Empyrean Plumbing, plumbing and utilities

Transcription

Empyrean Plumbing, plumbing and utilities
AGREEMENT
:1
THIS AGREEMENT is made this 19th day of August, 2013, in the City of Palm Desert, County of
Riverside, State of California, by and between DESERT COMMUNITY COLLEGE DISTRICT, a California
Community College District hereinafter "District" and EMPYREAN PLUMBING, INC. ("Contractor").
WITNESSETH, that the District and the Contractor in consideration of the mutual covenants
contained herein agree as follows:
1. The Work. Within the Contract Time and for the Contract Price, subject to adjustments thereto
pursuant to the Contract Documents, the Contractor shall perform and provide all necessary labor,
materials, tools , equipment, utilities, services and transportation to complete in a workmanlike manner
all of the Work required in connection with the work of improvement commonly referred to as Applied
Sciences Building; Bid Package No. 18; Bid Package Description: Plumbing & Site Utilities.
Contractor shall complete all Work covered by the Contract Documents including, without limitation,
the Drawings and Specifications prepared by the Architect, HGA Architects and other Contract
Documents enumerated below, along with all modifications and addenda thereto issued in accordance
with the Contract Documents.
2. ContractTime. The Work shall be commenced on the date stated in the District's Notice to Proceed;
the Contractor shall achieve Substantial Completion of the Work within the Contract Time set forth in
the Special Conditions.
3. Contract Price. The District shall pay the Contractor as full consideration for the Contractor's full,
complete and faithful performance of the Contractor's obligations under the Contract Documents,
subject to adjustments of the Contract Price in accordance with the Contract Documents, the Contract
Price of Six Hundred Seventy-Two Thousand Three Hundred Sixteen Dollars ($672,316.00). The
Contract Price is based upon the Contractor's Base Bid Proposal and the following Alternate Bid
Items, if any: NONE . The District's payment of the Contract Price shall be in accordance with the
Contract Documents.
4. Liquidated Damages. Should the Contractor neglect, fail or refuse to: (i) timely submit Submittals in
accordance with the Baseline Construction Schedule or the Updated Construction Schedule, as
applicable; (ii) achieve Substantial Completion of the Work within the Contract Time, (subject to
adjustments authorized under the Contract Documents); or (iii) complete Punch list items within the
time established pursuant to the Contract Documents, the Contractor agrees to pay to the District the
per diem Liquidated Damages set forth in the Special Conditions, not as a penalty but as Liquidated
Damages, for every day beyond the Contract Time, as adjusted, until Submittals are submitted,
Substantial Completion is achieved or the Punchlist items are completed. The Liquidated Damages
set forth in the Special Conditions are agreed upon by and between the Contractor and the District
because of the difficulty of fixing the District's actual damages in the event of delayed submission of
Submittals, delayed Substantial Completion or delayed completion of Punchlist items. The Contractor
acknowledges and agrees that the Liquidated Damages are reasonable and that the Liquidated
Damages do not constitute a penalty. If the Liquidated Damages assessed by the District pursuant to
the foregoing exceed the remaining balance of the Contract Price due the Contractor, the Contractor
and the Performance Bond Surety shall be jointly and severally liable to the District for all Liquidated
Damages liability of the Contractor exceeding the balance of the Contract Price.
EMPYREAN PLUMBING, INC.
A GREeMENT D ATED: AUGUST 19, 2013
$672.316.00
41·244 ·0283 -0·051 0-0 60 0·621 0
ApPllE D S CI ENCES
EIS PROJECT#210022
\
AGREEMENT
PAGE 1
5. Limitation on Contractor Damages. In the event of the District's breach or default under the Contract
Documents, the damages, if any, recoverable by the Contractor shall be limited to general damages
which are directly and proximately caused solely by the breach or default of the District and shall
exclude any and all special or consequential damages, if any, or any kind, type or nature. By executing
the Agreement, the Contractor expressly acknowledges the foregoing limitation to recovery of
damages from the District if the District is in breach or default of its obligations under the Contract
Documents. The Contractor expressly waives and relinquishes all rights to any recovery of special or
consequential damages from the District including, without limitation, damages for: (i) lost or impaired
bonding capacity; (ii) lost profits arising out of or in connection with any project or project work, except
for the Project which is the subject of this Agreement; (iii) loss of bidding opportunities; (iv) loss or
prospective economic advantage; and (v) other similar damages, losses or liabilities.
6. The Contract Documents. The documents forming a part of the Contract Documents consist of the
following , all of which are component parts of the Contract Documents.
Notice to Contractors Calling for Bids
Instructions for Bidders
Bid Proposal
Subcontractors List
Non-Collusion Affidavit
Statement of Bidder's Qualifications
Bid Bond
Bid Addenda Nos. 1, 2, 3, 4
Agreement
Performance Bond
Drug-Free Workplace Certification
General Conditions
Special Conditions
Guarantee
Specifications
Drawings
Labor and Materials Payment Bond
OCIP Insurance Program & Policies
OCIP Forms
7. Acknowledgment and Confirmation.
Contractor acknowledges its receipt, review and
understanding of the Drawings, the Specifications and other Contract Documents pertaining to the
Work . Contractor certifies that the Contract Documents are adequate, feasible and complete for
providing, performing and constructing the Work in a sound and suitable manner for the use specified
and intended by the Contract Documents. Contractor certifies that it has, or has available, all
necessary equipment, personnel, materials, facilities and technical and financial ability to complete the
Work for the Contract Price within the Contract Time and in accordance with the Contract Documents.
8. No Oral Agreements. No oral agreement or conversation either before or after execution of the
contract shall affect or modify any of the terms or obligations contained in this Agreement or in any of
the documents comprising the Contract Documents.
9. Authority to Execute. The individual(s) executing this Agreement on behalf of the Contractor is/are
duly and fully authorized to execute this Agreement on behalf of Contractor and to bind the Contractor
to each and every term, condition and covenant of the Contract Documents.
CONTRACTORS ARE REQUIRED BY LAW TO BE LIC ENSED AND
REGULATED BY THE CONTRACTORS' STATE LICENSE BOARD. ANY
QUESTIONS CONCERNING A CONTRACTOR MAY BE REFERRED TO
THE REGISTRAR, CONTRACTORS' STATE LIC ENSE BOARD, P.O. BOX
2600, SACRAMENTO, CALIFORNIA 95826
EMPYREAN PLUMBING, INC.
A GREEMENT DATED: A OOUST 19, 2013
$672,316.00
41 ·244 ·0283 ·0·051 0-0600·621 0
ApPlIEO S CIENces
EIS PROJECT #210022
AGREEMENT
PAGE 2
DESERT COMMUNITY COLLEGE DISTRICT
IN WITNESS WHEREOF, this Agreement has been duly executed by the District and the
Contractor as of the date set forth above.
"DISTRICT"
DESERT COMMUNITY COLLEGE DISTRICT
"CONTRACTOR"
EMPYREAN PLUMBING, INC.
V1"":k.
BY:~~4U
~~
Liilda\talken bu rg
BY: ~~--.J
Title: Assistant t~ Fiscal Services
Title:
Date:
}?;
,
t?
.
'3: c.1 e.\UJ\l,
Date:
A"-oIM.t
ZIt W\!:>
(CORPORATE SEAL)
EMPYREAN PLUMSING,INC.
AGREEMENT DATED: AUGUST 19, 2013
$672,316.00
41·244 ·0283 ·0·051 0·0 60 a·621 0
ApPLIED SCIENCES
EIS PROJECT#210022
AGREEMENT
PAGE3
ORIGINAL
BOND NO. 0 2 4052649
ISSUED IN TI'IO ORIGINAL COUNTERPARTS
PREf.lIur.l, $8 , 700.00
COUNTERPART NO.
DESERT COMMUNITY COLLEGE DISTRICT
_1_
OF
~
PERFORMANCE BOND
THE PREMIUM IS PREDICATED (),~
THE RNAl CONTRACT PRICE AND
ISSUBJECT TO ADJUSTMENT
KNOW ALL MEN BY THESE PRESENTS tilat we, Empyrean ~lumbing, Inc.
, as
Principal, and The Ohio Ca s ualty In s urance Co mp a ny as Su rety, are held and firmly bound unto DESERT
COMMUNITY COLLEGE DISTRICT hereinafter "the Obligee", in the penal S UIll of
(1)
Dollars ($ 6 72,316.00 ) in lawful money ofthe United States, well
and truly to be made, we bind ourselves, our heirs, executors, administrators, successors and assigns,
jointly and severally. (1) Six Hundred Seve nty TNO Thousand Three Hundred Sixtee n and 00/100
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
WHEREAS, tile Obligee, by resolulion of its Board ofTrustees has awarded to the Principal a
Contract for the Work described as College of the Desert- Applied Sciences & Agricultural Sciences
Buildings; Project No. 41-244·0S'IO·0600·PH2; Bid Package No. 18
; Bid Package Description
Plumbing
WHEREAS, the Principal, has entered Into an agreement with the Obligee for performance of the
Work; the Agreement and all other Contract Documents set forth therein are incorporated herein and
made a part hereof by this reference.
WHEREAS, by the terms of the Contract DocUments, the Principal is required to furnish a bond
ensuring the Principal's prompt, full and faithful performance of the Work of the Contract Documents.
NOW THEREFORE, if the Principal shall promptly, fully and faithfully perform each and all of the
obligations and things to be done and performed by the Principal In strict accordance with the terms of the
Contract Documents as they may be modified or amended from time to time; and if the Principal shall
indemnify and save harmless the Obligee and all of its officers, agents and employees from any and all
losses, liab ility and damages, claims, judg ments, liens, costs, and lees of every description, which may be
inclJrred by the Obligee by reason of the failure or default on the part of the Principal In the performance of
any or all of the terms or the obligations of the Contract Documents, including all modifications, and
amendments, thereto, and any warranties or guarantees required thereunder; then this obligalion shall be
void; otherwise, it sll all be, and remain, in full force and effed.
The Surety, for value received, hereby stipulates and agrees lila! no change, adjustment of the
Contract Time, adjustment of the Contract Price, alterations, deletions, additions, or any other
modifications to the terms of the Contract Documents, the Work to be performed thereunder, or to the
Specifications or the Drawings shall limit, restrict or otherwise impair Surety's obligations or Oblig ee's
rights hereunder; Surety hereby waives notice from the Obligee of any such changes, adjustments of
Contract Time, adjustnients of Contract Price, alterations, deletions, additions or other modifications to the
Contract Documents, the Work to be performed under the Contract Documents, or the Drawings or the
Specifications.
In the event of the Obligee's termination of tile Contract due to the Principal's breach or default of
the Contract Documents, within twenty (20) days aflerwritlen notice from the Obligee to the Surety of the
Principal's breach or default of the Contract Documents and Obligee's termination of the Contract, the
Surety shall notify Obligee in writing of Surety's assumption of obligations hereund,er by its election to
either remedy the default or breach of the Principal or to take charge of the Work of the Contract
Documents and complete the Work at its own expense ("the Notice of Election"); provided, however, that
the procedure by which the Surety undertakes to discharge its obligations under this Bond shall be subject
to the advance written approval of the Obligee, which approval shall not be unreasonably withheld, limited
COllEGE Of TIl E Des~T - ApPLI ED Scu,/,c es & AGRlCIILTUAAL SelElleES BUlloo:GS
PERFORI,w,ce BOliO - SEeTlol' 006000
',lU l ll PRIME -PCIP - AB 1506(02.12)
P ERFORMANCE BOND
PAGE48
DESERT COMMUNITY COllEGE DISTRICT
or restricted. The insolvency of the Principal or the Principal's mere denial of a failure of performance or
default under the Contract Documents shall not by itself, without the Surety's prompt, diligent inquiry and
investigation of such denial, be justification for Surety's failure to give the Notice of Election or for its failure
to promptly remedy the failure of performance or default of the Principal or to complete the Work.
In the event the Surety shall fail to issue its Notice of Election to Obligee within the time provided
for hereinabove, the Obligee may thereafter cause the cllre or remedy of the Principal's failure of
performance or default or to complete the Work. The Principal and the Surety shall be each jointly and
severally liable to the Obligee for all damages and costs sustained by the Obligee as a result of the
Principal's failure of performance under the Contract Documents or default in its performance of
obligations thereunder, including without limitation the costs of cure 01' completion exceeding th e then
remaining balance of the Contract Price; provided that the Surety's liability hereunder for the costs of
performance, damages and other costs sustained by the Obligee upon the Principal's failure of
performance under or default under the Contract Documents shail be limited to the penal sum hereof,
which shall be deemed to Include the costs or value of any Cllanges to the Work which increases the
Contract Price.
In the event suil or other proceeding is brought upon this Bond by the Obligee, the Surety shall pay
to the Obligee all costs, expenses and fees incurred by the Obligee therewith including, without limitation,
attorney's fees.
IN WITNESS WHEREOF, the Principal and Surety have executed this instrumentlhls 29th day of
August
,20£ by their duly aUlhorized agent or. representative.
Empyrean Plumbing, Inc,
(Principal's COI'f)otale. S~ill)
BY: ~G2---..
Irene Koralewski
Title:
s e cretary
The Ohio Casualty Insurance Company
(SI¥~ ty
Ilarffl)
Gladding
(Alt ~ ch
I\ttofr,ey·ln-Faci C~ rtifca:o)
(T)pe.:I Of Prio!td iliUM )
(858
COLLEGE OF tHe DeseRT AFPLlEO SCIEt:CES
PERFORMA.':CE 8 01/0 - SeCT,o,1 006000
MULTI PRlr,IE -OCIP-AB 1506 (02, 12)
& AORICULTURAL SCIENCES
)
450-0582
BUllO:llGS
PERFORMANCE BONO
PAGE49
.. •
I
DESERT COMMUNITY COLLEGE DISTRICT
Contact name, address, telephone number and email
address for notices to the Surety
Rajan Patel
(Co.llatllla~)
62 t-1aple Ave., Keene, NH 03431
(Mjr,m)
(85B)450-0582
rajan. patel@libertymutual. com
(Eml~
COlLEGE OF Hie DESERT APPLIED SCIEI;CES
PERFORMANCE BOlio - SECTIOU 006000
MULTI PRIME-OCIP-AB 1506 (02.12)
Mo1rei>S)
8. AORlCIJLTURAL SC!EIICeS BUlLOit/GS
PERFORMANCE BONO
PAGE50
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
This Power of AHorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated.
Certificate No. 5986407
American Fire and Casually Company
The Ohio Casualty Insurance Company
I SSUED I N TWO OR I GI NAL COYblTERPARTS
COUN TERPART NO. _ 1-_ OF _
'~
_
Liberty Muluallnsurance Company
Wesl American Insurance Company
BOND NO. 02 /,052649
POWER OF ATTORNEY
KNOWN All PERSONS BYTHESE PRESENTS: Thai Am"ican File & Casualty Company and The Ohio Casualty InsUianee Company Ole co/porations duly OIganized under Ihe laws of
the State of New Hampshire, that liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
Is a corporation duly organized under the laws of the State of Indiana (herein collectively called the ·Companies1, pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Chrislopher I. Torres; Julia B. Gladding; Kenneth A. Coale
all of the city of Rivers!de
. state of CA
each individually if there be more than one namoo, its true and lawful attorney·in·fact to make, execute, seal, acimO'Medge
and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shaU
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WHEREOF, this Pov,'E!r of Attorney has been subscfibed by an authorized officer or ofrlCial of the Companies and the corporate seals of the Companies have been affixed
lheretothis 8th
dayof February
, 20 13
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Muluallnsurance Company
Wesl American Insurance Company
STATE OF WASHINGTON
COUNTY OF KING
ss
On this ~ day of February
20 13 ,before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American
Fire and Casualty Company, liberty Mutual Insurance Company, The Ohio Casualty Company, and West American tnsurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized offICer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at SeatUe, Washington, on the day and year first above written.
,""'~'\;'~~l~~"';~
('(0;~U~~;~\\)
By:
Kbl?t'~
KO Riley, NotPUblic
\~~{~i;;~·;,~~~~?l
This Pm·ver of Attorney is made and executed pursuant 10 and by authority of the following By·laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company,Uberty Mutual Insurance Company, and West American Insurance Company which resolutions are 110'11 in full force and effecl reading as follows;
ARTICLE IV - OFFICERS - Section 12. Powerof Attorney. Any offICer or other offidal of the Corporation authorized for that purpose In wriUng by the Chai rman or the President, and sub;ect
to such limitation as the Chairman or the President may prescribe, shaH appoint such attorneys·ln·facl, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any and aU undertakings, bonds, recognizances and other surety obligations. Such attorneys·in·fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney·in·fact under
the provisions of this artide may be revoked al any time by the Board, the Chairman, the President or by the offICer or officers granting such po'I'Ier or authority.
ARTICLE XIII- Execulion of Contracts - SECTtON 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
and subject to such limitations as the chairman Of the president may prescribe, shall appoint such attorneys·in·fact, as may be necessary to act in behalrof the Company to make, execute,
seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys·in·fact subject to the limitations set forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shaH be as binding as if signed by the president and attested by the secretary.
Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such
attorneys·in·fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and
other surety obligations.
Authorization - By unanimous consent of the Company's Board of Directors, the Company consents thai facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually afrlXed.
I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casua lty Company, The Ohio Casualty Insurance Company, liberty Mutual Insurance Company, and West
American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies,
is in full force and effect and has not been revoked .
