Loading...
Low Mountain Construction IncBIDDER: Low Mountain Construction, Inc. BID FOR ROSEMEAD PARK AQUATIC FACILITY PROJECT NO. P53129 BASE BID SCHEDULE TOTAL BASE BID PRICE: $4i `172 000. co Dollar amount in written form ALTERNATE BID ITEM NO. 1. 2. 3, & 4 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY, UNIT PRICE TOTAL ITEM COST 1 Shade Structures SF 20 3Dyoatf'� 20'x 20' Module 2 Solar System LS 1(jp% Cap 3 Bleachers EA 8 G3a�e. 4 Entry Marquee Sign/Supportsa9� LS 1 TOTAL ALTERNATE BID ITEMS PRICE: $ Ai )1 a(ga.Oo ,n����9 DoAar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of values above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. INCORPORATION BY REFERENCE Notice Inviting Bids, Instructions to Bidders, General Conditions, Technical Specifications, Geotechnical Study Report (September 3, 2010) and addenda, Asbestos and Lead Paint Survey Report (August 5, 2010) and addenda, Bidder's Proposal, Plans, Standard Specifications for Public Works Construction 2009 Edition ( "Greenbook "), Drawings, Project Manual, Required Bonds and Forms, Permits, Addenda, and all applicable codes and regulations are hereby incorporated in and made part of this Contract. The provisions of CBF -1 BIDDER: Low Mountain Construction, Inc. the Greenbook shall apply to this Project except as maybe modified by other provisions of the Contract. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govem. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Ten Percent of BiaDollars ($ 10's ) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. CBF -2 .I U.. . ,„ ,.. BIDDER. Low Mountain Construction, Inc. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 14,- BIDDER: Low Mountain_Constru io , Inc. By: gnature Arthur D. Case ,'. "' "- Type or Print Name o c,s Vice President ,1 Title 4105 N. 20th St., Suite 205 Business Street Address Phoenix, AZ 85016 City, State and Zip Code 602 - 265 -2201 Telephone Number Bidders /Contractors State of Incorporation: Arizona Partners or Joint Venturers: Bidder's License Number(s): B797342 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. CBF -4 .IAA . 1111.,,.1 - .. . BIDDER Low Mountain Construction, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidders Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor and description of work to be subcontracted. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one half of one percent of the Contractor's total bid or ten thousand ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 .I-0.. ..,.p,„ . -1. . BIDDER: Low Mountain Construction, Inc. The following are the names, addresses and telephone numbers for at least three public agencies for which BIDDER has performed similar work within the past four (4) years: City of Mesa 20 E. Main St., Mesa, AZ 85211 Name and Address of Owner Darla Armfield 480 - 644 -2251 Name and telephone number of public agency person familiar with project $8,166,000 Kino Aquatic Center April, 2009 Contract amount Type of Work Date Completed Z City of Chandler 215 E. Buffalo St. Chandler, AZ 85255 Name and Address of Owner Sheri Passey 480 - 782 -2400 Name and telephone number of public agency person familiar with project $8,789,000 Mesquite Grove Aquatic July, 2008 Contract amount Type of Work Date Completed 3. Town of Gilbert 50 E. Civic Center, Gilbert, AZ 85296 Name and Address of Owner Rob Giles 480 - 503 -6284 Name and telephone number of public agency person familiar with project $6,524,000 Williams Field /Perry Pools February, 2008 Contract amount Type of Work Date Completed CBF -9 • JII.. rsn enrY w �. . BIDDER. �if�OStd.-- _tA,IOILS'f_Xtt6 2.1) REFERENCES FOR SWIMMING POOL CONTRACTOR (C -53 LICENSE) (Duplicate page as needed) All of the work in sections 13151 -13158 (of the Project Manual for City of Rosemead Project No. P53129 Garvey Aquatic Center) is to be the responsibility of one experienced swimming pool contractor with a C -53 license, which can be either the bidder or a subcontractor, primarily engaged in the construction of commercial public -use swimming pools. A swimming pool contractor shall be considered primarily engaged as required herein if the swimming pool contractor derived 50% of its annual revenue during the past five years from public -use swimming pool construction. The swimming pool contractor must have also, in the last five years, constructed at least three (3) commercially designed municipal and public -use swimming pools, each of which shall have incorporated a minimum size of 5,000 square feet of water surface area with a concrete and ceramic tile perimeter overflow gutter and self - modulating balance tank. The following are the names, addresses and telephone numbers for at least three completed