Loading...
PTM General Engineering ServicesCITY OF ROSEMEAD TRAFFIC SIGNAL PAINTING PROJECT PROJECT No. 21017 is i. BIDDER PTM General Engineering Services Inc CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....................................................................... ............................... 1 SECTION2 BID DATA FORMS ................................................................... ............................... 5 2.A BID BOND ................................................................................. ............................... 6 23 LIST OF PROPOSED SUBCONTRACTORS .......................... ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT .............................................. ............................... 10 ii f is i I =.I I is BIDDER:PTM General Engineering Services Inc. i rr IS i 1 c ij E I" r' SECTION 1- BID SCHEDULE] i3 I` CBF -1 Ik r. ii , I, I. t, ' -I BIDDER: P I'M General Engineering Services Inc. BID SCHEDULE SCHEDULE OF PRICES FOR TRAFFIC SIGNAL PAINTING PROJECT PROJECT No. 21017 BASE BID SCHEDULE 1 Mobilization and Traffic ?121 00 y721- o0 Control. LS 1 2 Wash existing poles, mast arms, visors, heads, Ped heads, traffic c�aabinets, service cabin7and miscellaneous using Metal 4�OLO -0 Cleaning by Dunn Edwards `A:�000 C 0 or approved equal. LS 1 3 Primer existing poles, mast arms, visors, heads, Ped 7�br-0o 00 y900o 06 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 17cY'O heads, traffic cabinets, X60 x no service cabin and miscellaneous etallic Black Gloss 10A -187 by Dunn Edwards or approved equal. I LS I 1 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ i l Z\ 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 dght to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 32.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. CBF -2 BIDDER:pTM General Engineering Services Inc. j r 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 r r r ANemate 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 i cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and f I ¢ 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. r * Attached hereto is a certified check, a cashier's check or a bid bond in the amount of bidder's bond Dollars ($10 %bidder �) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersign grees 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 I - the Contract, and will deliver to the (Tuner within that same period the necessary original Certificates of Insurance of Insurance, Performance Bond, Payment Bond and all other I1 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 4 I - 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 { I' satisfactory to the Owner of Bidders California contractor's license(s) in good standing; (2) evidence 1 that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder 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. I` I' f- CBF -3 jBIDDER: PTM General Engineering Services Inc. f The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and —i equipment or supplies necessary to complete the Work as described in the Bid Documents. Ifthis 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. li By; 5942 Acorn Street Signature Business Street Address Elizabeth H. Mendoza de McRae Riverside, CA 92504 Type or Print Name City, Slate and Zip Code I ` President/ CFO 951.710.1000 ((p Title Telephone Number l I . Bidder's/Contractor's State of Incorporation: California ' • Partners or Joint Venturers: I' L. Bidder's Ucense Number (s): 891265 NOTES: i 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 Slate 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. ti As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, i ; partnership or joint venture has the authority to do so. CERTIFICATE OF CORPORATE RESOLUTION Brian Mendoza ,Secretaryof PTM