Loading...
HomeMy WebLinkAboutC28550 - Const. of Fire Station #33 Concrete Driveway Contract No. C28550 CITY OF PALM DESERT/PALM DESERT REDEVELOPMENT AGENCY PUBLIC WORKS DEPARTMENT STAFF REPORT REQUEST: AWARD CONTRACT NO. C28550 FOR CONSTRUCTION OF THE FIRE STATION NO. 33 CONCRETE DRIVEWAY REPAIR PROJECT TO ASR CONSTRUCTORS, INC., OF RIVERSIDE, CALIFORNIA, IN THE AMOUNT OF $94,300 (PROJECT NO. 613- 09) SUBMITTED BY: Mark Greenwood, P.E., Director of Public Works CONTRACTOR: ASR Constructors, Inc. 5230 Wilson Street Riverside, CA 92509 DATE: May 13, 2010 CONTENTS: Contract Agreement Contractor's Proposal Location Map Recommendation By Minute Motion: 1. Accept Withdrawal of bids from Southland Construction and Doug Wall Construction and Award Contract No. C28550 for Construction of the Fire Station No. 33 Concrete Driveway Repair Project to ASR Constructors, Inc., of Riverside, California, in the amount of $94,300 (Project No. 613-09); and 2. Authorize the Mayor to execute the subject agreement. Funding is available for this project in Redevelopment Agency Account No. 850-4220- 464-4001, Project Area No. 1 Fire Services. Background The Fire Station on Town Center Way, south of Fred Waring Drive (Fire Station No. 33) was constructed in 1984. The driveway was constructed of six-inch thick concrete reinforced with welded wire mesh. Over years of use by heavy vehicles, the concrete driveway has cracked and broken. It is now at the end of its useful life and requires replacement. Staff Report Award Contract C28550 to ASR Constructors, Inc. May 13, 2010 Page 2 of 3 This project is designed to remove the existing concrete and replace it with a thicker reinforced concrete section. A call for bids was advertised, and on April 20, 2010, sealed bids were opened and read aloud. The following is a summary of the bids received: Contractor Location Bid Amount Responsive Southland Construction Irvine $ 61,250 Withdrawn Doug Wall Construction Bermuda Dunes $ 69,200 Withdrawn ASR Constructors Riverside $ 94,300 Yes West Coast Structures Riverside $ 94,886 Yes Rossi Concrete Temecula $ 96,295 Yes Zeus Construction Palm Desert $105,875 Yes Contreras Construction Indio $106,690 Yes Parsam Construction Glendale $113,575 Yes S.J. Grigolla Construction La Verne $118,725 Yes Bravo Concrete Riverside $124,300 Yes Hardy and Harper Santa Ana $128,405 Yes Atom Engineering Hemet $145,315 Yes Diversified Landscape Mission Viejo $146,910 Yes Wheeler Paving Riverside $149,950 Yes Archuleta Concrete Bermuda Dunes $156,350 Yes Simon Contracting Indio $163,495 Yes Granite Construction Indio $197,940 Yes Of the 17 bids received, two bids were withdrawn due to clerical errors. ASR Constructors, Inc., submitted the lowest responsive bid in the amount of$94,300. Staff recommends that City Council award the contract for construction of the Fire Station No. 33 Concrete Driveway Repair Project to ASR Constructors, Inc., of Riverside, California, in the amount of$94,300, and authorize the Mayor to execute the agreement. G:1PubWorks\Staff Reports120101May 13110 Award C28550 for Fire Station 33 Driveway Repairs\SR Award Contract to ASR for Fire Station 33 Driveway Repairs 613-09.doc Staff Report Award Contract C28550 to ASR Constructors, Inc. May 13, 2010 Page 3 of 3 Fiscal Analysis This is an on-going maintenance activity with no fiscal impact beyond the contract amount. Prepared By: Depart e t ead: Ry Gay , Project Administrator Mark Gree ood, P.E. Director of Public Works .1/ •sti McCarthy, A Paul S. Gibson, Director of Finance Rede elopment ;ency Ap oval: oh M. Wohlmuth, City Manager CONTRACT NO. C28550 AGREEMENT THIS AGREEMENT is made and entered into this 13th day of May, 2010, by and between City of Palm Desert, California, hereafter called "CITY" and ASR Constructors, Inc. hereinafter called "CONTRACTOR". WITNESSETH RECITALS: CONTRACTOR has submitted to CITY its Contractor's Proposal for the construction of CITY Project, 1. Fire Station No. 33 Concrete Driveway Repair, PROJECT NO. 613-09, CONTRACT NO. C28550, in strict accordance with the Contract Documents identified below, CITY has accepted said Proposal. 2. CONTRACTOR states that it has re-examined its CONTRACTOR'S Proposal and found it to be correct, has ascertained that its Subcontractors are properly licensed and possess the requisite skill and forces, has examined the site and Contract in accordance with the Contract Documents for the money set forth in its Proposal to be paid as provided in the Contract Documents. AGREEMENT: IT IS AGREED BY THE PARTIES AS FOLLOWS: 1. Contract Documents: The entire contract consists of the following: (a) The Agreement; (b) The Notice Inviting Bids; (c) The Instruction to Bidders; (d) The Contractor's Proposal; (e) The Bidder's Bond; (f) The Performance Bond; (g) The Payment Bond; (h) The General Specifications; (i) The Special Provisions; (j) The Standard Specifications as modified in other portions of the Contract Documents; (k) The Plans; (I) Addenda Nos. 1 and 2; (m) The Determination of Prevailing Wage Rates for Public Work; (n) Any Change Orders issued; (o) Any additional or supplemental specifications, notices, instructions and drawings issued in accordance with the provisions of the Contract Documents. All of said Documents presently in existence are by this reference incorporated herein as if here set forth in full and upon the proper issuance of their documents they shall likewise be deemed incorporated. 2. Contractor shall commence the work within ten calendar days after the date of the Notice to Proceed and will do all things necessary to construct the work generally described in Recital No. 1 in accordance with the Contract Documents and will complete said work within 25 Calendar Days from the Notice to Proceed date to the satisfaction of the Engineer. CONTRACT NO. C28550 3. Contractor agrees to indemnify, defend and save CITY and its officers, agents and employees, and the Engineer harmless from: a. Any and all liability, claims, damages, losses or injuries to any person or other entity, including injury to Contractor's employees, and all claims which arise from or are connected with the negligent performance of or failure to perform the work or other obligations of this Agreement, or which are caused or which are claimed to be caused by the negligent or intentional acts or omissions of Contractor, its subcontractors, its agents or employees, and, all expenses of investigating and defending against same, b. Any and all liability, claims, damages, losses or injuries to any and all contractors, subcontractors, material-men, laborers, or any other person, firm or corporation furnishing or supplying work, services, materials or supplies in connection with the performance of the Agreement. c. Attention is directed to the General Specifications - Claims, Liability, and Indemnity Agreement/Hold Harmless sections, which specifications are made part of this Agreement as set forth in Agreement paragraph 1, above. d. Attention is directed to Section 6-9, "Liquidated Damages" of the Standard Specifications and is hereby amended to substitute the "City of Palm Desert" in place of "Agency." Liquidated damages shall be $1,000.00 dollars per calendar day of delay. 