per occurrence. If coverage is provided under a form which includes a designated general aggregate limit, the aggregate limit must be no less than One Million Dollars ($1,000,000) for this PROJECT. This policy shall name CITY, its officers, elected or appointed officials, employees, agents, and volunteers (the "Additionally Insured Parties") as Additional Insureds, and shall specifically provide that any other insurance coverage which may be applicable to the PROJECT shall be deemed excess coverage and that CONTRACTOR's insurance shall be primary and non-contributory with any other valid and collectible insurance or self-insurance available to the Additionally Insured Parties. Any available insurance proceeds in excess of the minimum coverage amount specified herein shall be available to the Additionally Insured Parties. All coverage available to CONTRACTOR shall also be available to the Additionally Insured Parties. Under no circumstances shall said above -mentioned insurance contain a self - insured retention without the express written consent of CITY; however an insurance policy "deductible" of $5,000.00 is permitted. CONTRACTOR shall be responsible for causing all Subcontractors to maintain the same types and limits of insurance coverage as that required of CONTRACTOR by this Agreement. 21. CERTIFICATES OF INSURANCE: ADDITIONAL INSURED ENDORSEMENTS Prior to commencing performance of the work hereunder, CONTRACTOR shall furnish to CITY certificates of insurance subject to approval of the City Attorney 15 CONTRACT.docx evidencing the foregoing insurance coverages as required by this Agreement; the certificates shall: 1. Provide the name and policy number of each carrier and policy; 2. State that the policy is currently in force; and 3. Promise to provide that such policies will not be canceled or modified without thirty (30) days' prior written notice of CITY. CONTRACTOR shall maintain the foregoing insurance coverages in force until the work under this Agreement is fully completed and accepted by CITY. The requirement for carrying the foregoing insurance coverages shall not derogate from the CONTRACTOR's defense, hold harmless and indemnification obligations as set forth under this Agreement. CITY or its representative shall at all times have the right to demand the original or a copy of all the policies of insurance. CONTRACTOR shall pay, in a prompt and timely manner, the premiums on all insurance hereinabove required. CONTRACTOR shall provide a separate copy of the additional insured endorsement to each of CONTRACTOR's insurance policies, naming CITY, its officers, elected and appointed officials, employees, agents and volunteers as Additional Insured's, to the City Attorney for approval prior to any payment hereunder. 22. NOTICE OF THIRD PARTY CLAIM Pursuant to Public Contracts Code §9202, CITY shall provide notice to CONTRACTOR of receipt of any claim filed with CITY or a court of competent jurisdiction which arises out of performance of this agreement within ten (10) days of receipt of such claim or claims. 16 CONTRACT.docX 23. DEFAULT AND TERMINATION If CONTRACTOR fails or refuses to prosecute the work hereunder with diligence, or fails to complete the work within the time specified, or is adjudged bankrupt or makes an assignment for the benefit of creditors or becomes insolvent, or violates any provision of this Agreement or the Contract Documents, CITY may give CONTRACTOR notice in writing of its intention to terminate this Agreement. Unless the violation is cured within ten (10) days after such Notice of Intention has been served on CONTRACTOR, CITY may, without prejudice to any other remedy it may have, terminate this Agreement upon the expiration of that time. Upon such default by CONTRACTOR, CITY may elect not to terminate this Agreement; in such event CITY may make good the deficiency in which the default consists and deduct the resulting costs from the progress payments then or to become due to CONTRACTOR. If it is subsequently determined by a court of competent jurisdiction that CITY's termination of this Agreement under this Section was wrongful, such termination shall be converted to a termination for convenience under Section 24 and any damages shall be assessed as set forth in Section 24. 24. TERMINATION FOR CONVENIENCE CITY may terminate this Agreement for convenience at any time with or without cause, and whether or not PROJECT is fully complete upon seven (7) calendar days written notice to CONTRACTOR. In the event of termination, under this Section CITY shall pay CONTRACTOR for value of work in place on the PROJECT through the termination period less all such payments already made. In case of such termination for convenience, the CONTRACTOR shall be entitled to receive payment for work executed, and costs incurred by reason of such termination. In no event shall 17 CONTRACT.docx CONTRACTOR be entitled to recover overhead, profit or CONTRACTOR's fee on work not performed. Such payment by CITY shall be CONTRACTOR's sole and exclusive remedy for termination by CITY for its convenience and CITY shall have no further obligation to CONTRACTOR. 25. DISPOSITION OF PLANS, ESTIMATES AND OTHER DOCUMENTS CONTRACTOR agrees that upon completion of the work to be performed hereunder, or upon expiration or earlier termination of this Agreement, all original plans, specifications, drawings, reports, calculations, maps and other documents pertaining to this Agreement shall be delivered to CITY and become its sole property at no further cost. 26. NONASSIGNABILITY CONTRACTOR shall not sell, assign, transfer, convey or encumber this Agreement, or any part hereof, or any right or duty created herein, without the prior written consent of CITY and the surety. 27. CITY EMPLOYEES AND OFFICIALS CONTRACTOR shall employ no CITY official nor any regular CITY employee in the work performed pursuant to this Agreement. No officer or employee of CITY shall have any financial interest in this Agreement in violation of the California Government Code. 28. STOP NOTICES: RECOVERY OF ADMINISTRATIVE COSTS CITY shall be entitled to all reasonable administrative costs and necessary disbursements arising out of the processing of Stop Notices, Notices to Withhold, or any similar legal document. This obligation shall be provided for in the labor and materials payment bond required of CONTRACTOR. CITY may charge an administrative fee of 18 CONTRACT.doex One Hundred Dollars ($100) for every Stop Notice filed in excess of two (2), regardless of whether or not CITY is named in an action to enforce such stop notices. CITY may set off any unreimbursed cost or expense so incurred against any sum or sums owed by CITY to CONTRACTOR under this Agreement. 29. NOTICES Any notices, certificates, or other communications hereunder shall be given either by personal delivery to CONTRACTOR's agent (as designated in Section 1 hereinabove) or to CITY as the situation shall warrant, or by enclosing the same in a sealed envelope, postage prepaid, and depositing the same in the United States Postal Service, to the addresses specified below; provided that CITY and CONTRACTOR may designate different addresses to which subsequent notices, certificates or other communications will be sent by notifying the other party via personal delivery, reputable overnight carrier or U. S. certified mail -return receipt requested: TO CITY: TO CONTRACTOR: City of Huntington Beach ICON WEST ATTN: Joseph Dale, Public Works ATTN: Mr. Michael Halaoui 2000 Main Street 520 S. La Fayette Park Place, Suite 503 Huntington Beach, CA 92648 Los Angeles, CA 90057 30. SECTION HEADINGS The titles, captions, section, paragraph and subject headings, and descriptive phrases at the beginning of the various sections in this Agreement are merely descriptive and are included solely for convenience of reference only and are not representative of maters included or excluded from such provisions, and do not interpret, define, limit or describe, or construe the intent of the parties or affect the construction or interpretation of any provision of this Agreement. 19 CONTRACT.doex 31. IMMIGRATION CONTRACTOR shall be responsible for full compliance with the immigration and naturalization laws of the United States and shall, in particular, comply with the provisions of United States Code Section 1324a regarding employment verification. 32. LEGAL SERVICES SUBCONTRACTING PROHIBITED CONTRACTOR and CITY agree that CITY is not liable for payment of any subcontractor work involving legal services, and that such legal services are expressly outside the scope of services contemplated hereunder. CONTRACTOR understands that pursuant to Huntington Beach City Charter Section 309, the City Attorney is the exclusive legal counsel for CITY; and CITY shall not be liable for payment of any legal services expenses incurred by CONTRACTOR. 33. ATTORNEY'S FEES In the event suit is brought by either party to construe, interpret and/or enforce the terms and/or provisions of this Agreement or to secure the performance hereof, each party shall bear its own attorney's fees, such that the prevailing ,party shall not be entitled to recover its attorney's fees from the non -prevailing party. 34. INTERPRETATION OF THIS AGREEMENT The language of all parts of this Agreement shall in all cases be construed as a whole, according to its fair meaning, and not strictly for or against any of the parties. If any provision of this Agreement is held by an arbitrator or court of competent jurisdiction to be unenforceable, void, illegal or invalid, such holding shall not invalidate or affect the remaining covenants and provisions of this Agreement. No covenant or provision shall be deemed dependent upon any other unless so expressly provided 20 CONTRACT.dOCX here. As used in this Agreement, the masculine or neuter gender and singular or plural number shall be deemed to include the other whenever the context so indicates or requires. Nothing contained herein shall be construed so as to require the commission of any act contrary to law, and wherever there is any conflict between any provision contained herein and any present or future statute, law, ordinance or regulation contrary to which the parties have no right to contract, then the latter shall prevail, and the provision of this Agreement which is hereby affected shall be curtailed and limited only to the extent necessary to bring it within the requirements of the law. 35. GOVERNING LAW This Agreement shall be governed and construed in accordance with the laws of the State of California. 36. DUPLICATE ORIGINAL The original of this Agreement and one or more copies hereto have been prepared and signed in counterparts as duplicate originals, each of which so executed shall, irrespective of the date of its execution and delivery, be deemed an original. Each duplicate original shall be deemed an original instrument as against any party who has signed it. 37. CONSENT Where CITY's consent/approval is required under this Agreement, its consent/approval for one transaction or event shall not be deemed to be consent/approval to any subsequent occurrence of the same or any other transaction or event. 21 CONTRACT.docx 38. SURVIVAL Terms and conditions of this Agreement, which by their sense and context survive the expiration or termination of this Agreement shall so survive. 39. MODIFICATION No waiver or modification of any language in this Agreement shall be valid unless in writing and duly executed by both parties. 40. SIGNATORIES Each undersigned represents and warrants that its signature hereinbelow has the power, authority and right to bind their respective parties to each of the terms of this Agreement, and .shall indemnify CITY fully for any injuries or damages to CITY in the event that such authority or power is not, in fact, held by the signatory or is withdrawn. 41. ENTIRETY The parties acknowledge and agree that they are entering into this Agreement freely and voluntarily following extensive arm's length negotiation, and that each has had the opportunity to consult with legal counsel prior to executing this Agreement. The parties also acknowledge and agree that no representations, inducements, promises, agreements or warranties, oral or otherwise, have been made by that party or anyone acting on that party's behalf, which are not embodied in this Agreement, and that that party has not executed this Agreement in reliance on any representation, inducement, promise, agreement, warranty, fact or circumstance not expressly set forth in this Agreement. This Agreement, and the attached Exhibit "A", contain the entire agreement between the parties respecting the subject matter of this 22 CONTRACT.doCX Agreement, and supersede all prior understandings and agreements whether oral or in writing between the parties respecting the subject matter hereof. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by and through their authorized officers on November 17, 2014 20 14 CONTRACTOR ICON WEST, INC. By: MICHAEL HALAOUI V uity uierK print name ITS: (circle one) Chairman/Presiden ice INITIATED AND APPROV D: President AIVD Director of Public orks C-:?By: L REVIEW APPROVED: CITY OF HUNTINGTON BEACH, a municipal corporation of the State of California — i ga BERNARD ASHKAR print name ITS: circle one ecretary/Chie��ve Office ss . ecre a - reasure 23 CONTRACT.docx 04A /4&-- iV Manager APPROV D AS TO FORM: � U ---L" � , t I — City A for ey kV Z-7) (/-//, 6, / 7 - � q SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to 'enter into a contract at the following prices. The undersigned agrees to complete the; work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. Inithe case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. , If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of !award of contract to the BIDDER, the proceeds of the security accompanying this bid ;shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying his proposal of bid, find BID BOND in the amount of ,%�% /�La�which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for 10% as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 SEPTEMBER 30, 2014 2 OCTOBER 3, 2014 2-UPDATE OCTOBER 7, 2014 3 OCTOBER 07, 2014 4 OCTOBER 09, 2014 C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: ICON WEST INC B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect' s',,con sultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1 I--UF � M/c4/D� 41X /fi�iN�n�� �-y v�l TNLyk°aollars& 1.3 BID GUARANTEE # -&( vvP =7'4 HT BivL� A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on�failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1.� A�1 i i �i�� �it1�irr� D,pD ��x7y fley E6ollars ($ 11 164 b1b C-3 It two City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. I This is to acknowledge receipt and review of Addendum Number Three, dated October 09, 2014.1 /CVN WL 7 , INC. Company Name By j Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. E City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications; dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as irequired, sealant requirements, mock-up and testing requirements. i This is to acknowledge receipt and review of Addendum Number Three, dated October 07, 2014. /�V/y Wes, /NC . Company Name By per• �. 2D/Y Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. i City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Pro isions: 1) UPDATED PLANS —ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02i — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Number Two, dated October 07, 2014. I Company Name By Par, Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 i Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dated October 03, 2014. /MAI WAe, lAle. Company Name By o�. Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. you City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 =_M_ W_ UW_ �__ W___ For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: i Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: i 1) UPDATED PLANS —ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730i dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001 E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403;1 E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept, all-weather access road is required to be in place on site prior to commencing wood framing. I D. The construction schedule is 320 working days. j E. Specifications Volume I, Section C-1.3 Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license ;of the proper classification in accordance with the provisions of Public Contract Code Section 10164. 1 G. Specifications Volume I, Section E-7,5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. 1. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is aittached herein. This is to acknowledge receipt and review of Addendum Number One, dated September 30, 2014. !! /G8/V /lye. Company Name By s ,pT zo, Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. i i I B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor,) for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE liff] ICON WEST, INC. MEETING MINUTES RECORDING FORM MINUTES OF MEETING: DATE: Monday, April 11, 2005 TIME: 1:00 PM PLACE: POMONA HEAD OFFICE I MEMBERS: PRESENT ;ABSENT Michael A. Halaoui YES Bernard F. Ashkar YES GUEST: none AGENDA ITEM No, DISCUSSION ACTION BY 001 Discussion of Job Positions i a) Agreed that Mr. Michael A. Halaoui to be the Chairman and President, Treasurer / CFO of the Company and may sign bids for Icon West, Inc. and execute or sign contracts on its behalf. b) Agreed that Mr. Bernard F. Ashkar to be the CEO and the Secretary of the company and may sign bids for Icon West, Inc. and execute or sign contracts on its behalf. I I i I I I I I i I i I l I NEXT MEETING DATE: 6-Jun-05 SIGNED: / Chairman and President TIME: 10:00 AM PLAC MAIN OFFICE CEO UNANIMOUS WRITTEN CONSENT BY BOARD OF DIRECTORS OF ICON WEST, INC, IN LIEU OF ANNUAL MEETING March 20, 2006 The undersigned, being all of the Directors ofIcon West, the corporationaduring the corporation, hereby consent to and ratify all of the acts taken by the officers o preceding year and appoint the following officers to serve until the next appointment or election: Chairman of the Board: Chief Executive Officer: President: Secretary: Chief Financial Officer: Dated: Dated: 1319 J 1-200z- Michael A. Halaoui Bernard F. Ashkar Michael A. Halaoui Bernard F. Ashkar Michael A. Halaoui Bernard F. Ashkar Michael A. Halaoui UTANrMOUS WRITTEN CONSENT C. SHAREHOLDERS OF ICON WEST, IN LIEU OF ANNUAL MEETING March 20, 2006 ifornia The undersigned, being all of the all actions rs taken th corporation'slBoard of Directors corporation, hereby consent to and ratify all actions Y during the preceding year and further appoint Bernard F. As on and ointment. A Halaoui to serve as the directors of the corporation until the next annual elects pp Dated: / Bernard F, Ashkar �/ Michael A. Halaoui State of California Secretary of State CERTIFICATE OF STATUS ENTITY NAME: ICON WEST, INC. FILE NUMBER: C19 0 7 917 FORMATION DATE: 05/06/1997 TYPE: DOMESTIC CORPORATION JURISDICTTOpv : CALIFORNIA STATUS: ACTIVE (GOOD STANDING) I, DEBR.A BOWEN, Secretary of State of the State of California, hereby certify: is authorized to exercise r^.l -ter ? a -c �_eg'n the sae O i�_T No ir-format70n i g aVa4 a- from thiS office re ardl 1 trie 1 �C_a� coedition, business activities or practices of the entity. "Jt I i{ !1": - 1 F 0 IN WITNESS WHEREOF, I execute this certificate and affix the Great Seal of the State of California this day of March 10, 2009. DEER A �Cr ,�7F1,t Contractor's License Detail for License # 747737 DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this information, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information ICON WEST INC 520 S LA FAYETTE PARK PLACE #503 LOS ANGELES, CA 90057 Business Phone Number:(213) 385-0027 Entity Corporation Issue Date 04/02/1998 Expire Date 04/30/2016 License Status This license is current and active.^^ All information below should be reviewed. Classifications A - GENERAL ENGINEERING CONTRACTOR B - GENERAL BUILDING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY. Bond Number: SC1023084 Bond Amount: $12,500 Effective Date: 03/02/2009 Contractor's Bond History Bond of Qualifying Individual The Responsible Managing Officer (RMO) ASHKAR BERNARD FOUAD certified that he/she owns 110 percent or more ofj the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 04/02/1998 The Responsible Managing Officer (RMO) HALAOUI MICHAEL ADNAN certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 05/31/2006 Workers' Compensation This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND Policy Number:1960641 Effective Date: 04/01/2013 Expire Date: 04/01/2015 Workers' Compensation History ICONWES-01 KGOAD CERTIFICATE OF LIABILITY INSURANCE [DATE (MM/DD/YYYY)6/18/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # OC36861 Inland Empire-Alliant Insurance Services, Inc. 735 Carnegie Dr Ste 200 San Bernardino, CA 92408 NAAMNE, Christina M Mountz PHONE (909) 886-9$61 - A/X, No: (909) 886-2013 A/C Ext IL E-MAIL cmountz@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A: Mt Hawley Insurance Company 3797I 4 INSURED Icon West Inc 520 S La Fayatte Park PI Ste 503 Los Angeles, CA 90057 INSURER B : State Compensation Insurance Fund of CA 135076 INSURER C : INSURER INSURER E INSURER F : COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. _ IN RI LTR TYPE OF INSURANCE ADDLISUBR' IN POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MMIDDIYYYY I LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE 1x1 OCCUR $1,000 BI & PD/Occ X I I MGL0180769 I 10610312014 06/03/2015 EACH OCCURRENCE S 1,000,000 DAMAGE TO EN I E PREMISES Eacccu ence $ 50,000 X MEDEXP(Any one person) $ _ 5,000 tPERSONAL & ADV INJURY- $ _ 1,000,000 GEN'LAGGREGATE LIMIT APPLIES PER: POLICY al JECT I LOC OTHER: GENERAL AGGREGATE $ 2,000,000 PRODUCTS - COMP/OPAGG� s 2,000,000 AUTOMOBILE LIABILITY ANY AUTO i ALL OWNED SCHEDULED AUTOS AUTOS NON-O'JA1NED HIRED AUTOS AUTOS I I I COMBINED SINGLE LIMIT Ea accident $ _ BODILY INJURY (Per person) $ BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accident --- $ $ A X UMBRELLA LIAB EXCESS LIAB ' XOCCUR F CLAIMS -MADE MXL0417722 06/03/2014 06/03/2015 EACH OCCURRENCE $ 8,000,000 AGGREGATE _ $ 8,000,000 DED I X I RETENTION S I $ B WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETORIPARTNER,'EXECUTIVE Y� OFFICER/MEMBER EXCLUDED? (Mandatory in NH) If yes, describe under1,000,000 DESCRIPTION OF OPERATIONS below NIA 196064114 04/01/2014 04/01/2015 PER OTH- I X STATUTE ER i E.L. EACH ACCIDENT $ 1,000,000 E.L. DISEASE- EA EMPLOYE $ 1,000,000 ! E.L. DISEASE -POLICY LIMIT $ i I i I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, maybe attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE Y �1J.�iy1-d�.1 ACORD 25 (2014/01) ©1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. I Spec Sec Name and Address of State Class Dollar 1 % of # Subcontractor License Amount Contract Number GRADING (DIV 2) I SITE UTILITIES PI-LIIWBIA16 )C'0& (DIV 2) i (r pi✓a� JV�b✓ G'�/D^l i AC PAVING ef'4fim P_'w< l M • # (DIV 2) bt!l i SITE 4CPznC LN6/A1 Ems1A)4' A CONCRETE (D IV2) R,�4 Y "Y) CONCRETE {%Vq Sit/ D1`t`(rr7' C-6 Spec Sec Name and Address of State Class Dollar' % of # Subcontractor License Amount Contract Number MASONRY/ LL--'7° q- STONE (DIV 4) A4 A-FPN 62`� STEEL (DIV5) i CASEWORK/ (DIV 6) PIAJI s 14 ROOFING (DIV 7) 144t DO L'-1/ Xlfir#74 �wcffbpr1,t SHEET METAL (DIV 7) ' INSULATION (DIV 7) �7 I ALUMINUM & QI,��t--v C4� GLAZING (DIV 8) HARDWARE (DIV 8) kkh�w dLtu mpNi-f 0 �f1730 LATH & PLASTER App 444vwl /Al (DIV 9) C-i Spec Sec Name and Address of State Class Dollar ; % of # Subcontractor License Amount Contract Number METAL STUD 8 A-p D t)k yk7 }-tL Y31" DRYWALL (DIV 9) RESILIENT LI-VM,14 %nA-C f tAlIC0 FLOOR CARPED DIV (9) PAINTING AgR A91bV 77AI4 4 ' (DIV 9) CEILING (DIV 1-1,4 I Z-2Z;N 9) /e111OW!Qb i?>Y jI I FIRE P/2/MC f/R& A+QrW&7p SPRINKLER (DIV 15)�N� PLUMBING 15) %%�-2 `' , /,7/N� / (DIV �p HVAC (DIV 15) tv7A-4io ELECTRICAL �AA (DIV 16) lAaLA704-14 TRAFFIC SIGNAL (DIV16) MS L��, FIRE ALARM (DIV 16)y2a'�I%%Yl/% A wIAAA� -�r4wwAW4 0j- �x/� I C_g Spec Sec # Name and Address of Subcontractor State License Number Class Dollar i Amount % of Contract 4,P VI W rv/ Z U�IU�,ri B�3 �I i I i �I C-8 C A-p p INVA? By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 14th , at LOS ANGELES CA Date City State MICHAEL HALAOUI , being first duly sworn, deposes and says that he or she is CHAIRMAN & PRESIDENT of ICON WEST INC the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by � agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the' contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent) thereof to effectuate a collusive or sham bid. ICON WEST INC. Name of Bidder Signature of Bidder 520 A. LA FAYETTE PARK PLACE SUITE 503, LOS ANGELES CA 90057 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (I,)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved. " The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: OCTOBER 14, 2014 Contractor Title C-11 ICON WEST INC CHIEF EXECUTIVE OFF DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder proprietary interest in the Bidder ever been disqualified, removed o prevented from bidding on or completing a Federal, State or local governr because of a violation of law or a safety regulation? ® Yes ® No If the answer is yes, explain the circumstances in the space provided. N/A C-12 ►lete, under who has a otherwise lent project COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. i I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and will comply with such provisions before commencing the performance; of the work of this contract. Date: OCTOBER 14, 2014 ICON WEST INC. Contractor By Title C-13 i CHAIRMAN & PRESIDENT BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: ICON WEST INC. :.. ► MuME 520 S. LA FAYETTE PARKPLACE SUITE 503, LOS ANGELES CA 90057 Business Address LOS ANGELES CA City, State Zip. ( 213 ) 385.0027 Telephone Number 747737 / A & B State Contractor's License No. and Class APRIL 02, 1998 Original Date Issued e APRIL 30, 2016 Expiration Date The work site was inspected by RIDWAN TIRTATUNGGAL of our office on SEPTEMBER 18 , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: MICHAEL HALAOUI - CHAIRMAN & PRESIDENT BERNARD ASHKAR - CHIEF EXECUTIVE OFFICER C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Company Name Signature of Bidder ICON WEST INC MICHAEL HALAOUI Printed or Typed Signature Subscribed and sworn to before me this 14th day of OCTOBER , 2014 NOTARY PUBLIC NOTARY SEAL i smear C&VWM C=WV4f ' ' mn� imam � 1(�r Ite�e we tI®��ndYe�s a�dde�e o4�e)adt® 6e�ueaae. RIDWANTO TINTATUNGUL C COMM. #1935980 ! m<; � Notary Public • California � _. %.., Los Angeles County My Comm. Expires M 12, 2015 C-15 EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, street Tor a pumic agency. i ne existing site brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: j A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows,: a) Project must have been for a public agency and include a single) story public building including complete shell, core, complete interior build out jgreater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of i$10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. j c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last! five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A UNIVERSITY OF CALIFORNIA, LOS ANGELES ; 1060 VETERAN AVENUE, LOS ANAGELES CA 90095 Name and Address of Public Agency VLADIMIR KOSHELEV : 310.206.6353 : Name and Telephone No. of Project Manager: vkoshelev@ha.ucla.edu Renovation of Four 3 Story Residential $ 19,340,000.00 RenHitch Suites Building complex October 2014 Contract Amount Type of Work Date Completed 76,200 GSF SF Building Square Footage Provide additional project description to show similar work: The project renovates and repai s the four (3) stories residential buildings comprising of 76,200 gsf and replaces the existing 1-story 1,300 service building with 4,700 gsf New Construction of commons building including New Basketball Courts, Parking Structure, underground utilities. The scopes of work also includes Structural upgrade with shear panel, drag struts and hold down exterior wood frame shingles renovation with cementitious siding and plaster, Interior Renovation of bedrooms, living rooms & bathrooms, Caseworks & Rooms's finishes, B. UNIVERSITY OF CALIFORNIA, LOS ANGELES ; 1060 VETERAN AVENUE, LOS ANAGELES CA 90095 Name and Address of Public Agency SAJAL DEBNATH : 3T0.420.8169 : Name and Telephone No. of Project Manager: sdebnath0_ha.uc1a.edu $ 26,614,000.00 New Construction of Landfair September 22, 2014 Apartments Contract Amount Type of Work Date Completed 97,843 gsf. SF Building Square Footage SEE ATTACHED FOR DETAILED Provide additional project description to show similar work: I"FORMATION The New construction shall provide a total of 97,843 gsf including 60,146 of housing and 37,697 gsf parking. The work includes demolition hazardous materials abatement, extensive shoring,dewatering, material & spread foundation, construction of subterranean parking structure; wood framing systems for floors, walls & roof structures, exterior cladding consisting of cement plaster, waterproofing systems, and windows. Construction shall also include related mechanical, electrical, plumbing & fire protection systems, elevators, landscape, landscape planters & irrigation. C-17 C. UNIVERSITY OF CALIFORNIA, LOS ANGELES - HILGARD STUDENT HOUSING Name and Address of Public Agency SAJAL DEBNATH : 310.420.8169 : Name and Telephone No. of Project Manager: sdebnath@ha.uda.edu $ 12,502,000.00 NEW CONSTRUCTION OF HILGARD JANUARY 201 O STUDENT HOUSING Contract Amount Type of Work Date, Completed 141,600 SQFT SF Building Square Footage Provide additional project description to show similar work: j Hilgard Student Housing is an Administrative & Modernization Project. It consist of 3 story and 1 four store type VA Administrative and Office Suites. New buildings to meet required UC-Equivalent LEED New Construction version 2.2 :" Silver" Green Builfing requirements. C-18 ICON WEST, INC. UNIVERSITY OF CALIFORNIA, LOS ANGELES Landfair Apartments Redevelopment FUM The construction of the Landfair Apartments shall develop and combine the two properties located at 625 and 641 Landfair Ave. The two apartment buildings on these properties shall be demolished and replaced with 52 apartment units accomodating 184 beds with 82 below -grade parking spaces. The new construction shall provide a total of 97,843 gsf, including 60,146 gsf of housing and37697 gsf of parking. The apartments shall consist of two- bedroom/two-bathroom, one-bedroom/one-bathroom, and studio units. Each shall include a living room and a _ kitchen. Construction is on a confined site requiring demolition, hazardous materials abatement; extensive shoring, dewatering, mat & spread foundation construction of a subterrean parking structure; wood framing systems for floors,walls and roof structures; exterior cladding consisting of cement plaster, waterproffing systems and windows. Construction shall also include related mechanical, electrical, plumbing and fire protection systems; elevators, landscape and irrigation. The new buildings are anticpated to be condtructed to meet the LEED NEW CONSTRUCTION version 2.2 "GOLD" green building requirements. Portion of the work will be performed in the public right-of-way. lull �1• P !li trfQ� � .� Project Client: University of California, Los Angeles Project Highlights: New construction of the Landfair apartments. Project Location: University of California, Los Angeles, CA Project Cost: $26.5 Million Representative: Sajal K. Debnath / Construction Manager (P) 310-420.8169 Completion Date: September 2014 "Dedication to clientsatisfaction is the building block in every aspect of our projects" ICON WEST, INC. UNIVERSITY OF CALIFORNIA, LOS ANGELES Hitch Suites Renovation The Project renovates and repairs the four (3) stories residential buildings comprising of 76,200 gsf and replaces the existing 1-story 1,300 gsf service building with a 4,700 gsf commons building. The scope of work includes Structural Upgrade with Shear Panel, Drag Struts and Hold Down Exterior Wood Frame Shingles Renovation with Cementitious siding and plaster, Interior renovation of Bedrooms, Living Rooms and bathrooms, Casework & Room's finishes, Infrastructure Works such as Fire Alarms, fire Sprinklers, Plumbing & Cooling Systems and Site Improvements with Retaining Walls, Ramps and Stairways, Landscape, Irrigation, Site Furnishings and Basketball Courts. Project Client: University of California, Los Angeles Project Highlights: Renovation of Four 3 Story Residential Hitch Suites Building Complex Project Location: 275 De neve Drive, Los Angeles Ca 90095 Project Cost: $19,340,000.00 Million Representative: Vladimir Koshelev -Construction Manager (P) 310-206.6353 Email: vkoshelev@ha.ucla.edu I Completion Date: October 2014 "Dedication to client satisfaction is the building block in every aspect of our projects" Project Location: 720 Hilgard Avenue, Los Angeles, CA Project Client: University of California Los Angeles, UCLA Project Highlights: New buildings to meet reg. UC-Equivalent LEED new construction version 2.2 "Silver" Green Building requirements. Cost: $12,502,000.00 Square Footage: 141,600 sq. ft. Representative: Mr. Sajal Debnath Senior Construction Manager (P) 310-825-9961 (F) 310-794-6221 Completion Date: January 2010 ICON WEST UNIVERSITY OF CALIFORNIA, LOS ANGELES HILGARD GRADUATE STUDENT HOUSING Icon West, Inc has recently completed our administrative and modernization Project, Hilgard, located at UCLA. The project consisted of the construction of one - three story and one four story type -VA administrative and office suite style units on two site's, 720 Hilgard Avenue and 824 Hilgard Avenue, for a total of 83 studio units and type-1 A subterranean parking garages. The scope of work included: Egress Modernization, Seismic Retrofit, Shoring, Demolition, Excavation, Grading and construction of Retaining Walls; Post -Tension Slab, Domestic Water, Fire System Water, Sewer, Gas, Electrical and Telecommunication, Paving, Landscaping, Irrigation, Site Drainage and Lighting, Fire Sprinklers and Fire Alarm System. Our team worked closely with the architect and the sub -contractors to bring this project in on -time and on -budget. For example, during the course of construction we encountered a shortage of adequate routing space for the electrical, data and fire alarm systems. Our team was able to make limited structural modifications as well as modifying the existing panel loads. "Dedication to client satisfaction is the building block in every aspect of our projects" Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equi'Valent experience and qualifications approved in advance by City. 1 MR. ED CHAMMAHA Name of proposed Project Manager 3210.415.3002 Telephone No. of proposed Project Manager: i UCLA - LANDFAIR APARTMENTS REDEVELOPMENT; $ 26.5 Million; New Construction of Landfair Apartmenrt (see attached resume) September 2014 I Project Name & Contract AmountType of Work Date Completed UCLA DYKSTRA HALL REPAIRS & REFURBISHMENT, $ 25,431,000.00 ; 10 Story Building Reparis & Refurbishment that inloved glass canopy, structural glass entry..(see attached resume) JUI 2013 Y i Project Name & Contract AmountType of Work Date Completed i UCLA HERSHEY HALL SEISMIC RENOVATION, $ 10,000,000.00 ; UCLA Hershey Hall 2011 consists of three stories and a basement. The renovation will correct structural deficiencies in December the existing 43,350 qsf student residence building constructed in 1931. i Project Name & Contract AmountType of Work DateCompleted 2 ROBERT SHULTZ Name of proposed Superintendent Telephone No. of proposed Superintendent: 310.702.8369 i UCLA - LANDFAIR APARTMENTS REDEVELOPMENT; $ 26.5 Million; New Construction of September 2014 Landfair Apartmenrt (see attached resume) p Project Name & Contract AmountType of Work Datel Completed UCLA DYKSTRA HALL REPAIRS & REFURBISHMENT, $ 25,431,000.00 ; 10 Story Building July 2013 Reparis & Refurbishment that inloved glass canopy, structural glass entry..(see attached resume) Y Project Name & Contract AmountType of Work Datel Completed MGM CITY CENTER ; $ 580,000,000.00 : 1500 Condominiums, 57 Stories Tower Building. February 2010 I Project Name & Contract AmountType of Work Date!Completed D-19 Icon West Inc Contractors / Engineers ICON WEST TEAM Representative EDWARD N. CHAMMAHA Ex�i�P°C nce ADMINISTRATIVE VICE PRESIDENT UCLLAA Landfair Apartments As the Administrative Vice President of Icon West, Mr. Chammaha is responsible Redevelopment for jobs from the start, through construction and administrative completion. The • UCLA Dysktra Repairs & jobs require coordinating the multitude of disciplines and many different Refurbishment subcontractors. It also requires working with various owners to complete the job • UCLA Strathmore Bridge - with the highest quality standards and in accordance with a very demanding Seismic Retrofit schedule. Mr. Chammaha has recently completed UCLA-Landfair Apartments • UCLA Hedrick Hall Repairs (New construction that combined two properties located at 625 & 641 Landfair and Refurbishments. LEED Avenue), and among other assignments, Mr. Chammaha was in charge of UCLA (Silver) Dykstra Hall Repairs & Refurbishment. The project consists of major upgrading • UCLA Hershey Hall - Seismic and remodeling of the entire 10 STORY UCLA DYKSTRA HALL BUILDING, The work involved furnishing & installing structural glass entry canopy as well as Retrofit louvered screen canopy at the loading dock with perforated edge trim. The • Caldecott; Tunnel 4th Bore glass canopy and louvered screen canopy were attached to architecturally Project - Perini/Saliba expose supporting structure. The loading dock AESS steel trellis support • McCarran, International Airport structure consisted of HSS columns, beams and base plates with stud anchors Terminal 3 - New Construction that were embedded in reinforced concrete. Perini/Saliba Mr. Chammaha, oversaw the Hershey Hall Seismic Renovation; a 43,350SF three • UCLA Westwood Replacement story student residence building with a basement constructed in 1931. The Hospital Center for Health renovation will correct structural and nonstructural seismic deficiencies; upgrade Science -,Perini/Saliba and replace obsolete MEP work and fire and alarm safety system; correct • BART SFO Extension Project - accessibility code deficiencies and make repairs to the building shell and site. The Perini/Saliba renovated building will include a change in occupancy to academic and • LA Metro i Rail Subway System administrative offices. The building is eligible for listing on the California Register close out ' of segment II & III - for Historical Resources. The project requires compliance with USGBC's Perini/Saliba leadership in Energy and Environmental Design, New Construction (LEED-NC • LA Metro Rail Subway System v.2.2), with a target level of Gold. Universal City Station - Prior to this, He was a Senior Project Manager from Oct. 2009 to June 2010 with Perini/Saliba Tutor Saliba and one of his accomplishments was the Caldecott Tunnel 4th Bore • LA Metro' Rail Subway System Projetct. The project consists of constructing a fourth tunnel next to the three Contract B290 - Perini/Saliba existing Caldecott highway tunnels located on State Route 24 in Northern • LA Metro! Rail Subway System California. The tunnel is approximately 3,400 feet long, 50 feet wide and 32 feet WilshireNermont Station - high. The tunnel will have two 12 ft. traffic lanes in the westbound direction, two Perini/Saliba shoulder lanes, 10 ft. and 2 ft. and a 3 ft. walkway. This tunnel is designed to . LA Metro Rail Subway System alleviate traffic congestion along the Route 24 corridor. Seven pedestrian Wilshire/Alvarado Station crosspassages will be constructed to connect the new tunnel to the existing 31d Perini/Saliba bore. The project also involves constructing a new operation and maintenance • Area Manager - Douglas A King building; construction of retaining walls along the East and West portals of the Builders, Inc. tunnel; a permanent sound wall on the West side and miscellaneous freeway Estimating Engineer - upgrades. The tunnel will be constructed by the sequential excavation method McDermott International, Inc- (SEM) utilizing a roadheader. Responsibilities included managing and overseeing Profile the day to day operations of this complex job. EDUCATION Senior Proiect Manager, Oct. 2008 - Oct. 2009 Bachelors Degree- Civil Engineering, McCarran International Airport, Las Vegas - The project consists of constructing a American University new terminal building, over roadway pedestrian bridges, underground Automated Graduated-1980 Transit System Infrastructure and aircraft ramp. The terminal building is a steel framed structure approximately 1.9 million SF, consisting of a basement/utility Additional Studies- Construction level, three upper levels and roof level penthouses. The exterior cladding includes Management & Computer Aided Design stone and zinc wall panels. A baggage handling system for outbound and inbound 1989-1990 processing including in -line EDS baggage screening. MEP work with extensive cabling infrastructure with software interfaces. The project also includes the EXPERIENCE construction of a 2,000 feet long by 90 feet wide concrete box girder elevated 34 Years Experience roadway. Responsible to manage the engineering department; supervising all submittals and BFI's and coordinating design and construction issues with the architect (PGAL), construction manager (Bechtel) and the airport authority. Icon West IInc Contractors / Engineers I Training • CRISP -Construction Risk Insurance Safety Professional • OSHA 30 • CPR certified LEED Trained • Fall protection trained. Trained in crane signaling • Rough terrain forklift operator certification • Boom lift operator certification • Surveyor training, builders level and transit Quality control and Quality assurance trained • Microsoft Accel spreadsheet • Microsoft office word • Premivera schedule program o Prolog software Woi* experience Currently working on Santa Monica Parking Structure 2, 4 & 5 Elevator Replacem Completed working for Icon West Inc. - UCLA Landfair Apartments Redevelopment Responsible for all aspects of project, schedule, procurement, quality control, PLA compliance. ■ Coordinate all technical matters with the design team and processes, controls and distribute the contract documents. ■ Involved in the preparation and maintenance of schedules, resource allocation charts and job cost system data. • Compiled work to be completed list which were distributed to Sub -Contractors to meet deadline dates. ■ Safety coordinator, review pre -task plans, weekly safety audits ■ Run weekly subcontractor coordination meetings. Completed working for Icon West Inc. - UCLA Dykstra Repairs & refurbishment Responsible for all aspects of project, schedule, procurement, quality control, PLA compliance. ■ Coordinate all technical matters with the design team and processes, controls and distribute the contract documents. ■ Involved in the preparation and maintenance of schedules, resource allocation charts and job cost system data. ■ Compiled work to be completed list which were distributed to Sub -Contractors to meet deadline dates. ■ Safety coordinator, review pre -task plans, weekly safety audits ■ Run weekly subcontractor coordination meetings. Completed working for Icon West, Inc. - LASWC Behavioral Social Science Building upgrade. 