American Landscape - City Of Beverly Hills

Transcription

American Landscape - City Of Beverly Hills
BID NO. 14-15
BIDDERS CHECK LIST
TO THE BIDDER:
The following checklist is provided for the convenience of both you and the City to help eliminate errors or
omissions which may render your bid non-responsive. Please check all appropriate boxes and submit this page
with your bid.
1.
BID
x
Signed by Bidder
BID BOND
Enclosed
X
AFFIDAVIT OF NONCOLLUSION
Enclosed
X
Signed by Bidder
STATEMENT ACKNOWLEDGING OBLIGATION TO COMPLY
WITH CALIFORNIA LABOR LAW REQUIREMENTS
Enclosed
X
Signed by Bidder
SECTION 6: SIGNATURE AND LEGAL STATUS
Enclosed
x
Signed by Bidder
SECTION 7: EXPERIENCE FORM
Enclosed
x
Make sure DELIVERY of your completed documents is made to the City Clerk, 455 North Rexford Drive, Room
290, Beverly Hills, CA 90210, prior to Bid Opening time. It is YOUR responsibility to mail your bid sufficiently early
or deliver it in person.
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
23 of 26
BID NO. 14-15
APPENDIX D
BID FORM
NOTE:
Any Alteration or Addition to the Bid Form May Invalidate the Bid
TO: THE MAYOR AND COUNCIL MEMBERS OF THE CITY OF BEVERLY HILLS
The undersigned, having carefully examined the site conditions and the Contract Documents for
BEVERLY HILLS RESERVOIR IRRIGATION PROJECT
HEREBY PROPOSES AND AGREES to commence the Work per the Agreement; to furnish all labor,
materials, equipment, transportation, service, sales taxes, and other costs necessary to complete the
Work as specified herein from the date of Notice To Proceed, in strict conformity with the Contract
Documents, at prices indicated below.
1.0
TOTAL LUMP SUM BASE BID:
Item Description: Base Bid scope of work shall include installation of irrigation devices
and landscaping at four (4) Reservoir sites.
Bidder agrees to provide and install all base bid work as shown on the Drawings and described in
the Specifications including General Conditions, licenses, permits, fees, taxes, overhead, bond
and insurance for the total lump sum of:
$
On.t-
~J~r~c)~
Dollars (in words- printed)
$
-~P~-~ ~ 44~so1~d
(
i~iei~
1~”~c1~{
7s&~
157,-i57.Oo
Dollars (in figures)
NOTE: In the case of any discrepancy between
prevail.
words and figures, the words shall
2.0
TIME OF PERFORMANCE Contractor proposes to complete the Work, including the accepted
Alternatives, within the calendar days specified in the Bid Package, commencing from the Date of
Notice To Proceed.
3.0
COMPENSATION FOR DELAY (PER DIEM)
—
Bidder shall determine and provide in the space below the amount of per diem compensation
(costs to include any and all of Contractor’s overhead, profit and General Conditions as directly
related to this project) for any Compensable Delay at any time during the performance of the
Work:
$
Dollars Per Diem Per Day (in words)
Per Diem compensation multiplied by Twenty (20) days
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
Dollars Per Diem Per Day (in figures)
$
Appendix A-E
9 of 12
BID NO. 14-15
4.0
TOTAL PROJECT BID
To determine the low Bidder, the City will calculate the sum of the Total Lump Sum Base Bid
listed in paragraph 1.0, plus the amount of all alternate bid items listed in paragraph 2.0, plus the
amount of per diem for Compensable Delay listed in paragraph 5.0 multiplied by twenty (20)
days. The Contract will then be awarded to the lowest responsive and responsible Bidder.
The Contract Amount may or may not include any or all or the alternatives, at the sole discretion
of the City.
The use of the multiplier of twenty (20) days is not intended as an estimate of the number of days
of Compensable Delay anticipated by the City. The City will pay the per diem compensation only
for the actual number of days of Compensable Delay, as defined in the General Conditions. The
actual number of days of Compensable Delay may be lesser or greater than the “multiplier”
shown above.
