Loading...
MG EnterprisesMG ENTERPRISES INC. sort S"y Ave. Tuna CA 91356 BIDDER; SECTION 1- BID SCHEDULE CBF -0 MG ENTERPRISES INC. 6072 Shirley Ave. Tarzana, CA 81356 BIDDER: BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROJECT CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 specifications. 2 Traffic Signal Modification per LS 1 Plans and Specifications ouo ✓o,S'vv � 3 Furnish and Install Solar In -Road EA 5 Pavement Lighting System Complete per Plans and Specifications. 5 Locations with a Total of 50 In -road Pavement — Lici llits. y'orra0 I 7,J 00 v 4 Furnish and Install Solar Speed EA 6 Feedback Sign System Complete r Plans and Specifications. Z ( 1pC)Q t1a rr d 5 Furnish and Install Signing and LS 1 Striping per Plans and S ecifications. 1 10aao Ua vo 6 Furnish and Install Pedestrian EA 128 Count Daim Heads Complete per Plans and Specifications. 2 6 7 Remove Existing and Install 4- SF 6,525 Inches Thick PCC Sidewalk per SPPWC Std. Plan 1'13 -2. See ADD endi,-'A' npr Lneations. L 8 Remove foisting and Install 6- LF 110 Inches PCC Curb and 24- Inches PCC Gutter per SPPWC Std. Plan 120 -2 2 47 `2 O 9 Remove E ,(Isting and Install 8- LF 270 Inches PCC Curb and 24-- Inches PCC Gutter per SPPWC Std. Plan 120 -2- L 4 / d 10 Remove Existing and Install PCC SF 385 l -ivq Curter per SPPWC vt�?. I Plan 1252-2. � 11 Install PCC Curb Ramp pEr EA 3 S^'PWC Std Plan 111 -4. L 00'17 v 12 Rernove Exlsting and Install 6- SF 3579 Inches Thick AC Pavement (C2 PG 64 -.101, ` 2 / y 13 Adjust Sewer /Storm Drain EA 2 Manhole to Grade d O d 14 Cold PJIII ; -Inch Existing Pavement SF 810 CBF -1 MG ENTERPRISES INC. 6072 ShMey Ave. T-r ,CA91358 BIDDER: TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ (j /> Lrn /errs'G 'rf i p° Dollar amount in written form O 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 hid ooening date, or untli n Contract forthe 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 thg Bid Prlce 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 ($ } 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 Cortract, 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, mvi vAl 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 :1nd certification required by the Contract. The undersigned z!ffPrs and acpees that if this bid is accepted, it will assign to the purchasing body all rights, title, end interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 0,3,.x. Sc 1151 or kinder 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 f!ir sale t!, the purchasing body pursuant to the bid. Such assignment shall be made and become effecliva at the tine the purchasing body tenders final payment to he Contractor. Bidder understarsas and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to ifio Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the pcmr on signing this Bi!l 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 awarl a C.ontrar,. to the lowest responsible and responsive bidder. CBF -2 MG ENTERPRISES INC. 8072 Shaley Ave. Tar na,CAS7388 BIDDER: 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 Gontract Documents. Addenda N". The Bidder undwrstands send agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or svnpiies 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 necessan,7 bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 MG ENTERPRISES INC. 9072 Shidey Ave. Tanana, CA91356 BIDDER: By: Signature 1 -A 6"o10 Type or Print Name eY T itle MG ENTERPRISES INC. Business Stre&Mjtft City, State and Zip Code s/P 2ell L707- Telephone Number Bidder's /Contractor's State of Incorporation: i O Z Q C�—/ Partner; or Joint VRnturers: Bidder's License Number(s): •-- � -W. __ r9 L a,( N©m&. 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 VentUrF•:r9. As further discussed in the Instructions to Bidders, Bidder will be require) to provide evidence that the person signing on behalf of the corporation, nartnershin or ioint venture has the authority to do sn_ CBF -4 MG ENTERPRISES INC. 0072 &hlrley Ave. BIDDER: TAM OA 01300 2.13 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 aboutthe 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 nne portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders tiaenty -four (24) additional hours afterthe 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. Sublettinry or subcontracting of am/ 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 Confrsctnr's total bid or ten thousand dollars ($10,000), whichever is greater, for which no spAbnontractOr was desigrunted in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 MG ENTERPRISES INC. 60 72 Sh de AvG- Tanana, CA 91358 BIDDER: 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies forwhich BIDDER has performed similar work within the past two (2) years: e C,0 / Name and Address offwner Name and iefephone .umber of person familiar with project / Ion- - -- - - ''oh C, , Contract amount Type of Work Date Completed 2. j�S GJ V, /r ,jii�4/ J4,11 cd9 Name ..d Adrl ss of Ouvner G �QI �LG- �i�i0 2 z to mr 1 c , Per of person familiar with project Conf.racf. amo sr, ., Type of Work Date Completed 3. �_ ed LL A K � Name a Addre�ner T Name and a hone number person fam ar with ro ec� P P PJ Contract amount ype of Work Date Completed 4. 