2011-2012 Superintendent, Safety Manager, Responsible for all aspects of project, schedule, procurement, quality control, PLA compliance. ■ Coordinate all technical matters with the design team and processes, controls and distribute the contract documents. ■ Involved in the preparation and maintenance of schedules, resource allocation charts and job cost system data. ■ Compiled work to be completed list which were distributed to Sub -Contractors to meet deadline dates. ■ Safety coordinator, review pre -task plans, weekly safety audits ■ Run weekly subcontractor coordination meetings. Icon West Contractors / Engineers February 2010-August 2010 Bechtel Construction co. Virginia. Superintendent ■ Dulles Transit Project -Aria) bridge, Heavy highway, Civil division ■ Coordinate field formwork for Arial bridge spans for Metro rail system. ■ Facilitate all earth work with operators and equipment. ■ Schedule crane lifting in multiple area's daily. ■ Safety coordinator, review pre -task plans, weekly safety audits ■ Run weekly subcontractor coordination meetings ■ Coordinate all technical matters with the design team and processes, controls and disc contract documents. ■ Involved in the preparation and maintenance of schedules, resource allocation charts system data. ■ Compiled work to be completed list which were distributed to Sub -Contractors to meet dates. September 2006 — February 2010 Perini Building Company Las Vegas Superintendent ■ MGM City Center Project Vdara Condo Hotel — Las Vegas, NV ■ 1.1 million Sq.ft. 57 story project ■ Safety coordinator, review pre -task plans, weekly safety audits ■ Run weekly subcontractor coordination meetings ■ Coordinate all technical matters with the design team and processes, controls and trib contract documents. ■ Involved in the preparation and maintenance of schedules, resource allocation charts , system data. ■ Compiled work to be completed list which were distributed to Sub -Contractors to meet dates. ■ In charge of complete build out of the tower. ■ Mass excavation of footprint. ■ Placement of footer and caissons ■ Formwork, placement of rebar, concrete pours. ■ Mechanical, Plumbing and Electrical underground placement Inc the job cost line the job cost ne September 2005 — August 2006 Perini Building Company Las Vegas Superintendent ■ Red Rock Station Casino — Las Vegas, NV ■ 250,000 sq. ft. meeting and grand ballrooms, kitchens, ■ Build out of elevators, service ramps, roof system, ■ Deck pours, elevations, layout, reinforcement steel beams • Coordinate all technical matters with the design team and processes, controls and distributes the contract documents ■ Involved in the preparation, creating, and maintenance of schedules, resource allocation charts and job cost system data. ■ Compiled work to be completed lists which were distributed to Sub -Contractors to meet deadline dates. December 2003 — August 2005 Perini Building Company Las Vegas Superintendent ■ Green Valley Ranch Station Casino — Las Vegas, NV ■ 420,000 sq ft. ballroom expansion, 25,00 sq ft underground Spa expansion, build out of all site work related to pools, public walkways and driveways. ■ Safety setup of project from public roadway and foot traffic ■ Maintain safety program with weekly audits of subcontractors ■ Schedule all work related to building ■ Demo existing parking lot, building structure and MEP underground, ■ Mass excavation of jobsite, Layout and excavation of footings ■ Placement of rebar, bolts with elevations for concrete pours ■ All concrete formwork with scheduling of all pours ■ In charge of labor force throughout the job. ■ Worked with Sub -Contractors to meet scheduling deadlines. Icon West jInc Contractors / Engineers i September 1999 — November 2003 KHS&S Construction Las Vegas Superintendent ■ New Construction ■ Layout, framing, drywall, EFIS system • Aladdin Hotel — Las Vegas, NV ■ Hilton Time Shares — Las Vegas, NV ■ Polo Tower Remodel — Las Vegas, NV ■ The Clubhouse in Boulder City — Boulder City, NV June 1997 — August 1999 Bomel Construction Las Vegas, NV Foreman Concrete Division • Paris Hotel Parking Structure — Las Vegas, NV ■ Completed all slab on grade concrete ■ Placement of vertical rebar, concrete and formwork. ■ Layout, elevation and survey all formwork. July 1983 — May 1997 Light Commercial and Residential Las Vegas, NV J1 � •,, �� ,; -- � ram` - ! 1 :ter 1 - . �' %1. �`� BOND NO.: I,COWE-218 BID BOND � KNOW ALL MEN BY THESE PRESENTS: That we, ICON WEST, INC., (hereinafter called the Principal), and HARTFORD FIRE INSURANCE COMPANY, a corporation organized and doing business under and by virtue of the laws of the State of CONNECTICUT, and duly licensed for the purpose of making, guaranteeing or becoming sole surety upon bonds or undertakings required or authorized by the laws of the State of CALIFORNIA, as Surety, are held and firmly bound unto CITY OF HUNTINGTON BEACH, (hereinafter called the obligee) in the sum equal to 10% of the accompanying bid of the Principal, not, however, in excess of TEN PERCENT OF THE TOTAL AMOUNT BID Dollars (10% OF BID AMOUNT), for the payment of which, well and truly to be made, we hereby bind ourselves and 'our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, the above bounden Principal as aforesaid, is about to hand in and submit to the obligee a bid for HUNTINGTON BEACH SENIOR CENTER PROJECT, JOB/BID NO. CC-1473, in accordance with the plans and specifications filed in the office of the obligee and under the notice inviting proposals therefore. NOW, THEREFORE, if the bid or proposal of said principal shall be accepted, and the contract for such work be awarded to the principal thereupon by the said obligee, and said principal shall enter into a contract and bond for the completion of said work as required by law, then this obligation to be null and void, otherwise to be an;d remain in full force and effect. IN WITNESS WHEREOF, said principal and said Surety have caused th be duly signed and sealed this 30TH day of SEPTEMBER, 2014. ICON WEST, INC. Principal BY: HARTFORD FIRE INSURANCE COMPANY Surety / BY: MATTHEW R. DOBYNS, Attorney-in-F t presents to i Direct In to: THE HARTFORD BOND, T-4 P.O. BOX 2103 i 690 ASYLUM AVENUE HARTFORD, CONNECTICUT 06115 call. KNOW ALL PERSONS BY THESE PRESENTS THAT: -266-3488 or fax: 860-757-5835 I Code: 72-185891 ® Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut ® Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Randy Spohn, Zara Spohn, Matthew R. Dobyns of I Santa Ana, CA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other, written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. YY1 �W9sVrr �, xS,Ills ,. b;�'ie67``�P 5 `a a+rynrcntvt," le ►a. S 8 vita+ N �� step •,• 97 .. e7 Z 1 9 ^nawaN rF'*'yty Scott Sadowsky, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the j seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. r ° Scott E. Paseka Notary Public CERTIFICATE My Commission ExpireslOctober 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of September 30, 2014. Signed and sealed at the City of Hartford. 4 ►� '� d `,�e°.tRu4��, a 4�� � -�' �e � 'ems �s .� a` tea®• � i Si67 .� � ° . s artnt,av j; °°n11a b. q�9 7 4 �° ;� i8 7 s , "2 i979 ?�_ I tr ! : Gary W. Stumper, Assistant Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of CALIFORNIA County of ORANGE OnRr 4:_before me, ERIKA GUIDO, NOTARY PUBLIC, personalty appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/hef/ authorized capacity (ieo, and that by his/ice/theif signature(s) on the instrument the person(, or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ERIKAGUIDO W�WITNESS and and official seal. COMM. # 2022671 ::E NO PUBLIC CALIFORNIA o ORANGE COUNTY ^' M�comm. expires May 5, 2�017� ry Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUME ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) 1.6 SUBMISSION OF BID Respectfully submitted this 14 day of OCTOBER , 2014. Submitted By: ICON WEST INC. (Name of bidding firm or corporation) Authorized Signature: (Handwritten signature) Signed By: MICkAEL HALAOUI (Type or print name) Title: CHAIRMAN & PRESIDENT (Owner/P a,Ftner/President/Vice President) f Witness By: (Ha�dien signature) Attest: (Handwritten signature) By. BERNARD ASHKAR (Type or print name) Title: CHIEF EXECUTIVE OFFICER (Corporate Secretary or Assistant Secretary) Street Address: 520 S. LA FAYETTE PARK PLACE SUITE 503 City, State, Zip LOS ANGELES CA 90057 Phone: 213.385.0027 License No.: 747737 Federal ID No.: 33-0759547 (Affix Corporate C-5 Seal Here) ICON WEST, INC. � . �' � � 520 S. La Fayette Park Place Suite # 503 2014 OCT 14 PM 1: 5 7 ',cis Angeles, CA 9.0057 C17'Y Ct ERp; HLINTINGTO n E3E.;CH C/7_y P/-- I-IUARI/10,i�N �3t—A Fp CITI eIe;-- Cr 6,1-ly CLjp:gK i IC(JNWES-01 CMOUNTZ ��'"' CERTIFICATE ®F LIABILITY INSU NCE F-DATE (MM/DD/YYYY) 12/23/2014 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS 'ERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES JELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INS URER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate doe' s not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER License # OC36861 Alliant Insurance Services, Inc. 735 Carnegie Dr Ste 200 San Bernardino, CA 92408 CONTACT NAME: Christina M Mountz alc°NN Ell: (909) 886-9861 alc No): (909) 886-2013 E-MAIL ADDRESS: cmountz@alliant.com INSURER(S) AFFORDING COVERAGE NAIC # INSURER A:Mt Hawley Insurance Company 37974 INSURED Icon West, Inc. 520 S La Fayatte Park PI Ste 503 Los Angeles, CA 90057 INSURER B: State Compensation Insurance Fund of CA 35076 INSURER C : Westchester Surplus Lines Insurance Co 10172 INSURER D : 1 INSURER E : INSURER F : rOVFRAr.FS CERTIFICATF Nt1MRFR! REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPE OF INSURANCE IN SUBR POLICY NUMBER POLICY EFF MM DD/YYYY POLICY EXP MM DD/YYYY LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE -R $ 1,000,00 CLAIMS -MADE Al OCCUR X MGL0180769 06/03/2014 06/03/2015 DAMAGE TNTED PREMISES occurrence $ 50 000 X MED EXP (Any one person) $ 5,00 $1,000 BI & PD/Occ �°'�FC Y �eVt PERSONAL & ADV INJURY $ 1,000,00 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ 2,000,000 /� �,i P'1�° ROVED PRODUCTS - COMP/OP AGG $ 2,000,00 POLICY X JECT LOC I $ OTHER: AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT Ea accident I $ BODILY INJURY (Per' person) $ ANY AUTO By. Gates Attorney ALL OWNED SCHEDULED ichael /��y�S BODILY INJURY (Pei accident) BODILY $ AUTOS AUTOS NON -OWNED PROPERTY DAMAGE $ HIRED AUTOS AUTOS $ UMBRELLA LIAB X OCCUR EACH OCCURRENCE $ 8,000,00 X AGGREGATE j $ 8,000,00 A EXCESS LIAB CLAIMS -MADE MXL0417722 06/03/2014 06/03/2015 DED X I RETENTION $ $ WORKERS COMPENSATION PER OTH- X STATUTE ER B AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE 196064114 04/01/2014 04/01/2015 E.L. EACH ACCIDENT $ 1,000,00 E.L DISEASE - EA EMPLOYEE $ 1,000,00 OFFICER/MEMBER EXCLUDED? ❑ (Mandatory in NH) N / A E.L. DISEASE - POLICY LIMIT $ 1,000,000 If yes, descnbe under DESCRIPTION OF OPERATIONS below C Builder's Risk 108820338001 12/23/2014 12/23/2015 Any One Occur' rence 12,961,508 I I DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Job: HB Senior Center Project CC1473, 18041 Goldenwest Street, Huntington Beach, CA 92647. City of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers are additional insureds, primary and non-contributory applies as respects to general liability per endorsements attached. Null & voids certificate issued 12/16114. INSURER: Westchester Surplus Lines Ins Co (A.M. Best rating A++ XV) COVERAGE: Builders Risk Xtra SEE ATTACHED ACORD 101 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Huntington Beach THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ty 9 ACCORDANCE WITH THE POLICY PROVISIONS. 2000 Main Street Huntington Beach, CA 92648 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID: ICONWES-01 CMOUNTZ /00W*4 LOC #: 1 C®R® ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY License # OC36861 NAMED INSURED Alliant Insurance Services, Inc. Icon west, Inc. 520 S La Fayatte Park PI Ste 503 POLICY NUMBER Los Angeles, CA 90057 SEE PAGE 1 CARRIER NAIC CODE SEEPAGE 1 SEE P 1 EFFECnvE DATE: SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 25 FORM TITLE: Certificate of Liability Insurance Description of Operations/LocationsNehicles: LIMITS: Occurrence Limit of Insurance: All covered causes of loss in any one occurrence: $12,961,508 Earthquake: $2,500,000 Per Occurrence/Annual) Aggregate Flood: $2,500,000 Per Occurrence/Annual) Aggregate DEDUCTIBLE: $10,000 AOP Earth Movement: $100,000 or 5% of the total values at risk at the tim eof loss, whichever is greater Flood: $100,000 New Construction: $11,611,508 Temporary Structures: $100,000 Property in Transit: $100,000 Property in Temporary Storage or Staging Areas: $100,000 Soft Costs Coverage: 1,350,000 Coverage Extensions: Debris Removal: $100,000 Protection of Property: $25,000 protection Service Charges: $25,000 •e Protection Systems: $25,000 valuable Papers and Records: $25,000 Installed Trees and Shrubs: $25,000 Expediting Expense: $25,000 Loss Data Preparation Costs: $5,000 Contract Penalty: $1,000 Furniture and Fixtures: $1,000 Construction and Office Trailers: $1,000 ACORD 101 (2008/01) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD Policy Number: MGL0180769 Mt. Hawley Insurance Company I THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR COOLT: This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART (If no entry appears below, information required to complete this endorsement will be shown in the cable to this endorsement.) ns as appli- WHO IS AN INSURED (Section II) is amended to include as an insured the person or organization (shown in the Sched- ule, but only with respect to liability arising out of "your work" for that insured by or for you. To the extent required under contract, this policy will apply as primary insurance to additional insu and other insurance which may be available to such additional insureds will be non-contributory. Section IV., Condition 4., of this policy is amended accordingly. SCHEDULE Name of Person or Organization: 'ty of Huntington Beach, its officers, elected or appointed officials, employees, agents and volunteers 2000 Main St. Huntington Beach, CA 92648 ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHA s scheduled below CGL 216 (04/98) Page 1 of 1 Insured INSURED: ICON WEST INC POLICY NO: MGL0180769 POLICY DATES: 06/03/14 TO 06/03/15 Mt. Hawley Insurance Company THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. AMENDMENT OF OTHER INSURANCE - EXCESS PROVISION (Construction Contracts) i I This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SECTION IV, Paragraph 4.b.(1) of the COMMERCIAL GENERAL LIABILITY CONDITIONS is amended by addition of the following: (c) This insurance is excess over any other insurance whether primary, excess, contingent or on any other basis that is available to you as an additional insured or contractual indemnitee under a policy issued to a subcontractor. You are required to give notice of claim to all "potential insurers" within 30 days of giving notice of claim to us. l We have no duty under Coverage A or B to defend any claim or "suit" that any other insurer has a duty to defend. If no other insurer defends, we will undertake to do so, but we will be entitled to your rights against all those other insurers. We will pay only our share of the amount of loss, if any, that exceeds the sum of: (i) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (ii) The total of all deductible and self-insurance amounts under all such insurance. We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. "Potential insurers" means all insurance companies who may be obligated to defend the insured as either a named in- sured or an additional insured. "Potential insurers" includes the insurers of all subcontractors who were contractually obligated to name the insured as an additional insured on their own insurance policy(ies). ALL OTHER TERMS AND CONDITIONS OF THIS POLICY REMAIN UNCHANGED. CGL 333 (02/08) Page 1 of 1 Insured CONTRACTOR'S SWORN STATEMENT AND WARRANTY REGARDING CONTINUING INSURANCE OBLIGATIONS FROM: ICON WEST INC. (Contractor Name) 520 S. LA FAYETTE PARK PALCE SUITE 503 (Street Address) LOS ANGELES CA 90057 (City, State and Zip) TO: CITY OF HUNTINGTON BEACH pROJECT: SENIOR CENTER PROJECT CC1473 18041 GOLDENWEST STREET, HUNTINGTON BEACH CA 92647 Attached hereto is a true and correct copy of the current Certificate of Insurance and Additional Insured Endorsement CG 2010 1185, which Certificate complies with the insurance requirements of the Contract by and between the City lof Huntington Beach ("City') and the above -named Contractor ("Contractor) for the above -described project ("Project'). I declare under penalty of perjury under the laws of the State of California that the above statement is true and correct. Signed on DECEMBER 05, 20� at LOS ANGELES, CA . (Date) (City, State) (Signature of Indi4&al Who is Making Declaration) Contractor hereby warrants and agrees to maintain Products and Completed Operations Insurance in compliance with the Insurance requirements of the Contract for the Project. Said insurance shall be maintained through and until the expiration of all Warranties provided by Contractor. Said insurance shall contain Additional Insured Endorsement CG 2010 1185, naming City as an additional insured. Contractor shall supply to City, on at least an annual basis, a Certificate of Insurance and the aforementioned Endorsement evidencing continued coverage which meets the Contract requirements. DECEMBER 05, LOS ANGELES, CA Signed on , 20�at (Date) (City, State) CONTRACTOR: Name: ICON WEST INC. j I e By Name: MICHAEL HALAOUI Tide: CHAIRMAN & PRESIDENT 277621.2 Financial Strength - The Hartford Page 1 of 1 A.M. Best Moody's Standard i & Poor's Hartford Fire Insurance Company A A2 A Hartford Life Insurance Company A- Baa2 BBB+ Hartford Life and Accident Insurance Company A A3 A Hartford Life and Annuity Insurance Company A- Baa2 BBB+ I As of April 3, 2014 (date of last rating agency action for A.M. Best), March 6, 2014 (date of, last rating action for Moody's), and April 15, 2014 (date of last rating agency action for Standard and Poor's): • Hartford Fire Insurance Company ratings are on positive outlook at A.M. Best, Moody's and Standard and Poor's. • Hartford Life Insurance Company ratings are on stable outlook at A.M. Best, Moody's and Standard and Poor's. • Hartford Life and Accident Insurance Company ratings are on stable outlook at A.M. Best and Standard and Poor's and on positive outlook at Moody's. a • Hartford Life and Annuity Insurance Company ratings are on stable outlook at A.M. Best, Moody's, and Standard and Poor's. V NO http://ir.thehartford.com/phoenix.zhtml?c=108754&p=irol-ratings_pf 1 12/23/2014 Company Profile Page 1 of 2 Company Profile Company Search Company Search Results Company Information Old Company Names Agent for Service Reference Information NAIC Group List Lines of Business Workers' Compensation Complaint and Request for Action/Appeals Contact Information Financial Statements PDF's Annual Statements Quarterly Statements Company Complaint Company Performance & Comparison Data Company Enforcement Action Composite Complaints Studies Additional Info Find A Company Representative In Your Area View Financial Disclaimer COMPANY PROFILE Company Information HARTFORD FIRE INSURANCE COMPANY ONE HARTFORD PLAZA HARTFORD, CT 06115 800-243-5860 Old Company Names Agent For Service NANCY FLORES C/O CT CORPORATION SYSTEM 818 WEST SEVENTH STREET LOS ANGELES CA 90017 Reference Information Effective Date NAIC #: 19682 California Company ID #: 0085-1 Date Authorized in California: 1 01/07/1870 License Status: UNLIMITED -NORMAL Company Type: Property &Casualty State of Domicile: CONNECTICUT —� back to top NAIC Group List NAIC Group #: 0091 HARTFORD FIRE & CAS GRP Lines Of Business The company is authorized to transact business within these lines of insurance. For an explanation of any of these terms, please refer to the glossary. AIRCRAFT AUTOMOBILE BOILER AND MACHINERY BURGLARY COMMON CARRIER LIABILITY CREDIT DISABILITY FIRE LEGAL INSURANCE LIABILITY MARINE MISCELLANEOUS PLATE GLASS https://interactive.web.insurance.ca.gov/companyprofile/companyprofile?event=company.. ! 12/17/2014 Company Profile Page 2 of 2 SPRINKLER SURETY TEAM AND VEHICLE WORKERS' COMPENSATION back to top © 2008 California Department of Ins., once https: //interactive.web. insurance.!ca.gov/companyprofile/companyprofile?event=company ... 12/ 17/2014 I T i HUNTINGTON BEACH .FINANCE DEPARTIMEN T BUSINESS LICENSE P. Ca Box 190 2000_ Main Street. -Hu ntington_Beach ,_CA:92o4E one (71_4)`536-5267 —Fax !71ZYn' .^t-`; iQia ®!+nnn r F iintin,f,nI, APPLICATION POPS BUSINESS LICENSE FOR CSLB CONTRACTORS HEADQUARTERED OUTSIDE OF HUNTINGTON BEACH OV BUSINESS DETAILS.- Applications must be typed, ar legibly hand printed in blue or Mack ink I Name of Business (DBA) I Name of Corporation (attach list of officers) I Ovvner(s) r Principal(s) t MtCAjkEL -A. kLAo� Title ��N�.D C'• (��1 �+� T T9 ✓ I Title I�,1,{nrn? Contact Person' }�� �p 1 H 14tl )AAL Titles _ PAPLIAG K t tAgt (,p Business Address �� ��, E � fk-y— OM� `t Mailing Address; City, State, Zip —SSE AS E-mail Address SHAD @ ICoii\ -we-sT. C���'1 Web Site I wLow �C'.Um-ln/ES'C. ftM Business Phone Zl3 ��� pDZi Fax Type of Ownership: Social Security T :ITT71ypeofOwnership:CJ_LLC Sole Proprietor rship Corporation Federal Tax id State Tax ID❑ `3--0-75JgG4-`7 4� 4 . c�D O Date Business Started in Huntington Beach ,A-P- L 2-o 1 5 I # Employees (include self j per latest tax filing): �j�j ! Full-time Part-time (FTE) I SIC SO S� �- Detailed Description of Business Activity �i General Contractor I Contractor's Lic ft Classes Expiration Date I Job Address i ❑ Sub Contractor }]��� �j� I I O� . p • 2-u 11 D 1 Under federal and state law, compliance with disability access laves is a serious and significant responsibility that applies to all California building owners and tenants with buildings open to the public. You may obtain information about your legal obligations and how to comply with disability access laws at the following agencies: The Division of the State Architect at vn�nri.dgs.ca.gov/dsa/Home.asax. The Department of 1 Rehabilitation at www.rehab.cahwnet.gov. The California Commission on Disability Access atwww.ccda.ca.gov. I I am aware of the provisions of Section 3700 of the California Labor Code, which requires every employer to be 'insured against liability for Workers Compensation. (Please check appropriate box) ❑ Certificate of workers Compensation insurance ❑ Certificate of Self -Insurance of Workers Compensation ❑ i certify that in the performance of work for which this license is issued I shall not employ any person in any manner so as to become subject to the worker's compensation laws of California. Note: If after signing the certificate, you hire any employee, you become subject to the workers' compensation provisions of the California Labor Code and you must immediately comply with the provisions of, Section 3700 or your license immediately becomes revoked. i I hereby declare under penalty of perjury that the information and statements on this applicationdare true and correct. Title: N1 Signature: P mem4 � Printed Name: 1 ��-� u-t Date: I "� /ram Business License 4 1 T15 II A�? Fj TOTAL DUE** 'Classification "A" or "B" 1 $185.10 X Classification "C" or `D" - $132M I I I ICON WEST, INC. 520 S. LAFAYETTE PARK PLACE, SUITE 503, LOS ANGELES, CA 90057-1602 i 0 4 0 4 9 9 CI T Y2 0 CITY OF HUNTINGTON BEACH Check Date: 12 / 0 8 / 14 Check No.: 040499 INVOICE NO. INVOICED REFERENCE GROSS DISCOUNT! NETAMOUNT 120814 12/08/14 185.10 .00 185.10 TOTAL ..... 185e10 .00 u°040499115 1:1220002471:3S?210239451I° 185.10 RECEIVED BY: (Name) (Date) Imsen w 01 TO: FROM: DATE: SUBJECT i CITY CLERK RECEIPT COPY Return DUPLICATE to City Clerk's Office after signing/dating CITY OF HUNTINGTON BEACH 1 INTERDEPARTMENTAL COMMUNICATION I City Treasurer City Clerk z Bond Acceptance i 1 � I have received the bonds for CAPITAL PROJECTS (Includes CC's and MSC's) Performance Bond No. Payment Bond (Labor and Materials) Bond No. Warranty or Maintenance Bond No. TRACT AND DEVELOPMENT Faithful Performance Bond No. Labor and Material Bond No. Guarantee and Warranty Bond No. Monument Bond No. Franchise Bond No. Letter of Credit Bond No. Other Re: Tract No. CC No. MSC No. Other No. g:/forms/bond transmittal to treasurer Name) Approved Agenda Item No. City Clerk Vault No. SIRE System ID No. THE FINAL PREMIUM IS PREDICATED ON THE FINAL CO CT NUCE ( PERFORMANCE BOND KNOW ALL PERSONS BY THESE PRESENTS: Bond No. 72BCSGJ Premium: $100,727.'( I *** In Triplicate *** WHEREAS, City of Huntington Beach (hereinafter referred to as"City) has, bywritten agreement dated 20 14• entered into a contract with icon w est inc. 520 S. La Fayette Park Place, Suite 503, Los Angeles, CA 90057 (name and address of Contractor) (hereinafter referred to as "Principal'), for performance of the work described as follows: Senior Center, Project No. CC-1473 II VVMtKt: Ab, salo conuaci, and aii documents ren:rencea rnerein inervinafter coijamively-uonfracr), are Incorporated herein by this reference made a part hereof as though set fourth herein in full. WHEREAS, said Principal is required under the terms of the Contract to furnish a bond guaranteeing the prompt, full and faithful performance of said Contract NOW THEREFORE, we, the undersigned, as Principal, and Hartford Fire Insurance Company One Pointe Drive, 6th Floor, Brea, CA 92821 (name and address of surety) (a duly admitted surety insurer under the laws of the State of Califomia and hereinafter referred to as "Surety"), as Surety, are held and firmly bound unto City in the penal sum of f Eleven Million Six Hundred Eleven Thousand Five Hundred Eight and 00 100 I Dollars ($11,611,508.00 ), this amount being not less than one hundred percent of the price set forth in the Contract, in lawful money of the United States, for the payment of which sum, well and truly to be made, We bind ourselves, our heirs, executors, administrator; and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT If the Principal shall promptly, fully and faithfully perform each and all of the covenants, obligations and things to be done and performed by the Principal in strict accordance with the terms of the Contract as said contract may be altered, amended or modified from time to time, and if the Principal shall indemnity and save harmless City and all of City's officers, agents and employees (hereinafter collectively referred tD as °Obljgees-) from arty and all losses, liability and damages, claims, judgments, stop notices, fees and costs of every description, whether imposed by law or in equity, which may be incurred by the Obligees by reason of the failure or default on the part of the Principal in the performance of anyor all of the terms or the obllgations of the Contract, including all alterations, amendments and modifications thereto, and any warran'pes or guarantees required thereunder, then this obligation shall be void,, otherwise, it shall be and shall remain in full force and effect Surety stipulates and agrees, for value received, that no adjustment ofthe time or price in the Contract or any alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, shall In any way affect, limit, restrict, impair or release. the obligabons�of the Surety under this Bond. Surety waives notice of any adjustment of contract time or contract price, and PERFORMANCE BOND Page ] of 2 I Bond No. 72BCSGJ7001 any other alteration, change, deletion, addition or other modification to the Contract, or the work to be performed thereunder, and agrees to automatically adjust the penal sum of this Bond to reflect such adjustments, alterations, changes, deletions, additions or other modifications. Surety agrees to provide written confirmation of such adjustments In the penal sum to City on not less than a quarterf basis. Surety also waives the provisions of Civil Code §§ 2845 and 2849. The obligations of this Bond shall survive the completion of the work described in the Contract as to all obligations and liabilities of the Principal which survive completion of the work. IN WITNESS WHEREOF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affited hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any failure of the Principal to execute or properly execute this bond. Dated: December 5, 2014. 17, ATTEST Icon West, Inc.�—��- I (Corporate Seal) (Principal Name) Chairman & President ATTEST Hartford Fire Insurance Company I (Corporate Seat) (Surety Name) By. Name: Matthew R. Dobyns (Signature of Attorney -in -Fact for Surety) I (Attach Attorney -in -Fact Certificate) 7( 14 1 674-1200 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OE..kiUNTINGTON BEACH iifer McG Attorney En Note. This bond must be execuledin dupkete and doted, eI signatures must be noferued, and evidence of the sutbMty of any peraw s@rdng as aftortoy4ri-W must be attached 17591,1 PERFORMANCE BOND Page 2 of 2 Direct Inquiries/Claims to: POI TER ®F ATTO NEY HE H ND, T-4 D �/�/ BOND, -4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORDJ, CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 KNOW ALL PERSONS BY THESE PRESENTS THAT: Agency Code: 72-185891 X� Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut X� Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company of the Midwest, a corporation duly organized under the laws of the State of II diana Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Randy Spohn, Zara Spohn, Matthew R. Dobyns of Santa Ana, CA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. i '�I t * ¢s:�...:� '��w�N�� iyrA., l��ti+ a• �`•y ,tii�oiS.� �-��ri•�•,�•^u�i�. I Scott Sadowsky, Assistant Secretary M. Ross Fisher,, Vice President STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD On this Td day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. * Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 5, 2014. Signed and sealed at the City of Hartford. G ."` � 5567 .!� � • o; a Fc �� +:?' P?�irvrK�l� �0®�yw► 'r[;y197%1— a�a 1870 Gary W. Stumper, Assistant Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .ate of CALIFORNIA County of ORANGE On ' 1 before me, ERIKA GUIDO, NOTARY PUBLIC, personally appeared ® who proved to me on the basis of satisfactory evidence to be the person) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/thei-r authorized capacity 0*, and that by his/ber/their signature(s) on the instrument the person(s), or the entity upon behalf of which the personfs) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ERIKA GUIDO WITNESS � and and official seal. �� a CONIM. # 2022671 NOTARY PUBLIC CALIFORNIA N ORANGE COUNTY ®I ML(omm, expires May 5, ?o177 Jl_ - - iq ature f_lot ry Though the data below Is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Bond No. 72BCSGJ7001 Premium: Included in the Perforniance Bond. PAYMENT BOND *** In Triplicate *** (LABOR AND MATERIALS) KNOW ALL PERSONS BY THESE PRESENTS that WHEREAS, the City of Huntington Beach (hereinafter referred to as "City") has awarded to Icon West, Inc. 520 S. La Fayette Park Place, Suite 503, Los Angeles, CA 90057 1 (name and address of Contractor) (hereinafter referred to as 'Principal"), a contract (°Contract") for the work described as follom Senior Center, Project No. CC-1473 (project truel WHEREAS, Principal is required under the terms of the Contract and the Callfomia Civil Code to secure the payment of claims of laborers, mechanics, materialmen, and other persons as provided by law. NOW THEREFORE, we, the undersigned Principal, and Hartford Fire Insurance Company One Pointe Drive, 6th Floor, Brea, CA 92821 1 (name and address of Surety) (a duly admitted surety insurer under the laws of the State of California and hereinafter referred to as "Surety'), as Surety, are held and firmly bound unto City in the penal sum of Eleven Million Six Hundred Eleven Thousand Five Hundred Eight and 00/100 dollars, ($11,611,508.00 ), this amount being not less than one hundred percent (100%) of the total price set forth in the Contract, in lawful money of the United States of America, for the payment of which sum, well and truly to be made, we bind ourselves, and each of our heirs, executors, _adminlstratom, successors, and assigns, jointly and severally, firmly by -these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT, if the Principal, his, her, or its heirs, executors, administrators, successors' or assigns, or -subcontractors shall fall to pay any of the persons named in Section 3181 or the California Civil Code_ ("Claimants`] for all labor, materials or services used or reasonably required for use In performance of the work described in the Contract, or any amounts due under the Unemployment Insurance Code with respect to work orb labor performed by any such Claimant, or prevailing wages due and penalties incurred pursuant to Sections 1774, 1775, 1813 or 1815 of the Labor Code, or any amounts required to be deducted, withheld and paid over to the Employment Development Department, from the wages of employees of the Principal and Subcontractors pursuant to .Section 13020 of the Unemployment Insurance. Code with .respect to the work or labor performed under the Contract, Surety will pay for the same, In an amount not exceeding the penal sum specified in this bond; otherwise, this obligation_ shall be null and void. This bond shall inure to the benefit of any of the persons named in Section 3181 of the Cal'ri`bmia Civil Code so as to give aright of action to such persons or their assigns. In case any action is brought upon this bond, Surety further agrees to pay all court costs and a reasonable_ attorneyi's fee In an amount fixed by the court. Surety stipulates and agrees, for value received, that no change, extension of time, alteration, addition or modification to the terms of the Contract, or any contract document. or any work ;to be performed thereunder, whether made after notice or not, shall In any way affect, impair or release Me obligations of Surety under this bond. Surety hereby waives notice of any such change, I r�ses,� PAYMENT BOND Page 1 of 2 Bond No. 72BCSGJ7001 extension of time, alteration, addition, or modification to the terms of the Contract, the contract documents or the work thereunder. Surety also waives the provisions of California Civil Code §§ . - 2845 and 2849. IN WTNESS WHEROF, each party represents and warrants that this instrument has been duly executed by Principal and Surety, on the date set forth below, that the name of each corporate party being affixed hereto is such party's proper legal name and that the individuals signing this instrument have been duly authorized pursuant to the authority of its governing body. Surety, by execution of this bond, waives any defense which Surety has or may have by reason of any I failure of the Principal to execute or properly execute this bond. Dated: December 5, 2014. ATTEST Icon West, Inc. (Corporate Seal) ATTEST (Corporate Seal) (Attach Attorney -in -Fact Certificate) i By: Name: its: i Hartford Fire Insurance Company (Surety Name) By: / (Signature of Attorney4n-Fact for Surety) 7{ 14 } 674-1200 (Area Code & Telephone Number of Surety) APPROVED AS TO FORM: CITY OF HUNTINGTON BEACH 1 Y)4 iifer Mc Grath �/, Attorney V& Note: This bond must be executed In dup*46 and dated, alf signatures must be notarized, and evidence of the of any person signing as affw*y-in- d moat be afteched MW i PAYMENT Page 2 of 2 IF r- . . fi, V . I KNOW ALL PERSONS BY THESE PRESENTS THAT: Direct Inquiries/Claims to: THE HARTFORD BOND, T-4 P.O. BOX 2103, 690 ASYLUM AVENUE HARTFORD[ CONNECTICUT 06115 call: 888-266-3488 or fax: 860-757-5835 Code: 1 72-185891 Hartford Fire Insurance Company, a corporation duly organized under the laws of the State of Connecticut Hartford Casualty Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Accident and Indemnity Company, a corporation duly organized under the laws of the State of Connecticut Hartford Underwriters Insurance Company, a corporation duly organized under the laws of the State of Connecticut Twin City Fire Insurance Company, a corporation duly organized under the laws of the State of Indiana Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois Hartford Insurance Company Of the Midwest, a corporation duly organized under the laws of the State of Indiana I Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: Randy Spohn, Zara Spohn, Matthew R. Dobyns of Santa Ana, CA their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on January 22, 2004 the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. p� `a .ssa _ ...•"` �Doi 16 g7 p�lrrrrK■!a' • DINA +,.;. tST� e; ;•S�taTg� ? 7479 y 1L•� � ,y..,,..-•�t* is `3,,,`.' s '�i'►....� ' � - I Scott Sadowsky, Assistant Secretary M. Ross Fisher, Assistant Vice President STATE OF CONNECTICUT Ss, Hartford COUNTY OF HARTFORD On this 3rd day of March, 2008, before me personally came M. Ross Fisher, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. Ti Scott E. Paseka Notary Public CERTIFICATE My Commission Expires October 31, 2012 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and fort going is a true and correct copy of the Power of Attorney executed by said Companies, which is still in full force effective as of December 5, 2014. Signed and sealed at the City of Hartford. sw T11dpy IV Y t �xF}ttr� r` IL . .��c iuw r �►�' .„'r •4 ' . J+inrrrA� J�a • °eBibyla `r 29 Tt is T ® 7979 X J tr 'wv.;, _:� �'"eew,an jrp'o'?tit s � �"•..; eiieoi5° hsrae�' .N;,�in7•• Gary W. Stumper, Assistant Vice President CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT .ate of CALIFORNIA Count of ORANGE On 3, before ruse, ERIKA GUIDO, NOTARY PUBLIC, personally appeared MATTHEW R. DOBYNS ® who proved to me on the basis of satisfactory evidence to be the persons) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/sire/they executed the sanj a in his/ice/t-heif authorized capacity (ies), and that by his/bef/theif signature(.) on the instrument the person(.), or the entity upon behalf of which the person(.) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. 'E, WITNESS rnvhand and official seal. ERIKA GUIDO o COMM. # 2022671 NOTARY PUBLIC CALIFORNIA ORANGE COUNTY ^' 9 M comm. expires May 5, 2017 igiature of Notary Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑ INDIVIDUAL ❑ CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Certification of Compliance with Prevailing Wage Laws To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Prevailing Wage Laws Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that all laborers, mechanics, apprentices, trainees, watchmen and guards employed by him I or by any subcontractor performing work under the contract for the Project have been paid pursuant to the minimum wage and bona fide fringe benefit 'requirements specified for each particular classification of work, as set forth in the wage -rate determinations of the State of California, Department of Industrial Relations, and/or the United States Department of Labor. I declare under penalty of perjury under the laws of the State of California that the f6regoing is true and correct. Executed this day of 2475421 20 , at (Type Contractor Name) By: _ Name: Title: [Type Name] [Type Title] alifornia. S A� TO CTTY ATTORNEY CONTRACTOR'S CERiMCATE L , state and certify that: (Name of Declarant) l . is the general contractor to the City of Huntington Beach ("City') on Contract No. (the "Contract") for the construction of the public work of improvement entitled: (the "Project"). 2. All work to be performed pursuant to the Contract has been completed in accordance with the Contract Documents (as such term is defined in the Contract). 3. Except for the claims listed.below and the disputed claims listed in paragraph five (5), all persons supplying labor, services, materials and equipment to the Project, including all claims against the Contractor arising from the performance of the Contract, have been paid and satisfied (list unpaid debts and claims; if none, write "NONE"): 4. Attached hereto are the lien waivers required by the Contract Documents, which lien waivers have been executed by all persons who performed work on or supplied labor, services, materials, and/or equipment for use at the Project. 