Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
R&C Construction 2009-12-21
CITY OF UKIAH Mendocino County, California AGREEMENT FOR UKIAH CIVIC CENTER ROOF RENOVATION PROJECT Specification No. 09-15 THIS AGREEMENT, made this day of 2 ~ , 20, by and between the City of Ukiah, Mendocino County, California, hereinafter called the City and t hereinafter called the Contractor, W ITNESSETH: WHEREAS, the City has caused to be prepared in accordance with law, specifications, drawings and other contract documents for the work herein described and shown and has approved and adopted these contract documents, specifications and drawings and has caused to be published in the manner and for the time required by law a notice to bidders inviting sealed proposals for doing the work in accordance with the terms of this contract and WHEREAS, the Contractor, in response to the notice to bidders, has submitted to the City a sealed proposal accompanied by a proposal guaranty in an amount of not less than 10 percent of the bid price for the construction of the proposed work in accordance with the terms of this contract and WHEREAS, the City, in the manner prescribed by law, has publicly opened, examined and canvassed the proposals submitted and as a result has determined and declared the Contractor to be the lowest and best regular responsible bidder for the work and for the sums named in the proposal, NOW, THEREFORE, THIS AGREEMENT WITNESSETH: Article 1. Work to be Done and Contract Davs Allowed. That the Contractor shall provide all necessary machinery, tools, apparatus and other means of construction; shall furnish all materials, superintendence, overhead, expenses, all labor and expenses of whatever nature necessary for completion of the work in conformity with the Special Provisions and other contract documents hereto attached and according to such instructions as may be given by the Engineer. The Contractor shall complete the work within one hundred and twenty (120) calendar days. Contract days shall be counted starting with the 10th day following receipt of notice that the contract has been executed by the City. Contractor, at his or her option, may begin work prior to start of counting contract days, however, in no event shall the Contractor start work without giving notification to the Engineer at least 72 hours prior to the start of work, without obtaining an encroachment permit from the City, or without having submitted certificates of insurance that have been accepted and approved by the Engineer Article II. Contract Prices. That the City shall pay the Contractor the prices stated in the proposal submitted by the Contractor, for complete performance of the contract by the Contractor. The Contractor hereby agrees to accept the prices as full compensation for all material and appliances necessary to the work, for all labor and use of tools and other implements necessary to execute the work contemplated in this contract; for all loss or damage arising out of the nature of the work or from the action of the elements, or from any unforeseen obstructions or difficulties which may be encountered in the prosecution of the work; for all risks of every description connected therewith; for all expenses of the work, as herein specified; for all liability and other insurance, for all overhead and other expenses incident to the work; all according to the Contract Drawings, the Special Provisions, the Details, the instructions and the requirements of the City. Article III. Labor Discrimination. Attention is directed to Section 1735 of the Labor Code, which reads as follows: "No discrimination shall be made in the employment of persons upon public works because of the race, color, national origin or ancestry, or religion of such persons and every contractor for public works violating this section is subject to all the penalties imposed for a violation of this chapter." In connection with the performance of work under this contract, the Contractor agrees as follows: (a) The Contractor will not willfully discriminate against any employee or an applicant for employment because of race, color, religion, ancestry, or national origin. The Contractor will take affirmative action to ensure that applicants are employed and that employees are treated during employment without regard to their race, color, religion, ancestry, or national origin. Such action shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided by the awarding authority setting forth the provisions of this Fair Employment Practice section. (b) The Contractor will send