General Engineering Services Inc. (Corporation) do hereby certify that at a duly constituted meeting of the Stockholders and Directors of the Corporation held at the office of the Corporation on December 30 , 2007 (y.o, 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 Fllisabeth H. Mendoza do McRHe, V[esid —L /CFO ... OR .... OYiazo MoOUOzs, 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. cG Signed this day of y- feet. f JGte/ treat. A TRUE RECORD ATTEST (Corporate Seal) 53 Brian Mendoza Secetary/Clerk Vice President /Secretary �l �s I I. I �e BIDDERYTM General Engineering Services Inc. SECTION 2 BID DATA FORMS CBF -5 BIDDER: PTM GENERAL ENGINEERING SERVICES 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 necessaryto adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms am properly identified with the Bidder's name and page number. II 2A 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 r CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID DOLLARS ($10% OF BID AMOUNT ),being not less than ten percent (10 %) 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. i r I. r Is / �d i L: l' 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 8/27/14 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 22ND day of AUGUST 2014 . INTERNATIONAL FIDELITY INSURANCE COMPANY PTM GENERAL ENGINEERING SERVICES INC. (SEAL) (SEAL) Principal Surety Bd°v Mandoze By By:. ignature - S' at e- Philip E. Vega — '' Attorney in Fact CBF -6 r _rt T,l62a -TEDD POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 201 FLOOR NEWARK. NEW JERSEY OT102 -5207 KNOW ALL If DY THESE PRESEN -S'. Thal INTERNATIONAL FIDELITY INSURANCE COMPANY a corporalien 019ollzed and a.I.bng IF the 1a", o1 I'ne Slale al Nav .lerstp, antl ALLEGHENY CASUALTY COMPANY a cor,nr.1leL, organized and ..kung a11aeF Ibt IFFAS of ILA Site c Pernnvs Jvania -hevin Ihel! )'o y Ycon,Lo ppoinl i g pF�s4al oRme n Ihi Cil 1 Newark, New Jorsa tlp htra1, I I la and e JAOON H. SMITH. MYRNA SMITH, PHILIP E. VEGA Cc. me CA - the 1101 f 1 fig ,11 the c le .e l- J,. cr, do I Inc, if -I 1) 1yand IIl,bands a .III o o f I n , t ..0110 y the II eol 'el ay Le II d n d rp Ilodby I p 1N 1 eoE of I HI q "c II r f Y1l n J cv I1, pi ob II h I hl 1 p II e s d V TEE V ATIDNAL I OCLn Y IN f Af'C III pl rsra, p COMPANY ow ned and ALLEGHENY yy9idvly cleclen oNlcciOMPheNr principal Mficed.. The lited.yton of Rllis PO er of ap I.rney.S5�000000.00d he.l J,q u.., ec r IF GOCEANY and ALLEOIiENY OASUALI1 0o ravok off ANY end is 9 ,o, led tl- t d y F, tolra, of ll III Lplg ens NY 11 adn ION y 10, B ITY ofi D ctsi of CASUALTY YCOMfINY 1 .TI IN SU RANCE COMPANY d 111 ]00eld ,1111, . 2011, day of JUly, 2010 11i [1,.3oard fD orlas ofALLFOHEN CNSUALTY COMPANY aIa wc: l9 cc ly held of the 1511, dey of ACgus1 .'.000'. IN WITNESS WI- IEREOF, INTERNATIONAL FIDELITY INSURANCE GCMPANY and ALLEGHENY CASUALTY COMPANY have each c,Lculed olboli, I Iheso pFc l oil firs 1211, dey of M.FCh, 2012. -�\ A,,G Un'' STAT- Or NEW JERSEY G bb a, �', CoN COHIlly 01 [..e. i ,F 7964 Z. IN / OPLITN. NINE IL YXI F ry"0 �.�h'rl� «ves,`s� Efenlf,, V r u,•F f Oil 6, .3Off,IF d Prboir1111 fAllonlly n C� Illyr n;)�ny) (11 111, 1211, day o' M,r1I, CIA belAert,l, ceme the 'd'v dual wl.o ex;c rind If,, Yroc dl g all ndnl. In 1e peit.ciially ifr )w!. ifid , Dlinp by If, I - r itill he F. t si 1" 11111 ac.o1 1 Fi Fnq,r I1 .O'zr.I cIR.nral IN'ILIENAIIONAI_ FIDELITY INSIiRANGF_ COMPANY. d ALI_ELHEINY OAG'IJAI_ LfJM °ANY, 11'rn UIL 11 'Is alxad W I -d'utr. i611 IF IF Velnpo -1 a of caidC M Ina. 11,..1 111 1121 C1PC ar.o .I t rlFl liip «. wrn Fit lye LevJ by 1111 if II 13111,.. n1V F if -,Fl c Collijbilill s. I11L11 I tPHL[LoCOH, o idroyOl i 11 .Iy or Ptt, I. mlhetiny ys nl I , ..c b 'then UP AA °pEEVC ` o ? A Sarni Y l'LLU al= NFIN uzn;:Y e" MyG'nmi s..u, L, NI 1, 1/,6011 J;Ignr,U offu 1 `I1- LNA11011AL FIDELITY INSURANCE COMPANY and ALLEGHENY CAgDAIIY COMr'AN! ; -r:by wain/ 111,111 mp lorL, r d.'opy 11 11,Vo er of Alwllry, od ilrd,,f ald the copy of Iho _.IOna If it,, Py L.wS If a'd 1,111tionlH, Is not I, IF in.nirl 1 rofA110T !