Loading...
Bithell, Inc.BIDDER: Bithell, Inc CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....................................................................... ............................... 1 SECTION 2 BID DATA FORMS ................................................................... ............................... 5 2.A BID BOND ................................................................................. ............................... 6 2.B LIST OF PROPOSED SUBCONTRACTORS .......................... ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT .............................................. ............................... 10 I I I �7 J BIDDER: Bi[hell, Inc SECTION 1 - BID SCHEDULE CBF -1 BIDDER: Bithell, Inc BID SCHEDULE SCHEDULE OF PRICES FOR TRAFFIC SIGNAL PAINTING PROJECT PROJECT No. 21017 BASE BID SCHEDULE 1 Mobilization and Traffic Control. LS 1 $27,328.00 2 Wash existing poles, mast arms, visors, heads, Ped $5,000.00 heads, traffic cabinets, service cabinet and miscellaneous using Metal Cleaning by Dunn Edwards or approved equal. LS 1 3 Primer existing poles, mast arms, visors, heads, Ped $21,287.00 heads, traffic cabinets, service cabinet and miscellaneous using product GAPR00 -1 -WH by Dunn Edwards or approved equal. LS 1 4 Paint existing poles, mast arms, visors, heads, Ped $24,740.00 heads, traffic cabinets, service cabinet and miscellaneous Metallic Black Gloss 1OA -187 by Dunn Edwards or approved equal. LS 1 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 78, 355.00 Seventy -Eight Thousand Three Hundred Fifty -Five Dollars Dollar amount in written form . Contractor shall verify quantity of poles, cabinets, etc. for bid submittal. See appendix for location map and traffic signal plans. 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. CBF -2 BIDDER: Bithell, Inc I 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 *See Below Dollars ($7,835.H 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. * Seven Thousand Eight Hundred Thirty -Five Dollars. ' 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 tdocumentation 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 Bidders 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. 1 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 1 addenda to the Contract Documents. Addenda Nos. I, 2 I CBF -3 Bithell, Inc CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No. 1 TRAFFIC SIGNAL PAINTING PROJECT PROJECT No. 21017 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. The successful bidder shall have SIXTY (60) calendar days to complete the work. The Addendum No. 1 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF — 3 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: August 14, 2014 - By /�---- Rafael M. Fajardo Associate Civil Engineer Acknowledgement: Bithell, Inc Bidder: 1 T�✓C' y� Title: President Date: 8/26/14 Page I of I MAYOR: XI C�" Rp P, Low of .7G/ILea NIAI OR PRO TEN: WL,u,v A,..O 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91920 COUNCO, MEMBERS: +eyo„2„� TELEPHONE(626) 569 -2100 S...,ARNFATA MABGM61 CIARA FAX (626) 307 -9218 STEVeu I.Y CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No. 1 TRAFFIC SIGNAL PAINTING PROJECT PROJECT No. 21017 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. The successful bidder shall have SIXTY (60) calendar days to complete the work. The Addendum No. 1 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF — 3 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: August 14, 2014 - By /�---- Rafael M. Fajardo Associate Civil Engineer Acknowledgement: Bithell, Inc Bidder: 1 T�✓C' y� Title: President Date: 8/26/14 Page I of I 08/20/2014 09:31 FAX 2001/001 Bithell, Ire City of Rps4 a ` MATOB MAYORPROTEM:TF M.v TCU 8838 E. VALLEY BOULEVARD P.O BOX 399 COUNCIL MEMBERS: ROSEMEAD, CALIFORNIA 91770 S.AR A TELEPHONE (626) 569-2100 Siev LY FAX(626)307 -9218 POLLYLOw CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No. 2 TRAFFIC SIGNAL PAINTING PROJECT PROJECT No. 21017 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. Bidder shall have a Class "A" License in good standing at the time bids are received; or Bidder may have either a Class "B" or Class "C -33" License provided that they designate a traffic control subcontractor with a Class "C -31" License and all licenses are in good standing at the time bids are received. The Addendum No. 2 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 