4. Should any litigation or arbitration be commenced between the parties concerning the works of improvements as referenced herein, the prevailing party in any such litigation, being the CITY or the Contractor, should be entitled to a reasonable sum for attorney's fees incurred in any such litigation relating to this Contract. 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors, and assigns. 6. Contractor shall be paid in the manner set forth in the Contract Documents the amount of its Proposal as accepted by CITY, subject to such additions and deductions as may be made pursuant to the Contact Documents and applicable law. Satisfactory Performance: The prime Contractor agrees to pay each Subcontractor under this prime contract for satisfactory performance of its contract no later than 10 days from the receipt of each payment the prime Contractor receives from City of Palm Desert. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Palm Desert. CONTRACT NO. C28550 Release of Retention: The prime Contractor agrees further to release retention payments to each Subcontractor within 30 days after the Subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Palm Desert. 7. Execution of the Agreement by the parties constitutes their agreement to abide by all applicable provisions of the California Labor Code; constitutes contractor's certification that he is aware of the provisions of said Code and will comply with them; and further constitutes Contractor's certification as follows: "I am aware of the provisions of Section 3700 of the California Labor Code which requires every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions of that Code, and I will comply with such provisions before commencing the performance of the work of this contract." IN WITNESS WHEREOF the parties hereto have executed or caused to be executed by their duly authorized officials, this Agreement which shall be deemed an original on the date first above written. CONTRACTOR: BY: ATTEST BY: Signature to be notarized TITLE: TITLE: CITY: BY: ATTEST BY: Signature to be notarized TITLE: Mayor of Palm Desert, CA TITLE: City Clerk of Palm Desert, CA APPROVED AS TO CONTENT: APPROVED AS TO FORM: MARK GREENWOOD, P.E. DAVID J. ERWIN DIRECTOR OF PUBLIC WORKS CITY ATTORNEY CONTRACT NO. C28550 PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: That whereas the City of Palm Desert has awarded to ASR Constructors, Inc. hereinafter designated as the "Principal", a contract for: Fire Station No. 33 Concrete Driveway Repair PROJECT NO. 613-09 CONTRACT NO. C28550 WHEREAS, said Principal is required under the terms of said contract to furnish a good and sufficient bond for the performance of said contract: NOW THEREFORE, WE, ASR Constructors, Inc. the Principal, and as Surety, are held and firmly bound unto the City of Palm Desert hereinafter called the City, in the penal sum of Ninety-four Thousand Three Hundred and no cents Dollars ($94,300.00), being 100% of the contract amount in lawful money of the United States of America for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, and successors, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the above bounded Principal, his executors, heirs, administrators, and successors, or assigns, shall in all things stand to and abide by, and well and truly keep and perform the covenants and agreements in the said contract and any alterations thereof made as therein provided, on his or their part, to be kept and performed at the time and in the manner therein specified, and in all respects according to their true intent and meaning, and shall indemnify and save harmless the City, its officers and agents, as therein stipulated, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. And the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to terms of the contract or to the work to be performed thereunder or the specifications accompanying the same shall in any wise affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alterations or additions to the terms of the contract or to the work or the specifications. Should it become necessary for the City to institute a lawsuit or any other legal proceeding to enforce the terms and conditions of this bond, then all costs of said proceeding, including attorneys' fees, shall be awarded to the prevailing party. CONTRACT NO. C28550 IN WITNESS WHEREOF, identical counterparts of this instrument, each of which shall for all purposes be deemed an original thereof, have been duly executed by the Principal and Surety above named, on this day of , 2010 . SURETY PRINCIPAL BY: BY: INSURANCE COMPANY and/or AGENT ADDRESS TELEPHONE NUMBER CONTRACT NO. C28550 PAYMENT BOND KNOW ALL MEN BY THESE PRESENTS: THAT WHEREAS, the City of Palm Desert (sometimes referred to hereinafter as "Obligee") has awarded to ASR Constructors, Inc. (hereinafter designated as the "CONTRACTOR"), an agreement dated May 13, 2010 described as follows: Fire Station No. 33 Concrete Driveway Repair, PROJECT NO. 613-09, CONTRACT NO. C28550, (hereinafter referred to as the "Contract"); and WHEREAS, said CONTRACTOR is required to furnish a bond in connection with said Contract, and pursuant to Section 3247 of the California Civil Code; NOW, THEREFORE, we, ASR Constructors, Inc. , the undersigned CONTRACTOR, as Principal, and a corporation organized and existing under the laws of the State of , and duly authorized to transact business under the laws of the State of California, as Surety, are held and firmly bound unto the City of Palm Desert and to any and all persons, companies or corporations entitled to file stop notices under Section 3181 of the California Civil Code, in the sum of Ninety-four Thousand Three Hundred and no cents Dollars ($94,300.00), said sum being not less than one hundred percent (100%) of the total amount payable by the said Obligee under the terms of the said Contract, for which payment well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that, if said CONTRACTOR, his or its heirs, executors, administrators, successors or assigns, or Subcontractors, shall fail to pay for any materials, provisions or other supplies, implements, machinery or power used in, upon, for or about the performance of the Public Work contracted to be