Loading...
CJ Construction, Inc.CITY OF ROSEMEAD ANNUAL 2008-2009 CURB RAMPS CONSTRUCTION PROJECT CONTRACT BID FORMS -7 ffe BIDDER: C Ci o/ f e Cot, t YU C I On / -717C. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 SECTION 2 BID DATA FORMS ................................................................................................5 2.A BID BOND ..............................................................................................................6 2.13 LIST OF PROPOSED SUBCONTRACTORS .......................................................7 SECTION 3 NON-COLLUSION AFFIDAVIT ............................................................................10 BIDDER: c GO/-1 C°r-fI-C Cans- rvc )'an, 1/-7C- SECTION 1 - BID SCHEDULE CBF-0 BIDDER: C Conci eik COOS fl"VC11'01-7, Zl7C- BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL 2008-2009 CURB RAMPS CONSTRUCTION PROJECT CDBG PROJECT No. P46402 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and specifications. See technica .GO y -CO ~l l LS 1 ~O ~ ~ / provisions. 2 Disposal of Waste Materials LS 1 /15-00 Cld 00 goo 3 Construct PCC Curb Ramps per AP.WA Std. Plan 111-3 including truncated domes ARMORCAST replaceable yellow cast in place or u approved equal. See Curb Ramp y/ C'O Tabulation on Appendix A and TP- E 70 1700- 2 00 000 3 7 per details and locations. a ; 4 Furnish and install ONLY Truncated Domes Detectable ORCAST + Warning Surfaces - ARM retrofit or approved equal. See ! 350'OO gl;zca •00 appendix A and TP-7 per details. Ea 12 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ ~ya~ 7G1O 'a0 Dollar amount in written form two VA9 o%Jla1's cjn cal Se veD 00 CQY1I S ALTERNATE BID ITEM 1 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 5 Construct 4-inch PCC Sidewalk / _ , s O u G,7 S' YI Z per APWA Std Plan 113-1. SF 45.0 l0 / 6 Construct PCC Cross and itudinal Gutters per APWA Lon nCJ .00 Z~ ~ g / Std. Plan 122-1. Intersection of SF 300 CBF-1 BIDDER: C C on C/ C01XS rvc X00, .znC. TOTAL ALTERNATE BID PRICE (SCHEDULE BID PRICE): $ se Ver71hou S And one hunt%c/ twyn five dell.-I.s i; Dollar amount in written form TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 700, one hundred -)co1-J,1 4wo 1-ho(1s,?,2oi Scver7huY7o1j-QP1 r amount in written form 41701 o~r~Nfs, The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. 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. Attached hereto iseaMe ffied check, a cashier's check or a bid bond in the amount of a9h/kcn Th 60 a `d o lar 42yd) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. CBF-2 BIDDER: C ConClef` Con S VC l U/7, .T/7 C Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to. the terms and conditions described in the Contract Form and the Contract Documents. 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 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 By: Type or Print Name Tit le ,Drys ic% 7 f BIDDER: T c C r Cork l-ilcti 61-7, 7ne lolyol Shoemaker five. Business Street Address SC f7~q f C 7,r)'jx35, Cq C--06776 City, State and Zip Code Cs(Pa) 777-aaaa Telephone Number Bidder's/Contractor's State of Incorporation: CO /f / or#-71'Cl Partners or Joint Venturers: !V Bidder's License Number(s): 7207 7 % /7 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 require to provide evidence that the person signing on behalf of the corporation, partnership or point venture has the authority to do so. CBF-4 BIDDER: c nc e/ e cons-j-oc ron, inc. SECTION 2 BID DATA FORMS CBF-5 BIDD.E'R): C cG)I'' c e/e co f rVC110/ / f -717C 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 about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. i CBF - 7 BIDDER: C_ C /7 C 1 e f~ CG17S 1'UCiGl7, /~G• 23 LIST OF PROPOSED SUBCONTRACTORS (continued) I"Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: /7t7/ c Address: Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address: Name and Location, of Subcontractor Name: Address: Description of Work to be Subcontracted Description of Work to be Subcontracted Description of Work to be Subcontracted CBF-8 BIDDER: C' T Conc fe fe ConI rvc foh. In 2.C 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: ~-/eGs6 r S e2 and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address Name and telephone number of person familiar Contract amount Type of Work Date Completed 3. and Address of Owner Name and telephone number of person familiar with Contract amount Type of Work . Date Completed 4. and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF-9 CJ Concrete Construction, inc. 10142 Shoemaker Avenue • Santa Fe Springs, CA 90670 • Phone (562) 777-2222 • Fax (562) 777-2222 Citywide Sidewalk, Curb and Gutter Repairs in the City of Cerritos City of Cerritos 18125 Bloomfield Avenue Cerritos, Ca 90703-2130 (562) 860-0311 Mary Anne Wozniak Started 05/19/06 Completed 10/27/06 Final contract price $637,703.00 Installation & Repair Concrete PK0001.4 (Year 3 of 3 year contract) City of Ontario 1425 S. Bon View Ave. Ontario, Ca 91761-4406 (909) 395-2624 Dale Adcock Completed 4.14.03 Final contract price $825,000.00 with change orders original contract price $696,578.00 2004/2005 Annual Concrete Repair Project City of Arcadia 240 Huntington Dr. Arcadia, CA 91107 (626) 256-6552 Mark Rynkiewicz Started 01/30/04 Completed 05/31/05 Final contract price $240,119.00 with change order, original contract price $185,780.25 Remove/Replace curb, gutter, and sidewalks on various city streets