/ 1,11, I1,, elel.,11 1 -I,,. Ia Ih, hole. 111 1. If1 e11GOR1 ,11ee,ead11161 in, Eern6NoCOfr-j r),rI(I. IF:!'1l, Irtfi of l'n vihotc If 1be Bair: orir'llo-. and III the selcl PpvrN of Allo.ney has nol bInn levoRed and is now In lull lama and elect ua 1 1nMgNY Ai IPEar -. I h,nr, Ir rn,lnm net Fit, hand ub. 22nd day of AUGUST, 2014 MARIA F,,, IF-r1 — —F "a�mun. CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California l County of Los Angelga Jl Cii CODE § 1189 On before me, _Monica Blaisdell, Notary Public AUGT22014 personally appeared Philip E. Vega N ¢I51 oI S9nogs who proved to me on the basis of satisfactory evidence to be the personjej whose nameNj is/ae,_ subscribed to the within instrument and acknowledged to me that he /gjw7tlaey executed the same in MONICA BLAISDELL his /fteeltaeir authorized capacity( and that by Commission t 1976845 his/11�r /their signature- on the instrument the i -� Notary public . California i person(tLll, or the entity upon behalf of which the Orange County s person* - acted, executed the instrument. My Comm. Expires Mar 26. 2016 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."�p Pi... Not, seal nemre Signature: SWnOwe of NOlzev PLplo All Purpose Acknowledgement Stateof California County of Riverside On g `LfP ZCI /E ,before me, Elizabeth H. M. " &&L (date) (notary) personally appeared, Brian Menodza (signers) ❑ personally known to me -- OR — E$ proved to me on the basis of satisfactory evidence to be the personli* whose name(4 isle eksubscribed to the _ within instrument and acknowledged to me that W e eTF n b. s, 2 he/aisdthe9 executed the same in hislk9Ntkaif authorized Is Cn ltl A to 5l y capacitybelijr and that by histWOMIS& sig nature(5) on the r ,ir instrument the person(s) or the entity upon behalf of v e c, which the pe cn(.% acted, executed the instrument WIT m hand and officlal 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 Vice President /Secretary Inlets) ❑ Partner(s) ❑ Attorney -In -Fact ❑ Trustee(s) ❑ Guardian /Conservator ❑ Other. SIGNER IS REPRESENTING'. Name of Persons) OR Entity(ies) DESCRIPTION OF ATTACHED DOCUMENT or Type of Document Number of Pages Date of Document Right Thumbprint of Signer (if required) BIDDERYTM General Engineering Services Inc. 23 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 f ' 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. i If the Bidder fails to specify a subcontractor for any portion of the Work to be performed r ^ under the Contract, it shalt 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. 4f" Yi t In BIDDER:PTM General Engineering Services Inc. 23 LIST OF PROPOSED SUBCONTRACTORS (continued) I'- DUWlreb NeA 3 PWea it redle0 ra Ibtlne aEEMwwI wUSntrapga."1 i Name and Location Description of Work r* of Subcontractor to be Subcontracted I ; j Name: Address: t i! k Name and Location Description of Work ` i of Subcontractor to be Subcontracted r. Name: Address: f r� i ° Name and Location Description of Work i of Subcontractor to be Subcontracted Name: Address: 1 t F l5 Name and Location Description of Work i ff of Subcontractor to be Subcontracted { `y Name: Address: s Name and Location Description of Work r : of Subcontractor to be Subcontracted Name: Address. r. i lr e i� CBF -8 . t' BIDDERYTM General Engineering Services 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: f City of Rancho Cucamonga; 10500 Civic Center Drive, Rancho Cucamonga, CA 91730 Name and Address of Owner Mr. Crai Cruz Tel: 90 9.477.2740 Name and telephone number of person familiar with project $809,503 Traffic Signal at 3 Locations 09/2012 