Loading...
HomeMy WebLinkAbout19- Public Works CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION Fib e No �' 707 Award Contract - Installation of =nom: ROGER G. I.ARDGRA��E Subject: a Storm Drain from Mill Street & Rancho Avenue to Chestnut Street )ept: Public Works & Macy Street, per Plan No. 9696 )ate: 10-27-97 C� FV O - GUZMAN C011STRUCTION synopsis of Previous Council action: June, 1996 - Allocation of $93 , 500 , in 1996/97 Storm Drain. Construction Budget, approved. - 07-21-•97 -- Plans approved and authorization granted to advertise for bids, and transfer of $54 , 500 from Unappropriated Reserve approved. OCT 2 8 1997 Recommended motion: 1 . That the transfer of $149 , 000 , from Account No. 248-368--3405 , "Unappropriated Reserve, " to Account No. 248-368--5504-7079 , "Storm Drain - Mill Street, from Rancho Avenue to Iris Street, " be approved. and 2 . Adopt resolution. cc: Fred Wilson bin Penman Const. Inspector at e Contact person: '?oger G hardcrrave Phone: 5025 Staff Report, Report of Supporting data attached: Bids Resolution & Map Ward: 3 FUNDING REQUIREMENTS: Amount: $297 , 000 (Storm Drain Construct i;�?. Fund) Source: (Acct No ) 248-368-5504-7079 Acct. Description) Dr - M' r Rancho Avenue to Iris Street Financ Council Notes: Continued to 1o2 ,9 1111q#7 Agenda Item No. CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT Bids for installation of a storm drain in Mill Street, from Rancho Avenue to Iris Street, were opened at 2 : 00 p.m. , Tuesday, 10-21-97 . A total of 8 bids were received, ranging from $120 , 880 . 00 to $172 , 739 . 00 for the Basic Bid. The low bid of $120 , 880 . 00 is 3 . 70 over the Engineer ' s Estimate of $116 , 575 . 00 . Additive Alternate No. 1 was included in the bid documents, for the extension of the storm drain from Mill Street and Iris Street to Chestnut Street and Macy Street. This extension will complete the entire master planned storm drain system and correct the source of the drainage concerns for this area. The bid price by the low bidder for Additive Alternate No. 1 is $126 , 450 . 00 . Below is an estimate of the total project cost, based upon the actual low bid price: Construction Contract - Basic Bid $ 120 , 880 . 00 Additive Alternate #1 126 , 450 . 00 $ 247 ,330 . 00 Engineering & Inspection (W.O. #7079) _ 11 , 658 . 00 Sub-Total $ 258 ,988 . 00 Contingencies (150) ± 38 , 012 . 00 TOTAL ESTIMATED PROJECT COST $ 297 , 000 . 00 An amount of $148 , 000 . 00 has been allocated, under Account No. 248-368-5504-7079 , to finance the costs incurred for this project. Supplemental funds in the amount of $149 , 000 . 00 will , therefore, be needed to fully finance the total estimated project cost for both the Basic Bid and Additive Alternate No. 1 . We recomend that the transfer . of $149 ,000 . 00 , from Account No. 248-368-3405 , "Unappropriated of be approved to provide the necessary supplemental funding to complete the entire system for this area. We recommend that a contract be awarded to the low bidder. Revised 11-06-97 bbl � D Z -1k m -� lz wm 0 � Q Z g o z; 2 4 z p? m °}° Z I N 3 W W O Q CL cr O O m W z m LU - I _ Z > > d D j m ¢ ►L m a 0 O z W J O 0 U W -� -7=Z H } i cc ��! a W O - bq a m m W Q LL W m O Q Z m vv a W } a� a D a J W-z WQ z ? m ° A .� W CC O WA D Z H O '!