to each labor union or representative of workers with which he or she has a collective bargaining agreement or other contract or understanding, a notice, to be provided bythe awarding authority, advising the said labor union or worker's representative of the Contractor's commitments under this section, to employees and applicants for employment. (c) The Contractor will permit access to his or her records of employment, employment advertisements, application forms and other pertinent data and records by the Fair Employment Practices Commission, City of Ukiah or any other appropriate agency of the State of California designated by the awarding authority, for the purposes of investigation to ascertain compliance with the Fair Employment Practices section of this contract. (d) A finding of willful violation of the Fair Employment Practices section of this Contract or of the Fair Employment Practices Act shall be regarded by the awarding authority as a basis for determining the Contractor to be not a "responsible bidder" as to future contracts for which such Contractor may submit bids, for revoking the Contractor's pre-qualification rating, if any and for refusing to establish, reestablish or renew a pre-qualification rating for the Contractor. The City of Ukiah shall deem a finding of willful receipt of written notice from the Fair Employment Practices Act to have occurred upon that it has investigated and determined that the Contractor has violated the Fair Employment Practices Act and has issued an order under Labor Code Section 1426 or obtained an injunction under Labor Code Section 1429. Upon receipt of such written notice from the Fair Employment Practices Commission, the City shall notify the Contractor that unless he or she demonstrates to the satisfaction of the awarding authority within a stated period that the violation has been corrected, his or her pre-qualification rating will be revoked at the expiration of such period. (e) The Contractor agrees that should the City determine that the Contractor has not complied with the Fair Employment Practices section of this Contract, then pursuant to Labor Code Section 1735 and 1775 the Contractor shall, as a penalty to the City, forfeit for each calendar day or portion thereof, for each person who was denied employment as a result of such non-compliance, the penalties provided in the Labor Code for violation of prevailing wage rates. Such monies may be recovered from the Contractor. The City may deduct any such damages from any monies due the Contractor. (f) Nothing contained in this Fair Employment Practices section shall be construed in any manner of fashion so as to prevent the City or the State of California from pursuing any other remedies that may be available at law. (g) Prior to awarding the Contract, the Contractor shall certify to the awarding authority that he or she has or will meet the following standards for affirmative compliance, which shall be evaluated in each case by the awarding authority: (1) The Contractor shall provide evidence, as required by the City that he or she has notified all supervisors, foremen and other personnel officers in writing of the content of the anti-discrimination clause and their responsibilities under it. (2) The Contractor shall provide evidence, as required by the City, that he or she has notified all sources of employees' referrals (including unions, employment agencies, advertisements, Department of Employment) of the content of the anti-discrimination clause. (3) The Contractor shall file a basic compliance report, as required by the City. Willfully false statements made in such reports shall be punishable as provided by law. The compliance report shall also spell out the sources of the work force and who has the responsibility for determining whom to hire, or whether or not to hire. (4) Personally, or through his or her representatives, the Contractor shall, through negotiations with the unions with whom he or she has agreements, attempt to develop an agreement which will: a. Spell out responsibilities for nondiscrimination in hiring, referral, upgrading and training. b. Otherwise implement an affirmative anti-discrimination program in terms of the unions' specific areas of skill and geography to the end that qualified minority workers will be available and given and equal opportunity for employment. (5) The Contractor shall notify the City of opposition to the anti-discrimination clause by individuals, firms or organizations during the period of its pre-qualification. (h) The Contractor will include the provisions of the foregoing paragraphs 1 through 5 in everyfirst tier subcontract so that such provisions will be binding upon each such subcontractor. (i) The "Fair Employment Practices Certification" must be completed and signed prior to the time of submitting the bid. Article IV. Parts of the Contract. That the complete contract consists of the following documents, all of which shall be considered a part of this agreement. 