f ? Contract amount Type of Work Date Completed 2, fly of Newport Beach 3300 Newport Boulevard Newport Beach CA 92658 Name and Address of Owner Mc Brad Sommers Tel: 949.644.3326 = Name and telephone number of person familiar with project $547050 Traffic Signal Rehabilitation 11/2012 _ Contract amount Type of Work Dale Completed j B. Cal Trans; 1727 30th Street, Sacramento, CA 95816 t . Name and Address of Owner It Mr. Danh Thai Tel: 949.279.8803 I Name and telephone number of person familiar with project f " pg g 11/201 t ( $354,453 12- OL5504, Upgrade Traffic Signal s ompl2 Contract amount Type of Work Date C eted r. t 6 4, City of Rosemead; 8838 R Valley Blvd. Rosemead CA 91770 Name and Address of Owner Mr. Sean Sullivan TeL 626.569.2189 Name and telephone number of person familiar with project a - $655,045 Safe Route to School 01/2013 I . Contract amount Type of Work Date Completed r^ CBF -9 Brian Mendoza P.O. Box 7745 Riverside, CA 92513 -7745 Email: brian(txptm- eng.com . Cell 951.722.5755 Chief Estimator and Supervisor of Outside Operations Supervisor o outside operations with over IS years of experience. Electrician with over 20 years of experience. An effective communicator and team leader, experienced in coordinating and executing large and fast -paced projects. CAREER EXPERIENCE Freeway Eleetrie/1'I'M General Engineering Services, Inc. Riverside, CA 06/2006 to Date Chief Estimator /Supervisor of Outside Operations In charge of managing the estimating department and finalizing bid packages; coordinating the beginning phase of an awarded project between the company and agency. Project submittals, contract review. Coordinated and managed crews California region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements. Maintained coordination Freeway Electric /PTM General Engineering and subcontractor, and project owners. In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. High Light Electric Inc. /Pete & Sons Construction Inc Riverside, CA 10/96 to 06/2006 Chief Estimator In charge of managing the estimating department and finalizing bid packages. Coordinating the beginning 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 average spread 6 %. Area Supervisor Coordinated and managed 10 crews consisting of 6 members per team in the southern California region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements. Maintained coordination between High Light Electric Inc and subcontractor, general contractor and project owners. In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. Continued... 13RIANMENDOZA • Pagc2 C\REEit EXPERIENCE CONTINUED MBE Electric Inc. in Riverside, CA 10/1998- 10/1996 Vice President and Head of Outside Operations Managed outside operations for all projects ranging in size from $1 to $2.5 million. headed an around the clock electric crew and coordinated with CC Meyes to repair the I -10 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 days. Maintain coordination between MBE Electric and subcontractors, general contractor and project owners; implemented and enforced safety guidelines. Handled administrative work; monthly progress estimates. material requisitions, contract change order negotiations. Vasco Corporation in San Fernando, CA 10/1987- 06/1998 Foreman (Part Time) Managed day to day operations of work crews and various projects ranging in size from $1,000 to $5,000 in Eastern Los Angeles County; traffic signals, street lighting, signal interconnect. Raymor Electric in Rosemead, CA 0611986 - 10/1987 Crew Leader (Par( Time) In charge of work crew on projects ranging from $25,000 to $250,000 through out Los Angeles County. WORK SKILLS • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes; • Hands -on experience with hand tools and power tools; • Capable of overseeing fast -paced and high profile projects; • An effective