5. Set forth below is a list of disputed claims or claims that are the subject of a Notice to Withhold filed pursuant to the Civil Code of the State of California (list all disputed claims; if none, write "NONE"): I declare under penalty of perjury under the laws of the State of California that the true and correct. Executed at on this day of (Signature of Declarant) APPROVED AS TO FORM By: l -7A, -TlJ 3 Zo ot� Name: [Type Name] Title: [Type Title] ina is 20 245914 1 Certification of Compliance with 'Title VU of the Civil Rights Act and Equal Employment Opportunity Act of 1972 To: City of Huntington Beach Department of Public Works 2000 Main Street/P.O. Box 190 Huntington Beach, CA 92648 Re: Certification of Compliance with Title VII of the Civil Rights Act and Equal Employment Opportunity Act of 1972 Contract: Project: The undersigned contractor on the above -referenced project ("Project") hereby certifies that it has complied with Title VII of the Civil Rights Act, the Equal Opportunity Act of 1972 and Executive Order 11246, and has not discriminated against any employee or applicant for employment because of race, creed, color, sex, national origin, age or disability. The undersigned contractor also certifies that it has not maintained any segregated facilities at its establishments on the basis of race, creed, color, sex, national origin, age or disability (with the exception of access for the disabled). I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. i Executed this day of , 20_, at (Type Contractor Name) By: Name: [Type Name] Title: [Type Title] rma. 245911 1 I City of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 9264i8 (714) 536-5227 ♦ www.huntingtonbeachca.goy i Office of the City Clerk Joan L. Flynn, City Clerk January 15, 2015 ICON WEST Attn: Mr. Michael Halaoui 520 S. La Fayette Park Place, Suite 503 Los Angeles, CA 90057 Re: Senior Center Project — CC-1473 The City Council awarded the bid to your company for the above referenced project. Enclosed is a copy of the executed contract with the City of Huntington Beach. A Certification of Compliance with Title VII of the Civil Rights Act, Certification of Compliance with Prevailing Wage Laws and Contractor's Certificate form must be returned to this office after the project is completed but prior to the release of Iretention funds. In addition, the following item must also be on file, with this office before the City can release any retention funds: A warranty bond guaranteeing the final amount of work and materials for one year. If your performance bond does not include specific wording for a one-year warranty, then a rider or separate bond must be submitted. Should you have any questions or concerns regarding the enclosures or items that must be on file in this office prior to release of retention funds, please call the Public Works Department at 536-5517. Sincerely, r Jo L. Flynn, CIVIC City Clerk JF:pe Enclosures: Copy of Contract including Proposal Copies of insurance/bonds Contractor's Certificate Certificate of Compliances Bid Bond (original) Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand 7, Dept. ID PW 14-069 Page 1 of 3 Meeting Date: 11/17/2014 CITY OF HUNTINGTON BEACH REQUEST FOR. CITY COUNCIL ACTION MEETING DATE: 11/17/2014 SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Fred A. Wilson, City Manager PREPARED BY: Travis K. Hopkins, PE, Director of Public Works Janeen Laudenback, Director of Community Services SUBJECT: Award and authorize execution of a construction contract in the amount of $11,611,508 to Icon West, Inc., waive the minor irregularities in the Icon West bid, authorize fifteen percent (15%) in construction change orders, and authorize execution of Amendment No. 2 to the Agreement with DLR Group 1-or construction support services for the new Senior Center Project, CC-1473 Statement of Issue: On October 14, 2014, bids were opened for the New Senior Center Project, CC-1473. City Council action is requested to award the construction contract to Icon West, Inc., the lowest responsive and responsible bidder. Additionally, during the construction, support from the design consultant, DLR Group will be required and an Agreement Amendment is necessary to secure their services. Financial Impact: Funds in the amount of $15,000,000 from bond financing are available in Account No. 40140107. In addition $142,000 is available from a HUD Grant in Account No. 99445102. HOAG Memorial Hospital Presbyterian is donating $2,000,000 for the construction and site work and additional funds for programming at the facility will be brought forward to the City Council as a separate item. A total of $17,142,000 is available for the project construction and construction related items. Recommended Action: A) Waive the minor irregularities in the Icon West, Inc., bid and award the construction contract to the lowest responsive and responsible bid submitted by Icon West, Inc., in the amount of $11,611,508; and, B) Authorize the Mayor and City Clerk to execute a construction contract in a form approved by. the City Attorney; and, C) Authorize the Director of Public Works and City Engineer to approve up to fifteen percent (15%) in construction change orders up to $1,741,727; and, D) Authorize the Mayor and City Clerk to .execute "Amendment No. 2 to Agreement between the City of Huntington Beach and DLR Group for preparation of plans and specifications for the Senior Center Building" to include construction support services in the amount of S �VQ $259,350, Alternative Action(s): 1. Uphold the bid protest by Woodcliff Corporation and accept Woodcliff Corporation as the lowest responsive and responsible bid. 2. Reject all bids and provide staff with an alternative direction. Item 5. - 1 HB -40- Dept. ID PW 14-069 Page 2 of 3 Meeting Date: 11/17/2014 Analysis: On August 18, 2014, the City Council authorized the solicitation of bids for the New Senior Center Project, CC-1473. In early September, plans and specification were made available to the contracting community. In addition, contractors were invited to attend a pre -bid meeting on September 18, 2014 to review the project. The bids were publically opened on October 14, 2014. A favorable economic climate resulted in bids well below the pre -bid estimate of $16,500,000. The bids are listed below: Bidding Contractor Bid Icon West Inc. $11,611,508 RC Construction $11 838 000 Woodcliff Corp12 052 000 W.E. O'Neil $12,575,000 Pinner Construction $12,742,000 Erickson Hall $12 888 000 Sinanian Construction $13,288,000 AWI Builders Inc. $13,985,911 USS Cal Builders $14 600 000 T. B. Penick & Sons $15,094,000 Icon West, Inc., (Icon West) was the apparent low bidder at time of bid opening at $11,611,508. Staff performed their due diligence in reviewing the bids for their responsivenessto the requirements for the 3 apparent lowest bidders. The reference check for Icon West provided acceptable responses from past clients. On October 31, 2014 the City received a protest from Woodcliff Corporation regarding the Icon West and R.C. Construction Services, Inc., bids. The protest claims have been reviewed by Legal Counsel. In part, Woodcliff's protest claims that information provided by Icon West in response to the BID was deficient. First, Woodcliff claims that Icon West's subcontractor's information was not provided as set forth in the BID. Second, Woodcliff claims Icon West did not meet the experience requirements in the BID. Staff investigated the claims and determined that: 1) the subcontractor information was provided by Icon West; 2) Icon West meets the experience requirements despite some minor irregularities which Staff recommends waiving. The irregularities are as follows: Icon West did not submit a project for a municipality or county; and, one of the projects did not meet the requirement that the project includes a building greater than 10,000 sf. Icon West submitted projects for UCLA which is a public entity that must follow public contracting laws. The projects submitted by Icon West included student housing construction which presents a more challenging construction environment than the Senior Center project. Therefore, Staff recommends the City council waive the above mentioned minor irregularities in the BID specifications because the projects submitted do not materially differ from the New Senior Center Project in the type of construction and scale. Waiving these minor irregularities and awarding the contract to Icon West in the amount of $11,611,508 is $400,0W less than the BID submitted by Woodcliff. As part of the overall Senior Center project, it is also necessary to amend the Agreement with DLR Group for construction support from the architectural design team in the amount of $259,350. xB -41- Item 5. - 2 Dept. ID PW 14-069 Page 3 of 3 Meeting Date: 11/17/2014 In summary, in addition to the construction contract and DLR Group amendment, construction costs for contingency, construction management, environmental monitoring, testing and inspection, monument and signage, fixtures, furnishing and building equipment are included in the project budget. Therefore, the total cost of up to $1,7,140,646 is anticipated for the construction phase of this project. Environmental Status: The New Senior Center Project was approved in conformance with SEIR No. 07-002 and CUP No. 07-039 R. Strategic Plan Goal: Improve the City's infrastructure r /.#k C� Attachment(s): S� --�1. Amendment No. 2 to Agreement between the City of Huntington Beach and DLR Group for 61 px� preparation of plans and specifications for the Senior Center Building 2. Bid Protest by Woodcliff Corporation Item 5. - 3 KB -42- T yJ&'r,A,,MINE LAW PC CONSTRUCTION ATTORNEYS 523 WEST 6TH STREET, SUITE 546 LOS ANGELES, CALIFORNIA 90014 (213) 972-0119 FAX (213) 972-0005 WWW-KAMI NEC 0 N S T R U C T I O N LAW .COM Matthew Harper, Mayor City of Huntington Beach 2000 Main Street Huntington Beach, CA 9261 Joe Shaw, Mayor Pro Tempore City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 October 31, 2014 Jill Hardy, Council Member City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Connie Boardman, Council Member David Sullivan. Council Member City of Huntington Beach City of Huntington Beach 2000 Main Street 2000 Main Street Huntington Beach, CA 92648 Huntington Beach, CA 92648 City of Huntington Beach 2000 Main Street at Be?,cV-.C4-92r648- Travis K. Hopkins, Director Department of Public Works City of Huntington Beach 2000 Main Street Huntington Beach CA 92648 Jennifer McGrath, City Attorney City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Re: Bid Protest by Woodcliff Corporation CC No. 1473 Huntington Beach Senior Citizens Center Dear Mayor, Members of the City Council, Ms. McGrath and Mr. Hopkins: We represent Woodcliff Corporation [WOODCLIFF]. This letter is intended to be: (1) A protest against any award of the referenced contract to any bidder other than WOODCLIFF; Item 5. - 33 SERVING THE CONSTRUCTION INDUSTRY SINCE 1976. 14B -72- City Council for the City of Huntington Beach October 31, 2014 Page 2 (2) A request under Gov. Code § 54954.1 for mailed notice of all meetings of the City Council for the City of Huntington Beach [COHB] at to any issues pertairdng to the award of that contract are on the agenda for the meeting. If there is any fee for this service, please telephone that information to us immediately, so we can promptly pay the fee. (3) A request to be informed (by telephone or fax) as soon as any staff reports or recommendations concerning any issues pertaining to the award of that contract are available to the public, so we can immediately inspect those reports or recommendations. (4) A request to address the City Council for the COHB before or during consideration of any issues pertaining to the award of that contract, which opportunity is guaranteed by Gov. Code § 54954.3(a). If tl-ds letter is not sufficient to accomplish any of these purposes, please let us know immediately what else is required, so we can comply. If we do not hear from you, we iA.11 proceed on the basis that this letter is sufficient. Further, to the extent that you view this protest as untimely, please be advised that Woodcliff was notified on October 22, 2014 that it was to receive the award of the referenced project and that the first and second bidders were non- responsive. Woodcliff was notified by letter dated October 30, 2014 that COH13 was going to award the contract to Icon West Inc., the lowest monetary bidder. An award of the contract to any bidder other than WOODCLIFF would violate the competitive bidding laws, standards and practices applicable to California public works contracts, for reasons discussed below. GROUNDS FOR BID PROTEST 1. FAILURE BY ICON WEST, INC. TO COMPLY WITH PUBLIC CONTRACT CODE § 4104 RENDERS ICON WEST, INC.'S BID NON- RESPONSIVE Public Contract Code [PCC] §4104 became effective on July 1, 2014. PCC §4104 requires that all bidders on public work of improvement projects include in the listing of subcontractors the following: (a)(1) The name, location of the place of business, and the California contractor license number of each subcontractor who will perform SERVING THE CONSTRUCTION INDUSTRY SINCE 1976, 14B -73- Item 5. - 34 City Council for the City of Huntington Beach October 31, 2014 Page 3 K�IM work or labor or render service to the prime contractor in or about the construction of the work or improvement. Icon West, Inc., failed to comply with PCC §4104(a)(1) in that it failed to provide addresses for the following listed subcontractors: ANI Plumbing Ultimate New Generation Woodcraft Loper Engineering Valencia Quality Rebar Queen City JK Steel APD Drywall In addition, Icon West, Inc., failed to provide the California Contractor's license number for the following listed subcontractors - Mountain Movers New Generation Quality Rebar JK Steel Ultimate Valencia Queen City APD Drywall Icon West, Inc., should be found non -responsive. PCC §4104(a)(2) provides that the information can be corrected within 24 hours of bid opening in order for the bid to be responsive. In the event that information is not corrected, then the bid. is non -responsive and the proper subject of a bid protest. Indeed, Icon West, Inc., failure to comply with PCC §4104 is not a variance that may be waived because it did not substantially conform to the statutory requirements for the listing of subcontractors. The Legislature has articulated the purpose of PCC §§4100 et seq. is protect both the public and the subcontractor from the practices of bid shopping and bid peddling in connection with public works projects. [PCC §4101.1 Icon West, Inc., bid is non -responsive as a matter of law. It should not be accepted by COFIB 2. ICON WEST, INC. FAILED TO SATISFY THE EXPERIENCE REQUIREMENTS RENDERING ICON WEST, INC. A NON- RESPONSIBLE BIDDER COHB at page C-16 of the Invitation for Bids specified certain experience requirements. Requirement 7 mandates three comparable public works project% within the last 8 years. Requirement 7(b) mandates thaf "at least one of the ?rojects must have been a Community Center or Sendor Center or similar building facility constructed for a municipality or county." Item 5. - 35 SERVING THE CONSTRUCTION INDUSTRY SINCE 1976. HB -74- ILIMT01-11M City Council for the City of Huntington Beach October 31, 2014 Page 4 Icon West, Inc., did not satisfy Requirement 7(b) in that the only description of previous projects that comes close to meeting those requirements is the University of California, Renovation of Four 3 Story Residential Hitch Suites Building Complex. [Icon West, Inc., Bid - 8(A), page C-17.] The description states: The project renovates and repairs the four (3) [sic.] stories residential buildings . . . and replaces the existing 1-story, 1300 service building with 4,700 gsf of New Construction of Commons building structure, including New Basketball Courts, Parking Structure, underground utilities. The current bid is for a 38,000 square foot senior citizens facility. The project listed by Icon West, Inc., is 12%, the size and did not meet any criteria of being a comparable facility since it included basketball courts and a parking structure. The project offered is not comparable and it does not satisfy Requirement 7(b). As the court held in City of Inglewood - Los Angeles County Civic Center Auth. v. Superior Court (19729) 7 CM 861, 867: [T]he word 'responsible' in the context of the statute [requiring award of the contract to the 'lowest responsible bidder'] is not necessarily employed in the sense of a bidder who is trustIATorthy so that a finding of nonresponsibility connotes untrustworthiriess. Rather, while that term includes the attribute of trustworthiness, it also has reference to the quality, fitness and capacity of the low bidder to satisfactorily perform the proposed work. [citation] Thus, a contract must be awarded to the lowest bidder unless it is found that he is not responsible, i.e. not qualified to do the particular work under consideration. ... In failing to satisfy Requirement 7(b), Icon West, Inc. was a non -responsible bidder, it is not qualified to do the work based upon the objective criteria in the bid documents. SERVING THE CONSTRUCTION I INDUSTRY SINCE 1976. HB -7-5- Item 5. - 36 City Council for the City of Huntington. Beach October 31, 2014 Page 5 3. R.C. CONSTRUCTION SERVICES, INC. [RC], FAILED TO SATISFYTHE EXPERIENCE REQUIREMENTS RENDERING RC A NON- RESPONSIBLE BIDDER COHB at page C-16 of the Invitation for Bids specified certain experience requirements. Requirement 7(a) mandates three comparable public works projects within the last 8 years over, over $10,000,000 per project. RC lists 3 projects within the last 8 years (October 2006-October 2014) that meet this criteri.a. I.E. Transportation Management Center (5.31.11) and Rosemead High School Growth Project (7/30/11); and Columbia Elementary School (1/23/10). None of these projects, however, satisfies Requirement 7(b) in that one of the comparable projects —over $10,000,000- was "a, Community Center or Senior Center or similar building facility constructed for a municipality or county." None of the projects listed by RC that would be construed as a Community Center or Senior Citizen Center meets the $10,000,000 requirement. The only Multipurpose Center was for the California School for the Deaf and was 17,000 SF. The total square footage was 1h of the size of the current bid facility. As the court held in o City � f Inglewood - Los Angeles County Civic Center Auth. v. Superior Court (1972) 7 dd 861, 867: [T]he word 'responsible' in the context of the statute [requiring award of the contract to the 'lowest responsible bidder'] is not necessarily employed in the sense of a bidder who is trustworthy so that a finding of nonresponsibility connotes untrushvorthiness. Rather, while that term includes the attribute of trustworthiness, it also has reference to the quality, fitness and capacity of the low bidder to satisfactorily perform the proposed work. [citation] Thus, a contract must be awarded to the lowest bidder unless it is found that he is not responsible, i.e. not qualified to do the particular work under consideration. .., glyr-illor-TORIE forg", -InImASANI www'"Gly'dans— asuglux'suRRM IV a I �610_11061#m Item 5. - 37 SERVING THE CONSTRUCTION INDUSTRY SINCE 1976. IqB -76- City Council for the City, of Huntington Beach October 31, 2014 Page 6 Only a potential for abuse needs to appear. As Molnar Electric, Inc. v. City of Los Angeles (1994) 9 C4th 161, 173-76, explains: [T]he purposes of competitive bidding ... are 'to guard against favoritism, improvidence, extravagance, fraud and corruption; to prevent the waste of public funds; and to obtain the best economic result for the public' [citations] and to stimulate advantageous market place competition [citation]. [T]he general rule [is] that bidding requirements must be strictly adhered to in order to avoid the potential for abuse in the competitive bidding process. (Konica Business Machines U.S.A. v. Regents of University of Cal�fornia (1988) 206 CAM 449, 456, 253 CR 591 [strict adherence with bidding requirements is applied 'Jeven -,vhere] it is certain there was in fact no corruption or adverse effect upon the bidding process, and even where deviations would save the [public] entity money"].) [Emphasis added] See also Pub. Cont. Code § 100 and Miller v. McKinnon (1942) 20 C2d 83, 88, 124 P2d 34, where a taxpayer was permitted to challenge the award of a public works contract that appeared to violate the competitive bidding requirements, and the court noted: The competitive bidding requirement is founded upon a salutary public policy declared by the legislature to protect the taxpayers from fraud, corruption, and carelessness on the part of public officials and the waste and dissipation of public funds. I . I Your attorney may inform you that you have the right to reject all bids and to readvertise this project again at a later date. That step should only be taken when cogent and compelling reasons force you into it. As was explained over 60 years ago, in Massinan Construction Co. v. U.SJ1945) 102 Ct.C1. 699, 718, 60 F.Supp- 635, cert. den. 325 U.S. 866, 89 L.Ed 1985, 65 S.Ct 1403: "To have a set of bids discarded after they are opened and each bidder has learned his competitor's price is a serious matter, and it should not be permitted except for cogent reasons." SERVING THE CONSTRUCTION INDUSTRY SINCE 1976. HB -77- Item 5. - 38 City Council for the City of Huntington Beach October 31, 2014 Page 7 CONCLUSION — ................ For the foregoing reasons, City of Huntington Beach should award the Huntington Beach Senior Center contract to WOODCLIFF. Very truly youpy, by Marcia Haber Kamine. MPHK:hs SERVING THE CONSTRUCTION INDUSTRY SINCE 1976. Item 5. - 39 HB -78- V, CITY OF I3i NTINGTON BEACH Senior Center Project C.C. NO. 1473 BID OPENING DATE: October 14, 2014 TIME: 2:00 PM ENGINEER'S ESTIMATE: $17 M BIDS SUBMITTED (AS DEAD AT OPENING) Ito::::::::::::R:;S:n.: :::::::::::::::::::::::: ;:�►:;:::;;AP P rt. D A>Iw1'.INIT : . 1 AMG & Associates, Inc. 2 AWI Builders 3 Cal -City Construction 4 Earl Corp 5 Environmental Construction 6 Erickson Hall Pe 7 Harich Construction 8 Kemp Bros. 9 Minco Construction 10 Oltmans Construction 11 Paul C. Miller 12 Pinner Construction ©a 42 7 13 RC Construction �L --' 14 RCON Corp 15 S J Amoroso 16 Sea West Enterprises 17 Sinanian Construction 000 18 T. B. Penick & Sons 3 T 19 USS Cal Builders 00. 000 20 W.E.O'neil m 2_7 000 — 21 Woodcliff Corp 6�� 000 ®-D 22 le.01 , ZZ, 23 24 Bid Opening Worksheet RECEIVED 2014 OCT 14 PM 2.' OO CIT Y CLERK CITY OF HUNTINGTON BEACH t3 � u LLJ CX- _ a c C RECEIVED 2014 OCT 14 PM 1: 5 9 CITY CLERK CITY of HUNTINGTON BEACH s cm Iry M _ SECTION A NOTICE INVITING SEALED BIDS for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH PUBLIC NOTICE IS HEREBY GIVEN that the CITY OF HUNTINGTON BEACH, as AGENCY, invites sealed bids for the above stated projects and will receive such bids in the office of the City Clerk, Second Floor, 2000 Main Street, Huntington Beach, California 92648, up to the hour of 2:00 prn on October 14, 2014. Bids will be publicly open in the Council Chambers unless otherwise posted. Copies of the Plans, Specifications, and contract documents are available from the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648, upon payment of a $375 nonrefundable fee if picked up, or payment of a $400 nonrefundable fee if sent by UPS ground delivery (bidder shall pay additional costs for special delivery). Any contract entered into pursuant to this notice will incorporate the provisions of the State Labor Code. Pursuant to the provisions of the Labor Code of the State of California, the minimum prevailing rate of per diem wages for each craft, classification or type of workman needed to execute the contract shall be those determined by the Director of Industrial Relations of the State of California, which are on file at the Office of the Director of Public Works, 2000 Main Street, Huntington Beach, CA 92648. The AGENCY will deduct 5% retention from all progress payments. The Contractor may substitute an escrow holder surety of equal value to the retention in accordance with the provisions of the Public Contract Code, Section 10263. The Contractor shall be beneficial owner of the surety and shall receive any interest thereon. The AGENCY hereby affirmatively ensures that minority business enterprises will be afforded full opportunity to submit bids in response to this notice and will not be discriminated against on the basis of race, color, national origin, ancestry, sex, or religion in any consideration leading to the award of contract. No bid shall be considered unless it is prepared on the approved Proposal forms in conformance with the Instructions to Bidders as determined by the AGENCY. The bid must be accompanied by a certified check, cashier's check, or bidder's bond made payable to the AGENCY for an amount no less than 10% of the amount bid. The successful bidder shall be licensed in accordance with provisions of the Business and Professions Code and shall possess a State Contractor's License Class B at the time of the bid opening. The successful Contractor and his subcontractors will be required to possess business licenses from the AGENCY. Project Description: The project consists primarily of a new single story 37,563 SF building, new parking lot with landscape planters, drive entrance off of Goldenwest Street. The existing site will be graded and new utilities will be brought onto the site for the new building. • The contract shall allow the Contractor 320 working days to complete the contract. • The engineer's estimate of probable construction cost for the work included in the basis of award is $16,500,000.00. The AGENCY reserves the right to reject any or all bids, to waive any irregularity and to take all bids under advisement for a maximum period of 60 days. BY ORDER of the CITY COUNCIL of the CITY OF HUNTINGTON BEACH, CALIFORNIA, the 3rd day of September 2013, by Resolution No. 2013-48. Attest: Joan L. Flynn CITY CLERK OF THE CITY OF HUNTINGTON BEACH UNSUCCESSFUL BIDS CC-1473 Senior Center in Central Parr City Of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ w-ww.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 AWI Builders, Inc. 2035 Rangview Dr. Glendale, CA 91201 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand Awl 13>Lt lc(, v' I>nc . PECEIVED 2914 OCT 14 N1 1: 58 CITY CITY OE H.UNTINGTON BEACH "SEALED BID" For ,Huntington Beach Senior Center in the City of Huntington Beach - DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK 2000 MAIN STREET, SECOND FLOOR HUNTINGTON. BEACH, CA. 92648 SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bid Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids,: payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% as the case maybe) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: AWI Builder's, Inc. B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: Dollars 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: Dollars 1, qqo.) ,cD© C-3 B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this day of October , 2014. Submitted By: AWI Builder's, Inc. (Name of bidding firm or corporation) Authorized Signature: ,, i4t (Handwritten signature) Signed By: Anna Mekikyan (Type or print name) Title: President (Owner/Partner/President/Vice President) Witness By: (Handwritten signature) Attest: By: Zhirayr Robert Mekikyan (Type or print name) Title: Vice President (Corporate Secretary or Assistant Secretary) Street Address: 2035 Rangview Dr. City, State, Zip Glendale, CA. 91201 Phone: (562)948-1133 License No.: 818478 Federal ID No.: 73-1654785 (Affix Corporate Seal Here) C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. °Number. 09901 Varn Painting 09956 10653 Wilsey Ave 906370 C33 Tujunga, Ca. 91042 Progressive Business Corp. 07200 9750 Topanga Canyon Blvd. 418046 C-2, B Chatsworth, CA. 91311 Kitcor Corporation 11400 9959 Glenoaks Blvd. 244236 C-43 Sun Valley, CA. 91352 13930 California Fire Protection Division 15- 4336 San Fernando Road, Suite A 807691 C-20 HVAC Glendale, Ca. 91204 Landscape & Principles Contracting ABC 27 1760 Marlborough Ave. 982517 Irrigation Riverside, Ca. 92507 10402 Sign Zone, Inc. 4873 Melrose Ave. Los Angeles, CA. 90029 984708 C-45 Arrow Concrete Cutting Co., Inc. Grading & 9970 San Fernando Rd. 455102 C-21, D-06, & Excavating A Pacoima, CA. 91331 Reyes & Sons Electric, Inc. C-10, B Complete 12939 Arroyo St. 817091 Division 16 Sylmar, CA. 91342 C-6 Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number 09647, 09650, Construction Contractor's Corp. 09657, 05100, 7831 Paramount Blvd. 903605 B, C-23, C-51 05501, 09300 Pico Rivera, CA. 90660 06160 Artwood Design 11131 Dora Street 927081 C-6 Sun Valley, CA. 91352 Sunbelt Flooring 09670 14251 Fern Ave. 474919 C-15 Chino, CA. 91710 C-2, D-12, 09500 Southcoast Acoustical Interiors D-50, D-34 1490 Hilton Drive 738787 Fontana, CA. 92336 Hufcor D-34, D-24, 10650 2380 E. Artesia Blvd. 798710 B, D-23, D-29 Bellflower, CA. 90805 AYA Plumbing, Inc. Division 15 16952 Itasca St. 964902 C-36, C-20 Northridge, CA. 91343 03301, 10801, Multiscope B, D-34, C-8 04200, 07411, 1325 N.Red Gum Street 776360 10165 Anaheim, CA. 92806 08410, 08505, Glass World 08810 2012 W. Burbank Blvd. 784560 C-17 Burbank, CA. 91506 15zo 'MzO Var4uw} (Z14 �~Zr 1306 w (�Ozl%�7 -f(e701" Cron C C-7 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/14/2014 at Glendale . CA Date City State Anna Mekikyan , being first duly sworn, deposes and says that he or she is President of AWI Builder's, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. AWI Builder's, Inc. Name of Bidder Signature of Bidder 2035 Rangeview Dr. Glendale, CA. 91201 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: 10/14/2014 AWI Builder's, Inc. Contractor A'A',V- By President Title C-11 DISQUALIFICATION (QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 10/14/2014 AWI Builder's, Inc. Contractor -AeAow- Ift06 BY President Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: AWI Builder's, Inc. Bidder Name 2035 Rangeview Dr. Business Address Glendale, CA. 91201 City, State Zip ( 562 ) 948-1133 Telephone Number 818478 Class B, C-23, C-51 State Contractor's License No. and Class 6/27/2002 Original Date Issued 4/30/2015 Expiration Date The work site was inspected by Narek Nadzharyan of our office on September 18, 2014 12014. The following are persons, firms, and corporations having a principal interest in this proposal: Anna Mekikyan - President C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. AWI Builder's Inc. Signature of Bidder Anna Mekikyan Printed or Typed Signature Subscribed and sworn to before me this 1,4 day of 0 c-io , 2014 . �/At ."of BO!19207�32 CA NOTARY PUBLIC - A l LOS ANGMS COMMISSION MYOOMpM. EXPIRES15 NOTARY PUBLIC %�(,�� NOTARY SEAL C-15 ACKNOWLEDGMENT State of California County of Los Ayr,�3 ) On before me, Qani'e.I(A- Mc.r1'e g anovi -k , rJo4rrh P" 1 i c (insert name and title of the officer) personally appeared hInnr, a(CiI ah who proved to me on the basis of satisfactory evid ce to be the persontg whose name&4(is zVe subscribed to the within instrument and acknowledged to me that way executed the same in ht�[ e�h fr authorized capacity(ais), and that by 1�-s tft6r signatureto) on the instrument the person(., or the entity upon behalf of which the person(e) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WJMW MWE BOGDAP MOi WITNESS my hand and official seal. WARYPLWC•CAUFORNIA LOS A14GELES COUNTY COMMISSION x 19207TR MY COMM. EXPIRES UMI.7, 2015 r 7'�" Signature // 6 (Seal) EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public building including complete shell, coi 15,000 SF (and at least 10,000 S associated site improvements with a per project. agency and include a single story public e, complete interior build out greater than gross structural area of building) with minimum contract amount of $10,000,000 C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. Riverside County EDA 3403 Tenth Street, Suite #5000 A. Mead Valley Community Center Riverside, CA. 92501 Name and Address of Public Agency Marc Crispin Name and Telephone No. of Project Manager: (951)955-0167 $19,293,322.00 New Construction July 2013 Contract Amount Type of Work Date Completed 43,000.00 SF Building Square Footage Provide additional project description to show similar work: New Construction of 40,000 sq/ft. community center sitting on a 6 acre, landscaped lot containing turf. Project consists of centers for dentistry & medical services, a kitchen with a substantial dining area, playground surfacing & storefront systems. The building itself is structural steel framed with concrete foundations & block walls. Awl self -performed the drywall, framing, stucco, site work, concrete, structural & miscellaneous steel, retaining walls, block walls, & miscellaneous field specialties. City of Los Angeles, Dept of Parks & Recreation B. Fred Roberts Recreation Center & Annex Building 221 N. Figueroa St. Suite #1510, Los Angeles, CA. Name and Address of Public Agency Jaime Contreras Name and Telephone No. of Project Manager: (213)847-4710 $8,500,000.00 New Construction March 2012 Contract Amount Type of Work Date Completed 35,000.00 SF Building Square Footage Provide additional project description to show similar work: Project included underground water, sewer, gas, & storm drain system, new gymnasium, all required facilities such as kitchen, restrooms, meeting & classrooms; the tasks also involved structural steel, metal roof, wood floor, fire alarm, sprinkler system, plumbing, electrical, casework, masonry, tile work, exterior plaster, landscape, irrigation, concrete pavement. C-17 C. Santa Monica Parking Structure Facade 1-6 Name and Address of Public Agency Name and Telephone No. of Project Manager: City of Santa Monica 1437 4th St., Suite#300 Santa Monica, CA. 90401 Sam Aslanyan (310)458-8736 $3 967 018.00 Renovation Construction March 2010 Contract Amount Type of Work Date Completed SF Building Square Footage Provide additional project description to show similar work: Interior & Exterior improvements for all (6) parking structures including painting, LEED system, kiosks, 3 large exterior art work including combination of structural steel, aluminum sheet metal, LED lighting system up to 85'high at structures 2, 4, & 5. Self performed the lighting, partial demolition, paint work, site concrete, & site underground electrical conduit work C-18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. Eric Noren Name of proposed Project Manager Telephone No. of proposed Project Manager: (818)442-7576 Mead Valley Community Center $19,293, 322.00 July 2013 Project Name & Contract AmountType of Work Date Completed Fred Roberts Recreation Center & Annex Building $8,500,000.00 March 2012 Project Name & Contract AmountType of Work Date Completed Santa Monica Parking Structure Facade 1-6 $3,967018.00 March 2010 Project Name & Contract AmountType of Work Date Completed 2. Steve Hargrove Name of proposed Superintendent Telephone No. of proposed Superintendent: (949)202-8513 Crystal Cove State Park Historic Renovation 1,2 t 4ftllO,h aoc _ Project Name & Contract AmountType of Work Date Completed Mead Valley Community Center, $19,293,322.00 New Construction July 2013 Project Name & Contract AmountType of Work Date Completed Fred Roberts Recreation Center & Annex Building, $8,500,000.00 New Construction March 2012 Project Name & Contract AmountType of Work Date Completed D-19 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1): UPDATED PLANS - ADDENDUM 1 Architectural: Sht. T001;. A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated .09.30.14. 'Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103;.E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) . CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume I, Section E-7.5 — Revised.to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue. the. 'permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E - 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Number One, dated September ;30, 2014. , � � �� /��� �a M kik an AWI Builder's, Inc. resiedeni� Company Name By October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1). UPDATED PLANS — ADDENDUM 2 UPDATE Architectural:. Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1. — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Number Two, dated October 07, 2014. L a Mekitkyan AWI Builder's, Inc. President Company Name By October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this.Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington. Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Three, dated October 07, 2014. /h�/A�a Mdent n A1N1 Builder's, Inc. President Company Name By October 14. 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, dated October 09, 2014. Anna Mekikyan AWI Builder's, Inc. President Company Name By October 14, 2014 Date All bidders must acknowledge and include the receipt of this. Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-543.1. ;NOW ALL BY THESE PRESENTS, Tha(we, AWI BUILDERS, INC. of 2035 RANGEVIEW DR. GLENDALE, CA 91201 as Principal, and ARCH INSURANCE COMPANY (hereinafter called the Principal), (hereinafter called the Surety), as Surety are held and Firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called die Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% For the payment or which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, }ointly and severally, 5mily by these presents. THE CONDIT101\1 OF THIS OBLIGATION 1S SUCi-1, That WI-IEREAS, tiie Principal has submitted or is about to submit a proposal do the Obligee on a contracd For HUNTINGTON BEACH SENIOR CENTER NOW, THEREFORE, if the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into Elie Contract in writing, and give bond, if bond is,required, with surety acceptable to the Obligee for Elie faithful perfon-nance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect, Signed and sealed this 25TH day of SEPTEMBER 1 2014 AWI BUILDERS, INC. (Seal) Principal Witness �� Title ARCH INSURANCE COMPANY .f Witness By x. PHILIP E?V Attorney -in -Fact AIC 0000128626 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. IQIIIIP III IIIII III '�'. :i - - - —_ 3fir�Pow�r of EfttvFr►ey limns thel''acts olf.lthose l(�a meld herein, and theJra��outrF bind the Company except m the IIII hill III III I' - .ranrte an&to-th&�e�-e extent herein stated�ly'Not valyd 'for 'Mortgage, Note_ ii► Uffer Gremit, Bank Deposj Currency Rate, interest Rate or Residential Value Guarantees. PDXWER OF ATTORNEY _ - — I i, Ili I II'jil IIII IIIII IIII I, - ` II" IIII IIy PII I ' IIIII IIli Il111 II I I L,il IIIIIIII I, III Ilil Il,Ill III I'll ,:'' - Know All-P6 rig By These Presents I _ - III = That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: 1111, II III III IIII' ii II' II lil' III I!!I" -- AXitton Crffilase nnAadon H. Smitt ; Kevin llVegal IM rna Smith and Philip E-1feg o Covfna ��E £H) - _ III IIII I I — its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any_.and all bonds undertakin s, reco nrzancel�nd t� suret obli ations In;th'el'I' lelnla is tJ`m ill°lout exceeding _ g =g = Y g IIII it q III 'I IIIIIIII IIII 'I 11;1 — Ninety Million Dolla_[s ($90,OOO,OOO.OST1� _ IIII,I IIIIII"li'�III lul l III' I III - — This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. '!I II,• TETe=execufran of such bonds, undertakl�gs,ll rllacog'n¢arices,iand other surety a6ligat�ns [ra �urs_ILLN ce of these presents shall betas !i 4 III U I': �mgo�rfhe said Company 'as fully';andl,arnplyl Ito'Iall intents andurPos�shsane had been duly executed and I! acknowledged bests regularly elected) officers pelts principal administrative o affeefiriT-Mmy CFty,NVW Jersey. - This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned ry g Secretary as bin, full force and effect _ — =een_ IIIIill l il'i III I,'I II III IIII Ill IIIIIIII "VOTED, That the Chairman of the gaa€d�e=�reO end the Executive Uicell;President,,'or,any Senior Vice PresE enf th_ urety = Business Division, or their appointees designated in writing and filed with tole Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other suretwobl!gations obligatory in the nature theygof I'and any such officers of thekpant ma Corr-__ appoint agents for acceptance of II I'! I IIIII III °III III -- EeSS= — IIIII IIII IIII I,lll I'tll' III III ll III Ili l a' IIII 411 (IIIIIIII III III I- t1i:l.: I:,i 1, -- _ —This Power of Attorney is signed, sealed and certified by facsimile under anfy as hority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED That the signature of the Chairman of theBoa f he President, or the Executive .Il,illcell�rlells )dent, or any Senior Vice Presi�nt of the Surety Business Division, omth�r tf mated in writing anc� III +ledll with l then Secretary, and the st it otthe III IIII II II III ill . ;IVI'lil' Secretary; the seal of the Compan2�tifi�ic � Secretary, may, be�Ilallffilllxelld ibyllfacsilllm�le on any power s atoey_nd-=_= executed pursuant to the resolutionipted=by the Board of Directors on Spteintier 15,12011, and any such patnc8r s cuted, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00.03 03 Page 1 of 2 Printed In U.S.A. I III 'I ' I IIII �ii' III __ I II = — II •I I CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 State of California County of Los Angeles SEP 2 5 2014 On before me, Monica Blaisdell, Notary Public Date Here Insert Name and Title of the Officer personally appeared Philip E. Vega Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person)< whose name(j is/afe- subscribed to the within instrument and acknowledged MONICA 9LAISDELL to me that he/s�/tk�p executed the same in Coa # 1970845 his/f?sobeir authorized capacity(p�' and that by yission Notary Public -California Z his/her/thee -t- signature' on the instrument the Orange County D J personf, or the entity upon behalf of which the M Comm. Expires 14tar 26, 2ots person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Place Not Seal Above ........-...SianaWra of Nctaoc.Publir. City ®f Huntington Beach 2000 Main Street . Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 Erickson -Hall Construction Co. 500 Corporate Drive Escondido, CA 92029 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan + Waitakere, New Zealand N ECLI v to 2014 OCT 14 PM 1 : 56 CITY CLERK CITY OF ` HUNTINGTON BEACH ' irrici<sun•Nail ��fs�t�,��.ti€€�9 Corporate Headquarters 1 500 Corporate Drive I Escondido, CA 92029 "SEALED BID" For Huntington Beach Senior Center In the CITY OF HUNTINGTON BEACH — DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK 2000 MAIN STREET, SECOND FLOOR City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH eptember 30, 2014 Notice To All Bidders. Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume I, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Number One, dated giber 30, 2014, Erickson -Hall Construction Co. �� Company Name By E4V d M. Erickson, President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH r Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dated Octob r �3, 2314. Erickson -Hall Construction Co. Company Name ByD�rv.P M. Erickson, President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Number Two, dated- efo_ er 47, 2014. Erickson -Hall Construction Co.Company Name B Oavid M. Erickson, President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. Should you City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 -- K For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH 10=113111111MISM, Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Three, dateo-Qctober 07, 2014. Erickson -Hall Construction Co. Company Name By David M. Erickson, President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH s Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, dated,ectc�[')er 09, 2414. Erickson -Hall Construction Co._ Company Name BjrDa- 1 Erickson, President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: Erickson -Hall Construction Co. B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1. ���ut i►'b/�/N+. iGi ti �����stkaf ��e'sr¢�� �t� ®�� Dollars i 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1. 49oe, /0 - %o l wd�wr,A4%I f6t- `fI g�h{--o.,AWDollars DWI B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this 14 day of October , 2014 Submitted By: Erickson -Hall Construction Co. (Name of bidding firm or corporation) Authorized Signature:./__,,.�" (Handwritten signature) Signed By: David M. Erickson (Type or print name) Title: President Witness By: (Omer/Partne ; President/Vice President) n signature) Attest: (Han written signature) By: Michael F. Hall (Type or print name) Title: Corporate Secretary (Corporate Secretary or Assistant Secretary) Street Address: 500 Corporate Drive City, State, Zip Escondido, CA 92029 Phone: (760) 796-7700 License No.: 751343 Federal ID No.: 91-1903631 (Affix Corporate Seal Here) C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec'Sec 4 .. ' .Name and Address of State a ` Class Dollar % of, # Subcontractor, License Amount ' ,Contract „ Number =$ Earthwork 5ns 2ti►�e Cry !t Asphalt{ qy '�nNn� ypN+%Ap�L� Paving Site I ! Concrete Structural *g®we ( InAfM/-��i2�`%� Concrete C-6 Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number Stone Veneer s � 1 Pa✓Itr.14,? ,k S9 Ol // elf At $ Structural 1 n '� Steel d Rough CarpentryQG�'a�' /'I'ilStfi►-�;���C� Finish / Carpentry/ Casework mVC �owrw/ l �''IU�(p Sheet VA ij114X 706,0; rl.�) frf- �ea061!�r, Metal C-% Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number Roof ing C44- Doors/ Frames/ Hardware Glass/ Glazing Lath & AVE;, I eo a df -, G/1- 37SA Plaster Drywall/ f' Framing rwv� yie C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract Ceramic Tile G+pm lae 1 �pH.,i 600t- R�5�gb9� Acoustical Ceiling Flooring Paint �1�� �kl�►�¢%CGY��Gi'� i�Jr��g� Fire Sprinklers �ti l�ul�°' L° f}'%//�440,� C-8 a Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract Site Utilities vijat�.AvOwls, dw44 e.+ q (,p'10°i& Plumbing pi/�e,G9gBOS$v HVAC E l e c t r i c a l 'td %nliry� t� GHQ' 0*0 , Traffic Signal t Srl.�PAI,- I � . o #Ito/ C-8 b By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10-14-14 at Escondido CA State California Date City Escondido October 14,2014 David M. Erickson , being first duly sworn, deposes and says that he or she is President of Erickson -Hall Construction Co. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. David M. Erickson, President Name of Bidder Signature of Bidder 500 Corporate Drive, Escondido CA 92029 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: October 14, 2014 Erickson -Hall Construction Co. Contractor By David M. Erickson President Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: October 14, 2014 Erickon-Hall Construction Co. Contractor By David M. Erickson President Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Erickson -Hall Construction Co. Bidder Name 500 Corporate Drive Business Address Escondido, CA 92029 City, State Zip ( 760 ) 7 9 6 - 7 0 0 0 Telephone Number 751343 A B State Contractor's License No. and Class July 3, 1998 Original Date Issued July 31, 2016 Expiration Date The work site was inspected by Michael Budd September 18, 12014. of our office on The following are persons, firms, and corporations having a principal interest in this proposal: David M. Erickson Michael F. Hall C-14 President Corporate Secretary The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Erickson -Hall Construction Co. Company Name Signature of Bidder David M. Erickson, President Printed or Typed Signature Subscribed and sworn to before me this 14 day of October , 2014 NOTARY PUBLIC State of California, County of San Diego Subscribe and sworn to (orAffirmed) before m on this day of 20JT by proved to me on the basis of satisfactory evidence to be the pq� ho appe4red before me. Signature C-15 NOTARY SEAL AKIA M. "OPE comma lon • 1953320 8a" Pow - WorMa s n 0MW cower :E a6Op20.2015 EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A. Lincoln Elementary School, 1413 E. Broadway, Anaheim, CA 92804 Name and Address of Public Agency Anaheim City School District Name and Telephone No. of Project Manager: Craig Martin, 714.517.7505 $25,735,486 New Construction December 2012 Contract Amount Type of Work 100,000 SF (multiple buildings) SF Building Square Footage Provide additional project description to show similar work: Date Completed A total of 100,000 SF of new construction consisting of an 84,017 SF, 2-story 39-classroom building housing administrative offices and library; a stand alone multi -purpose building with a kitchen and shelter structure, and a 4-classroom kindergarten building. B. Bonsall Elementary School, 31555 Old River Rd., Bonsall, CA 92003 Name and Address of Public Agency Bonsall Unified School District Name and Telephone No. of Project Manager: Justin Cunningham, 760.631.5200 x1001 $24,127,509 Contract Amount New Construction Type of Work 82,000 SF (multiple buildings) SF Building Square Footage Provide additional project description to show similar work: January 2009 Date Completed A total of 82,000 SF of new facilities consisting of a 21,556 SF administrative/multi-purpose building with an integrated library and lunch shelter; three kindergarten and classroom buildings with play areas; and 22,000 SF of connecting covered walkways. C-17 C. Mission Hills Church, 400 Mission Hills Court, San Marcos, CA 92069 Name and Address of Public Agency Name and Telephone No. of Project Manager: Emmanuel Faith Community Church Jim North, 760.745.2541 $16,085,310 New Construction May 2007 Contract Amount Type of Work Date Completed 54,000 SF SF Building Square Footage Provide additional project description to show similar work: Construction of a 54,000 SF, 2 story facility consisting of a worship center, 8 classrooms, a junior church room, administrative space, nursery room; a stand alone cafe building and bookstore. The project was completed in two phases. D. New Children's Museum, 200 W. Island Avenue, San D Name and Address of Public Agency Name and Telephone No. of Project Manager: , CA 92101 Hughes Marino (Construction Manager) Kirt Gilliland, 619.238.2111 $13,985,728 New Construction October 2007 Contract Amount Type of Work Date Completed 55,540 SF SF Building Square Footage Provide additional project description to show similar work: The new 55,540 SF museum is constructed of tilt -up concrete, glass panels, sawtooth roof and a 17-foot entrance bridge. The building houses a restaurant, retail space, galleries, performance/multi-purpose spaces, children's activity rooms and exterior decks. E. Dogwood Elementary School, 44 E. Correll Rd., Heber, CA 92249 Name and Address of Public Agency Heber Elementary School District Name and Telephone No. of Project Manager: Jaime Silva, 760.337.6530 $15,615,800 New Construction January 2011 Contract Amount Type of Work Date Completed 48,000 SF (multiple buildings) SF Building Square Footage Provide additional project description to show similar work: Construction of 48,000 SF consisting of 4 classroom buildings, a multi -purpose building with a kitchen, library and computer lab, and an administrative/kindergarten classroom building radiused with dramatic roof lines. Offsite improvements included signalization of Dogwood road, jack and bore operation under a Union Pacific Railroad line and undergrounding of Dogwood canal. C-18 F. Marshall Elementary School, 2066 Falmouth Ave., Anaheim, CA 92801 Name and Address of Public Agency Anaheim City School District Name and Telephone No. of Project Manager: Craig Martin, 714.517.7505 $30,860,000 New Construction December 2014 Contract Amount Type of Work Date Completed 111,073 SF (multiple buildings) SF Building Square Footage Provide additional project description to show similar work: A total of 111,073 SF of new facilities consisting of three, 2-story classroom buildings housing administrative offices and library; and a stand-alone 9,483 SF multi -purpose building. The project is scheduled to complete on time and on budget. Aspreadsheet of additional.,project ezper�enee is prow ded on .11;6 f lowings. C-18a Erickson -Hall PROJECT EXPERIENCE - Partial List Anaheim City School District Reconstruction of existing elementary school consisting Estimated Craig Martin of a total of approximately 111,073 SF to include three 2- K-12 School Marshall Elementary School Construction Supervisor Completion $30,860,000 story classr000m buildings housing administrative offices 714.517.7550 December 2014 and librar y, and 9,483 SF multi -purpose building. Anaheim City School District Reconstruction of existing school and a total of 10"0" Craig Martin SF of new construction consisting of a 84,017 SF 2-story K-12 School Lincoln Elementary School Construction Supervisor December - 2012 $25,735,486 39-classroom building housing admin offices and library, 714.517.7550 a multi -purpose building with kitchen and shelter structure, and 4-classroom kindergarten building. A total of 82,000 SF of facilities consisting of a 21,556 SF Bonsall Unified School District admin/multi-purpose building including an integrated K-12 School Bonsai] Elementary School Justin Cunningham, Superintendent January - 2009 $24,127,509 library and lunch shelter, three kindergarten and 760.631.5200 x1001 classroom buildings with play areas, and 22,000 SF connecting covered walkways. Escondido Union High School District Demo existing buildings and new construction of four new K-12 School Orange Glen High School Creative Angie Lopez March - 2012 $16,713,884 buildings totaling 36,820 SF. New masonry/steel gym, Arts Addition Executive Director of Facilities wood -framed dance classrooms, commercial kitchens, 760.291.3244 and lab classrooms. Santa Monica -Malibu Unified School District Demolition of existing 12,000 SF building and new Jim Winslow construction of a 2-story 32,000 SF building consisting of K-12 School Santa Monica Lincoln Middle School Senior Construction Manager September - 2014 $16,271,694 a library, technology area, choir room, science and 310.450.8338 standard classrooms featuring metal and glass exterior and CHPS standards. Emmanuel Faith Community Church New 2-story 54,000 SF facility consisting of a worship Church Mission Hills Church Jim North, Chief Operating Officer May - 2007 $16,085,310 center, 8 classrooms, jr. church room, administrative 760.745.2541 area, nursery, caW and bookstore. Heber Elementary School District Construction of 48,000 SF consisting of 4 classroom K-12 School Dogwood Elementary School Jaime Silva, Superintendent January- 2011 $15,615,800 buildings, multi -purpose building with kitchen, 760.337.6530 library/computer lab, and admin/kindergarten classroom The New Children's Museum 55,540 SF museum constructed over an existing parking Hughes Marino (Construction Manager) garage featuring glass panels, sawtooth roof and 17' Museum New Children's Museum Kirt Gilliland, President October - 2007 $13,985,728 entrance bridge including exterior decks, restaurant, retail 619.238.2111 space, galleries, multi -purpose spaces and children's activity room. Lake Elsinore Unified School District Conversion of existing school to K-8. New construction of K-12 School Luiseno K-8 School Conversion Tina Koonce, Director of Facilities & Ops August - 2012 $13,505,789 a 2-story classroom building, 2-story science/tech building 951.253.7016 and new multi -purpose building housing a gym, stage, and commercial kitchen. IPAbuild on our reputati n Erickson -Hall: i Erickson -Hall PROJECT EXPERIENCE - Partial List (Continued) M Aid �. .► M: r A total of 43,562 SF modernization of nine classroom Oceanside Unified School District buildings, library, multi-purpose/food service building; and K-12 School Mission Elementary School Cheryl Gaston, Program Manager July - 2013 $12,735,131 new construction of a 3,305 SF student services building, 760.966.4069 two 2,816 SF kindergarten buildings, and three 960 SF modular buildings. Fullerton Joint Union High School District 80,000 SF modernization of classrooms, administration K-12 School Sonora High School Classroom George Giokaris March - 2009 $12,651,485 and auditorium including finishes, plumbing, mechanical, Modernization Superintendent electrical and fire alarm systems. 714.870.2802 50,000 SF, 2-story classroom building housing nursing Grossmont Union High School District vocational programs, GTE TV and film and culinary arts. K-12 School Granite Hills High School Building Dena Johnson, Project Manager September - 2012 $11,757,849 Scope included sound and photo processing rooms, new 200 619.644.8150 equipment and associated site work including an exterior arts patio and courtyard. Cajon Valley Union School District Estimated Preconstruction and construction phase services for the K-12 School Emerald Middle School Sharon Dobbins Completion August $11,633,510 construction of a new 20,745 Multipurpose/Gymnasium Long -Range Planning Director 2016 Building, 4,472 SF Administration Building and 2,150 SF dobbinssgcajonvalley. net Food Service Building. Fire Station / Estimated New 16,960 SF 2-story fire station with 2 apparatus bays Higher Los Angeles City Fire Station No. 15 University of Southern California Completion May $10,173,319 consisting of office spaces, handball court, fitness room, commercial -grade kitchen, crew quarters, showers and Education 2015 restrooms. Construction of a new grandstand building housing Whittier Union High School District approx. 5,000 bleacher seats, storage, home & visitor K-12 School Pioneer High School Stadium Phase Martin Plourde, Asst. Superintendent June - 2014 $9,893,520 locker rooms, classrooms, restrooms, office space, new 1 562.698.8121 x1010 football, track & field, baseball, and softball fields and accessory structures. Riverside County Office of Education 26,436 SF joint -use RLC consisting of three wood -framed K-12 School / Learning Betty G. Gibbel Regional Learning Tom Johnson June - 2008 $9,800,000 buildings with built-up roofing housing offices, Center (Mt. San Jacinto) Director II/ Operational Support Services classrooms, metal deck walkways, shelter structure and Center 951.826.6410 playground. Riverside County Office of Education Construction totaling 30,000 SF consisting of an admin K-12 School / Moreno Valley Regional Learning Tom Johnson building and 2 classroom buildings featuring shade Learning Center Director II/ Operational Support Services September- 2011 $9,130,000 structure, metal walkways, parking, play structures, Center 951.826.6410 basketball courts and designated area for future classrooms. City of Chula Vista Multi -use community park on 20-acre site with an 1,800 Recreation Mt. San Miguel Community Park Matt Little December - 2009 $8,708,872 SF concession/restroom facility and adjacent score Former Assistant Public Works Director booths, basketball/tennis courts, dog park, picnic 619.520.8019 shelters, and play areas. build on our reputation Erickson -Wall ,. _. 3 Erickson -Nall PROJECT EXPERIENCE - Partial List (Continued) Construction management services for a 25,647 SF 2- K-12 School / Riverside County Office of Education story facility with covered walkways consisting of Learning Arlington Regional Learning Center Tom Johnson March - 2008 $8,600,000 administrative offices, kitchen, special education Center Director II/ Operational Support Services classrooms, standard classrooms, conference rooms, 951.826.6410 restrooms and lunch shelter area. 9,400 SF sanctuary building on a 10-acre site consisting Fountain of Truth Church of a sanctuary, multi -purpose room that doubles as a Church Fountain of Truth Church Sam Valverde, Pastor January - 2010 $8,374,275 worship center and dining hall, full kitchen, administrative 909.822.5450 offices, conference room, classrooms, children's ministry room and playroom and open courtyard. San Dieguito Union High School District Estimated New construction and infastructure of an 7,200 SF K-12 School Torrey Pines High School Mike Coy Completion August $7,983,867 science classroom building and 3,600 SF weight room; Phase 1 Director, Technology Project Management 2015 modernization scope includes technology upgrades, site 760.753.6491 utilities and ADA/parking. K-12 School El Cajon Valley High School Grossmont Union High School District Scott Wilkins, Facilities Planner November - 2012 $7,853,957 40,000 SF building renovations consisting of 3 buildings Modernization Bldgs. 400 & 700 619.977.8151 housing career technology classrooms. Modernization of 2 middle school campuses K-12 School Lake Center MS and Lakeside MS Little Lake City School District John Shook, Director of Facilities, M&O August - 2014 $7,748,178 encompassing 20 buildings, 50 classrooms, 18 Improvements 562.868.8241 x2280 restrooms, replacement of 60 rooftop HVAC units and site improvements. Remove/replace/upgrade of underground utilities, 3 new Grossmont Union High School District January 2007 $7,530,697 CMU block electrical buildings into existing buildings, new K-12 School El Capitan High School Infastructure Dena Johnson, Project Manager - secondary feeders from main switchgear to existing 619.644.8150 substations and 3 fire lane access upgrades. New construction of a fieldhouse and home bleachers K-12 School Pioneer High School Stadium Phase Whittier Union High School District Martin Plourde, Asst. Superintendent Estimated Completion April $7,135,527 including concession stands, coach offices and restroom, 2 562.698.8128121 x1010 2015 locker rooms and restrooms, training rooms, weight room, indoor/outdoor stage, elevator and press box. Bonita Valley Community Church Construction of a new 25,910 SF sanctuary building Church Bonita Valley Community Church William Rindone, Project Manager September - 2014 $7,062,579 consisting of a large worship hall, administrative offices, 619.475.8000 choir room and bathrooms on an existing campus site. Complete site modernization including site utilities and Grossmont Union High School District infastructure, new roofing, HVAC units, data systems, K-12 School El Cajon Valley High School Scott Wilkins, Facilities Planner August - 2008 $6,983,187 security systems, electical systems, ADA compliant door Modernization Phase 2B 619.977.8151 hardware, restrooms, Title 24 compliant windows and insulation. build on our reputation Erickson Nall Erickson Hall �:? �>_ PROJECT EXPERIENCE - Partial List (Continued) Anaheim City School District Modernization of existing school and alterations to 4 K-12 School Thomas Jefferson Elementary Craig Martin February - 2011 $6,822,828 buildings and 13 relocatables including classrooms, School Construction Supervisor learning academy, computer lab, offices, restrooms, 714.517.7550 library/multi-purpose room and warming center. Anaheim City School District Complete modernization of 32,000 SF consisting of K-12 School Clara Barton Elementary School Craig MartinConstruction January - 2012 $6,754,772 existing classrooms, library, admin offices, math lab, Supervisor warming kitchen and resource room. 714.517.7550 San Elijo Elementary School San Marcos Unified School District 23,500 SF, 2-story masonry building consisting of special K-12 School Classroom Addition Khary Knowles, Executive Director August - 2013 $6,722,711 ed classrooms, standard classrooms, kindergarten room, 760,290.2650 offices and workrooms. Roman Catholic Diocese of Orange 2-story 23,838 parish center including a commercial - Church St. Kilian Catholic Church Joe Novoa February - 2009 $6,613,411 grade kitchen, meeting hall, 12 offices, bathrooms, lobby, 714.282.3000 conference room, lounge, infant care, teen center and elevator. Fire Station La Mesa Fire Station No. 11 City of La Mesa Greg Humora, Director of Public Works June - 2006 $6,560,676 20,446 SF two-story fire station, four apparatus bays, 619.667,1166 conference room, offices, day room, lockers, medic dorms, bunk rooms, lavatories, fitness room. Grossmont Union High School District Demolition and abatement of existing PE building and K-12 School El Capitan High School PE Building Dena Johnson, Project Manager September - 2014 $6,461,303 construction of a new Boys and Girls PE building, locker 619.644.8150 rooms, coach offices, weight room, wrestling room and team rooms. City of Vista 13,628 SF fire station with four -vehicle apparatus bay, Fire Station Vista Fire Station No. 5 Robin Putnam, Program Director June - 2009 $6,406,552 administrative offices, kitchen, dining room, day room, 760.809.6187 training/meeting room, exercise room and nine crew quarters. Modernization of classroom buildings including roofing, Granite Hills High School Grossmont Union High School District ceilings, finishes, window, door and hardware K-12 School Dena Johnson, Project Manager November - 2008 $6,369,495 replacement, ADA restrooms and drinking fountains, Modernization Phase 2B 619.644.8150 electrical, data and HVAC upgrades, and fire alarm system. 38,000 SF of tenant improvements to two Regional K-12 School / Riverside County Office of Education Learning Center buildings and miscellaneous site Learning Indio Regional Learning Center Tom Johnson July - 2014 $6,272,476 improvements encompassing restrooms, classrooms, Center (Oasis) Director II/ Operational Support Services dental classrooms with new equipment, offices and 951.826.6410 kitchenette, ADA parking upgrades, new playground area and a new storage building. St. Therese of Carmel New 24,192 SF facility including parish hall offices, full Church St. Therese of Carmel John Carney, Director of Operations October - 2010 $6,006,942 kitchen, stage with theatrical lighting, social hall/indoor 858.481.3232 sports facility, breakout rooms and basement. EM build on our reputat-on.....£ Erickson -Hall Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. 1 Nathan Complin Name of proposed Project Manager Telephone No. of proposed Project Manager Cell (760) 801-4284 office (760)796-7700 Mission Elementary School $12,735,131.00, Modernization and New Construction, July 2013 Project Name& Contract AmountType of Work Date Completed Lincoln Elementary School $25,735,486.00, Reconstruction and New Construction, December 2012 Project Name & Contract AmountType of Work Date Completed Dogwood Elementary School $15,615,800.00, New Construction, January 2011 Project Name & Contract AmountType of Work Date Completed 2. Tonev Griffith Name of proposed Superintendent Telephone No. of proposed Superintendent: Cell (760) 803-0462 office (760) 796-7700 Mission Control Center, Creech Air Force Base $22,000,000.00, New Construction, December 2013 Project Name & Contract AmountType of Work Date Completed Building 55 LCS Command, Naval Base $13,100,000.00, Renovation, January 2012 Project Name & Contract AmountType of Work Date Completed Buildings 1 and 11 FASW, Naval Base $15,100,000.00, Renovation, April 2011 Project Name & Contract AmountType of Work Date Completed D-19 3� Erickson -Hall EDUCATION BS Construction Engineering & Management CSU Long Beach, 2002 TRAINING • Asbestos Awareness • Fall Protection Awareness • Hazardous Communication • OSHA 10 • Sexual Harrassment Preventative Training • SWPPP REFERENCES Craig Martin Construction Supervisor Anaheim City School District 714.517.7550 Cheryl Gaston Program Manager Oceanside Unified School District 760.966.4069 Rick Minnick Fire Chief City of Vista 760.726.1340 Mike Lowry Fire Chief Escondido Fire Department 760.839.5401 Russ Knowles Chief of Operations Escondido Fire Department 760.839.4691 NATHAN COMPLIN Construction Manager Nathan Complin has more than 15 years of experience in the construction industry. He provides senior management oversight of all preconstruction and construction phase activities including design activities, constructability reviews, value engineering, budgeting, scheduling, and construction planning and execution. He will conduct design team meetings, weekly owner construction meetings and will oversee site specific construction meetings. He will assist with establishing and updating the project budget, including cost coding structure, tracking payments, cash flow analysis, cost forecasts and reviewing and approving changes to the budget and project scope. Nathan will work closely with the project manager and superintendent to establish and enforce stringent, project -specific quality and jobsite safety standards. Nathan is a seasoned construction professional offering extensive experience working with owners, end -users and designers as an advocate for design efficiency to ensure the owner's program is maximized within established budget and schedule parameters. EXPERIENCE HIGHLIGHTS Dogwood Elementary School Heber, CA - $15.6 Million (Lease -Leaseback) Comprenhensive preconstruction and construction phase services for the construction of 48,000 SF of new facilities encompassing four classroom buildings, a multi -purpose building with a kitchen, library/computer lab and an administrative/kindergarten classroom building. Lincoln Elementary School Anaheim, CA - $25.5 Million (Lease -Leaseback with Negotiated GMP) Comprehensive preconstruction and construction phase services for the reconstruction of Lincoln Elementary. Scope of work encompassed hazardous material abatement and demolition of the existing 50-year-old Lincoln school buildings, as well as construction of 100,000 SF of new facilities. The 5-acre school site was reconstructed to accommodate two new parking lots, bus and student drop-off areas, fire truck access and a playground area. Mission Elementary School Oceanside, CA - $12.7.9 Million (Lease -Leaseback) A total of 43,562 SF modernization of nine classroom buildings, library, multi- purpose/food service building; and new construction of a 3,305 SF student services building, two 2,816 SF kindergarten buildings, and three 960 SF modular buildings. FIRE STATION FACILITIES • Tustin Legacy Fire Station No. 37 • USC Fire Station No. 15 • Malibu Fire Station No. 71 • Vista Fire Stations 1, 5 & 6 • Escondido Fire Stations 6 & 7 • Terra Lago Fire Station No. 4 • Shadow Hills Fire Station No. 4 • El Cajon Fire Station No,. 8 • Anaheim Fire Station No. 11 • Chula Vista Fire Stations 2, 4 & 6 • San Diego Fire Stations 12 & 31 • Rancho Santa Fe Training Facility EDUCATIONAL FACILITIES • Clara Barton Elementary School • Oceanside High School CTE • Bonsall Elementary School • Carlsbad High School Gymnasium RECREATION / MISC. FACILITIES • Mt. San Miguel Community Park • All Seasons Park • Harborside Park • Santa Fe Springs Library Erickson -Hall . _ r•ti>;€= -E-= d Erickson -Hall TONEY GRIFFITH Superintendent EDUCATION / TRAINING Toney Griffith has over 30 years of construction industry experience and has • Construction Management completed various commercial, industrial, federal and public works projects, Certification, San Diego State including California K-12 modernization and new construction projects. He is University responsible for project schedule execution, coordination of subcontractors, • Carpentry Apprentice, Associated managing construction crews, as well as overseeing all jobsite safety and Builders and Contractors, MD activities. His tasks include assisting the team with value engineering, • A.A. Criminal Justice, Montomery constructability reviews and cost estimates. Throughout the construction College, MD process, Toney will manage the jobsite, maintain project documentation, • Superintendent Courses: manage contract administration, ensure site security, enforce the quality » NATEC Supervisor Course for control plan and coordinate with outside agencies. Other construction phase Asbestos Abatement responsibilities include conducting construction meetings throughout the Confined Space duration of the project. During closeout, Toney will take the lead on creating » Scaffold Erection the punch list, final inspections and the commissioning of facilities. » Trenching/Shoring » Fall Protection EXPERIENCE HIGHLIGHTS » Rigging/Signal Person a-- . ,...,..........,..._..., Mission Control Center, Creech Air Force Base » CPR and First Aid Indian Springs, NV - $22 Million » OSHA 30 Hour New construction of a 30,000 sf, two-story CMU building classified SKIF area » Concrete Safety with attached maintenance storage and hangar associated with apron paving. » EM385-1-1 40 Hour UCSD Site improvements to include new parking lot and landscaping. Extension Services Building 55 LCS Command, Naval Base NAVFAC Construction Quality San Diego, CA - $13.1 Million Management (CPM) Renovation of Building 55 for the LCS Command, Naval Base San Diego. 20,000 sf renovation completed in two phases. The scope of work included hazardous REFERENCES materials abatement, electrical upgrade, HVAC upgrade and new plumbing. The John Shook project received outstanding evaluation, FEAD letter of commendation and Star Director of Facilities Safety award. Little Lake City School District Buildings 1 and 11 FASW, Naval Base 562.868.8241 ext. 2280 San Diego, CA - $15.1 Million 40,000 sf of buildings renovation. The scope of work included hazardous materials abatement, electrical upgrade, HVAC upgrade, and plumbing upgrade. Also included tenant improvement with FFE package. New high end kitchen and dining area for 2 star admiral, emergency generator, and new chill border central plant for both buildings. The project received oustanding evaluation and letter of commendation. • Little Lake City School District Summer Improvements, Santa Fe Springs, CA • Wilson High School Improvements, Long Beach, CA • Renovate BEQ Building 60193, San Clemente Island • Base Main Gate Entrance, NAS North Island, San Diego, CA • P-028 Equipment Shop and P-033 Refueling Vehicle Shop, MCAS Miramar, JEWL Building 304 Upgrades, Naval Amphibious Base, San Diego • Medical / Dental Clinic Addition, MCAS Yuma, AZ • Fort Hunter -Liggett Barracks Modernization, Monterey County, CA • Clairemont Hospital Renovation, County of San Diego • Jacob Weinberger Federal Courthouse Renovation, San Diego • Building 61 Renovation, Naval Base San DiegoPatternmaker / Molder School Renovation, Naval Training Center • Building 3142 Seismic Upgrade, Naval Base San Diego ' build on our reputation t ,,�� Erickson -Hall _ . L:.._-. If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidders Bond in the amount of to which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: C-2 Document A31OTM ® 2010 Conforms with The American Institute of Architects AiA Document 310 CONTRACTOR: ( irate, legal stains and address) Erickson -Hall Construction Co. 500 Corporate Drive Escondido, CA 92029 OWNER: (Xarne, legal sralus and address) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 BOND AMOUNT: $ 10% SURETY: (Marne, legal status and prfncipal place of business) Travelers Casualty and Surety Company of America 21688 Gateway Center Drive Diamond Bar, CA 91765 Ten Percent of Amount Bid PROJECT: (Name, locarlo)ioraddress and Prgjeclnttnber, ifan}y Huntington Beach Senior Center, CC No. 1473 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for ilia payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. Tire conditions of this Bond are such that if the Owncr accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Ovoier and Contractor, and ilia Contractor either (1) enters into a contract with the Owner in accordance \with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract documents, with a surety admitted in the jurisdiction of the Project and otherntise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof. or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlbrin the Nvork cowered by said bid, then this obligation shall be null and Void, otherwise to remain in t'idl lirrce and ell'ect. The Surety hereby waives any notice ol'an agreement between the Owner and Contractor to extend the lime in whicli file Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time lbr acceptance ol'bids specified in the bid documents; and the Owner and Contractor shall obtain the Surelyrs consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tenu Contractor in this Bond shalt be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been liirnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting uith said statutory or legal requirement shall be deemed deleted herelioni and provisions confimning to such statutory or other legal requirement shall be deemed incorporated herein. When so liirnished, the intent is that this Band shall be constrUd as a statalory bond and not as a common law bond. Signed and scaled this 8th day of October, 2014 Erickson -Hall Construction Co. (Principal) -,, (Seal) (Pitiless) By: 1\ " (nitness) Maria Guise, Account Manager David M. Erickson Vllltlt CAMULIVU UrnL,c► Erickson -Hall Construction CO. and Surety Company of America (Seal) Lawrence F. McMahon Attorney -in -Fact S-0054/AS 8i10 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of San Diego On O C T Q 8 2014 before me, Date Janice R. Martin Insert Name of Notary exactly as it appears on the official seal personally appeared Lawrence F. McMahon Name(s) of Signers) JANICE R. MARTIN • ' COMM. #1986564 U L) „� NOTARY PUBLIC-CALIFORNIA 0 U SAN DIEGO COUNTY My Commission Expires DULY 29 2016 , Notary Public, who proved to me on the basis of satisfactory evidence to be the personWh whose name(* is/#t# subscribed to the within instrument and acknowledged to me that he/ftffiW executed the same in his/jffif/,(t,1 4f authorized capacityq#Q, and that by his/ft#f/,tloftsignature(W on the instrument the person(%), or the entity upon behalf of which the personN acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness m d and official seal. Signatur Place Notary Seal Above Signatur f N ary Public Janice R. Martin 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner ❑ Limited ❑ General 9 Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): _ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER ®®®� p ® POWER OF ATTORNEY p A R "@f Etl ERR J Farmington Casualty Company St. Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney -In Fact No. 227494 Certificate No. 005991395 KNOW ALL MEN BY THESE PRESENTS: That Farmington Casualty Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company are corporations duly organized under the laws of the State of Connecticut, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Lawrence F. McMahon, Sarah Myers, Charlotte Aquino, Lilia Robinson, Maria Guise, and Janice Martin of the City of San Diego , State of California , their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 21st day of July 2014 Farmington Casualty Company Fidelity and Guaranty Insurance Company Fidelity and Guaranty Insurance Underwriters, Inc. St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company 1'"Y(T< r Jy FIftE 63 JO�AN.�NSG9 F�p'� q..i �JP IY ANDS �N16"_"'•Y �QYY'Y"VJ 1982% O ad 7� WCDBFCRA1rD� m` �jpOR PORE>F m, iw.'GOaPOR4Tf .�i•� 3•f//,,'`���� �NCd�A91FD HARTFCRD �.SEALio. S••SERL,�Dia W CCNN. ; �•#t£ �nY ��y tip',i 1Lt, b�'s� F c� �y �•........: 'a`1` t �'•. .: 'a Oa ,iF m,nn ISMA ly ...... *eF bf FHa t • -4. State of Connecticut City of Hartford ss. By: Robert L. Raney, enior Vice President On this the 21 St day of July 2014 before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. G•q� In Witness Whereof, I hereunto set my hand and official seal.! My Commission expires the 30th day of June, 2016. p� A Mane C. Tetreault, Notary Public �v 58440-8-12 Printed in U.S.A. OF IS INVALID WITHOUT THE RED BORDER City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 Pinner Construction Co., Inc. 1255 South Lewis Street Anaheim, CA 92805 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, JF:pe Enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand PINNER CONSTRUCTION CO., INC. 1255 S. Lewis Street Anaheim, CA 92805 714-490-4000 714-490-4016 (fax) License # 166010 BA BID DOCUMENTS ENCLOSED CITY OF HUNTINGTON BEACH CITY CLERK -SECOND FLOOR CITY HALL 2000 M4TN STREET HUNTINGTON BEACH, CA i' 6 1 Cl) _-1 .4 p C C) x, < 0 SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 10% BIDDERS BOND in the amount of *** which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% it as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature I SEPTEMBER 30, 2014 2 OCTOBER 3, 2014 \ 2 UPDATED OCTOBER 7, 2014 3 OCTOBER 7, 201 4 OCTOBER 9, 2014 C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: PINNER CONSTRUCTION CO., INC. B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goidenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: tilyo ��yjo;[ Dollars 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within (10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: _ *(94 _V&i JDollars SAd �,�e� Kv C-3 B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this 14TH day of OCTOBER Submitted By: PINNER CONSTRUCTION CO., INC. (Name of bidding firm or corporation) Authorized Signature: ( aso-ratur Signed By: JOHNNY R. PINNER (Type or print name) Title: PRESIDENT Witness By: , 2014. (Owner/Partner/President/Vice Rreside (�Iandwritten s4grDAture) Attest: / (H rdwn t n signature) By: JUSTIN DAVIS (Type or print name) Title: SECRETARY/TREASUER (Corporate Secretary or Assistant Secretary) Street Address: 1255 S. LEWIS STREET City, State, Zip ANAHEIM, CA 92805 Phone: 714-490-4000 License No.: 166010 BA Federal ID No.: 95 212 8689 (Affix Corporate Seal Here) C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract DE,M a C).S6 '67a ra, txs. LhtJP2,4 V4Va4t g3UIL©IA10 cr C) Vil lvar�-s C-6 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract SI -L0�U1,} AJ T `'` - 5� ►��1 11112- 7�►r��� 1V S (IAf 2 t!'a1l�c A bd��l��i� fjJf!/i1 V1� rn,llivo ( 307) u4 c-7 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 14, LEO- d L-Z P L4 EA& 6,, - Cll yMd'n 6W pia 3 jAIf °772 Fr.AD L�f(w C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract %/ L� ACWTiel CAoOe _ VA, h% s — 7 a wAIX lq)1,L' C-s Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract -r/9 RPY Js OAlbrlo -11AAf A f U VT 6r-ek ciril C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract TT t C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/14/2011 at ANAHEIM CA Date City State JOHNNY R. PINNER being first duly sworn, deposes and says that he 19POGbO is PRESIDENT of PINNER CONSTRUCTION CO., INC., the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true, and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. PINNER CONSTRUCTION CO., INC. C4,dZder Bidder JOHNNY R. PINNER PRESIDENT 1255 S. LEWIS ST., ANAHEIM, CA 92805 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: OCTOBER 14, 2014 PINNER CONSTRUCTION CO., INC. Contractor By JOHNNY R. PINNER-PRESIDENT Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes 3 No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: OCTOBER 14, 2014 PINNER CONSTRUCTION CO., INC. Contract By JOHNNY R. PINNER-PRESIDENT Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: PINNER CONSTRUCTION CO., INC. Bidder Name 1255 S. LEWIS STREET Business Address ANAHEIM, CALIFORNIA 92805 City, State Zip 714 ) 490-4000 Telephone Number 166010 BA State Contractor's License No. and Class FEBRUARY 9, 1956 Original Date Issued 2/29/2016 Expiration Date The work site was inspected by ROBERT SALATA of our office on SEPTEMBER 18 , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: JOHN PINNER-CEO JOHNNY R. PINNER-PRESIDENT JUSTIN DAVIS-SECRETARY/TREASURER C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. PINNER CONSTRUCTION CO.. INC. ignature of Bdder JOHNNY R. PINNER-PRESIDENT Printed or Typed Signature Subscribed and sworn to before me this L day of Dc+c)bc_r , 201_�. NOTARY PUBLIC See Alto c'he_6 C-15 NOTARY SEAL CALIFORNIA-•ACKNOWLEDGMENT CIVIL CODE § 1189 .. ,a _.a. ..�. _c�2..�.`_s� .�. _a _� a. _�`_aC_� _c�N.c� _� _-.a _a. _a _a ..s�...� ,�S_ca _.7C_z� _.� _a _a...� _ca..w•_•a.. _as. ,a. ,s�. v� ..a4.at_W_14.. State of California County of Q IrOLY) ) On 'Q- l - l before me, ��rC � a . �i©% �1� io ido� I Date Name and title of the Officer personally appeared 5ni1r)nV ,--Pi n ne-r Name(s) of Signer(s) rLAO------------------ TERESA CHAPMAN PARKS Commission # 2070212 Notary PWNIC - California dranpe County Comm. Wires Jun 2 2018 who proved to me on the basis of satisfactory evidence to be the personN whose name{) is/ai�e subscribed to the within instrument and acknowledged to me that he/stm/tlil'y executed the same in his/YP Aftif. authorized capad'ityltes), and that by his/her/ftTeir signature sjgj_ on the instrument the person(*, or the entity upon behalf of which the person(* acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official eal. Place Notary Seal Above Signature: Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: __. ❑ Corporate Officer — Title(s): _ ❑ Partner — -_! Limited CJ General ❑ Individual I -_I Attorney in Fact ❑ Trustee [--I Guardian or Conservator Ci Other: Signer Is Representing: Signer's Name: _ C] Corporate Officer — Title(s): ❑ Partner — [] Limited U General ❑ Individual ❑ Attorney in Fact Li Trustee L. Guardian or Conservator ❑ Other: Signer Is Representing: t•✓•✓ •.✓i •ai.'•✓.'y4'✓ '✓.'✓4'✓.✓.'.v..✓✓.. .0✓'.'✓,:'•✓.✓:'✓ii'`✓.S's5�y.'y5'.� 'v -✓.•s •ti6".•r -✓i'e.i•✓6'�G'e' 'd "+i.�'✓..'y 'L4\✓..�� LS. 1 • • ' • • • • • • ill • " ill i • •i •1 EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street fora public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. City of Los Angeles Dept of Public Works / Public Safety Bond Program / Proposition Q A. 1149 S. Broadway, Suite 820, Los Angeles CA 90015 Name and Address of Public Agency Ms. Sonja Alvarez / Project Mgr Name and Telephone No. of Project Manager: 213.485-4389 S 36,769,425.00 New Police Replacement Station Facility February 29, 2009 Contract Amount Type of Work Date Completed 54,000 SF Admin Police Station with an additional 22rQQSF JaiQParking/Autu Maint SF Building Square Footage Provide additional project description to show similar work: A new 2-Story administrative police facility, Type 1I-FR steel frame structure supported by spread footings with building finishes of metal panels, glass curtain walls, cement plaster and tiles. The facility included an attached 2-story jail of Type II concrete masonry structure, a 4-story parking structure with a roof top helipad, a vehicle maintenance building and an adjacent new communication tower to support operations. B, City of Lakewood / 5050 Clark Avenue, Lakewood, CA 90712 Name and Address of Public Agency Kimberly McDowell / Senior Project Manager Name and Telephone No. of Project Manager: 562.866-9771, ext. 2506 S 17,812,169.00 Lakewood Sheriff Station Expansion Project 03-01-2008 Contract Amount Type of Work Date Completed 4 acre site w/ 15,410 SF Building 2-Story, and a 20,000 of remodel Single -Story SFand 2,281 New Single -Story SF Building Square Footage Provide additional project description to show similar work: this project consisted of new & renovation/remodel of a 4 acre site including a new 2-Story Addition to combine buildings, with a new 1-Story construction added to a 1-story to be remodeled. All totaling about 38,000 SF which included poured in place concrete on compacted grade, w/ wood framing, steel beam, posts, exterior stucco, and re -use of brick veneer and built-up bitumen__roofina. Interior of raised access floor system, refurbished terrazzo flooring, and typical office wall, floor, and ceiling treatments and finishes. C-17 C� City of Gardena Transit Administration / 13999 South Western Avenue, Gardena CA 90249 Name and Address of Public Agency Jack Gabig / Transportation Director (310)965-8816 E-mail: jgabig@gardenabus.com Name and Telephone No. of Project Manager: Ram K. Kumar, PhD / CM Principal Planning Manager Cell: 626.297-9372 / 213.486-9884 S 39,823,811.00 Gardena Transit Administration (Design -Build) March 31, 2009 Contract Amount Type of Work Date Completed Total of: 87,268 SF of 5 Building/Structrures SF Building Square Footage Provide additional project description to show similar work: This Design -build project consisted of the building of a new 24,000 SF Wood -framed Admin and Operations Building, and a 45,000 SF Maintenance Building; a 4,000 SF Bus Wash Structure; a 2,800 SF fueling station; and finally an 11,468 SF Photovoltaic panel bus shade structure, with parking available for 100 buses, para- transit vehicles and over 200 Employees. The project was a SILVER LEED award project w/certi fi cation. C-18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. 1 Larry C. Kolves / Senior Project Manager (Has Overseen all Pinner Projects since 1985) Name of proposed Project Manager Telephone No. of proposed Project Manager: 714.490-4000 South Region High School #I5(McArthur) -Olguin Campus/ LAUSD $ 64.6 Mil -- 2012 Project Name & Contract AmountType of Work Date Completed LA Harbor New Police Station Replacement- San Pedro $ 36.7 Mil -- 2009 Project Name & Contract AmountType of Work Date Completed Newcomb K-8 AB300 School --Long Beach /LBUSD $43.6 Mil -- In Progress: 2013-Current Culver City Senior Center -- City of Culver City $ 8.8 Mil -- Completed 2003 Project Name & Contract AmountType of Work Date Completed 2 Robert Boyington / General Superintendent Name of proposed Superintendent Telephone No. of proposed Superintendent: 714.490-4000 Corona Del Mar High School Theater / Newport -Mesa USD $ 14.6 Mil -- Anticip. Completion: 2014 Project Name & Contract AmountType of Work Date Completed LA Harbor College Science Complex / Design -Build / BuildLACCD $ 48 Mil -- 2013 Project Name & Contract AmountType of Work Date Completed Ganesha Elem Sch / New Buildings & Community Theater -Pomona USD $ 16 Mil -- 2008 Maintenance Ops/ Sheriff Station/ LA Valley College Campus $ 7 Mil -- 2006 Project Name & Contract AmountType of Work Date Completed D-19 Additional Relevant Project Information History of Select Relevant Project Completed SELECT PROJECT AWAKED & COMPLETED 2001-2003 [Includes general description, dollar value or percentage performed by Pinner Construction Co., Inc. 's own forces, owner's information including architect or owner's representative, contract amount, date of completion, etc. ***unless described otherwise, project was completed within approval time and approval budget. There are no liquidated damages assessed on any project.] CULVER CITY SENIOR CENTER 4095 Overland Avenue, Culver City, CA 90232, [Near adjacent SONY Studios], A new one-story 27,237 sq. ft. civic building on a 3 acre site, masonry wall foundation w/wood framing and interior offices, exercise room, conference rooms, billiards, crafts, etc., and a large assembly/nutrition area. Surrounding paved parking and landscape [Located adjacent to SONY Studios, Culver City, CA] Original Contract Amount: $ 8, 417, 000.00 Final Contract Amount: $ 8,815,297.35 Percentage & description of work performed by own forces: _ 16 % or Concrete, & Masonry wall foundation areas Owner. City of Culver City / Redevelopment Agency 9770 Culver Boulevard Culver City, CA 92805 Former Contact: John Fisanotti, Redevelopment Agency (Retired); Current Contact: Todd Tipton, Administrator, Economic Development Division 310.253-5760 FAX 310.253-5779 Current Contact. c/o Harris & Associates [Construction Manager] #22 Executive Park, Suite 200 Irvine, CA 92614-4075 Previous contact: Ramiro Herera, Former Project Manager [No Longer wi Firm] Current Contact. Jimmy Guerrero/ 949.655-3900 ext: 2327 949.655-3900 FAX 949.655-3995 Architect: DLR Group (formerly WWCOT Architecture & Interiors) 3130 Wilshire Blvd., 6rh Floor Santa Monica CA 90403 Previous contact: Blair Cybert, A/A, Former Project Manager [No Longer wi Firm] Current Contact: Adrian Cohen, FAIA, LEER AP BD+C, Senior Principal, California Region Leader Ph: 310.828-0040 / E-Mail: acohen dlrgroup. com Project Started: June 12, 2001 Project Substantially Completed: February 2, 2003 Final Completion Sign Off/Retention: November 7, 2003 Project Update: October 7, 2014 U&Z&CITY 1'he Newsletter CITY COUNCIL SENIOR & SOCIAL SERVICES CULVER CITY SENIOR CITIZENS Meghan Sahli -Wells, Mayor Armando Abrego, ASSOCIATION Micheal O'Leary, Vice Mayor Senior & Social Services Manager BOARD OF DIRECTORS � Jim B. Clarke, Council Member Debbie Cahill, Senior Program Spec. Sharon Hyland-Elstein , President Jeffrey Cooper, Roxana Tabibi, Senior Nutrition Council Member Spec. Carolyn Conway, Vice President Andrew Weissman, Jill Thomsen, RSVP Specialist Marsha Orth, Treasurer Council Member Darren Uhl, Disability Specialist Olivia White, Secretary Mary Collim Mary Garcia ^] �_ Rudy Carino Thais Magrane Bob Hess Rosemarie Menchaca CITY OF CULVER CITY �ajjo���� Barbara Silverstein John Nachbar, �� g� City Manager rt Monthly Board Meeting Martin R. Cote�95 ns Second Monday, 1:00 p.m. Assistant City Manager Daniel Hernandez, Director Parks, Recreation & Community Services Flu Clinic page 8 October 2014 Omodo QUO 0@0m)o I i Front Page News 2 Showtime News 3 Look What's 4 Coming Up! Senior of the Month, 5 CCSCA Message i Trip Office 6 i Volunteer Info 7 Monthly Lunch 9 Menu Social & 10 Disability Monthly i 11 j Calendar I CULVER CITY SENIOR CENTER 4095 Overland Avenue AARP Safe Driver Class Info Line: (310) 253-6700 Culver City, CA 90232 Nutrition Site: 9 a.m. to Noon (310) 253-6726 Center Hours: Monday - Friday 9 am - 5 pm RSVPNolunteer Opportunities (310) 253-6704 Center Hours: Sat., Sun., Holidays 12 pm - 4 pm Disability Services (310) 253-6729 Business Office Hours: Monday -Friday 9 am - 4 pm Trip Office: (MNVIF) 10 a.m.