Loading...
PTM General EngineeringCITY OF ROSEMEAD SAFE ROUTE TO SCHOOL PROJECT CYCLE 9 `CONTRACT BID FORMS BIDDER: PTM General Engineering Serv Inc. SECTION 9 - BID SCHEDULE CBF -0 BIDDER: PTM General Engineering Serv Inc. BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROJECT a CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 specifications. 1 '66 — / �-7 2L)— ` 1 2 Traffic Signal Modification per Plans and Specifications LS 1 b �(�` r\ JJ q ©— 3 Furnish and Install Solar In -Road EA 5 ? � r Pavement Lighting System r� , Complete per Plans and Specifications. 5 Locations with a n gggw _ _ Total of 50 In -road Pavement Lights. 4 Furnish and Install Solar Speed EA 6 Feedback Sign System Complete p er Plans and Specifications. 5 Furnish and Install Signing and LS 1 gK Striping per Plans and z Specifications. 6 Furnish and Install Pedestrian EA 128 p Count Down Heads Complete per � nc,)A Plans and S ecifications. 7 Remove Existing and Install 4- SF 6,525 gM Inches Thick PCC Sidewalk per �l (� L 2 �7 �/ IJ SPPWC Std. Plan 113 -2. See ps b /� Appendix "A" per Locations. 8 Remove Existing and Install 6- LF 110 Inches PCC Curb and 24- Inches PCC Gutter per SPPWC Std. Plan ��, ✓ L q� 120 -2. 9 Remove Existing and Install 8- LF 270 ligo Inches PCC Curb and 24- Inches PCC Gutter per SPPWC Std. Plan ^ U / 71) p p — 120 -2. G f 10 Remove Existing and Install PCC SF 385 Cross Gutter per SPPWC Std. �5 f Plan 1252 -2. 11 Install PCC Curb Ramp per EA 3 r � SPPWC Std Plan 111-4. J`1 12 Remove Existing and Install 6 SF 3579 Inches Thick AC Pavement (C2 �g 2f _v5,g PG 64-10). J�CJ 13 Adjust Sewer /Storm Drain Manhole to Grade EA 2 2-1 d� 14 Cold Mill 1 -Inch Existing Pavement SF 810 S _72(,,s a CBF -1 BIDDER: PTM General Engineering Servi Inc. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ ( Q Ll5 f _ �f w Dollar amount in written form" v 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 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 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 bid bond Dollars ($ io% 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 Ownerwithin 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 -2 BIDDER: PTM General Engineering Servic Inc. 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. None (per Ericka Hernandez on 6/19/12 at 10:45am) 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 BIDDER: PTM General Engineering Servic Inc. By: ft'nature 5942 Acorn Street Business Street Address Brian Mendoza Type or Print Name Vice President /Secretary Title Riverside, CA 92504 City, State and Zip Code 951 -710 -1000 Telephone Number Bidder's /Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): 891265 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.loint venture has the authority to do so. CBF -4 BIDDER: PTM General Engineering Service Inc. SECTION 2 BID DATA FORMS CBF -5 BIDDER'. PTM GEN ERAL ENGINEERING SERVICES 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 necessaryto 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: THAT PTM GENERAL ENGINEERING SERVICES, INC. as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID DOLLARS ($ 10% ) , 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 asset forth in the Notice Inviting Bids and accompanying Bid Documents, dated ` / �,A io- 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, 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 15TH day of JUNE 2012 PTM GENERAL ENGINEERING INTERNATIONAL FIDELITY SERVICES, INC. (SEAL) Principal By: l c(oYw By: Slg ture OeLt INSURANCE Surety Signature FAKIt VEGA, ATTORNEY -in -FACT 1*011K:7 Ter (97- 3)Ga_a -7200 POWER OF ATTORNE INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEVV JERSEY 0710^_ -5207 [WOW ALL MEN BY THESE PRESENTS: That INTERNATIONAL FIDELITY INSURANCE COMPANY , a corporation organi_eri and existin uncle the laws of the Stale of Ne Jersey, and ALLEGHENY CASUALTY COMPANY a corporation organized and eNiSling under the bras of Iha Shia of Pennnysylvania, having their principal office in [he City of Newark, New Jersey, do hereby constitute and appoint KEVIN E. VEGA, BRITTON CHRISTIANSEN, MYRNA SMITH, PHILIP E, VEGA Covina, CA. _.