1. Notice to Bidders 2. Wage Rates 3. General Conditions 4. Technical Specifications 5. Proposal 6. Fair Employment Practices Certification 7. Agreement 8. Contract Bonds 9. Contract Drawings and Construction Details 10. Standard Drawings 11. Indemnification Agreement IN WITNESS WHEREOF, this contract being executed in duplicate and the parties having caused their names to be signed by authority of their duly authorized office this day of 0 CITY OF UKIAH, MENDOCINO COUNTY, CALIFORNIA By: CIT Attest: n ~1T UKIAH CLERK, CITY OF UKIAH kCTOR f By: _ 7 +CONTF Attest: Title: INDEMNIFICATION AGREEMENT This Indemnification Agreement is made and entered in Ukiah, California, on 20 , by and between the City of Ukiah (Ukiah) and' ri 9 S 9-e4cr10 (Contractor). Contractor is performing Ukiah Civic Center Roof Renovation Proiect for Ukiah. As a condition of issuing the work order, attached hereto, Ukiah requires assurance that Contractor will protect Ukiah from damage or damage claims which arise from its performance of the work. Accordingly, Contractor agrees as follows: 1. Indemnification. Contractor shall indemnify and hold harmless Ukiah and its officers, agents, and employees from and against any claim, loss, or damage, including the legal and other costs of defending against any claim of damage or loss which arises out of the Contractor's negligent or wrongful performance under the work order attached hereto, except for claims, losses, or damages resulting from the sole and exclusive negligence or other wrongful conduct of Ukiah or its officers, agents and employees. ISSUED IN TRIPLICATE - ONE OF THREE ORIGINALS Bond No. 4372439 CITY OF UKtAH Premium: $2,996.00 Mendocino County, Calif omia FAITHFUL. PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS, R & C Construction That we the undersigned, AS PRINCIPAL, and SureTec Insurance Company AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City', in the penal s;am of One hundred thirty three thousand fifty six & NO/100th- _----dollars 133,056.00 forthe payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated November 19 20 09 a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that if the Principal shall in all respects fullyperform the Contractand all duly authorized modifications thereof, during its original term andany extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shat; tuliy satisfyall claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all sales and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in the performance of the Contract and all motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void; otherwise, it shalt remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall in any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instrument ano affixed the,r seals hereto, this 2nd day of December ,20 9 In the presence of: W ITNESS- VIa R & C Construction Middletown, CA 95461 (City/State/Zip Code) WITNESS: (Corporate Principal) (Business Address) (SEAL) (City/StatelZip Code) ATTEST: (Corporate Principal) Affix Corporate Seal (Business Address) (City/State/Zip Code) SureTec Insurance Company-, ATTEST: - By' fix (Corporate Surety) Corporate Jocelyn Y. Quirt, Attorney-in-Fact Seal (Business Address) 3033 5th Ave., #300 $an iego. CA 92103 (City/State,Zip Code) The rate of premium on this bond is $ $25 and $15 per thousand. The total amount of premium charges is $ $2,996.00 (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) I, , certify that 1 am the Secretary of the corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal ACKNOWLEDGMENT State of California Contra Costa County of On Iffier 2, 2009 before me, B. Simon, Notary Public (insert name and title of the officer) personally appeared Jocelyn Y. Quirt 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. ISSUED IN TRIPLICATE - ONE OF THREE ORIGINALS Bond No. 4372439 CITY OF UKIAH Mendocino County, California IVIATERfAL AND LABOR BOND KNOW ALL MEN BY THESE PRESENTS, That we the undersigned, R & C Construction and SureTec Insurance Company AS PRINCIPAL, AS SURETY, are held firmly bound unto THE CITY OF UKIAH, hereinafter called the "City" in the penal sum of