done, or to pay any person for any work or labor of any kind, or for bestowing skills or other necessary services thereon, or for amounts due under the Unemployment Insurance Code with respect to such work or labor, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of said CONTRACTOR and his or its Subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with respect to such work and labor as required by the provisions of Section 3247 through 3252 of the Civil Code, or for any amounts required to be deducted, withheld, and paid over to the Franchise Tax Board or Internal Revenue Service from the wages of employees of the CONTRACTOR or his or its Subcontractors, the Surety or Sureties hereon will pay for the same in an amount not exceeding the sum specified in this bond, otherwise the above obligation shall be void. In addition to the provisions herein above, it is agreed that this bond will inure to the benefit of any and all persons, companies and corporations entitled to serve stop notices under Section 3181 of the Civil Code, so as to give a right of action to them or their assigns in any suit brought upon this bond. The Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the said Contract or to the work to be CONTRACT NO. C28550 performed thereunder or the Specifications accompanying the same shall in any way affect its obligations on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract or to the Specifications. No final settlement between the Obligee and the CONTRACTOR hereunder shall abridge the right of any beneficiary hereunder, whose claim may be unsatisfied. CONTRACTOR and Surety agree that if the Obligee is required to engage the services of an attorney in connection with the enforcement of the bond, each shall pay Obligee's reasonable attorney's fees incurred, with or without suit, in addition to the above sum. IN WITNESS WHEREOF, we have hereunto set our hands and seals this day of , 20 PRINCIPAL/CONTRACTOR: SURETY: (Typed Name of CONTRACTOR) (Typed Name of Surety) By: By: (Signature) (Signature of Attorney-in-Fact) (Typed Name and Title) (Typed Name of Attorney-in-Fact) The rate of premium on this bond is $ per thousand. The total amount of premium charged: $ (the above must be filled in by corporate surety). IMPORTANT: Surety companies executing bonds must possess a certificate of authority from the California Insurance Commissioner authorizing them to write surety insurance defined in Section 105 of the California Insurance Code, and if the work or project is financed, in whole or in part, with federal, grant or loan funds, it must also appear on the Treasury Department's most current list (Circular 570 as amended). THIS IS A REQUIRED FORM. Any claims under this bond may be addressed to: (Name, Address and Telephone No. of Surety) (Name, Address and Telephone No. of agent or representative for service of process in California if different from above) C — CONTRACTOR'S PROPOSAL Fire Station No. 33 Concrete Driveway Repair PROJECT NO. 613-09 CONTRACT NO. C28550 TO: CITY OF PALM DESERT, "CITY" DATE: I.p+('l 'zo1 20 c BIDDER: pktR COMB u.cfocS "CONTRACTOR" The UNDERSIGNED, "CONTRACTOR", having carefully examined the site and the Contract Documents for the construction of, Fire Station No. 33 Concrete Driveway Repair, PROJECT NO. 613-09, CONTRACT NO. C28550, hereby proposes to construct the work in accordance with the Contract Documents, including Addenda No(s). I 2. for the amount stated in this Proposal. By submitting this Proposal, CONTRACTOR agrees with CITY: 1. That unless withdrawn in person by CONTRACTOR or some person authorized in writing by CONTRACTOR — not by telephone or telegram — before the time specified in the Notice Inviting Bids for the public opening of bids, this Proposal constitutes an irrevocable offer for 60 calendar days after that date. 2. The CITY has the right to reject any or all Proposals and to waive any irregularities or informalities contained in a Proposal. 3. That the contract shall be awarded only by the governing body of CITY. Said contract shall only be deemed awarded after the CONTRACTOR'S complete submission of all contract documents, bonds, insurance documentation, and the CITY shall obtain all necessary signatures of the governing body, at which time the contract shall be deemed awarded. 4. To submit to CITY such information as CITY may require to determine the Bidder's financial standing experience and to perform the work. 5. That the accompanying certified or cashier's check or Bid Bond constitutes a guarantee that if awarded the contract, CONTRACTOR will execute the Agreement and deliver the required bonds and certificates of insurance within 10 days after notice of award. If CONTRACTOR fails to execute and deliver said documents, the check or bond is to be charged with the costs of the resultant damages to CITY, including but not limited to publication costs, the difference in money between the amount bid and the amount in excess of the bid which costs CITY to do or cause to be done the work involved, lease and rental costs additional salaries and overhead, increased interest and costs of funding the project, attorney expense, additional engineering and architectural expense and Page C-1 cost of maintaining or construction alternate facilities occasioned by the failure to execute and deliver said documents. It is understood that the quantities shown hereon, except for those quantities marked "Lump Sum", are estimates and the final payment will be based upon the actual work performed, subject to such adjustment and alterations as elsewhere provided herein. Unclassified Excavation is a Final Pay item as described in Section 1.18 of the General Special Provisions 1. Mobilization LS 1 $ $ 17 2. Remove Concrete SF 10,200 $ r $ f 3. Unclassified Excavation (F) — t CY 185 $ � � ���.�* $ l ,� ,,, 4. Concrete Construction SF 10,200 $ �, � $ '}j3Q.� TOTAL BID PRICE C-2 revised The costs of any work shown or required in the Plans and Specifications, but not specifically identified as a Pay Item are included in the related Pay Item(s), and no additional compensation shall be due CONTRACTOR by virtue of CONTRACTOR'S compliance with the Plans and Specifications. TOTAL AMOUNT BASE BID IN FIGURES $ TOTAL AMOUNT BASE BID IN WORDS n 1 nQ ` -hOLASCLI- Ci kh�ee 1'wud \ c \C s IN WITNESS WHEREOF CONTRACTOR executed this proposal as of date set forth on Page C-1: By: � ` - ?------ Signature ViCt. — Title: fec--tr1 i- CONTRACTOR Attest by. e`_ 1 " $_ ` Nota ' Public in a or said County an State Title: tiL ofti, Page C-3 fi CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT .1 State of California s ii County of ZVe_.C5t CI C ; 31 On RO(', �.Ql 2010 before me, vd-i-e_ , t64c.eAf rr (Here insert name and title of the officer) It personally appeared DC)UtJd l 1 1'1( aifasil-v.