IN TESTIMONY WHEREOF, I have hereunlo set my hand and alf~ed Ihe seals of said Companies Ihis _ _ day of --'.A",U",G::....:Z:....::9..:Z W_
3__ .
By:~~~~S==c:-:----
129 of 200
CALIFORNIA ALL·PURPOSE ACKNOWLEDGMENT
&<'..§'¢.<m§¢MmMM.§<"..w..w&"¢,§¢~..m~&<"~~~mm&<'~~
State of California
Riverside
county of _ __ __ _ __ __ _ __ _
On
'8 -~"t - Lo/3
before me,
}
Brittany Nicole Koralewski, Notary Public
Hero Inserl Name and ntle orthe Officer
Date
--.:;:==== ___________ _
Irene Koralewski
personally appeared ___ __ _ _ _ _ _ _ __
Name(s) of Signer(s)
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 hisiher/their authorized
capacity(ies), and that by hisiher/their signature(s) on the
instrument the person(s), or the entity upon behalf of
which the person(s) acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph is
true and correct.
WITNESS my hand and official seal.
Signature ~
~
Place Notary Seal Above
OPTIONAL - -- --
- -- -- --
TlJOugh the information below is not required by lal'l, 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
Tille or Type of Document: _ _ _ __ _ __ _ _ _ __ _ __ _ _ _ __ __ _ __ _ _ _ _ _
Document Date: _ _ _ _ _ _ __ _ _ _ __ __ _ ___ Number of Pages: _ _ _ __ _ _ __
Signer(s) Other Than Named Above:
Capacity(ies) Claimed
by Signer(s)
Signer's Name: _ _ __ __ _ __ _ _ __
o tndividuat
o Corporate Officer - Tille(s):
o Partner - 0 limited 0 General RIGHTTHUMBPRINT
OF SIGNER
Attorney in Fact
Top of thumb here
o Trustee
Guardian or Conservator
U Other: _ _ _ __ __ _
o
Signer's Name: _ _ _ __ _ _ _ _ _ _ _ _ __
o Individual
o Corporate Officer - Tille(s): _ _ _ _ _ _ _ __
o Partner - 0 Limited 0 General
RIOHTTHUMBPAltlT
o
o Attorney in Fact
o Trustee
o Guardian or Conservator
Signer Is Representing: _ __ _
Signer Is Representing: _ __ _ _
o Other: _
OF SIGNER
Top of thumb here
_ _ _ __ _ __ _
@~m.,@oY<:<>'@Oi.~~~-"g{,.~~
~~'@)"@~~"@.~
C'J 2007 Natiooal No!ary Associa!lOn o9350 De SolOAYe., P.O. Box 2402 oCha!$'O"Oflh, CA 9131 3-24020\W,N.NationalNotary.()(g 1100"1 115907 Reo r cScl :caHo~· Frce 1·800·876·6827
([;&,I!, OI?@~1NI 0 &' t\ U· I?l I!JJ ~I?l@$~ t\([; &KINI@WIl.~IQJ ~Ii\{m:INI'IT'
W&k5¢mM~.(!'!¢F*{K'?mM'm'*f¢MmMM'§¢@.§()MM.S%'.(W~~..{X>.§('.&'.&j§¢m,§('m~~..{'f('..§
}
State of California
County of __-'-Ri"-'-v"er"s"i"d"'e_ ________ _ _
AUG
2 9 2013
On _____
~~----- before me,
Stephanie D. f i sher , Notary Public
Here !liSer! Name and TItle oltha OJr:cer
Data
personally appeared
_~J",u-,-l,-,Ia
,--"Bcc,--,G",l"a",d"-d,,' ,n"'g~--_
_
--;:;;====c-______ _ _____
Name(s) of S:gner(s)
who proved to l11e on Ihe basis of satisfactory evidence to
be the personW whose name\at islare subscribed to the
within instrument and aclmowledged to me that
fle{she/lAey executed the same in.flisAler/lAeif aUlhorizecl
capacityiiesJ, and that by ffisA19lilfteil' si gnature~ on the
instrument the personisj, or the entily upon behalf of
which the person-(st acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragrapll is
true and correct.
WITN ESS my hand and official se
Signature -----""'=;;/;;;-~f._;;;=-----
Place Notary Seal Abo'.'oJ
--~------------------opnONAL ----~~--~~~~~----Thougll the illformation belOlv is not required by 181'1, it may prove valua/Jle to persons refying on lf1e document
and could prevent fraudulent removal and reattachm ent of this form to another document.
Descripti on of Aliachecl Document
Title or Type of Documenl: _________ _ _______ _________ _ _____
Documenl Dale: __________________ _ Number of Pages: __________
Signer(s) Olher Than Named Above:
none
Capacity(ies) Claimecl hy Signel'(s)
Signer's Name:
Julia B. Gladding
o
o
o
Individual
Corporate Officer - Tille(s):
Parlner - 0 Limited 0 General
t!<i Attorney in Fact
o
o
o
Trustee
Guardian or Conservator
Signer's Name: ___ _____________
Individual
o Corporate OHicer - Tille(s): ___ _ __ _ __
o Partner - 0 Limited 0 General
o Attorney in Facl
Top of thumb here
o Truslee
[J
o Guardian or Conservato r
Olher: _ _ _ __ _ __
o Olher: _ __ __ __ _ __
Signer Is Representing: _____
Signer Is Represenling: _____
@&R.'§R,'"'§!!.<..~~~~.-.g:(,~~"%gg~g_gg~~g;m
e2007 National Notary As..sodatloo' 9350 Da 50:0 Avo., P,O, Bo~ 2402 ,Chals'.'.'Orth, CA 9131 3·2402' \·,\'; ..I.N a~om'No!ary.OIg Item 35007 RCOfdsr: Ga1To'1·Freo 1·800-876-6827
' ORIGINAL
BOND NO. 024 0 526 49
I SSUED IN TI'1O ORIGINAL COUNTERPARTS
COUNTERPART NO,
_1_
OF
2-
PREHIUf.l: INCLUDED IN THE PREI-lIUH
CHARGED FOR TH E PERFORMANCE BOND
DESERT coi,1MUNITY COLLEGE DISTRICT
LABOR AND MATERIAL PAYIVIENT BOND
THE PREMIUM IS PREDICATED ON
THE FINAL CONTRACT PRICE ANO
IS SUBJECT TO ADJUSTMENT
I<NOWALL MEN BY THESE PRESENTS that we, Empyrean Plumbing, Inc,
as
Principal, and The Ohio Casualty Insurance Company
as Surety, are
held and firmly bound unto DESERT COMMUNITY COLLEGE DISTRICT hereinafter "tlie Obligee", in the
penal sum of (1)
Dollars ($ 672,316.00
) in lawful money of the
United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators,
successors and assigns, jointly and severa lly.
(1) Six Hundred Se,venty Two Thousand Three Hundred Sixteen a nd 00/100
THE CONDITION OF THIS OBLIGATION IS SUCH THAT:
WHEREAS, the Obligee, by resolution of its Board of Trustees has awarded to the Principal a
Contract,for the Work described as College of tile Desert - Applied Sciences & Agricultural Sciences
Buildings; Bid Package No. 18 ,
; Bid Package 'Description Plumbing
WHEREAS, the Principal, has entered into an Agreement wililthe Obligee for performance of tile
Work, the Agreement and all other Contract Documents set forth therein are incorporated herein by this
reference and made a part hereof.
WHEREAS, by the terms of the Contract Documents, the Principal is required toJurnish a bond for
the prompt, full and faithful payment to any Claimant, as hereinafter defined, for ali labor materials or
services used, or rea sonably required for use, in the performance of the Work,
NOW THEREFORE, if the Principal shall promptly, fully and faithfully make payment to any
Claimant for all labor, materials or services used or reasonably required for use in the performance of the
Work then this obligation shall be void; otherwise, it shall be, and remain, In full force and effect.
The term "Clilimant" shall refer to any person, corporation, partnership, proprietorship or other
enlily including without limitation, all persons and entities described in California Civil Code §3181,
providing or furnishing labor, materials or services used or reasonably required for use in the performance
of the Work under the Contract Documents, without reg ard for whether such labor, materials or services
were sold, leased or rented. This Bond shall inure to Ihe benefit of all Claimants so as to give them, or
their assigns and successors, a right of action upon this Bond.
In the event suit is brought on this Bond by any Claimant for amounts due such Claimant for labor,
materials or services provided or furnished by such Claimant, the Surety shall pay for the same and
rea sonable attorn eys fee s pursuant to California Civil Code §32S0.
The Surety, for va lue received, hereby stipulates and agrees that no change, extension of time,
alleration, deletion, addition, or any other modification to the terms ofille Contract Documents, the Work to
be performed thereunder, the Specifications or the Drawings, or any other poriion of the Contract
Documents, shall in any way limit, restrict or otherwis e affect its obligations under this Bond; the Surety
hereby waives notice from the Obligee of any such chang e, extension of time, alteration, deletion, addition'
or other modification to the Contract Documents, the Work to be performed under the Contract
Documents, the Drawings or the SpeCifications of any other portion of the Contract DOCUments.
COLLEGE Of THE DE SERT -ApPUEO SClEtlCes & AG RICULTURAL S CrE I/CES BUllOI/<GS
UBORIMATE'RJJ..l.S PAYIoIEliT BOIlO - SeCTION 006100
MULTI PRIME - OCIP - AS 1506 (02.12)
PAYMENT Barl O
PAGE 52
DESERT CO;,lMUNITY COLLEGE DISTRICT
IN WITNESS WHEREOF, the Principal and Surety have executed this instrument this
day of August
, 20!2 by th eir duly authorized agent or representative,
29th,
Empyrean Plumbing, Inc.
(Principal Name)
(Principal's COIporale Seal)
BY(~8 0
(SignaIlJre)
----- -
Irene Korale\'lski
(Type or Prinl Name)
Title: secreta r y
Casualty Insurance Company
(surety Name)
(SO/ely's COIporaie Seal)
(Sign:1!uro of Allomey·in·Fact [or Surety)
laddin
(Type 9f Prinl Name of AttorMy-In-Fact)
(AtI&ch AHorney·in·Facl CertifiCate)
(858)
450 - 0582
(Alea Code and Te!ephona Number of Su(~fy)
Contact name, address, telephon'e number and email
address for notices to the Surely
Rajan Patel
(CooI,e! tbrr.::j
62 t-1aple Ave., Keene, NH 03431
(Mdrus)
(858)450-0582
(Telephone)
[email protected]
COllEGIOOF THE DeSERT
ApPLIED SC1Er;Ces & AOFUCUlTURAlSCIEIICeS
LAoo.Rfl.1A1ERIAts PAYt.lE/{T BotlO - SeCllOll 006100
'.IUlll PRIME-OC1P-AB 1506 (02.12)
BOllOU/OS
PAYMENT B OND
PAGE 53
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
I
This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the extent herein stated.
Certificate No. 5986408
Arnencan Fire and Casually Company
The Ohio Casually Insurance Company
Liberty Mulual lnsurance Company
West Arnencan Insurance Company
I SSUED I N TWO OR I GI NAL COUNTERPARTS
COUNTERPART NO. _ , _ OF ~
BOND NO. 024052649
POWER OF ATTORNEY
KNOWN ALL PERSONS BYTHESE PRESENTS, Thai American Fire & Casually Company and The Ohio Casually Insurance Company are corporaUons duly organized under the laws of
the Stale of New Hampshire, that Uberty Mutual Insurance Company is a corporation dulyorganized under the laws 01 the State of Massachusetts. and West American Insurance Company
is a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constitute
and appoint, Christopher I. Torres; Julia B. Gladding; Kenneth A. Coate
all of the city of Rive rside
state of CA
each individually II there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, ackno\'/tedge
and deHver, for and on its behalf as surety and as its act and deed, any and aU undertakings, bonds, recognizances and other surety obligations, In pursuance of these presents and shall
be as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Companies in their oym proper persons.
IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer Of ofrlcial of the Companies and the corporate seals of the Companies have been affIXed
thereto this Blh
day of February
2013
Arnerican Fire and Casually Company
The Ohio Casually Insurance Company
Liberty Mulual lnsurance Company
West Arnencan Insurance Company
..;'
.~
c.
'"
".
",'"
.
1: ~'"
By,
,QI: STATE OF WASHINGTON
ss
~~~~~~
~~~~~.z"~~~·~~~____
G~SS1S1anl Secretary
... C!
COUNTY OF KING
u'"
February
, 2013 , before me personally appeared Gregory W. Davenport, woo acknowledged himself to be the Assistant Secretary of Amertcan
Fire and Casualty Company, liberty Mutual Insurance Company, The Ohio Casualty Company, and West American Insurance Company, and that he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duty authorized ofrICer.
~ ~ On this ~ day of
Eo>
.
'0~ "=
",>
:=.!!~
-"
ffi-u;
.2~
cU S
oJH
C C'CI
cU '::
.
0>'"
",
IN WITNESS WH EREOF, I have hereunto subscribed my name and affIXed my notarial seal at SeatUe, Washington, on the day and year first above written.
(~"~;;~;F""')
By,
\~i;.;~;;~~~~{~i
- !;fb; D-;R"i:el' -~.";:~~
7:'l7 ft"P"Ub"IiC ---------
This Power of Attorney is made and executed pursuant to and by authority of the following By·laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFIC ERS - Section 12. Power of Attorney. Any officer or other offidal of the Corporation authorized for that purpose in writing by the Chairman or the Pres!dent. and sub;ect
o>~
t: ~ to such limitation as the Chairman or the President may prescribe, shall appoint such atlorneys-in·facl, as may be necessary to act in behalf of the Corporation to make, execute. seat,
acknowledge and deliver as surely any and all undertakings. bonds, recognizances and other surely obligations. Such attorneys-In·fael, sub;eello the limitations sel forth in their respective
powers of allorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such Instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or allorney-in-facl under
0"
It- ~ the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the of rICer or officers granting such fX)wer or authority.
0 .5
E
~~
,,~ '"g ARTICLE XIII- Execul10n of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president,
>
~
and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys·in-fact, as may be necessary to act in behalf of the Company to make, execute,
seal, acknO\'~e<fge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys-In-facl subject to the limitations set forth in their
Z U respective p<Nl9rs of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so
executed such instruments shall be as binding as if signed by the president and attested by the secretary.
'0 5
Certlflcate of DeSignation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport, Assistant Secretary to appoint such
attorneys·in·fact as may be necessary to act on behalf of the Company 10 make, eXeaJte, seal, acknOYtiedge and deliver as surety any and all undertakings, bonds, recognizances and
other surety obligaUons.
Authorization - By unanimous consenl of the Company's Board of Directors, the Company consents thai facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mulual lnsurance Company, and West
American Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correel copy of the Power of Attorney executed by said Companies,
is in full force and effect and has not been revoked.
IN TESTIMONYWHEREOF. I have hereunlo sel my hand and aff~ed the seals of said Companies this ___ day of
AIJ G2 9 20Ul
By,
#.dfz
David M. Carey,'Assistant Secretary
130 of 200
CALIFORNIA ALL·PURPOSE ACKNOWLEDGMENT
&m~mmm.w~~mw~-.&'..w-~~mw~~~
State of California
Riverside
Countyof _______________________________
On
8 - ,;)"1- 2. 0 /3
before me,
}
Brittany Nicole Koralewski, Notary Public
Hers Insert Name and nUe of the OfflCel
Date
Irene Koralewski
personally appeared ----------------------------,====c;------------------------Name(s) of Signer(s)
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.
signature ~~~~=~21~=:;;:====~
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 ano1l1er document.
Description of Attached Document
Tille or Type of Document: _____________________________________________________________
Document Date: _____________________________________ Number of Pages: _________________
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
Signer's Name: __________________________
Individual
Corporate Officer - Tille(s):
o Partner - 0 Limited 0 General RIGHT THUMBPRINT
OF SIGNER
o Attorney in Fact
Top of thumb here
o Trustee
o Guardian or Conservator
o Other: ________________
o Partner - 0 Limited
o Attorney in Fact
Signer Is Representing: ________
Signer Is Representing: __________
o
o
Signer's Name: _____________________________
o Individual
o Corporate Officer -
Tille(s) : ________________
0 General
RIGHT THUMBPRINT
o Trustee
OF SIGNER
Top of thumb here
o Guardian or Conservator
o Other: ___________________
M'@"M(I.-m;.'M<.}~"'@'M.'(;..~Q(....:g;:>"'@3'%~~~'§()~~'%'MM'g<%X)illi'g<ig<3"§&"@'@&'@j@;i.~
02007 National Notary AssociatiOn . 9350 De SolO Ave., P.O. Box 2402' ChaIS,wrth, CA 913 13·2402' \',.,........ NatlooalNotary.Ofg Ilem #5907 Reorder: ca~ ToU·Free l..soo-S76·6827
©AII" OI?@~1NI 0A l! 1I"II".~I!JJ~~@$~ &©&tlNl@Wl!.jg@GIiVil~lNIu
t:;¢.swM.mqM.e<'Q~M@&~~MqN..(f<"~.e<'M&<'q.M£<"?~"'W'.&.§('WX'.sw.m&¢.ec.§<'M.&:',.(f<"MMW;¢.f!<"~
State of Californ ia
County of _ _ -,R"i:-v"e,-r"s1,· ,d"e'-__________
AUG 2 9 2013
On _ _ _~---- before me,
}
Stephanie D. Fi she r. Notary Pub li c
Here Insert Nama and TItle of tho Officer
Data
perso nally appeared
--.:c====,----_ ___________
_~JC'!u.!..
l !..!
i a'!...."8....-,G",1",aC2d!:!d1
,· ,n!lc9L-_ _ _ _
Name(s) of 5:gnel(5)
who proved to me on the basis of satisfactory evidence to
be the persontsr whose name\B1 islare subscribed to th e
within instrum ent and acknowledged to me that
fle/sheillley executed the same in .J.lisfllerilfieiy authorized
capacityfjesJ, and that by ftlsfllerilheir signaturefsl on the
instrumeni the person(sj, or th e entity upon behalf of
which the persol$1 acted, executed the instrument.