+ O Z OQ Z 2 H Z Q � H a z Z � � I a C/ og � Zo o 00 — QaW a O Z Z W z 1 Z O Q j W H V O a w Z m O m ° W I '� N I M et to t0 ►� 00 O► 0N-� ":P u O c ° y t-) tY 7 d Z U m n Jl�l'1 d 1 o � u � � W � � don dim am W UJ V m W � 0 0 19 .l-->`d W 1 RESOLUTION NO. RESOLUTION OF THE CITY OF SAN BERNARDINO AI :yR=IG A 2 CONTRACT TO GUZMAN CONSTRUCTION FOR CONSTRUCTION OF A STORM 3 DRAIN, FROM HILL STREET AND RANCHO AVENUE TO CHESTNUT STREET AND MACY STREET. 4 BE IT RESOL�7= BY THE MAYOR AND COMMON COUNCIL OF THE 5 CITY OF SAN BERNARDINO AS FOLLOWS -. 6 SECTION 1 . Guzman Construction is the lowest responsible 7 bidder for: Construction of a Storm Drain, from Mill Street and 8 Rancho Avenue to Chestnut Street and Macy Street, per Plan No. 9 9696 . A contract for the Basic Bid and Additive Alternate No. 10 One is awarded accordingly to said bidder for the total amount of 11 $247 ,330 . 00 , but such award shall be effective only upon the 12 contract being fully executed by both parties. All other bids , 13 therefore, are hereby rejected. The Mayor is hereby authorized 14 and directed to execute said contract on behalf of the City; a 15 copy of the contract is on file in the office of the City Clerk 16 and incorporated herein by reference as fully as though set forth 17 at length. 18 SECTION 2 . This contract and any amendment or modifica- 19 tions thereto shall not take effect or become operative until 20 fully signed and executed by the parties and no party shall be 21 obligated hereunder until the time of such full execution. No 22 oral agreements, amendments , modifications or waivers are 23 intended or authorized and shall not be implied from any act or 24 course of conduct of any party. 25 SECTION 3 . This resolution is rescinded if the parties 26 to the contract fail to execute it within ninety (90) days of the 27 passage of this resolution. 28 / / / / 10-27-97 RESO: AWARDING CONTRACT TO GUZMAN CONSTRUCTION FOR CONSTRUCTION OF MILL STREET STORM DRAIN. 1 I HEREBY CERTIFY that the foregoing resolution was duly 2 adopted by the Mayor and Common Council of the City of San 3 Bernardino at a meeting thereof, held on the 4 day of 1997 , by the following vote , to-wit: 5 Council Members: AYES NAYS ABSTAIN ABSENT 6 NEGRETE 7 CURLIN 8 ARIAS 9 OBERHELMAN 10 DEVLIN 11 ANDERSON 12 MILLER 13 14 Rachel Clark, City Clerk 15 The foregoing resolution is hereby approved this 16 17 day of 1997 . 18 Tom Minor, Mayor 19 City of San Bernardino Approved as to form 20 and legal content: 21 James F. Penman 22 City Attorney 23 n 24 By_ • i���,,. 25 26 27 28 2 - BASIC BID SCHEDULE PLAN No. 9696 DESCRIPTION OF ITEMS WITH ITEM QUANTITY UNIT-----UNIT PRICE WRITTEN IN WORDS PRICE TOT& 1. 1 L.S. Mobilization at the Lump L.S. Sum price of FQIJR THOUSAND $ 4 ,000 . 2. 1 L.S. Traffic Control at the L.S. Lump Sum price of FIVE THOUSAND 5 ,000 . 3 . 60 L.F. 24" RCP, at FOUR THOUSAND TWO HUNDRED 1;,F TY_ per LIN. FT. 70 . 4 ,200 . 4. 4 L.F. 30" RCP, at THREE HUNDRED SEVENTYFIVE per LIN. FT. 75 . 300 . 5. 1, 096 L.F. 36" RCP, at THOUSAND SIX HUNDRED EIGHTY RTrIPTY per LIN. FT. 80 . 87 ,680 . 6. 1 EACH Catch Basin (W = 141) , at FIVE THOUSAND per EACH 5 ,000 . - r BASIC BID SCHEDULE PLAN NO. 9696 DESCRIPTION OF ITEMS WITH ITEM OUANTITY UNIT UNIT RR199 WRITTEN IN WORDS PRICE TOTAL 7 . 1 EACH Catch Basin (W = 71) , at THREE THOUSAND per EACH -- - $ 3 ,000 S. 2 EACH Concrete Local Depression, at ONE'THOUSAND SIX HUND EIGHT HUNDRED per EACH 800 . 1 ,600 . 9. 3 EACH Manhole, at SEVEN THOUSAND FIVE HUNDRED TWO THOUSAND FIVE per EACH HUNDRED 2 ,500 . 7 ,500 . 10. 1 EACH Junction Structure No. 2, at ONE THOUSAND FIVE HUNDRED per EACH 1 ,500 . 