Loading...
Martinez ConcreteCITY OF ROSEMEAD SIDEWALK, CURB AND GUTTER REPLACEMENT PROJECT PROJECT No. 24002 BIDDER: MARTVJCZ Co j<OErG SECTION 1 - BID SCHEDUL CBF -1 BIDDER: HARatnlf= Z (.,jcac i E CONTRACT BID FORMS TABLE OF CONTENTS SECTION1 BID SCHEDULE ........................................................................ ..............................1 SECTION2 BID DATA FORMS .................................................................... ........................... 2 .A BID BOND .................................................................................. ..............................6 2.B LIST OF PROPOSED SUBCONTRACTORS ........................... ..............................7 SECTION 3 NON - COLLUSION AFFIDAVIT ..... ................................. .............................10 CBF -13 BIDDER: MART L (00C2F 1(-- BID SCHEDULE SCHEDULE OF PRICES FOR SIDEWALK, CURB AND GUTTER REPLACEMENT PROJECT PROJECT No. 24002 BASE BID SCHEDULE TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 17y, 5-07 5 ONr HuAA=rV SEJFNT1 FWP- 7 ff0VSA11t0 Fr ✓C Hvt✓orro s6✓enI 0nccn11s FY cAm Dollar amount in written form CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE OTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical 3 000 '77,000 provisions TP -2, TP -3 & TP -4. 2 Disposal of Waste Materials. LS 1 I y 000 I y 00o 3 Remove, Dispose and Construct SF 21,000 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. 4 Remove, Dispose and Construct SF 500 PCC Driveway Approaches per 6 IS = SPPWC Std. Plan 110 -2. 3 oso 5 Remove, Dispose and Construct LF 1,015 8- inches Curb and 24- inches sp Gutter per SPPWC Std. Plan 18 77 s� 120 -2. 6 Remove, Dispose and Construct LF 100 8- inches PCC Curb Only per go I b 1, 68o �- SPPWC Std. Plan 120 -2. 7 Remove, Dispose and Construct EA 1 PCC Curb Ramp per SPPWC a Std. Plan 111 -4. 8 Install Survey property and EA 10 centerline tie Monument. w 3zo zoo - TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 17y, 5-07 5 ONr HuAA=rV SEJFNT1 FWP- 7 ff0VSA11t0 Fr ✓C Hvt✓orro s6✓enI 0nccn11s FY cAm Dollar amount in written form CBF -2 BIDDER: Mk2zVT F--- iorXacTr Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. 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 govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars ($ f 7 2 1 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. 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. CBF -3 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. BIDDER: MAr2rsNE:- (DO6ZETE 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 -4 By: —S z — Signature BIDDER: fIARTIJEZ co�jcRETF_ Business Street Address I�UBE21 MnRTSivFZ Type or Print Name SFC. ARFOS Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: A?uu A, CA CY17o Z City, State and Zip Code (626) 33v - 29n Telephone Number CALrCoariZA Bidder's License Number(s): 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. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -5 BIDDER: _ MAaT-rr4ez <o IfgCTr SECTION 2 BID DATA FORMS CBF -6 BIDDER: MnaT -T Z- cjrlcac r 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 Bidder's 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 Contractor's 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. 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 1 percent of the Contractor's total bid or ten thousand dollars ($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. �7 BIDDER: MARTTtJCZ 0NCaCTES 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Neat 2 Pages H needed for listing additional subcontractors "] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: supw a y Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF -9 BIDDER: MAasinlEz conlcAriE 2.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. _ ( !: - IV OF SOViti Fl Moril 1415 <,AnITA ArJTT AVE < J`N FL MW Name and Address of Owner /tlkoni HeptiAioeZ PrzJ�ecr MAPJA&Cr2 (8r8 zgr -2v Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. CiTV of AzvsA 213 E POOlNTLL RLVQ Aare Name and Address of Owner CNnrs'ryJA CVAYeL (6 26) S(2 Name and telephone number of person familiar with project It66 4Z"7 Sr r ". V/'W/Pi✓TJ S6P �Uir Contract amount Type of Work Date Completed 3. CITY Or corzo/ A y c cRnr�A n i CURO/VA Name and Address of Owner BARRY 1+A Ms Nrt j 734 446/ Name and telephone number of person familiar with project 472 631 S`1– - —r I dY P 5 PVC 2011 Contract amount Type of Work Date Completed 4. SAiv WaNAr Do .Ab 2 V r &pp4e prArl c lo p e rc wo/L<S Name and Address of Owner SR:LRrA3acJ (� Ovl) 387 - Name and telephone number of person familiar with project !tZeO � S neS" elk Fri rs AvG zo11 Contract amount Type of Work Date Completed CBF -10 BIDDER: MNR Cz CoNcari SECTION 3 NON - COLLUSION AFFIDAVIT CBF -11 BIDDER: MAa-120CZ CoNCacTE 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 parry making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Roam-, MAaTVNaiz Typed or Printed Name SeC- Aral Title MART2NCZ CU+JCRC - rC Bidder Subscribed and sworn before me This day of re6CLIJ 2013✓ n (Seal) N ary Public in and for the State of California JULIO C. SALAS Commission • 1961195 My Commission Expires: (2 ll -IS' Notary Public - California Los Angeles County My Comm. Expires Doc 17.2015 CBF - 12 BIDDER: Martinez Concrete, Inc. 