\ f 3 i who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to :. 1 the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized E1 capacity(ies),and that by his/her/their signature(s)on the instrument the person(s),or the entity upon behalf of 1; which the person(s)acted,executed the instrument. 31 ii ! l i' I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is hue and correct. i tr t WITNESSy-hated an9tioffii seal. 3 n•, • YVETTE J.ACEVES t �°✓ s COMM.#1740549 g i` i ���` �'� � �� � �'n;"NOTARY PUBLIC•CAUFORNtA5 � ( "` tee. � ., .. l 4 (Notary Seal) �T SAN BERNARDINO COUNTY 3 SireofNo s $'� MY Comm.Expires April 21,2011 it • l./ . z ti . ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California must contain verbiage exactly as rf DESCRIPTION OF THE ATTACHED DOCUMENT appears above in the notary section or a separate acknowledgment form must be Ca,,i ` (� properly completed and attached to that document. The only exception is if a A t•k Y--G c--�Y1�-`S ( i�-�` ra \) document is to be recorded outside ofCaliforniaIn such instances, `v f ,`'�"`-'v+-atany alternative (Title or description o attached doe ant) 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 i California(i.e. certing the authorized capacity of the signer). Please check the '# (Title or description of attached dounent continued) document carefully for proper notarial wording and attach this form if required. ii 11 Number of Pages Document Date • State and County information must be the State and County where the document signer(s)personally appeared before the notary public for acknowledgment. j • Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. (Additional information) • The notary public must print his or her name as it appears within his or her ii commission followed by a comma and then your title(notary public). 11 • Print the name(s)of document signer(s) who personally appear at the time of II notarization. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. ❑ Individual(S) he/she/they—is/are)or circling the correct forms.Failure to correctly indicate this El Corporate Officer • information may lead to rejection of document recording. • The notary seal impression must be clear and photographically reproducible. I R Impression must not cover text or lines.If seal impression smudges,re-seal if a 1 (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. ❑ Attorney-in-Fact Additional information is not required but could help to ensure this ❑ Trustee(s) acknowledgment is not misused or attached to a different document. !' D Other • 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 I 2008 Version CAPA v12.10.07 800-873-9865 www.NotaryClasses.com D — INFORMATION REQUIRED OF BIDDER The bidder is required to supply the following information. Additional sheets may be attached if necessary. (1) Address 5 22)0 ;,c,(>c1 Jk-, ,Zv. , CA. cl 2 Oc\ (2) Telephone No. j i — `I-79 L0 30 (3) Type of Firm (Individual, Partnership or Corporation) CO rpocri.-1 a n (4) Corporation organized under the laws of the State of C -t‘V-o C iTh i c� (5) Contractor's License No.1t?►j?)95 Exp. Date / DO I Contractor hereby swears under penalty of perjury that this information provided is true and correct V< CC_ -- By: . .-= rim----' Title: ?f S t d L- Signature Contractor (6) List the names and addresses of all owners of the firm or names and titles of all officers of the�corporation: A,tet rk ecstAi-k ?Ces i C-Ve_teVir (---->ixl try I r p—\ Vice.- Pce.5 i jet 11- (7) Number of years' experience as a Contractor in construction work T-e (8) List at least three similar projects completed recently: Contract Amount Class of Work Date Completed Name, Address & 1. ! T Telephone No, of Owner . 2 I Page D-1 (9) List the names and addresses of each Subcontractor who will perform work in or about the work improvement, and indicate what portion of the work will be done by each Subcontractor: Subcontractor's Name: I V Q License Number: Address: Telephone: Work to be performed: Subcontractor's Name: License Number: Address: Telephone: Work to be performed: Subcontractor's Name: License Number: Address: Telephone: Work to be performed: (10) List the name of the person who inspected the site of the proposed work for your firm Marc Vjej; L ' -5\-k (11) A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the City. Page D-2 E - NON-COLLUSION AFFIDAVIT To be Executed by Bidder and Submitted with Bid STATE OF CALIFORNIA s� SS COUNTY OF 2ivecSick ) viA h 5cm , being first duly sworn, deposes and says that he/she is \P(cam-presi \ r\_+- of ASick C_0C1,t1'U►C ZXS 1a-Nic., the party making the foregoing bid; that the bid is not made in the interest of, or on behalf of any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding: that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the pubic body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. By: ?. ",�- Signature Title: Utct- P Stde - CONTRACTOR Subscribed and sw to (or affirmed), before me this day of (mo , 20 (year), by proved to me on the basis atisfactory evidence to be the person who appeared before me. • Signature of Notary& k- -vertext'k Notary Public in and for said County an State (seal of notary) Page El Jurat3 ; I State of California . County of Ri J e—c5 i C.e- x-NSubscribed and sworn to(or affirmed)before me on this ZO day of n-Pc 1 , l 20 \ by 0,v id \\NorY1s50C`. I proved to me on the basis of satisfactory evidence to be the person(s)who appeared before me. ," (Notary seal) SI ature i "eYVET7EJ,ACEVESrimow"""040-0-4"0-4""),...„, COMM.#1740M9 ;�NOTARY PUBLIC-CAUFORNIJ i 6, , SAN BERNARDINO COUNTY + '' MY Comm•Expires April 21,2011 9 e I f s OPTIONAL INFORMATION , INSTRUCTIONS FOR COMPLETING THIS FORM j I jThe wording of all Jurats completed in California after January I,2008 must be in the form as set forth within this JuraThere are no exceptions.If a Juror 'i 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 DESCRIPTION OF THE ATTACHED DOCUMENT separate jurat form such as this one which does contain proper wording. in I addition. the notary must require an oath or affirmation from the document signer regarding the tnahftdness of the contents of the document. The j i _ gf CV[1 -}- document must be signed AFTER the oath or affirmation.If the document was j i NO�1 tJ `���, v `— t previously signed,it must be re-signed in front of the notary public during the (Title or description of attached document) jurat process. ! F (Title or description of attached document continued) • State and County information must be the State and County where the document signer(s)personally appeared before the notary public. !