5.0
DESIGNATION OF SUBCONTRACTORSISUPPLIERS
In accordance with the “Subletting and Subcontracting Fair Practices Act”, Sections 4100-4113 of
the Public Contract Code of the State of California, and any amendments thereto, each Bidder
shall list below the dollar amount, name, location and trade of each Subcontractor or Supplier
who will perform work, labor, render service or provide and install material and/or equipment to
the Contractor in the construction of the Work in an amount in excess of one-half of one percent
(0.5%) of the Contractor’s total Bid (Example: one-half of one percent (0.5%) of a $1,500,000
project is equal to $7,500). Only one Subcontractor for each such trade shall be listed. If the
Contractor fails to specify a Subcontractor for any portion of the Work to be performed under the
Contract, he shall be deemed to have agreed to perform such portion himself, and he shall not be
permitted to subcontract that portion of the Work. For the convenience of the Contractor,
rounding-off values to the nearest thousand dollars is permitted.
NOTICE:
Penalties for violations of the Subletting and Subcontracting Fair Practices Act will be
enforced by the City for failure to list subcontractors as provided by that act.
NOTES:
(1)
SUBMISSION PROCEDURES:
a. Upon submission of bid documents: Complete the forms as much as possible, but at a
minimum include the Subcontractors/Suppliers name.
b. Incomplete forms turned in upon submission of Bids by Contractors will lead to the Bids
of said Contractors being declared non-resQonsive.
(2)
Some of the trades listed may not be providing Work in excess of one-half of one percent
(0.5%) of your Bid. In that case, indicate which trade the Work is to be included under.
(3)
In all cases, if the Work is to be provided by the General Contractor’s (your) forces,
indicate this by listing your company name in the space provided for the Subcontractor’s
name.
(4)
In accordance with requirements above, Contractor shall use the following form to list the
Subcontractors or Suppliers:
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
Appendix A-E
10 of 12
BID NO. 14-15
DESIGNATION OF SUBCONTRACTORSISUPPLIER FORM
CSI
TRADE
Tre~ Fs~ina~
SUBCONTRACTORS!
SUPPLIERS NAME
Tft~s pii ~
t~r~f ~( L54~
LICENSE
#
~ 2705
Respectively submitted,
American Landscape, Inc.
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
Appendix A-E
11 of 12
BID NO. 14-15
SECTION 6: SIGNATURE PAGE AND LEGAL STATUS
6.
Signature Page and Legal Status. The undersigned certifies that he is an official legally authorized to
bind his firm and to enter into a contract should the City accept this proposal.
Bid proposal by
American Landscape, Inc.
(Name of Firm)
Legal status of bidder: Please check the appropriate box
A. Corporation
_;
B. Partnership
C. DBA
D. Other
State of Incorporation
; List Names
N/A
; State full name
N/A
_;
Explain
DBA
N/A
/]J)
Signature of Bidder
~4
(Authorize.
Signature of Bidder
CA
t~1dL4
~
~
Title Vice President
ign~ture)
Ii A
Title Secretary
(Autho e. Signature)
Address 7013 Owensmouth Avenue
City Canoga Park
Zip 91303
Telephone (818) 999-2041
Signed this 16th
day of December
2O1~
Bidder acknowledges receipt of the following Addenda:
ADDENDUM NO.
:1_
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
BIDDER’S INITIALS
I
12 of 26
BID NO. 14-15
SECTION 7: ADDITIONAL FORMS
Additional Forms
a.
b.
c.
d.
e.
f.
g.
h.
Experience Form
Affidavit of Non-Collusion
Statement Acknowledging Obligation To Comply With California Labor Laws
Bid Bond
Faithful Performance Bond
Payment Bond
Certificate of Insurance
Bidder’s Check List
EXPERIENCE FORM
Bidders must complete the following Experience Form and submit all required information. Bidder’s failure to
fully complete the form or to adequately respond to the questions will render the bid non-responsive and
are grounds for rejection by the City Council.
Bidders shall have experience in installation of the specified irrigation equipment for public facilities that are
comparable to the work specified by this bid package, such as governmental, municipal or university facilities. City
shall determine, in its sole discretion, what constitutes comparable projects. Bidder’ failure to meet the
minimum specific qualifications required herein and accurately represent bidder’ past project experience
will render the bid non-responsive and are grounds for rejection by the City Council.
LICENSING
1) List jurisdictions and trade categories in which your organization is legally qualified to do business and indicate
registration or license numbers if applicable.
State:
Category:
License:
Class:
CA
General Engineering, General Building, Landscaping, Electrical
288229
A, B, C27, C8
GENERAL EXPERIENCE
2) List the categories of work that your organization normally performs with its own forces.
i)
Trades:
Landscape and Irrigation
3) Claims and Suits: (if the answer to any of the questions below is yes, attach details)
i)
Has your organization ever failed to complete any work awarded to it?