2 must be signed, acknowledge on Page CBF — 3 of the Contract Bid Forms of the Specifications and submitted along with the Bidders Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: August 20, 2014 By / , Rafael M. Fajardo Associate Civil Engineer Acknowledgement: _ Bidder: Bithell, Inc Title: President Date: 8/26/14 Page 1 of 1 BIDDER: Bithell, Inc 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. By: 1004 E Edna Place Sign �dre Business Street Address C..,H.., rn ol]9L Gordon L Bith 11 - - Type or Print Name City, State and Zip Code President 626 331 2292 — Title Telephone Number Bidder's/Contractoes State of Incorporation: California Partners or Joint Venturers: iBidders License Number (s): 929174 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. I I CBF -4 r BIDDER: Bi[hell, Inc ■ SECTION 2 BID DATA FORMS CBF -5 BIDDER - Bithell, 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 am necessary to adequately provide the information required. Bidder shall ensure that every page of As Bid Data Forms are property identified with the Bidders name and page number. 2A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Bithell, Inc. as Principal, and U-2- Sp c' lty Insurance Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of ten percent of the amount bid -------------------- ________________ __________________________ --------------------- _____________ in DOLLARS ($ 10% 1, being not less than ten percent (f 0 %) of the Total Bid Price; forthe 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 Traffic Signal painting Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated August 27 2019 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 attomeys' fees to be fixed by the court. SIGNED AND SEALED, this 27th dayof August 20 14 U.S. Specialty B ithell r -.Inc. (SEAL) Insurance Company (SEAL) Principal j Surety By: Orl ' �X G 1p�B1 lure Signature Blake A Pfister, Attorney -in -fact CBF -6 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California 1 County of Orange Jl OnAugust 20,2014 before me, Li anne No ina, Notary Public oar. Ra,a maan Name a rl T11, m 11 cifi a, personally appeared Blake A. Pfister crva CODE g 1189 who proved to me on the basis of satisfactory evidence to be the person($ whose name(s) is /i subscribed to the within instrument and acknowledged N_ AN�`N °, ^-^- - -; to me that he /�iW� executed the same in `_,')I OMM1 N his/IlExii k authorized capacity"", and that by 1y y L Itr his /h19sYblr signature(s) on the instrument the n urt ..urn: person(r), or the entity upon behalf of which the personio 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. Signatur2� la ('Xil'Se4e1. Glace NoUry seL FWv. sig^awra of No arY Poeuc OPTIONAL Though the information below is net required by law, it may prove avaluable to persons relying on the doormena and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document Title or Type of Document: Bid Bond 11- 439 -004 _ Document Date: August 27, 2014 Number of Pages:._1.__ Signers) Other Than Named Above. None Capacity(ies) Claimed by Signer(s) Signer's Name: B l ake A. Pfister - Corporate Officer - Tole(s): Individual Banner — _— Limited —. General ron onn„mb Here X Attorney in Fact Trustee - Guardian or Conservator - Other: I Signer Is Representing: U.S.Sp ecial tyIn arurance ormrrany Signer's Name'. —. Corporate Officer — Title(s): _ - Individual - Partner — - Limited - General Too of mumb Here _= Attorney in Fact C Trustee Guardian or Conservator Other: Signer Is Representing: A, 2010 National Norary Assro,fior1-Nall— alrut, Org 1 800 US NOTARY U 800 8827) Ile. RIO, POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW AI.L MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a Cali forma corporation, United Slates Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies "), do by these presents make, constitute and appoint: Blake A. Pfister of Dana Point, California its true and lawful Attomey(s) -in -fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, reeogriL nces, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed • " One Million---- Dollars IS "L000,000.00•' ). This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors ofthc Companies: Be it Resolved, that the Presider. any Vice- President, any Assistant Vice I've,dem, any Seed m, or any Assonant Seemed, shall be and is hereby vested with Full power and authority to appoint any one