__.... _- --- -- - - -..— -- --- - -- -- - -- ------ . ..__- .- ...... . . .. . . ..... their U ue and lawful allot ney(s) -rn fact to execu le, seal and deliver for and on its behalf as surely, any and all bonds and uncle) takings, court acts of indemnity and 011ie writings obligatory rn the nature thereof, which are or may be allowed, required or permitted by law, statute rule, [a oration, contract or otherwise, and the execullon of such instrunlenl(s in pursuance of these presents, shall be as binding upon the said INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUMY COMPANY, as fully and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by their r'egolady elected officers at their principal offices. This Power of Allorney is executed, and ma be revoked, pursuant to and 6 authority of the By -Laws of INTERNATIONAL FIDELITY INSURANCE_ COMPANY and ALLEGHENY CASUALTY COMPANY and is granted under and by authority of the following resolution adopted by [))a Beat of Oil octors of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 201h day of July, 20% and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a nleeling duly held on the 151h day of August, 2000: 'RESOLVED, that (1) the Piesidenl, Vice Piesidenl. or Secretary of the Corporation shall have the power to appoint, and to ievalte the appoinhnents of, Attorneys -in -Fact or acgenls with power and authorityy as defined or limited to their respective powers of allorneyy, and [o execute on behalf of the Corporation and affix the Corporation's seal Ihcrclo, bonds, undei Makings, recognizances, contracts of indemnity and olll WI'I[tell ohtfnatimlSill the ne till "Li! thereof or related [her'elo; and (2) any such Officers of the Corporation may appoint and revoke [he appointments ofjoint- control custodians, agents for arceplanre of process, and Attorneyys -in -feel with authority to execute waivers and consents on behalf of Ile Corporation; and (0) the signelure al' arty such Officer of the Corporation and the Corpomf ort s seal may be affxecl by facsimile to any power of attorney or ccrlihcalic given (or the execution of any bond, undr-,Nalking, ocognizance, contract of inclemnity of ollim w1iLen oblig ation in [he natcue thereof or related Ihcrclo, such signelure and seals when so used whether hereloforr_ or hereaflel', being hereby adopted by the CutIi�oration as the original signature of such officer and the at loinat seal or the Corporation, to he valid and binding upon the Corporation will the same force and effecl as though manually affixed." IN WITNE=SS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed an alleslcrl these presents on [his '1211h clay or March, 2012. SIAfE OF NEW JERSEY County of Essex ROBERT W. MINSTER Executive Vice Presir.IcnllCllief Opm'ating Officer (International Fidelity Insurance Company) and Pre.siden[ (Allegheny Casi.rally Company) On this 1211: day of March 2012, before me came [tic individual whn executed [tic preceding instrument, to me pal suit rally known, and, being by nv; duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUAL FY COMPANY ; that the seals affixed to said instrument are the Corporate Seals of said Companies; that the sairl Corporals Seals and his ;ignaluR; were Judy affixed by order of [he Boards of Directors of said Companies. ........ IN TESTIMONY WHEREOF, I have hercunln SO( no hand affixed my Official Seal, at the City of Newadr, New Jersey [tic clay and year fnst above miller. +„ A NOTARY PUBLIC OF NEW JERSEY �4 ,� My Commission Expires Mar. 27. 