-1 p.m. (310) 253-6708 General Information: (310) 253-6700 Elder Abuse Hotline (800) 992-1660 Social Services: (310) 253-6729 Computer Class Info Line: (310) 253-6720 n Tickets are $3.50 N On sale October 13-29 (or until sold out) LkKzk JF- 5wtevtaiwVKtoWt OCTOBER 2014 payt� 00 b, Friday, t� October 31 11:30 a.m. a, = , Mowthtle S%rthdad Celebraeww �apP�a3! Entertainment by: Thursday, October 9 at 1:00 p.m. ,5`q"Crd TrbY Gaston Come & enjoy some great musical entertainment sponsored by the Board of Directors of the Culver City Senior Citizens Association for our CCSCA members If your birthday is in October, be our guest for cake & ice cream Refreshments for aii just 50 cents each item. Songstress Bonnie Bowden Thursday, October 23 1:00 P.M. Come & enjoy Bonnie's one woman variety show featuring the Great American Songbook, Big Band Classics, Broadway Hits & Classical Favorites! The Cameo Club Presents Zoo Years of Broadway Song 4-Dance Tuesday, October 21 1:00 p.m. ©II ZUMBATHON FUNDRAISER EVENT Friday, October 17 9am-12 pm Hosted by YVONNE BERALDI BENEFITS CCSCA! RAFFLES! PRIZES! REFRESHMENTS! GIVEAWAYS! $S-AT THE DOOR $10 DETAILED FLYERS AT SENIOR CENTER! Adventures with Doug `� s AAv z+vh,we to 8 Z4-%-& p Patis & -r" M ysftry Lake Monday, Oct. 20 at 1 p.m. Driving through the Owens Valley with the towering Sierra Nevada Mountains to the west, one might not guess how many beautiful rivers and lakes hide among those rugged walls. Join us for a great slide show adventure heading up into those mountains to enjoy some spectacular vistas from 11,980 feet! City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER ONE For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume 1, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Nu r One, date September 14. PINNER CONSTRUCTION CO., INC. Company Name By OH Y R. PINNER-PRESIDENT OCTOBER 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic the floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFl RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Numb wo, d October 3, 2014. PINNER CONSTRUCTION CO., INC. _ Company Name B J E-R-PRESIDENT OCTOBER 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Nu CZo , dated October 0 , 04� PINNER CONSTRUCTION CO., INC. JO.NR-PRESIDENT gv,n4Name B H E Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Nu er Three, dated October 07, fl94. PINNER CONSTRUCTION CO., INC. Company Name B OH Y R. PINNER-PRESIDENT OCTOBER 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Numb f Three, dated October 09, 2014. PINNER CONSTRUCTION CO., INC. �— Company Name By HNN R. PINNER-PRESIDENT OCTOBER 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. Document A310 TM - 2010 Conforms with The American institute of Architects AIA Document 310 CONTRACTOR: (Nance, legal stunts and addmmv) Pinner Construction Co., Inc. 1255 South Lewis Street Anaheim, CA 92805 OWNER: (Rine. legal slants and addr=) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 BOND AMOUNT: $ 10% SURETY: (Maine, legal slaws and principal place of brcvinexv) Liberty Mutual Insurance Company 330 N. Brand Blvd., Ste 500 Glendale, CA 91203 Mailing Address for Notices 330 North Brand Boulevard, Suite 500 Glendale, CA 91203 Ten Percent of Amount Bid PROJECT: (Name. location or address and Project rnanber.. if m{t% Huntington Beach Senior Center, CC No. 1473 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the O%xmcr in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terns of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Omier, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof.. or (2) pays to the Owner the difference, not to exceed the mnount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perlimn the work: covered by said bid, then this obligation shall be hull and void, otherwise to remain in lull lbrce and ell'ecl. The Surely hereby waives any notice ol'an agreement between the Owner and Contractor to extend the time in which the Owner muy accept the bid. Waiver of notice by the Surely Shull not apply to any extension exceeding sixty (60) days in the aggregate beyond the time liar acceptance ol'bids spe flied in the bid documents, and the Owner and Contractor shall obtain the Surety's consent liar an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the tcnu Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the locution ol'the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herelrom and provisions conibrming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as u common law bond. Signed and scaled this 6th day of October, 2014. Pinne Co., Inc. !Principal) \ (seal) ( 'ltftessJ (Title) Jo n Pinner — Liberty Mutual Insurance Company �JPo`�p tti !� I o n lsia el} j (.Seal) o CFi! itnexr) odaca ` ` \ y 1912 (Tille) Rhonda C. Abel Attorney -in -Fact S-0054/AS 8110 CALIFORNIAALL-PURPOSE ACKNOWLEDGMENT State of California County of orange On 0 C T 0 6 2014 before me K. Luu, taew Notary Public surelfkm ift ww-riftefrWoEff personally appeared Rhonda C . Abel kw-Ws)e r4m; Commission # 1955906 ztj Notary Public -California Z Z Z " Orange County D My Comm. Expires Nov 6. 2015 PW= NoWy Seel Above who proved to me on the basis of satisfactory evidence to be the person($) whose name($) is/itMf3 subscribed to the within instrument and acknowledged to me that f4ls/sheMdy executed the same in his/herl$litbtt authorized capacity(M), and that by M tJher/100 signature(A) on the instrument the person(t), or the entity upon behalf of which the person($) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of Calibmia that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature / SlWOUM of Nemq Pukuo OPTIONAL Though the information below is not required by law, it may prows valuable to persons m1y/ng on the document and could prevent fraudulent removal and reattachment of this fora to another document. Description of Attached Document Title or Type of Document: Document Date: Signers) Other Than Named Above: Capaclty(les) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Tille(s): ❑ Partner — ❑ Limited ❑ General _ M Attorney In Fact ❑ Trustee Top �"' f ❑ Guardian or Conservator ❑ Other: Signer Is Representing:_I Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer — Tide(s): ❑ Partner — ❑ Limited ❑ General _ ❑ Attorney in Fact ❑ Trustee Top ct th=b here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007NmfaWNa"Assodetlon•93500eSo2oAvs.P.Q8ox2<02•Chebwwrth.CA913132402•www.Ndw&Ndwykg Imm#=7 Re0rt8rCdT4WW140047 aV THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authorityto bind the Company except in the manner and to the extent.herein stated. Certificate No. 6647918 American Fire and Casualty Company Liberty Mutual Insurance Company . The Ohio Casualty Insurance Company . WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duty organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Heather Saltarelli• James A Schaller; Jeri Apodaca; Kim Luu• Michael D. Parizino Rachelle Rheault: Rhonda C. Abel all of the city of Newport Beach , state of CA each individually if there be more than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings,: bonds, recognizances and other surety obligations, in pursuance of these_ presents and shall be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Coinpanies.in their, own proper persons. IN WITNESS WHEREOF, this Power of Attomey has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 18th day of July 2014 j= A American Fire and Casualty Company - , .; , , : The Ohio Casualty. Insurance Company. y Liberty Mutual Insurance Company d West American Insurance Company �0 ,;• �� David M. Care , Assistant Secretary C STATE OF PENNSYLVANIA ss ca COUNTY OF MONTGOMERY : to _ = .O dtm On this 18th day of July 2014 : before "rite personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of, American Fire and v 0- m Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Insurance Company, and West American Insurance Company, and that he, as such being authorized so to do, >M. "p" = execute the foregoing instrument for the purposes therein_ contained by signing on behalf of the corporations by himself as a duly authorized officer. d > IN WITNESS WHEREOF, I have hereunto subscrib and affixed my notarial seal at Plymouth Meeting Pennsylvania; on the day and year first above written. O ,,e �. ;;�r����-������t1'.� ��,r � ��a�� �t,��st� � Q cw) , �... d n. Teresa Pastella , Notary Public y 4). Q - - - • . 3y .e.,,P: ^.^u� '1i3: • L=as"':: el.;'} :r ?�c'.`,i'-£. - - - - .: - - - - - --, _ Q i C to This Power ofAttomey is made and executednpurS 'Umd�� y othonty of the following By-laws and Authorizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance- N p a% Company,. Liberty Mutual Insurance Company, andVYfYfa Acne an Insurance Company which resolutions are now in full force and effect reading as follows: 4-6 tm:u) " i to i ARTICLE IV -OFFICERS - Section 12. Power ofAttomey. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman orthe President, and subject O c 4; to such limitation as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal, > _ y O C acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact, subject to the limitations set forth in their respective .: 3 ypowers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. Wheri.so .d i executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under > the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority,.s co ARTICLE XIII -Execution of Contracts -SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing. by the chairman or the president; E - i and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys in fact as maybe necessary to act in behalf of the Company to make, execute, M 0 seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth intheir co respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 00 executed such instruments shall be as binding as if signed by the president and attested by the secretaryp cc Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M Carey, Assistant Secretary to appoint such attomeys-in= fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other suretyLi obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of anyassistant secretary of.the Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. - I, Gregory W. Davenport, the undersigned, Assistant Secretary, of American Fin: and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said " Companies, is in full force and effect and has not been revoked. f1 IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this day of O CT ® 6 Za14 20y. " - ° Gregory W. Davenport, Assistant Secretary LMS 12873 122013 - - _ ,. 281 of 1000 . CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT cw a _ ad_a a,� _a v v_a .a a� _a _a• _a _ a a@!-' _ate w a•_a _a._a .a•_a� w a _a _a _a _ a a .a _a _aC_a .sue. _ State of California County of r n VGj `.J On ��_ - before me, (fY (f Date Name and Title of the O icer personally appeared op h ying . �i h►1� Name(s) of Signer(s) TERESA CHAPMAN PARKS Commission #F 2070212 i teary Public - Cwomia -Orange County Mv Cam Expires Jun 2, 2018 who proved to me on the basis of satisfactory evidence to be the person(, whose name(() is/ai`e subscribed to the within instrument and acknowledged to me that he/SKe/tl6y executed the same in hisftor/t 6ir authorized capacity(0!5), and that by his/Vr/tXir signatureA on the instrument the person(, l or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official i Place Notary Seal Above Signature: Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual L ! Attorney in Fact 0 Trustee [.-J Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited 1-1 General ❑ Individual ❑ Attorney in Fact Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: L. u -.> 'ci.'y. ✓.'y -cites-y.'y.'.y''a� -✓.'y4�✓.: y'.��'.'.��.:�✓'.`✓.'�%'-y-y6�'.�✓..1'�.6'✓ -y:'✓ -✓ -y -✓ -✓.1-.y, -y -di.C✓�.-a�is�y,'-y:'y:'„-✓5�:<✓.y: 1@111141191 ill na WHOM City of Huntington Beach 2000 Main Street s Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 Robert Clapper Construction Services, Inc. 2223 N. Locust Ave. Pasadena, CA 92377 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, JF:pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand C -1, m - tZ r+1 � Mr - � r m S cJ'1 V Robert Clapper Construction Services, Inc. 2223 N. Locust Ave. Rialto, CA 92377 (O\STRU TAri (909) 829-3688 License: 716719 B, C-8, C54 SVR1 ICES. Ir('. "SEALED BID" for Huntington Beach Senior Center CC No. 1473 in the City of Huntington Beach - Do Not Open With Regular Mail Deliver to the City Clerk, 2000 Main Street, Second Floor Huntington Beach, CA 92648 SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on'file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for lo% in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for 1o9/0 11 , as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any, Addenda No. Date Received,'. Bidde r'*�,%�ig40turel ------- ---- 1 9/30/14 2 10/03/14 2 Update 10/07/14 3 10/07/14 3 Update 10/07/14 4 10/09/14 C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: R. C. Construction Services, Inc. B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goidenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1. nndfih tvgM-' M\) 0,tk *w� Dollars —o 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1. b ��, Dollars ($ P2 600 ) C-3 B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this 14th day of October , 2014. Submitted By: R. C. Construction Services, Inc. Nana of ing firm or corporation) Authorized Signature: --(ndwrittey�4ignature) Signed By: Robert W. Clapper (Type or print name) Title: President (Owner/Partner/President/Vice President) Witness By: (-Qe (Handwritten signnaatuur6)) Attest: (Handwritten signature) By. Rebecca A. Clapper (Type or print name) Title: Corporate Secretary (Corporate Secretary or Assistant Secretary) Street Address: 2223 N. Locust Ave. City, State, Zip Rialto, CA 92377 Phone: (9o9) 829-3688 License No.: 716719 Federal ID No.: 33-o681039 (Affix Corporate Seal Here) C-5 R. C. Construction Services, Inc. LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number hit P.70 W_- i (A�I�SGI M(ofio e-27 SZ7 �3q iZy A cm a33ot cq 6g33l7 C's�r n�''�� i 504 P�/ 91767Z US 1 po M-VO^ %�r rz 19t-6°! 0'4l G a // Ci C-6 R. C. Construction Services, Inc. Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number y ail e-*&* cA- m 3e)6 77 le V-57D4r 7112576 ftN7W1V,f� 095,66 50 -74F (6S �l.1.Kr4lD®`G/� 4-12bg�*-1 CA 01 72glzl 61 bD P&df C,17T 6L0AS es6ut'peoae c TAB y�o5o "'X'b .-s4V4 4A IIIW 4. 6-'1447'- 676FNS &MIZ1C c1T4.W ,/ C,4 A&-;e7- C-7 R. C. Construction Services, Inc. Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract da 5— &-2 62, rfI2 V- "O/ z-/7 &Inp, .7711bg C-s R. C. Construction Services, Inc. Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 R. C. Construction Services, Inc. Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on oct.14, 2014 at Rialto CA Date City State Robert W. Clapper being first duly sworn, deposes and says that he or she is President of R. C. Construction Services, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. R. C. Construction Services, Inc. Na e-of"Bi der 6Biuigndder 2223 N. Locust Ave., Rialto, CA 92377 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: October 14, 2014 R. C. Construction Services, Inc. Co -r-ac o y Robert W. Clapper President Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ® Yes ® No If the answer is yes, explain the circumstances in the space provided. N/A C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: October 14, 2014 R. C. Construction Services, Inc. Cont Gt r g. Robert W. Clapper President Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: R. C. Construction Services, Inc. Bidder Name 2223 N. Locust Ave. Business Address Rialto, CA 92377 City, State Zip ( 909 ) 829-3688 Telephone Number 716719 - B, C-8, C54 State Contractor's License No. and Class 12/26/95 Original Date Issued 12/31/15 Expiration Date The work site was inspected by Dan Partridge of our office on September 18 2014. The following are persons, firms, and corporations having a principal interest in this proposal: Robert Clapper Construction Services, Inc. Robert W. Clapper - President Rebecca A. Clapper-- Secretary C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. R. C. Construction Services, Inc. 6ature--j6f'3idder Robert W. Clapper Printed or Typed Signature Subscribed and sworn to before me this 14thday of October , 201A . NOTARY PUBLIC Jc C-15 NOTARY SEAL CALIFORNIA JURAT State of California County of San Bernardino Subscribed and sworn to (or affirmed) before me on this 14th day of October, 2014 by Robert W. Clapper, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. SignatureA�ell � e r MARIE J. UPDEGROVE COMM. # 2052408 ►n (� NOTARY PUBLIC-CALIFORNIA RIVERSIDE COUNTY MY COMM. UP. JAN 13, 2018 (Seal) EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A City of Santa Monica 11437 Fourth Street, Santa Monica Name and Address of Public Agency Name and Telephone No. of Project Manager: Chris Dishlip 9a9.988.8511 $7,162,340.21 New construction and Renovation 9.23.2013 Contract Amount Type of Work Date Completed 10,000 SF Building Square Footage Provide additional project description to show similar work: New construction and addition of Library with structural upgrades, roofing, framing nis es, and all associated si ewor , hardscape and parking lot upgrades B. Anaheim City School District Name and Address of Public Agency eaA16 IYW77,J Name and Telephone No. of Project Manager: Melanie Pure 714-517-7549 $9,425,189.00 New Construction and Renovation 07/31/13 Contract Amount Type of Work Date Completed 38, 085 SF Building Square Footage Provide additional project description to show similar work: Lease Lease -Back delivery of a complete campus Modernization including: complete interior & site demo of 5 classroom buildings, library, and admin buildings, play grounds & parking. New play area & equipment, shade structure, plumbing, electrical, data roofing, flooring, HVAC, new & refurb. casework, AC Paving, Paint entire campus... C-17 C. I. E Transportation Management Center Name and Address of Public Agency Name and Telephone No. of Project Manager: RafatAlafranji 916.716.3550 21,474,665.00 New Construction 5.31.11 Contract Amount Type of Work Date Completed 43,000 SF Building Square Footage Provide additional project description to show similar work: New construction of a Joint use facility for the CHP and CAL Trans. Designed to be an essential facility for training, communications, and used as a control hub in the event of emergency situations. C-18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. 1. Rich Negley Name of proposed Project Manager Telephone No. of proposed Project Manager: 909.721.0062 Grijalva Sports Park & Community Center $9446,768.0o New Construction 2009 Project Name & Contract AmountType of Work Date Completed Ontario Operations Center $3,138,759.3o Tenant Improvement 2014 Project Name & Contract AmountType of Work Date Completed Arroyo High School $19,994,687.00 New construction & Modernization 2011 Project Name & Contract AmountType of Work Date Completed 2. John Murillo Name of proposed Superintendent Telephone No. of proposed Superintendent: 909.772.2684 Pico Branch Library $6,286,382.00 New Construction & Renovation 9.23.13 Project Name & Contract AmountType of Work Date Completed Montclair High School $9,934,902.4o New Construction 12.01.12 Project Name & Contract AmountType of Work Date Completed University Community Park $4,109,525.0o Expansion & Renovation 7.16.10 Project Name & Contract AmountType of Work Date Completed D-19 All DSA/Public works Project Completed in Last 8 years over i million. Owner Name and Architects Type of Work Contract value & dates Contact Person Pico Branch Library Koning Elzenberg Architecture Remodel and addition to library with Original Value: $ 6,286,382.00 City of Santa Monica 1454 25th Street structural upgrades, roofing, framing Total Value: $702,340.21 1437 Fourth St; Suite 300 Santa Monica, CA 90404 finishes, and all associated sitework and Santa Monica, CA 90401 Paul Miller hardscape. Attn: Mr. Christopher Dishlip Phone: 9o9-988-8511 Phone: 310-828-6131 Start Date: 07/30/12 Fax: 9o9-984-1164 Fax: 310-828-0719 Finish Date: 09/23/13 Ontario Emergency Operations Ctr Robert Borders & Associates Tenant Improvments to an exisiting City Original Value: $ 9,078,000.00 City of Ontario 5030 Campus Drive Hall and annex, interior remodeling of Total Value: $ 9,425,189.00 303 E. B Street Newport Beach CA 9266o basement for install of new workstations Project is complete but remains open Ontario, CA 91764 Mr. Ronald Lilley new exterior shade structure over for pending owner additions to scope Attn: Dave Simpson basement patio with new roof /grille Phone: 909-395-2185 Phone: 949-851-1317 at exisiting generator enclosure and related Start Date: o8/20/13 Fax: 909-395-2167 Fax: 949-851-0322 site work. Finish Date: O8/24/14 DSimpson@ci.ontario.ca.us Lease Lease -Back delivery of a complete James Madison E.S. Modernization Adolph Ziemba AIA & Assoc. campus Modernization including: Original Value: $ 9,078,000.00 Anaheim City School District 6oi S. Glenoaks Blvd, Ste 400 complete interior & site demo of Total Value: $ 9,425,189.00 1411 S. Anahiem Blvd Burbank, CA 91502 5 classroom buildings, library, and Anaheim, CA 92805 Contact: Adolph Ziemba admin buildings, play grounds & parking. Contact: Mr. Tom Rizutti Phone: 818-481-2585 New play area & equipment, shade Phone: 714-517-7549 Fax. 818-841-7782 structure, plumbing, electrical, data Start Date: 11/07/11 Fax: 714-517-8579 roofing, flooring, HVAC, new & refurb. Finish Date: 07/31/13 casework, AC Paving, Paint entire campus... Roosevelt II, Package 2 - Onsite PSWC Group Complete site work for new 15 acre Original Value: $ $2,644,000.00 San Bernardino City Unified School District 1887 Business Center Dr. Ste 3 elementary school campus including Total Value: $ $2,875,630.00 777 N. F Street San Bernardino, CA 924o8 all concrete, asphalt, play grounds, San Bernardino, CA 92410 Contact: Kevin Emanuel fencing, parking lots, masonry, Contact: Joel Garnica (Vanir - CM) Phone: 9o9-890-2233 ADA-compliant ramps, sun shade shelters. rnone: 951-751-3103 rax: 909-u90-2044 pavement marlangs, Kncnen receiving atart Late: 03/ 2o/ 12 r aA. y5i-/5i-3i3v3 aica, WIAU iaUA cuuv6wi ba iauuauayuig i•uuau Law. vv/ cv/ is and irrigation, courtyards, etc. S.W. Communities Animal Shelter Holt Architects Animal Shelter and surrounding Riverside County EDA 70225 Hwy ii1, Suite D facilities including surgical rooms Original Value: $ 8,295,000.00 33751 Mission Trail Ranco Mirage, CA 92270 holding wards, exercise rooms, Total Value: $ 9,175,150.00 Wildomar, CA 92595 Contact: Tom Howell exercise courtyards, classrooms, Contact: Nahid Selbe Phone: 760-328-528o socialization rooms and Start Date: 01/05/09 Phone: 951-955-4728 Fax: 951-955-4828 Fax: 760-328-5281 visitor galleries Finish Date: 09/24/10 Monclair High School 32 Classroom Bldg WLC Architects New construction of two story, 57,600 SF Original Value: $ 9,907,000 Chaffey Joint Union High School District 8163 Rochester Avenue Classroom Building. Construction is Total Value: $ 92934,902.40 211 W. Fifth Street Suite too Structural Steel with masonry shell, with Project is complete but remains open Ontario, CA 91764 Rancho Cucamonga, CA 9173o decorative sheetmetal panels. for pending change orders Contact: Mr. Mike Harrison Contact: Elena Purice Demolition of softball fields and Phone: 9o9-988-8511 Phone: 9o9-987-ogo9 construction new softball fields, site Start Date: 10/20/10 Fax: 9o9-984-i164 Fax: 9o9-98o-998o retaining walls, rerouting of main power Finish Date: 12/01/12 line to the school. All DSA/Public works Project Completed in Last 8 years over 1 million. Owner Name and Architects Type of Work Contract value & dates Contact Person Lease -Leaseback Rosemead High School Growth Project Gonzalez / Goodale Architects 1. 36,000 SF new two story classroom Original Value: $ 18,3o8,299.00 El Monte Union High School District 135 W. Green Street building w/ science & culinary arts Total Value: $ 18,3o8,299.00 3537 Johnson Ave. Suite 200 2. Additions to Library & new wieght rm bldg El Monte, CA 91731 Pasadena, CA 91105 3. 39,000SF renovation/modern. Contact: Mr. Tony Ortega Contact: Chuong Ngo of existing library bldg & science bldgs Phone: (626) 444-9005 Phone: 626-568-1428 4. Full site renovations including utilities Start Date: 11/16/io Fax: 626-568-0826 and landscaping upgrades to sports fields Finish Date: 07/30/11 LeGore Elementary School Growth Project Harley, Ellis, Devereaux 25,000 SF new construction of two Original Value: $ 7,471,857.00 El Monte City School District 6ol S Figueroa Ste story classroom building Total Value: $ 7,471,857.00 354o Lexington Ave Suite 500 El Monte, CA 91731 Los Angeles, CA 90017 Paint Exterior of all existing buidings Start Date: 11/03/09 Contact: Mr. Kris Olafsson Contact: Lucas Umali Original Comp. 04/15/11 Phone: (626) 453-3790 Phone: 213-542-4598 Complete site updgrades including Time Extention -0- Fax: (626) 575-1095 Fax: 213-542-4515 site utilites and landscaping Finish Date: 04/15/11 31t,ac Com. College oeslgn &'Technology C rimu Arcnitects, Inc ungmai value: �i 2,755,000.00 Mt Sac Community College District HMC Architects Multi Prime project where we had the Total Value: $ 2,824,398.00 iloo N. Grand Ave. 3270 Inland Empire Blvd General Contracting portion of a Walnut, CA 91789 Ontario, CA 91764-4854 66,000 SF two story technology Start Date: 01/31/11 Phone: 909-594-5611 Ext. 5611 Contact: Jason Conrad and design classroom building Original Comp. 09/26/11 Fax: 909-468-3939 Phone: 9o9-989-9979 with related site improvements Substantial Comp 9/1/11 Contact: Caryn Cowin, Bovis Lend Lease Fax: 909-483-1400 Finish Date: 09/26/11 Rincon Intermediate School Mod DC Architects K-8 Modernizaiton of buildings B, C, & D Original Value: $ 29755,000.00 Rowland Unified School District 820 N. Mountain Ave, Suite 200 Demolition of partition walls and creation Total Value: $ 2,824,398.00 1830 S. Nogales Street Upland, CA 91786 of additional classrooms. All new finishes Rowland Heights, CA 91748 throughout each building. ADA upgrades. Start Date: 01/31/11 Attn: Ms. Cindy Maloney Contact: Henry Silvia Site work included replace site utilities, Original Comp. 09/26/11 Phone: 626-854-8387 Phone: 800-985-6939 new PA cabling, replace stairs, handrails, Substantial Comp 9/1/11 Fax: 626-854-8587 Fax: 9o9-985-o864 fencign, gates, all concrete & asphalt Finish Date: 09/26/11 Wright Elementary School Harley, Ellis, Devereaux 25,000 SF new construction of two Original Value: $ 8,725,700.00 El Monte City School District 6oi S Figueroa Ste story classroom building Total Value: $ 8,725,700.00 354o Lexington Ave Suite 500 El Monte, CA 91731 Los Angeles, CA 90017 Paint Exterior of all existing buidings Contact: Mr. Kris Olafsson Contact: Lucas Umali Phone: (626) 453-3790 Phone: 213-542-4598 Complete site updgrades including Start Date: 11/03/09 Fax: (626) 575-1095 Fax: 213-542-4515 site utilites and landscaping Finish Date: 04/15/11 Media and Communications Center NTD Architects Original Value: $ 1,129,000.00 San Bernardino Community College 955 Overland Court, Suite too Site & Bldg Concrete Work Total Value: $ 1,136,300.00 701 Mt. Vernon Ave. San Dimas, CA 91773 Category 3, Multi -Prime Start Date: 10/15/o8 San Bernardino, CA 92410 Contact: Jim Cordova Contract award Sched. Comp. Date: 02/24/10 Contact: Brian Jones 9o9-885-368o Phone: 909-450-218o Time Extention -0- of Tilden -Coil - Construction Manager Fax: 909-592-6153 Finish Date: 02/24/10 All DSA/Public works Project Completed in Last 8 years over 1 million. Owner Name and Architects Type of Work Contract value & dates Contact Person University Community Park Kishimoto Architects, Inc. Expansion and renovation of Original Value: $ 3,656,300.00 Phone: 949-724-6675 3002 Dow Avenue, Suite 1o6 Community Center with Total Value: $ 4,109,525.00 Fax: 949-724-6000 Tustin, CA 9278o full LEED Gold Compliance City of Irvine Contact: Joe Arias Start Date: 03/09/09 1 Beech Tree Lane Phone: 714-669-11o1 6,000 SF new construction Original Comp. o8/15/lo Irvine, CA 92612 Fax: 714-669-14711 3,800 SF renovation of Existing Time Extention -0- Contact: Pat Castro Finish Date: 07/16/10 Sun City Library Expansion JCJ ARCHITECTURE Original Value: $ 3,222,000.00 Phone: 951-955-1918 3838 Camino del Rio North Renovation of existing 5,000 SF Total Value: $ 3,786,565.00 Fax: 951-955-9505 Suite 361 library w/a 4,500 SF expansion Riverside County EDA San Diego, CA 921o8 Includes new scenic landscaping, Start Date: 01/19/09 1325 Spruce Street Contact: Raul Ramirez a Community Room, Children's Original Comp. 09/15/09 Riverside, CA 92507 Phone: 619-282-9922 area and public computer Time Extention 45 days Contact: Gabriel Martin Fax: 619-282-6678 access areas Actual Completion 11/30/09 Hesperia Fire Station WLC Architects New construction of a 18,5oo sf Original Value: $ 6,465,500.00 Phone: 760-947-8023 8163 Rochester Avenue fire station and apparatus room Total Value: $6,656,557.00 Fax: 760-947-5289 Suite too including kitchen, dorm rooms, City of Hesperia Rancho Cucamonga, CA 9173o administrative offices, day room, Start Date: 12/15/o8 8331 Caliente Rd Contact: Kelley Needham conference room. 5 acre site incl. Original Comp. 11/01/09 Hesperia, CA 92345 Phone: 9o9-987-ogo9 emergency generator and Time Extention 7 months Contact:, Mr. Barry Fox Fax: 9o9-98o-998o fuel tanks, and road improvements Finish Date: o6/o1/10 .,v......u..a uaa..aawaaua y v......... vu.,ua,., � vvvuua., a uw. w.,w vaub> +��....... ...... vaabauua . u•u.,. w .JaJ..,........... Phone: (626) 453-3790 135 W. Green Street 22 classrooms, teacher Total Value: $14,173,800.00 Fax: (626) 575-1095 Suite 200 workrooms, and restrooms. El Monte City School District Pasadena, CA 911o5 Start Date: o6/23/o8 354o Lexington Ave Contact: Chuong Ngo 2. New 15,000 SF Gymasium Sched. Comp. Date: 10/30/09 El Monte, CA 91731 Phone: 626-568-1428 Time Extention * 3 months Contact: Mr. Kris Olafsson Fax: 626-568-o826 3. Parking, site work, covered Finish Date: 01/23/10 waiting areas * Added track & field phase to our scope InIuMe nV11001 IN 0. a-uategory3 nulllid u-!Lull lid u-ul'd 1 X UUMAlul:l1V11 V1 d 11CW %ifirlildl vdluC: .p 4,033,VVV.VV Phone: 909-297-1100 37751oth Street Public Middle School Total Value: $4,829,150.00 Fax: 909-476=0592 Riverside, CA 92501 Our work consists of all Desert Sands Unified School District Contact: Roger Clark concrete work, flooring, Start Date: 05/14/o8 47-95o Dune Palms Road Phone: 951-684-4664 floor sealing, play ground Sched. Comp. Date: 12/30/2009 La Quinta, CA 92235 Fax: 951-684-6276 equipment, gate & fences Time Extention -0- Contact: Ledesma & Meyer Construction (CM) and athletic flooring Finish Date: 12/30/09 Charlie Arredondo All DSA/Public works Project Completed in Last 8 years over i million. Owner Name and Architects Type of Work Contract value & dates Contact Person California School for the Deaf DGS Architecture Dept Original Value: $ 5,765,000.00 Multipurpose / Activity Center CSDR-MAC Contruction of new single story Total Value: $ 6,233,556.00 Phone: 916-376-1643 707 Third St; Suite: 4-105 17,000 SF Multipurpose / Fax: 916-376-1641 W. Sacramento, CA 95605 Activity Center and full gymnasuim Start Date: 04/07/08 State of California, DGS Contact: Maria Gassoumis with telescoping bleechers. Sched. Comp. Date: 3/28/10 3044 Horace Street Phone: 916-375-4212 Construction was steel frame, * Time Ext. Granted: 74 days Riverside, CA 92503 Fax: 916-375-4196 stucco, with level 5 finish Finish Date: 06/14/10 Contact: Dave Edwards * Heavy rain delays at start of project John Glenn H.S. Expansion & Mod Jubany Archtecture New construction of two Original Value: $ 6,557,000.00 Phone: 562-863-2833 3951 Medford Street story Science building Total Value: $7,074,375.00 Fax: 562-863-2813 Los Angeles, CA 90063 Norwalk -La Mirada Unified School Dist. Phone: 213-625-7909 Library Modernization Start Date: 10/15/07 12820 S. Pioneer Blvd Fax: 213-625-0308 Original Comp. 01/30/09 Norwalk, CA 90650-2894 Contact: David Hopkins Self performed all building Time Ext. Granted: 15 days Contact: Mike Forys and site concrete work Actual Completion 02/15/09 Indio Teen Center WWCOT Architects New construction a one Original Value: $ 6,950,600.00 Phone: 760-391-4005 49 S. Farrell Drive story multi -use building Total Value: $ 7,368,535.00 Fax: 760-347-5741 Suite C-203 including office spaces, City of Indio Palm Springs, CA 92262 lunch room with kitchen Start Date: 07/05/07 loo Civic Center Mall Phone: 760-969-4433 & multipurpose room. Original Comp. 04/30/08 Indio, CA 92201 Fax: 760-320-9336 12,500 SF Time Ext. Granted: 90 days wuLau:Mal&nuuui�& wuiaUL. nevuiruuica 1Auuaiw1111Jieuu11 u//31/uo TeWinkle Middle School Gymnasium GKK Corporation Construction of new Original Value: $ 4,485,600.00 Phone: 714-424-8956 20411 S. W. Birch St, # 300 Gymnasium, shower room Total Value: $4,588,580.00 Fax: 714-424-8951 New Port 9266o and locker room Newport -Mesa Unified School District Phone: 949-250-1500 Site Concrete to include Start Date: 08/27/07 2985-A Bear Street Fax: 949-955-2708 all ADA upgrades Original Comp. 07/03/08 Costa Mesa, CA 92626 Contact: Jeff Fuller Time Ext. Granted: 38 Days Contact: Samir Shah Actual Completion 08/10/08 Estancia High School Stadium PJHM Architects New construction of a Original Value: $ 6,400,000.00 Phone: 714-424-8950 642 Camino De Los Mares sports staduim including Total Value: $6,666,305.00 Fax: 714-424-8951 Suite 201 a track, football field, Newport -Mesa Unified School District San Clemente, CA 92673 consession stands and Start Date: 05/12/07 2985-A Bear Street Phone: 949-496-6191 bleechers Original Comp. 05/26/08 Costa Mesa, CA 92626 Fax: 949-496-0262 Finished 3 weeks -0- Contact: Bonnie Martin or Bruce Cox Self performed all building Actual Completion 04/15/08 auu bILV wut;icLc wur& All DSA/Public works Project Completed in Last 8 years over i million. Owner Name and Architects Type of Work Contract value & dates Contact Person Heritage Community Center John Bates & Associates New construction of a one Original Value: $ 3,88o,000.00 Phone: 213-268-1722 22952 Mill Creek Drive story community center Total Value: $ 4,176,755.00 Fax: 909-350-7691 Laguna Hills, CA 92653-1214 including a banquet room, City of Fontana Contact: John Bates offices and kitchen Start Date 2/8/2007 7200 W. Liberty Parkway Phone: 949-455-9301 10,352 SF Original Comp. 05/1o/o8 Fontana, CA 92335 Fax: 949-455-93o8 Finished 2 month -0- l.Vlll CL: J1111111y JV11CD t1L;LUal l.V111PIUL1V11 V6/l'JI VO A.B. Miller H.S. Stadium WLC Architects, Inc. Original Value: $ 3,88o,000.00 Phone: 951-955-9056 1047o Foothill Blvd Construction of new Total Value: $ 4,176,755.00 Fax: 951-955-6686 Tower Suite Fontana Unified School District R. Cucuamonga, CA 91730 Football Stadium Complex Start Date 12/16/2007 968o Citrus Ave. Phone: 909-987-0909 Sched. Comp. Date: 6/15/20o8 Fontana, CA 92335 Fax 9o9-98o-998o Time Ext. Granted 15 days Contact: Peter Souder Contact: Don Rice Finish Date 6/30/2oo8 Wooderest Library, Riverside HMC Architects Original Value: $ 5,o86,600.00 Phone: 951-955-9056 3270 Inland Empire Blvd New construction of a one Total Value: $5,245,683.00 Fax: 951-955-6686 Ontario, CA 91764-4854 story library. io,000 SF County of Riverside, EDA Contact: Christopher Lawrence Start Date: 09/25/o6 1157 Spruce Street Phone: 909-989-9979 LEED Certified Original Comp. 07/31/07 Riverside, CA 92507 Fax: 909-483-1400 Time Ext. Granted 95 days contact: woria rerez Hctuai uompieuon 10/31/07 Wolf Creek Fire Station, Temecula STK Architects Phone: 951-694-6411 42095 Zevo Drive, Suite A15 One story, 7,500 SF steel Original Value: $ 3,591,000.00 Fax: 95i-693-3929 Temecula, CA 92583 frame Dresden wall system Total Value: $ 3,650,041.00 City of Temecula, Public Works Dept Contact: Tony Finaldi Plaster & stone veneer Start Date o8/26/o6 432oo Business Park Drive (951) 296-9110 exterior. Site improvement Sched. Comp. Date: 09/01/07 1 emecula, uH 1Q 1l xaLV11G Emau: innamiLsminc.com anu ruei tanxs rinlsneu 3 monuis early 1'1111on1 aLG VV/Vl/V/ 1�V11LQL.L. ivies S.W. Communities Animal Shelter Holt Architects Animal Shelter and surrounding Riverside County EDA 70225 Hwy 11i, Suite D facilities including surgical rooms Original Value: $ 8,295,000.00 33751 Mission Trail Ranco Mirage, CA 92270 holding wards, exercise rooms, Total Value: $ 9,175,150.00 Wildomar, CA 92595 Contact: Tom Howell exercise courtyards, classrooms, Contact: Nahid Selbe Phone: 760-328-528o socialization rooms and Start Date: 01/05/09 Phone: 951-955-4728 Pax: 951-955-4828 Yax: 760-328-5281 visitor galleries Finish Date: 09/24/10 Roosevelt Elementary School, Bldg H Thomas Blurock Architects New construction of a Original Value Phone: 626-451-5400 720 W. 17th Street, Unit C Single Story Multi -purpose Final Contract $2,797,000.00 Fax: 626-451-5494 Costa Mesa, CA 92627 Building, 7,300 SF San Gabriel Unified School District Phone: 949-646-9373 with kitchen, stage and Start Date: o1/o6/o6 4o8 Junipero Serra Drive Fax: 949-650-1262 open wall system Original Comp. 01/01/07 San Gabriel, CA 91776 Contact: Barbara Heltonberg Time Ext. Granted 75 Contact: Bill Gile Actual Completion 03/15/07 All DSA/Public works Project Completed in Last 8 years over i million. Owner Name and Architects Type of Work Contract value & dates Contact Person Merwin Elementary Modernization KPI Architects Modernization of an Original Value: $ 6,541,400.00 Phone: 626-974-7000 650 E. Parkridge Avenue Elementary School Total Value: $7,802,675.00 Fax: 626-974-7032 Suite 105 . Approx. 30,000 SF Covina Valley Unified School District Corona, CA 92879 Start Date: 11/30/04 51g E. Badillo Street Phone: 951-270-2979 Sched. Comp. Date: 5/5/2oo6 Covina, CA 91723 Fax: 951-270-2947 Self performed all building Time Ext. Granted 10 Days k,U11LdGL: 1JdVC Od111UC1JV11 1-UII UL; iMAU 171LC d11U J1LC WHUICLC WUfK r1111J11 1JdLC: Ubl UJI VO U.C. Riverside Alumni & Visitors Center HMC Architects Two story, 13.790 Sq Ft. Original Value: $ 5,008,200.00 Phone: 951-827-4201 3270 Inland Empire Blvd facility with offices, board Total Value: $5,332,527.00 Fax: 951-827-3890 Ontario, CA 91764-4854 room, meeting rooms, Regents of U.C. Riverside Phone: 909-989-9979 dining room, kitchen and Start Date: 04/i7/o6 3615 Canyon Crest Drive Fax: 909-483-1400 library for UCR alumni Original Comp. 04/16/07 Riverside, CA 92507 Contact: Mike Gosslin Time Ext. Granted 125 Days Contact: Darius Maroufkhani Self performed all building Actual Completion o8/17/07 Fire Station 14, Riverside RRM Design Group Original Value: $ 3,58i,000.00 Phone: 951-826-5649 31831Camino Capistrano,Ste.200 One story, 7500 SF Total Value: $3,618,426.00 Fax:951-826-5744 San Juan Capistrano, CA 92675 wood frame with plaster City of Riverside, Redevelopment Dept Contact: Tom Morray and brick veneer. Start Date: 04/17/o6 3900 Main Street Phone: 949-488-0933 Site improvements and Sched. Comp. Date: 5/30/2007 Riverside, CA 92522 Fax: 949-488-0316 fuel tanks Time Ext. Granted 29 Days Contact: Robert Wise Finish Date: o6/29/07 Chaffey Education Excellence Center Fields & Devereaux Architects Two Story office building Original Value: $ 5,277,600.00 Phone: 9o9-652-6702 5150 Wilshire Blvd with conference center and Total Value: $5,554,572. 0 0 Fax: 9o9-652-6704 Los Angeles, CA 90036 media rooms Chaffey Community College Phone: 323-965-7444 147350 S.F. Start Date: 01/23/o6 5885 Haven Ave. Fax: 323-965-7445 Original Comp. 02/o8/07 Rancho Cucamonga, CA 91737-3002 Contact: Terrance Lawrence Self performed all building Time Ext. Granted 115 days Contact: Michael Jung and site concrete work Actual Completion o6/o1/07 McKinley Elementary School Thomas Blurock Architects 22,000 SF, Two Storey Original Value: $ 5,358,000.00 Phone: 626-451-5451 720 W. i7th Street, Unit C Classroom Building Total Value: $5,379,450.00 Fax: 626-451-5494 Costa Mesa, CA 92627 San Gabriel Unified School District Phone: 949-646-9373 Start Date: 06/01/05 408 Junipero Serra Drive Fax: 949-650-1262 Self performed all building Sched. Comp. Date: 09/24/o6 San Gabriel, CA 9i776 Contact: Barbara Heltonberg and site concrete work Finished 9 Days E -0- Contact: Bill Gile Finish Date: 09/15/o6 All DSA/Public works Project Completed in Last 8 years over 1 million. Owner Name and Architects Type of Work Contract value & dates Contact Person LBCC New Child Development Center WLC Architects, Inc Construction of 4 new Original Value: $ 5,750,000.00 Phone: 562-938-4215 1047o Foothill Blvd. classroom buildings Total Value: $5,814,630.00 Fax: 562-938-4544 Tower Suite Approx. 20,000 SF Long Beach Community College District Rancho Cucamonga, CA 91730 Start Date: 11/15/04 1305 E. Pacific Coast Hwy, Phone: 909-987-0909 Original Comp. 11/18/05 Long Beach, CA 9o8o8 Fax: 9o9-98o-998o Self performed all building Time Ext. Granted 12o Days Contact: Sandy Mathis Contact: Rick Legere and site concrete work Actual Completion 03/17/o6 Revere High School Expansion & Mod MPAG Architects Construction of two new Phone: 714-224-6igo 1818 W. Chapman Ave 2 storey classroom buildings Original Value: $ 12,442,620.00 Fax: 714-692-2182 Suite J and modernization of Final Value: $ 12,6589038.50 Anaheim City School District Orange, CA 92868 three existing classroom 1411 S. Anaheim Blvd. Phone: 714-930-1042 buildings. Start Date: 01/05/04 Anaheim, CA 92805 Fax: 714-939-1946 Contact: Miltos Varkatzas Contact: Lynn Merrick Full site / campus upgrade Finish Date: 12/15/05 Irvine High School Gymnasium HMC Group Construction of new Original Value: $ 5,784,000.00 Phone: 949-936-5322 3270 Inland Empire Blvd. Gymnasium and Final Value: $6,175,301.00 Fax: 949-936-5329 Ontario, CA 91764 addition to existing Irvine Unified School District Gym Building Start Date: 01/02/04 14600 Sand Canyon Ave. Phone: 909-980-8058 Irvine, CA 92618 Fax: 909-8558 Finish Date: 09/15/05 Contact: Lloyd Linton Contact: Tom Hunter All DSA/Public works Project Completed in Last 8 years over i million. Owner Name and Contact Person Architects Type of Work Contract value & dates I.E. Transportation Management Ctr GMJM H&N 43,000 SF Cal Trans & CHP Original Value: $ 20,5o6,000.00 State of California, DGS 999 Town & Country Road Communications & control hub Total Value: $ 21,474,665.00 707 Third Street, 3rd Floor Orange, CA 92868 facility with Structural Steel Bldg W. Sacramento, CA 95605 Contact: Tom Grant with sizemic isolation and extensive Contact: Rafat Alafranji Phone: 714-567-2639 electrical & low voltage systems Phone: 916-716-3550 Fax: 714-543-0955 Start Date: 02/09/09 Fax: 503-214-9311 LEED Gold Finish Date: 05/31/11 Lease- ease ac Arroyo High School Growth Project Gonzalez / Goodale Architects 1. 40,000 SF new two story classroom Original Value: $199994,687.00 El Monte Union High School District 135 W. Green Street building w/ teacher workrooms Total Value: $ 19,994,687.00 3537 Johnson Ave. Suite 200 2. Additions to Library and Admin bldgs El Monte, CA 91731 Pasadena, CA 91105 3. 32,000SF renovation/modernization Contact: Mr. Tony Ortega Contact: Chuong Ngo of existing library bldg & science bldgs Phone: (626) 444-9005 Phone: 626-568-1428 4. Full site renovations including utilities Start Date: 11/16/10 Fax: 626-568-o826 and landscaping upgrades to sports fields Finish Date: 07/30/11 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ►0 11 ;° :�; ►i For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume I, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Ngb'er One, dated Septe er 30, 2014, R. C. Construction Services, Inc. Company Name By'Robe�V Clapper - President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dated q,90er 03, 2014. R. C. Construction Sen4ces, Inc. Company Name y___rt W. Clapper - President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO UPDATE For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Numbers ,dated 0 ober 07, 2014. R. C. Construction Services, Inc. G Company Name BY Rob - % Clapper - President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Thred—,dated SYctober 07, 2014, R. C. Construction Services, Inc. 20 . Clapper - President All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Th.