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragrapll is
true and correct.
W ITNESS my hand and official s
Signature _ _ _ _ _-==::hYl:==_____
Signatur 0
Place Notary Seal Abo'le
opnONAL ----~~~~~--------Though the information belDl,! is not required by lat'/, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of tllis form to another document.
DescrllJlion of Attachecl DOGtilYleni
Tille or Type of Document: _ _ ______________ _ _ _ __ _ __ ________
Document Date: ___ _ _ __ _________ __ _
Number of Pages: ______ __ _
none
Signer(s) Otller Til an Named Above:
Capacily(ies) Clairnecilly Signer(s)
Signer's Nall1e:
Signer's Name: ____ _ ________ _ _
Ju l ia B. Gl add i ng
o
o
Individual
Corporate Oflicer - Tille(s):
o Parl ner - 0 Limited 0 General
i!<r Attorney in Fact
o Trustee
o
o
Guardian or Conservator
Olher: _ _ _ _ _ __ _ _
Signer Is Representing: _ _ __ _
o Individual
o Corporate Officer - Tille(s): _ _ __ _ _ _ __
o Partner - 0 Limited 0 General
TOp 01 thumb here
o Attorney in Facl
o Trustee
o Guardian or Conservator
o Olher: _ __ _ _ __ _ __
Signer Is Representing: _ _ _ __
W'Si&.~~~"'§(..~"@'§t.g-.g:fj.gili&~~~~«~
0 2007 National NotalY Associa tion' 9350 De So~Q Ave., P.D.Box 2402. Chats'.",'OrUl, CA 913 13·2402 ' \',w,'/,l\!at'<loaiNotary.org Item 115907 R IJ()(del:C alTo~· Fre e \· 800·876·6827
OPID: IP
CERTIFICATE OF LlABIl:ITY INSURANCE
THIS CERTIFICATE IS ISSUED AS A MAnER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND. EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER.
lithe
, holder Is an ""''''' "U""'L II
• the
) must be
. If
liS WAIVED. subject to
.. v ....." .•.iv",)?f the nl'\lIl"u
may require an endorsement A statem ent on this certificate does not confer rights to the
'holder In lieu of such ~:~:'.'. lentlst
I ~~~C, Chris Criiiev.-CiSR
" .... Urt '''''' "
the~~rms:
I
OM 000
o.
,,J rA~W~'
IF&N",
~
, EMPYR-1
' "... D •••• '
Empyrean Plumbing. Inc.
1370 Dodson Way
Riverside. CA 92507
INSURED
NA'CO
,o"
, New York M . .
and
,wesco InO"~n"6
25011
, Tooa '""" .. ""., Com oanv
iB031
16608
I 'N''' •••• ,
r,w""",,, ,,,.
I
~H~ S_'.S_!~ v.~~!.!~' ':.~~.!.HE
I NL
OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO lHE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT. TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS.
EXCLU SIONS AND CONDITI ONS OF SU CH ~= LIMITS SHOWN /,\AYHAVE BEEN ~~.
I
'~i'~
B
I
.IIWl.
TYPE OFi
Ix
"F NF . ....
0
Hf--'I Ct.PJMS.MAOE
~
L"""L
Jl!llIl!
X
~~
POLICY NUMoeR
LIMn
EACH ' ." ..
01/01113
WPA1029681 01
01101/14
OCCUR
rE D
""AI_' '0 CONTRACT
I
POLICY
1.nnn nnr
1OQ.OOc
I MEO EXP IMy on. po'sonl
$
• • ADV «.!JRY
$
JOB51TE COVERAGE UNDER
!--
$
s
I
GE NERAl
IXI ~g; 7'~tL:
$
rmm,oo , " ,
:
lnnn nnn
,"'., UII...,''''.C: LIABILITY
B
K
ANYALnO
_
ALL OVVNEOAUTOS
5,00C
1.
01/01113
WPA1029681 01
01/01/14
IBODILY ,,;"', lY We< ""'00"
$
-:-:- SCHEDU LED MJTOS
~
HR ED .bJJTOS
~ NON·OWNED )IlJTOS
$
$
UMBRELLA LIAB
C
X
EXCESS LIAB
_
DEDUCT ISlE
~ ~CCUR
~s,
A
,
iy,
Y,N
ANY,'
i, ,.S. d""'~ ','H!.
i EACH'
Cl M.1S ..\tADE
;
. ,.
0
NJA
WC13BEPOO01401
03/07113
01101/14
01/01113
01101/14
$
, nnn nnn
$
1$
JOBSITE COY UNDER SEWUP
..,
EL. D'SEASE · POLICY LIMIT
CERTIFICATE HOLDER
$
CANCELLATION
COLLEGE
COLLEGE OF THE DESERT. DESERT
COMMUNITY COLLEGE DISTRICT
BOND MANAGEMENT OFFICE
43-500 MONTEREY AVE
PAML DESERT CA 92260
SHOULD ANY OF lHE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE lHEREOF, NOnCE WILL BE DELIVERED IN
ACCORDANCE WllH THE POLICY PROVISIONS.
AVJHORlZEO REPRESENTA frVE
.~
~.
~ ~
@ 1988-2009 ACORD CORPORATION. All rights reserved .
ACORD 25 (2009/09)
The ACORD name and logo are registered marks of ACORD
DESERT COMMUNITY COLLEGE DfSTRICT
BID PROPOSAL
TO:
DESERT COMMUNITY COLLEGE DISTRICT, a California CommunilyColiege Dislrict, acting by
and through its Board of Trustees ("the Dislrict").
Empyrean Plumbing. Inc.
FROM:
(Name of Bidder)
1370 Dodson Way
(Address)
Rivwers ide, CA 92507
(Cilv State, Zip Code)
T 951-776-46161 F 951-346-5615
(TelephoneITelecopler)
(E-Mail Address or Bidder's Representative(s»
David A. Koralewskl
(Name(s) of Bidder's Authorized Represenlattve(s))
PROJECT: COLLEGE OF THE DESERT - APPLIED SCtENCES & AGRtCULTURAL SCIENCES
BUILDtNGS
PROJECT NO: 41-244-0510-0600-PH2
BID PACKAGE NO.
_'8__
BID PACKAGE DESCRIPTION
1.
---------Plumb'"9
Bid Proposal
1.1
Bid Proposal Amount. The undersigned Bidder proposes and agrees to perform the
Contract including, without limitation, providing and furnishing any and all of the labor,
materials, tools, equipment and services necessary to complete in a workmanlike manner
all of the Work and other obligation required by the contract documents for the sum of
Six hundred sevent.y two t.housand,three humlre d SIXteen
Dollars
($ 672,316.00
). The Bidder confirms that it has checked all of the above figures
and understands that neither the District nor any of its agents, employees or
representatives shall be responsible for any assumptions, errors or omissions on the part
of the undersigned Bidder in preparing and submitting this Bid Proposal. The undersigned
Bidder declares under penally of perjury under California law that the foregoing proposed
price excludes any costs relating to any insurance coverages afforded under the OCIP and
that each subcontractor to the Bidder has similarly excluded costs for any insurance
coverage afforded under the OCIP. The undersigned Bidder further acknowledges that if
the District reasonably determines that insurance premium costs for the Bidder and/or any
Subcontractor are incorporated into the foregoing proposed price, the Bid Proposal may be
rejected by the District for non-responsiveness.
1.2
Acknowtedgment of Bid Addenda. The Bidder confirms that this Bid Proposal
incorporates and is inclusive of, all items or other matters contained in Bid Addenda issued
by or on behalf of the District.
~ Addenda Nos.
Cou..£GE Of THE DE~fRT - APPLIEo ScIENCES &
8:0 PROPOSAL-SEcTION 003500
MUL11 P'RJ:I..E-OCIP -AB 1506 (02.12)
4
AGRICULTURAL Sc£U(;E.S 8oI\.oo.'OS
received, acknowledged
BID PROPOSAL PAGE 37
OESERTCO"''''UNITY COUEGE DISTRICT
(Initial)
1.3
and incorporated into this Bid Proposal.
Alternate Bid Items. The Bidder's price proposal(s) for Alternate Bid Items of the aboveidentified Bid Package is/are set forth in the form of Alternate Bid Item Proposal included
herewith. Price proposal(s) for Alternate Bid Item(s) will not form the basis for the District's
award of the Contract for the above-identified Bid Package unless an Alternate Bid Item is
incorporated into the scope of Work of the Contract awarded for the Bid Package.
2.
Documents Accompanying Bid Proposal. This. The Bidder has submitted with this Bid
Proposal the following: (a) the required Bid Security; (b) Subcontractors List; (c) Statement of
Qualifications, (d) Non-Collusion Affidavit, and (e) copy ofTable of Contents from Bidder's Injury
and Illness Prevention Program. The Bidder acknowledges that this Bid Proposal and other
documents accompanying the Bid Proposal are complete. accurate and true; incomplete,
inaccurate or untrue responses or information provided herein shall be grounds for the District to
reject this Bid Proposal for non-responsive.
3.
Bidder Certification of Compliance With Minimum OCIP Requirements . The undersigned
Bidder certifies to the District that the Bidder complies with the Minimum OCIP Requirements set
forth in Paragraph 15 of the Instructions for Bidders. By the initials of the Bidder's authorized
representative to the following, Bidder certifies that:
~
~
Wnhin the last five (5) years, the Bidder has not committed any serious, willful or
repeat CAL-OSHA violations under Labor Code §§6300 et seq.
The Bidder maintains a current IIPP conforming to the requirements of Labor
Code §3201.5 or Labor Code §6401 .7 and a Table of Contents of the Bidder'S IIPP
is submitted concurrently with this Bid Proposal.
(initial)
The Bidder's Workers Compensation Insurance EMR is and has been an
average of 1.25 or less over the past five (5) years.
The Bidder acknowledges that the foregoing certifications are subject to verification by the District.
If upon such verification, it is reasonably determined by the District that the foregoing certifications
are not true and correct, the Bid Proposal of the Bidder is subject to rejection for nonresponsiveness as a result thereof. The Bidder further acknowledges that if the Bidder does not or
cannot verify the Bidder'S compliance with each of the foregoing, the Bid Proposal of the Bidder is
subject to rejection for non-responsiveness.
4.
Award of Contract. If the Bidder submitting this Bid Proposal is awarded the Contract, the
undersigned will execute and deliver to the District the Contract in the form attached hereto
within five (5) days after notification of award of the Contract. Concurrently with delivery of the
executed Agreement to the District, the Bidder awarded the Contract shall detiver to the District:
(a) Certificates of Insurance evidencing all insurance coverages required under the Contract
Documents which are not provided under the OCIP; (b) Completed and executed OCIP
Insurance Enrollment Forms for the Bidder and all listed Subcontractors along with a copy of the
table of contents from each such Subcontractor's IIPP; (c) the Performance Bond; (d) the Labor
and Material Payment Bond; (e) the Drug-Free Workplace Certificate; and (I) the Roof Financial
Disclosure Certification, if required. Failure of the Bidder awarded the Contract to strictly comply
with the preceding may result in the District's rescission of the award of the Contract and/or
forfeiture of the Bidder's Bid Security. In such event, the District may, in its sale and exclusive
COI..LEClE Of 1l1S D UERT -APPLIED Sc£tc«S
8 :0 PROPOSAl.-S EC TlO/1 003500
MUlTI PRI.\'£ -OCIP-AB 1606 (02.12)
& AGRICULTURAl S CU:IICES !Ju;w,;GS
BID PROPOSAL PAGE 38
DESERT COMMUNITY COLLEGE DISTRICT
discretion elect to award the Contract to the responsible Bidder submitting the next lowest Bid
Proposal, or to reject all Bid Proposals.
5.
Contractor's License. The undersigned Bidder is currently and duly licensed in accordance
with the California Contractors License Law, California Business & Professions Code §§7000 et
seq ., under the following classification(s) _*_ bearing License Number(s) 879157
, with
expiration date(s) ofl1/3 0/2 014. The Bidder certifies that: (a) it is duly licensed, in the necessary
class(es), for performing the Work of the Contract Documents; (b) that such license shall be in
full force and effect throughout the duration of the performance of the Work under the Contract
Documents; and (c) that all Subcontractors providing or performing any portion of the Work shall
be so properly licensed to perform or provide such portion of the Work.
6.
Agreement to Bidding Requirements. The undersigned Bidder acknowledges and confirms ils
receipt and review of and agreement to the bidding requirements set forth in the Project Bid and
Contract Documents. In accordance with California Civil Code § 1717, Bidder expressly
acknowledges and agrees that in the event that Bidder institutes any legal or equitable
proceedings in connection with this Bid Proposal and the District is named as a party thereto, the
prevailing party(ies) shall recover from the other party(ies), as costs, all attorneys' fees and costs
incurred in connection with any such proceeding, including any appeal arising therefrom. This
attorney fee provision shall be limited to legal or equitable proceedings arising out of a bid
protest and shall not extend to or have any force and effect upon any Contract for performance
of the Project work or otherwise create or expand either party's rights and obligations under the
Bid and Contract D
ments
719/ 13
Date: _ _ _ _ __
7.
Acknowledgment and Confirmation. The undersigned Bidder acknowledges its receipt,
review and understanding of the Drawings, the Specifications and other Contract Documents
pertaining to the proposed Work. The undersigned Bidder certifies that the Contract Documents
are, in its opinion, adequate, feasible and complete for providing, performing and constructing
the Work in a sound and suitable manner for the use specified and intended by the Contract
Documents. The undersigned Bidder certifies that it has reviewed the Bid Schedule and
confirms that the Contract Time is a reasonabl e period for performing and achieving Substantial
Completion of the Work.
The undersigned Bidder certifies that it has, or has available, all necessary equipment,
personnel, materials, facilities and technical and financial ability to complete the Work for the
amount bid herein within the Contract Time and in accordance wit
e Contract Documents.
By: ~;;i<::2:::J~-fJ-~L,....-----Oavid A. Koralewslli
(Signature)
(Corporate Seal)
(Typed or Printed Name)
Title: _President
_ _ _ _ _ _ _ _ _ _ _ _ __
*: C-3G, C' 34, B, & C'2
CouLGE OF THE DeSERT - APPLEO ScEJICU
&0 PROPOSAL.- SECTION 003500
MULTI P.w~ -OCIP-AB 1506 (02,12)
& AQIUCUL ruAAl SCIEUCES BIJ\I..D;IGS
BID PROPOSAL PAGE 39
DESERT COMMUNITY COllEGE DISTRICT
ALTERNATE BID ITEMS PROPOSAL
Empyrean Plumbing, Inc.
Bidder Name:
Bidders must provide a proposal price for each Alternate Bid Item set forth herein; failure to do so will
result in rejection of the Bid Proposal for non-responsiveness. If a Bidder determines the Alternate Bid
Items result in NO additional cost associated to perform or deemed not applicable to his Scope of Work.
the Bidder shall enter a ·zero" dollar cost in the form below. The amount proposed for each Altemate Bid
Item by the above-identified Bidder is set forth hereinbelow:
1. Alternate Bid ttem No.1. Not Used
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid
Proposal for non-responsiveness)
$
LI--L--li.
°
L---'-_1..--,1 .
I.
_Ze=.
::.
O_ _ _ _ _ _ _ _ _ _ _~-~----------Dollars
(in words; printed or typed)
2. Alternate Bid No.2: Provide a price to maintain existing overhead cabinets on the North
and West walls of the Agriculturat Buitding Room 102 in lieu of new cabinets indicated
on the drawings A712 and A717.
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid
Proposal for non-responslveness)
$
LI--1_
.1L ---1_..1.-- '
.1L _1..---,--,,0-,
. LI_'---1
.....:z::':::'O:......_ _ _ _ _ _ _ _=-....,-,,-=-,.,-,-,-,,.,-,,-_ _ _ _ _ _ _ _ Dollars
(in words: printed or typed)
3. Alternate Bid No.3: Provide a price to omit 20 linear feet of new upper and tower
cabinets in all classrooms and labs in the Applied Sciences Buildings. as indicated on
the drawings A620. A621 and A622.
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid
Proposal for non-responsiveness)
$
IL--1_I.
L---'-_1..--,1 .
°
1.
_.:.".:.'O:.. . .______________~--------- Dollars
(in wOrds; printed or typed)
COIJ.E{IE OF me DESERT -ApPUEO Sa£,1CU & A GfUCU1.TURAl S ClEtlCES
AGREEliEIIT - SecTlOlI 005000
MULTI PRIrJlE-OCIP-AB 1506 (02.12)
Bua..DL\'Cs
AGREEMENT
PAGE41
DESERT Corl1",UNITY COllEGE DISTRICT
4. Alternate Bid No.4: Provide a price For (TPO-1) roofing in lieu of (SA-1) for the Applied
Sciences Building and (SAT-2) for the Agricultural Sciences Building. Reference
specification Sections 075400, 075401, 075410 and drawing A716.
o
Add 10 Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
o
(Check appropriate box indicating additive or deductive cost; failure to do so will result In rejection of Bid
Proposal for non-responsiveness)
$
_
,--,---,I.
o
' - -- ' -_ ' - - --'1 •
I.