67 w-d o v� 1✓ �s h�,l,�,� kra L A Name andAddreWof Owner T Name and telephone number of person familiar with project , / g Contract amount \ G✓ �� o � Gtv e. JG A^ l�l _ CBF -9 Name: Address: Name and i .r cn tion of Subcontractor Name: Address Description of Work to be Subcontracted CBF -8 ^ MG ENTERPRISES INC. Tarrenaa CA 91 35 e BIDDER: 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) rDuplicate Next 2 Pages it needed for listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted -V- All 0 / / Name: �Y7r i' 4t ,e ld� 7%.I Address (4 V. e n/a v1 � � 1' __ z GA 0 yJ C/1 Q14U7 Name an Locavrr Description of Work of Subcert ac[g to be Subcontracted Name: C f _ 6 6S C kw 'A L Address: 7 e L Name a nd Location Description of Wark of Subcontractor to be Subcontracted c� 1 Name: t, +r y Address: Name and L .ocafion Description of Work of Subcontractor to be Subcontracted Name: Address: Name and i .r cn tion of Subcontractor Name: Address Description of Work to be Subcontracted CBF -8 NO ENTERPRISES INC. 6072 Shidey Ave. BIDDER: Taaena, CA 91366 SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDER: NON - COLLUSION AFFIDAVIT MG ENTERPRISES INC. 6072 Sh91ey Am. Tarzana, CA 91356 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, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature Subscribed and sworn t This � day ofrZ r e ublic in and for e Stat California Me 2.0 1- 2 (Seal) My Commission Expires: y rl�7 - 2o l , 1 r SHANNON NINIO COMM. #1886242 m NOTARY PUBLIC -CALIFORNIA • LOS ANGELES COUNTY My Comm. Expires April 17, 2014 CBF - 11 Bidder BIDDER: MG Enterprises, Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Fortes. 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 property identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT MG Enterpris Inc. Principal, and Sure Tec Insurance as as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of 0 % of amoun k lv76 o i of a ) , being not less than ten percent (10 %) of the Total 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 SAFE ROUTE TO SCHOOL PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated June 20, 2 01 2 NOW, 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 materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract than 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 1 9th day of June 20 12 M G Enterprises, Inc. SureTec In rance (SEAL) (SEAL) Principal Sure Signature Signal ' David Nod e, Attorney in Fart CBF -6 IT613116171 11114Z Ir7 TIf41 " State of California County of Los Angeles ) JUN 19 2012 W, before me, Christopher John Rizzotti. Notary (insert name and title of the officer) personally appeared David Noddle 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. / CHRISTOPHER JOHN RIZZOTTI WITNESS y h nd and official seal. COMM. # 1874043 NOW PUBLIC • CA € I, ORNIA � . IN ANGELES COUM .+ Signature (Seal) POA #: 510010 SureTec Insurance Company LIMITED POWER OF ATTORNEY Know All Men by These Presents, That SURETEC INSURANCE COMPANY (the "Company "), a corporation duly organized and existing under the laws of the State of Texas, and having its principal office in Houston, Hams County, Texas, does by these presents make, constitute and appoint _ David Noddle 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 surety for: Five Million and 001100 Dollars ($5,000,000.00) and to bind the Company thereby as fully 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 Attomey -in -Fact may do in the premises. Said appointment shall continue in force until 1013112013 and is made 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 full power and authority to appoint any one or more suitable persons as Attormy(s) -in -Pact to represent and act for and on behalf of the Company subject to the following provisions: Auorney-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, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomey -in -Fact shall be binding upon the 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. (Adopted at a meeting held on 20 of April, 1999.) - In Witness Whereof, SURETEC INSURANCE COMPANY has caused these presents to be signed by its President, and its corporate seal to be hereto affixed this 3rd day of September, A.D. 2010. _ ( SURETEC INS E C ANY By: John I o Jr., resident State of Texas ss: ' T County of Harris On this 3rd day of September, A.D. 2010 before me personally came John Knox Jr., to me known, who, being by me duly swom, 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 the 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 his name thereto by like. order. JACQUELYN MALDONADO ✓' V '• Notary Public, State of Texas My Commission Expires - acq rely aldo ado, Notary Public - '•w pi�;,�` May 18, 2013 y comm Sion ex ' s May 18, 2013 I, M. Brent Beaty, Assistant Secretary of SURETEC INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Company, 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. JUN 19 2012 Given under my hand and the seal of said Company at Houston, Texas this day of , A.D. 1N- Brent Beaty, Assistant Secretary Any instrument Issued in excess of the penalty stated above Is totally void and without any validity. For verification of the authority of this power you may call (713) 812.0800 any business day between 8:00 am and 5:00 pm CST.