�ee-,-d-ated C3cAer 09, 2014. R. C. Construction Services, Inc. Com ny Name Octpober 14, 2014 pper - Date ' All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. THE AMERICAN INSTITUTE OF ARCHITECTS A1A- Document A 10 POND # 10142014 KNOW ALL MEN BY THESE PRESENTS, that we ROEERT CLAPPER CONSTRUCTION! SERVICES, INC. DBA R C CONSTRUCTION SERVICES 2223 N. Locust Avenue Rialto, CA 92377 (Here insert full name ,and address or legal title of Contractor) as Principal, hereinafter called the Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYI-.AND 225 South Lake Ave., Ste. 700 Pasadena, CA 911 101 (`:.sere insert full name ,and address or legal title of Surety) a corporation duly crganizzed under the iaws of the 5;ate o-f as Surety, hereinafter called the Surety, are Held and firmly bound :into CITY OF HUNTINGTON BEACH 20001llain Street Huntington Beach, CA 92648 (Hers insert fuil name ,and address or legal title of owner) as Obligee, hereinafter called the Obligee; in the surd of Ten Percent of Amount SW ----„ Dollars ( $ 10.00% ), for the payment of which sum well and truly to be rn4de, the said Principal and the said Surety, bird ourselves, our heirs, executors, administrators, successors and assigi os, Jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a. bid for HUNTINGTON BEACH SENIOR CENTER (rigrs insert foi name. address and description of grcjeet) NOW, THFFREFQR E, if the Obligee shall aczapt the bid of the Principal and the Principal shall enter into a Contract with the Obligee in iaycordance with the terms of such bid and give such, b--nd or borid§ as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of auch Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty Hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid then this obligation shall be null and void, otherwise to remain in gull force and effect. Signed and sealed this 9th day of Octobaa-' 2014 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of San Bernardino On October 14, 2014 before me, Marie J. Updegrove, Notary Public, personally appeared Robert W. Clapper, who proved to me on the basis of satisfactory evidence to be the person(s) whose name() is/are subscribed to the within instrument and acknowledged to me that he/sheAhe executed the same in hisn,e�%e authorized capacity(ies), and that by his/hen4heif signature(s) on the instrument the person(s), or the entity upon behalf of which the persons) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. _ MACOoMM. UPDEGROVE rrnn . # 2052408 rrnn NOTARY PUBLLC- CALIFORNIA U! RIVERSIDE COUNTY MY COLiLi. EXP. JAN. 13, 2018 h fff Signature✓/'l J�� (Seal) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of ORANGE On OCTOBER 9, 2014 before me, TENNIFER C. ANAYA, NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared YUNG T. MULLICK Name(s) of Signer(s) 4gFf`f �� Thc� JENNIFER C. ANAYA NOTARY PUBLIC-CALIFORNIA X ORANGE COUNTY U) C4UFO' y MY COMM. EXR MAY 2, 2016 Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the personM whose narneM is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in hisAWNfOXauuthorized capacity(ies), and that by his/btu signatures on the instrument the persono� or the entity n beha of which the persong acted, executed the ins ur ent. I certify under PEN A OFTfregoing JURY under the laws of the State of Caiiforn' that t e paragraph is true and correct. n Witness my hayid and Signature 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. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: _ Ca0acity(jes) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s):_,._ ❑ Partner —❑ Limited ❑General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s); [] Partner — ❑ Limited ❑General ❑ Attorney in Fact Trustee ❑Guardian or conservator ❑ Other: Signer Is Representing: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by THOMAS O. MCCLELLAN, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Yung T. MULLICK, James W. MOILANEN and Jennifer C. ANAYA, all of Mission Viejo, California, EACH its true and lawful agent and Attomey-in-Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 3rd day of June, A.D. 2013. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND oSALv.DUO, 4ft 4..�� ' �j`•+.......: tel: Assistant Secretary Vice President Eric D. Barnes Thomas O. McClellan State of Maryland City of Baltimore On this 3rd day of June, A.D. 2013, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly swom, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn, Notary Public My Commission Expires: July 14, 2015 POA-F 012-0025 City of Huntington Beat 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 Sinanian Development, Inc. 18980 Ventura Blvd., #210 Tarzana, CA 91356 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, JF:pe Enclosure Sister Cities: Anjo, Japan ® Waitakere, New Zealand ^ t,- SINANIAN Construction • Development- Management - 18980 Ventura Boulevard, Suite 200, Tarzana, CA 91356 ............................................... ........................... ................................................. TEL 818.996.9666 1 FAX 818.705.7914 1 www.sinanian.com To: "SEALED BID" For HUNTINGTON BEACH SENIOR CENTER In The CITY OF HUNTINGTON BEACH "DO NOT OPEN WITH REGULAR MAIL" DELIVER TO THE OFFICE OF THE CITY CLERK 2000 Main Street, 2nd Floor, Huntington Beach, CA 92648 I :`,b-v 2114 OCT 14 PM 1: 56 CITY CLERIC C17' Y OF HUNTINGTON BEACH f SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 ` y If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond for 10% in the amount of which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No.AJ _-:;_Date Received Bidders Signature - 1 October 1, 2014 2 October 6, 2014 2-UPDATE October 7, 2014 3 October 8, 2014 4 October 9, 2014 71 C-2 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 41_ For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANTS —ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume I, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Number One, da September 30, 2014. c _ Sinanian Development, Inc. dba Sinanian Company Name By October 1, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, datfq October 03, 2014. Sinanian Development Inc dba Sinanian Company Name By ` October 6 2014 / Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLAINS — ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Number Two, dated. , October 07, 2014. Sinanian Development, Inc. dba Sinanian / Company Name By October 7, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 JOSE tom; For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH li7 11r[! Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Three, X October 07, 2014. Sinanian Development, Inc. Company Name By October 8, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, Oatpd October 09, 2014. Sinanian Development, Inc. dba Sinanian CL�� Company Name By October 9 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: Sinanian Development, Inc dba Sinanian B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1. &(4een AJIio �k/o kna(rep e' L cigV us Dollars (s ��,� 2g8, oov o o ). 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [101 ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constitutingfive percent (5%) of the Base Bid amount above: rc � weAl, ecg�-[-Boifarrs C-3 i B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this 14th day of October , 2014. Submitted By: Sinanian Development, Inc dba Sinanian (Name of bidding firm or corporation) Authorized Signature: (Handwritten signature) Signed By: Sinan Sinanian (Type or print name) Title: President (Owner/Partner/President/Vice President) Witness By: W04-A (Handwritten signature) Attest: De. e (Handwritten signature) U By: Michelle Gilbuena (Type or print name) Title: Assistant Secretary (Corporate Secretary or Assistant Secretary) Street Address: 18980 Ventura Blvd, Suite 200 City, State, Zip Tarzana, CA 91356 Phone: (818) 996-9666 License No.: 455273 Federal ID No.: 95-3815006 (Affix Corporate Seal Here) C-5 3 State of California County of Los Angeles On October 14, 2014 before me, Harry Hamparsoumian (Insert Name of Notary Public and Title) personally appeared Sinan Sinanian who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. t Signature-- —�— (Seal) HAMPARTSOUM A. HAMPARSOUMIAN Commission # 2081476 Notary Public • California z Los AV* County MW COM Ea"Oct 16 2010 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec Sec Name' and Address of State Class Dollar % of # Subcontractor License Amount Contract' Number 300 n Earthwork C12 3��g1K 306 Underground p "'��`5"�Z Utilities ��S;,Qc��-S ,Te�c• PG3Q 308 G�^ero �i"^ 1a^AC4zPe Landscape and Irrigation i�L/yv 70070 G27 C-6 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 03301 Concrete Work G2� 05100 Structural Steel A 1 ' �4®� ► �� C,�gO p� 0� 06100 Rough Carpentry 444+4 �'�• 96Z' Z S. S • � �� rig Aleoww.lk f :I-,(. �'• (60 C-% S` Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number 07410 Manufactured Metal Roof 55 Panels; 0-1600 rr L .1 1r- • I � / ff 07520 Modified Bituminous Membrane Roofing Ne��ekJ (A&r�w�c2'I V/6a C-8 0 0q?'Ot Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number 08410 Alumnimum Storefront and Glazing Sys 08810 Glass and Glazing, IV luqinvh W&II 09251 Gypsum Drywall & Framing �Skoo 09300 Ceramic Tile q� / I �p�'"'� ��Du� AO Ar@-14raI (,erlo� C-s M Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number 09650 Resilient a2a�J `,lMaQ Con,� �I>n, Floorig M *or, 09900 Painting 13930 Automatics Fire Sprinkler �C- �eclk'pr, 15440 Plumbing Io y Fixturest C-8 01 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 15782. Rooftop Heating & Cooling Unit ` d �J-ffv-,5, nSkr�`� �` �r ?�t711 16010 Electrical C-8 M Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 14th at Tarzana CA Date City State Sinan Sinanian being first duly sworn, deposes and says that he or she Is President of Sinanian Development, Inc dba Sinanian the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Sinanian Development, Inc, dba Sinanian Name of Bidder Siahatdre of Bid"der 18980 Ventura Blvd, Ste 200, Tarzana, CA 91356 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: October 14, 2014 Sinanian Development. Inc. dba Sinanian Contractor By President Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? El Yes ® No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: October 14, 2014 Sinanian Development, Inc. dba Sinanian Contractor President Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Sinanian Development Inc dba Sinanian Bidder Name 18980 Ventura Blvd Suite 200 Business Address Tarzana CA 91356 City, State Zip ( 818 ) 996-9666 Telephone Number 455273 A,B State Contractor's License No. and Class 04/12/1 984 Original Date Issued 0 /30/2016 Expiration Date The work site was inspected by Jon Diancin of our office on September 18 , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: 16M C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. CompanVjNarne Sigr&u&,& Bidder Printed or Typed Signature Subscribed and sworn to before me this 14th day of October , 2014 NOTARY PUBLIC SeQ i� C-15 e. ►TARY SEAL 0 State of California County of Los Angeles On October 14, 2014 before me, Harry Hamparsoumian (Insert Name of Notary Public and Title) personally appeared Sinan Sinanian who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. t Signature{ (Seal) LNAMPARTSOUM A. NAMPARSOUMIAN Cononisalon i 2081476 Z • "� Notary Pubiio • California Z Los Angeles County D MExpires Oct 10, 2018 EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be a graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 l b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A. Successor Agency to the Community Redevelopment Agency of the City of Compton Name and Address of Public Agency Name and Telephone No. of Project Manager: David Sonderegger, 310-820-6661 dsonderegger@loweenterprises.com $9,752,000 New construction of senior center and landscaping 4/28/14 Contract Amount Type of Work Date Completed 30,000 SF Building Square Footage Provide additional project description to show similar work: The Compton Senior Activity Center encompasses 30,000 square feet on a 40,000-square-foot site and features meeting rooms, banquet halls, office space and a kitchen to accommodate users. It also features a computer lab, exercise room, music room, and other amenities. B. _Los Angeles Community College District West LA College Name and Address of Public Agency Name and Telephone No. of Project Manager: Robert Miller, 206-890-9891 $42 888 000 New construction of student services and general classrooms building 2/1/12 Contract Amount Type of Work Date Completed Two buildings = 94,000 SF Building Square Footage Provide additional project description to show similar work: The Student Services Building has a full service cafe, bookstore, and the following offices: Disabled Students Programs Services (DSPS) Counseling,- ounseling Admissions and Registration, Extended Opportunities Programs and Services (EOPS), Assessment/ Matriculation Center, Financial Aid, Meeting Rooms, Transfer Center, and Career Center. C-17 C• Los Angeles Community College District LA Mission College Name and Address of Public Agency Name and Telephone No. of Project Manager: Walter Bortman, 818-364-7800 $36,888,888 New construction of Culinary Arts Institute and Student Center 2/10/11 Contract Amount Type of Work Date Completed 73,000 SF Building Square Footage Provide additional project description to show similar work: The new 73,000-SF Culinary Arts Building & Bookstore provide classrooms and laboratories to service the Culinary Arts department. It also houses the campus dining facilities. The three-story building is comprised of partial basement level and two additional levels that include eight lecture classrooms with distance learning capabilities, State -of -the -Art preparing and cooking demonstration lecture classroom, six specialty food service laboratories inclusive of a butchera , pantry lab, baking lab, pastry lab, multi -station kitchen lab, and dining presentation classroom. C-18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to -the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. Inn Diancin Name of proposed Project Manager Telephone No. of proposed Project Manager: (818) 644-1993 Costa Mesa HS Performing Arts Center, $12,655,000 New construction of a 25,000 SF Performing Arts Theater October 2014 Project Name & Contract AmountType of Work Date Completed WLAC General Classrooms & Student Services Bldg, $42,888,000 100,000 classroom building and student services building August 2012 Project Name & Contract AmountType of Work Date Completed WLAC Science & Math Bldg Complex, $37,640,555 88,000 SF instructional laboratory and classroom building February 2011 Project Name & Contract AmountType of Work Date Completed 2. Frmond Mirzakhanian Name'of proposed Superintendent Telephone No. of proposed Superintendent: (818) 300-6224 Costa Mesa HS Performing Arts Center, $12,655,000 New construction of a 25,000 SF Performing Arts Theater October 2014 Project Name & Contract AmountType of Work Date Completed . LAMC Culinary Arts Institute, $36,688,888 New construction of a 73,000 SF three-story Culinary Arts Institute and Campus Bookstore June 2012 Project Name & Contract AmountType of Work Date Completed Alhambra Civic Center Library, $27,960,000 New construction of a 45,000 SF Library and Subterranean Parking September 20_08_ Project Name & Contract AmountType of Work Date Completed D-19 BID BOND KNOW ALL BY THESE PRESENTS, That we., SINANIAN DEVELOPMENT, INC. of 18980 VENTURA BLVD. #210 TARZANA, CA 91356 as Principal, and ARCH INSURANCE COMPANY (hereinafter called the Principal), (hereinafter called the Surety), as Surety are held and firmly bound unto CITY OF HUNTINGTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars ($ 10% for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and, severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION 1S SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for HUNTINGTON BEACH SENIOR CENTER NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faithful performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect. Signed and sealed this 8TH day of OCTOBER S I NAN Witness Witness , 2014 ELOPMENT, INC. (Seal) Princioal iRre �.J"' -� Title ARCH INSURANCE COMPANY ByKEVIN VEGA,Atto; pep ir,-Facr — AIC 0000128675 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. Thrs=-Poure�of A1tgmey limits the acts ofj those name h''erein, and the hair ro of r r bind the Company except in the ami er nd-tort�ee extent herein stated I; Not�l va'lid'f&Mortgage, Note na Leger —a€ wit, Bank Deposit, Currency Rate, - Rate or Residential Value Guarantees. POWER OF ATTORNEY — J - = ''jll'l IIII i1�'� I�III i ligi Iiiil, Knaw All Persons -_By These Presents - - — 9IIIr'I� That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinafter referred to as the "Company") does hereby appoint: Il;,q � II ' dIl IIII BntffiOhnstansen radon H. Smith,,;l � euin Ve(lal'l I�yrnla S ith and Philip omega o Coanas�WEACH) - its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Ip , Any_and all bonds undertakings, rec�co n�an t e7 rety obligations;, nh l 1 enal Sum not exceeding Ninety Million Dollar_-s-($90,000A00.©Q) ai MlI��. This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. TheFutre of s_h bonds, undertakings, I,reconiza'ri'ce' and other surety obligati pace of these presents shall be`_as d �i,1,11q' !1 —_ 6rfing Waf ttie said Company as fullyr,., and �Il amply I c,li, 'all intents and r os WIs_ h�same had been duly executed and = cc{=oowtedg Wff regularly elected, officers at its principal administrative offirWn Bey (MiIT e Jersey. -_ This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September 15, 2011, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secreta rY as being in full force and effecter R 1q li I' VOTED That the Chairman of the and k�e Jes_ea or the Executive Vice IPresidgpt fdrI aiilylll'Senior Vice PresTdenf oithe Sura_ty --Business Division, or their appointees-c esignated in writing and filed with the"111"Secrefary, or the Secretary shall have=the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to execute on behalf of the Company, and attach the seal of the Company thereto, bonds, undertakings, recognizances and other suretMlaA4 ptions obligatory in the nature thel,eof, pnd any such officers of the Com m �a appoint agents for acceptance of-, �- 'I a ii II I'bj�i 4 I, hill i III Ali ;II — _ — il���l— �IPs over of Attorney is signed, sealed and' certified by facsimile under an by aut rity of the following resolution -adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: VOTED That the signature of the Chairman of the Board the President, or the Executive Vice rresident, or any Senior Vice President of the Surety Business Division, o th t€ paintees _ ated in writingli alnd l,',lledl',iwit;l t Ie Secretary, and the srgnaU o��he= II jl Secretary the seal_of the Company=-arrtifiea#ioh Secretary, may be' a ized Iby Ifaciinile on any powerioey�r ld q.i Iill l 161'III ,executed pursuant -to the resolution�pt& tI ee=`B d of Directors on'SepteMber 15!I2011, and any such pier sd� ecufed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. Ilq I '"''ll IIIIi�i IIII' glh __ OOML0013 0003 03 Page 1 of 2 Printed in U.S.A. CALRIFORNIA ALL-PURPOSE . .KW�ltci9.'.viKci{✓Gi-0 aiY_Q4RH9LaSG��✓4_'^v+' _ ' .�iL-i�tfr�l:`-' a�Lr+9.r�av W _ vSLCt �7. �T. �.9L� State of California County of Los Angeles On 10/08/2014 before me, Philip Vega, Notary -public Oete Here Insert Name at)d Titta of I o Ofter personally appeared KEVIN VEGA Nsmo sj al Slclncr(c) r who proved to me on the basis of satisfactory evidence to be the person(/�) whose names) is/ire subscribed to the within instrument and acknowlea - me that he(�{t6�tl/tf executed the same in hid/ V /44�Eir authorized capaorty(�ds), and that by hid/h/e�Heir signatA(s) on the PHiL�P VELA instrument the person(g), or the entity upon behalf of N COMM. 1 EG, to the personM acted, executed the Instrument. H NOTARY PUBLIC • CALIFORNIA o LOSANCEL ti'/COMM. EaplresMAY3esMAY31,2g16 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official Signature Placo Notary Seal Above Signature Iry ub1 — - OPTIONAL Though the information below is not required by law, It may prove valuable to persons relyng h Mont and could prevent fraudulent removal and reattachment at this form to another docu ent, Description of Attached document Title or Type of Document: Document OatE: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(8) Signer's Name: Signer's Name:_ ❑ Individual ❑ Individual ❑ Corporate Officer --Title($): ❑ Corporate Offlcs r—Title(s): ❑ Partner -- 0 Limited ❑ General _ _ ❑ Partner --- ❑ Limited ❑ General _ ❑ Attorney in Fact ❑ Attorney in Pact F1 Trustee Top of thumb nele n Trustee Tap of thumb here ❑ Guardian or Conservator Q Guardian or Conservator ❑ Other: ❑ Other: Signer Is Representing: Signer Is Representing: Z02007NetlmalNowyAeandatlbri-9350DoSolo Avo„ PC, Box 2402&Chamworlh.CA91313-2a02+www,NallonatNotaryorg Ilemh5907 Roordrjr.CaliTofl-Reel-800-878.8e27 State of California County of Los Angeles On October 14, 2014 before me, _Harry Hamparsoumian (Insert Name of Notary Public and Title) personally appeared Sinan Sinanian who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 1 Signature (Seal) HAMPARTSOUM A. HAMPARSOUMIAN Commission # 2081476 i Notary Public • California Lot Anelos County Conunn. Wires Oct 10, 2018 City ®f Huntington each 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 T.B. Penick & Sons, Inc. 15435 Innovation Drive, Suite 100 San Diego, CA 92128 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sister Cities: Anjo, Japan ® Waitakere, New Zealand , 15435 Innovation Drive �'� Tr�rJ " x r s a s av erg" Suite 100 TR P DIY K San Diego, CA 92128Ir ®NSrN�'pvTC. .t• s+'•ti v "wig'�L Y_ s'}� r t• 9r,£"' . Ni£ ¢fa ''alb rs-� &-."xgS`,d . k� .r+ s �•s ta3' �p a Callfomia • Ohlo • Nevada - New York 1gi a+ "3 >•'{ SEALED BID fi � � -2 FOR t HUNTINGTON BEACH SENIOR CENTER IN THE Y lffcr`r^r,3h i r aIV �r tf ? aI CITY OF HUNTINGTON BEACH - DO NOT OPEN WITH REGULAR MAIL'_ col r6V .* x `m',.—.}p r @- '."`..•o%,.x - P �dE ,,< - y ^' '�'} eKr,z�� d e &'C r ,+ '�E a ,� �5•� V1,2'r' ., t" ,•��+ _ f-�y:. +`2 Jsi'o " . r- x _ ,,• - a _;k rs -t s & �xg1t" �Ta-.srrsr-sJ�r� s} w 4p r �.. a2€r' 4 ? �. yg 'f - 3 r '� ram•. ia-i -,�. a F4 i `• ;-*:' �'' tiN: '^5h v, 't �' .x•x 'v` 'r t s "'rt' - r 'S a", -- a.� - ❑ttrF <`°' ,qY +'" 4-'',.9ad. 9� '#% e �y"4'ixr'tr�,'i+r _ y,X ,7 " ht a"- n '' ,'>,. .>"•}'d€v stray rs ty�aar -" &') `•'t =^L. , Z +t .p '�'y {+� y ,' ,..'�xf ' °' " ` 4" ' - kes•r S .z €1` F y„ ., *., ,'r_ � qt 1 „'.4. •�'," �',ito �, ' a a ' .4 "�f. t'1k, ., 4 "! ?zt3 ` ss"^.p `'? , fc�� 17 .ts'€ - . ;p 14U-i,Lc.' i' -Y.4t4' ,.„n , ; }a x'°+ a ,�? y . '.,,,�,,.,, �,1•km � - _ F Fk �+c` '' "a ,s,,.,, �, x�" y` �$ sari i. �, , " c� w-f . - . y' h 3 t' A& HV-z ,, ,r1•, Y/�`�at. _<.-.a`w&�y,9 $� �,-w,� t`�",�"au,J' s.$ r-�'�' { iT .et'i�-rat'"4±`u e irxc_''" a:.,"` F b Mm a,, r -s',� # r iA',F.,�y`�� f-Yr'rcC`aa`','i m'. >•&2-n' 5 :s y. 1�,r"'s ` k `w. - } ,r**'x o J' • {s. - mot...+ " N .. xr x"„ ,s }'� '" s ,r -'�' "' l "• ,J { a. s a� r z ".:G c � fu�'^4 ?'' „a "` x . s -a✓ L Am fir° { „ `+' `2s 'id";: dN'"•� #' Y r TVT T �,�,- " V. 7b`'+'es`'.` , r.'�m t'�,. �z� NI II�l �.s z � s '`'"� b � ��t � �h � r x�"i s 1�'`'` a�,�, � y�� }�• � 's� i r � � �i`X �� 'r-t� a�' � y 'i �i '" ?w'` '� ge, , SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantitiesoset forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond fors o % If as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda Date Received Bidder's Signatu e No. 1 09/30/2014 2 10/03/2014 3 10/07/2014 4 10/09/2014 C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: T. B. Penick & Sons, Inc. B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1. f4f-lErN t.AkV%_t0N V70uQ- 'Ce-cow Dollars 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1. p-tit van % L_,.«N V,wE-kkjNovx,-P (;uv9 ­tv wcp Dollars ($ 11 Soy I A00 C-3 B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 City of Huntington Beach Business License 714 536-5267 FAX 714 536-5934 Lori Ann Farrell Director of Finance T B PENICK & SONS INC 15435 INNOVATION DRIVE #100 SAN DIEGO CA 92128 Dear Business Owner: P.O. Box 190 California 92648 Thank you for your payment. Attached is your City of Huntington Beach Business License. Please note that approximately one month prior to the license expiration date, you will be mailed a renewal notice for the coming year. If for any reason your renewal notice does not arrive, you are still responsible to renew and pay your business license amount prior to the expiration date. You will incur penalties if this payment is not received by the expiration date. Please post the business license in public view. If you do not transact business from a fixed location within the city, you must carry this license with you at all times. Your business vehicle should also carry this license, and the license plate number of the vehicle(s), if applicable, should match the one on the business license. Please notify Business License if there are any changes of ownership, address, business name, business vehicle, or type of business conducted. Additionally, please notify the city if you discontinue your business. If your business is operated in a commercial, retail, or industrial location, you will need to contact the Planning and Building Department regarding the requirement for a Certificate of Occupancy. For additional questions or information on this matter call 714-536-5271. The Planning and Building Department is located on the 3rd floor of City Hall. There are many resources available to our licensed business people. We have listed a few that might be of interest and assistance to you. City of Huntington Beach Economic Development Department - 714-536-5582 Huntington Beach Chamber of Commerce - 714-536-8888 Huntington Beach SCORE (Service Corps of Retired Executives) - 714-550-7369 Fictitious Business Name Information - 714-834-2889 State Board of Equalization (seller's permit information) - 949-440-3473 If you have any questions, please call a Business License representative at 714-536-5267. City Of Huntington Beach Business License Business Name / Service Address T B PENICK & SONS INC License Type Contractor Owner / Corporation T B PENICK & SONS INC THIS LICENSE IS ONLY FOR THE BUSINESS AND TYPE SHOWN. IT IS FOR THE PERSON TO WHOM ISSUED AND IS NON -TRANSFERABLE. RENEWAL IS DUE ON OR BEFORE THE EXPIRATION DATE. POST IN PUBLIC VIEW License Number A210356 Effective Date 07/01 /2014 Expiration Date 06/30/2015 Amount Paid $160.14 SIC 8711 1.6 SUBMISSION OF BID Respectfully submitted this 14th day of October , 2014. Submitted By: T. B. Penick & Sons, Inc. (Name oVbiddLng firm or corporaftio Authorized Signature: (Handwritten sig�ur j Signed By: Marc E. Penick (Type or print name) Title: Chief Executive Officer (Owner/Partner/P ident/Vice President) Witness By: (HafKdwrittenVignaturej Attest: (H gdwrRt,ten signa re)\ By: Marc E. Penick (Type or print name) Title: Corporate Secretary (Corporate Secretary or Assistant Secretary) Street Address: 15435 Innovation Drive, Suite 100 City, State, Zip San Diego, CA 92128 Phone: 858.558.1800 License No.: 185381 Federal ID No.: 95-2056465 (Affix Corporate Seal Here) C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number 300- 1 Soo-2 SOG gob - 4W 'Pict,►N!i -T eqR-Q-A QkvG7 3 a �- 3a2 _1 3oL- 5 So$ — 1 -- Ss -TfLA 2.1 Z At coq.N OSso1 201 SnN '0%eQ-►o 20 1 -1 303 303-5 6 3 3 0 1 1,--)ovv- en veZ 03 L60 o A Too o44O5 Vkut,4 pNckV-%c 04 7ZS 0 51 6 0 c "va tJ 5'c %�E 1, ossol C-6 Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number 0 ` 1 0 0 (zbc�y coAs"� o 61 60 0�110 of. Ce 0 6 1 g s WEST r�Pt�lG 6 6 202 07 sio C<1RPv`^aN CoRST 67g10 CAL PAc. OIAI\ 074.op 0 �P4%o C3kU6eN G't--1 C"b S 0 S 085r %0 O 9 20 ( SV t.) 94EA1L o S�lbc� So.r-CNw�S"(� soC�1� acwS-z�t,S ogsoo O °t 3 0 o CC)" TLPt C. 6 ai b s o cc,.vn'M'CP-A c. 0 °1 t$-1 6 at.70 Oct GV7, M "CCt-A C. C-7 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 53wr�OS NIA A 1 ► 3 0% $ 0 1So10 — 154 s� �cP�Py 1 sP► 0 " \Sa o ISGOS Isot 4Z► Is'190 MA'S'C Hew s W i rcc vtA car 1. tsci10 NOQA, fAC-%U T-4 fl►.,tst�,� 1 (e Aq)vp%Nc so -3a'7 MSI C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 9th at San Diego . CA Date 10/09/14 City San Diego State California Marc E. Penick , being first duly sworn, deposes and says that he or she is Chief Executive Officer of T. B. Penick & Sons, Inc. the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. T. B. Penick & Sons, Inc. 15435 Innovation Dr. Ste 100, San Diego, CA 92128 Address of Bidder C-10 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. 10/09/14 Date: T. B. Penick & Sons, Inc. Contractor Marc E. Pen' By Chief Executive Officer Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 10/09/ 14 T. B. Penick & Sons, Inc. Chief Executive Officer Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: T. B. Penick & Sons, Inc. Bidder Name 15435 Innovation Drive, Suite 100 Business Address San Diego CA 92128 City, State Zip ( 858 ) 558-1800 Telephone Number 185381 State Contractor's License No. and Class 07/28/1959 Original Date Issued 05/31 /2016 Expiration Date The work site was inspected by Pablo Koguchi of our office on September 18 , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: T. B. Penick & Sons, Inc. Marc E. Penick Timothy J. Penick C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Penick & Sons, Marc E. Penick Printed or Typed Signature Subscribed and sworn to before me this 9th day of October , 2014 . NOTARY PUBLIC SEA NOTARY SEAL C-15 GOVERNMENTCALIFORNIA JURAT WITH AFFIANT STATEMENT •. C.�t� �c�craar�.�c�..� .�.�.!�. ¢� � ��r���t���crs�•::�c .r�icr� � ���cr_�cr�ci.-�'�r��r�cr�:c�e ..%'.�'c 2� See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) - `--------- - ---------------------------------------- ---------------------------------------------------------- Signature of Document Signer No. 1 State of California County of SA►J o%tC-iO CORO$" 12073339 yPubk -C sin DIM C=* My Com. = Jun 30 2018 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this 00'4 day of CC Tc' fc'0- , 20 V9 . by Date Month Year (1) MAQ-G E. PEN%CY- Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature — Place Notary Seal Above Signature of Notary Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Number of Pages: EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A City of Carlsbad - 405 Oak Avenue, Carlsbad, CA 92008 Name and Address of Public Agency Name and Telephone No. of Project Manager: Patrick McGarry 760.434.2949 $26,734,159 Design -Build 10/31 /2013 Contract Amount Type of Work Date Completed 32.1 acres SF Building Square Footage Provide additional project description to show similar work: 32.1 acre park that includes an aquatics center, skate park, dog park, 3 ball fields, basketball courts, parking, playground, picnic areas, restroom facilities and a multipurpose center. B. County of San Diego - 5560 Overland Ave. Ste 270, San Diego, CA 92123 Name and Address of Public Agency Name and Telephone No. of Project Manager: Eric Mitchell 858.694.2054 $12,849,184 Design -Build 12/18/2013 Contract Amount Type of Work Date Completed 25,000 SF Building Square Footage Provide additional project description to show similar work: Development of a 6 acre site and construction of a 25,000 sq. ft. Sheriff Station with below - grade parking. C-17 C. City of San Diego - 202 C Street, San Diego, CA 92101 Name and Address of Public Agency Name and Telephone No. of Project Manager: Darren Greenhalgh 619.533.6600 $13,168,000 Design -Build 03/11 /2007 Contract Amount Type of Work Date Completed 27,300 SF Building Square Footage Provide additional project description to show similar work: 22,000 sq. ft. police substation and 5,300 sq. ft. vehicle maintenance building with reception, officer's quarters, detention area,interview rooms, locker facilities and evidence storage facility. C-18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. 1 Kevin Moen Name of proposed Project Manager Telephone No. of proposed Project Manager: 858.558.1800 ext.231 Alga Norte Community Park (Design -Build) $26,734,159 10/31/2013 Project Name & Contract AmountType of Work Date Completed Rancho San Diego Sheriff Station $12,849,184 12/18/2013 Project Name & Contract AmountType of Work Date Completed Child Development Center Camp Pendleton $13,353,244 08/01/2010 Project Name & Contract AmountType of Work Date Completed 2. Frank Bruni Name of proposed Superintendent 858.731.6127 Telephone No. of proposed Superintendent: Alga Norte Community Park (Design -Build) $26,734,159 10/31/2013 Project Name & Contract AmountType of Work Date Completed Rancho San Diego Sheriff Station $12,849,184 12/18/2013 Project Name & Contract AmountType of Work Date Completed Recruit Field Barracks Camp Pendleton $16,818,418 10/05/2013 Project Name & Contract AmountType of Work Date Completed D-19 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume I, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.26.14 is attached herein. This is to acknowledge receipt and review of Addendum Number One, dated September 30, 2014. -[ 3 . PAEry lC V-- ';k Sor- S Company Name By mot. 2,0. 14 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER TWO For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dated October 03, 2014. -T. S . P�nj %c'G * Soy,/ S �_ Company Name I o 0 3 t9 By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Three, dated October 07, 2014. T• 5 . r->4_-N%C\G 4 So ^1 1z" r-;=> - Company Name I o , 14 By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER FOUR 0 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, dated October 09, 2 4. -f'. CS • pe—kc-Ic V S a r- S Company Name 10 -1iy By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE T.B. Penick & Sons, Inc. 15435 Innovation Drive, Suite 100, San Diego, CA 92128 as Principal, hereinafter called the Principal, and Western Surety Company 1455 Frazee Road, Suite 801, San Diego, CA 92108 a corporation duly organized under the laws of the State of SD as Surety, hereinafter called the Surety, are held and firmly bound unto City of Huntington Beach 2000 Main Street, Huntington Beach, CA 92648 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for Huntington Beach Senior Center Project CC-1473 NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this Guise 10th (Witness) day of October , 2014 T.B. Penick & Sons, Inc. (Principal) Western Surety Com Attomey4n-Fact S AIA DOCUMENT A310 O BID BOND ® AIA m FEBRUARY 1970 ED. ® THE AMERICAN INSTITUTE OF ARCHITECTS,1735 N.Y. AVE., N.W., WASHINGTON, D.C.20006 C.t . C CALIFORNIA ALL-PURP®SE ACKNOWLEDGMENT STATE OF CALIFORNIA County of San Diego On OCT 10 Z014 Date before me, Lilia Robinson , Notary Public, Insert Name of Notary exactly as it appears on the official seal personally appeared Sarah Myers Name(s) of Signer(s) ;� •-�"�Y-� `� �TRRY PUBLIC-CAIi�GF:tViA eel my l:ommissmn Expires Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(W whose nameQ is/00 subscribed to the within instrument and acknowledged to me that lye/she/fflo executed the same in M/her/y(NOJ authorized capacity(V , and that by;114/her/tW1O signatureQ*) on the instrument the person(W, or the entity upon behalf of which the person(4h acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. Signature Signature of Notary Public Lilia 14obis 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 the form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s):_ ❑ Partner ❑ Limited ❑ General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: Top of thumb here Number of Pages: Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: POWER OF ATTORNEY APPOINTING INDIVEDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint Lawrence F McMahon, James Baldassare Jr, Sarah Myers, Maria Guise, Lilia Robinson, Charlotte Aquino, Jennifer L Clampert, Janice Martin, Individually of San Diego, CA, its true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 30th day of January, 2013. .agUR_ETy'+.y WESTERN SURETY COMPANY f=i ILN. N CAK�1P�• JfPaul T. Bruflat, Vice President State of South Dakota ss County of Minnehaha On this 30th day of January, 2013, before me personally came Paul T. Bruflat, to me known, who, being by me duly.sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires i"" + J. MOHR June 23, 2015 r SEAL NOTARY PUBLIC SeAL .{rt SOUTH tMKOTA f J. Mohr, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation this 10th day of October 2014 ��{.--•..,�a WESTERN SURETY COMPANY =w[p0 rPln= =Wl tz� •'�. `SE Av', r ate: r L. on, Assistant Secretary Form F4280-7-2012 City ®f Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 USS Cal Builders, Inc. 8051 Main St. Stanton, CA 90680 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, J F: pe Enclosure Sister Cities: Anjo, Japan ♦ Waitakere, New Zealand r: 2014 OCT 14 PM 1: 58 )USS CAL BUILDERS CITY CLERK CITOF 8051 Main Street, Stanton, California 90680 HUNTINGTON SI ACH (714) 828-4882 License #654454 City of Huntington Beach City Clerk, Second Floor 2000 Main Street Huntington Beach, California 92648 Bid Deadline Date: October 14, 2014 Bid Deadline Time: 2:00 pm "SEALED BID" for Huntington Beach Senior Center in the CITY OF HUNTINGTON BEACH - DO NOT OPEN WITH REGULAR MAIL DELIVER TO THE OFFICE OF THE CITY CLERK, 2000 MAIN STREET, SECOND FLOOR j SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find Bidder's Bond in the amount of 10% which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for_% ", as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 10/1 /2014 2 update 10/6/2014 &V------- 2 10/7/2014 3 10/8/2014 3 update 10/8/2014 4 10/9/2014 v --� DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: USS Cal Builders Inc B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: oIlars 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: 1.�in ��C�1'�i (�� 1�1� lG c '+`]�'1G� Dollars ($ rW: B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 Authorized Signature: Signed By Title: Witness By: Attest: Title: Street Address: City, State, Zip Phone: License No.: Federal ID No.: O 1.6 SUBMISSION OF BID Respectfully submitted this 13 day of October Submitted By: USS Cal Builders Inc (Name of bidding firm or corporation) (Handwritten signature) 110 Alen Othman (Type or print name) President 2014. (Owner/Partner/President/Vice President) (Handwritten signature) (Handwritten signature) Eric Othman (Type or print name) Secretary (Corporate Secretary or Assistant Secretary) 8051 Main Street Stanton, California 90680 (714) 828-4882 654454 95-4380253 (Affix Corporate Seal Here) 01 Spec Sec # Name and Address of Subcontractor State License Class Dollar Amount % of Contract Number CAAA 'i1GL IA�� V-6 1V C1-1 (A\P'V\YN/\LtAf,wAfA ® Can OAPPA TYA Q, 1///jjY\ j cn // �• VVV iiI `1 V`�� ✓L I�i� kA\� t 1 1 L ve, n, a VW\41' C-7 fit) Spec Sec # Name and Address of Subcontractor State License Class Dollar Amount % of Contract Number CAC 1, v ND (NAW. C-licit 15cAJY\SO j An CAI c0 �.l v f\ ' 1 CA �p ' vv vext, M) C-r -I Lftv -pjU �� C1� �� r 1.�►� Y\ �S 0 GI- A C-8 "Ail 0 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec Sec Name and Address of State Class Dollar % of # Subcontractor License Amount Contract Number UA 110Z 41 C VA \1Y A I C X-V Cttr(" ���1,K�ti C-6 M By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/13/2014 , at Stanton CA Date City State Eric Othman , being first duly sworn, deposes and says that he bfXe is Secretary of USS Cal Builders Inc the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. USS Cal Builders Inc Name of Bidder 9F - "" man Secretary Signature of Bidder 8051 Main Street, Stanton, California 90680 Address of Bidder C-10 State of California County of Orange On�it� st-�tbefore me, Veronica Alicia Lepe, Notary Public Date Here Insert Name and Title of the Officer personally appeared Imad Eric Othman Name(s) of Signer(s) VERONICA ALICIA LEPE Commission # J914012 Z -�... Notary Public - California > a tfry a County z :P ,�; Oran, My Comm. Expires Nov 21, 2014 CIVIL CODE § 11a9 who proved to me on the basis of satisfactory evidence to be the personn whose namep% isigX% subscribed to the within instrument and acknowledged to me that he/sMM0.y executed the same in hisXJbYXMiK authorized capacity(M), and that by hisMAXWX signature" on the instrument the person, or the entity upon behalf of which the personjM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Z " . Z�' c� Place Notary Seal Above �J (// Signature of Notary P,utili 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. Description of Attached Document II jj� Title or Type of Document: NG1r' W\ VSIC'4 1`�1�1 ciGiyl� Document Date: &.1" dCI�(?63 Number of Pages: Signer(s) Other Than Named Above: (�J 1C . Capacity(ies) Claimed by Signer(s) Signer's Name: Ell Corporate Officer — Title(s): -1 Individual El Partner — D. Limited ❑ General Top of thumb here !! l Attorney in Fact LD Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: * Corporate Officer — Title(s): * Individual . Partner — :___ Limited C7 General Top of thumb here Attorney in Fact ❑ Trustee 2 Guardian or Conservator ❑ Other: Signer Is Representing: . --I —o—nm — — y r.a --II - rvznIuILL] NUiafy.ory • i-ovv-Uo INuIArt r ti-oUU-oro-ooze) Item #5907 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: October 13, 2014 USS Cal Builders Inc Contractor < Eric Othman By Secretary Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? 0 Yes ® No If the answer is yes, explain the circumstances in the space provided. N/A C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: October 13, 2014 USS Cal Builders Inc Contractor ric Othman By Secretary Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: USS Cal Builders Inc Bidder Name 8051 Main Street Business Address Stanton California 90680 City, State Zip (714 ) 828-4882 Telephone Number 654454; A, B, C10, C31, C36 State Contractor's License No. and Class B: 9/18/1992; A: 4/23/2009; C10: 1/11/2010; C36: 2/1/2010; C31: 9/2/2010 Original Date Issued 9/30/2016 Expiration Date The work site was inspected by Rani EIDjoundi, Director of Business Development of our office on September 18 , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: USS Cal Builders, Inc.: Allen Othman, President / Treasurer Eric Othman, Secretary C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. USS Cal Builders Inc Company Name Signature of Bidder Eric Othman, Secretary Printed or Typed Signature Subscribed and sworn to before Ithis _ day of -- `"''..r_.. , 201_ NOTARY.