} I Number of Pages Document Date • Date of notarization must be the date that the signer(s) personally appeared } -- which must also be the same date the jurat process is completed .I • Print the name(s)of document signer(s)who personally appear at the time of 3 r notarization. %I (Additional information) • Signature of the notary public must match the signature on file with the office 1 I of the county clerk. 1 i, • The notary seal impression must be clear and photographically reproducible 3 j Impression must not cover text or lines If seal impression smudges,re-seal if a ,1 sufficient area permits,otherwise complete a different jurat form, Additional information is not required but could help to ensure this i jurat is not misused or attached to a different document + Indicate title or type of attached document,number of pages and date, t • Securely attach this document to the signed document , , i 2008 Version CAPA v1.9.07 800-873-9865 www.NotaryCIasses.com y i i F— BIDDER'S BOND To Accompany Proposal KNOW ALL MEN BY THESE PRESENTS, That we, ASR CONSTRUCTORS INC. as principal, and FEDERAL INSURANCE COMPANY as surety, are held and firmly bound unto the City of Palm Desert in the sum of$TEN PERCENT OF BID (10% of bid) to be paid to the said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns.jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain proposal of the above bounden principal to perform certain work described as follows: FIRE STATION NO.33 CONCRETE DRIVEWAY REPAIR The general 'terns of work to be done hereunder consist of: Mobilization, removal of concrete, grading, and placement of concrete, and dated APRIL 20,2010 is accepted by the City of Palm Desert, and if the above bounden principal ASR CONSTRUCTORS INC. shall duly enter into and execute a contract for such construction, and shall execute and deliver the Performance Bond and Payment Bond and insurance certificates as required by said contract, then this obligation shall become null and void; otherwise it shall be and remain in full force and effect. Should it become necessary for the City to institute a lawsuit, or any other legal proceeding to enforce the terms and conditions of this bond, then all costs of said proceeding, including attorneys fees, shall be awarded to the prevailing party. Page F.1 IN WITNESS WHEREOF,We hereunto set our Hands and Seals this 15TH day of APRIL _ 2010 Contractor's Name: ASR CONSTRUCTORS INC, Cont ctor's Signature: f "`` '`` Title: `" __ c ( ; Address: 5230 WILSON STREET RIVESIDE CA 92509 Telephone: 951m9-5580 Surety's Name: FEDERAL INSURANCE COMPANY Surety's Signature: BY: BROOKE LAFRENZ i l Title: ATTORNEY-IN-FACT Address: 15 MOUNTAIN VIEW ROAD,WARREN,NJ 07059 Telephone: 908/903-2000 Page F-2 �. . . -,._ _ , ii CALIFORNIA ALL-PURPOSE 1 CERTIFICATE OF ACKNOWLEDGMENT State of California County of QVeC5lCae. On NC. 2OI 2010 before me, \-)Je- t N. C,e,,rt5 NOk-od `-f\-�\.;:L , :' i (Here insert name and title of the officer) personally appeared D{�V(q }'1 p n ', ,i IT_ 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. YVETTE J.ACEVES WITNESS my hand( .7 -e--‘:'64://'''',, (4t;1 i„it—AA-I and fficial seal. c tr= R% COMM.#1740549 ,, z n, MOTARr PUIBUC.� pR M 8AN SERNAROtNO COVNTr '. Y Comm.Ex Si of Notary Public (Notary Seal) Pl►es ApfH 21,2011 t/ °� t A • f. ADDITIONAL OPTIONAL INFORMATION INSTRUCTIONS FOR COMPLETING THIS FORM ADESCRIPTION OF THE ATTACHED DOCUMENT ny 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 i'CJ� %,Q nd, document is to be recorded outside of California.In such instances,any alternative (Title or description of attached document) 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 ii California(i.e. certifying the authorized capacity of the signer). Please check the 11 (Title or description of attached document continued) document carefully for proper notarial wording and attach this form if required ii • State and County information must be the State and County where the document Number of Pages Document Date signer(s)personally appeared before the notary public for acknowledgment. If • Date of notarization must be the date that the signer(s)personally appeared which must also be the same date the acknowledgment is completed. 11 41 (Additional information) • 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. CAPACITY CLAIMED BY THE SIGNER • Indicate the correct singular or plural forms by crossing off incorrect forms(i.e. 1 ❑ Individual(S) he/she/they,is/we)or circling the correct forms.Failure to correctly indicate this information may lead to rejection of document recording. ❑ Corporate Officer • 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 (Title) sufficient area permits,otherwise complete a different acknowledgment form. ❑ Partner(s) • Signature of the notary public must match the signature on file with the office of the county clerk. 0 Attorney-in-Fact Additional information is not required but could help to ensure this # Trustee(s) acknowledgment is not misused or attached to a different document. ' O Other 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 i}} corporate officer,indicate the title(i.e.CEO,CFO,Secretary). it • Securely attach this document to the signed document k 2008 Version CAPA v12 10.07 800-873-9865 www.NotaryClasses.com • CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of SAN DIEGO On APRIL 15,2010 before me, GLADYS D.ROGERS,NOTARY PUBLIC Dale Here Insert Name and Tda of the Officer personally appeared BROOKE LAFRENZ Names)of Signer(e) who proved to me on the basis of satisfactory evidence to be the person(*)whose name(6)isdifb subscribed to the within instrument and acknowledged to me that lie/she/If executed the same in his/her/their authorized capacity(ies), and that by re/her/Mr signature(*')on the GLADYS D.ROGERS Instrument the person(), or the entity upon behalf of .,, 124 which the person()acted,executed the instrument. Commission#r 1824939 .ram:�11t Notary Public-California ` ~�, San Diego County I certify under PENALTY OF PERJURY under the laws , of the State of California that the foregoing paragraph Is My Comm.Expires Dec 24.201 true and correct. WITNESS my ha L rsea 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 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: Signers)Other Than Named Above: Capacity(les)Claimed by Signers) Signer's Name: Signer's Name: ❑ Individual 0 Individual ❑ Corporate Officer—Title(s): 0 Corporate Officer—Title(s): ❑ Partner—0 Limited 0 General ❑Partner—❑Limited 0 General RIGNTMLIMSPIllty pliTTHUMSPRINT Gg Attorney In Fact i':r-oFSIGNErr : 0 Attorney in Fact u'OFSIGNER:,,,- O Trustee Top of thumb Iva; 0 Trustee Top of thumb here ❑ Guardian or Conservator 0 Guardian or Conservator ❑ Other: 0 Other: Signer is Representing: Signer is Representing. SURETY trassgos -savnra�dars: saa ~ 124AS-sP.:sa 32WW lam. csrceot.A.sdssusai tz.05 cus r-go 02007 National NotaryAseccfafon•9350 De Solo Ae,P.0 tlox 2402•Obaboorgl.CA 9t313.2402•wowNetbnallolaryorg Item r5507 Reorde,Cenctlfree 1000876-6827 rldChubb POWER Federal'Insurance Company Attn: Surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren,NJ 07059 CHUB Know AU by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY,a New York corporation,and PACIFIC INDEMNITY COMPANY,a Wisconsin corporation,do each hereby constitute and appoint Larry Cogdill, Brooke Lafrenz, Gladys Rogers and Michael Thomas of Del Mar, California— each as their true and lawful Attorney-In-Fact to execute under such designation In their names and 10 affix their corporate seals to and deliver for end on their behalf as surely this donor otherwise,bondd-and'underiakings and othei'writingsrobilgaloryin U.