No
ii) Are there any judgment, claims, arbitration proceedings or suits pending or outstanding against your
organization or its officers?
No
iii) Has your organization filed any lawsuits or requested arbitration with regard to construction contracts
within the last five years?
No
iv) Has your organization ever been cited for violation in complying with the Prevailing Wage
requirements?
No
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
13 of 26
BID NO. 14-15
4) Within the last five years, has any officer or principal of your organization ever been an officer or principal of
another organization when it failed to complete a construction contract? (If the answer is yes, attach details)
No
5) On a separate sheet, list the major roofing projects your organization has in progress, giving the name of
project, owner, contract amount, percent complete and scheduled completion date. N/A
i)
State total worth of work in progress and under contract:
NIA
6) on a separate sheet, list the cumulative experience and present commitments of the key individuals of your
organization. See attached.
SPECIFIC QUALIFICATIONS
7) Within the last five years, list at least three (3) irrigation installation projects your organization has completed
involving public facilities, which include similar trade categories. On a separate sheet, provide the following
project information for the projects listed:
(a)
(b)
(c)
(d)
(e)
(f)
(g)
Project owner (municipal or governmental agency)
Owner’s representative (current contact information including phone number)
Original contract amount
Final contract amount (including all change orders)
Contract start date (Notice to Proceed)
Final date of completion
List of similar trade categories
Project i) El Toro Memorial Park
Project ii) Tustin Ranch lnigation System Upgrades
Project iii) Lindero Canyon Road Medians
REFERENCES
8) Trade references: (provide on a separate sheet)
See Attached.
9) Bank references: (provide on a separate sheet)
See Attached.
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
14 of 26
AMERICAN
LANDSCAPE
Install
SINCE 197
Inigate bi.plre
American L~ndscap~. Inc Tea~it
Director of Construction — Pam Edmiston. Pam has over 26 years landscaping experience.
She graduated from Cal Poly, San Luis Obispo with a degree in Landscape Architecture. She has
worked as a Project Manager for landscape construction companies since. She worked for
Landscape Development, Inc. as a Project manager for 17 years, managing and running the
construction projects. She then became president, pursuing sales and overseeing all aspects of
the company.
Pam has been American Landscape’s Director of Construction since November of 2011. Her
responsibilities include managing the project engineers, managers, estimators and office staff.
She upholds American Landscape’s dynamic team values and state of the art equipment and
construction techniques.
Pam is a licensed Landscape Architect and is LEED Certified.
Operations Manager/Project Manager -Joe Nasta. Joe has over 22 years construction
experience. He was a Journeyman Carpenter for 10 years, California licensed contractor for 15
years, a licensed real estate broker for 5 years, General Manager for a commercial design-build
firm for 15 years, Estimating Manager and Multi-family Project Manager for Centex Homes for
4 years. Construction Operations Manager for American Landscape, Inc. 5 years.
Joe’s responsibilities include overseeing all aspects of the project from start to finish. Joe will
process all contract change orders, project billing and closeout procedures.
General Superintendent Henry Navarette~ Henry has worked in the landscape industry for
over twenty years. He started in the field using the tools of the trade. He has proven himself
repeatedly as knowledgeable, dependable, and trustworthy. He has worked with the American
Landscape family for over 15 years.
—
His responsibility are dispatching the men and equipment to the field. Overseeing field
operations, a go-to person for the Field Foremen.
Staffing Plan:
American Landscape, Inc. has approximately 100 full time Union field employees full time on
staff. Many of these employees have worked for American Landscape for over 20 years. If
needed we can dispatch additional men from the Union halls to supplement our crews. We are
able to meet any schedule necessary to complete the project on time.
7013 Owensmouth Ave.
Canoga Park, CA 91303
818-999-2041 OffIce
818-999-2056 Fax
americardandscape.com
CA Lic. 288229
ociv
AMERICAN
LANDSCAPE
In.taa
SINCE 1973
bilgate biepfre
Item #7— Specific Qualifications
Project I) El Toro emorlal Park
a. Project Owner: Orange County Cemetery District
b. Owner’s Representative: Tim Deutsch (General Manager); (949) 951-9102
C. Final Contract Amount: $258,268.00
d. Contract Start Date: 11/2012
e. Contract Completion: 3/2013
f. Trade Categories: Installation of landscape & irrigation.