11. 1 EACH Concrete Collar, at SIX HUNDRED per EACH 600 . BASIC BID SCBEDULB PLAN NO. 9696 DESCRIPTION OF ITEMS WITH ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL 12 . 1 L.S. Brick & Mortar Cap at the L.S. Lump Sum price of FIVE HUNDRED $ 500 . TOTAL BASIC BID "SCHEDULE $ 120 .$50 .00 ONE HUNDRED TWENTY THOUSAND EIGHT HUNDRED EIGHTY DOLLARS AND NO CENTS. NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items inserted in the space provided. .p SUMMARY OF BID SCHEDULES f I2� o��co 1 TOTAL BASIC BID. . . . . . . . . . . . . . . . . . . . . . . . . . .$ L ,880.00 TOTAL ADDITIVE ALTERNATE NO. 1. . . . . . . . . . . .$ 126 .450 .00 - GRAND TOTAL OF TOTAL BASIC BID uo PLUS TOTAL ADDITIVE NO. 1. . . . . . . . . . . . . . . . .$ 24 3 .00 TWO HUNDRED F TYSI THOUSAND THREE HUNDRED THIRTY DOLLARS AND NO CENTS. NOTES: 1. THE CITY RESERVES THE RIGHT TO AWARD A CONTRACT TO THE LOWEST RESPONSIBLE BIDDER FOR THE TOTAL BASIC BID OR THE GRAND TOTAL OF TOTAL BASIC BID PLUS THE TOTAL OF ADDITIVE ALTERNATE NO. 1. BIDDER MUST SUBMIT BIDS FOR BOTB THE BASIC BID AND ADDITIVE ALTERNATE NO. 1. 2. THE UNIT PRICE MUST BE WRITTEN IN WORDS AND ALSO SHOWN IN FIGURES. THE TOTAL PRICE MUST BE EXTENDED FOR EACH ITEM OF WORK AND THE TOTAL OF ALL ITEMS INSERTED IN THE SPACE PROVIDED. ADDITIVE ALTERNATE NO. I BID SCHEDULE PLAN NO. 9696 DESCRIPTION OF ITEMS WITH ITEM QUANTITY UNIT UNIT PRTC E WRj=EM IK WORDS PRICE TOTA 7• 3 EACH Junction Structure No. 2, at FOUR THOUSAND FIVE HUNDRED Z•i ONE THOUSAND FIVE per EACH HUNDRED 1 ,500. 4 ,500 . 8. 68 TONS Asphalt Concrete, at SIX T SAND ONE HUNDRED TWENTY NINTY per TON 90 . 6 , 120 . 9. 32 L.F. Concr& Curb and Gutter, Type ..g.. at - SIX ?rt IX HUNDRED FIFTY NTY per LIN. FT. 20 .3125 6S0 . TOTAL ADDITIVE ALTERNATE NO. 1 $ _ 126 .450 .00 ONE HUNDRED TWENTYSIX THOUSAND FOUR HUNDRED FIFTY DOLLARS AND NO CENTS. NOTE: The unit price must be written in words and also shown in figures. The total price must be extended for each item of work and the total of all items � � . T inserted in the space provided. AMERICAN RELIABLE INSURANCE COMPANY Administrative Office: Brownell, Williams &Fix/ 1915 West 9th Street/Upland, CA 92786/ (909) 982-5924 ; BID PROPOSAL BOND Bond#: SPA B 16433 KNOW ALL MEN BY THESE PRESENT, THAT WE, Guzman Construction Company, as principal, and American Reliable Insurance Company, of the State of Arizona, as Surety, are held firmly bound unto the City of San Bernardino (herein after called the obligee)in the full and just sum of 10% of the GAB not the exceed Twenty Five Thousand, and no/100 Dollars($ 25,000.00) for the payment whereof in lawful money of the United States, we bind ves, outt heirs, administrators, executors of successors,jointly and severally, drmly by presents. WHEREAS, the said Principal has submitted the accompanying bid for Project, Bid on 10/21/97. - NOW THEREFORE, if said contract be awarded to the Principal and the Principal Shan, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of said contract, that this obligation shall be void; other wise to remain in full force and effect. Provided, however, that if said contract is not awarded within 60 days of the date of the bid opening,this bond shall be void and of no force and effect. Signed and Sealed this 21st day of October, 1997. Principal: Guzman Construction Company By: e i unman, er Surety: American Reliable Insurance Company By aM J. orney-w- act s 9 t j� i 1 A A i ADDITIVE ALTERNATE NO. 1 BID SCHEDULE PLAN NO. 9696 DESCRIPTION OF ITEMS WITH ITEM QUANTITY UNIT UNIT PRICE WRITTEN IN WORDS PRICE TOTAL. 