- U LB IC NOTARY SEAL C-15 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange CIVIL CODE § 1189 On _1'b KWq before me, Veronica Alicia Lepe, Notary Public Date I Here Insert Name and Title of the Officer ' personally appeared Imad Eric Othman Name(s) of Signer(s) — > who proved to me on the basis of satisfactory evidence to be the persona whose namej% is6M subscribed to the within instrument and acknowledged to me that he/$My executed the same in hisXYdXMX authorized capacity(M), and that by his XKffiXi signature" on the instrument the personk}, or the entity upon behalf of which the VERONICA AUCIA LEPE erson acted, executed the instrument. Commission # 1914012 p a "gym Notary Public - California n z `�� : Orange County I certify under PENALTY OF PERJURY under the My Comm. Expires Nov 21, 2014 laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Place Notary Seal Above Signature of Not Public 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. Description of Attached Document Title or Type of Document: RMAd RLS V40I L IA (A) Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ui Corporate Officer — Title(s): F-1 Individual D Partner — ❑ Limited [-j General Top of thumb here Ci Attorney in Fact i_ l Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing Signer's Name: Corporate Officer — Title(s): n Individual 07 s Partner — ❑ Limited ❑ General .Top of thumb here ❑ Attorney in Fact ❑ Trustee 0 Guardian or Conservator ❑ Other: Signer Is Representing: v cuiu rvanonai Notary Association • Nationauvotary.org • 1-8uu-us NuIAHr (1-800-878-8827) Item #5907 EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A. �c�e Name and FO of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed SF Building Square Footage Provide additional project description to show similar work: Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed SF Building Square Footage Provide additional project description to show similar work: C-17 C. Name and Address of Public Agency Name and Telephone No. of Project Manager: Contract Amount Type of Work Date Completed SF Building Square Footage Provide additional project description to show similar work: C-18 Attachment 1. Name and Address of Public Agency Name and Telephone No. of PM Contract Amount Type of Work Date Completed Building SF DESCRIPTION SANTA ANA UNIFIED SCHOOL DISTRICT Contact: Steve Bachor $ 14,681,000.00 SEGERSTROM HIGH SCHOOL Mar-06 60,000 New Construction 1601 E. Chestnut Avenue 714/241-0756 (P) BID PACKAGE # 5 - GENERAL Santa Ana, CA 92701 BID PACKAGE # 7B -CONCRETE BID PACKAGE # 7C -LT WT CONCRETE BID PACKAGE # 14 - GLAZING BID PACKAGE # 18A- FRAMING & GLUE BID PACKAGE # 29 - GRANDSTAND 2300 W. Alton Street Santa Ana, CA 92702 WEST COVINA UNIFIED SCHOOL DIST. CONTACT: Dave Larkin $ 11,855,362.63 MODERNIZATION OF WEST COVINA Aug-08 80,000 Modernization 1717 W. Merced Ave. (951) 202-2563 (P) HIGH SCHOOL West Covina, CA 91790 1609 W. Cameron Ave. West Covina, CA 91790 LAUSD - FACILITIES DIVISION Contact: Abraham Thomassian, OAR $ 12,512,596.00 REOPENING OF ENADIA WAY 10/17/2008 228,000 New construction, 333 S, Beaudry Ave, 23rd Floor Phone: (213) 241-4258 ELEMENTARYSCHOOL Modernization Los Angeles, CA 90017 22944 Enadia Way West Hills, CA 91307 Project No.: 56.40038 Contract No.: 0710282 DSA No.: 03-109761 ANAHEIM UHSD Contact: Patricia Neely $ 23,694,041.37 ANAHEIM HIGH SCHOOL NEW TWO STORY 1/5/2009 64,000 Modernization, 501 Crescent Way Phone: (714) 999-3505 CLASSROM AND GYMNASIUM BUILDINGS New classrooms, Anaheim, CA 92803 811 W. Lincoln Ave. Anaheim, CA 92805 DSA No. 04-105575 Bid No. 2007-17 CITY OF COSTA MESA Original Contact: Susan Santoro $ 19,254,402.67 COSTA MESA POLICE FACILITY 8/5/2009 11,450 Expansion & 77 Fair Drive Conatact: Larry Driemand RENOVATION & EXPANSION (new Renovation Costa Mesa, CA 92626 714/754-5096 (P) 77 Fair Drive building) Original Contact: Karen Padilla, So. Region Cal. Service Manager Costa Mesa, CA 92626 Contact: Karen Freeman City Project No 06-08 Phone: (800) 827-4901 City of Los Angeles Contact: Reza Shahmirzadi, Project Manager $ 12,122,908.24 Los Angeles Fire Station #64 6/2/2010 20,000 New Construction 200 North Spring Street Phone: 213-485-4494 10811 Main Street LEED PROJECT Silver Rating Los Angeles, CA 90012 Cell Phone # 213-761-6518 Los Angeles, CA 90061 Work Order #: E170075F Los Angeles Community College District Contact: Serafin Fernandez $ 14,152,270.14 Franklin Hall Modernization 11/6/2010 70,411 Modernization 770 Wilshire Blvd., Los Angeles CA 90017 Phone: (213) 798-8466 855 N. Vermont Ave.. Los Angeles CA 90029 Project Number: 01C.6109.03 Contract Number: 31741 DSA No. 03-111160 Los Angeles Community College District Contact: Serafin Fernandez $ 45,148,891.08 Adaptive Reuse of Bakery/Central Plant 9/8/2011 80,000 Up -grade 915 Wilshire Blvd., Suite 1800 Phone: (213) 798-8466 New Education Building at Los Angeles New Construction Los Angeles, CA 90017 City College LEED Project 2930 Fletcher Drive Los Angeles, CA 90065 Project Number: 21N.8120.03, 21N.8115.03 & 21N.8118.02 Contract Number: 70371 DSA#: 03-108850, 03-110207, 03-109342 California State University Los Angeles 5151 State University Drive Los Angeles, CA 90032 Contact: Sarab Singh Phone: (323) 343-5783 $ 18,751,700.18 CSULA Corporate Yard and Public Safety 5151 State University Drive Los Angeles, CA Project Number: TM070039 6/6/2012 (SC) 94,000 New Construction DESIGN BUILD Los Angeles Community College District Contact: Rex Yee, AVA $ 46,217,006.00 Building A Modernization and Renovation at 11/15/2012 62,159 Modernization & 915 Wilshire Blvd., Suite 810 Phone: (213) 763-7395 Los Angeles Trade Tech College (substantial completion) Renovation LEED PROJECT Los Angeles, CA 90017 400 W. Washington Blvd., Los Angeles CA 90015 Project Number: 17T.7710.03.07 Contract Number: 70529 DSA# 03-111298 CITY OF IRVINE Contact: Jeff Vallee, CM $ 21,119,916.37 ORANGE COUNTY GREAT PARK 9/18/2013 11,000 Construction of One Civic Center Plaza Phone: (949) 770-3423 WESTERN SECTOR PARK DEVELOPMENT PLAN approximately 28 acres PO Box, 19575 7452 Marine Way, Irvine, Ca 92618 Public Park which Irvine, CA 92623 CPI No. 379090 includes 2 Natural Soccer Bid No. 12-2805 Fields, 2 Synthetic Soccer Fields, 6 Ponds, 4 basketball courts, UG utilities, Fire lane, Biking trails, Jogging trails, Seating areas, Restroom and Maintenance Building, Visitor Center Building, 3 utility enclosures, landscaping and irrigation. Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until Completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. Rudy Sultan Name of proposed Project Manager Telephone No. of proposed Project Manager: (714) 828-4882 Orange County Great Park Western Sector Park Development Plan, $21,119.916.37 9/18/2013 Project Name & Contract AmountType of Work Date Completed Franklin Hall Modernization, $14,152.270.14 11/6/2010 Project Name & Contract AmountType of Work Date Completed Reopening of Enadia Way Elementary School, $12,512,596.00 10/17/2008 Project Name & Contract AmountType of Work Date Completed 2. Jesse Agustin Name of proposed Superintendent Telephone No. of proposed Superintendent: (714) 828-4882 Costa Mesa Police Facility Renovation and Expansion, $19,254,402.67 8/5/2009 Project Name & Contract AmountType of Work Date Completed Building A Modernization and Renovation at Los Angeles Trade Tech College, $46,217.006.00 11 /15/2012 Project Name & Contract AmountType of Work Date Completed Fire Station No. 2, Police Department and Public Works Building Remodel, $5,537,795.86 9/4/2007 Project Name & Contract AmountType of Work Date Completed D-19 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; ID531; ID536; ID;537; ID661 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E602 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume 1, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume 1, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. 1. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Number One, dated September 30, 2014 USS Cal Builders Inc nc OWiman, Secretary Company Name By October 13 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dated October 03, 2014 USS Cal Builders Inc �EFic Othman, Secretary Company Name By October 13 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Number Two, dated October 07, 2014, USS Cal Builders Inc !_ *iceman Secretary Company Name October 13 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Three, dated October 07, 2014. USS Cal Builders Inc to- �� 'c 6t�man, Secretary Company Name by October 13 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, dated October 09, 2014, USS Cal Builders Inc R � —Cnc Othman, Secretary Company Name By October 13 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. BID BOND KNOW ALL BY THESE PRESENTS, That we, USS CAL BUILDERS, INC. of 8051 MAIN ST. STANTON, CA 90680 as Principal, and ARCH INSURANCE COMPANY (hereinafter called the Principal), (hereinafter called the Surety), as Surety are held and firmly bound unto CITY OF HUNTINTON BEACH (hereinafter called the Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID Dollars 10% ) for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and. severally, firmly by these presents, THE CONDITION OF THIS OBLIGATION 1S SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for HUNTINGTON BEACH SENIOR CENTER NOW, THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such time as may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Obligee for the faitlitul perforniance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect, Signed and sealed this 10TH day of OCTOBER Witness Witness ,2013 USS CAL BUILDERS, INC. ARCH INSAURANCF. COMPANY By - (Seal) Principal Title Attorney -in -Fact AIC 0000128682 _THIS POWER OF ATTORNEY IS.N10T,,VALID UNLESS IT IS PRINTED ON BLUE BACKGROUND. KEE manner --Wbind the Comp� ��!Pdftl AW&ney limits the aiI those hl -herein, and the" dicep, and to the extent herein stated t vaII lid for Mortgage, Note,=Eban, etter of Credit, Bank Deposit; Currency Rate, Interest Rate or Residential Value Guarantees. WOF ATT RNEW KnowAll Persons By These Presents -- That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal administrative office in Jersey City, New Jersey (hereinaft ir referred to as the "Company") does -,hereby appoint: 91" -L-L il Vljl, 11 IT ado kII III -I (ram =8rltton Off-risTa-nCedRIJ n H. Smith, �riith and Philip E. EACH) YI its true and lawful Attorney(s)in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: the s=mn suety nd!dII-bonds,-=._Qndertakings, recngnizaace �e obligations;I note exceeding 611 s ($90,000,000.0g):imE=;�� i iv(il dIllipw Nin6tv-MiIIid Dollars This authority does not permit the same obligation to be split into two or more bonds In order to bring each such bond within the dollar limit of authority as set forth herein. hall--be-as— W sugh bonds, undertakings redognizanlice' ',land other surer ON i6ri-s �ce of these pr"e_nts.;s the same — cu-I 1IIutindh e and -- I execution I,- -funding crpoe id Company executed any as, full�,` dillillampl,ly"16, "all intents and §es_.MS ifn 13 Esame had been duly acknowledged by its regularly elected officers at its principal administrative of if in Jersey City, New Jersey. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on September A 5-;2011, true and accurate --co.P ieso-of T eke are hereinafter set forth .,andii,areilh ereby certified to by the undersigned _ 966fdtftar beirig-iii-full force and YffectNE Il lul i'I =- That the Chairman of the Board, WrPresVlll d�ident, or the Executive ice Pre'dlid&t, or any Senior Vice President, of-the Surety Business Division, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys -in -fact, and to authorize them subject to the limitations set forth in their respective powers of attorney, to -execute- on behalf of the Company, and attach. the seal of the Company there —to laaftds, undertakings, recognizances and - q., - obligatory imAhelln, atute"therecifilandl';any such office s pa appoint agents for acceptanceV uprocess m w This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on September 15, 2011: n U� relident, or any Senior VOTED-JIliat-the-signature of the Chain-mb_r0f1thI�—ft- President, or,,the,Execu i� 110 1 e Vlilil 0 d _1ur h p ntdds�ated in writing,l�,andi�l�i"�ed�ll��kii�ltk"e"! bretary, and the QW Of the Surety- Busin7ess Division, diffl W-_ 1 1 — ----- Ij "I'lile on any poweragp6a Wd__ d,10y1,t c i Secretary, the seal of the Company, dedifl Brthe Secretary, may, I a s m executed pursuant to the resolution adopted by the Board of Directors on September 15, 2011, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. DOML 03 Page 1 of 2 P .0013--OH-3---. CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California CIVIL CODE § 1189 County of Los Angeles i On OCT 1, 0 2014 before me, Monica Blaisdell, Notary Public Date Here Insert Name and Title of the Officer personally appeared Philip E. Vega �MONICA BLAISDELL z ; _� Commission # 1970845A Notary Public - California z Z ' Orange County My Comm. Expires Mar 26, 2016 Place Notary Seal Above Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the personX whose name{ is/a;e- subscribed to the within instrument and acknowledged to me that he/t4ohher executed the same in his/Ptsk"eir authorized capacity(04at- and that by his/her/tttak—_- signatureX on the instrument the personK, or the entity upon behalf of which the personWacted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: ._Sionature.of Nofam Public __ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange Onl1 , ii, �i'i- M ,-ZC before me, Veronica Alicia Lepe, Notary Public Date Here Insert Name and Title of the Officer personally appeared Imad Eric Othman Name(s) of Signer(s) _ VERONICA ALICIA LEPE Commission # 1914012 a _�,� Notary Public - California z z `�� Orange County D My Comm. Fxpires Nov 21, 2014 CIVIL CODE § 1189 who proved to me on the basis of satisfactory evidence to be the persona whose namete) isAa subscribed to the within instrument and acknowledged to me that he/,qWD1ID.V executed the same in hisXYMM K authorized capacity(M), and that by hisMXD[a signature" on the instrument the personk�, or the entity upon behalf of which the personiM acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offipial seal. Signature: Place Notary Seal Above Signature of Notary Public OPTIONAL ' / Though the information below is not required by law, it may prove valuable to persons'' y�on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Docume t Title or Type of Document: N /1 VAd Document Date: ��C11'/Qb�yU t 2a� Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual ❑ Partner — ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee El Guardian or Conservator ❑ Other: Signer Is Representing: � ­ I ivauuuai rvurary r ssvaauon • ivanonammiary.org • l-ouu-uZD NU IANY ti-auu-aie-GaLII Item #5907 City Of Huntington Beach 2000 Main Street ♦ Huntington Beach, CA 92648 (714) 536-5227 ♦ www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 W. E. O'Neil Construction Co. of California 909 N. Sepulveda Blvd., #400 El Segundo, CA 90245 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, 4„ f- Joan L. Flynn, CIVIC City Clerk JF:pe Enclosure Sister Cities: Anjo, Japan 0 Waitakere, New Zealand W.E. O'Neil Construction Company of California DECEIVED 2814 OCT 14 P19 1: 5 7 CITY CLERX NUPdT!CITY OF NGTON BEACH "SEALED BID" for HUNTINGTON BEACH SENIOR CENTER (CC#1473) in the • CITY OF HUNTINGTON BEACH - DO NOT OPEN WITH REGULAR MAIL 909 North Sepulveda Blvd. ' Suite400 DELIVER TO THE OFFICE OF THE CITY CLERK, 2000 MAIN STREET, 2nd FLR El Segundo, CA 90245 -- - - a +P ro, e2y M ' SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE- MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. aC-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find a BIDDER's BOND in the amount of10% of total bid which said amount is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for 10°l0 it as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature 1 10/1/2014 � �1�V 1 2 10/6/2014 2 Updated 10/7/2014A109W-IAO 3 10/8/2014 4 10/9/2014 C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION A. Bidder: W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA, D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: C-3 B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this 14th day of October 2014. Submitted By: W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA (Name of bidding firm or corporation) Authorized Signature: (Handwritte signature) Signed By: Vincent J. DiNunzio (Type or print name) Title: Vice President (Own er/Partner/President/Vlce President) c Witness By: ( ritten signature) Attest: (Hand ritten signature) By; Jola►�E. Finn (Type or print name) Title: President / Secretary (Corporate Secretary or Assistant Secretary) Street Address: 909 North Sepulveda Boulevard, Suite 400 City, State, Zip El Segundo, California 90245 Phone: (310) 643-7900 License No.: 494031 Federal ID No.: 95-4028126 (Affix Corporate Seal Here) Nd Spec Sec # Name and Address of Subcontractor State license Number Class Dollar Amount % of Contract 6202 -aAL€TMARK PR99UGK- 07200 ALERT INSULATION COMPANY INC 07520 CHAPMAN COAST ROOF 07600/07410 VALENCIA SHEET METAL INC 08810 CONTINENTAL GLAZING INC 09201 APD DRYWALL 09251 APD DRYWALL 09300 COMMTRAC FLOORS INC 09500 SOUTHERN CALIFORNIA ACOUSTICS 9600 CARPET USA 09901 PENNSYLVANIA COATINGS 13930 PRIME FIRE PROTECTION C-7 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 15055 TARPY HEATING AND AIR 15782 WESTLAND HEATING & AIR CONDITIONING INC 16010 ADVANCED ELECTRICAL TECHNOLOGIES 16015 MSL ELECTRIC INC C-8 By submission of this proposal, the Bidder certifies: 1. That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 10/14/2014at EI Segundo California Date City State Vincent J. DiNunzio being first duly sworn, deposes and says that he or she is Vice President of W.E. O'Neil Construction Co. of California the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Name of Bidder "I/iL Signature of Bidder Vincent J. DiNunzio, Vice President 909 North Sepulveda Boulevard, Suite 400 El Segundo, California 90245 Address of Bidder C-10 State of California County of `is Subscribed and sworn to (or affirmed) before me on this day of 20A by V �N�J� J • k441 \® proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. m S ature (Notary seal) ERICKA SCHENCK ' Commission # 1910232 z Notary Public - California z '• Los Angeles County My Comm. Ex ires Oct 24, 2014 OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT Cif% (Title or description of attached document) �SWM � 5 U t'A WnW (Title or description of attached document continued) Number of Pages Document Date�`�� (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after January 1, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to he completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat forn such as this one which does contain proper wording. In addition, the notary must require an oath or o_ffrmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If'the document was previously signed, it must be re -signed in front of the notarypublic during the jurat process. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • mate of notarization must be the date that the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date: October 14, 2014 W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Contractor j h 1�_ By Vincent J. D' unzio Title C-11 Vice President DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes ® No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: October 14, 2014 W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Contractor By Vincent J. Dh unzio Title C-13 Vice President BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Bidder Name 909 North Sepulveda Boulevard, Suite 400 Business Address El Segundo, California 90245 City, State Zip { 310 643-7900 Telephone Number 494031 A and B State Contractor's License No. and Class June 24, 1986 Original Date Issued June 30, 2016 Expiration Date The work site was inspected by Katie Quinones September 18, , 2014. of our office on The following are persons, firms, and corporations having a principal interest in this proposal: John E. Finn, President Vincent J. DiNunzio, Vice President John W. Hackett Treasurer James E. Surdyk- Vice president Timothy J. Addis Vice president C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth, W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Company Name Signature of Binder Vincent J. DiNunzio, Vice President Printed or Typed Signature Subscribed and sworn to before me this 14th day of October 201 4, NOTARY PUBLIC SEE ATTACHED JURAT NOTARY SEAL C-15 State of California County of \ O Subscribed and sworn to (or affirmed) before me on this ` day of 20 by V tt�G��i''� J t�� ivy , proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. � Nf\, f-t 6,0,\\ , '�� �� - - Signature (Notary seal) ERICK SCHENCK Commission #t 1910232 a = a Notary Public - California D Z '� Los Angeles County My Comm. Ex ires Oct 24, 2014 OPTIONAL, INNFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description of attached document contu t ) Number of Pages Document Date\V . (Additional information) INSTRUCTIONS FOR COMPLETING THIS FORM The wording of all Jurats completed in California after Jarman, 1, 2008 must be in the form as set forth within this Jurat. There are no exceptions. If a Jurat to be completed does not follow this form, the notary must correct the verbiage by using a jurat stamp containing the correct wording or attaching a separate jurat form such as this one which does contain proper wording. In addition, the notary must require an oath or affirmation from the document signer regarding the truthfulness of the contents of the document. The document must be signed AFTER the oath or affirmation. If the document was previously signed, it must be re -signed in front of the notary public during the luratprocess. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public. • Date of notarization must be the date Thai the signer(s) personally appeared which must also be the same date the jurat process is completed. • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Signature of the notary public must match the signature on file with the office of the county clerk. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different jurat form. Additional information is not required but could help to ensure this jurat is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. • Securely attach this document to the signed document 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryClasses.com EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of,- a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. A. Port of Long Beach 1925 Harbor Plaza Dr., Long Beach, CA 90802 Name and Address of Public Agency Name and Telephone No. of Project Manager: Sean Jean 1310.643.7900 $48.5 MM Public January 20012 Contract Amount Type of Work Date Completed 114,658 SF Building Square Footage Provide additional project description to show similar work: See Attached. B. Downtown Women's Center 1 442 S. San Pedro St., Los Angeles, CA 90013 Name and Address of Public Agency Name and Telephone No. of Project Manager. Andrew Bart 1310.643.7900 $18.8 MM Public October 2010 Contract Amount Type of Work Date Completed 67,000 SF Building Square Footage Provide additional project description to show similar work: See Attached. C-17 C. Cal Poly Pomona Residence Hall - Phase II 1 3801 W. Temple Ave. Bldg. 81 Name and Address of Public Agency Pomona, CA 91768 Name and Telephone No. of Project Manager: John Finn 1310.643.7900 $60.7 MM Public June 2010 Contract Amount Type of Work Date Completed 255,000 SF Building Square Footage Provide additional project description to show similar work: See Attached. C-18 �Y iy+A Pier G Maintenance & Repair Building, Long Beach, Ca Pier G is the largest port in Long Beach and the home of " V Line shipping. The Pier has undergone a vast reconstruction, filling in four container ship berths and merging two terminals into a single "mega" terminal. The terminal is designed as an integrated automated shipping container for computer controlled container management. The Pier G, Maintenance & Repair Building project includes the construction of a new 87,200 SF maintenance and repair building, a 17,500 SF reefer wash building, a 10,000 SF West Arrival building, associated car and equipment parking, and a longshore restroom. The project also includes building electrical systems, associated parking lots, installation of fences, turnstiles, bollards, and other site improvements including masonry wall, storm drainage, and miscellaneous concrete. The site electrical systems, include distribution, lighting, and substation work. Scope also included construction of potable and reclaimed water systems and sewer system; the regrade and pavement with asphalt concrete, including striping and markings. and construction security fencing. The project had a LEED Silver goal, but through close coordination with the architect and owner, W.E. O'Neil was able to deliver a LEED Gold project. W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com t 2011 National Preservation Honor Award Downtown Women's Center, Los Angeles, CA This project is a complete renovation of an existing six story, 67,000 SF structure located in downtown Los Angeles. The renovation work transformed this historically relevant building built in 1927 into a self contained community including a community center; 72 studio apartment units; medical offices; and retail space. Founded in 1978, the Downtown Women's Center (DWC) is a nationally recognized nonprofit organization that provides 40,000 meals, permanent supportive housing apartments, and a wide array of health, education, and other supportive services to more than 2,000 homeless and very low- income women each year. This project offers daily logistical challenges to W.E.O'Neil Team when considering the nature of the work on a small site within a bustling urban neighborhood. The renovation work on this concrete structure included an expansive seismic upgrade to the existing building to meet the current building codes. This work included selective demolition to allow the expansion of the existing foundation system by adding 32 drilled friction piles with depths up to 60' with new pile caps and grade beams; construction of new concrete shear walls extending from the ground floor to the roof; and seismic upgrade of the existing steel structures within the building. W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com The project has approximately 255,500 SF of new construction with 622 beds in different suite layouts with living room and kitchen. The student housing facilities are wood -framed Type V, 1-Hour buildings, three and four stories in height. The facilities are organized with dwelling units situated along double -loaded corridors served by common elevator/entry lobbies. General study lounges, administrative areas, and service rooms are located adjacent to the elevator lobbies on each floor. The buildings are clad primarily in stucco, and feature both pitched and flat roofs. The one-story Commons facility houses a convenience store,cafe' and a multi -purpose meeting room. Classified as Type V, NR building, this one story structure utilizes both steel and wood framing. Befitting its public nature, the building is clad primarily in glass with both stucco and concrete masonry accents. Pitched roofs are standing seam metal, while the built-up flat roof hosts the facility's mechanical equipment. W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com W�,E•'O'NEIL 77. _I AILAL BEST OF THE -- BEST AWARD -, L West Hollywood Library, west Hollywood, Ca The West Hollywood Library project is a key part of West Hollywood's celebrated $125 million, 25th Anniversary Capital projects Program. The 47,000 SF, steel framed library structure clad in stucco and metal panels, LEED Gold- West Hollywood Library serves as the centerpiece of the West Hollywood community. It is designed to showcase the City's rich, literary and cultural diversity and provide a landmark facility for the community's passionate commitment to lifelong learning. The New West Hollywood Library is home to top -tier resources on par to the country's best university and private libraries. The library was designed specifically to balance physical media with high-tech features. A large part of the building's interior is free of support columns; its floor plan is flexible so it may evolve with the growth of the library. The building also includes the new City Council Chambers and public meeting rooms, CATV facilities, 2.5 acres of expanded park and and open space, new tennis courts, and 400 parking spaces in two municipal garages. The City Council Chambers, which accommodate more than 150 people, are used for special performances and presentations. This project also includes the construction of a landscaped park space and regulation tennis courts on top of the concrete structures. The Library building contains multiple programs including a children's library, career development center, young ad ult services, international literature and public meeting rooms. The ceiling of the library space were constructed of bamboo panels fabricated into precise, intricate patterns and feature a grand staircase to reflect the rich creativity and architecture the City of West Hollywood is renowned for. W.E. O'Neil provided Construction and LEED Certification Services. W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com WIE 101NEIL ADDITIONAL SENIOR COMMUNITY EXPERIENCE MARAVILLA Goleta, CA Maravilla is a senior living facility comprised of two independent living wings and a two-story assisted living wing. The three wings are tied together by a common area housing game rooms, sitting areas, fire places, a library, private dining rooms, and a movie theater. BELMONT VILLAGE - CARDIFF BY THE SEA Encinitas, CA 63,990 SF of independent living with special common rooms including a movie screening room, sports lounge, work out gym, spa tub and massage rooms, library, billiard room, meeting hall and enclosed courtyard with 465 SF heated pool. The assisted living wing was 73,660 SF and housed it's own perks such as a salon, computer lab, and wellness room. BELMONT VILLAGE - THOUSAND OAKS Thousand Oaks, CA Belmont Village - Thousand Oaks houses 105 studio and one -bedroom Assisted Living residences and a separate, secured Alzheimer's Neighborhood with 34 private apartments. The facility offers many amenities such as, a computer learning center, hair salon, commercial kitchen, dining area, exterior garden walk paths and multiple public interaction rooms. W.E. O'Neil worked with Belmont through Preconstruction to adapt their pro W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. Jessica Zeledon Name of proposed Project Manager Telephone No. of proposed Project Manager: 310.643.7900 See Attached Project Name & Contract AmountType of Work Project Name & Contract AmountType of Work Project Name & Contract AmountType of Work 2. Charles Bauer Name of proposed Superintendent Telephone No. of proposed Superintendent: See Attached 310.643.7900 Project Name & Contract AmountType of Work Project Name & Contract AmountType of Work Project Name & Contract AmountType of Work D-19 Date Completed Date Completed Date Completed Date Completed Date Completed Date Completed WE NEILJ JESSICA ZELEDON PROJECT MANAGER With over 8 years of experience in the Construction Industry, Ms. Zeledon's skills in coordination, attention to detail and demands for quality have propelled her up the ranks of W.E. O'Neil as a well -respected team leader. As Project Manager, Jessica coordinates all preconstruction and construction activities throughout the duration of the project and is in constant communication with the Owner and Architect. She is responsible for total on -site management of the project and supervision of field staff. Jessica participates in bid preparation and works with the Project Estimator to prepare budget estimates and negotiates the purchase of subcontracts and materials. She works with the Project Superintendent to develop the schedule and prepares and administers the construction contracts and oversees the superintendents and engineers. She monitors quality control and is the link between W.E. O'Neil field construction and the construction support personnel. Contact Experience T: 310.643.7900 CAL POLY POMONA RESIDENCE HALL - PHASE II E: jzeledon@weoneil.com Contract Value: $59,869,107 Date Completed: June 2010 The project has approximately 255,500 SF of new construction with 622 Background beds in different suite layouts with living room and kitchen. The one-story commons facility houses a convenience store/cafe' and a multi -purpose California State Polytechnic meeting room. LEED Silver. University, Pomona — BS — Pomona, California Construction Engineering Technology POLB PIER E MARINE OPS BUILDING AND POWER CRANE MAINT. SHOP Contract Value: $29,823,692 OSHA 30 Hour Certified Scheduled Completion Date: December 2014 2-story, masonry steel framed operations building; 2-story, masonry and National Association of Safety steel framed power crane maintenance shop; bridge cranes; and 17 acres Professionals of associated site improvements to include parking lot and roadways, site utilities and landscaping. CPR and First Aid Certified Long Beach, California SANTA MONICA TONGVA PARK AND GENSER TOWN SQUARE Contract Value: $39,223,904 Date Completed: August 2013 Design -build of a new 7-acre park. W.E. O'Neil partnered with world renowned Architect, James Corner Field Operations as the lead Landscape Architect. The 7-acre park consists of many unique design elements. The project was fully coordinated with BIM. Santa Monica, California W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com �YVE-!PINEIL CHARLES BLUER PROJECT SUPERINTENDENT Charles has over 30 years of construction experience in a diverse range of product types including entertainment, aerospace, housing and commercial facilities. The last 8 have been as a Project Superintendent for W.E. O'Neil. On all of his projects Charles is 4 responsible for Safety, Schedule, and Quality Control. He is responsible for implementing the W.E. O'Neil and Owner Safety Policies on each project which includes, but is not r , limited to: conducting Worker Safety Orientation, performing Weekly Safety Inspections, holding Weekly Safety Meeting with all Subcontractors, reviewing JHA's, submitting Incident Reports, and issuing Disciplinary Action Notices. Charles possesses strong communication and leadership skills. Contact Experience T: 310.643,7900 RIO HONDO COMMUNITY COLLEGE, SCIENCE AND TECHNOLOGY E: cbauer@weoneil.com BUILDING Contract Value: $11,1000,000 Date Completed: January 2010 BackgroundDate of four existing1-story buildings including: seismic Y g g: upgrades, OSHA 30 Hour Certified new restrooms, computer labs and classrooms, and the addition of two covered shelters and paint spray booths. Work included new mechanical, CPR and First Aid Certified electrical, plumbing, IT and fire alarm. Irvine, California MUSEUM OF NEON ART- MONA GLENDALE Contract Value: $2,096,868 Date Completed: May 2014 The scope for 212, 216 S. Brand includes changes of use and occupancy, partial demolition and reconstruction of 2,352 SF at front of existing buildings, new opening between 212 and 216 S. Brand Blvd and change of address to 216 S. Brand. Glendale, California HARRAH'S RINCON — PHASE VII TOWER AND BANQUET HALL ADDITIONS Contract Value: $124,892,700 Date Completed: April 2014 Construction of a 21-story, 402-room hotel tower connected to existing tower. Plus construction of new 45,000 SF Ballroom facility connected to casino building. Plus 50,000 total SF of renovation work to the existing casino facility including new retail, spaces, loading dock mods, bathroom mods, front desk and reception mods, spa facility mods, and lobby bar mods. 11,400 SF expansion of pool facility plus mods to existing pool and restaurants. New surface parking areas and upgrade site utilities. Valley Center, California W.E. O'NEIL 1909 N. Sepulveda Blvd. I Suite 400 1 El Segundo I CA 90245 1310.643.7900 1 www.weoneil.com teck A License - License Detail - Contractors State License Board Page 1 o Contractor's License Detail for License # 494031 1ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this (formation, you should be aware of the following limitations. CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on th link or button to obtain complaint and/or legal action information. Per B&P 7071.17 , only construction related civil judgments reported to the CSLB are disclosed. Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. Due to workload, there may be relevant information that has not yet been entered onto the Board's license database. Business Information W E O'NEIL CONSTRUCTION CO OF CALIFORNIA 909 N SEPULVEDA BLVD SUITE 400 EL SEGUNDO, CA 90245 Business Phone Number:(310) 643-7900 Entity Corporation Issue Date 06/24/1986 Expire Date 06/30/2016 License Status This license is current and active. All information below should be reviewed. Classifications B - GENERAL BUILDING CONTRACTOR A - GENERAL ENGINEERING CONTRACTOR Bonding Information Contractor's Bond This license filed a Contractor's Bond with WESTERN SURETY COMPANY. Bond. N um ber: 929330990 Bond Amount: $12,500 Effective Date: 05/12/2007 Contractor's Bond History Bond of Qualifying Individual This license filed Bond of Qualifying Individual number 929523607 for FINN JOHN EDWARD in the amount of $12,500 with WESTERN SURETY COMPANY. ;Effective Date: 08/08/2011 Workers' Compensation This license has workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY 113olicy Number:WC353310314 Effective Date: 03/31 /2014 ,Expire Date: 03/31/2015 Workers' Compensation History Other Personnel listed on this license (current or disassociated) are listed on other licenses. ps://www2.cslb.ca.gov/OnlineServices/CheckLicenselI/LicenseDetail.aspx?LlcNum=494031 10/10/20 City of Huntington Beach pY. Business License P.O. BOX 711 ., Huntington Beach, CA 92648-0711 W E O'NEIL CONSTRUCTION CO RAMSAY BRIAN 909 NORTH SEPULVEDA BLVD #400 EL SEGUNDO CA 90245 Busines Renewal Notice License Nu er A189006 _- SIC # 1542 Payment Due By 06130/2014 Expiration Date After Renewal 6/30/2015 SB 1186 Fee $1.00 Business Tax $142.50 Renewal Fee $16.64 Delinquent Penalty $0.00 Total Paid $0.00 lease pay total amount due $160.14 KLtlat�i �0//q-1` T Review business information below and update if necessary. Return with payment if changes are made. Keep a copy for your records. Business Name 'W E O' NEIL CONS T RUC T iON CO License Number A 189006 Business Owner �YY►8S �. L Business Address Mailing 909 NORTH SEPULVEDA BLVD #400 EL SEGUNDO CA 90245 Website Phone f fax (310) 643-7900 (310) 643-7900 E-mailt Social Security # XXX-XX-0000 Fed. Tax ID # 95-40281 State ID # 0 - - State Resale # ---.._._...... ..........------- ------ — --- Contractors State Contractor's # 494031 Class B} � PS # Owner/ Employees Full time 4 Part time (FTE) {i5iC1SS=ustitagree ;pith Federal / State Employment Tax return # Business Vehicles Under 1 ton 0 1 - 3 tons Over 3 tons Vehicle License Plate #'s Coin operated machines Vending / Service 0 Bulk Vending 0 Music Amusement 0 Vending Machine Company / Phone Alarm on premises (Y/N) If yes; Permit # (call 714-960-BB05 for application) I hereby declare enalty of perjury that the above statements are true. j f Signed t ') � �� Date (c) I/ Contractors that provide service to you regularly (attach list) Name Address RETURN V6iTEl AaCn•= Review Permits Status Online: Visit: www.huntingtonbeachca.gov/permitonlilne Questions? Business License: (714) 536-5267 Planning & Building: (714) 536-5241 ALiif�stpYa.. mom, O Finance Department Receipt W E O'NEIL CONSTRUCTION CO 111 Dept. of IssuancCAI ty Treasurer Permit / License89006 Fee Amount Paid Business License renewal $16.64 SB 1186 Fee $1.00 Tax $142.50 October 02, 2014 Receipt Number 317668 Cashier Batch # 20141002000PC2890 Amount Paid $160.14 Payment Method Check Amount Outstanding $0.00 Review Permits Status Online: Visit: www.huntingtonbeachca.gov/permitonlilne Questions? Business License: (714) 536-5267 Planning & Building: (714) 536-5241 W.E. O'NEIL CONSTRUCTION CO. 30733 (, IMPREST ACCOUNT(( 909 N. SEPULVEDA BLVD., SUITE 400 EL SEGUNDO, CA 90245 j (310) 643-7900 DATE /O / f % 2-1-710 ug PAY 11 i / ' i TO THE ORDER OF `t O l l� lt�i �� c'}(�CLC,/� q1 �y -� $b DOLLARS - t CHASE � j -- JPMorgan Chase Bank, N.A. -w - - - wrnv.Chase.com - II°0,30733113 .I:0710000131: -= 93 3335 81I° City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID528; ID529; iD531; iD536; iD;537; iD551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFi responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume 1, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume 1, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume 1, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Addendum Number One, dated Septerqber 30, 2014. W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA ��Aw Company Name By Vincent J./DiNunzio, Vice President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht.1D516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dated t �' eX 03, 2014. W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA (QJ Company Name By Vincent J. DN unzio, Vice President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH W=*T43pyJKJJff Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 2) CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This is to acknowledge receipt and review of Addendum Number Two, dated October 07, 2014. W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Company Name By Vincent J. iNunzio, Vice President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS — ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. 3) CLARIFICATIONS A — Updated Curtainwall/Storefront/Al u min um Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. This is to acknowledge receipt and review of Addendum Number Three, dated Orpber 7, 2014. W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA ✓✓� Company Name By Vincent J. DiNu zio, Vice President October 14, 2014 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows; 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, dateV ct ber , 2014. W.E. O'NEIL CONSTRUCTION CO. OF CALIFORNIA Company Name By Vincent J. DiNu io, Vice President October 14, 2014 Date ' All bidders must acknowledge and include the receipt of this Addendum with Your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or rendor service to the bidder on said contract in an amount in excess of one-half of one pecent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract 02200 POST EARTHWORKS 02510 TERRA PAVE 02521 LOPEZ ENGINEERING 02550 PAULUS ENGINEERING 02900 BENNETT LANDSCAPE 3301 TRIPLE STAR COAST 04405 p`M f IQ� �` Q'`Q/�G�(i \1 05100 WEST COAST IRON INC 6100 DYMOND BUILDERS INC C-6 CONTRACTOR: (Name, legal status and address) W.E. O'Neil Construction Co. of California 909 N. Sepulveda Blvd., #400 El Segundo, CA 90245 OWNER: (Name, legal status and address) City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 BOND AMOUNT: 10% of Amount Bid T i7 Bond No. N/A SURETY: Continental Casualty Company: Illinois Corporation (Name, legal status and principal place of business) 333 S. Wabash Avenue 41 st Floor Chicago, IL 60604 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: (Name, location or address, and Project number, if any) Huntington Beach Senior Center, 18041 Goldenwest Street, Huntington Beach, CA 92647 New single story 37,563 square foot building The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 2nd day of October 2014 W.E. O'Neil Construction Co. of California (Principal) (Seal) c ness) (Title) Vincent J. 25iNunzio, Vice President Continental Casualty Company (Surety) Aq� (Seal) (Witness) (Title) Amy C. Homer, Attorney -in -Fact CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that changes will not be obscured. Printed in cooperation with the American Institute of Architects (AIA). The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond - 2010 Edition. POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint J A Maderak, David L Jennings, Richard M Keehan, Jr., H Donald Peterson, Amy C Homer, John R Daeschler, Individually of Chicago, IL, their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 29th day of August, 2013. CAS %SURq'OfC' `pd pe OoAPOAAre d� %qAW R9TFG 6 fi o 5 o v SEAL 1e91 � r'►aa�� Continental Casualty Company National Fire Insurance Company of Hartford American Cas alty Company of Reading, Pennsylvania Paul T. Bruflat Vice President State of South Dakota, County of Minnehaha, ss: On this 29th day of August, 2013, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. J. MOHR (� NOTARY PUBLIC SOUTH OMOTA S L My Commission Expires June 23, 2015 J. Mohr Notary Public CERTIFICATE I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the r2-ere hereof is still in for e. In testimony whereof I halble unto subscribed my name and affixed the seal of the said insurance companies this nd day of 6etober ?spy r <r n 0(APOAArg F °U SEAL 1891 � by a JUL,i. Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary Form F6853-4/2012 State of Illinois County of Lake ACKNOWLEDGMENT On October 2 , 2014 before me, David L. Jennings, notary public (insert name and title of the office) personally appeared Amy C. Homer who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ®®000®®®®®®o®®®®®®®®a®a®o®®o ® "OFFICIAL SEAL" WITNESS my hand and official seal. DAVID L. JENNINGS o Notary Public, State of Illinois tMy Commission opine o3/04/95 ooea�$�+�oaoaa�QOQoomocoao®e Signat % (Seal) CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of "S tc%A 6Z_� On L before me, �� ��' �S v N CAL (Here insert name and title qT the officer) , 1 personally appeared V `\`� C/�,�� J D \ NV t /A ip who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han and fficial sea Signature of Notary Public ERICKA SCHENCK �� Commission # 1910232 Z ,I;:e Notary Public - California a Z 'sue Los Angeles County My Comm. Expires Oct 24, 2014 t (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attachea doctarient) (Title or description of attached 4Zct t continued)) Number of Pages Document Dat / ` (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(s) ❑ Attorney -in -Fact ❑ Trustce(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as appears above in the notary section or a separate acknowledgment form must be properly completed and attached to that document. The only exception is if a document is to be recorded outside of California. In such instances, any alternative acknowledgment verbiage as may be printed on such a document so long as the verbiage does not require the notary to do something that is illegal for a notary in California (i.e. certifying the authorized capacity of the signer). Please check the document carefullvforproper notarial wording and attach thisform ifrequired. • State and County information must be the State and County where the document signer(s) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed. • The notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarization. • Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. he/she/the),- is /are ) or circling the correct forms. Failure to correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate title or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a corporate officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to the signed document 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com City ®f Huntington Beach 2000 Main Street ® Huntington Beach, CA 92648 (714) 536-5227 ® www.huntingtonbeachca.gov Office of the City Clerk Joan L. Flynn, City Clerk January 23, 2015 Woodcliff Corporation 1849 Sawtelle Blvd., #610 Los Angeles, CA 90025 RE: Senior Center in Central Park — CC-1473 Enclosed please find your original bid bond for CC-1473. Sincerely, J F: pe Enclosure Sister Cities: Anjo, Japan ® Waitakere; New Zealand OODCLIFF CORPORATION 1849 Sawtelle Blvd,, Suite 610 Los Angeles, CA 90025 51 P arc-. t3,D9416: 'FC l V Ell 2U14 OCT 14 P-1 1: 5 3 CITY CLERK CITY OF HUNTINGTON BEACH W u o T! A E-4'm1l+ J?. oth � F► ©F +"0- C-try cc.rrz,)-?— S54aN D F F� 2aa'n MAAI N S71-9G T �UaTl rwrog w= '0-cfA'c>4.9 z&z+ pu(4-ntq C.-mv FA I VAC-)-� Cat4 I or?— C=r—�V_ . e--c- 00. 1473 10-14-1� P-;,J 0) -`I me,.. 2.'.Dv r V" - ` Y SECTION C PROPOSAL for the construction of Huntington Beach Senior Center CC No. 1473 in the CITY OF HUNTINGTON BEACH TO THE HONORABLE MAYOR AND MEMBERS OF THE COUNCIL OF HUNTINGTON BEACH: In compliance with the Notice Inviting Sealed Bids, the undersigned hereby proposes and agrees to perform all the work therein described, and to furnish all labor, material, equipment and incident insurance necessary therefor, in accordance with the plans and specifications on file in the office of the City Engineer of the City of Huntington Beach. The undersigned agrees to perform the work therein to the satisfaction of and under the supervision of the City Engineer of the City of Huntington Beach, and to enter into a contract at the following prices. The undersigned agrees to complete the work within 320 working days, starting from the date of the Notice to Proceed. BIDDER declares that this proposal is based upon careful examination of the work site, plans, specifications, Instructions to Bidders and all other contract documents. If this proposal is accepted for award, BIDDER agrees to enter into a contract with AGENCY at the unit and/or lump sum prices set forth in the following Bid Schedule. BIDDER understands that failure to enter into a contract in the manner and time prescribed will result in forfeiture to AGENCY of the guaranty accompanying this proposal. BIDDER understands that a bid is required for the entire work, that the estimated quantities set forth in the Bid Schedule are solely for the purpose of comparing bids and that final compensation under the contract will be based upon the actual quantities of work satisfactorily completed. THE AGENCY RESERVES THE RIGHT TO DELETE ANY ITEM FROM THE CONTRACT. It is agreed that the unit and/or lump sum prices bid include all appurtenant expenses, taxes, royalties, fees, etc., and will be guaranteed for a period of sixty days from the bid opening date. If at such time the contract is not awarded, the AGENCY will reject all bids and will readvertise the project. In the case of discrepancies in the amounts bid, unit prices shall govern over extended amounts, and words shall govern over figures. C-1 If awarded the Contract, the undersigned agrees that in the event of the BIDDER'S default in executing the required contract and filing the necessary bonds and insurance certificates within 10 working days after the date of the AGENCY'S notice of award of contract to the BIDDER, the proceeds of the security accompanying this bid shall become the property of the AGENCY and this bid and the acceptance hereof may, at the AGENCY'S option, be considered null and void. Accompanying this proposal of bid, find 10 % Bi_D .3aN>D in the amount of which said amou t is not less than 10% of the aggregate of the total bid price, as required by the Notice Inviting Sealed Bids, payable to the AGENCY. (Please insert the words "Cash", "Certified Check", or "Bidder's Bond for % if as the case may be) Any standard Surety Bid Bond form is acceptable. Bidder shall signify receipt of all Addenda here, if any: Addenda No. Date Received Bidder's Signature ' 1 0�— Z UP DA'T>` 10. 0 9-_ i L 3 10_ o,� -i 4 In_o9_I _ C-2 DOCUMENT 004113 - BID FORM - STIPULATED SUM (SINGLE -PRIME CONTRACT) 1.1 BID INFORMATION I A. Bidder: W/DOp e- -1 Ft~ Co 2+Po2QT1p/�! B. Project Name: Huntington Beach Senior Center C. Project Location: 18041 Goldenwest Street Huntington Beach CA. D. Owner: City of Huntington Beach. E. Owner Project Number: CC #1473. F. Architect: DLR Group G. Architect Project Number: 75-13765-00 1.2 CERTIFICATIONS AND BASE BID A. Base Bid, Single -Prime (All Trades) Contract: The undersigned Bidder, having carefully examined the Procurement and Contracting Requirements, Conditions of the Contract, Drawings, Specifications, attached reports, referenced standards and all subsequent Addenda, as prepared by DLR Group and Architect's consultants, having visited the site, and being familiar with all conditions and requirements of the Work, hereby agrees to furnish all material, labor, equipment and services, including all scheduled allowances, necessary to complete the construction of the above -named project, according to the requirements of the Procurement and Contracting Documents, for the stipulated sum of: ZAK 71 t1 AAJ Dollars ($ f Z_ 1.3 BID GUARANTEE A. The undersigned Bidder agrees to execute a contract for this Work in the above amount and to furnish surety as specified within [10] ten days after a written Notice of Award, if offered within [60] sixty days after receipt of bids, and on failure to do so agrees to forfeit to Owner the attached cash, cashier's check, certified check, U.S. money order, or bid bond, as liquidated damages for such failure, in the following amount constituting five percent (5%) of the Base Bid amount above: . /GGII/�'.', 7'Z P~,pt*V np JF- Y��,0W.P, �� Dol YAWl 1 C-3 N B. In the event Owner does not offer Notice of Award within the time limits stated above, Owner will return to the undersigned the cash, cashier's check, certified check, U.S. money order, or bid bond. 1.4 BID SUPPLEMENTS A. The following supplements are a part of this Bid Form and are attached hereto. 1. Bid Form (Appendix E) 1.5 CONTRACTOR'S LICENSE A. The undersigned further states that it is a duly licensed contractor, for the type of work proposed, in City of Huntington Beach, and a copy provided in the bid package showing it has been paid in full. DOCUMENT CONTINUES ON NEXT PAGE C-4 1.6 SUBMISSION OF BID Respectfully submitted this A day of 00-013£P- 2014. Submitted By: wooDetw r=F- cooftnPA-'i o k (Name of bidding firm or corporation) Authorized Signature: (Han written signatur Signed By: 'gi4-0-;,4K- (Type or print name) Title: fines,Dr--tjr. (Owner/Partner/P esident/Vice President) Witness By: 1 (Handwritten signature) P Attest: - (Handwritten signature) By: OM 1 D 1-A&¢.1Z ? (Type or print name) Title': P•, S._.._er'*-� ApR� (Co= ute Sevretary or Assi—stant Secretary) Street Address: 19 Z+! j SA'ut MLLB-SN/f>.SUtTIc Ca to City, State, Zip L.05 "I.G-t'Et;e�S" CA-`(002'� Phone: 310 - 3 1 2 — 14-0 b License No.: a19:3 y &3 Federal ID No.: (Affix Corporate Seal Here) C-5 LIST OF SUBCONTRACTORS In accordance with Government Code Section 4104, the Bidder shall set forth the name and business address of each subcontractor within 24 hours by apparent low bidder who will perform work or render service to the bidder on said contract in an amount in excess of one-half of one percent of the total bid or $10,000, whichever is greater, and the portion of the work to be done by such subcontractor. .-Name and Address of Subcontractor. i i C-6 Spec Sec # Name and Address of Subcontractor State License Class Dollar Amount % of Contract Number 94APIA4 /�! • 17 /RJsG�Lflfil� z nC4 � OPFIA)6 CO U9A) �T/ I - CO. ZP 3/ C-7 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract #V4-(- * ,file OV! SDGunP-A)S c®Wl�p�. C�- -t7gorL i t""M1 4 MPI "I Ac»dG pig' C-s Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 Spec Sec # Name and Address of Subcontractor State License Number Class Dollar Amount % of Contract C-8 By submission of this proposal, the Bidder certifies: That he is able to and will perform the balance of all work which is not covered in the above subcontractors listing. 2. That the AGENCY will be furnished copies of all subcontracts entered into and bonds furnished by subcontractor for this project. C-9 NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on 16.14-1 , at t_os /sN�� S , t'A-• Los s�Ny��s Date I0-14-i4 City State na-- l i=i�) A S-4.5A.Y-- t4EHOP-&W , being first duly sworn, deposes and says that he or she is of \*aP i F;F G09-Poj?,4TIc)M the party making the foregoing bid that the bid is not made in the interest of, or on the behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price, or that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. A ►L- J-14b. Name of Bidder Si nature of Bidder t640444n�J-S -v:;.&V0.5aiT-S 610 Address of Bidder LPs MyEL-6S,CA-1tW25 C-10 CALIFORNIA JURAT WITH AFFIANT STATEMENT -See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of Lam' gW16EL4F7C ALLAN M.JORGE Commission #E 1981013 z ' Notary Public - California z Los Angeles County 3 M Comm. Expires Jul 2, 2016 Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this T day of 20_1.!�-71by Date ,Month Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (,alSd Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature Sign r f Notary c Place Notary Seal Above 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 Top of thumb here Top of thumb here Further Description of Any Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Number of Pages: ©2007 National Notary Association- 9350 De Soto Ave., P.O. Box 2402 -Chatsworth, CA 91313-2402- www.NationalNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 UTILITY AGREEMENT HONORABLE MAYOR AND CITY COUNCIL CITY OF HUNTINGTON BEACH, CALIFORNIA To Whom it May Concern: The undersigned hereby promises and agrees that in the performance of the work specified in the contract, known as the Huntington Beach Senior Center, (1)(we)(it) will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary or transmission facilities. The term "Qualified Person" is defined in Title 8, California Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." The undersigned also promised and agrees that all such work shall be performed in accordance with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of California Cal -OSHA requirements. The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the undersigned, and that the undersigned shall take steps as are necessary to assure compliance by any said subcontractor or subcontractors with the requirements contained herein. Date:-jd-q—q "qe-w f ;F Contractor r Title C-11 DISQUALIFICATION QUESTIONNAIRE In accordance with Government Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire. QUESTIONNAIRE Has the Bidder, any officer of the Bidder or any employee of the Bidder who has a proprietary interest in the Bidder ever been disqualified, removed or otherwise prevented from bidding on or completing a Federal, State or local government project because of a violation of law or a safety regulation? ❑ Yes No If the answer is yes, explain the circumstances in the space provided. C-12 COMPENSATION INSURANCE CERTIFICATE Pursuant to Section 1861 of the State Labor Code, each contractor to whom a public works contract has been awarded shall sign the following certificate. I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. Date: 10-1L--lL� y(�oo��Ll F� �'izA-710� Contractor B -f A-SSt Title C-13 BIDDER'S INFORMATION BIDDER certifies that the following information is true and correct: Bidder Name T41 5("jE5u-e, Business Address Le�s A44GStEr> CA • 966 25 City, State Zip (31n ) 312---1400 Telephone Number State Contractor's License No. and Class 03 —08.— I90i Original Date Issued 03-31-- 20l Expiration Date The work site as inspected by DM b I of our office on !a n g , 2014. The following are persons, firms, and corporations having a principal interest in this proposal: 5ptsp K IIENo2a 3'2=-§1PF j�? 4S rN7-GZ- O M ► 0 s Aa C-14 The undersigned is prepared to satisfy the Council of the City of Huntington Beach of its ability, financially or otherwise, to perform the contract for the proposed work and improvements in accordance with the plans and specifications set forth. Co pany Name Sig ature of Bidder Printed or Typed Signature Subscribed and sworn to before me this 14 day of 06y3F.Z , 20 NOTARY PUBLIC ; � �l )6 7�;'�� * NOTARY SEAL C-15 CALIFORNIA JURAT WITH AFFIANT STATEMENT X See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 State of California County of LOT hW& EGrS ALLAN M.JORGE Commission # 1981013 -ai Notary Public - CalHomia Los Angeles County My Comm. Expires Jul 2, 2018 Place Notary Seal Above Signature of Document Signer No. 2 (if any) Subscribed and sworn to (or affirmed) before me on this / day of QG7n65157K 20 , by Date Month Year Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (mid Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature ` Sig t of Note ublic 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. Further Description of Any Attached Document Title or Type of Document Date: Signer(s) Other Than Named Above: Number of Pages: RIGHT THUMBPRINT RIGHTTHUMBPRINT OF SIGNER #1 OF SIGNER #2 .p of thumb here Top of ©2007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NationaiNotary.org Item #5910 Reorder: Call Toll -Free 1-800-876-6827 EXPERIENCE and REQUIREMENTS For the purposes of this project, the bidder shall provide project history of similar work, specifically referencing the construction of; a new 38,000 SF single story building, new parking lot with landscape planters and drive entrance off of Goldenwest Street for a public agency. The existing site will be graded and new utilities will be brought onto the site for the new building." The Agency reserves the right to reject any proposal as non responsive or non responsible. In order to be deemed responsive to this portion of the bid, the following requirement s must be met to the satisfaction of the Agency. 1) Contractor shall possess a valid and current Class "B" California Contractor's license for the project or projects for which it intends to submit a bid. 2) Contractor's insurance company shall be authorized to do business in the State by the Department of Insurance and meet the following qualifications: A.M. Best's Key Rating of Grade A and Class VII (seven) (if an Admitted Insurer), and Grade A- or better and Class X (ten) or better (if offered by a Surplus Line Broker). Worker's compensation insurance rated Grade B- or better and Class VII (seven) or better, or offered by the State Compensation Fund. 3) Contractor's license shall not have been revoked at any time in the last eight (8) years. 4) Contractor shall not have had a surety firm completed a contract on your behalf, or paid for completion because your firm was default terminated by the project owner within the last eight (8) years. 5) Contractor or any of its owners or officers shall not have been convicted of a crime involving the awarding of a contract of a government construction project, or the bidding or performance of a government contract at any time during the last eight (8) years 6) At the time of submission of this proposal package, the Contractor, or any subsidiary, parent, holding company or affiliate, or any of their respective owners, partners, or officers shall not be a plaintiff in an active lawsuit against a Public AGENCY. 7) Contractor shall have successfully completed three comparable public works projects within the last 8 years. Comparable projects shall be as follows: a) Project must have been for a public agency and include a single story public building including complete shell, core, complete interior build out greater than 15,000 SF (and at least 10,000 SF gross structural area of building) with associated site improvements with a minimum contract amount of $10,000,000 per project. C-16 b) At least one of the comparable projects must have been a Community Center or Senior Center or similar building facility constructed for a municipality or county. Bidders are encouraged to submit supplemental relevant project history in addition to the projects listed herein. c) At least two of the projects submitted must be in California d) Contractor must have been in business for a minimum of ten, (10) years under the Contractor's license number submitted for this bid. 8) Contractor shall fill out the information below for a minimum of three public agencies for which the bidder has performed the comparable work described directly above. If Bidder's prior performance on a project for a public agency within the last five years has been unsatisfactory pursuant to reference check, Bidder may be deemed non responsive and/or non responsible at the discretion of the City. Los Angeles Community College District A. 915 Wilshire Blvd Suite 180, Los Angeles, CA 90017 Name and Address of Public Agency Name and Telephone No. of Project Manager: Charles Wren (323)316-0898 New Construction + $21.4 M Renovation 12/2013 Contract Amount Type of Work Date Completed 80,000 SF Building Square Footage Provide additional project description to show similar work: Modernization of existing Life Science and Chemistry Building and new building for Health, Fitness and P.E. Building. City of Orange B. 300 N Chapman Avenue, Orange, CA 92866 Name and Address of Public Agency Name and Telephone No. of Project Manager: Majed Farhat (714) 744-5562 $ 13.2 M Renovation + New Construction 12/2006 Contract Amount Type of Work Date Completed 28,000 SF Building Square Footage Provide additional project description to show similar work: City of Orange Main Library. includes demolition of existing site improvements, exterior renovation of existing building and new construction of an addition building. C-17 Lawndale Elementary School District C. 4535 West 153rd Street, Lawndale, CA 90260 Name and Address of Public Agency Name and Telephone No. of Project Manager: Arash Abassian (310) 973-1300 $12.5 M New Construction 9/2006 Contract Amount Type of Work Date Completed 84,000 SF Building Square Footage Provide additional project description to show similar work: Jane Adams Middle School. Work compreised building new classrooms. All construction and services required for converting E.S. building for use as middle school, new classroom building, new gymnasium and construction site improvements. C-18 Bidder's Critical Staff Listed below are the names of the bidders proposed Construction Project Manager, and Superintendent. For each of these critical positions, please list at least three projects for which the critical staff has performed similar work within the last five years. These projects do not have to be under the employment of the bidder of this project. Bidders are encouraged submit supplemental relevant project history in addition to the projects listed herein. Bidder agrees that personnel named in this Bid will remain on this Project until completion of all relevant Work, unless substituted by personnel of equivalent experience and qualifications approved in advance by City. 1 Omid Tabrizi Name of proposed Project Manager Telephone No. of proposed Project Manager: 310-312-1403 / 310-595-5789 Modernization of Life Science & Chemistry Bldg + New Construction New Bldg. for Health, Fitness & P.E. Bldg. $21.4 M + Modernization 12/2013 Project Name & Contract AmountType of Work Date Completed Renovation + City of Orange, Main Library $ 13.2 M New Construction 12/2006 Project Name & Contract AmountType of Work Date Completed Jane Adams Middle School $12.5 M New Construction 9/2006 Project Name & Contract AmountType of Work Date Completed 2 Robert Everhart Name of proposed Superintendent Telephone No. of proposed Superintendent: 310-312-1400 / 909-771-9152 UCLA Young Research Library $9 M Renovation 3/2011 Project Name & Contract AmountType of Work Date Completed SSA Tustin Family Campus $21.8 M New Construction 9/2009 Project Name & Contract AmountType of Work Date Completed City of Orange Main Library $13.2 M New Construction 9/2006 Project Name & Contract AmountType of Work Date Completed D-19 City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDS DUM NUMBER ®NE For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH September 30, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 1 Architectural: Sht. T001; A100; A201; A606; A607; A711; A730 dated 09.26.14 Interior Design: Sht. ID524; ID526; ID526; ID529; ID531; iD536; ID;537; iD551 Dated 09.26.14 Structural: Sht. SD3.1 dated 09.26.14 Electrical: GLP written addendum dated 09.30.14. Shts. E001; E002; E003; E004; E005; E006; E007; E101; E102; E103; E201; E202; E203; E301; E302; E303; E401; E402; E403; E501; E502 dated 09.26.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 09.30.14 3) CLARIFICATIONS A. Specifications Volume I, Section B-19 - The last day to submit pre -bid RFI's is extended to 2:00 PM on 10.03.14 B. Contractor shall obtain Builders Risk Insurance per the attached requirements. C. A Fire Dept. all-weather access road is required to be in place on site prior to commencing wood framing. D. The construction schedule is 320 working days. E. Specifications Volume I, Section C-1.3 — Revised to: The required bid bond amount is 10% of the base bid amount. F. Specifications Volume I, Section C-1.5 — Revised to: The project requires the contractor to possess a valid State of California contractor's license of the proper classification in accordance with the provisions of Public Contract Code Section 10164. G. Specifications Volume I, Section E-7.5 — Revised to: Prior to the start of any work, the Contractor shall take out the applicable AGENCY permits and arrange for AGENCY inspections. The AGENCY will issue the permits at no charge to the Contractor. The Contractor and all subcontractors shall each obtain an AGENCY business license, and shall be licensed in accordance with State Business and Professions Code. The Contractor, at no additional cost to the AGENCY, shall also obtain any and all permits, licenses, inspections, certificates, or authorizations required by any governing body or entity. H. Specifications Volume I, Section E — 2-3.2 Self Performance requirement is waived. I. Data Review and Risk Screening Report, LANGAN, dated 09.25.14 is attached herein. This is to acknowledge receipt and review of Alddendum Number One, ted September 30, 2014. v%ODrJcLI FF COfLF37�d�►Tl GN Company Name By Io-, Irk-14 Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 03, 2014 Notice To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) UPDATED PLANS —ADDENDUM 2 Architectural: Sht. A011 & A203 Added Handrail; Sht. A711 Detail of Ceramic tile floor; Detail of Service Window at Kitchen; City STD Det. 711; Spec Section 08-8313 Mirrored Glass; Spec Section 10-5616 Metal Shelving dated 10.03.14 Interior Design: Sht. ID516; !D527; ID 550, dated 10.03.14 2) RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.03.2014 3) CLARIFICATIONS A - Rough and Precise Grading are a part of the scope of work and contract. See Civil Plans included in the Bid Documents. This is to acknowledge receipt and review of Addendum Number Two, dat d October 03, 2014. 11VOODCA4 FF C'O T1ehJ �► Company Name By Date All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. 1) 2) City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM (NUMBER TWO UPDATE For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 To All Bidders: note the following clarifications to the Project Plans, Specifications, and Special Provisions: UPDATED PLANS —ADDENDUM 2 UPDATE Architectural: Updated Door and Finish hardware Schedule, dated 10.07.2014 CLARIFICATIONS A — Specifications Section 15970 (Energy Management Systems) Part 1 — 1.02 — E Pre - Qualified Bidders is deleted entirely. This l is to acknowledge receipt and review of Addendum Number Two, d ted October 07, 2014. W,000C, b I F!= 6Psz4 'o RAT I oA Company Name By 110 -14-14 Date 0 All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. It 2) 3) City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 ADDENDUM NUMBER THREE For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 07, 2014 To All Bidders: note the following clarifications to the Project Plans, Specifications, and Special Provisions: UPDATED PLANS — ADDENDUM 3 Architectural: Sht. A221, A222, A223 showing roof traffic pad locations. RFI RESPONSES Please see attached RFI responses to date, DLR Group dated 10.07.2014. Attached are roof plans with traffic pads shown in response to RFI #71. CLARIFICATIONS A — Updated Curtainwall/Storefront/Aluminum Window Specifications, dated 10.07.2014. Please note requirements for structural calculations, steel stiffeners as required, sealant requirements, mock-up and testing requirements. r > is to acknowledge receipt and review of Addendum Number Three, ated October 07, 2014. impany Name By to - (cam. -14 All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. City of Huntington Beach Public Works Department 2000 Main Street Tel. (714) 536-5431, Fax (714) 374-1573 For HUNTINGTON BEACH SENIOR CENTER CC NO. 1473 in the CITY OF HUNTINGTON BEACH October 09, 2014 To All Bidders: Please note the following clarifications to the Project Plans, Specifications, and Special Provisions: 1) RFI RESPONSES Response to RFI # 102 as follows: The Builder's Insurance categories for soft costs that bidders are to provide are as follows: 1. A&E Services 2. Construction Management 3. Geotechnical Services 4. Testing and Services 5. Fixtures, Furnishings & Equipment 6. City of Huntington Beach Fees and Administration The maximum dollar amount for providing the soft costs are to be $1.35 million dollars. This is to acknowledge receipt and review of Addendum Number Three, ated October 09, 2014. VV0&0C w FF CO¢?4f2+aT)y' M Company Name By Ito-►4—ty- All bidders must acknowledge and include the receipt of this Addendum with your bid proposal. Should you have any questions regarding this Addendum, please call Jim Wagner at (714) 536-5431. State Of California a RS STATE LICENSE BOARD ,.._MCONTRACTOACTIVE LICENSE aIT,. L,C-, 719883 EM, CORP 6� ,� WOODCLIFF CORPORATION B A E�,�� owe 03/31 /2016 www. csl b. ca. gov AIA Document A31oTM -2010 11 IJ CONI CTOR: WOODCLIFF CORPORATION (vam , legal status and address) 1849 Sawtelle Blvd. Suite 610 Los Angeles, CA 90025 OWNER: City of Huntington Beach 'ante, legal status and address) 2000 Main Street Huntington Beach, CA 92648 SURETY: Great American Insurance Company (Name, legal.status and principal place of business) 580 Walnut Street Cincinnati, Ohio 45202 : 0 TEN PERCENT (10%) of the Total Amount Bid This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. PROJECT: Huntington Beach Senior Center (1Arante, location or address, acid Project number, if arfv) 1841 Goldenwest Street Project Number, if any: CC No. 1473 Huntington Beach, CA 92647 The Contractor and Surety are bound to the (honer in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as pro,,rided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor withinithe time specified in the bid documents, orwithin such tine period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to am, extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. if tiffs Bond is issued in connection with a subcontractor's bid to a Contractor, the tern Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. I When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated heroin- When so furnished, the intent is that this Bond shall be construed as a statutory bond and not a s a common law bond. Signed land. Sealed this 13th 'day of October, 2014 _ ( III / Woodcliff Corporation "lv�'%� _ 'ram/cis'! (Principal} (Seal) ( ' itneis) P i426 1 DEW— ' (Title) Great America n,4nsurance Company S (Seal) F-'fitness ristine Maestas, V.P. Surety Operations (Title) Edward N. Hackett , Attorney in Fact AIA Document A31 OTm — 2010. Copyright 0 1963,1970 and 2010 by The American Institute of Architects. All rights reserved. F®RNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LDS /¢s(%S On before me, AaAVV Al • AOP4 , "P7 trl Date Here Here Insert Name and Title of the Qjfficer perso i ally appeared NameVT ofSigner( who proved to me on the basis of satisfactory evidence to be the person* whose name(O is/W subscribed to the within instrument and acknowledged to me that hel,We/to6y executed the same irill/tjlAir authorized capacity(iA, and that by his/Wr/tWr signature(o on the 15 ALLAN AA. JORGE instrument the personal, or the entity upon behalf of Commission # 1981013 which the person) acted, executed the instrument. Notary Public - California a Los Angeles County I certify under PENALTY OF PERJURY under the laws Comm. Expires Jul 2, 2016 of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. 7— Signature Place Notary Seal Above Sign r of Notaryeublic 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. Description of Attached Document � Title or Type of Document: �l� _4% Document Date: Number of Pages: Signer(s) Other Than Named Above: (ies) Claimed by Signer(s) Signer's Name: El Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General _ _ _ 1111 ❑ Attorney in Fact • El Trustee Top of thumb here ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 'RIGHTTHI9MBPRINT'i ..OFSIGNp of : here R 02007 National Notary Association • 9350 De Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313-2402 • www.NabonalNotaryorg Item #5907 Reorder: Call Toll -Free 1-800-876-6827 CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Orange On OCT 13 2014 before rne, C. Maestas, Notary Public (Here insert name and title of the officer) personally appeared Edward N. Hackett who proved to me on the basis of satisfactory evidence to be the person(&) whose name(a) is/ef-e Subscribed to the within instrument and acknowledged to me that he/-she/t-hey executed the same in hisilhetAhetr• authorized capacity(ic3), and that by his/hetAheir signature(-•) on the instrument the person(-•), or the entity upon behalf of which the petson(a) acted, executed the instiurnent. I certify under PENALTY OF PERJURY under the taws of the State of California that the foregoing paragraph is true and correct. J!IIIIIIIII!1111111lIIIIIIIIIIIIIIIIIIII!III111111111111111111111111111111111111111111I1i_�' C. MAcSTAS WITNESS my hand and official seal. z -'- ;ion Netury Public - Ca-424 hicrr.;a Orange County My Comm. Expires Jul 24, 2015 ��'!�!!!!'!:'"�'!!�!!:,'!I!!!!I!I!III!L'IU!i I!Illllllliflllllll!IIIIIII!Illllllln!In�- (Notar); Seal) r_ ary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description ofauached document) (Title or description of attached document continued) Number of Pages Document Date OCT 13 2014 (Additional information) CAPACITY CLAIMED BY TI IE SIGNER • Individual (s) • Corporate Officer (Title) • Partner(s) 93 Attorney -in -Fact • Trustee(s) • Other INSTRUCTIONS FOR COMPLETING TEIIS FORM :Irn cnknmrlcdgrueut completed in Calilbrnia must contain verbiage exact(: as appears above in the muturr seeiion ur it separate cn•kmoudedguetn Ihrmr mntst be properly completed and attached to that documxni. The only exception is i% it document is to he recorded ontside o%Calilhrnio. lit such instances. am• altemenive aeknou led cent verbiage as nrgr he pritaed on snch it docnmeut so lung as the rerhiage dues not require the uotary m do somedring that is illegal,/in- it notoi:v in C'alilurnia (i.e. certili•ing the onihuri=ell c•apucin' q%the signer). please check the cloc•umrertt cure%nlh ;/in proper uaGrrird u•ordir{g and attuc•h iris frrru i% required. • state and County information mist be the state and County "-here the document signer(s) personally appeared before the notary publie for acknowlLdgmcnt. • Date ofhotarization nnrst be the date that the signer(s) personally appeared which must also be the same date the acknowledgment is completed, • The notary public must print his or leer name as it appears within his or her commission followed by a comma and then your title (notary public). • Print the name(S) ordoeument signer(s) who personally appear at the time of notarirttion. Indicate the correct singular or plural forms by crossing off incorrect forms (i.e. 4teisheAiiey— is=urc ) or circling the correct forms. Failure to correetly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. Impression must not cover test or lines. If seal impression smudges, re -seal if a sufficient area pennits, ofherw ise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with the office of the county clerk. tat Additional infomntlion is not required but could help to ensure this acknowledgment is not misused or attached to a different document. OR Indicate title or type of attached document, number of pages and date. OR Indicate the capacity claimed by the si finer. lrthe claimed capacity is a cogtomtc officer, indicate the title (i.e. CEO, CFO, Secretary). Securely attach this document to the signed document 200S Version CAPA v l 2.10.07 500-373 986> w sstv.NottnyClasscs.cont GREAT AMERICAN INSURANCE COMPANY8 Administrative Office: 301 E 4Tii STREET i CINCINNATI!, OHIO 45202 ® 513-369-5000 a FAX 513-723-2740 '11he number of persons authorized by this power of attorney is not more than TJVO No. 0 14555 POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREATAIMERJCANT INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawfid attomey-in-fact, for it and in its nerne, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, urtdertaking or contract of suretyship executed under this authority shall not exceed the limit stated below, Name Address Limit of Power EDWARD N. HACKETT BOTH OF BOTH CHRISTINE MAESTAS IRVINE, $100,000,000.00 CALIFORNIA This Power ofAttorney revokes all previous powers issued on behalf of the attomey(s)-in-act named above. IN WITNESS M-1HEREOF the GREATA1v1ERICAN 1SURANCE COMPANYhas caused these presents to be signed and attested by its appropriate officers and its corporate, seal hereunto affixed this 19TH day of MARCH 1 2O14 Attest GREAT.42ME cICAN INSURANCE COMPANY mru, AssistantSecrrtmp' Divisiaual Seaior Roe President STATE OF OHIO- COUNTY OF HA 4ILTON - ss: DAvtD C. taTCHtra (877-a77-2405) On this 19TH day of MARCH 2O14 1 before fire personally appeared DAVID C. KiTC--► 114, to me known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; [fiat lie knows the seal of the said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. ,This Power ofAttorney is granted by authority of the following resolutions adopted by the Board of Directors of Great American Insurance Company by unanimous written consent dated June 9, 2008. raf t re nrisioixr rest ent, t e server Divis enia ice Presi. errs, Divisional Vice Presidents and Divisonal Assisrant Vice Piesidents,l or any one of them, be and heiby is atithorized, front time to rume,.to appoint one or more dttornays-in-Fact to execute on behalf of the Compa» it as sitiety, arty and all bonds, undertakings and contracts o%sti etyship, or other witten obligations in the nature thereof, tc prescribe tlteii• iespectise duties aiid the mespectiive limits of their atithoriq,, and to revoke any such appoinnnent at any time. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid olfters and any Secretary or Assistant Secretary of the Company pray be affixed by facsimile to any power of ationny or cer•t#7cate of either given for the zeeci won of arty bona imdertaking; contract ofsureryship, or other %-rUten obligation in the nature thereof, such signature and seal,,vhen so used being hereby adopted by the Company as the original signanue of such officer and the original seal cf the Company, to be valid and binding upon the Company with the sane force and efrecr as though maritally gff red. CERTIFICATION I, STEPHEN C. BERAHA. Assistant Secretary of QeatAnterican Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directto}rs of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this °'T�� day of �fl dssistantsecrefary S1029AD (12/13) getes Times z E, -MEDIA GROUP Sold To: City of Huntington Beach- City Clerk's Office - C000062903 PO Box 784 Huntington Beach,CA 92648 Bill To: City of Huntington Beach- City Clerk's Office - C000062903 PO Box 784 Huntington Beach,CA 92648 SEMONA. - -No-hu INYiT'ING SEALED BIDS forth!{MRTuCi a . Huntington Bitch -Senior Center CC No, 1473 In the CITY OF HU"NGTON BEACH. .PUBLIC NOTICEIS HEREBY'GIVEN.cu? the CITY OF HUNTINGTO14 BEACH, as,:GEtKY; tnme$ tealyd Nds kr tAt abate paced projeas and "it, reifive wt t+ds is the office . ofibe I* Csr;K $Kok flan, 2030Atar:Stetd Nardmgter, Bemb, Cakfv =�la, uv to:the.tiom a 2:ff0; pm ctober 74, 2014: Eris- itvi.kepi:ituf}'vpenui'.heCecncUO�imbersunlrsictherr.+sa•pQted. vaiesai ihePtany Spmfiatioes;anilrmnaG davnsmis aereaiGb3e the OTfice. Df the bifWaf;Of kbkc WOM; 20M ttaln SUM, K—tv gtan Bead; U; 02MA upm $Amrt 0. $37S amrefimrdaNe .fee I.f.tik"up;Orpgntmtda t400mnr&idil !fee ifsen[Cry Un ( grourd deiwery{hiddastuik payadpiGma[[ssstsfmspedalQNl:isjy_ mcraia e 1ervd +nft pwsIunt 1. Ihb mrIim.Will hI pp0",.the- _ - POvscns c(iht Shte.ja6ar ia3t; .pwevari;to:ipe.prvviimnruf Ge: :taadi Cede o! tleState of.lzJiQrid;'IY:nilnirtivai.preriHbg ratlaFp�r .diem wt9es fa ads.aat daniftration-dr type Of V wkman nee4ed to. -.eaite. the tw*.a'tag tie.thate de'mrnimd. by: the Olmctm.d- -i &wiat Relations of tbe'state '.eF Ca..16 4; whd are m-file: at the: C41irr:af tre`bueI= arP.t4k Plods, 20X Amo Sir.L. H., mgtm Zack CA-?2ofA... Thcf -N(YWA dvd6d Sii.rehntim 6m ab R"rmpgmer .-:€fie Coatradscosy ss�ar,.now ha3tei:su,et dequalwjw rQ it. rcterticn.h aasida0a MIh thr.Prpsisims d tF.t pt�Rc coetau Cade, .Seition i6253-' Tie Cpmracicc shaB;he btnAi 1ekw axrrr-af the avert}' andshall retrire anyintensttliereriL . The KEY Y 'hereby .05"Ney emIIm that Nnority twinea. mmrprises n11! be abardtdm gfprrtunrry I. ssknit bids.liiesppnse m tas whi ,W WIN mat be dtstrimniated aOmt w the twus.cf ra , mdor, caN.- ml an474:+me4+y,mz; or religion :in are.'mmideraba teidmq[QFfIl aleard Ofmftny, ' Ii0hid.dab,betlr151deredbr;CR,irisprepared or. Gee Vpm.-ed.Pmpmat: the h*tm N ".Onimnsaht! N'!U' irjstut»ans.tQ bidder is'dltenn'sed by: YK AGENCY, Thtw mastbe sa mpank VY a cat15wdwAl aahieds ruck ar tedders.bar3•madr prrabli is the'.6EKY Im an-anm uei 1•s taa.l0to o'dte arnamltti;d'-The sursc[ful bidder ala;Tie Ucrued o aasdrrr rtth,prviti;m d ttr.buuness arrd pro�afo¢ Lode ard. . shan Nam 4 Star toi wor' Lktntt Clam 3 as the time Df&e bid c4eratg,,. Th. suam%,t cmtramr:amt..In stdimttvattvts :rabE 4t. =mlimed w pomsb6faeu licemaham gIrA.GM. ProjectDucilptlorG TSe prdject:const0s-prknviy:i,#inex -siglts.^�ry3i,553 3FSlu'd'ii>S,,reir.pati6ybt'titb is�supeaiiriim: -dnwentrame*F*.GdidmwekS"We Thetxlsarg.sktwill begnded: and ant v0t swil:bebiaught Into theifte for terew biildivg. .Tha catrtari shall allow tlIe. COntracor. 320 wming -6yS to : ei 'tte- mntatL The 't pree6 estimate cf,pmhiale=Stiuurw not for .tbe. work Saduera .I..'the lawn f a'rai3: of . .. the AEENCY reserves il;e rlgl, to, mje2 any ar all.bi*, t0 war" .7f- wepfarity andte take ao blds upder ehisemeirt tdr.a mw—wm peeled' 0±50diys.. .. €Y OVER df the GiY (Mat .of theflTY OE: HU04MIN-MACK f31tCORt11L, ttr.3is1'day O%Septesnbe: 613, by.Brtakvmtt Hv:2013-. \ Difase sml FlSvz t3TYiuRR4F.IHE C(fY 0 NUNTINETON ICAiH 2649180 - Huntington Beach Independent Cos Angeles dimes MEDIA GROUP PROOF OF PUBLICATION (2015.5 C.C.P.) STATE OF ILLINOIS County of Cook am a citizen of the United States and a resident of the County aforesaid; I am over the age of eighteen years, and not a party to or interested in the action for which the attached notice was published. am a principal clerk of the Huntington Beach Independent, which was adjudged a newspaper of general circulation on August 26, 1994, Cases A50479 for the City of Huntington Beach, County of Orange, and State of California. Attached to this Affidavit is a true and complete copy as was printed and published on the following date(s): Sep 04, 2014; Sep 11, 2014; Sep 18, 2014 I certify (or declare) under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Dated at Chicago, Illinois on this day of 7 �-, 20 [signature] 435 N. Michigan Ave. Chicago, IL 60611 2649180 - Huntington Beach Independent Dept. ID PW 14-054 Page 1 of 2 Meeting Date: 8/18/2014 CITY OF HUNTINGTON BEACH REQUEST FOR. CITY COUNCIL ACTION MEETING DATE: 8/18/2014 SUBMITTED TO: Honorable Mayor and City Council Members SUBMITTED BY: Fred A. Wilson, City Manager PREPARED BY: Travis K. Hopkins, PE, Director of Public Works SUBJECT: Authorization to Bid the New Senior Center Project, CC 1473 Statement of Issue: Plans and Specifications for the New Senior Center Project, CC1473, are in final preparation. Staff is requesting authorization to advertise construction bids. Financial Impact: The construction contract is estimated to be approximately $17.3 million. The actual amount will be identified at the time of award. Recommended Action: Authorize the Public Works Department to advertise for construction bids for the New Senior Center Project, CC1473. Alternative Action(s): Deny authorization and direct staff on how to proceed. Analysis: In August, 2013, the City Council identified as a Strategic Goal, to provide updated costs for the proposed Senior Center. That information was provided at the December 16, 2013, Study Session, at which time the City Council directed staff to complete the construction documents for the New Senior Center, in preparation of solicitation of bids for construction. Plans and specifications are in final preparation and authorization to proceed with the solicitation of construction bids is requested. The construction cost estimate, which was prepared earlier this year, is approximately $17.3 million. The total cost of the project, including construction management, supplemental and contingencies is estimated at approximately $21.5 million. The current construction market is on an up -swing and, given the recent bidding climate, actual bids may come in slightly higher than estimated. Typically, the recommended action is not required prior to solicitation of construction bids. However, the project was considered by the Public Works Commission and resulted in a tie vote, thus failing to achieve a majority approval. Accordingly, staff deemed it necessary to obtain City Council authorization to advertise for construction bids. The Public Works Department will come back to the City Council with a recommendation for award of the construction contract. IA -125- Item 8. - I Dept. ID PW 14-054 Page 2 of 2 Meeting Date: 8/18/2014 Public Works Commission: On July 16, the Public Works Commission failed to approve a recommendation of the Senior Center Project to City Council, by a vote of 3-3-0, (Carr, Cook, and Thomas, No) Environmental Status: The Senior Center Project was approved in conformance with EIR No. 07-002 and CUP No. 07- 039. Strategic Plan Goal: Improve the City's infrastructure Attachment(s): None Item 8. - 2 H B -1 6-