One hundred thirty three thousand fifty six & NO/100ths -dollars 133,056.00 ) for the payment of which sum we bind ourselves, our heirs, executors, administrators, and successors, joint:y and severally. WHEREAS, the Principal has entered into a certain Contract with the City, dated November 19 20 09 . a copy of which is hereto attached and made a part hereof, NOW, THEREFORE, the condition of this obligation is such that ii the Principal shall in all respects fully perform the Contract and all duly authorized modifications thereof, during its original term and any extensions thereof that may be granted and during any guaranty period for which the Contract provides, and if the Principal shall fully satisfy all claims, arising out of the prosecution of the work under the Contract and shall fully indemnify the City for all expenses which it may incur by reason of such claims, including its attorney's fees and court costs, and if the Principal shall make full payment to all persons supplying labor, services, materials, or equipment in the prosecution of the work under the Contract, in default of which such persons shall have a direct right of action hereupon; and if the Principal shall pay or cause to be paid all safes and use taxes payable as a result of the performance of the Contract as well as payment of gasoline and special motor fuels taxes in th a performance of the Contract and a motor vehicle fees required for commercial motor vehicles used in connection with the performance of the Contract, then this obligation shall be void: otherwise, it shall remain in full force and effect. No modification of the Contract or extension of the term thereof, nor any forbearance on the part of the City shall n any way release the Principal or the Surety from liability hereunder. Notice to the Surety of any such modification, extension, or forbearance is hereby waived. IN WITNESS WHEREOF, the aforesaid Principal and Surety have executed this instriment and affixed their seals hereto, this 2nd _ day of December ,20 09 In the presen, of: WITIJESS: i $ k' -]"~'wAnr 4,i R & C Construction ;SEAL) , (individual Principa ) LV I ,'_i _ - - ` ` P.O. Box 913 _ (Business Address) Middletown, CA 95461 (City/State/Zip Code) WITNESS: (Corporate Principal) .(SEAL) (Business Address) (City/State/Zip Code) ATTEST: (Corporate Principal) Aff ix Corporate Seal (Business Address) (City/State/Zip Code) ATTEST: SureTec Insurance Compan (Corporate Surety) Corporate Jocelyn Y. Quirt, Attomey-in-Factseal (Business Address) 3033 5th Ave., #300 San Diego, CA 92103 (CitylState/Zip Code) The rate of premium on this bond is $ $25 and $15 per thousand. The total amount of premium charges is $2,996.00 (The above is to be filled in by Surety Company). (Power of Attorney of person signing for Surety Company must be attached). (CERTIFICATE AS TO CORPORATE PRINCIPAL) 1, , certifylhat t am the Secretary of the corporation named as Principal in the foregoing bond; that who signed the said bond on behalf of the Principal, was then of said corporation; that I know his signature, and that his signature thereto is genuine; and that said bond was duly signed, sealed, and attested to for and in behalf of said corporation by authority of its governing body. Affix Corporate Seal ACKNOWLEDGMENT State of California Contra Costa County of On Iffier 2, 2009 before me, B. Simon, Notary Public (insert name and title of the officer) personally appeared Jocelyn Y. Quirt who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. KATHY B. SIMOld Commission 1856050 Notary Public - California n Contra Costa County Comm. Expires Jun 28.2013 Signature C-*,,A4 (Seal) f / a2L - PGA 4: 510090 SureTec Insurance I1! t IT'E It F TO LY Know Ail Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company"), a corporation duly organized wid existing under the laws of the State of Texts, and :having its principal office in Houston, Harris County, 'T'exas, does by these presents make, constitute and appoint Jocelyn Y. Quirt its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of su; qty, providing the bond penalty does not exceed ive Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as frilly and to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointment shall continue in force until 10/31/10 and is made under and by authority of the following resolutions of the Board of Directors of the S%ireTec Insurance Company: Re it Resolved, that the President, any Vice-President, any Assistant Mice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the fc :lowing provisions: Attorney=-in-Fact