or more suitable penun, as Atmmeyfs}In +act to represent end act for and oa beheRof the Company subject to me following pro ime, Ace,rm in-Fnet may be ,,,a an ry,—,and authority forend in the name ofand on behalfofthe Company, to execute, acknowledge and deliver, any and all bonds, magniesnws, encrads, x,marneuts or indemnity and other emMivonal or caucus, undertakings, including anv and all consents for the release of roomed percentages and/or final estimates on engmeming and constmetion contracts, and any and all notices and docum id, canceling or munlneting the Company s liability thereunder, .,it any such insuaments so excered by any such Aunmey -in Fall shall be binding upon the Company as if signed by the President end sealed and effected by the Corotate Neches,, Se tt Resolved, that the signature of any amhodxd officer and seal of the Company moderate or hereafter affixed to any power of anome)-or any cenif,cate relating thereto by facsimile, and any power of aaome,v or cenifieam bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond ormMenaklne to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 10th day of December, 2012_ AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals e rz We Daniel P. A uilay Vice President Slate of California „' ^" County of Los Angeles SS: On IOth day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, United States Surety Company and U.S. Specially Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instmmem the person(s), or the entity upon behalf of which the persons) 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 an d official seal. r v a�wr cw.w•o,nsrn Signature i (Seal).r-eMnR' _ - Ln MMnCMr 4 temn.F 'r »en 1.1016 1, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, United Slates Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a one and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this 7th day of August 2014. Corporate Seals say Bond No. 11-439-064 Jeannie Lee, ssistant Seeretary 'a Agency No. 3074 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 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. 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. CBF -7 BIDDER: Bithell, Inc 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) I^oVN NW 2 Papas pae M br Ilsft a final suDronea ton.'j Name and Location Description of Work of Subcontractor to be Subcontracted Name: Pacific Traffic Control Traffic Control Address: 1481 E. 4th Street, L.A., Ca. 90033 Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address Name and Location of Subcontractor Name: Address: CBF -8 Description of Work to be Subcontracted Description of Work to be Subcontracted Description of Work to be Subcontracted Description of Work to be Subcontracted BIDDER: Bithell, Inc 2.0 REFERENCES 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. City of Orange Public Works - 637 W Struck Ave, Orange CA 92867 Name and Address of Owner Chris LaFace 714 532 6426 Name and telephone number of person familiar with project $15.000.00 Cnatin P, Traffic Cabinets ]„ne F 2014 Contract amount Type of Work Date Completed 2. _ 111v9 C.ia, L Y , D Reim CA 97629 Nme and . Addaess of .Ower Mathew Sinacori 949 248 3574 Name and telephone number of person familiar with project Open P.O. Coating Traffic Cabinets Onloinc Contract amount Type of Work Date Completed 3 City of Los Angeles B S L Name and Address of Owner Francis Akpanoken Fax: 213 847 1850 Name and telephone number of person familiar with project $16.950.00 Paint Signal Pnles dune 2010 Contract amount Type of Work Date Completed 4. Torrance Unified School District Name and Address of Owner R d M El Johnson Name and telephone number of person familiar with project $17,370.00 Paint Light Poles March 2010 Contract amount Type of Work Date Completed CBF -9 BIDDER: Bithell, Inc SECTION 3 i NON - COLLUSION AFFIDAVIT CBF - 10 BIDDER: Bithell, Inc NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being f rst duly _ sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, thatthe 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. Signa re ordon L Bithell Typed or Printed Name President Title Bithell, Inc Bidder Subscribed and sworn before me This 26thday of August —.20 14 (Seal) KaCi# Earl - Notary Public Notary Public in and for the State of California NrTiWm t atuy P bn ♦ all" 1 NoLm Anon - CmMMa My Commission Expires: /.2•.� 9.20/5 c,EgMtl o.ze tats CBF - 11