20'14 "" " ^ " ' r CERTIFICATION I, the undersignod Officer of IN fERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHEN`! CASUALTY COMPANY do hereby cerlify lllal I (lave r omparcd the. Iorrgoing rrpy of the Power of Ahorney and affidavit, and II'le copy of the S'ecrons of the By -Laws of swirl Companies a:; sc1 lorlh in S:;rid o�acr e( Attorney, with the originals on fill. in [he home office of said companies, and Ulal the same are correct [conscripts Ihcre of, and of Illy; vrfrolo of Illc said originals, and Thal Ihr- said Power of Attorney has rlol been revoked and is now in full force and effect. IN FESTIMON`( WHEREOF, I have hereunto set my hand this 15TH day of ,JUNE, 2012 MARIA BRANCO, As sx and Secretary CALIFORNIA ALL-PURPOSE ACKNOWLE : 14. �GcaY ,.�.5� <�A�,.%�Y:2S;1C.�',1<� .��..1 yaC:iGV,•�.� 1a<,�Crr�G^1 �� �g s : �v.�C.�.,ss> r',a�iS.:T .: rv✓aM, a! State of California County of Los Angeles JUN 14 201 On before me, Monica Blaisdell Notary Public Data Here Insert Name antl Title of the (Ifficer personally appeared Philip Ve MONICA BLAISDELL Commission # 1970845 a Notary Public - California z = Orange County My Comm. Expires Mar 26, 2016 who proved to me on the basis of satisfactory evidence to be the person() whose name(a) is/tdiv subscribed to the within instrument and acknowledged to me that he/*1jettf awxecuted the same in hi4 authorized capacity&i , and that by hisWNxk signature(s) on the instrument the person), or the entity upon behalf of which the person) 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. Place Notary Seal Above Signature Signawre of Notary Public All Purpose Acknowledgement Stateof California County of Riverside On b (M y , before me, (date) personally appeared, Brian Mendoza Elizabeth H. M. McRae (notary) (signers) ❑ personally known to me — OR — [ proved to me on the basis of satisfactory evidence to be the person(A whose name(oiskvne subscribed to the within instrument and acknowledged to me that he /she9ttbag executed the same in his1hx IMv authorized ELIZABETH H. M. MCRAE capacity a that by his/hUrM iek signature(,) on the N com # 1910816 instrument the a on or the entity upon behalf of NOTARY PUBLIC-CALWORNIA Y P RIVERSIDE COUNTY which trSMynjd (s) acted, executed the instrument My Com EXP. OCT. ZB, 201 WITNE and official seal (seal) (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document CAPACITY CLAIMED BY SIGNER (PRINCIPAL) DESCRIPTION OF-ATTACHED DOCUMENT ❑ Individual ❑ Corporation Officer Title or Type of Document title(s) ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian /Conservator ❑ Other: Number of Pages Date of Document Other SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) Right Thumbprint of Signer (if required) CERTIFICATE OF CORPORATE RESOLUTION I Brian Mendoza Secretary of PTM General Engineering Services Inc. (Corporation) do hereby certify that at a duly constitutes( meeting of the Stockholders and Directors of the Corporation held at the office of the Corporation on December 30 , 2007 (year), it was upon motion duly made and seconded, that it be VOTED: Elizabeth H. Mendoza de McRae, President /CFO ..... OR.... Brian Mendoza, Vice President /Secretary Authorized to sign & execute contracts and submit bids with either one of the corporate officer's signatures. It was upon further motion made and seconded that it be further VOTED: That Elizabeth H. Mendoza de McRae, President /CFO ..... OR.... Brian Mendoza, Vice President /Secretary in the capacity as of the Corporation is empowered, authorized and directed to execute, deliver and accept any and all documents and undertake all acts reasonably required or incidental to accomplish the foregoing vote, all on such terms and conditions as he in his discretion deems to be in the best interests of the Corporation. I further certify that the foregoing votes are in full force this date without rescission, modification or amendment. Signed this ( 9 fk day of z�&LA-L , jo( (year). A TRUE RECORD ATTEST (Corporate Seal) Brian Mendoza cretary/Clerk Vice