-nature thereor(ogier'ihah'bai'bondsy ghromorexecuted hI the course of business,and any instruments amending or altering the same,and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In Witness Whereof,said FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporals seals on this 22nd day of March, 2010. L_ enneth C.WandeLAss tent Secretary , David . orris,Jr.,Vice Preside STATE OF NEW JERSEY ss. County of Somerset On tills 22nd day of March, 2010 before me,a Notary PublIc of NewJaraeypersonaltycame Kenneth C.Wende 10 me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY,the companies which executed the foregoing Power of Attorney,and the said Kenneth C.Wendel,being by me duly swam,rid depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof,that ihs seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By.Laws of said Companies;end that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority;and that he Is acquainted with David B.Norris,Jr.,and knows him to be Vice President of said Companies;and that the signature of David B.Norris,Jr.,subscribed to said Power of Attorney Is In the genuine handwriting of David B.Norris,Jr.,and was thereto subscribed by authority of said By- Laws and in deponents presence. Notarial Seal KATHERINE J.ADELAAR . _r� NOTARY Pt1BUC OF NEW JERSEY /' s,`t No 2316485 ��J/l�lrc, /GGLI l�� f G., Gommisaion,Exp,rsaJuh lb,.,Z014 6 l4.�t"!' Notary Public ru9is - CERTIFICATION Extract from the By-Laws of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY; 'All powers of attorney for and on behalf of the Company may and shall be executed In the name and on behalf of the Company,either by the Chairman or the President or a Vice President or en Assistant Vice President,Jointly with the Secretary or an Assistant Secretary,under their respective designations.The signature of such officers may be engraved,panted.or lithographed.The signature of each ol the.following oHkers:,Chalnnan„President,Mry,VIce President,any Assistant Vice President,any Secretary,any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys-in-Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory In the nature thereof,and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaldng to which It Is attached.' I,Kenneth C.Wendel,Assistant Secretary of FEDERAL INSURANCE COMPANY,VIGILANT INSURANCE COMPANY,and PACIFIC INDEMNITY COMPANY (the'Companies')do hereby certify That (i) the loregdng extract ol the By-Laws of the Companies Is true and correct, (II) the Companies are duly licensed and authorized to transact surety business In at 50 of the United States of America and the District of Columbia and are authodzed by the U.S.Treassy Department;further,Federal and Vigilant are licensed In Puerto Rico and the U.S.Vtrgln Islands,and Federal Is licensed In American Samoa,Guam,end each ol the Provinces of Canada except Prince Edward Island;and (lii) the foregoing Power of Attorney Is true,correct and in lug force and effect. Ghee under my hand and seals of said Companles at Warren.NJ this 15th day of April,2010 o 4C hoQ 71 O0el43 /) � Noun,* �� ' •;- F-j Kenneth C.Wendel,Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OFA CLAIM,VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER,PLEASE CONTACT US AT ADDRESS LISTED ABOVE,CR BY Telephone(988)903-3493 Fax(908)903.3658 e-mall: surety@chubb.com Form 15.10.0225B-U (EC.6.03) CONSENT Attachment # 1 ASR CONSTRUCTORS , INC . PUBLIC WORKS COMPLETED 2007- Present • OWNER ( PROJECT I CONTRACT INFORMATION Hesperia Unified School District Cedar Middle School Contract Amount. $ 18,383,000 15576 Main St. 13565 Cedar St. Year: 2007 Hesperia,CA 92345 Hesperia,CA 92345 Completion% 100% 760-244-4411 Hesperia Unified School District Hesperia HS/Topaz Elem. Contract Amount $ 1,286,000 15576 Main St. Hesperia,CA 92345 Year: 2007 Hesperia,CA 92345 Completion% 100% 760-244-4411 Menifee Union School District Menifee#8 Concrete Contract Amount $ 2.763,000 30205 Menifee Road Year: 2007 Menifee,CA 92584 Menifee,CA Completion%' 100% Menifee Union School District Menifee#11 Concrete Contract Amount $ 2,533,000 30205 Menifee Road 30975 Lakeside Dr Year: 2007 Menifee,CA 92584 Menifee,CA Completion% 100% Menifee Union School District Menifee#11 Landscape Contract Amount $ 618,000 30205 Menifee Road 30975 Lakeside Dr. Year 2007 Menifee,CA 92584 Menifee,CA Completion%: 100% Hesperia Unified School District Hesperia HS Science Complex Contract Amount $ 3,588,000 j 15576 Main St. 9898 Maple Ave. Year. 2007 Hesperia,CA 92345 Hesperia,CA 92345 Completion°%: 100% 760-244-4411 Hesperia Unified School District Hesperia Junior High School Contract Amount $ 58,000 15576 Main St. Cypress Ave. Year: 2007 Hesperia,CA 92345 Hesperia,CA 92345 Completion%: 100% 760-244-4411 i I Fontana Unifef School District Beech E.S Concrete Contract Amount $ 556,000 9680 Citrus Avenue Year 2007 I Fontana,CA 92335 Fontana,CA Completion% 100% i Fontana Unified School District Beech E.S.Plumbing Contract Amount $ 156,000 9680 Citrus Avenue Year 2007 FONTANA,CA 92335 Fontana,CA Completion% 100% Alvord Unified School District Norte Vista H S.Masonry Contract Amount $ 486,000 10365 Keller Avenue 6585 Crest Ave. Year. 2007 Riverside,CA 92505 Riverside,CA Completion% 100o/0 i OWNER PROJECT W CONTRACT INFORMATION Alvord Unified School District Loma Vista M.S Masonry Contract Amount: $ 486,000 10365 Keller Avenue 11050 Arlington Ave Year 2007 Riverside,CA 92505 Riverside.CA Completion%: 100% Alvord Unified School District Arizona M.S. Masonry Contract Amount $ 486,000 10365 Keller Avenue 11045 Arizona Ave Year: 2007 Riverside,CA 92505 Riverside,CA Completion%: 100% City of Redlands Sports Park Restroom Contract Amount: $ 533,000 35 Cajon St.Suite 4 Year 2007 Redlands,CA 92373 Redlands,CA Completion%. 