may be given full po + r and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizanc:s, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or tf minating the Company's liability thereunder, and any such instruments so executed by any such Attorney-in-Fact shall he binding, upon ilre Company as if signed by the President and sealed and effected by the Corporate Secretary,, Be it Resolved, that the signature of anw authorized officer and seal of the Company heretofore or hereafter affixed to any power ox attorney or any certificate relating thereto by facsi wile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with re ipect to any bond or undertaking to which it is attached. (Adopted at a meeting held on 20 qf Apr il, 1999.) In Witness Whereof, SURETEC TNSURAl` ' COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 28th day of October A.D. 2008. On this 28h day of October, 2008 before me pers orally came B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that be is President of SURE-:EC TNSUl2ANCE COMPANY, the company described in and which executed the above instrunrent; that he knows the seal of said Company; that tint seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of !directors of said Company; and that he signed hiv- moue thereto by like order. 4=1MAIWchLefleDenny o NMY tate Of Texas ~ 1 Michelle Denny, rotary F 1$c My commission expires August 27, 2012 I, M. Brent Beaty, Assistant Secretary of SURETFC 1NSIJRANCE COMPANY, do hereby certify that the above and foregoing is a t, ue and comocct copy of a Power of Attorney, executed by said Company, which is still in full fierce and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given tender my brand and the seal of said Company at Houston, Texas +his 2nd day of D9=rEr .20 09 A.D. M. Brent eaty, Assis ct Secre st Any instrument issued In excess of the penalty stated above is totally void at--I without any validity. For verification of the authority of this power you May Call (713) $42-0800 any business day between 8:00 am and 5:00 port CST. R&C Construction P.O. Box 913 Middletown, CA 95461 Lic. #585254 Date: 6-23-09 Re: Bidders questionnaire/Completed Jobs Job Name: Hembree House Historical Renovation Owner: Town of Windsor Contact: Beth Kastrup T. 707-838-5383 Arch./Eng. Randy Figueiredo T. 707-576-1557 Description: Historical Remodel/Renovation of 1931 era home. Contract: $363,400.00 C.O.'s $ 89,655.00 Final Cost: $453,055.00 Orig. Completion: Oct. 31d,2008. Extensions granted: 45 days Completion Date: Is' week in November, 2008 Stop Notice, M. Lien None Liq. Damages None _ _ Claims, Lawsuits None Job Name: Clearlake State Park Marina Replacement Owner: CA Dept. of Boating and Waterways Contact: Curt Taras or Scott Mcdonnell Arch./Eng. Curt Taras Description: Remove old marina & install new marina (32 slips) Contract: $607,500.00 C.O.'s $ 27,604.00 Final Cost: $635,104.00 Original Completion: May 31st, 2008 Extensions granted 30 days Completion date: 3rd week in June, 2008 Stop Notice, M. Liens None Liq. Damages None Claims, Lawsuits None R&C Construction P.O. Box 913 Middletown, CA 95461 Lie. #585254 Date: 3-05-07 Re: Completed Jobs 1. Job Name: Kelsey Creek Restrooms Owner: CA State Parks Contact: Warren White T. (916) 445-8046 C.(916) 804-1523 Arch./Eng. State of CA Contract: $827,000.00 Completion: 3/06 On Schedule % Performed: 60% 2. Job Name: Alpine Park, Kelseyville Park Restrooms Owner: County of Lake Contact: Scott Hornung T. (707) 263-2341 Arch./Eng. Co. of Lake - Scott Hornung Contract: $438,000.00 Completion: 2/07 On Schedule % Performed: 70% D U S . ,G~~cIS f~~2Sf~t/~ -7©7- Z?S~ 7- 070© ~rs1~e'T ~S} ~ ra Dl C~ SDP vz~v" 6 Oc IW6-T-l 61A4F-l'!~S0 scmcmC dlS- r 70*~ s ~ 6-7 S -7 R & C CONSTRUCTION LICENSE NO. 585254 PO BOX 913 MIDDLETOWN, CA 95461 707-987-2535 Date: 5-09-05 Re: Sect. 0420 Bidders Quest. 1. Job Name: Owner: Arch./Eng.: Contract: % Comp.: Sch. Comp.: 2. Job Name: Owner: Arch./Eng.: Contract: % Comp.: Sch. Comp.: Ashe St. Pump Station City of lakeport Brelje & Race, Santa Rosa $538,000.00 99% 5-13-05 Brown Residence Brown's John Mulrooney $81,000.00 99% 5-20-05 3. Job Name: District 3 Maintenance Bldg. Owner: Co. of Lake Arch./Eng.: Co. of Lake Contract: $197,000.00 % Comp.: 5% Sch. Comp.: 9-30-05 Recently Completed Jobs: Job Name: Cole Creek Combination Bldg. (Restrooms/Showers) Owner: CA State Parks Arch./Eng.: State of CA Contract: $412,000.00 Completion: 3/05 % Performed: 50% Job Name: Big Valley Connections (Sewer pump station, 4000' U. G.) Pond, Storm Water Interceptor Owner: Big Valley Rancheria (H.U.D. funded) Arch./Eng.: Ruzicka Associates Contract: $467,000.00 % Performed: 75% R & C CONSTRUCTION LICENSE NO. 585254 PO BOX 913 MIDDLETOWN, CA 95461 707-987-2535 1. 