President /Secretary 53 BIDDERYTM General Engineering Service Inc. 22 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 (greaterthan 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. CBF -7 BIDDER: PTM General Engineering Seivic Inc. 2,B LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next Pages If needed for Ilsgng additional subcontraotors."] Name and Location Description of Work of Subcontractor to be Subcontracted s � — �QVIC.rf -ems I CT & T Construction Inc. 6P Name: - 324 S. Diamond Bar Blvd. PMB 275, Diamond Bar, 91765 Address: License No. 868434 Exp 11- 30 -11, Class C12 & C8 Tel: 909) 396 -8453 Fax: 909) 396 -0522 Name and Location Description of Work of Subcontractor to be Su Cl risp Company P.O. Box I , A 0 ,,vn Name: 1368, Fremont, CA 94538 Address: License No. 374600, Class A, C13 &C32 Tel: 909) 746 -0356 Fax. 909) 820 -1311 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: BIDDER: PTM General Engineering Service Inc. 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: City of National City, 1234 National City Blvd., National City, CA 91950 Name and Address Mr. Stephen Maoganiello, Tel: 619 - 336 -4380 Name and telephone number of person fan $594,536.17 Safe Routes to School Project 1/2010 Contract amount Type of Work Date Completed 2. City of Anaheim, 200 S. Anaheim Blvd., CA 92807 Name and Address of Owner Mr. Heimberger, Tel: 714 - 765 -5178 Name and telephone number of person familiar with project $318,318 Pioneer Park Security Ltg. ADA Access & Play Ground Imp. 6/2010 Contract amount Type of Work Date Completed 3 City of Santa Ana, 20 Civic Center Plaza, San Ana, CA 92701 Name and Address of Owner Mr_ Edward Torres, Tel: 714 -647 -5018 Name and telephone number of person familiar with project $118,852 System Detection 4/2010 Contract amount Type of Work Date Completed 4. City of Tustin, 300 Centennial Way, Tustin, CA 92780 Name and Address of Owner Mr. Eric Johnson, Tel: 714 -573 -3320 Name and telephone number of person familiar with project Mitchell Ave /UTT Dr. Pedestri Enh anc e ment 11/2011 amount I ype of Work CBF -9 Brian Mendota P.O. Box 7746 Riverside, CA 926W745 ftdi bjdsu@phbeug. • Call 981,721,67SS Chief Estimator and Supervisor of Outside Operation$ Supervisor of outslde operations with over 18 years of cgedeneo, Mectriolan with over 20 years of axpedcaoe. An alfbetive comratmicator and team leader; oWedeatced In coordinating and execu ft largoand pata3d ptnjeets. CARM EXP1EWCE Freeway FlectrlCJPTM General ftlueerang guTlaes, Inc, RlverAde, CA, 064006 to Date Chief Estlmator /Supervisor of ()inside Operations In charge of managing the estimating department and finalizing bid packages, coordinating the beginning phase of an awarded project between the eouTany and agency. Project submlttals, contract review. Coordinated and managed crews Califbmia region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic sigaals, and road improvements, Maintalned coordination Freeway $Ieetdc/PTlvi Qeneral Engineering and subcontractor, and project owners. In chsige of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and egaipatentpurohase and rentals. Btgh Light Fdeotrle IncJPete & $ons Construction Inc. Riverside, CA 10196 to 06/2006 ChlafEetlnrator In Charge of managing the 06timatiug department and finalizing bid packages. Coordinating the bc&*g Phase of an awarded project between the company and agency or prime Contractor. Project submittals, contract review. Successfully bid on projects totaling $12 million with an ` avt>aage spread 645. Ares Supervisor Coafdineted-and managed 40 Crewe consisting of 6 members per team In the souibem California radon; bandied various alzod prgreots ranging in size from $1,000 to $4.5 million dealing with dry 1111166 wet OWN, 4aJEo alga* and road improvemems. Maintained 000rdlnadon between High Light Electri be and subcontractor, general eonaaotor and project owners, In ohMe of handling project's adminietradve wmiq monthly gross estimates, pnJeot progress sahedala, inatertals requisitions, Contract change ordernegadadons and egwipmentpurchase and rentals, Conflnued,,. BRL1N MODOZA • Page 2 CARURIXPIRMNC& CONI=sl) MBE Lleetrls Ina In ltivereldq CA 1011998. 