-;;:======:;,-________ Doliars
_ Z-'
'''_1'O
' -_ _ _ _ _ _ _
(in words; printed Of typed)
5. Alternate Bid Item No.5. Not Used
o
Add to Base Bid Proposal Amount
o
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid
Proposal for non-responsiveness)
$
o I.
'-. .1--,----,I .
_ ze_'o_ _ _ _ _ _ _ _ _-.."._===
""'=""'________
Doliars
(in words; printed or typed)
6. Alternate Bid No.6: Provide a price to omit the HVAC screen wall and structure on the
Applied Sciences Building roof as indicated on drawing A221 and detail7/A461.
Add to Base Bid Proposal Amount
o
o
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so VIlli result in rejection of Bid
Proposal for non-responsiveness)
$
--'..--,1 .
LI
L---..L._
L -- li •
10 I .
=======.-________
Dollars
(in words; printed or typed)
-'z"'e''''o_ _ _ _ __ _ _ _
7. Alternate Bid No. 7: Provide a price to omit the interlocking precast pavers at the
Construction Tech outdoor lab and provide a reinforced concrete slab on grade to
match adjacent areas. Reference Architectural drawings A220a, A240a and
Landscape drawing L-100A.
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result In rejection of Bid
Proposal for non-responsiveness)
$
_
L-...J..._ ' - - - " •
.£7.c
"'1"'
·0_ _ _ _ __
o ,.
-".======.",-_ _ ______ Doliars
__
(in words; printed or typed)
Cou...EOE Of' THE DESERT -A.PPuw S C(! tIC ES & AORtCut..TURAI. ScIE'ICf:S Bol.Df).'GS
AGlu::er.'.EllT-SECTlON 005000
rAUlll PRJME-OCIP - AB1505 (02.12)
AGREEMENT
PAGE 42
DESERT COMMUNITY COLLEGE DISmlCT
8. Alternate Bid NO.8: Provide a price to omit the polished concrete floor slabs (CONC
FIN-30), with exception to Toilet Rooms, where scheduled at the Applied Sciences
Building and install resilient sheet flooring (RSF-3). Reference drawing A240a.
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result In rejection of Bid
Proposal for non-responsiveness)
$
o I.
,--I--,-----,I,
_,e_'"_________-,,_=-.,.,,-=,-,,--::-_ _ _ _ _ __ _ Dollars
(in words; printed or typed)
9. Alternate Bid No.9: Provide a price to install horizontal mini-blinds (WT -2) at all
exterior classroom windows in lieu of roller shades (WT-1). Reference Specification
Section 122113,122413 and drawings A220b, A464 and A082.
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check appropriate box indicating additive or deductive cost; failure to do so will result in rejection of Bid
Proposal for non-responsiveness)
$
,--I--,-----,I,
'---'-_'------'1 ,
o
1
_ '_e'_o_________,--_,__...,-,~-...,--__",__-------- Dollars
(In words; printed or typed)
10. Alternate Bid No. 10: Provide a price to keep (2) existing HVAC roof top units located
at the Agricultural Sciences Building in lieu of new HVAC roof top units. Reference
drawings M711, M712, E002 and E712.
o
o
Add to Base Bid Proposal Amount
Deduct From Base Bid Proposal Amount
(Check approprlate box indicating additive or deductive costi failure to do so Villi result in rejection of Bid
Proposal for non-responsiveness)
$
10 I.
',---,----,I,
__"_,o_________=======:-________ Dollars
(in words; printed or typed)
11 . Alternate Bid Item No.11 : Provide a price to keep existing roof at AG building- do not
install new roof
Add to Base Bid Proposal Amount
o
Deduct From Base Bid Proposal Amount
o
(Check appropriate box Indicating additive or deductive cost; failure to do so will result in rejection of Bid
Proposal for non-responsiveness)
$ ,----,-----,I ,
'---'-_'------'1 ,
10 I .
__'0_'0_________",.--,,--...,-,,..,---...,--__,,--------- Dollars
(in words; printed or typed)
COll£GE OF THE D ES ERT - ApPUEO ~'CES & AGRICUl TURAl-SClElleES 8Ji l lmGS
AGREEr.'ENT - SECTION 005QQO
MUL11 PRIME -OCIP -AB 1506 (02.12)
AGREEMENT
PAGE 43
,.,
\
DESERT COM~UUllY COl.lEGE DISTRICT
BID BOND
KNOW ALL MEN BY THESE PRESENTS that we, The Ohi o casualty I n surance Company, as
Surety and Emp y rean Plumb ing, I nc .
, as Principal, are joinUyand severally, along w~h
their respective heirs, executors, administrators, successors and assigns, held and firmly bound unto
DESERT COMMUNITY COLLEGE DISTRICT, hereinafter "the Obligee," for payment of the penal sum
hereof in lawful money of the United States, as more particularly set forth herein.
THE CONDITION OF THIS OBLIGATION IS SUCH THAT;
WHEREAS, the Principal has submitted the accompanying Bid Proposal to the Obligee for the
Work commonly described as the College of the Desert Applied Sciences & Agricultural Sciences
Buildings; Project No. 41-244-0510-0600-PH2, Bid Package No. 1 8
; Bid Package Description
Plumbi ng
&
S i te Ut:i,li ties
.
WHEREAS, subject to the terms of this Bond, the ·Surety is firmly bound unto the Obligee In the
penal sum of ten percent (10%) of the maximum amount of the Bid proposal submitted by the Principal to
the Obligee, as set forth above.
NOW THEREFORE, if the Principal shall not withdraw said Bid Proposal within the period specified
therein after the opening of the same, or, if no period be specified, for sixty (60) days after opening of said
Bid Proposal; and if the Principal is awarded the Contract, and shall within the period specified therefor, or
ifno period be specified, within five (5) days after the prescribed forms are presented to him for signature,
enter into a written contract with the Obligee, in accordance with the Bid Proposal as accepted and give
such bond(s) with good and sufficient surety or sureties, as may be required, forthe faithful performance
and proper fulfillment of such Contract and for the payment for labor and materials· used for the
performance of the Contract, or in the event of the wilhdrawal of said Bid Proposal within the period
specified for the holding open of the Sid Proposal or the failure of the Principal to enter Into such Contracl
and give such bonds within the time specified, if the Principal shall pay the Obligee the difference between
the amount specified in said Bid Proposal and the amount for which the Obligee may procure the required
Work and/or supplies, if the latter amount be in excess of the former, together with all costs incurred by the
Obligee In again calling for Bids, then the above obligation shall be void and of no effect, otherwise to
remain in full force and effect.
Surely; for value received, hereby stipulates and agrees that no change, extension of time,
·alteratlon or addition to the terms of the Contract or the Call for Bids, the Work to be performed
thereunder, tile Drawings or. the SpeCifications accompanying the same, or any other portion of the
Contract Documents shall in no way affect its obligations ·under this Bond, and it does hereby waive notice
of any such change, extension of time, alteration or addition to the tenns of said Contract, the Call for Bids,
the Work, the Drawings or the Specifications, 01' any other portion of the Contract Documents.
In the event suit Or other proceeding is brought upon this Bond by the Obligee, the Surety shall pay
. to the Obligee all costs, expenses and fees incurred by the Obligee in connection therewith including,
without IImilation, attorney's fees.
Co~U:lOe OP YH It DESERT .. APPLIED SCIEIICf.8 $. ACR!eVL1UA,A L S ClE,ICES BUlLOL'Jas
90:10 Sf;C TlO~I 0030Q Q
(M
MUL11 PRlME_OCIP -AS 1606 (02.12)
BIOSOIIOPAGe35
·
,
DESERT COMMUNITY COLl.EGE DISTRICT
IN WITNESS WHEREOF, the Principal and Surely have executed this instrument this
day of
8th
,2022. by their duly authorized agents or representatives.
July
Empyrean Plumbing,
Inc.
The Ohio Casualty Insurance Company
(rutety'. COIWitll &StOl)
Gl adding
(T)'ped orpnr.!&d NerM)
( 858
450 - 0 5 82
{Ntil coos an ~ Te~.phone Nllrr.bel ~fSul'&ty'
Contact name, address, telephone number and email
address for notices to the Surety
Rajan Patel
(CCIII"ct N~!I\e.)
62 Maple Ave nue, Keene, NH 03431
(Add:eu)
(858)450 - 05 82
cr~:9phQf11)
rajan. patel @libertymutual.com
(EfII8'12d4teU)
C O\,lJ! Ga OP 'rHl! DE ~ERT -I\PPU ED SClEllCE8 & AOI\!CU~TUJW. S"lIi~j( U BUlLD:.'j(iS
BIO BONOSECTIO:-l003000
.
MU1.11 PRIME - OOIP -AB 15M (02.12)
B ID BOtlD PAGe 36
THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.
Tnl, Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except In the manner and to the exlent herein slaled.
Cer1ificate No 59B6378
American Fire and Casually Company
The Ohio Casualty Insurance Company
Liberty Muluallnsurance Company
Wesl American Insurance Company
POWER OF ATTORNEY
KNOWN ALL PERSONS BY THESE PRESENTS: Thai Amerioan Fire & Casually Company and The Ohio Casually Insurance Company are corporations duly organ~ed under the laws of
the Siale of New Hampshire, thai Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Company
is a corporation duly organized under the laws of the Slate of Indiana (herein collectively called the ·Companiesj, pursuanllo and by authority herein sel forth, does hereby name, constitute
and appoint,
Christopher I. Torres; Julia B. Gladding; Kenneth A. Coale
all of the city of Riverside
slale of CA
each indivldually If there be more than one named, its true and lawful attorney-in· fact to make, execute, seal, acl<.no\'..1edge
and deliver, for and on Its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shall
be as binding upon the Companies as if they have been duty signed by the president and attested by the secretary of the Companies in their own proper persons.
IN WITNESS WH EREOF, \his Power of Attorney has been subscribed by an authorized offICer or official of the Companies and the corporate seals of the Companies have been affixed
thereto this 8th
day of February
. 2013
American Fire and Casualty Company
The Ohio Casualty Insurance Company
Liberty Muluallnsurance Company
West American Insurance Company
By:
STATE OF WASHINGTON
COUNTY OF KING
ss
--!:.£=3~:O:::n;r"ssistant
=.h:2=~.~"'z.::..,::;-;==:-:-__
Z
-dre;;;W'
Secretary
On this.!!!.L day of February
2013 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American
Fire and Casually Company, Uberty Muluallnsurance Company, The Ohio Casualty Company, and West American Insurance Company, and thai he, as such, being authorized so to do,
execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized offICer.
IN WITNESS WHEREOF, I have hereunto subscribed my name and affLxed my notarial seal al Seattle, Washington, on the day and year first above written,
,""'~\\~"w~~>",
I"~ /06~jn ~:~'",,\\
~
(
r~~~~J j ~
\~2£~~,~~J.;t~~/
This Power of Attorney is made and executed pursuant to and by authority of the foUO\'ling By·laws andAuthorizalions of American Fire and Casualty Company, The Ohio Casualty Insurance
Company, Uberty Mulual lnsurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows:
ARTICLE IV - OFFICERS - SecUon 12. Power of Attorney. Any officer or other official of the Corporation authorized for thai purpose in writing by the Chairman or the Pres!<ient, aod subject
to such limitalion as the Chairman or the President may prescribe, shall appoint such attorneys·in·fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,
acknowledge and deliver as surety any aod all undertakings, bonds. recognizances and other surety obligations. Such altorneys·in·fact, subject to the limitations set forth in their respective
powers of attorney, shall have full power to biod the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so
executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney·in·fact under
the prOvisions of this artlde may be revoked at any time by the Board, the Chairman. the President or by the officer or offICers granting such power or authority,
ARTICLE XIU- Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the presidenl,
and subject to such limitations as the chairman Of the president may prescribe, shall appoint such attorneys·ln·facl, as may be necessary to act In behalf of the Company to make, execute,
seal, acknow1edge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys·ln-fact subject to the limilations sel forth in their
respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and 10 attach thereto the seal of the Company. When so
exeCtiled such Instruments shall be as binding as if signed by lhe president and attested by the secretary.
Certificate of DeSignation - The President of the Company, acUng pursuant to the Bylaws of the Company, authorizes Gregory W, Davenport, Assistant Secretary to appoint such
attorneys·ln·fact as may be necessary to act on behalf of the Company to make. execute, seal, acknO\vledge and deliver as surety any and all undertakings, bonds, recognizances and
other surety obligations.
Authorization - By Unanimous consent of the Company's Board of Directors, the Company consents that facsimile or mechanically reproduced signature of any assistant secretary of the
Company, wherever appearing upon a certified copy of any power of attorney Issued by the Company in connection with surety bonds, shall be valid and binding upon the Company with
the same force and effect as though manually affixed.
I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, liberty Mutual Insurance Company, and West
American Insurance Companydo hereby certify that the original po....'Cr of allorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies,
is in full force and effeel and has nol been revoked.
JUl 0 8 2013
IN TESTIMONY WHEREOF, I have hereunto set my hand and affIXed the seals of said Corl1panles this _ _
day of
,20_ _ .
100 of 200
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
O~~~'q;\;.~~~'§<;~~~~~~'§<;~~~'§<;~~'£<>'q;\;.%'§<;'®"'
_""@""""
'@""~~~'§<>-g;;~~%'§<;~~~~-g
STATE OF CALIFORNIA
}
County of Riverside
JUL 082013
On _ _ _~~_ __ _ before me,
-->1~l!gW!l@Q!1.H
Date
personally appeared
---"J",u~lia"-,,,B,-, ~G~la~d",d~in'llgL._ _ _ _ _ _~~_ _~~_ _ __ _ _ __ _ _ _ __
Name(s) of Signer(s)
~_,,:o-""JESSICA LAUZON ~
;;; ,", fI< ' .
~
~~
COMM. 111904199
il
. NQTARY PUOUC·CAlIFORNIA ~
i~~
'~¥:.,
RIVERSIDE COUNTY
~
.. My Comm. Expires July 5. 2016
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/sheltheyexecuted the same in his/her/theif authorized capacity(ies1,
and that by hiS/herltheir,signature(s) on the instrument the
person(s), or the entity upon behalf of which the person{sj
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.
Place Notary Seal Above
--------------------- OPTIONAL --------------------Though the information below is not required by law, it may prove valuable to persons relying on the document
and could prevent fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Tille or Type of Oocument: _ _ _ _ _ _ _ _ _ _ __ _ __ _ _ _ __ _ _ _ __ _ __ __
Document Oate: _ _ _ _ _ _ __ _ _ _ _ _ __ _ _ _ _ Number of Pages: _ __ _ _ _ __
Signer(s) Other Than Named Above: _ _ _ _ _ __ _ _ _ _ __ __ _ _ _ _ _ __ _ _ _ __
Capacity(ies) Claimed by Signer(s)
Signer's Name: _ _ _ __ _ _ _ _ _ _ _ __
Signer's Name:,_ __ __ _ _ _ _ _ _ _ __
o Corporate Officer - Tille(s): _ __ _ _ _ _ __
o Partner - 0 Limited 0 General
o Attorney in Fact
RIGHT THUMBPRINT
OF SIGNER
o Trustee
Top
of thumb here
D Guardian or Conservator
o Olher: _ __ _ _ __
o
o Individual
o Corporate Officer - Tille(s).:____ _ _ _ __
o Partner - 0 Limited 0 General
o Attorney in Fact
RIGHTTHUMBPRINT
OF SIGNER
o Trustee
Top of thumb here
D Guardian or Conservator
o Other,:______ __
Signer Is Representing:
Signer Is Representing :
Individual
DESERT COMMUNITY COLLEGE DISTRICT
SUBCONTRACTORS LIST
Project: College of the Desert - Applied Sciences & Agricultural Sciences Buildings
Project No. 41-244-0510·0600-PH2
Name of Bidder: Empyrean Plumbing. Inc.
Bid Package No: 18
41
Bid Pa~kage ~escription: Plumb~g :?:e?F '
AuthorIzed SIgnature: -----4~&~
~t;.
~
...."'b2=
::....--(A)
Licensed Name of Subcontractor
(8)
(C)
Address of Office, Mill or Shop
Trade or Portion of Work
Becker Pipeline
18577 Krameria Ave.,
River side, CA·92508
Site Work
Holm Excavation
10625 Maple Ave "
Hesperia, CA 92345
Excavation
14824 Marquardt Ave.
Sante fe Springs, CA 90670
Insulation
Ker co
J & B Engineering Surveyors
Torrent Resources
12265 World Trade Dr., Ste H ,
Surveyin g
SAn Diego, CA 92 128
3200 Guasti Rd. Suite 100
Ontario. CA 91761
InstalllDrill Drywell
.'
-
[Duplicate and attached additional page(s) as required.]