1. 108 L.F. 24" RCP, at SEVEN THQ11SANn FIVE HUMnRFD SIXTY SEVENTY per LIN. FT. $ 70 . 78,560 . 2. 10 L.F. 27" RCP, at SEVEN HUNDRED TWENTY SEVENTYTWO per LIN. FT. 72 . 720 . 3. 1"060 L.F. 30" RCP, at j ,I�2f C, SEVENTYNINE THOUSAND FIVE HiTNDRF.n F.TCHTY per LIN. FT. - 72.J00 . 4. 3 EACH Catch Basin (W = 141) , at FIFTEEN THOUSAND FIVE THOUSAND per EACH 5,000 . 15 ,000 . 5. 3 EACH Concrete Local Depression, at TWO THOUSAND FOUR HUNDRED EIGHT HUNDRED per EACH 800 . 2 ,400 . 6. 4 EACH Manhole, at TEN THOUSAND TWO THOUSAND FIVE per EACH HUNDRED 2 ,500 . 10 ,000 . AMERICAN RELIABLE INSURANCE COMPANY Administrative Office: Brownell, Williams &Fix/ 1915 West 9th Street/Upland, CA 92786/ (909) 982-5924 BID PROPOSAL BOND Bond#: BPA B 16433 KNOW ALL MEN BY THESE PRESENT, THAT WE, Guzman Construction Company, as principal, and American Reliable Insurance Company, of the State of Arizona, as Surety, are held firmly bound unto the City of San Bernardino (herein after called the obligee)In the full and just sum of 10% of the GAB not the exceed Twenty Five Thousand, and no/100 Dollars($ 25,000.00)for the payment whereof in lawful money of the United States, we bind ourselves, out heirs, administrators, executors of successors,jointly and severally,firmly by these presents. WHEREAS, the said Prfndpal has submitted the accompanying bid for Project, Bid on 10/21/97. _ NOW'THEREFORE, if said contract be awarded to the Principal and the Principal shall, within such time as may be specified, enter into the contract in writing, and give bond, with surety acceptable to the Obligee for the faithful performance of said contract, that this obligation shall be void; other wise to remain in full force and effect. Provided, however, that if said contract is not awarded within 60 days of the date of the bid opening, this bond shall be void and of no force and effect. Signed and Sealed this 21st day of October, 1997. Principal: Guzman Construction Company By: e uzman, Uwner Surety: American Reliable Insurance Company By: 1 — - \"t, "�Z' Patrick J. orney-m- act AMERICAN RELIABLE INSURANCE COMPANY Administrative Office: 8655 1-Via De Ventura Scottsdale,Arizona 85259 LIMITED POWER OF ATTORNEY BPA g 16433 POWER OF AT IVRNEY YAIJD IF NUMBERED IN RED Know All Men by These Presents, That American Reliable insurance Company, a corporation duly organized and existing under the lases of the State of Arizona, and having is administrative oMce In Scottsdale,Marieopa County,Arizona,does by these presents make, constitute and appoint —PATRICK J DOLAN••• of Upland and Stale of California Its Irate and lawfid Allorney-In-Face, with fill power and authority for and on behalf of the Company as surety, to execute and deliver and affix the seal of the Company lbereto, if a seat Is required, on bid bonds, consents of surety to final payment, or other wrinen obligations in the nature[hereof, as follows '••BID BONDS ONLY-MAX IMI IN PENALTY 5350.000.00••• 'Till a POIYER OFATTORNEYBDALL TERsllNATEAND RE OFNO FUR rHER_EFFECTA FTER DEC ll.1 P?7 and to bind the Company thereby as fully and to the same extent as If such bonds were signed by the President, sealed with the corporate seal of the Company and duly attested by the Secretary, hereby ratifying and confirming all that The said Allorney-In-Fact may do in the premses. Said appointment