2004 2. Austin Park Playground & Restroom 3. 90 Days, on Schedule 4. $240,000.00 5. City of Clearlake, Alicia Brundage 707-994-8201 X116 6. Clearlake CA. 7. None 8. None 1. 2003 2. Main Reservoir, New Foundation & Roof Structure 3. 90 Days ahead of Schedule 4. $290,000.00 5. City of Cloverdale, Ross Egge 707-894-1794 6. Cloverdale, CA. 7. None 8. None 1. 2003 2. New Restroom Addition to Historic Schoolhouse Museum 3. 90 Days on Schedule 4. $120,000.00 5. Co. of Lake, Kim Clymire 707-262-1618 6. Lower Lake CA. 7. None 8. None 1. 2002 2. Redbud Harbor, New Docks & Restroom 3. 90 Days on Schedule 4. $376,000.00 5. City of Clearlake, Alicia Brundage 707-994-8201 X116 6. Clearlake CA. 7. None 8. None 1. 2002 2. Clearlake Oaks Boatramp Site improvements, Inc. Parking Lot, Util's & Rest. 3. 120 Days on Schedule 4. $326,000 5. Co. of Lake, Ken Brown 707-263-2341 6. Clearlake Oaks, CA. 7. None 8. None R & C CONSTRUCTION LICENSE NO. 585254 14750 DRY CREEK ROAD MIDDLETOWN, CA 95461 707-987-2535 1. 2001 2. New Gymnasium 3. 210 Days, On Schedule. 4. $950,000.00 5. Big Valley Rancheria (USDA & HUD involvement) Ruzicka Associates, Brien Aldeghi 707-263-6155 6. Lakeport, Ca. 7. None 1. 2000 -2001 2. New Housing 3. 180 Days, On Schedule. 4. $400,000.00 5. Middletown Rancheria (HUD involvement) Rugg's Planning Service, Steve Rugg 707-485-0084 6. Middletown, Ca. 7. None 1. 2000 2. New Office Building 3. 90 Days, On Schedule 4. $140,000.00 5. Nice Mutual Water Co. Ruzicka Assoc's, Brien Aldeghi 707-263-6155 6. Nice, Ca. 7. None 1. 2000 2. Bathroom Remodel, new Relocatable Bldg. 3. 30 Days 4. $50,000.00 (combined) 5. Novato Unified School District Marshall/Lee Architects c/o Ed Chan 415-885-5873 6. Novato, Ca. 7. None R & C CONSTRUCTION LICENSE NO. 585254 PO BOX 913 MIDDLETOWN, CA 95461 707-987-2535 Bidders Questionnaire Info. For R&C Construction 1. 1999 2. Windsor H. S. Bldg. Q -Phase 1 Sitework 3. 105 Days plus extensions, completed on schedule. 4. $750,000.00 5. Windsor U.S.D., Contact Neil Bohn 707-528-1172 (Wright Contracting) or Mark Wheeler at District Office. 6. Windsor, CA. 7. None 8. None 1. 1999 2. Lower Lake H. S. 3. 140 days plus extensions, completed on schedule. 4. $280,000.00 5. Konocti U.S.D., Contact Gerald Anderson 707-433-5372 6. Lower Lake, CA. 7. None 8. None R & C CONSTRUCTION License No. 585254 18738 North Shore Dr. Middletown, CA 95461 707-987-2535 BIDDERS OUESTIONNA1RE INFORMATION FOR R&C CONSTRUCTION When: 1.1997 What: 2. Sitework for relocatables Time: 3. 75 days, completed on time. Size: 4. $335,000.00 Who: 5. Cotati-Rohnert Park U.S.D. Contact: Barbara Morgan 707-792-4737 Richard Hinman, T.L.C.D. Architecture 707-525-5600 Where: 6. Cotati-Rohnert Park Stop Notices 7. None 1. 1997 2. Sitework for new Multi-Use Bldg. 3. 105 days, on schedule. 4. $285,000.00 5. Windsor U.S.D. Contact: Q./Kwok Architects, Bruce Scott. 6. Brooks E.S., Windsor 7. None 1. 1997 2. New Restroom facilities 3. 90 days, Completed on schedule. 4. $155,000.00 5. City of Santa Rosa Parks Division. Contact: Richard Hovden 543-3770 6. Santa Rosa 7. None 1. 1996-1997 2. New Ambulance service bldg. 3. 210 days, Completed on time. 4. $283,000.00 5. Cloverdale Ambulance Service Contact: Tom Hinrichs 707-894-5862 6. Cloverdale 7. None CITY OF UKIAH Mendocino County, California BIDDER'S BOND KNOW ALL MEN BY THESE PRESENTS, That we, R & C Construction as PRINCIPAL and SureTec Insurance Company as SURETY, are held and firmly bound unto the Cltyof Ukiah in the penal sum of 10 PERCENT OF THE TOTAL AMOUNT OF THE BID of the Principal above named, submitted bysaid Principal to the Cky of Ukiah, as the case maybe, for the work described below, for the payment of which sum in lawful money of the United States, well and trulyto be made, to the City Clerk to which said bid was submitted, we bind ourselves, our heirs, executors, administrators and successors jointly and severalty, firmly by these presents. In no case shall the liability of the surety hereunder exceed the sum of S Ten percent (10%) of the amount bid. THE CONDITION OF THIS CJBLIGATION IS SUCH, That whereas the Principal has submitted the above mentioned bid to the Cityof Ukiah, as aforesaid, for certain construction specifically described as follows, for which bids are to be opened at the Office of the City Clerk, Ukiah Civic Center, Ukiah. California, on October 19, 2009 for UKIAH CIVIC CENTER ROOF RENOVATION