Project II) Tustin Ranch Irrigation System Upgrades
g. Project Owner: City of Tustin
h. Owner’s Representative: Jason Churchill (Project Manager); (714) 573-3150
L Final Contract Amount: $1,326,101.00
j. Contract Start Date: 7/2011
k. Contract Completion: 6/2013
I. Trade Categories: Installation of landscape & irrigation upgrades.
Project iii) Lindero Canyon Road edlans
m. Project Owner: City of Westlake Village
n. Owner’s Representative: John Knipe (818) 706-1613
o. Final Contract Amount: $379,070.00
p. Contract Start Date: 2/2012
q. Contract Completion: 10/2012
r. Trade Categories: Installation of landscape & irrigation
7013 Owensmouth Ave.
Canoga Park, CA 91303
818-999-2041 OffIce
818-999-2056 Fax
corn
CA Lic. 288229
AMERICAN
LANDSCAPE
SINCE 197
Install
bTl9ata
in
o
Project/Client References
Edwards Ufesciences T & D Annex Buildin
Owner:
Edwards Lifesciences
Contractor:
Rudolph & Sletten
Contact:
Kevin Moore
Phone:
(818) 631-2979
Contract Amount:
$92,180.00
Completion:
September 2013
The Reserve (13031 W. Jefferson Blvd.
—
Ph II)
Owner:
Krismar Construction
Contractor:
Krismar Construction
Contact:
Emily Chang
Phone:
(310) 458-3170
Contract Amount:
$810,301
Completed:
August 2013
Tustin Ranch lrri ation System Upgrades/Rehabilitation
7013 Owensmouth Ave.
Canoga Park, CA 91303
Owner:
City of Tustin
Contact:
Jason Churchill
Phone:
714/573-3150
Contract Amount:
$1,124,286.50
Completed:
June 2013
818-909-2041 OffIce
818-999-2056 Fax
amesicanlandscape.com
CA Lic. 288229
DO’
AMERICAN
LANDSCAPE
lirigate bie~fre
SINCE 197
El Toro Memorial Park
Owner:
Oran e County Cemetery District
Contact:
Tim Deutsch
Phone:
(949) 951-9102
Contract Amount:
$258,264
Completed:
March 2013
Sony Main Street Improvements, Phase 1
Owner:
Sony Pictures
Contractor:
Driver SPG
Contact:
April Patterson
Phone:
(626) 351-8880
Contract Amount:
$139,785.00
Completed:
November 2012
Am en Site Development
7013 Owensmouth Ave.
Canoga Park, CA 91303
Owner:
Amgen
Contractor:
C.W. Driver
Contact:
Sam Huleis
Phone:
(626) 351-8800
Contract Amount:
$2,333,151.00
Completed:
June 2006
818-999-2041 Office
818-999-2056 Fax
corn
CA Lic. 288229
AMERICAN
LANDSCAPE
Initall
SINCE 1973
irrigate
Inapire
CREDIT INFORMATION
CORPORATE BILLING ADDRESS:
CAUFORNIA CORPORATIONS:
CORPORATE OFFICERS:
FED ID#
STATE TAX ID
CALIFORNIA CONTRACTORS LICENCE #
BANK INFORMATION:
American Business Bank
523 West 6th Street, Suite 900
Los Angeles, CA 90014
Ken Bettencourt
Tel: (213) 430.4000
Fax: (213) 627.7711
BONDING INFORMATION:
US Specialty Insurance Company
7013 Owensmouth Aye, Canoga Park, Ca 91303
Established October 1973
Gary Peterson, President/Treasurer
Jamie Tsui, Secretary
95-2853290
228-10303
288229 (Classes A, B, C27, C8)
INSURANCE COVERAGE:
Lockton Insurance Brokers, LLC
4275 Executive Square, Ste 600
La Jolla, CA 92037
Tel: (858) 587.3110
Fax: (858) 909.3110
Susan Parker
E-mail: [email protected]
EXPERIENCE MODIFICATION RATING:
2012: 0.65
Underwriter: Dirk DeGraw
Lockton Companies, LLC
Agent: Dennis Langer
Tel: (213) 689.0501
Fax: (213) 873.0501
Email: [email protected]
$10 million aggregate limit
CREDIT REFERENCES:
1.
John Deere Landscapes —74991 Velie Way, Palm Desert, CA 92260
Ana G.
Tel: 707-665-4251
Fax: 707-792-5951
2.