projects as required: 1 City of Mesa 20 East Main Street Mesa, AZ 85211 Name and Address of Owner Larry Alexander 480 - 695 -2193 Name and telephone number of public agency person familiar with project $3,429,263 Mesa Kino Aq. Ctr. May 13, 2009 Contract amount Project Name Date Completed 2. Town of Gilbert 50 East Civic Center Drive Gilbert, AZ 85296 Name and Address of Owner Sean Carlin 480- 503 -6250 Name and telephone number of public agency person familiar with project $1,461,381 Williams Field May 17, 2008 Contract amount Project Name Date Completed 3. City of Yuma One City Plaza Yuma, AZ 85366 Name and Address of Owner Becky Chavez 928 - 373 -5243 Name and telephone number of public agency person familiar with project $2,822,459 Valley Aq. Ctr. May 22, 2009 Contract amount Project Name Date Completed 5 SHASTA LIST OF QUALIFYING PROJECTS DIVISION 13 FOR ROSEMEAD PARKGENERAI_CONDITIONS SECTION 13150 Page I 1 of 14 A. 'the swimming pool construction work as herein described and specified in Division 13 of the Project Manual shall be the complete responsibility of a qualified and specifically licensed (C -53 license classification within the State of California) Swinuning Pool Subcontractor with extensive experience in commercial public use swimming pool installations. B. The Contractor shall require the Swimming Pool Subcontractor to furnish to the Contractor performance and payment bonds in the amount of 100% of the Swimming Pool Subcontractor's bid written by a surety Company properly registered in the State of California and listed by the U.S. Treasury. The expense of the bond(s) is to be borne by the Subcontractor. The Contractor shall clearly specify the amount and requirements of the bond(s) in the Contractor's written or published request for subbids. The Contractors written or published request for subbids shall also specify that the bond(s) expense is to be borne by the Subcontractor. C. Subcontractor certifies that it meets the qualifications and experience requirements established in Swimming Pool General Conditions. Section 13150, as follows: Subcontractor has derived 50% of its annual revenue from public -use swimming pool construction for each of the last five (5) years. 2. Subcontractor has, in the last five (5) years, constructed at least three (3) commercially designed municipal and public-use swimming pools, each of which have incorporated a minimum size of 6,000 square feet of water surface area with a concrete and ceramic tile perimeter overflow gutter and self - modulating balance tank. 3. The following list of projects meet the requirements of section (b) above and the contact as reference by the Contractor, the Awarding Authority of their agent or designee. a. Owner: Carson Westwood (City of Mesa) Scope of Project 2 swimming pools - 12,771 s.f. total Contact Person: Larry Alexander (owner's rep) Phone Number: 480- 695 -2193 :Architect for Project Versar (Architect /Pool Consultant) b. Owner: Scope of Project: Contact Person: Phone Number: Architect for Project: Perry High School (Town of Gilbert) 1 swimming pool - 11,367 s.f. surface area Sean Carlin (owner's rep) 480- 503 -6250 Versar rc ite-ct7Pool -Cosultant) ROSEMEAD PARK AOUA'I IC PACILI fY DIVISION 13 SUCTION 13150 C. Owner: Scope of Project: Contact Person: Phone Number: Architect for Project: GENERAL CONDITIONS Page 12 of 14 Williams Field High School (Town of Gilbert) 1 -swimming pool - 11,367 s.f. surface area Sean Carlin (owner's rep) 480 -503 -6250 Versar (Architect /Pool Consultant) d. Owner: Mesa Kino Aquatic Complex (City of Mesa) Scope of Project: 2 swimming pools - 23,904 s.f. surface area Contact Person: Larry Alexander (owner's rep) Phone Number: 480 -695 -2193 Architect for Project: Counsilman /Hunsaker (Pool Consultant) c. Owner: Valley Aquatic Center (City of Yuma) Scope of Project: 2 swimming pools - 14,435 s.f surface area Contact Person: Yuma Parks and Rec Phone Number: 928- 373 -5243 Architect for Project: Counsilman /Hunsaker (Pool Consultant) D. Swimming Pool Deck Subcontractor other than the swimming pool Subcontractor certifies that it meets the qualifications and experience requirements established in Swimming Pool General Conditions, Section 13150, as follows: Subcontract has, in the last five (5) years, constructed at least three (3) commercially designed cantilevered pool decks over perimeter gutters, each of which have incorporated a minimum size of 6,000 square feet of water surface area of the swimming pool. '. The following list of projects meet the requirements of section (b) above and the contact as reference by the Contractor, the Awarding Authority of their agent or designee. SWIMMING POOL DECK SUBCONTRACTOR a. Owner: Scope of Project: Contact Person: Phone Number: Architect for Project h. Owner: Scope of Project: Contact Person: ROSEMEAD PARK AQUATIC FACILITY i i MERCHANTS BONDING COMPANY October 28, 2010 Low Mountain Construction 4105 N 20'" St. Ste. 205 Phoenix, AZ 85016 RE: Shasta Industries Bid Date: 11/03/2010 Project: Rosemead Park, 9155 East Mission Drive, Rosemead, CA 91770 Amount $2,000,000 To Whom It May Concern Please let this letter act as notification should Shasta Industries be awarded the above project we will be in a position to provide a performance and payment bond based on our current underwriting file. This is offered under the assumption the contract terms and conditions, including any requested bond forms, are acceptable and no significant changes occur in the contractor's financial condition. Please understand that any arrangement for the issuance of the final bond is a matter between the contractor and Merchants Bonding Company. This letter shall not be construed to be a promise or guarantee to issue performance and payment bonds for this project. We assume no liability to you, any successor in interest, or assignee, if for any reason we elect not to issue the requested bond. Thank you. Sincerely, �wt Jason ettbam Assistant Vice President JLD /nla 2100 Fleur Ddve • Oes Moines, 10 50321 -1158 515- 243 -8171 .800- 678.8171 . Fax 515- 243 -3854 wnw.mer[haMSbonding.mm W.. BIDDER: Low Mountain Construction, Inc. 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) [* *Duplicate Next 2 Pages if needed for listing additional subcontractors. * *] Name and Location of Subcontractor Name: Address ; Name and Location of Subcontractor 5 Name and Location of Subcontractor Address Name and Location of Subcontractor Name: Name and Location of Subcontractor Description of Work to be Subcontracted Masonry Description of Work to be Subcontracted 5hadle St.�xer Description of Work to be Subcontracted Poot vl�CIA Description of Work to be Subcontracted Concrei 2 Description of Work to be Subcontracted una�j;viG Name:_`[") IQG+ PlueANO; ck Address: 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) c: BIDDER: Low Mountain Construction, Inc. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, or ni�am Ion, bid depository, or to any member or agent thereof to effectuate a �ollu ve or bid. re Arthur D. Case Typed or Printed Name vice President Title Low Mountain Construction, Inc. Bidder Subscribed and sworn before me This 3rdday of November A_Meemc /lit ' ", Notary Public in and for the State of California My Commission Expires: 312g1%912-- 20 10 (Seal) OFFICIAL SEAL ANDREA M. PECHA NOTARY PUBLIC - State of Arizona MARICOPA COUNTY 18MY Comm. Expires March 29, 2012 BIPDER: Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: Low Mountain Construction, Inc. THAT as Principal, and Western Surety Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of �,2fi¢N1�12 dtiwuNT DOLLARS ( ), being not less than ten percent (10 %) of the Total Base Hi Pri e; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assign ., jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rosemead Park Aquatic Facility as set forth in the notice Inviting Bids and accompanying Bid Documents, dated 1/- 3 -/ V NOIN. THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above - referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and inatenals) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' tees to be fixed by the Court. SIGNED AND SEALED, this 1st November 10 day of _ ,20__ Low Mountain Construction, Inc. AL) Westrn S y pany roEAt ) �. �l J Pri U Sur Sionature ig atia •v l7 Davi ilstead, Attorney in Fact' , J CBF - ti - Western Surety Company Bond #: N/A POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN -FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint David J Wilstead, Kathy L Rolland, Taylor J Wilstead, Individually of Mesa, AZ, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Senior Vice President and its corporate seal to be hereto affixed on this 14th day of April, 2010. WESTERN SURETY COMPANY +ypEr}�n 3i`SCAV oY w oratd Paul . Brufiat, Senior Vice President State of South Dakota 1 County of Minnehaha 3 ss On this 14th day of April, 2010, before me personally came Paul T. BruRat, to me known, who, being by me duly swom, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Senior Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires " " "" O H KRELL DAKOTA November 30, 2012 ;�MOTARV PUBLIC: i E` L SOUTH DAKOTA SEAL i ♦rrrrrrrrrrrrrrrrrrrrwrr♦ D. Krell, No ary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed November 2010 my time and affixed the seal of the said corporation this day of Er" WESTERN SURETY COMPANY L. Nelson, Assistant Secretary Form F4280 -09 -06