PROJECT. NOW, THEREFORE, If the aforesaid Principal is awarded the contract and, within the time and mariner required under the specifications, after the prescribed forms are presented to him or her for signatures, enters into a written contract, in the prescribed form, in accordance with the bid and files two bonds with the City of Ukiah, one to guarantee faithful performance and the other to guarantee payment for labor and materials, as required by law, then this obligation shalt be null and void; otherwise. it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we have hereunto set our hands and seals on this 9th dayof September A.D. 20-02-. R4 G copstFUStien (Seal) (Seal) (Seal) Principal ;i SureTec Insurance Company (Seat) By: < . (Seal) Jocelyn Y. Quirt, Attorney-in-Fact (Seal) Surety Address- 3033 5th Avenue, Sute300 San Diego, CA 92103 UKIAH C!V(C CENTER ROOF RENOVATION PROJECT 40 Spec. No. 09-15 ACKNOWLEDGMENT StafCalifornia Contra Costa County On Septetrber 9, 2009 before me, Kathy B. Simon, Notary Public (insert name and title of the officer) personally appeared Jocelyn Y. Quirt who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signatures ! POA 510090 SureTec Company LLAITED 7V37_%7_/ER OF ATTORNEY Know AM Men by rhose Presents, That RETEC INSURANCE COMPANY (the "Company"), a corporation duly organized and existing under the laws of the Stag of exvs, and having its principal office in Houston, Harris County, Texas, does by these presents make, constitute and appoint Jocelyn Y. Quirt its true and lawful Attorney-in-fact, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizance.. undertakings or other instruments or contracts of suretyship to include waivers to the conditions of contracts and consents of surety, providing the bond penalty does not exceed Five Million Dollars and no/100 ($5,000,000.00) and to bind the Company thereby as fully an:1 to the same extent as if such bond were signed by the President, sealed with the corporate seal of the Company and duly attested by its secretary, hereby ratifying and confirming all that the said Attorney(s)-in-Fact may do in the premises. Said appointmem sha 1 continue in fo c-e until 10/3 /l t~ and is . ad° under and by authority of the following resolutions of the Board of Directors of the SureTec Insurance Company: Be it Resolved, that the President, any Vice-President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is :hereby vested with fail power and auth -,rity to appoint any one or more suitable persons as Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Auornev-in-fact may be given full power and authority for and in the name of and of behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizant contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or t.rminating the Company's liability thereunder, and any such instruments so executed by airy such Attorney-in-Fast shall be binding upon ;s e Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. Mdopied at a oweting held on 2e' of April, 1999) in Witness Whereof, SURETEC I1S 1JRAiE`CE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto arfixed this 28th day of October. A.D. 2008. Si: RETEC AINSC~ECOMPANY By: B.J. 10 State of Texas County of Harris Oi: this 28h day of October, 2008 before me personally carne B.J. King, to me known, who, being by me duly sworn, did depose and say, that he resides in Houston, Texas, that he is President of SURETEC INSURANCE COMPANY, the company described in and which executed the above instrument; that he knows the seal of said Company; that th seal affixed to said instrurent is such corporate seal; that it was so affixed by order of the board of Directors of said Company; and that he signed hi4 name thereto by like order. E Michelle ,str NOWY Pub% state Of UM 7 r. ,l , i Michelle Denny, Notary P lic My commission expires August 27, 2012 1, M. Brent Beaty. Assistant Secretary of Su-RET3,,C INSURANCE COMPANY, do hereby certify that the alcove and foregoing is a true and correct copy of a Power of Attorney, executed by said Comparty, which is still in full force and effect; and furthermore, the resolutions of the Board of Directors, set out in the Power of Attorney are in full force and effect. Given under my hand and the seal of said C intpary at Houston, Texas tins 9th day of -c!2P -r .20 09 , A.D. a ~ . Brent eaty, As7sis atnt ;secretary Any Instrument issued In excess of the penalty staters above Is toWi ~y vivid and without any validity. For verification of the authority of this power you may call (713) 812-b30L.' buelness day between 8:00 am and 5:00 pm CST,