COLLl!!OE OF THf DUERr -APPlJal) SCJENC.I!S
SUBCONTRACTOM Lm-SECTJON 002250
MULTI PRIME- OCIP -AB 1S06 (O2.12)
& AGRICULTURAL SCJEJ,ICES BUILCINOS
PAGE 23
DESERT COMMUNITY COlL..E;GE DISTRICT
NON·COLLUSION DECLARATION
TO BE EXECUTED BY
BIDDER AND SUBMITIED WITH BID
STATE OF CALIFORNIA
)
COUNTY OF _R_iv_e_rs_id_e_ _ _ _ __ _ -')
PROJECT:
College of the Desert - Applied Sciences & Agricultural Sciences Buildings
PROJECT NO: 41·244·0S10·0600·PH2
18
Plumbing & Site Utilities
Bid Package No. _ _ _ ; Bid Package Description _ _ _ _ _ _ __
I, D avid A. K oralew ski
,
being first duly sworn, depose and say that I am
(Typed or Printed Nama)
the
President
of
Empyre an Plumbing, Inc.
(TiUe)
I
the party submitting
(Bidder Name)
the foregoing Bid Proposal ('1he Bidder'). In conneclion with the foregoing Bid Proposal, the undersigned
declares, states and certifies that:
1. The bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation. The bid is genuine and not collusive or sham.
2. The bidder has not directly or indireclly induced or solicited any other bidder to put in a false or
sham bid.
3. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any
bidder or anyone else to put in a sham bid, or to refrain from bidding.
4. 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.
5. All statements contained in the bid are true.
6. The bidder has not, direclly or indirectly, submitted his or her bid price or any breakdown
thereof, or the contents thereof, or divulged infonnation or data relative thereto, to any corporation,
partnership, company, association, organizalion, bid depository, or to any member or agent thereof, to
effectuate a collusive or sham bid, and has not paid, and will not pay, any person or entity for such
purpose.
Any person executing this declaration on behalf of a bidder that is a corporation, partnership, joint
venture, limited liability company, limited liability partnership, or any other entity, hereby represents that he
or she has full power to execute, and does execute, this declaration on behalf of the bidder.
I declare under penalty of perjury under the laws of the State of California that the foregoing is true
and correct and that t ' declaration is executed on
8
, 20Q, at --,RlUi.l<Jyel!lJ':s;L!.l
J;J de,,-_ _ __
California.
1370 Dodson Way
(Address)
David A. Koralewski
Riverside, CA 92507
Name Prinled Of Typed
(City, County and Slate)
951
776·4616
(Area Code and Telephone Number)
CoLLEGE OF me DESERT - APPUED SCIENCES & AGRICUlTUIW.. SCIEnCES SUU>'....'GS
NOll·Cou.USIOO DEClAAAno:... SECTIOII 002500
MULn PRIME -OCIP - AS 1506 (02.12)
NON-COLLUSION DeCLARATION
PAGE 25
DESERT COMMUNITY COLLEGE DISTRICT
DRUG-FREE WORKPLACE CERTIFICATION
,/ LEO
I,
(Contractor Name)
of
•
I declare, state and certify to all of the following:
1.
I am aware of the provisions and requirements of California Government Code §§8350 et seq., the
Drug Free Workplace Act of 1990.
2.
I arn authorized to certify, and do certify, on behalf of Contractor that a drug free workplace will be
provided by Contractor by doing all of the following:
3.
A.
Publishing a statement notifying employees that the unlawful manufacture, distribution,
dispensation, possession or use of a controlled substance is prohibited in Contractor's
workplace and specifying actions which will be taken against employees for violation of the
prohibition;
B.
Establishing a drug-free awareness program to inform employees about all of the following:
i.
The dangers of drug abuse in tlie workplace;
ii.
Contractor's policy of maintaining a drug-free workplace;
iii.
The availability of drug counseling, rehabilitation and employee-assistance
programs; and
iv.
The penalties that may be imposed upon employees for drug abuse violations;
C.
Requiring that each employee engaged in the performance of the Contract be given a copy
of the statement required by subdivision (A), above, and that as a condition of employment
by Contractor in connection with the Work of the Contract, the employee agrees to abide
by the terms of the statement.
D.
Contractor agrees to fulfill and discharge all of Contractor's obligations under the terms
and requirements of California Government Code §8355 by, inter alia, publishing a
statement notifying employees concerning : (a) the prohibition of any controlled substance
in the workplace, (b) establishing a drug-free awareness program, and (c) requiring that
each employee engaged in the performance of the Work of the Contract be given a copy of
the statement required by California Government Code §8355(a) and requiring that the
employee agree to abide by the terms of that statement.
Contractor and I understand that if the District determines that Contractor has either: (a) made a
false certification herein, or (b) violated this certification by failing to carry out and to implement the
requirements of California Government Code §§8355, the Contract awarded herein is subject to
termination, suspension of payments, or both. Contractor and I further understand that, should
Contractor violate the terms of the Drug -Free Workplace Act of 1990, Contractor may be subject to
debarment in accordance with the provisions of California Government Code §§8350, et seq.
COllEGE OF TIlE DESERT-APPlIEO SCIENCES & AGRICULTURAL SCIENCES BUILDINGS
DRUG-FREE WORKPLAce CERnFICATtoN - SeCTION 006300
MULTI PRIME-OCIP- AB 1506 (02.12)
DRUG FREE WORKPLACE CERT.
PAGE 57
DESERT COMMUNITY COllEGE DISTRICT
4.
Contractor and I acknowledge that Contractor and I are aware of the provisions of California
Government Code §§8350, et seq. and hereby certify that Contractor and I will adhere to, fulfill,
satisfy and discharge all provisions of and obligations under the Drug-Free Workplace Act of 1990.
I declare under penalty of perjury under the laws of the State of California that all of the foregoing is true
and correct.
Executed at
AUfJ 1& r
~1I1 ~ ( '0 ide.' 20~.
C1\ ufo g &)\A.-
this a
dayof
(Cily and Slale)
si9/lliiUi8)
•
COllEGE OF THE DESERT-APPlIEO SCIENCES & AGRICULTURAL SCIENCES BUilDINGS
DRUG ·FREE WORKPLACE CERTIFICATION - SECTION 006300
MULTIPRIME-OCIP- AB1506(02.12)
(Handwritten or Typed Name)
DRUG FREE WORKPLACE CERT.
PAGE 58
DESERT COMMUNITY COLl..EGE DISTRICT
STATEMENT OF BIDDER'S QUALIFICATIONS
Bidder Name:
Empyrean Plumbing, Inc.
Project: College of the Desert - Applied Sciences & Agricultural Sciences Building
Project No.: 41-244·0510-0600·PH2
Bid Package No.:
_'_6___
Bid Package Description:
1.
_p_l_
um
_b_in_9 _&_S_i,e_u_'i_lil_i
e_
, _ _ _ _ _ _ _ _ __
_
Bidder's Organization
Corporation
1.1
Form of entity of Bidder, i.e., corporation, partnership, etc. _ __ _ __ _ _ __
1.1.1 If a corporation, state the f~lIo.wing:
State of incorporation: _ca_ll_o_rn_'a_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
==;--,;==:;:,-__________
Date of incorporation:_9/_612_0_0_6_ _
David A. Koralewski
PresidenVChief Executive Officer: _ _ _ _ __ _ _ _~------
Secretary:
Irene Kopra!ewski
Irene Koralewski
Treasurer/Chief Financial Officer: _ __ _ _ _ _ _ _ _ _ _ _ _ _ __
1.1.2
If a partnership, state the following:
N/A
Type of partnership, i.e. , general partnership, limited partnership: _ _ _ __
Names of all general partners, if any of the general partners are not naturat
persons, provide the information for each such general partner requested by
Paragraphs 1.1.1, 1.1 .2 and 1.1.4 as approprlate:_ _ _ _ _ _ _ _ _ __
NlA
N/A
1.1.3
If a proprietorship, state the names of all proprietors:_ _ _ __ __ _ __
1.1.4
If a joint venture, state the following
Date of organization: _N/A
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
Names of all joint venture members. For each member of the joint venture,
provide the information requested by Paragraphs 1.1 .1, 1.1.2 and 1.1.3 for each
joint venture member, as applicable: __ _ __ _ _ _ _ __ __ __
NlA
COUEGE OF THE DeSERT - APPlleO SCIEUCES & AGRlCUlTUAAL SC IEf.iaS B Ulloo.'OS
ST ATU\E:NT OF QUAllF1CAnONS - SECT~I 002700
MULn PRIME -OCIP -AB 1506 (02.1 21
STATEMENT OF QUAUACATIONS
PAGE 27
DESERT COMMUNITY COLLEGE DISTRICT
,
1.2
Number of years your organization has been in business as a contractor: _ _ _ __
1.3
Number of years your organization has conducted business under its present name:
1.4
If your organization has conducted business under a name or name style different than
your organization's present name, identify all prior name(s) or name style(s):
,
NJA
1.5
2.
20-5577471
Your organization's Federal Tax Identification Number: _ _ _ _ _ _ _ _ _ _ __
licensing
2.1
California Contractors License:
Number: _ 8'_9_15_' _ _ _ _ _ _ _ _ _ _ _ _ _ __
Expiration Date:
_"_
J30/
_ 10_14_ _ _ _ _ _ _ _ _,----,---,.,-_ _ _ _ _ _ __
David A. KOfalewski
Responsible Managing Employee/Officer:_ _ _ _ _ _ __ __ _ __
License Classification(s): _
3.
C_.36_._C._34_. C
_ ._2._&_"_ _ _ __ _ _ _ _ _ _ _ _ __
2.2
Has a claim or other demand ever been made against your organization's California
Contractors License Bond?
Yes
X
No
If yes, on a separate attachment, state the following: (i) the name, address and telephone
number of each person or entity making claim or demand; (ii) the date of each claim or
demand; (iii) Ihe circumstances giving rise to each such claim or demand; and (iv) the
disposition of each such claim or demand.
2.3
Has a complaint ever been filed against your organization's California Contractors License
with the California Contractors State License Board? __ Yes ~ No .
If yes, on a separate attachment, state the following for each complaint: (i) the name,
address and telephone number of each person or entity making the complaint; (ii) the date
of each complaint; (iii) the circumstances giving rise to each such complaint; and (iv) the
disposition of each such complaint, including without limitation, any disciplinary or other
action imposed or taken by the California Contractors State License Board as a result of
any such complaint.
Experience
3.1
Categories of wort< (other than manaoemenVsupervision) your organization typically
.
ltt.le Ulilllies
performs With
your own forces,_Plumbing
___
_ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
3.2
On a separate attachment, list ali construction projects completed by your
organization in the past two (2) years and for each project identified, state: (i) a general
description of the work performed by your organization on the project; (ii) the dollar value of
the work performed or to be performed by your organization; (iii) the project owner's name,
name of the project owner's representalive and the address and telephone number of the
CoLl£OE OF TIl! DESERf -APPUEO ScEHCES & AGlUCUl.fURAL SCIEIICE$ Bo:a.m.'GS
SiATE~E/lT OF QUA.UACA1'IOJ.lS - SECTION 002700
MULTI PRIME - OCIP -AB 1506 (02.12)
STATEMENT OF QUALIFICATIONS
PAGE 28
DESERT COMMUNITY COUEGE DISTRICT
owner and the project owner's representative; (iv) the project architect's name, address,
telephone number and contact person; (v) the original contract price; (vi) the original
completion duration; (vii) the final adjusted contract price; and (viii) the actual completion
duration.
3.3
4.
On a separate attachment, list all construction projects your organization has In
progress and for each project listed, state: (i) a general description of the work performed
by your organization on the project; (ii) the dollar value of the work performed or to be
performed by your organization; (iii) the project owner's name, name of the project owner's
representative and the address and telephone number of the project owner and the project
owner's representative; (iv) the project architect's name, address, telephone number and
contact person; (v) percent presently complete; and (vi) the current scheduled completion
date.
Perfonmance History
4.1
Claims and lawsuits (if you answer yes to any of the following, you must atlach details).
4.1 .1 Have any lawsuits or other administrative, legal, arbitration or other proceedings,
ever been brought or commenced against your organization or any of its prtncipals,
officers or equity owners in connection with any construction contract or
construction project? _ _ Yes
x
No
If so, descrtbe the circumstances, the amount demanded or other relief demand
and the disposition of each such lawsuit or other proceeding.
4.1.2
Has your organization ever filed a lawsuit or commenced other administrative, legal
or other proceedings In connection with any construction contract or construction
project? __ Yes _X_No
If so, describe the circumstances, the amount demanded or other relief demand
and the disposition of each such lawsuit or other proceeding.
4.1.3
Are there any jUdgments, orders, decrees or arbitration awards pending,
outstanding against your organization or any oft~e officers, directors, employees or
principals of your organization? __ Yes __ No
If so, describe each such judgment, order, decree or arbitration award and the
present status of the satisfaction or discharge thereof.
.
4.2
Has your firm or any predecessor to your firm, or any of its owners, officers, or partners
ever been found liable in a civil suit, or found guilty in a criminal action, for making any
false claim or material misrepresentation to any public agency or entity?
_ Yes X No
If "yes,' provide details of each conviction on a separate attachment.
4.3
At any time during the last five years, has your finn or any predecessor to your firm, or any
of its owners, officers or partners ever been convicted of a crime involving any federal,
state, or local law related to construction?
Yes X No
iP'yes," provide details o(each conviction on a separate attachment.
4.4
At any time durtng the last five years, has your firm or any predecessor to your firm, or any
of its owners, officers or partners ever been convicted of a federal or state crt me of fraud,
theft, or any other act of dishonesty?
Yes X No
CoLLEGE OF THE DeSERT - APPLIEO SeliEllCES & AORlCULTURAlSCletfCeS BlAlOllGS
STATEUeUT OF QuAUFlCAnOtlS - SecTlo~ 002700
MULTl PRIME -OCIP -AS 1506 (02.12)
STATEMENT OF QUALIFICATlONS
PAGE 29
EMPYREAN PLUMBING, INC,
COMPLETED PROJECTS I REFERENCES:
Page 7
PROJECT NAME: Facilities Moderniz ation Woodbridge High School 1 Prime
ADDRESS: 2 Meadowbrook, Irvine, CA 92604
DESCRIPTION OF BIDDERS WORK: Modernization of H igh School
PROJECTED $ VALUE OF WORK PERFORMED: $465,316 .00
OWNER'S NAME: Irvine Unified Scho 01 District
ADDRESS: 5050 Baranca Par kway, Irvine, CA 92604
TELEPHONE: 949-936-5000
OWNER'S REPRESENTATIVE: C.W .Driver - Dave Kelly or Tom Haney
ADDRESS: 15615 Alton Parkway, Ste 150, Irvine, CA 92618
TELEPHONE: 949-261-5100
ARCHITECT: tBP Architecture
ADDRESS: 2300 Newport Blvd ., Newport Beach, CA 92663
TELEPHONE: 949-673-0300
ORIGINAL CONTRACT AMOUNT: $485,316.00
ORIGINAL COMPLETION DURATION: Summer 2010
% PRESENTLY COMPLETE: 100%
$520,207.00
FINAL $ AMOUNT:
ACTUAL DURATION: 11/30/2010
DSA#: 04-109237
lOR: Dave Baker
PHONE: 949-337-5152
E-MAIL ADDRESS: dwbaker((i)iusd.org
PROJECT NAME: Baldwin Park High School New Auto Center 1 Prime
ADDRESS: 3900 Puente Ave. Baldwin Park, CA 91706
DESCRIPTION OF BIDDERS WORK: Plumbing for New Auto Center
PROJECTED $ VALUE OF WORK PERFORMED: 337,430.00
OWNER'S NAME: Baldwin Park Unifi ed School District
ADDRESS: 3699 N. Holly Ave., Baldwin Park, CA 91706
TELEPHONE: 626-856-4282
OWNER'S REPRESENTATIVE: Construction Plann ing Management - Ralph Guglielmo
ADDRESS : 3952 Big Dalton Ave., Baldwin Park, CA 91706
TELEPHONE: 626-856-4700
ARCHITECT: Osborn Architects 1 Curt Johnson
ADDRESS: 320 E. Harvard St. , Glendale, CA 91205
TELEPHONE: 818-246-3112
ORIGINAL CONTRACT AMOUNT: $344,316.00
ORIGINAL COMPLETION DURATION: Aug-10
% PRESENTLY COMPLETE: 100%
$405,407.10
FINAL $ AMOUNT:
ACTUAL DURATION: 3/14/2011
DSA#: 03-112240
lOR: Bob Payinda
E-MAIL ADDRESS: b~i-1 ((i)~acbell . net
EMPYREAN PLUMBING, INC.
COMPLETED PROJECTS I REFERENCES:
Page 8
PROJECT NAME: Centennial High School Addition Phase I 1 Prime
ADDRESS: 1820 Rimpau Avenue, Corona California 92881
DESCRIPTION OF BIDDERS WORK: Plumbing and Site Utililies on Addition
PROJECTED $ VALUE OF WORK PERFORMED:
OWNER'S NAME:
ADDRESS:
TELEPHONE:
OWNER'S REPRESENTATIVE:
ADDRESS:
TELEPHONE:
ARCHITECT:
ADDRESS:
TELEPHONE:
ORIGINAL CONTRACT AMOUNT:
ORIGINAL COMPLETION DURATION:
% PRESENTLY COMPLETE:
FINAL $ AMOUNT:
ACTUAL DURATION:
DSA#:
lOR:
ADDRESS:
PHONE:
$659,485.00
Corona·Norco Unified School District
2820 Clark Avenue, Norco, CA 92860
(951)736·5016
Neff Construction, Inc. -Ron Kuehl
1701 South Bon View Avenue, Suite 104, Ontario, CA 91761
(909) 947-3768 f 909-947-3823
HMC Architects
2601 Main Street, Suite 100, Irvine, CA 92614
(949) 567-1833
$659,485.00
Summer 2010
100%
695,875
3/31/2011
04-109865
Inland Inspection Services 1 Wade Clark
7388 Sycamore Canyon Blvd, #4, Riverside, CA 92508
wade.cl ark@inlandin spections.biz
(951) 697-1000 f (951) 697-1030
PROJECT NAME: Building 45 Renovation 1 Prime
ADDRESS: 1100 N. Grand Ave., Walnut, CA 91789
DESCRIPTION OF BIDDERS WORK: Plumbing remodel.