100% Adelanto Elementary School Distract Morgan Kincaid Shade Contract Amount: $ 286,000 11824 Air Expressway Year 2008 Adelanto,CA 92301 Victorville,Ca Completion%: 100% Riverside County Penis Sheriff Fuel Contract Amount: $ 1,023,000 00 308 San Jacinto 308 Sari Jacinto Ave Year. 2008 Perris,CA Perris,CA Completion%: 100% County of San Bernardino John Rains House Contract Amount: $ 212,000 Architecture and Engineering Dept 8810 Hemlock St Year: 2008 385 North Arrowhead Avenue Etiwanda,CA Completion%: 100% San Bernardino,CA 92415 Corona Norco Unified School District Norco Intermed Lunch Contract Amount: $ 237,000 2820 Clark Avenue 2711 Temescal Ave Year: 2008 Norco,CA 92860 Norco,CA Completion%: 100% Riverside Community College D:stnct RCC Masonry Norco Contract Amount: $ 38,000 4800 Magnolia Avenue Year: 2009 Rriverside,CA 92506 Norco,CA Completion%: 100% San Bernardino County Hanes Elem.Special Ed Plumb Contract Amount $ 158,500 Superintendent of Schools 715 West Francis Year. 2009 1040 West Cooley Drive Ontario,CA Completion%: 100% Colton,CA 92423 San Bernardino County Hanes Elem.Special Ed Bldg Contract Amount. $ 518,700 Superintendent of Schools 715 West Francis Year 2009 1040 West Cooley Drive Ontario.CA Completion% 100% Cotton,CA 92423 I OWNER r PROJECT I CONTRACT INFORMATION Alvord Unified School District Norte Vista H.S.Quad,Landscaping Contract Amount: $ 48,200 10365 Keller Avenue 6585 Crest Ave. Year: 2009 Riverside,CA 92505 Riverside,CA Completion%: 100% PHONE 951-509-5040 FAX 951-509-6070 Riverside County E.O.A. Pedley Transportation Yard Contract Amount. $ 2,873,000 1325 Spruce St,Suite 400 4725 Troy Court Year. 2009 Riverside,CA 92507 Jurupa,CA Completion%: 100% Etiwanda School District Summit Intermediate,Parking Lot Contract Amount: $ 287,000 6061 East Avenue 6065 East Ave. Year. 2009 Etiwanda,CA 91734 Etiwanda,CA Completion%: 100% Cucamonga School District Rancho Cucamonga M.S.Cat 1 Contract Amount $ 357,000 8776 Archibald Avenue 10022 Feron Blvd. Year: 2009 Rancho Cucamonga,CA 91730 Rancho Cucamonga,CA Completion%: 100% Cucamonga School District Rancho Cuca.M.S.Cat 2,Plumb. Contract Amount: $ 53,500 8776 Archibald Avenue 10022 Feron Blvd. Year: 2009 Rancho Cucamonga,CA 91730 Rancho Cucamonga,CA Completion%: 100% Upland Unified School District Upland H.S.Admin Bldg. Contract Amount: $ 893,000 390 North Euclid Avenue 565 West 11th St. Year: 2009 Upland,CA 91786 Upland,CA Completion%: 100% Apple Valley Unified School District Rio Vista Elem Toilet Contract Amount: $ 524.000 22974 Bear Valley Road 13590 Havasu Rd. Year 2009 Apple Valley,CA 92308 Apple Valley,CA Completion%: 100% Victor Elementary School District Irwin Academy Site Contract Amount: $ 463,000 15579 Eighth Street 15907 S.Mojave Dr. Year: 2009 Victorville,CA 92395 Victorville,CA Completion%: 100% Corona-Norco Unified School District Santiago H.S.Add/Housing Contract Amount: $ 668,000 2820 Wilson Street 1395 East Foothill Prwy Year: 2009 Norco,CA 92860 Corona,CA Completion%: 100% Riverside Unified School District North H.S.Field Contract Amount. $ 774,000 3070 Washington St. 1550 Third St. Year 2009 Riverside,CA 92504 Riverside,CA Completion%: 100% Upland Unified School District Upland H.S.Prkg Expansion Contract Amount: $ 458.000 390 North Euclid Avenue 565 W.11 th St. Year: 2009 Upland,CA 91786 Upland,CA Completion%. 100% OWNER I PROJECT I CONTRACT INFORMATION Jurupa Unified School District Jurupa West Rvsd Restroom Contract Amount: $ 236,000 4850 Pedley Rd. 3972 Riverview Dr. Year: 2009 Riverside,CA 92509 Riverside,CA Completion%: 100% Fontana Unified School District Fontana 22 Sites Contract Amount: $ 473,000 9680 Citrus Avenue Year: 2009 Fontana,CA 92355 Fontana,CA Completion%: 100% Snow Line Joint Unified School District 4075 Nielson Road Vista Verde Shade Structure Contract Amount: $ 244,000 PO BOX 296000 13403 Vista Verde St. Year: 2009 Phelan,CA 92329-6000 Victorville,CA Completion%: 100% University of California Riverside Caston UCR Misc. Contract Amount: $ 59,600 3615 canyon Crest Drive 900 University Ave. Year. 2009 Riverside,CA 92507 Riverside,CA Completion%: 100% Riverside Facilities Management Larry Smith Sewer Line Contract Amount $ 32,850.00 3133 Mission Inn Ave. 1627 S.Hargrave Year: 2009 Riverside,CA 92507 Banning,CA Completion%: 100% San Bernardino City Unified School Dist. San Bernardino 8 School Sites Contract Amount: $ 3,786,000 777 North"F"Street 26825 Cypress St. Year: 2009 San Bernardino,CA 92410 Highland,CA Completion%: 100% Hesperia Unified School District Cypress Ave.School Additions Contract Amount $ 2,927,000 15576 Main Street 10365 Cypress Year: 2009 Hesperia,CA 92345 Hesperia,CA Completion%: 100% Jurupa Unified School District West Riverside E S. Contract Amount: $ 504,040 4850 Pedley Rd. 3972 Riverview Dr. Year. 2009 Riverside,CA 92509 Riverside,CA Completion%: 100% Alvord Unified School District North Vista H S.Concrete Contract Amount $ 3,736,000 10365 Keller Avenue 6585 Crest Ave Year, 2009 Riverside,CA 92505 Riverside.CA Completion% 100% Alvord Unified School District Loma Vista M S Concrete Contract Amount $ 3.736.000 10365 Keller Avenue 11050 Arlington Ave Year 2009 Riverside,CA 92505 Riverside,CA Completion% 10% Alvord Unified School District Arizona M.S Concrete Contract Amount $ 3 736,000 10365 Keller Avenue 11045 Arizona Ave Year. 2009 Riverside,CA 92505 Riverside,CA Completion% 100% Hesperia Unified School District Oak Hills H S Contract Amount $74,584,0000 15576 Main St. Year 2009 Hesperia,CA 92345 Hesperia CA Completion% 100% Coachella Vally Unified School Dist. Oasis Elementary Contract Amount $9 387630 83-733 Avenue 55 88175 74th Ave Year 2009 Thermal,CA 92274 Thermal,CA Completion% 100% Menifee Union School District Menifee Middle$3 Contract Amount $ 4.565,000 30205 Menifee Road 27625 Sherman Rd Year: 2009 Menifee CA 92584 Sun City.CA Completion% 100% Corona-Norco Unified School District Santiago High School Contract Amount $ 2 711,000 2820 Clark Avenue 1395 East Foothill Prwy Year 2009 Norco,CA 92860-1903 Corona CA Completion% 100% • OWNER 11 _ J _ PROJECT 1CONTRACT INFORMATION -a�. _ Victor Valley College Victor Valley College,General Contract Amount $ 1,092,000 18422 Bear Valley Road 18422 Bear Valley Year 2009 Victorville,CA 93292 Victorville,CA Completion% t00% Victor Elementary School District Victor E.S.Transportation,Steel Contract Amount $ 147,000 15579 Eight Street 12393 Locust St. Year 2009 Victorville,CA 92395 Victorville,CA Completion% 100% • City of Victorville Sunset Ridge Park 8 Fire Station Contract Amount $6,953,000 14343 Civic Drive 12808 Eucalyptus Ave. Year 2009 Victorvilte,CA 92392 Victorvte,CA Completion% 100% Riverside County Regional Park Random Jurupa Park Exp.P-2 Contract Amount: $8,542.034 44 8 Open Space District 4600 Crestmore Road Year 2009 4800 Crestmore