is made under and by authority of the following resolution adopted by the Board of Directors of the American Reliable Insurance Company,at a meeting held on the 29th day of July, 1993. In witness whereof, American Reliable Insurance Company has caused these presents to be signed by Its Vice President and Its corporate seal to be hereto affixed this 271h day of March .AD., 1997 . `` s``7\�INS rR�� / `' ��� AMERICAN RELIABLE INSURANCE COMPANY cP���r� Stephen G Kolb,Vice President^ W !REAL /i tAI20Nr Slate of Arizona lllll{111\\\\\ SS: County of Maricopa On this 27th day of March ,in the yen 1997 before me Gwen A.Dick a notary public,personally appeared Sleohcn C.Kalb , personally known to me to be the person who executed the within instrument as Vice President on behalf of the corporation therein named And acknowledged to me that the corporation executed IL GWEN A DICK 6L Nobly Public-Slate of Arizona MARICBPA COUNTY NOTARY ruaLic My Comm.Expires Sea.22.1999 RESOLUTION OF'1711E BOARD OF DIRECTORS OF AMERICAN RELIABLE INSURANCE COMPANY WHEREAS,It is necessary for the effectual transaction of twsiness that this Company appoint agents and attorneys with power and authority to act for it and in Its name in the states of the United Slates and the U.S.Virgin Islands. RESOLVED,that the Company do and it hereby does authorize and empower the President,Executive Vice President or Vice Presidents In conjunction with its Secretary or one or Its Designated Signers,under its corporate seal,to appoint any person or persons to act as its sue and lawful allorney-In-fac4 to execute and deliver any and all contracts,guaranteeing The fidelity of persons holding positions of public or private trust,guaranteeing the performances of contracts other than insurance policies and executing or guaranteeing bonds and undertakings,required or permitted to all agions or proceedings,or by law allowed;and FURTIIER RESOLVED,that the signature of any officer authorized by resolutions of this Dowd and the Company seal may be affixed by facsimile to any power of attorney or special power of attorney or certification ofeither given for the execution of any bond,undertaking,recognizance or other written obligation in the nature thereof,such signature and seal,when so used being hereby adopted by the Company as the original signature of such officer and the original scat of ibe Company,to be valid and binding upon the Company with the some force and effect as though manually affixed. 1 certify the above is a Irue copy of a resolution adopted w the meeting of the Board of Director of AMERICAN RELIABLE INSURANCE COMPANY,on January 25,1996. SECIIBTARY 1,the undersigned Secretary of American Reliable Insurance Company hereby certify shat the above and foregoing Is a Nit,true and correct copy of the Original Power of Attorney issued by said Company,and do hereby further certify,that the said Power of Allonney Is still In force and effect. And 1 do hereby further certify that the Certificate of this Power of Attorney Is signed and sealed by facsimile under and by the authority or she following resolution adopted by the Board of Directors or Ile American Reliable Insurance Company at a meeting duly called and held on the 291h day of July, 1993,and that said resolution has not been amended or repeated: 'Resolved,that the signature of the Secretary of the Corporation,and the seal of the Corporation,may be affixed or printed by facsimile to any certlncate to a Power of Attorney of[his Corporation,and that such printed facsimile signature and seal shall be valid and binding upon this Corporation' Given under my hand and the seal of said Company,this" d.y of October 19 9E SeCR.TARY THIS POWER OF ATTORNEY EFFECTIVE ONLY IF ATTACHED TO BOND NO. SAA GUZMAN CONSTRUCTION BIDDERS FIRM NAME CESIGNATION OF SUB-CONTRACTORS in compliance with the provisions of Section 4100-4110 of California Public .