PROJECTED $ VALUE OF WORK PERFORMED:
OWNER'S NAME:
ADDRESS:
TELEPHONE:
OWNER'S REPRESENTATIVE:
ADDRESS:
TELEPHONE:
ARCHITECT:
ADDRESS:
TELEPHONE:
ORIGINAL CONTRACT AMOUNT:
ORIGINAL COMPLETION DURATION:
FINAL $ AMOUNT:
ACTUAL DURATION:
DSA#:
lOR:
ADDRESS:
PHONE:
$194 ,316
Mt San Antonio College 1 Teresa Patterson
1100 N. Grand Ave., Walnut, CA 91789
(909) 594-5611 ext. 5512
Mt San Antonio College 1 Teresa Patterson
1100 N. Grand Ave., Walnut, CA 91789
(909) 594-5611 ext. 5512
Kishimoto Architects, Inc.
3002 Dow Ave., Ste 106, Tustin , CA 92780
(714) 669-1101
$194,316 .00
5/1/2011
$229,852.55
11/1/2011
03-110248
Vinewood Company Howard 1 Trevor Mason
1854 Vinewood St., La Verne, CA 91750
(909) 630-2764 1 Fax (909) 596-8417
EMPYREAN PLUMBING, INC.
COMPLETED PROJECTS I REFERENCES:
Page 9
PROJECT NAME: Administration Building Remodel· Mt SAC Bldg 4 1 Prime
ADDRESS: 1 100 N. Grand Ave., Walnut, CA 91789
DESCRIPTION OF BIDDERS WORK: Plumbing remodel.
PROJECTED $ VALUE OF WORK PERFORMED: $239,485.00
OWNER'S NAME: Mt San Antonio College 1 Teresa Patterson
ADDRESS: 1 100 N. Grand Ave., Walnut, CA 91789
TELEPHONE: (909) 594·5611 ext. 5512
OWNER'S REPRESENTATIVE: Mt San Antonio College 1 Teresa Patterson
ADDRESS: 1 100 N. Grand Ave., Walnut, CA 91789
TELEPHONE: (909) 594·5611 ext. 5512
ARCHITECT: Marlene Imirzian & Associates Architects Ltd.
ADDRESS: 240 N. Market Place, Escondido, CA 92029
TELEPHONE: (760) 480·5548
ORIGINAL CONTRACT AMOUNT: $239,485.00
ORIGINAL COMPLETION DURATION: 12/3/2010
FINAL $ AMOUNT: 344 ,692 .00
ACTUAL DURATION: 11/1/2011
DSA#: 03·112014
lOR: Vinewood Company
Howard 1 Trevor Mason
ADDRESS: 1854 Vinewood St., La Verne, CA 91750
PHONE: (909) 630·27641 Fax (909) 596·8417
gebrownjr@hotmail .com
PROJECT NAME: Heritage High School Agricultural Research Center 1 Prime
ADDRESS: 26000 Briggs Road , Romoland, CA 92585
DESCRIPTION OF BIDDERS WORK: Plumbing for Agricultural Research Center
PROJECTED $ VALUE OF WORK PERFORMED: $320,450.00
OWNER'S NAME: Perris Union High School District
ADDRESS: 155 East 4th St. , Perris, CA 92570
TELEPHONE: (951) 943·6369
OWNER'S REPRESENTATIVE: Neff Construction
ADDRESS: 1701 S. Bon View Ave., Ste. 104, Ontario, CA 91761
TELEPHONE: (909) 947·3768
ARCHITECT: PJHM Archilects
ADDRESS: 647 Camino de los Mares, #201, San Clemente, CA 92673
TELEPHONE: (949) 496·6191
ORIGINAL CONTRACT AMOUNT: $348,316.00
ORIGINAL COMPLETION DURATION: 350 consecutive calendar days
FINAL $ AMOUNT: 352,500
ACTUAL DURATION: 11/1/2011
DSA#: 04·110840
lOR: Carl Hinch (951) 836·7757 1
lOR: Mike Lumpkin (909) 900·7213
EMPYREAN PLUMBING, INC.
COMPLETED PROJECTS I REFERENCES:
Page 10
PROJECT NAME: Deerfield ES Expansion (120EXP2-8-F25) 1 Prime
ADDRESS: 2 Deerfield, Irvine, CA 92604
DESCRIPTION OF BIDDERS WORK: Plumbing & Site Utilities
PROJECTED S VALUE OF WORK PERFORMED: $183,316 .00
OWNER'S NAME: I rvine Unified School District
ADDRESS: 5050 Barranca Parkway, Irvine, CA 92714
TELEPHONE: 949-261-5100
OWNER'S REPRESENTATIVE: C.W .Driver
ADDRESS: 15615 Alton Prkwy, Ste 150, Irvine, CA 92618
TELEPHONE: (949) 261-5100
ARCHITECT: HMC Architects
ADDRESS: 3546 Concours St. , Ontario, CA 91764
TELEPHONE: (909) 989-9979
ORIGINAL CONTRACT AMOUNT: $183,316.00
ORIGINAL COMPLETION DURATION: 8/17/2011
% PRESENTLY COMPLETE: 100%
FINAL $ AMOUNT:
$183,316.00
ACTUAL DURATION: 11/1/2011
DSA#: 04-111043
lOR: Thilol Charlie Bryan Inspection
PHONE: (949) 786-0767
PROJECT NAME: PA-40 Middle School 1 Prime
ADDRESS: 155 Visions, Irvine, CA
DESCRIPTION OF BIDDERS WORK: Plumbing for new Middle School.
PROJECTED S VALUE OF WORK PERFORMED: $706,037
OWNER'S NAME: Irvine Unified School district
ADDRESS: 5050 Barranca Parkway, Irvine, CA 92714
TELEPHONE: 949-936-5000
OWNER'S REPRESENTATIVE : CW Driver '- Blair Jones
ADDRESS: 15615 Alton Pkwy, Ste 150, Irvine, CA 92618
TELEPHONE: (949) 261-5100
ARCHITECT: PJHM Architects
ADDRESS: 647 Camino de los Mares, Ste 201, San Clemente CA 92673
TELEPHONE: (949) 496-6191
ORIGINAL CONTRACT AMOUNT: $784,485.00
ORIGINAL COMPLETION DURATION: Dec-11
% PRESENTLY COMPLETE: 100%
FINAL $ AMOUNT:
$838,948.00
ACTUAL DURATION: Dec-11
DSA#: 04-108766
lOR: IUSD David Baker/Lloyed Linton (949) 936-5310 f (949) 936-5329
.. ···PLEASE NOTE THAT ALL BONDS WERE FROM, SureTec Insurance Company. Phone (619) 400-4100
EMPYREAN PLUMBING, INC,
COMPLETED PROJECTS I REFERENCES:
Page 11
PROJECT NAME: 11465-UC Irvine Medical Center, B29B, 1st FI, GYN-ONC Remodel
ADDRESS: 101 The City Dr, Orange CA 92868
DESCRIPTION OF BIDDERS WORK: Plumbing at Hospital.
PROJECTED $ VALUE OF WORK PERFORMED: $43,485.00
OWNER'S NAME: UC Irvine
ADDRESS: 5201 California Ave., Suite 250, Irvine, CA 92697
TELEPHONE: 714-456-8955
OWNER'S REPRESENTATIVE: CA Construction Aaron Avila
ADDRESS: 981 Iowa Ave., Ste A, Riverside CA 92507
TELEPHONE: (951) 781-8055 - f (951) 781-8033
ARCHITECT: TMAD Taylor & Gaines
ADDRESS: 100 South Anaheim Blvd. , Suite 150, Anaheim , CA 92805
TELEPHONE: ( 714) 490-5555
ORIGINAL CONTRACT AMOUNT: $43,485.00
ORIGINAL COMPLETION DURATION: 4/1/2012
FINAL $ AMOUNT: $43,485.00
ACTUAL DURATION: 4/1/2012
DSA#: NIA
lOR: OSHPOD
PROJECT NAME: Carr Intermediate School Modernization
ADDRESS: 2120 West Edinger Ave., S anta Ana, CA 92704
DESCRIPTION OF BIDDERS WORK: Plumbing modification .
PROJECTED $ VALUE OF WORK PERFORMED: $279,830.45
OWNER'S NAME: Santa Ana USD
ADDRESS: 1601 E. Chestnut Ave., Sa nta Ana, CA 92701
TELEPHONE: (714) 480-5356
OWNER'S REPRESENTATIVE: CW.Driver - Tom Haney Ie -mail: [email protected]
ADDRESS: 2120 West Edinger Ave., S anta Ana, CA 92704
TELEPHONE: (949) 261-5100
ARCHITECT: gkkworks
ADDRESS: 2355 Main SI. .. Suite 220, Irvine, CA 92614
TELEPHONE: 949-250-1500
ORIGINAL CONTRACT AMOUNT: $288,485.00
ORIGINAL COMPLETION DURATION: Nov-12
FINAL $ AMOUNT: $288,391
ACTUAL DURATION: 8/27/2012
DSA#: 04-111743
lOR: Priest Construction Service s, Andrew Martin
PHONE: 714-299-5861
E-MAIL: ajmartin4364{a)yahoo.com
• .... PLEASE NOTE THAT ALL BONDS WERE FROM, SureTec Insurance Company. Phone (619) 400-4100
EMPYREAN PLUMBING, INC.
COMPLETED PROJECTS I REFERENCES:
Page 12
PROJECT NAME: Modification of Bert Lynn MS (5038 Halison SI.) & Seaside ES
ADDRESS: (4651 Sharynne Lane) , Torrance, CA
DESCRIPTION OF BIDDERS WORK: Plumbing modification.
PROJECTED $ VALUE OF WORK PERFORM EO: $766,620.90
OWNER'S NAME: Torrance Unified School District
ADDRESS: 2335 Plaza del Amo Torrance, California 90501
TELEPHONE: (714) 731·4687
OWNER'S REPRESENTATIVE: Barnhart Balfour Beally ·Randy Joiner
ADDRESS: 14471 Chambers Rd., Ste 102, Tustin, CA
TELEPHONE: (714) 731-4687
Gaylaird Christopher
ARCHITECT: HMC Architects
ADDRESS: 3546 Concours SI., Ontario, CA 91764
TELEPHONE: (909) 987-9979
ORIGINAL CONTRACT AMOUNT: $851 ,801 .00
ORIGINAL COMPLETION DURATION: Start date 6/20/2011 wi 450 duration
FINAL $ AMOUNT: $1 ,009,353 (Bert Lynn MS $521,892.481 Seaside ES $487,460.52)
ACTUAL DURATION: 9/7/2012
DSA#: 03-113463
lOR: Seaside Elementary School- Paul Moberly, Sandy Pringle Associates
lOR: Bert Lynn Middle School - Derek Berhow, Sandy Pringle Associates
ADDRESS: 1108 Sartori Ave , Suite 300, Torrance, CA 90501
PHONE: 310-787-8811, F 310-787-88331 [email protected]
PROJECT NAME: Multi-Purpose Room Additions at Haynes, Howard, Vista Grande, & Mariposa
ADDRESS: HAYNES ES - AB 97 , 715 W. Francis SI., Ontario, CA 91762
HOWARD ES -AB 98, 4650 Howard SI. , Montclair, CA 91761
MARIPOSA ES - AB 96, 1605 E. "0 " SI. , Onl. , CA 91764;
VISTA GRANDE ES - AB 99, 1390 W. Francis SI., Onl. , 91762
DESCRIPTION OF BIDDERS WORK: MPR additions.
PROJECTED $ VALUE OF WORK PERFORMED: $558,485.00
OWNER'S NAME: Ontario-Montclair School District
ADDRESS: 950 W. "0" SI. , Ontario, ,CA 91762
TELEPHONE: (909) 418-6485 I (909) 459-2500
OWNER'S REPRESENTATIVE: Ledesma & Meyer - Barbara Voet
ADDRESS: 9441 Haven Ave., Rancho Cucamonga, CA 91730
TELEPHONE: (909) 476-0590
ARCHITECT: WLC Architects, Inc.
ADDRESS: 8163 Rochester Ave., Rancho Cucamonga , CA 91730
TELEPHONE: (909) 987-0909
ORIGINAL CONTRACT AMOUNT: $618,485,00
ORIGINAL COMPLETION DURATION: Start 12/19/211 1244 cal day duration - 8/3/2012
FINAL $ AMOUNT: $669,248.00
ACTUAL DURATION: 9/12/2012
DSA#: 04-111743
lOR: Stephen Payte DSA Inspections, Inc.
ADDRESS: 3655 Camino Vista Del Norte, Lancaster, CA 93536
PHONE: 661-718-2893, f 661-793-7272
.. • .. PLEASE NOTE THAT ALL BONDS WERE FROM, SureTec Insurance Company. Phone (619) 400-4100
EMPYREAN PLUMBING, INC.
COMPLETED PROJECTS I REFERENCES:
Page 13
PROJECT NAME: Eastvale Community Center Project
ADDRESS: 13820 Schleisman Rd, Eastvale, CA 92880
DESCRIPTION OF BIDDERS WORK: Plumbing @ Community Center.
PROJECT EO $ VALUE OF WORK PERFORMED: $350,060.75
OWNER'S NAME: Jurupa Community Services District
ADDRESS: 11201 Harrel Street, Mira Loma , CA 91752
TELEPHONE: (951) 685-7434
OWNER'S REPRESENTATIVE: CW Driver
ADDRESS: 4200 Concours Drive Suite 350., Ontario, CA 91764
TELEPHONE: T: 909.945.1919 F: 909.483.7596
ARCHITECT: Kroh
ADDRESS: 6956 Indiana Ave, Ste B, Riverside, CA 92506
TELEPHONE: (951) 788-5940
ORIGINAL CONTRACT AMOUNT: $368,485.00
ORIGINAL COMPLETION DURATION: 8/1/2012 (365 duration)
FINAL $ AMOUNT: $364,698
ACTUAL DURATION : 8/1/2012
DSA#: NIA
lOR: City of Eastvale
ADDRESS: 12363 Limonite Ave., Ste 910, Eastvale, CA 91752
PHONE: (951) 361-2888 FAX (951) 361-0888
PROJECT NAME: Dana Middle School Concession Stand 1 Project #12048
ADDRESS: 5504 W. 135th St., Hawthorne, CA 90250
DESCRIPTION OF BIDDERS WORK: Plumbing at Middle School.
PROJECTED $ VALUE OF WORK PERFORMED: $54,313.38
OWNER'S NAME: Wiseburn School District
ADDRESS: 13530 Aviation Boulevard Haw1horne, CA 90250
TELEPHONE: (310) 643-3025
OWNER'S REPRESENTATIVE: Balfour Beatty Construction - Randy Joiner
ADDRESS: 2335 Plaza Del Amo, Torrance, CA
TELEPHONE: (310) 972-6594
ARCHITECT: Miera Architects
ADDRESS: 110 W. Acacia Ave., Glendale, CA 91204
TELEPHONE: (818) 334-2909
ORIGINAL CONTRACT AMOUNT: $54,862 .00
ORIGINAL COMPLETION DURATION: 9/1/12 tenative
FINAL $ AMOUNT: $57,991
ACTUAL DURATION: 9/17/2012
DSA#: 03-113951
lOR: LCC3 Construction Services, Dean McClain
ADDRESS: 3400 Inland Empire Boulevard #26, Ontario, CA 91764
PHONE: (909) 476-3567
.. •.. PLEASE NOTE THAT ALL BONDS WERE FROM , SureTec Insurance Company. Phone (619) 400-4100
EMPYREAN PLUMBING, INC,
COMPLETED PROJECTS I REFERENCES:
Page 14
PROJECT NAME: Sierra Vista HS New 3-Story Building
ADDRESS: 3600 N. Frazier St., Baldwin Park, CA 91706
DESCRIPTION OF BIDDERS WORK: Plumbing & Utilities for new 3-Story
PROJECTED $ VALUE OF WORK PERFORMED: $870,737
OWNER'S NAME: Baldwin Park Unified School District
ADDRESS: 3699 N. Holly Ave., Baldwin Park, CA 91706
TELEPHONE: 626-856-4282
OWNER'S REPRESENTATIVE: Construction Planning Management - Ralph Guglielmo
ADDRESS: 3952 Big Dalton Ave., Baldwin Park, CA 91706
TELEPHONE: 626-856-4700 f 626-856-4715
ARCHITECT: Osborn Architects 1 Curt Johnson
ADDRESS: 320 E. Harvard St. , Glendale, CA 91205
TELEPHONE: 818-246-3112
ORIGINAL CONTRACT AMOUNT: $967,485.00
ORIGINAL COMPLETION DURATION: 6/19/2012
FINAL $ AMOUNT: $1,085,535.35
ACTUAL DURATION: 9/19/2012
DSA#: 03-111668
lOR: BPI Inspection Services
ADDRESS: 8271 Melrose Ave., Los Angeles, CA 90046
PHONE: ( 323) 653-7843
PROJECT NAME: Peter Burnette Elementary School New Multi-Purpose Bldg .