1011996 Vice President and Head of Outdde Operations Managed outside operations for all projects rnnghig in size fiiorn $1 to $2,5 milli OIL Headed an around the clock electric crew and. coordinated with CC Mayes to repair the I -10 Santa roman Freeway After it collapsed during the 1994 Northridge Earthquake to complete the !lust paced project in 66 days. Maintain coordination between WE Bleetrio and subcontractors, goneral contractor and project owners; implemented and enforced safely guidelines. Handled administrative wodG monthly progress estimates, materlal requisitions, contract change order negotiations. Vasco Corporation in Has Fernando, CA 1011987. 0611998 Foreman (Part Time) Managed day to day operations of work crews and various projects ranging in size firm $1,000 to $5,000 in Eastern Los Angeles County; hafGc signals, atreetlighting, signal interconnect, Raymor Electrla In Rosemead, CA 06/1986. 10/]987 Crew Leader (Part Time) 1n charge ofwcrk crew on projects ranging from $25,000 to $250,000 through out Los Angeles County, WORKSKILLS • Cspable of opera8sg heavy' equipment such as skip loaders, oranos, and baekhoes; + 1 1 01 04-01 , Mail= with bed tools and power tools; + Capablo of amsedns lkst paced sad W$h profdo pmjeots; . + Ap ofi6otive commonloator and !seder; EDUCA77ON • Intornatlonal B,rothoulwod of BJaotdoal Workers Comple<ad ttalatngooureo (!988.1989) In'slroat !!goring and ttafillc etguel haetellstlone, code entbroamt and blue print reading, • south data High school R6001Ypd High School diploma in 1988 BRIAN MENDOZA • Page 3 CAMIR Exe>aRl>rr O COIY17MIn '1 1 I. '11(':11'• • Intemadonal Brotherhood of Bleotdoal Workm (IBB1Ti') • National Bleotrioal Contractors Assooiadon OEM) ACCREDITATION • IBBW- Journeyman Wheman; CSLB.Blootdoal Contractors; Certified Trench Safety CoozdingtOr. • Wah (Native) • Spanish (Fluent) LANGUAGES AWARD RECEIVED • Recipient of the U.S. Small Business ,, Young Entrepreneur of the yW Award in. 1996, nationally. • Recipient of the CcrUcate of Recognition by die City of Los Angeles for "Small Business" in 1997. • Recipient of the Certificate of Recognition by the City of Riverside for "Small Business" in 1997. • Recipient of the CcrUcate of Recognition by the State Assembly, Assemblyman Mr. Rod Pacheco, for the-'lop 500 Inland Empire Small Business" in 1997. • Ranked among the "Top 500 Inland Empire MVanio owned Companies" since 1997, • Certification ofAppreolation for ourpartiolpation and maxitnizatlon in the "Century Freeway Affirmative Action" by CFAAC. PROFESSIONAL AND PERSONAL REFERENCES Caltrans project #07. 1274114 (Sleotdool oontraot amount 50 mlllion) Projeot aompletad in 2005 Desorlptlon ofpmjeot: Installation of traffic signals, ramps metering, sign flhm ation, Highway Iighdng, fiber optlo oommunloatlon, and eleotdoal irdgatlon along the 1.10 Freeway in Los Angeles County. • Doug Dwason- Projeotbf anager for pdmocondnotor ,BalfcurBeatty Cell (949)2323276 and Offioe (909)397 -8040 • PattyQ 4lv4t- Raddent8ng) ca,OfHoo(909)594.4270 I Veronioa Ross- Motdoal Ltspeotor. Cell (714)606'6311 II BIarAN AUNDOZA • Page 4 CAMI NVE1t1IDNCID CONTINUED City of Bedlauds Contract #208300.72304!41008 (Electrical contraot amount is $218,800) Projoot completed In 2003 Description ofprojeot: Installation of traffic signals, modiffcadon of ramp metering, lighting Md sign ilIUMIMtion, BfU Hensley- Seador Civil Engineer- Office (909)998.7586 ext 2 Juan 0lvem- Ptg1'ect Manager for general contractor, H &H Conahuctlon Cell (951)453 -7712 and Office (909)473- 7331. Caltrausproject#08.456M) FJectrloal contract amount is $938,238) Prof eot completed