communicator and leader; EDUCATION • International Brotherhood of Electrical Workers Completed training course (1988 -1989) in street lighting and traffic signal installations, code enforcement and blue print reading. • South Gate high School Received High School diploma in 1988 BRIAN MENDOZA • Page 3 CAaErat EdPEiuENCF CON 'IIM'ED PROFESSIONAL MEMBERSHIPS • Intemational Brotherhood of Electrical Workcrs (IBF.W) • National Electrical Contractors Association (NECA) ACCREDITATION • IBEW- Joumcyman Wireman: CSLB- Electrical Contractors, Certified Trench Safety Coordinator. • English (Native) • Spanish (Fluent) LANGUAGES AWARD RECEIVED • Recipient of the U.S. Small Business "Young Entrepreneur of the Year" Award in 1996, nationally. • Recipient of the Certificate of Recognition by the 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 Certificate of Recognition by the State Assembly, Assemblyman Mr. Rod Pacheco, for the `top 500 Inland Empire Small Business" in 1997. • Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" since 1997. • Certification of Appreciation for our participation and maximization in the "Centrny Freeway Affirmative Action" by CFAAC. PROFESSIONAL AND PERSONAL REFERENCES Caltrans project #07- 1224U4 (Electrical contract amount $4.5 million) Project completed in 2005 Description of project: Installation of traffic signals, ramps metering, sign illumination, Highway lighting, fiber optic communication, and electrical irrigation along the I -10 Freeway in Los Angeles County. • Doug Dwason - Project Manager for prime contractor, Balfour Beatty Cell (949)232 -3276 and Office (909)397 -8040 • Patty Galvan- Resident Engineer. Office (909)594 -4270 • Veronica Ross - Electrical Inspector. Cell(714)606 -6311 BRIAN IVIENDOZA • Page4 CAREER EXPERIEW h CON'rINt Ell City of Redlands Contract #208300 - 72304/41008 (Electrical contract amount is $218,800) Project completed in 2003 Description of project: Installation of tiafffc signals, modification of ramp metering, lighting and sign illumination. • Bill Hensley- Senior Civil Engineer- Office (909)798 -7586 ext 2 • Juan Olvera- Project Manager for general contractor, 11 &H Construction- Cell (951)453 -7712 and Office (909)473 -7331. Caltrans project #08-4567V4) Electrical contract amount is 5938,238) Project completed in 2005 Description of project: Installation of lighting system along the 1 -5 Freeway in San Bernardino County. • Gary Vogel- Project Manager form prime contractor, Granite Construction Cell: (661)549 -3953 and Of ties Sanbag Projects, Segment 1, 2, 3, early segment 9, segment 9, and alder Ave. (Total electrical contract amount was $3.2 million) Project completed in 2004. Description of projects: Installation of traffic signals, ramp metering, sign illumination, highway lighting fiber optic communication, and electrical irrigation along the 1 -10 Freeway in San Bernardino County. Ilarold Lantis- Sanbag Contract Manager- Cell (760)802 -7730 and Office (909)875 -8029 ext 213. 'Pint Hirable- Caltrans Inspector- Cell (951)712 -0021 Al Ortega- Project Manager for prime contractor, Yeager Shanska- Cell (714)240- 5333. City of Indio Project #ST0137 (Electrical contract amount was $1.4 million) Project completed in 2005 Description of project: installation of street lighting system, traffic signals, electrical irrigation, and dry utilities. • Gary Baxter -Area Manager for prime contractor, Yeager Shanska Construction- Cell (909)721 -9749 and Office (760)343 -5472 • Tommy Young- Project Manager for prime contractor- Cell (951)232 -6618 and Office (760)343 -5472 • Mehran Sepehri -City Engineer- Cell (760)250 -2201 Additional Professional References: • Zale Harris - Caltrans Inspector- Cell (951)289 -0047 • Ray Robles - Caltrans area supervisor- Cell (909)799 -0646 Ey 2 © ' }� ;, \/| al!ai© r , |K ^P (/ \!7 \ / /,!,!