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 oropery identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Martinez Concrete, Inc. 1. Principal and Philadelphia Indemnity Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) ` in the sum o,: Ten percent of the t amount of the bid DOLLARS ($ lo% ), being not less than ten percent (10 %) of the Tota Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally. firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Sidewalk, Curb and Gutter Replacement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated 1 � 8 �12 I' NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OW NER 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 materials) 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' fees to be fixed by the court. SIGNED AND SEALED, this 31st day of _ January 2012 Philadelphia Indemnity Martinez Concrete, Inc. _(SEAL) Insurance Company (SEAL) Princip ally By: By: S fl Signature Signature Linda D. Coats, Attorney -in -Fact CBF -7 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Orange On j/2NA1AV�1 � 7100- before me, Adelaide C. Hunter, Notary Public (insert name and title of the officer) personally appeared Linda D. Coats 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 hefshefdxey executed the same in his/her/their authorized capacity(ies), and that by his/herkheir signature(s) on the instrument the person(s), or the entity upon behalf ofwhich the person(v) 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 A . " ADELAIDE C. HUNTER - Commission # 1808793 Notary Public -- California Orange County - My Gumrti. Exphes Aug 8, 20'12 PHILADELPHIA 'INSURANCE COMPANIES A Member of the Tekto Mari w Group PHILADELPHIA. INDEMNITY INSURANCE COMPANY 231 SL Asaph's Rd., Suite 100 Bala Cynwyd, PA 19009-0950 Power of Attorney KNOW ALL PERSONS BY THESE PRESENTS: That PHILADELPHIA INDEMNITY INSURANCE COMPANY (the Company), a corporation organized and existing under the laws of the Commonwealth of Pennsylvania, does hereby constitute and appoint Linda D. Coats & Matthew J. Coats OF Coats Surety Insurance Services, Inc. Its true and lawful Attorney (s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writings obligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed $5,000,000.00. This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of PHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I I' day of July, 2011. RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of the Company to: (1) Appoint Attomey(s) in Fact and authorize the Attomey(s) in Fact to execute on behalf of the Company bonds and undertakings, contracts of indemnity and other writings obligatory in the nature thereof and to attach the seal of the Company thereto; and (2) to remove, at any time, any such Attorney -in -Fact and revoke the authority given. And, be it FURTHER RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to any such Power of Attorney or certificate relating thereto by facsimile, and any such Power of Attorney so executed and certified by facsimile signatures and Iacsimile seal shall be valid and biding upon the Company in the future with the respect to any bond or undertaking to which it is attached. IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED AND ITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 18 DAY OF JULY, 2011. aeoagrF 1 ma `1'Neu,aAd� q.= President * - 0 a„m Christopher J. Maguire a „1u1 President Philadelphia Indemnity Insurance Company, a Pennsylvania Corporation. On this 18 day of July 2011, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly swam said that he is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is the Corporate seal of said Company; that the said Corporate Seal and his signature were duly affixed. COMMONWEALTH OF PENNSYLVANIA Notarial Seat ldmbedyA. Kesaleskl. Notary Public Lower Marion Tv Mongomery Ccunty MS' Commhalon lY groa D eo. 13, 2012 MiraW Pennsylvania Aasocla0an M.—W.M. t WP : j V F JA X 1 T X0 1 I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify that the foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto on this 18 day of July 2011 are true and correct an d are still in full force and effect I do further certify that Christopher J. Maguire, who executed the Power of Attorney es President, was on the date of execution of the attached Power of Attorney the duly elected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY, In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 31 st day of January 2012 Craig P. Keller Executive Vice President, Chief Financial Officer & Secretary