Rainmakers Irrigation Supply —4684 Runaway Street, Simi Valley, CA 93063
John Roche
Tel: 805-306-1731
Fax: 805-306-1731
3.
Boething Treeland 23475 Long Valley Rd., Woodland Hills, CA 91367
Barbara G
Tel: 818-316-2030
Fax: 818-992-7558
4.
Valley Crest Tree Co 24151 Ventura Blvd, Calabasas, CA 91302
Kathy M.
Tel: 818-737-2616
Fax: 818-222-7307
—
7013 Owensmouth Ave.
Canoga Park, CA 91303
—
818-999-2041 Offl
818-999-2056 Fax
CA Lic. 288229
BID NO. 14-15
NON-COLLUSION AFFIDAVIT
(TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID)
State of California
ss.
County of Los Angeles
Pam Edmiston
Vice President
,
being first duly sworn,
deposes and says that he or she
of American Landscape, Inc.
is
the party making the foregoing
bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company,
association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not
directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that
anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement,
communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any
overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against
the public body awarding the contract of anyone interested in the proposed contract; that all statements contained
in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any
breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not
pay, any fee to any corporation, partnership, company, association, organization, bid depository, or to any member
or agent thereof to effectuate a collusive or sham bid.
NAME
I IJ1I
4~’JY~1A
Vice President
TITLE
12/16/13
DATE
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
15 of 26
State of California
Countyof
o~
CALIFOR
LW friO~~I~5
f2e(’PWI toW ~V~” 201 !
IA ALL-PURPOSE
CERTIFICATE OF ACKNOWLEDGMENT
1424 c~v~a L-1~ a V Wi ci vl v’t o+t’l ~1 fa’t L2 ii~t:~~
P ti Wi éi) ~
personally appeared
before me,
re insert name and title of the officerf
who proved to me on the basis of satisfactory evidence to be the erson(s~ whose name~~(~Jiare subscribed to
the within instrument and acknowledged to me that he sh /they executed the same in his! !their
authorized capacity(,i~), and that by his/~~~/their signatureçs) 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.
COMM. e2026223
Cabfomia
Los Ans COUMr
fr,
~
~
~2D17
WITNESS my hand and official seal.
Signature ___________________
(Seal)
OPTIONAL INFORMATION
Although the in formation in this section is not required by/ow, it could prevent fraudulent removal and reattachment of this
acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document.
Description of Attached Document
Additional Information
The preceding Certificate of Acknowledgment is attached to a document
Proved to me on the basis of satisfactory evidence:
L0 form(s) of identification 0 credible witness(es)
titled/for the purpose of
containing
Notarial event is detailed in notary journal on:
Page #
Entry #
pages, and dated
The signer(s) capacity or authority is/are as:
LI
LI
LI
Method of Signer identification
Notary contact:
Individual(s)
Attorney-in-Fact
corporate Officer(s)
Other
LI
Title(s)
Additional Signer(s)
LI
Signer(s) Thumbprint(s)
LI
LI Guardian/conservator
LI Partner Limited/General
LI Trustee(s)
LI Other:
-
representing:
Name(s) of Person(s) or Entity)ies) Signer is Representing
@ copyright 2007-2012 Notary Rotary, Inc. P0 Box41400, Des Moines, IA 50311-0507. All Rights Reserved.
Part Number 101772. Please contact your Authorized Reseller to purchase copies of this form.
BID NO. 14-15
STATEMENT ACKNOWLEDGING OBLIGATION TO COMPLY
WITH CALIFORNIA LABOR LAW
[Labor Code § 1720, 1773.8, 1775,
1776, 1777.5, 1813, 1860, 1861, 3700]
I, the undersigned Contractor, certify that I am aware of and will fully comply with the following provisions of
California law:
Contractor acknowledges that this contract is subject to the provisions of Division 2, Part 7, Chapter 1 (commencing
with Section 1720) of the California Labor Code relating to public works and the awarding public agency (“Agency”)
and agrees to be bound by all provisions thereof as though set forth in full herein.
Contractor agrees to comply with the provisions of California Labor Code Section 1773.8 which require the
payment of travel and subsistence payments to each worker needed to execute the work, to the extent required by
law.