Road Riverside,CA Completion% 100% Riverside,CA 92509 Redlands Unified School District Citrus Valley I-I S.Pluming Contract Amount $987,O00 800 West Pioneer Ave. 800 West Pioneer Ave. Year 2009 Redlands,CA Redlands,CA Completion%- 100% Redlands Unified School District Citrus Valley H.S.Track Contract Amount. $ 1,393,000 800 West Pioneer Ave 800 West Pioneer Ave. Year 2009 Redlands,CA Redlands,CA Completion% 100% Hespena Unified School District Misson Crest Portables Contract Amount $ 1 050,000 15576 Main St, • 13065 Muscatel St. Year Hesperia,CA 92345 Hesperia,CA Completion%: 100% part of 590 Redevelopment Agency for the Home Garden Library Contract Amount $ 1..193,000 County of Riverside CA 3785 Neece St. Year 2009 1325 Spruce St..Suite 400 Home Garden,CA Completion% 100% Riverside.CA 92507 951--955-5737 San Bernardino Unified School District San Gorgonio Intern Housing Contract Amount. S 319,300 777 North"F'Street 2299 E Pacific St Year 2009 San Bernardino,CA 92410 San Bernardino,CA Completion% 100% San Bernardino County Bob Murphy County Comm, Contract Amount: $ 243,000 Superintendent of Schools 149 N.Arrowhead Year 2009 1040 East Cooley Drive Rialto,CA Completion% 100% Cotton,CA 92324 Menace Union School District Menifee Valley Gym Contract Amount. $1,943,000 00 30205 Menifee Road 26255 Garbani Rd. Year 2009 Menifee.CA 92584 Menifee,CA Completion% 100% San Bernardino County Etiwanda Medical Unit Contract Amount $318,000.00 Superintendent of Schools 12860 Banyan St. Year 2009 1040 Cooley Drive Etiwanda,CA Completion% 100% Colton,CA 92324 San Bernardino County Vista Colorado Shade Contract Amount S 166,000 00 Superintendent of Schools 700 Bailey Ave. Year 2009 1040 Cooley Drive Needles,CA Completion% 100% Colton,CA 92324 Upland Unified School District Egress Citrus/Sycamore Contract Amount $227 500 00 390 North Euclid Avenue 925 W.7th St./1075 W.13th St. Year 2009 Upland,CA 91786 Upland.CA Completion% 100% Corona-Norco Unified School District Norco H.S.Steel Contract Amount $797.000.00 2820 Clark Street 2065 Temescal Ave. Year 2009 Norco,CA 92860 Norco,CA Completion% 100% Town of Apple Valley Apple Valley Animal Shelter Contract Amount $16 448 000 00 14955 Dale Evans Pkwy 22131 Powhatan Rd. Year 2009 Apple Valley,CA 92307 Apple Valley,CA Completion% 100% { OWNER , PROJECT T— CONTRACT INFORMATION Corona-Norco Unified School District Santiago Field Lighting Relocation Contract Amount $331,000.00 2820 Clark Avenue 1395 E.Foothill Pkwy Year- 2009 Norco,CA 92860-1903 Corona,CA Completion% 100% Town of Apple Valley Apple Valley Town Hall Bldg&Park Maintenance Contract Amount' $199.160 00 14955 Dale Evans Pkwy 14955 Dale Evans Pkwy Year 2009. Apple Valley,CA 92307 Apple Valley.CA 92307 Completion%. 100% Fontana Unified School District Summit H S,Football Field improvements Contract Amount $173.000.00 9680 Citrus Ave. 15551 Summit Ave. Year 2009 Fontana,CA 92335 Fontana,CA 92336 Completion% 100% Los Osos High School Chaffey Joint Union High School District 6001 Milliken Ave. Contract Amount, $1,938.700 00 211 West Fifth Street Rancho Cucamonga CA 91730 Year. 2009 Ontario,CA 91762 Completion% 100% Colony High School 3850 East Riverside Dr. Ontario,CA 91761 Hillside High School Upland Unified School District 1558 West 91h Street Contract Amount $1.317,000 00 390 North Euclid Ave. Upland,CA 91786 Year, 2009 Upland,CA 91786 Completion% 100% Pioneer Jr.High School 245 West 18th St Upland,CA 91786 Baldy View E S. Contract Amount: $1,543,000 00 Upland Unified School District 979 W.11th Street Year. 2009 390 N.Euclid Ave, Upland,CA 91786 Completion% 100% Upland,CA 91786 Citrus E S. 925 West 7th St. Upland,CA 91786 Upland E S 601 N.5th Ave. Upland.CA 91786 Pepper Tree Elementary School Upland Unified School District 1045 West 18th St Contract Amount. $1,433,000 00 390 North Euclid Ave. Upland,CA 91786 Year: 2009 Upland,CA 91786 Completion% 100% Sierra Vista Elementary School 253 East 14th St Upland,CA 91786 Valencia Elementary School 541 West 22nd St Upland.CA 91786 Riverside Unified School District Central Middle School MPR Contract Amount: $58,000.00 6050 Industrial Ave, 4795 Magnolia Ave. Year 2009 Riverside,CA 92504 Riverside,CA 92504 Completion%:: 100% Alvord Unified School Distnct None Vista H.S.Swimming Pool Renovation Contract Amount $593,000 00 10365 Keller Ave. 6585 Crest Ave. Year 2009 Riverside,CA 92505 Riverside CA 92503 Completion%:. 100% County of San Bernardino Fontana East Campus Parking Lot Renovation Contract Amount. $333.000 00 Architectural&Engineering Dept 17830 Arrow Blvd. Year 2009 385 North Arrowhead Ave Fontana,CA 92415 Completion%. 100% San Bernardino,CA 92415 Mountain View School District Creek View E.S.New Metal Shade Structure Contract Amount $84,700 00 2585 S.Archibald Ave. 3742 Lytle Creek North Loop Year: 2009 Ontario,CA 91761 Ontario,CA 91761 Completion% 100% Alvord Unified School Distnct La Granada E.S Playground Contract Amount $92,850 00 10365 Keller Ave 10346 Keller Ave. Year 2009 Riverside,CA 92505 Riverside,CA 92505 Completion% 100% OWNER W r PROJECT 1 CONTRACT INFORMATION Chaney Joint Union High School Chaney H.S New Tennis Courts Contract Amount $531,000 00 211 West 5th Street 1245 N Euclid Ave Year: 2009 Ontario CA 91762 Ontario,CA 91762 Completion%: 100% Adelanto School District *23 New George School Cat.it 4 Contract Amount. S93.000.00 11824 Air Expressway Bartlett Ave.&Rhode Island Year 2010 Adelanto,CA 92301 Adelanto,CA 92301 Completion% 100% Adelanto School District A23 New George School Cal..th 18 Contract Amount. St.386,000 00 11824 Air Expressway Bartlett Ave.&Rhode Island Year 2010 Adelanto,CA 92301 Adelanto,CA 92301 Completion%: 100% err - r ..._ N Y FRED YARIN D Dl�t FRE Aa -1N FR�E t rib • •,.. , „... ,,, 1 All ,• .• 5 �aa • , T p q t '.g... u a :. w 4 t. S<S ( a.D ..:' F ram.- � • n �� ,x• i . (off 1 qq i °No -A1 AVM ar i , �� :;. ' tr « FIRE STATION N #33 ,,,,,:,:•,,.,,,,:.,, ,.,,,,:,,,:,.','.:':,,I.` �"Y ` • �" �' � , ' i ' 3. GE L an a tt4 �" Ai i % e#« t s �� ' g La a dk > :-. I i 11-• ' p$ x $`$ 'S c ...yelp 4: - < . `� ��� � r F O 'fie � ,� .w. 0.4 £ ! • 'E! r,g a, ja :: ll r � i 8 . i . t ii; , tor4'1-� ..........,... . '''.6.;.'.,!:..A:1;:.,. -, ,.,:':".:{%.*.e. .. ' i 01' '"%,. '7'''', VICINITY MAP h� h �.,,,._ PALM DESERT 4E111 0_ '. ,4,, hti ' FIRE STATION #33 ; :;°*9 3y°::�, DATE: itic°FO;;`1.1.tko 4/2010 VICINITY MAP _DR FRED-WA-RING-DR FRED a y Q W x l ei 3 W .: t: bra NIVII SONORA- ISL CC Q 44-4 FIRE STATION #33 ...,..,4,, „.., CK .sw Ct lea gX HAHN-RD —HA HN-R HA 7 n y k z y W n, 1 1�ct a< V / I13Z ' ' ' FT 1Jff1 , rf� HAHN-RD ..." ' ...:. FR QP y , R. G-.��•YT D• VICINITY MAP ti �` PALM DESERT i IN,,W ti FIRE STATION #33 ,ryny-f',O. DATE: e �397'-3 c"vi:di '� 4/2010 VICINITY MAP