In 2005 Description ofpmJeod Iastalladon of lighting system along the I -5 Freeway in San Bernardino County. "Gary Vogel -Project Manager foam prime contraotor, Gtranito Construction Cell: (661)549 -3953 and Office (661)726 -4447 Sanbag Projects, Segment 1, 2, 3, early segment 9, segment 9, and alder Ave. (Total elcchical contract amount was $3.2 million) Project completed in 2004. Description ofprojects: Installation of traffic signals, ramp metering, sign inumination,' highway fighting, fiber optic communication, and electrical irrigation along the I.10 Freeway la San Bernardino County. • Harold Lantis- Sanbag Contract Manager- Cell (760)802 -7730 and Office .(909)875-8029 ext 213, • Tim Hanable -Caltr m Inspector- Cell (951)712 -0021 • AI Ortega- Project Manager fbr prime contractor, Yeager Shanslra- Cell (714)240- 5333. City of Indio Project #ST0137 (Electrical contract amount was $1.4 million) Project oomploted In 2005 Desadoon of project; dnslalladon of street. lighting system, frame signals, electdoal frdgadon, and dry utilltles. • Gary Baxter-Arm- Manager for prime contractor, Yeager Shartaka ConstrucHon- Cell (909).721.9749 and Mee (760)343.5472 • Tommy Yovug- Project Manager for pdma contrmotor- Coil (951)232.6618 and Office (760)343 -5472 • Mathieu Sepehd -City Engineer- Cog (760)250.2201 Additional Professional Wermoesi • Ue Nerds- Celhane Inepeotop Cell (951)189 -0047 • Ray Poke- Caltrana area ouperviaor• can (909)799.0646 BIDDER: PTM General Enginecrurg Service Inc. SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDER: PTM General Engineering Service Inc. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says 'Chat he cr 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. 0 Signature Brian Mendoza Typed or Printed Name Vice President/Secretary Title PTM General Engineering Service Inc. Bidder Subscribed and sworn before me This 1 day of June , 20 12 ( — (Seal) Notary Public in and for the State of California My Commission Expires: 119 1Z`t 120 CBF - 11 All Purpose Acknowledgement State of California Gountyof Riverside On before me, Elizabeth H. M. McRae (date) - (notary) personally appeared, Brian Mendoza (signers) ❑ personally known to me — OR — [3 proved to me on the basis of satisfactory evidence to be the person (30 whose name(* istm3ssubscribed to the within instrument and acknowledged to me that H. M. MCRAE helshe$t" executed the same in hls/�wAh_i lr authorized N 2 EtI C ZAB M E M TH 49 110816 capacity( c�g�r a that by histhUrMteR signature( on the NOTARY PUBLIC- CALIFORNIA N instrument the rsonW or the entity upon behalf of RIVERSIDE COUNTY MY Comm. Exp. OCT. 29, 2014 which the perk n(s) acted, executed the instrument WITNES y d Ind official seal (seal) (notary signature) OPTIONAL INFORMATION The information below is not required by law. However, it could prevent fraudulent attachment of this acknowledgement to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ Individual ❑ Corporation Officer title(s) ❑ Partner(s) ❑ Attorney -In -Fact ' ❑ Trustee(s) ❑ Guardian /Conservator ❑ Other: SIGNER IS REPRESENTING: Name of Person(s) OR Entity(ies) DESCRIPTION OF- ATTACHED DOCUMENT Title or Type of Document Number of Pages Date of Document Other Right Thumbprint � I of Signer (if required) BIDDER: PTM General Engin eering S e rv ice Inc. CONTRACT BID FORMS TABLE OF CONTENTS a SECTION BID SCHEDULE ................................. ............................... SECTION 2 BID DATA FORMS ............................. ............................... 2.A BID BOND .......................................... ............................... 2.13 LIST OF PROPOSED SUBCONTRACTORS ................... SECTION 3 NON - COLLUSION AFFIDAVIT .......... ............................... .................... 1 .... I., ..... I....... 5 .................... 6 .................... 7 .................. 10 CBF -12 BIDDER: PTM General Engiuecring Servi Inc,