Contractor agrees to comply with the provisions of California Labor Code Section 1774 and 1775 concerning the
payment of prevailing wages to workers and the penalties for failure to do so. Contractor shall, as a penalty to the
Agency, forfeit not more than fifty dollars ($50) for each calendar day or portion thereof, for each worker paid less
than the prevailing rates, as determined by the Director of Industrial Relations, for the work or craft in which the
worker is employed for any public work done under the contract by Contractor or any subcontractor.
Contractor agrees to comply with the provisions of California Labor Code Section 1776 which require Contractor
and each subcontractor to (1) keep accurate payroll records, (2) certify and make those payroll records available for
inspection as provided by Section 1776, and (3) inform the Agency of the location of the records. Contractor is
responsible for compliance with Section 1776, by itself and all of its subcontractors.
Contractor agrees to comply with the provisions of California Labor Code Section 1777.5 concerning the
employment of apprentices on public works projects, and Contractor further agrees that Contractor is responsible
for compliance with Section 1777.5 and for the compliance of all of its subcontractors.
Contractor agrees to comply with the provisions of California Labor Code Section 1813 concerning penalties for
workers who work excess hours. Contractor shall, as a penalty to the Agency, forfeit twenty-five dollars ($25) for
each worker employed in the execution of the contract by Contractor or by any subcontractor for each calendar day
during which such worker was required or permitted to work more than 8 hours in any one calendar day or 40 hours
in any one calendar week in violation of the provisions of Division 2, Part 7, Chapter 1, Article 3 of the California
Labor Code.
California Labor Code Sections 1860 and 3700, provide that every Contractor will be required to secure the
payment of compensation to its employees. In accordance with the provisions of California Labor Code Section
1861, Contractor hereby certifies as follows:
“I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured
against liability for worker’s compensation or to undertake self-insurance in accordance with the provisions of
that code, and I will comply with such provisions before commencing the performance of the work of this
contract.”
Date:
12116/13
City of Beverly Hills
Beverly Hills Reservoir Irrigation Project
Signature:
I Iii
~L.iL ~i
16 of 26
EXECUTEDIN DUPLICATE
BID NO. 14-15
BID BOND
WHEREAS, American Landscape, Inc.
hereinafter “Principal,” has submitted a bid to
the City of Beverly Hills (hereinafter, “City’) for the BEVERLY HILLS RESERVOIR IRRIGATION PROJECT.
AND WHEREAS, said Principal is required to furnish a bond in connection with said bid, to ensure that the Principal
will enter into a contract with the City;
NOW, THEREFORE, we, the Principal and
U.S. Specialty Insurance Company
as Surety, are held firmly bound unto the City in the sum of
Dollars ($ 10% of Total Bid
—
Ten Percent of the Total Amount of the Bond
), this amount being not less than ten percent (10%)
of the Bid Sum, 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 Principal is awarded a Contract by said City and,
within the time and in the manner required in the Contract Documents for said project, enters into the written form
of Agreement bound with said Contract Documents and furnishes the required bonds and insurance, and performs
all other obligations prerequisite to signing the Agreement, then this obligation shall be null and void, otherwise it
shall remain in full force and effect. In the event suit is brought upon this bond by said City and judgment is
recovered, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney’s fee to
be fixed by the Court.
IN WITNESS WHEREOF, two (2) 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 named herein, on the
day of
December
13th
2013, the name and corporate seal of each
corporate party being hereto affixed and these presents duly signed by its undersigned representative pursuant to
authority of its governing body.
Principal American Landscape, Inc.
By
/
1i1
I
/
Surety U.S. Specialty In .~i~1iti~ Company
w
By
Dennis La~ Att
Cty of Beverly Hills
Beverly Hills Reservow Irrigation Proiect
17 of 26
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
STATE OF CALIFORNIA
County of
On
}
LOS ANGELES
December 13, 2013
YALONDA M. EUBANK, NOTARY PUBUC
before me,
Here Insert Name and Title of the Officer
Date
DENNIS LANGER
personally appeared
Name(s) or Signer(s)
who proved to me on the basis of satisfactory evidence to
be the person(X) whose name(x) is/xxx subscribed to the
within instrument and acknowledaed to me that he/XX~ YJOcX
executed the same in XX er~’XXX~( 3uthorized capacityc~XX
and that by his/boc.Xxxxsignature(x on the instrument the
person(X~, or the entity upon behalf of wh ch the person(X
acted, executed the instrument.
YALONDA M. EIJBANK
COMM.#1975925 z
~ Notary Public California ~
i~~3 ~I
Los Angeles County
~zr~’ M Comm. Ex.iresA.r. 22, 2016
~
Z
-‘
I certify under PENALTY OF PERJURY under the laws of
the State of California that the foregoing paragraph is true
and correct.