-ontract Code of the State of California, and any amendments thereof, each Didder shall set forth the name and location of each subcontractor who will perform work or labor or render service to the Contractor. Agency of Name & Address MBE/WBE Under Which Certification Sub-Contractor Sub-Contract Specific Subcontractor and Number Phone No. Amount Description Licensed cense (If ARRlicable) (NONE! NONE! NONE! ) F t (This affidavit shall be executed by all bidders at the time of bid submittal. Failure to execute the affidavit on this page will result in rejection of bid. ) NON-COLLUSION AFFIDAVIT . ti To the City of San Bernardino, State of California, Department of Public Works/Engineering: The undersigned in submitting a bid for performing the following work by contract, being duly sworn, deposes and says: That he has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken any action in restraint of free competitive bidding in connection with such contract. RRVTIGIn CUZMAN Signature o Bidder 1436 N.AYALA DR.SUITE H.RIALTO,CA.92376 Business Address 2556 N.MAPLE AVE. RIALTO,CA.92376 Place of Residence Subscribed and sworn to be me this 21 day of OCTOBER 1997 �1N&rvaildlo ary Public i n and for the County of �l A-n/ J , state of California. My Commission expires on � Q�J i CamNrlon�1191M� • * My C,oerxr►E�don1l.l1 �.. _�°, /'�vf,,•,�ti`�,t� 1i � f" ,Ili = 1. r��p ti I � � _ � 4EI� , i; �%•� ' ss"=b." r ftlf�'' i+` N/ tll!q�{�'��t '�s �•.�€Illi �Atll��j F°mil€1%11....i� A 1� ��3'� I ti"�� s�{Ills Y E O O A.! C05 7 Cc m C) Cis v u / r Cq Go ee 11 �-= CA u jt{tom A. t~v •v •v .c ea to ^03clt{tRs `:. Cn 4j 06 cc s v co _ _ a c o to cc to ='L- r1: 'c '� fV ayi •> •tr fj,y wh .i: i cc In U WI � •^ •b rf€ILY u cc3 H [Ct_ .. V «° W pq p _ '� ° coo _ �F \ En up� ;; � -oWuhE •t7o > 'cc * of ! : > C; - W � i::.. � O fh O � � u A �. � to f€) a+ H N w....y.y•".:::••4 " €-i w ee .0. iii[t ;``` as .0 vv u v c 'gcON l a a W U �a E a E 3 c = >.O en ` ttiltl�" �:. U •W uzuy � au Qeo0 wtaoo `.` W. cc UD U ecv � e aV3 � o � � �L :: `r„w._ s '� a C •ld •{r f� 'd Qr u ,`slejtE{ r F i - .G H rr � V p•L" ;� u •� u �t�al fe' L•G iq ..y. Cis O v ,t to ^oE ouo E L E •c far •v tea... C) cc -- u3c uh CA��..� rqi V CJ `^ ° to U ta° v U u .� 00 Iua u .c � oo a c a c c U0 c 00 -- �t�u OG u u u • ° uo N 1. ' - 'r:.•M T:.-Wit.. rc kMrt - yl=r.t N w L R - 4N�. �« to .k fil►11�� yif_J♦i�r eq�lllfll" .;.,. sliflte , A � •+t' "�siiit+r .,�*tlil►11�� 1l/IIfi�T $,+fti1V1� � � .��. £ ��� �t?,.��li rs( 1•.'�!` �..''�'�: : 1>#�, a f= �� 't`�"`�r£VriE' ''! t�:s 't1s ..::.� i 1 tti �.