ADDRESS: Project #12049000
DESCRIPTION OF BIDDERS WORK: Plumbing at 5403 West 138th St., Hawthorne, CA 90250
PROJECTED $ VALUE OF WORK PERFORMED: $280,705.62
OWNER'S NAME: Wiseburn School District
ADDRESS: 13530 Aviation Boulevard Hawthorne, CA 90250
TELEPHONE: ( 310) 643-3025
OWNER'S REPRESENTATIVE: Balfour Beaty Construction
ADDRESS: 2335 Plaza Del Amo, Torrance, CA
TELEPHONE: (310) 972-6594
ARCHITECT: Flewelling & Moody, Architects for Education
ADDRESS: 141 S. Lake Ave., Pasadena, CA 91101
TELEPHONE: (626) 449-6787
ORIGINAL CONTRACT AMOUNT: $298,623.00
ORIGINAL COMPLETION DURATION: 9/1/12 tenative
FINAL $ AMOUNT: $307,247.55
ACTUAL DURATION:
DSA#: #03-113732
lOR: LCC3 Construction Services, Dean McClain
3400 Inland Empire Boulevard #26, Ontario, CA 91764
(909) 476-3567
" " 'PLEASE NOTE THAT ALL BONDS WERE FROM, SureTec Insurance Company. Phone (619) 400-4100
EMPYREAN PLUMBING, INC,
COMPLETED PROJECTS I REFERENCES:
Page 15
PROJECT NAME: EI Encanto Convalescent Hospital Re-Pipe of Domestic Water Systems
ADDRESS: 555 EI Encanto Road, City of Industry, CA 91745
DESCRIPTION OF BIDDERS WORK:
PROJECTED $ VALUE OF WORK PERFORMED: $934,255.40
OWNER'S NAME: City of Industry
ADDRESS: 15625 East Safford St.,City of Industry 91744
TELEPHONE:
OWNER'S REPRESENTATIVE: CNC Engineering - Consulting Civil Engineers
ADDRESS: 255 N. Hacienda Blvd ., Suite 222, City of Industry, CA 91744
TELEPHONE: 626-333-0336, Gerry Perez
ARCHITECT: None
ADDRESS: N/A
TELEPHONE : NIA
ORIGINAL CONTRACT AMOUNT: $1,437,316.00
ORIGINAL COMPLETION DURATION: 2/1/2012
FINAL $ AMOUNT: $1,985,331 .88
ACTUAL DURATION :
2013
DSA#: OSHPD
lOR:
ADDRESS:
PHONE:
PROJECT NAME:
ADDRESS:
DESCRIPTION OF BIDDERS WORK:
PROJECTED $ VALUE OF WORK PERFORMED:
OWNER'S NAME:
ADDRESS:
TELEPHONE:
OWNER'S REPRESENTATIVE:
ADDRESS:
TELEPHONE:
ARCHITECT:
ADDRESS:
TELEPHONE:
ORIGINAL CONTRACT AMOUNT:
ORIGINAL COMPLETION DURATION :
FINAL $ AMOUNT:
ACTUAL DURATION:
DSA#:
lOR :
• .... PLEASE NOTE THAT ALL BONDS WERE FROM, SureTec Insurance Company. Phone (619) 400-4100
EMPYREAN PLUMBING, INC.
LIST OF CURRENT PROJECTS:
6/3/20 13
PROJECT NAME: San Bernardino H.S. Group 8 - Mods & Deferred Maintenance PI
DESCRIPTION OF BIDDERS WORK: Plumbing.
PROJECTED $ VALUE OF WORK PERFORMED: $628,485.00
OWNER'S NAME: San Bernardino City Unified School District
ADDRESS: 956 West 9th Street, San Bernardino. CA 92411
TELEPHONE: (909) 388-6100
OWNER'S REPRESENTATIVE: PW Construction
ADDRESS: 4075 Schaefer Ave, Chino, CA 917 10 1 884 Johnnie Dodds Blv(
TELEPHONE: (909) 590-5700 1 843-388-2027
ARCHITECT: HMC Architects
ADDRESS: 3546 Concours St., Ontario, CA 91764
TELEPHONE: (909) 989-9979
ORIGINAL CONTRACT AMOUNT: $628,485.00
SCHEDULED COMPLETION DATE: 480 days
% PRESENTLY COMPLETE: 99%
DSA# #04-106276
lOR Knowland Construction Services 1 Joe Bebe
ADDRESS: 2181 E. Foothill Blvd., Pasdena, CA 91107
PHONE: (626) 786-4331
PROJECT NAME: Renovation of Rialto Science Labs @ Rialto HS (595 S. Eucalypt
DESCRIPTION OF BIDDERS WORK: Eisenhower HS (1321 N. Lilac), & Kolb MS (2351 Spr (Bid #F08·
PROJECTED $ VALUE OF WORK PERFORMED: $912,673.90
OWNER'S NAME: Rialto Unified School District -Anna Ulibarri
ADDRESS : 625 W. Rialto Ave., Rialto CA 92376
TELEPHONE: (909) 820-7864
OWNER'S REPRESENTATIVE: Ledesma & Meyer -Jeff Marshall, Milo Oostinga, & Denny Dimmi
ADDRESS: 9441 Haven Ave., Rancho Cucamonga, CA
TELEPHONE: (909) 476-0590
Suite 202 Mt Pheasan
ARCHITECT: Architect for Education, Inc. - John Baker
ADDRESS: 65 N. Catalina Ave., Pasadena CA 91'106
TELEPHONE: (626) 356-4080
ORIGINAL CONTRACT AMOUNT: $1 ,073,734.00
1,054,750
SCHEDULED COMPLETION DATE: 6/6/20 10 to 1/31/20 13
% PRESENTLY COMPLETE: 99%
DSA# 04-110157
lOR P.F. Vision, Inc. - Bill Macabe
ADDRESS: 2181 E. Foothill Blvd ., Pasdena, CA 9 1107
PHONE: (626) 786-4331
PROJECT NAME: R.H .S. Culinary Arts and E.H.S. Engineering Academy @
Chavez/Huerta Center for Education 1 District Bid #11-12-006
DESCRIPTION OF BIDDERS WORK: Plumbing and Fire Sprinklers @324 N. Palm Ave., Rialto, CA 92:
PROJECTED $ VALUE OF WORK PERFORMED: $344,485 .00
OWNER'S NAME: Rialto Unified School District
ADDRESS : 260 S. Willow Ave., Rialto, CA 92376
TELEPHONE: (909) 820-7700
OWNER'S REPRESENTATIVE: Ledesma & Meyer
ADDRESS: 9441 Haven Avenue Rancho Cucamonga, CA 91730
TELEPHONE: (909) 476-0590
ARCHITECT: A4E Arichecture for Education, Inc.
ADDRESS: 65 N. Catalina Ave., Pasdena, CA 91106
TELEPHONE: (626) 356-4080
ORIGINAL CONTRACT AMOUNT: $444,485.00
$579,618.00 ?
SCHEDULED COMPLETION DATE: 3/11/2013
% PRESENTLY COMPLETE: 98%
DSA# 04-111587
lOR
PROJECT NAME: Plalm Springs USD ES #18
ADDRESS: 65750 Avendia Jalisco, Desert Host Springs, CA 92240
DESCRIPTION OF BIDDERS WORK: Plumbing for New 2 story Elementary School
PROJECTED $ VALUE OF WORK PERFORMED: $785,629.59
OWNER'S NAME: Palm Springs Unified School District
ADDRESS: 980 E. Tahquitz Canyon Way, Palm Springs, CA 92262
TELEPHONE: (760) 416-6000
OWNER'S REPRESENTATIVE: Bernards Bros., Inc.
ADDRESS: 555 First St., San Fernando, CA 91340
TELEPHONE: (818) 898-1521, fax (818) 361-9208
MECHANICAL ARCHITECT: Nack and Associates
ADDRESS: 1744 Via Aliena, Ocenside, CA 92056
TELEPHONE: (760) 407-2700, fax (760) 407-2999
ORIGINAL CONTRACT AMOUNT: $844,763.00
SCHEDULED COMPLETION DATE: 3/17/2014
% PRESENTLY COMPLETE: 60%
DSA# 04-109313
lOR Ted Regan
PROJECT NAME: City of Beverly Hills Public Works Warehouse and Shops
ADDRESS: 9357 Third Street, Beverly Hills, CA 90210
DESCRIPTION OF BIDDERS WORK: Plumbing and Underground Utilities
PROJECTED $ VALUE OF WORK PERFORMED: $445,395.30
OWNER'S NAME: City of Beverly Hills
ADDRESS: 345 Foothill Rd." Beverly Hills, CA 90210
TELEPHONE: 310-285-1150
OWNER'S REPRESENTATIVE: C.W . Driver I Judd Burton
ADDRESS: 468 N. Rosemead Blvd ., Pasadena, CA 91107
TELEPHONE: 626-404-9133
ARCHITECT: RTK Architects, Inc. I www.rtkarchitects.com
ADDRESS: 3975 Landmark St., Ste.,#400, Culver City, CA 90232
TELEPHONE: 310-837-3606
ORIGINAL CONTRACT AMOUNT: $454,485.00
SCHEDULED COMPLETION DATE: 7/1/2013
% PRESENTLY COMPLETE: 33%
DSA# N/A
lOR
PROJECT NAME: Cabrillo HS Pool Project
ADDRESS: 2001 Santa Fe Avenue Long Beach, CA 90810
DESCRIPTION OF BIDDERS WORK: Const of 40 melerx25 yard competition lap pool and 11,OOOsq nfacility pool on an existing H~
PROJECTED $ VALUE OF WDRK PERFORMED: $511 ,316.00
OWNER'S NAME: Long Beach USD
ADDRESS: 2425 Webster Ave. , Long Beach, CA 90810
TELEPHONE:
OWNER'S REPRESENTATIVE: C.W.Driver - Jeff Bara
ADDRESS: 468 N Rosemead Blvd ., Pasadena, CA 91107
TELEPHONE: 626-351-8800
ARCHITECT: PJHM Architects
ADDRESS: 647 Camino del Mares, Ste 201, San Clemente, CA
TELEPHONE: 949-496-6191
ORIGINAL CONTRACT AMOUNT: 511 ,316.00
$545,216.00 TCA
SCHEDULED COMPLETION DATE: 7/16/2013
% PRESENTLY COMPLETE : 84%
$450,815 complete 6/3/13
DSA# 03-114145
$
lOR Knowland Construction Services, Ross Jordan
ADDRESS: 2181 E. Foothill Blvd., Pasdena, CA 91107
TELEPHONE: 626-786-4331
PROJECT NAME: University HS Ath letic Facility
ADDRESS: 4771 Campus Dr. , Irvine, CA 92612
DESCRIPTION OF BIDDERS WORK: Plumbing & Heati ng/ Ventilation/Air Condilioning
PROJECTED $ VALUE OF WORK PERFORMED: $256,485.00
OWNER'S NAME: Irvine USD - Lloy de Linton /lloydelinton@iusd .org
ADDRESS: 100 Nightmist, Irvine, CA 92618
TELEPHONE: 949-936-5300
OWNER'S REPRESENTATIVE: CW. Driver- Jon athan Keene
ADDRESS: 15615 Alton Prkwy, Ste 150, Irvine, CA 92618
TELEPHONE: (949) 261 -5100
ARCHITECT: Ruhnau Ruhnau Clarke
ADDRESS: 3775 Tenth St., Riverside, CA 92501
TELEPHONE: 951-684-4664
ORIGINAL CONTRACT AMOUNT: 316,485.00
SCHEDULED COMPLETION DATE: 340 days
% PRESENTLY COMPLETE: 81%
DSA# 04-112196
lOR Spencer Jordan, Work: 949.936.5311 , Mobile: 949.337.5151
lOR E-MAIL siordaniOliusd .org
PROJECT NAME: I ndio HS Reconstruction - Phase 1A Construction
ADDRESS: 81-750 Ave. 46, Indio, CA 92201
DESCRIPTION OF BIDDERS WORK: Plumbing for new school.
PROJECTED $ VALUE OF WORK PERFORMED:
OWNER'S NAME:
ADDRESS:
TELEPHONE:
OWNER'S REPRESENTATIVE:
ADDRESS:
TELEPHONE:
ARCHITECT:
ADDRESS:
TELEPHONE:
ORIGINAL CONTRACT AMOUNT:
SCHEDULED COMPLETION DATE:
% PRESENTLY COMPLETE:
DSA#
lOR
lOR E-MAIL
Desert Sands Unified School District
47-950 Dune Palms Rd ., La Quinta CA 92253
(760) 771-8515
Ledesma & Meyer
9441 Haven Avenue Rancho Cucamonga, CA 91730
(909) 476-0590
Ruhnau, Ruhnau, Clark & Associates
3775 10th Street Riverside, CA 92501
(951) 684-4664
2,070 ,316.00
702 duration
18%
04-111505
PROJECT NAME: Corona Del Mar HS Theater
ADDRESS: 2101 Eastbluff Drive, Newport Beach, CA 92660
DESCRIPTION OF BIDDERS WORK: Plumbing and Site Gas.
PROJECTED $ VALUE OF WORK PERFORMED: $282 ,630
OWNER'S NAME: Newport-Mesa Unified School District
ADDRESS: 2985 Bear Street Bldg E, Costa Mesa 92626
TELEPHONE: (714) 424-7568
OWNER'S REPRESENTATIVE: McCarthy Building Companies
ADDRESS: 20401 S.w. Birch Street, Suite 300 , Newport Beach , CA 92717
TELEPHONE: (949) 851 -8383
ARCHITECT: LPA, Inc.
ADDRESS: 5161 California Ave., #100,lrvine, CA 92626
TELEPHONE: ( 949) 261-1001
ORIGINAL CONTRACT AMOUNT: $285,485
SCHEDULED COMPLETION DATE: 540 day duration
% PRESENTLY COMPLETE: 17%
DSA# 04-111870
lOR
lOR E-MAIL
(Design Build)
PROJECT NAME: East Valley Water District Headquarters Project # 12391001
ADDRESS: 31111 Greenspot Rd, Highland CA 92346
DESCRIPTION OF BIDDERS WORK: Plumbing
PROJECTED $ VALUE OF WORK PERFORMED:
OWNER'S NAME:
ADDRESS:
TELEPHONE:
OWNER'S REPRESENTATIVE:
ADDRESS:
TELEPHONE:
ARCHITECT:
ADDRESS:
TELEPHONE:
ORIGINAL CONTRACT AMOUNT:
SCHEDULED COMPLETION DATE:
% PRESENTLY COMPLETE:
DSA#
lOR
East Valley Water District
3454 E. Highland Ave. Suite 18, Highland , CA. 92346
(909) 684-4664
Balfour Beatty Const.
451 E. Vanderbilt Way, Suite 200, San Bernardino, CA. 92408
310-415-65291 Randy Joiner
Ruhnau Ruhnau Clark
3775 Tenth Street, Riverside, CA 92501
(951) 684-4664
$421,780
Aug-14 12 months
0%
DESERTCOMMUNrTYCOLLEGEDISTRICT
If "yes," provide details of each conviction on a separate attachment.
4.5
Is your firm currently the debtor in a bankruptcy case?
_ Yes x No
If ''yes," provide details on a separate attachment.
4.6
Was your firm, or any predecessor to your firm, in bankruptcy any time during the last five
(5) years? (This question refers only to a bankruptcy action that was not described In
answer t9 question 4-5, above) . .
_ Yes~No
If "yes," provide on a separate attachment.
4.7
In the last five (5) years, has your firm or any predecessor to your firm, been denied an
award of a public works contract based on a finding by a public agency that your
organization was not a responsible bidder?
Yes x No
If ''yes," provide details on a separate attachment.
4.8
Within the last five (5) years, has there ever been a period when your organization had
employees but was without workers' compensation Insurance or state-approved selfinsurance?
_ Yes X No
If "yes," provide details on a separate attachment.
4.9
Has your organization ever refused to sign a construction contract awarded to it?
YesX No
If so, on a separate attachment, state the following: (i) describe each such contract;
(ii) the owner's name, address, telephone number and contact person; and (iii) the
circumstances of your refusal to sign such contract.
4.10
Has your organization ever failed to complete a construction contract? _Yes X No
If so, on a separate attachment, state the following: (i) describe each such contract;
(ii) the owner's name, address, tetephone number and contact person; and (iii) the
circumstances of your failure to complete such contract.
4.11
Has your organization ever been declared in default under a construction contract?
Yes ~No
If so, on a separate attachment, state the following: (i) describe each such
contract; (ii) the owner's name, address, telephone number and contact person;
and (iii) the circumstances of each such declaration of default.
4.12
Has any construction contract to which your organization wasns a party been terminated for
the convenience of the project owner? _Yes X No
If so, identify the project and project owner along with a description of the
circumstances under wihich the convenience termination occurred.
4.13
Has your organization been required to pay a premium of more than one percent (1%) for a
performance and payment bond on any project(s) on which your firm worked at any time
during the past three (3) years?
1.2
X Yes
No
COllEGE OF THE DEsERT - APPlIED SCEHCES & A GRlCUJ,.TURAt. ScIENCES BlU.D"HGS
Sr A1EMElfT OF QuALF)CAnONS -
8ecOON 002700
MULTI PRIME-OCIP - AS 1506 (02.12)
STATEMENT OF QUAliFICATIONS
PAGE 30
DESERT COMMUNITY COLLEGE DISTRICT
If ' yes," state the percentage that your organization was required to pay. You may
provide an explanation for a percentage rate higher than one percent (1%), if you
wish to do so.