Witness my h.
Sigr
Place Notary Seal Above
ONDA M. EUBAN7
OPTIO ~L
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: Bid Bond for American Landscape, Inc.
Document Date:
Number of Pages:
December 13, 2013
Signer(s) Other Than Named Above:_
Capacity(ies) Claimed by Signer(s)
Signer’s Name:________________
Individual
Corporate Officer
Title(s)L.._.
Partner
El Limited U General
RIGHTTHUMBPRINT
Attorney in Fact
OF SIGNER
Trustee
Top of thumb here
Guardian or Conservator
Other:________________
Signer’s Name:_______________
Individual
Corporate Officer
T tle(s):_
Partner
El Limited El General
RIG HT THU MB PRINT
Attorney in Fact
OF SIGNER
Trustee
Top
ot thumb here
Guardian or Conservator
Other:
El
El
El
El
El
El
El
Signer Is Representing:
Signer Is Representing:
El
El
El
El
El
El
El
—
________________
—
—
© 2007 National Notary Association • 9350 De Soto Ave., RO. Box2402 • Chatsworth, CA913r3-2402 • ww~NationaINotar~org Item #5907 Reorder: Ca Toll-Free 1-800-876-6827
•
— ._—r
—
~
—
—
=—~~-,,
POWER OF ATTORNEY
AMERICAN CONTRACTORS INDEMNITY COMPANY
UNITED STATES SURETY COMPANY
U.S. SPECIALTY INSURANCE COMPANY
KNOW ALL~MEN BY THESE PRESENTS: That American Contractors Indemnity Company a California corporation, United States
Specialty Insur ce Company a Texas corporation (collectively the
eompimds )~ddb~,’ these presents make constitute and appoint
Paul Boucher, Janina Monroe, Thomas McCall,Z[imothy Noonan,
fSui~e ~C~m ~äh~l~a Maryland corporation and U S
Michelle Haase or Dennis Langer of Los Angeles, California
—
its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authori&
_her~y conferredin its name, place and ste~d, to execute,_acknowledge and deliver any and all bonds, recognizances,un~ertaicipgs~
~ôr!otlier iiis~Thii~nts or contra~ts o1~sü 7sh~’i~iii~iude riders, amendments, and consents of surety, p-roiihnriiie hond~
~penalty dües”iaot~xceed
*~***~i~i Million ****
Dollars (S *!ioooooQøoo~*~~~
Tli~Pow~r~of Attorney shall expi~ëIwifh~t[~furtlIèr1~tion on December 08,2016. This Power of Attorney is grd dan~l~b~
authority of the following resolutions adopted by the Boards of Directors of the Companies:
Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full
power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following
.provisions:
______
given full power and authority for and in the name of and on behalf of the Company to execute acknowledge and deliver any and all bonds
~ agreements or indemnity and other conditional or obligatory undertakings mc udmg any and all consents for the release of retained
p~ni~’es
arfi~ial estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company’s liability
thereunder, and any such instruments so executed by any such Attorney-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected
by the Corporate Secretary.
Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating
thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to.
any bond or undertaking to which it is attached.
IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to ~
10th day of December, 2012.
AMERICAN CONTRACTORS INDEMNITY COMPANY
UNITED STATES SURETY COMPANY
~p~porate Seals
U.S. SPECIALTY INSURANCE COMPANY
____
Daniel P. Aguilar, Vice President
State of California
County of Los Angeles
SS:
_____
On 10th day of December 2012, before me, Vanessa W ght, a notary public personally appeared Daniel P Agui1~Y~ci~Preiid
American Contractors Indemnity Company, United States Surety Company and U.S. Specialty Insurance Compan~who~à~dd t6’~mé~
on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that
he executed the same in his authorized capacity, and that by his signature on the instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
-
certi1~’ under ENALTY OF PERJURY under the laws of the State o~Qaiafo~ia1 t~thefore~oing paragraph is true and correct
WITNESS my hand and official seal.
V. WIIGHT
_____
—
-
=
Signature _______________________________
V.
(Seal)
~
#
~
Los Angeles Coonty
~
I, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, Unite4 Sth~ Surety ~
Insurance Company do hereby certi that the above and foregoing is a true and correct cod’ o~ a Power of ~
said Companies, which is still in full-Jorce and effect; furthermore, the resolutions of the Boárd~ of Directors, ~
Attorney are in full force and effect.