`� �= •: I In case of a discrepancy between words and figures, the words shall prevail. It is the understanding of the undersigned that the work hereinabove described shall be commenced within to working days from the date of the "Notice to Proceed" , and shall be completed within 30 working days from the date of said notice. The undersigned further agrees that in case of default in executing the contract, or furnishing necessary bonds, all within the specified time, the proceeds of the Bidder's Guaranty accompanying this proposal shall be paid to the City of San Bernardino as liquidated damages. Licensed in accordance with an act providing for the registration of Contractor, License No. #724664 , Classification A FIRM NAME: GUZMAN CONSTRUCTION BUSINESS ADDRESS: 1436 N.AY/ALA DR. ,SUITE 2376 SIGNATURE OF BIDDERS: - ' ' - If an individual, so state. If a firm or co-partnership, state the firm name and give the names of all individuals, co- partners composing the firm. If a corporation, state legal name of the corporation, also the names of the president, secretary, treasurer and manager thereof. INDIVIDUAL• REFUGIO GUZMAN(OWNER) Telephone No. ( 909) 820-4161 FAX820-4024 Dated: 21 OCTOBER 1997 BIDDERS ACKNOWLEDGEMENT OF ADDENDUMS: ADDENDUM NO. 1 DATE: ADDENDUM NO. 2 DATE: ADDENDUM NO. 3 DATE: CERTIFICATION I am aware of, will comply with, section 3700 of the Labor Code, requiring every employer to be insured against liability for Worker's Compensation or to i undertake self-insurance before commencing any of the work. Contractor: NAME OF FIRM: GUZMAN CONSTRUCTION BY: REFUGIO GUZMAN TITLE: OWNER - DATE: 21 OCTOBER 1997 ~. ❑ Acknowle4sment of Principal �--*c3mowiedgment-o"uretp-(Atrorney_m7.pact) .fi—.mow J.T.J J•1i.•.-fit sa l •f•l.. y .tYtLl7�— ::Y f:a:— STATE OF CAI,IFOILNIA _ San Bernardino •County ernard of on - before me, M. E: Glassner date here iris.-t terse sad title of the oaleu personally appeared 'Patrick J. Dolan names) of signar(s) • personally knowa-ts me (or proved to me on the basis of satisfactory evidence) to be the pe;son(s) whose name(3) is/are subscribed to the within instrument and acknowledged to that helshelthey executed the same in hislherltheir authorized capacity(les), and that by his/her/their signature(s) on the inst-u.--.ent the person(s), or the entity upon behalf of which the person($) acted, executed the _. -instrument. WITN-SS my hand and official seal. M. E. GLASSNER . . .. 7 COMM. #1041998 Si=a�tt 'e "' TARY PUBLIC•CALIFORNIA (Seal] SAN BERNA My Carom.Fxoires Oct 13,1998 - - ° (i he balance of this page is intendcnally left blank.) w�sct.rn Sweiy Cornoany Roan 1300 CITY OF SAN BERNARDINO INTEROFFICE MEMORANDUM CITY CLERK'S OFFICE RECORDS & INFORMATION MANAGEMENT (RIM) PROGRAM DATE: October 13, 1998 TO: All Clients FROM: City Clerk's Office RE: SCANNING DOCUMENT PROBLEM NOTICE -------------------------------------------------------------------------------------------------------------------------------------- MAYOR AND COMMON COUNCIL MEETING DATE: November 17, 1997 ITEM #: #19 DESCRIPTION: Reconsider -Resolution awarding a contract to Guzman Construction for construction of a storm drain, from Mill St and Rancho Ave to Chestnut St and Macy St. (Cost to the City - $297,000 from the Storm Drain Construction Fund.) ACTION: That the matter be continued to December 1, 1997. NOTICE OF: Missing Document: Exhibit/Attachment. Public Works/Engineering Bound Contract - BOUND DOCUMENT HAS NOT BEEN SCANNED YET - AVAILABLE IN HARD COPY. Staff Report. Bad Quality Original. X Document. X - Map. X - Hand Written Original. Ordinance - Legal Advertisement Proof of Publication Bad Quality. Missing Signature - FOR ASSISTANCE: Should you have any questions on this matter, please do not hesitate to contact either the records management staff or the Administrative Operations Supervisor at (909) 384-5002. Rachel Clark City Clerk RC:mam