` ( ., I # Ey 2 © ' }� ;, \/| al!ai© r |K ^P (/ \!7 / /,!,!` ( ., g a/ /|G © ' }� ;, \/| § r \ | 90 V-. ( \! \�\`§,` §[.} ; !j ;! . ! . ; ;;. \)`( !$2 �} §! \) v ƒ°!.• |, BIDDER: P I M General Engineering Services Inc. i � I SECTION 3 r NON - COLLUSION AFFIDAVIT lS i< I' CBF -10 BIDDER: PTM General Engineering Services Subscribed and sworn before me This _ day of Notary Public in and for the State of Califonnia My Commission Expires: t. t. 20_ h (Seal) V CBF -11 Inc. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly - swom, 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 le 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 i i thereof to effectuate a collusive or sham bid. I, Signature Elizabeth H. Mendoza de McRae f = Typed or Printed Name TI: PresidentlCPO �y Title ? PTM General Engineering Services Inc. j I Bidder Ili 1 Subscribed and sworn before me This _ day of Notary Public in and for the State of Califonnia My Commission Expires: t. t. 20_ h (Seal) V CBF -11 _ - -�.^a- - ��v..r, 34"°- .,°"�"T"-- �- n.,.. -•'-- 4r- — `_; ° - -_... �-M: mss'- ..oz_ -�'' -- 'Say.. . S,�, of California Guunty ci _ `pRANCE n J -OD- ZDIt( before me, Philip Vega, purflk ❑ Individual eNoat el N ee a personally apoeared ELIZABETH H. MENDOZA de McRAE ❑Corporate OHlc2r— Title(s), 9 o:IN ❑Partner —❑ Llmiled ❑ General who proved to me on the basis of satisfactory evidence to ❑ Attorney In Fact be the person(% Whose narl Is/Rre subscribed to the ' within Instrument and acknowlad99 to me that �' ---- -- hel�A�Af �y executed the same in hid /hD /6ir authorized PTq�p capaciy(� a), and that by hid /t>'ei /their signatA(s) on the @ y<e� p01111" n>'rpy instrument the personO, or the entity upon behalf of VIC w�w„p� which the person(g) acted, executed the Instrument. WYb�y I certify antler PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is l true and correct. WITNESS my hand �nd official seal. Signature ' m�NOrwry soot aeo.. slnnemro al rvoor vwu= OPTIONAL -� .-.- Tbough In, inlormafion below is nor rcquirod by Idw, II may prove's"c"s fo p sons relying an as dpCpmenf snd could prevenr 12udolenl removal and rdatldeMmen! of this form I anothc document Description of Attached DGGUment Title cc Type of Docmaenf, Dccmomm Date: Number of Pages: Signer(s) Other Than Named Ainove_ Capacity(fes) Claimed by Signer(5) Slgnar's %am, Signer's ❑ Individual Cl Individual ❑ Corporate OHlcer— T'ale(s): ❑Corporate OHlc2r— Title(s), ❑ Partner —0 Limited D General _ _ ❑Partner —❑ Llmiled ❑ General _ ❑ Attorney In Fact ❑ Attorney in Fact ' iop al Iwmb Hem CrTwMeE Top of ,Hama here ❑ Guardian or Consorv2lar 0 G,ardl Q Guardian cr Conservator ❑ Otner ❑ Other l Signer is Representing:— Signer is Representing', JROCI NeJO[al lbmry GnaaneJOM1 9]50 oe de,.A-'a.e,9o'2'w•CI,aYWOfJ1.CP Biala' 340R.ww,NallanelNOlOf)'.o:0 IIem L59n) N. 'CAVUI'R.Frc. -J! .U11 MAYOR: �POLw F of &SCCQd MAYORPRonm WRtuai a.AamR 8639 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD,CALIFORNIA91770 COBNCILM BERS: , TELEPN0NE(626)569 -2100 SA .AU A FAX(626)307-9218 MM.A CU Si .Lr 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: r nrrGa n Bidder: `' Elizabeth H. Mendoza de McRae P M REFS Title: R[BIDENT CFO aV59a2 p, Op gZ50A Ji0.51 Date: Q' irr 2Gy w i c,oBc Page 1 of 1 MAYOR: F� � \d Uty of 4Z9se a WIIYOR: CON //�� \\ MAYOR PROTP.M: e — M"GO TCV \ \� ;r��yy� // 8838 E. VALLEY BOULEVARD P.O BOX 399 \��[�f�� j /' TELEPHONE CALIFORNIA 91]]0 COUNCILMEMBERB: TELEPHONE (626) 569 -2100 SMDMAMffi FAX (616) 309-0218 S..Lr P. WO 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. Date: August 20, 2014 Acknowledgement: Bidder: Title: Date: Page 1 of 1 BY ORDER OF THE CITY OF ROSEMEAD By / Rafael M. Fajardo Associate Civil Engineer r b: PTM E042'�pRN 8TR[[, Riv[RSin[. G 92E04 T'951 .na]ODO F951.T10.f005 El Za eih 11 Ge d, de M PRESIOENT�OPO ,Rae