In Witness
of
er~o~A)~ve hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this
6~Ul3
___
Corporate Seals
ii
Bond No.
Agency No.
~~
5020
Jeannie Lee,
sistant Secretary
day
State of California
County of
L05 ky~gQIes
Ofle,JL~t~d~
)
CALIFORNIA ALL-PURPOSE
)
CERTIFICATE OF ACKNOWLEDGMENT
‘2.0j2’ beforeme,CjV1SI9I’lá
~+C~ (VV1~VL
v’vfti~”j
R4L~(LC.’
(here insert name and titi/of the officer)~
P~ W’~ epr~1~—u~k1
personally appeared
who proved to me on the basis of satisfactory evidence to be the person(~’whose name(sr9lare subscribed to
the within instrument and acknowledged to me that he/~hhey executed the same in his/s/their
authorized capacity~i€~), and that by his/@3/their signature(s) on the instrument the person(s), 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 seal.
~ coJJ~2o26223
~ Notarypubhc.C
htornia
Z \~,i, ~
Los Angeles County
~ PA Comm. Ex ‘res June21 2017
Signature
(Seal)
OPTIONAL INFORMATION
Although the in formation in this section is not required bylaw, it could prevent fraudulent removal and reattachment of this
acknowledgment to an unauthorized document and may prove useful to persons relying on the attached document.
Description of Attached Document
Additional Information
The pteceding Certificate of Acknowledgment is attached to a document
titled/fot the purpose of
containing
________
Method of Signer Identification
Proved to me on the basis of satisfactory evidence:
L0 form(s) of identitcation 0 credible witness(es)
Notarial event is detailed in notary journal on:
Page #
Entry #
pages, and dated
The signer(s) capacity or authority is/are as.
Notary contact:
D
D
D
Individual(s)
Attorney-in-Fact
corporate Officer(s) _________________________________________________________
Title Is)
D
D
D
D
Guardian/conservator
Partner- Limited/General
Trustee(s)
Other: _________________________________________________________________________
Other
~ Additional Signer(s)
~ signer(s) Thumbprint(s(
representing:
Name(s) of Person(s) or Entity)ies) signer is Representing
© copyright 2007-2012 Notary Rotary, Inc. P0 Box 41400, Des Moines, IA 50311-0507. All Rights Reserved.
Part Number 101772. Please contact your Authorized Reseller to purchase copies of this form.
CITY OF BEVERLY HILLS
OFFICE OF PROJECT ADMINISTRATION
345 FOOTHILL ROAD
BEVERLY HILLS, CALIFORNIA 90210
ADDENDUM NO. I
BEVERLY HILLS RESERVOIR IRRIGATION PROJECT
BID NO. 14-15
DATE OF ADDENDUM: December 16, 2013
The following changes, omissions, and/or additions to the Specifications and/or Drawings
shall apply to proposals made for and to the execution of the various parts of the work
affected thereby, and all other conditions shall remain the same.
In case of conflict between Drawings, Specifications, and this Addendum, this Addendum
shall govern.
ITEM NO. A
Reference:
I.
BID DUE DATE
The Bid Due Date has been changed from December 18, 2013 2:00 PM. The new Bid
Due Date is January 8, 2014 at 2:00 PM.
End of Addendum No. I
12/17/13 8:42 AM
Addendum I
-
Reservoir Irrigation Project
CITY OF BEVERLY HILLS
OFFICE OF PROJECT ADMINISTRATION
345 FOOTHILL ROAD
BEVERLY HILLS, CALIFORNIA 90210
ADDENDUM NO. 2
BEVERLY HILLS RESERVOIR IRRIGATION PROJECT
BID NO. 14-15
DATE OF ADDENDUM: December20, 2013
The following changes, omissions, and/or additions to the Specifications and/or Drawings
shall apply to proposals made for and to the execution of the various parts of the work
affected thereby, and all other conditions shall remain the same.
In case of conflict between Drawings, Specifications, and this Addendum, this Addendum
shall govern.
ITEM NO. A
Reference:
1.
SCOPE OF WORK CHANGE
Reservoir 4B has been removed from the project and the bid will be for three (3)
reservoir site only. New bid documents including a new Bid Form are attached for
bidding purposes.
End of Addendum No. 2
12/20/13 12:02 PM
Addendum 2 - Reservoir Irrigation Project