4.14
Has a claim or other demand ever been asserted against any Bid Bond, Performance
Bond, or Payment Bond posted by your organization in connection with any construction
contract or your submittal of a bid proposal for a construction contract?
Yes ~No
If so, on a separate attachment, state the following: (i) the name, address,
telephone number and contact person for each claimant; (Ii) the date upon
which each such demand or claim was made; and (iii) the disposition of each
such demand or claim.
4.15
List all sureties (surety name, name of surety contact person, full address, telephone and
email of surety and surety contact person) that have issued bonds for your organization
during the last five (5) years, including the inclusive dates during which each issued the
bonds:
Ohio Casualty Insura nce Company, Ra!oln Palel, 136 N. 3fd SL, Hamllon, OH 45011 , (aSS) 4SO--OSS2, rajan.pa1eltl{ bertymuluaI.oom SINCE 1112009
SureTec Insurance company, G!ooa S . Russe:l, 3033 5th Ava. , Sis 300, San orugo, CA 92 103, (6 19) 406·4106, tlsed
5.
',Oil, 1/iSa71o 11 ~
4.16
During the past five (5) years, has your organization ever been denied bond coverage by a
surety company, or has there ever been a period of time when your firm had no surety
bond in place during a public construction project when one was required?
Yes ~No
If ''yes,' on an attachment indicate the date when your organization was denied
coverage and the name of the company or companies which denied coverage; and
the period during which you had no surety bond in place.
4.17
At any time during the past five (5) years, has any surety company made any payments on
behalf of your organization to satisfy any claims made against a performance or payment
bond issued on your firm's behalf, in connection with a construction project, either public or
private?
Yes X No
If ''yes,'' on a separate attachment set forth: (i) the amount of each such claim; (ii)
the name and telephon e number of the claimant; (iii) the date of the claim; (iv) the
grounds for the claim; (v) the present status of the claim; (vi) the date of resolution
of such claim if resolved; (vii) the method bywhich such was resolved if resolved ;
(viii) the nature of the resolution; and (ix) the amount, if any, at which the claim was
resolved.
4.18
In the last five years has any insurance carrier, for any policy of insurance, refused to
renew the insurance policy for your firm?
Yes
X No
Owner Controlled tnsurance Program Qualifications - Safety Requirements
In order to be a qualified bidder, the bidding contractor must meet minimum standards in order to
bid on the Project. The following qualification standards apply to ALL Bidding Contractors at time
of bid opening:
5.1
Workers Compensation Insurance Experience Modification Rating ("EMR"):
COLl.EOE OF me D ESERT - APPlED SCIeNCeS & AOR2CtJLTURAL SeE /ICES BUILO:tIGS
SiATEII.EN'T OF OuAllRCATlOUS - SECTIOII 002700
MULTI PRiMe -OCIP - I\B 1506 (02.12)
STATEMENT OF QUALIFICAll0NS
PAGE 31
DESERT COMMUNITY COUEGE DISTRICT
Current Year EMR
6.
0.62
5.2
Bidder has an average Worker's Compensation Expertence Modification Rating (EMR) of
1.25 or less over the last five years?
~ Yes
No
If "No," your firm is not qualified to bid this Project and your firm's Bid Proposal
will be deemed non-responsive.
5.3
Within the past five (5) years has your firm been subject to any Cal-OSHA citation(s) for
"serious", ''willful'' or "repeat" safety violations?
Yes ~No
If "Yes," your firm is not quatified to bid this Project and your firm's Bid Proposal
will be deemed non-responsive .
5.4
Have you attached a copy of the Table of Contents from your firm's Injury and Illness
Prevention Program (IIPP)?
X Yes __ No
If "No," your firm is not qualified to bid this Project and your firm's Bid Proposal
will be deemed non-responsive.
Labor; Prevailing Wage and Apprenticeship Compliance
6.1
At the time of submitting this Statement of Qualifications, is your organization ineligible to
bid on or be awarded a public works contract, or perform as a subcontractor on a public
works contract, pursuant to either Labor Code §1777.1 or Labor Code seclion §1777.7?
Yes X No
If ''Yes," you are not qualified to bid this Project and your Bid Proposal will be
deemed non-responsive.
6.2
Has there been more than one occasion during the past five (5) years in which your
organization was required to pay either back wages or penalties for your own
organization's failure to comply with California prevailing wage laws?
NOTE: This question refers only to your own organization's violation of prevailing wage
laws, not to violations of the prevailing wage laws by a subcontractor.
Yes X
No
If "yes," on a separate attachment, describe the nature of each violation,
identifying the name of the project, the date of its completion, the public agency
for which it was constructed; the number of employees who were initially
underpaid and the amount of back wages and penalties that you were required
to pay.
6.3
During the past five (5) years, has there been more than one occasion in which your own
organization has been penalized or required to pay back wages for faiture to comply with
the Federal Davis-Bacon prevailing wage requirements?
Yes ~No
If ''yes,'' on a separate attachment describe the nature of the violation,
identifying the name of the project, the date of its completion, the public agency
for which it was constructed; the number of employees who were initially
underpaid, the amount of back wages you were required to pay along with the
amount of any penalty paid.
6.4
Provide the name, address and telephone number of the apprenticeship program
(approved by the California Apprenticeship Council) from whom you intend to request the
COLLEGE OF THE DESERT - AP;>UED SClENCf:S &AGRlCUlTURAl SCEtlCES BUClD'J."GS
StATEJ,IENT OF QuAUflCATIONS - SECHOIt 002700
MULTI PRIME - OCIP -AB 1506 (02.12)
STATEMEKT OF QUAUFICATIONS
PAGE 32
DESERT COMMUNITY COLLEGE DiSTRICT
dispatch of apprentices to your organization for u~e on the Work.
Associa ted Builders and ConLractors, 1460 N. Kellogg Onve. SUite A, Anaheim. CA 92867. (1 (4) n~-3199
6.5
If your organization operates its own California approved apprenticeship program: (i)
identify the craft or crafts in which your organization provided apprenticeship training in the
past year; (ii) state the year in which each such apprenticeship program was approved, (iii)
attach evidence of the most recent California Apprenticeship Council approval(s) of your
apprenticeship program(s); (iv) state the number of individuals who were employed by your
organization as apprentices at any time during the past three (3) years in each
apprenticeship; and (v) the number of persons who, during the past three (3) years,
completed apprenticeships in each craft while employed by your firm.
NlA
6.6
7.
At any time during the past five (5) years, has your organization been found to have
violated any provision of California apprenticeship laws or regulations, Dr the laws
pertaining to use of apprentices on public works?
Yes
x No
If ' yes," provide the date(s) of sllch findings, and attach copies of the
Department's final decision(s).
References (Include name, contact person , telephone/telecopier and address for each reference
provided):
7.1
Trade References (three (3) minimum)
ALPINE EQUIPMENT CORPORATION. laura Fr.nier. t (951)244-2572 ' (951) 244·5921, PMB 132 29991 CaIl)OO H'::s Rod ., l ake Elslnoo'e. CA 92532
Holm EKC3vating, Mary Holm, I (160) 553·5643, 10625 Maple Ave .. Hesperia, CA 92345
Kerco. Kim W~son. t (562) 630·7575. f (562)630·7576. 14824 Marquardt Ave., 14824 Marquardt Ave., Sante Fe SpMgs. CA 90670
7.2
Bank References
Citizens Bus!ness Bank, Jason A Goold, P 909.483.4303 1F 909.481.2 104, 3695 Main St., Riverside, CA 9250 1
7.3
Public Works Inspectors of Record (K-12 or community college projects)
BPllnspeclion Services 827 1 Melrose Ave .. Los Ange!es. CA 90046 (323) 653--7843
Stephen Payte OSA tnspeclions. Inc. 3655 Camino Vista Del Norte. Lancaster. CA 93536 661-718·2893. f 66 1·793-7272
Sandy PnngteAssodates 11 08 Sartori Ave. Suite 300. Torrance. CA 9050 1 310·787-88 11 , F 3 10-787·8833
Gou.E:GE OF THE DESERT - APf'UED ScE ttC£S & A GRICULTUAAl ScfEl:cf..S BollD;NGS
Sf ATEllEI{T OF QUALIACATIOfIS -
SsCTKlU 002700
MULTI PRIME-OCIP-AB 1506 (02.12)
STATEMENT OF QUALIFICATIONS
PAGE 33
DESERT COMMUNITY COU.EGE DISTruCT
7.4
Owner references (three (3) minimum, preferably California K-12 school districts and/or
California communi!y colleae districts'
BaldwW'l Pari!. Unified School Disttict 3699'N. HoHy Ave., ffalawin Pari!., CA 91706 626·856·4282
Wiseburn School District 13530 Aviation Boulevard HaWthorne, CA 90250 (310) M3-3tl~5
Ontario· Montclair School District 950 W. "0 " St., Ontario, ,eA 91762 (909) 418·64851 (909) 459-2500
Torrance Unified School District 2335 Plaza del Amo Torrance, California 9050 I (114) 131-4567
Santa Ana USD 1601 E. Chestnut Ave., santa Ana, CA 9270 I (714) 460-,f356
Irvine Unified School district 5050 Barranca ParKway, Irvine, CA 927 14949-936-5000
Perris Union High School District 155 East 4th St., Pems, CA 92570 (951) i'l43-636!3
8.
Accuracy and Authority
The undersigned is duly authorized to execute this Statement of Bidders Qualifications under
penalty of perjury on behalf of the Bidder. The undersigned warrants and represents that he/she
has personal knowledge of each of the responses to this Statement of Bidder's Qualifications
and/or that he/she has conducted all necessary and appropriate inquiries to determine the truth,
completeness and accuracy of responses to this, Statement of Bidder's Qualifications.
The undersigned declares and certifies that the responses to this Statement of Bidder's
Qualifications are complete and accurate; there are no omissions of material fact or information
that render any response to be false or misleading and there are no misstatements of fact in any of
the responses.
I
Riverside. CA
J u_y
Executed this 9thday of __
_ _ _ _ _ _ 20~ at _ _ _ _ _ _---,===,,--__
(City Met State)
I declare under penalty of perjury under California law that th
i-eg~ and correct.
(Sigflalure)
David A. Koralewski, President
(Type Name and TrHe)
CouEGEOF TWE DESERT - APPlEO ScENCES & A OrucOlTURAl SClEt.'CES BtlA.Dt;GS
STATEJA.ErlT OF ()JAur:JcATfO~1S - SECTf01t 002700
rlJUL TI PRIME - OCIP -AB 1506 (02.12)
BTA TEMENT OF QUALIFICATIONS
PAGE 34
CALI~ORNIA
ALL·PURPOSE:: ACKNOWLEDCMENT
~4%'~¥~~~1?2'tYiAZ1*""'?!?mY~i
State of California
-}
County of Riverside
On
7/9/2013
before me,
Brittanv Koralewski, Notary Public
Hire Inurt NSm!: lind n:$ of the 0ffl(6r
personally appeared .D=a.:.:vic:::d:..:K..:.o"'r..::a"'le::;w-'-s"'k.::.i_ _ _ _ _--,,;;mm="""",
NQffi9(aJ 01 ~n ell,sj
-
who proved to me on the basis of satisfactory eviclence to
be the persol}!s) whose name(s) islare sllbscribed to the
within Instrument and acKnowledged to me that
hQ/~9y executed Ihe same in histherlthelr authorized
capacity(ias), and that by hiS/herftheir signatur~ On the
instrument the " person(t). or the entity lIpon behalf of
which the personJS) acted, executed the Instrument,
BRITTANY KORALEWSKI
Gommlilion II 1961353
Notary Publl_ " C.,fforn'.
Rlv.rslde County
Comm, Ex Ir" D.e 16,2015
I certify under PENALTY OF PERJURY under the laws
of the State of California that the foregoing paragraph Is
true and correct.
ignature
6!gnalUfll 01 Nol~ Pt,ll;;6;
OPTIONAL----------------------Though (hfl information below /s not reqc/ired by IBI'I, It may prove va(uable to persons relying on tI}e dOCllnumt
and could prevent fraudulsnl r~mov.tll e.nd rellttachm(mt of tNs form to another docum011t,
Description of Attached Document
Title arType of Document: _ _ __ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ _ __
Document Date: __________________ Number 01 Pages: ________
Signer(s) Other Than Named Above:
C~pacitV(ie8) Claimed
by Signer(s)
Signers Name: _ _ __ _ ________
Signer's Nama: _________ __ _ __
o
o Incllvlclual
Individual
,0 Corporale OHicer - Tille(s):
Paltno, - 0 Limited 0 General
o Atlo"rnay in Fact
o
o
o
o
lh.Islee
Guardian or Consorvator
Othor: _ _ _ _ _ _ __
Signer Is Reprssenting : _ _ __
o Corporate Ollicer -
Tltle(s): _________
o Partner - 0 L1miled 0 General '
o Attorney In Fact
o TrU81e e
o Guardian or Conservator
o Other: _ _ _ _ _ _ _ __
Signer Is Rapresontlng: _ _-,-_ _
lNgs.g~~W3ii&0!Q4@~..g;s:g:z.2kllJLC~~~
C>2007'N~' t~ k...'"O¢'."Cfl · s.;.so [)g SQw jt\'$•• P.O.6<o: 2402 ·Chalw.'Cri\ ('.It 9151~<!~.\'(...'N.tJ..uicruJ,,'oWy.Mg I\tl'I'I t'6907 ROot~r.C«'ltIIl.Ft$.l.ooHnVV6Z7
",
EMPYREAN PLUMBING INC.
Written Injury Illness Prevention Plan
. PART 1
General Information and written plan
Pages 1-3
PART II
Heat Illness Prevention Plan
Pages 4-25
May 30, 2012
EMPYREAN PLUMBING, INC.
SAFETY PLAN
Table of Contents:
I. Code of Safe Practices Plumbers and Apprentices:
Page 1-8
II. Office Code of Safe Practices:
Page 9
Written Injury Illness Prevention Plan:
III. Part I: General Information and Written Plan:
Page 10-12
IV. Part II: Heat Illness Prevention Plan:
Page 13-34
V . .Written Hazard Communication Program and MSDS
Page 35-38
VI. Site Specific MSDS
VII. Job Hazard Analysis (JHA), Safety Task Assignment (STA) &
Job Safety RepOli
Check a License - License Detail - Contractors State License Board
Page I of 1
DEPARTMEN T OF CO N SUM ER A FFA IRS
Contractors State License Board
Contractor's License Detail - License # 879157
&
DISCLAIMER: A license slalus c heck provIdes Informallo" laken from the CSLB license database. Before
relying on this Informallon, you should be aware of the following limitations .
.. CSLB complaint disdoslifo Is reslricted tr,law (MP 7124.6) If this en~ty Is subject to public complaint disdosore, a ~nk
!Of comp!a~nt chdosure wHI appear be:Q"..... etc!< 00 the liM 0( bulloo to obtain complall'\t and/or legal action Information.
~
Per B4P 707 1.17 . 001)' construction related civil Judgments re ported lathe CSLB are disclosed.
-110 AsbltratJons afe not listed UfIlesslhe contractor ilils to comply with the terms of the arbitration.
y
Due to workJoad, there may be relevant information thai has not yet been entered onto \he Board's license database.
879157
EMPYREAU PLU!.IB ING INC
Busin ess Information
Busitlltss Phone Number: (9S1) 716-4616
1370 DODSON WAY
~
",,:-_ _===_R~IVERSIDE.
CA 92507
Entity
Corporation
Inuo Dale
ReIssue Date
Ekplre Date
license Status
0611012006
1111412006
1113OJ2014
ACTIVE
This Ecense is ClXrent and active. All Information below should be revi ewed.
Cllulnclttons
CLASS
DESCRIPTIOII
C30
PLUMBING
C34
PIPELINE
B
GENERAl BUILDING CONTRACTOR
C-2
INSULATION AND ACOUSTICAL
CONTRACTOR'S BONO
This license fl~ed a Contractor's Bond with
N.1ERICAN CONTRACTORS INDEMNITY COMPANY.
Bond Number: SC6074239
Bond Amount: SI2.500
Bondin g
Effecllve Dale: 03I02J2009
Contractor's Bond HIstory
BmlD OF QUAlIFYl llG ItlDlVlOUAL
1.
The Respooslb!e Managing OffICe!" (RMO) KORAlE'h'SKI DAVID ANDREW
certified thai heJshe owns 10 percent Of more of the voting stock/equity of the
corpcl(alion. A bond of qualifying Wld'vldual is nol requ:red.
Effective Dale: 0710212012
Bars Bond HistOf)'
WORKERS' COMPEtiSA TIml
This license has ...."Ofkers compemalion insurance with
IMSCO INSURANCE COMPANY
Wolilu,' Compen uUo n
Polley Number:
~13BEPOOO1401
Effective Dale: 0110112013
Expire Date: 0110112014
'NoriIers' Compensation HIstory
Ml sce lla neo uslnfo rllYtlon
DATE
OESCRIPTlON
1111412006
LICENSE REIS SUED TO ANOTHER ENTITY
Conditions of Use I PriVacy Policy
Copyright C 2010 Siale of CalifOf"nla
https://www2.cslb.ca.goY/OnlineServices/CheckL icenseIIlLi censeDeta il.aspx?L icN u111=879... 8/9/2013