City of La Palma 7822 Walker St. La Palma, CA 90623-1771 (714) 690-3312 Dave Gaudio Started 10/14/05 Completed 10/1/06 Final contract price $74,957.02 with change order, original contract pricec $59, 201.00 Ci Concrete Construction, Inc. 10142 Shoemaker Avenue* Santa Fe Springs, CA 90670 • Phone (562) 777-2222 • Fax (562) 777-2220 Curb/Gutter and Sidewalk Reconstruction Project No. 4474 City of Fullerton 303 W Commonwealth Avenue Fullerton, CA 92832-1775 (714) 738-6875 Karen Kobeyashi Completed 5-13-06 Final contract price $338,934.00 with change orders, 1219 Sidewalk Repair Project City of Burbank 275 E. Olive Ave. Burbank, Ca 91510-6459 John Molinar (818) 238-3919 Started 4-30-2007 Completed 8/07 Final contract price $892,000.00 original contract price $275,060.00 ADA Bus Stop Modifications Phase 3, Package 1 Orange County Transportation Authority P O Box 14184 Orange, Ca 92863-1584 Started 9-7-05, completed 2-28-05 Final contract price $300,368.00 with change orders, original contract price $282,765.00 George Saba (714) 560-5432 Landscape Construction/Maintenance for Pacific Electric Right of Way C-0872 Orange County Transportation Authority P 0 Box 14184 Orange, Ca 92863-1584 Started 6/09/03 3 year maintenance Final contract price $1,059,852.00 with change orders, original contract price $960,000.00 George Saba (714) 560-5432 Ci Concrete Construction, Inc. 10142 Shoemaker Avenue • Santa Fe Springs, CA 90670 • Phone (562) 777-2222 • Fax (562) 777-2220 Irvine Avenue Sidewalk Maintenance C-3175 City of Newport Beach 3300 Newport Blvd. Newport Beach, Ca 92663-3884 Started 9-26-05 Maintenance to June 1, 2006 Final contract price 5222,011.00 with change orders, original contract price $202,250.00 Rob Masters (949) 644-3312 Bonding Agent - Dwight Reilly Crosby insurance Co. P 0 Box 31150 Anaheim, Ca 92809 (909) 920-5811 Surety Co. First National Insurance Co. 2677 N. Main St. #600 Santa Ana, Ca 92705 (714) 437-3744 Insurance Agents Crosby Insurance Co. P O Box 31150 Anaheim, CA 92809 (909) 920-5811 BIDDER: C Concre fc ccn5 , i1c n,l/7C. SECTION 3 NON-COLLUSION AFFIDAVIT CBF - 10 BIDDEK: C 1 q~afllf c'rjn, j-uc &n, nC-- 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. ,1Ibhn C- ,Sar Typed or Printed Name Pros i cal-~~~- Title CT Cancriffie Cris frvc f1-on, -T/7G- dder Subscribed and sworn before me This a day of- F-e-hr j y-~ 20(_ (Seal) r jI 0V4 vIrA ?1-~ OY- c-)\At a Motary Publicgr) and for the State of California My Commission Expires: 1.a a °g O I D COURiNE~Y gRrppK~ I`X COmmisslon # 1712023 . `m Notary Public - California LOS Angeles County WCaam. EV hA Dec 21.2010 CBF-11 810DER: C.J. CONCRETE CONSTRUCTION, INC. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT C.J. CONCRETE CONSTRUCTION, INC. as Principal, and' FIRST NATIONAL INSURANCE COMPANY OF AMERICA , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF THE TOTAL AMOUNT BID ($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, ourheirs, 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 Annual 2008-2009 Curb Ramps Construction Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated FEBRUARY 25, 2009 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 Suretyshall pay all costs incurred by the OWNER in such suit, including reasonable attomeys' fees to be fixed by the court. SIGNED AND SEALED, this 23RD day of FEBRUARY , 20 09 C.J. CONCRETE CONSTRUCTION, INC. (SEAL) Principal By: By: S gnature FIRST NATIONAL INSURANCE COMPANY OF AMERICA (SEAL) Surety , Signature DWIGHT REILLY ATTORNEY-IN-FACT CBF-6 ACKNOWLEDGMENT State of California County of ORANGE On FEBRUARY 23, 2009 before me, SUSAN PUGH, NOTARY PUBLIC (insert name and title of the officer) personally appeared DWIGHT REILLY who proved to me on the basis of satisfactory evidence to be the person(X) whose name(X) is/me subscribed to the within instrument and acknowledged to me that he/X)gjR k0y executed the same in his/I "g k authorized capacity(i'8by, and that by his/M&(Ddttl`& signature(x) on the instrument the person(k, or the entity upon behalf of which the person(R) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal). SUSAN PUGH SUSAN PUGH # 1734680 Commission < a Notary ry P Pubbli lic - California ~ orange County ryryComm. EVires Wr28, 2011 POWER First National Insurance Company of America 1001 4th Avenue OF ATTORNEY Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 9551 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint *****"******"***********************H. J. DUECK; DWIGHT REILLY; Anaheim, California************************* its true and lawful attorney(s)-in-fact, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 19th day of January 2009 Pear a.y1 Dexter R. Legg, Secretary Timothy A. Mikolajewskl, Vice President CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys-in-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking.' Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By-Laws, and (ii) A copy of the power-of-attorney appointment, executed pursuant thereto, and (iii) Certifying that said power-0f-attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 23RD SEAL ,_1928; S-1049/DF 1/09 day of FEBRUARY , 2009 PLX* gkj' Dexter R. Legg, Secretary Safi and the Safeco logo are registered trademarks of Salem Corporation. WEB PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of J p 1~ On a ' a 5 1 before me, I~ ~I ~)t',t L Date Here Insert Name antl Title of the Officer personally appeared :Twf) C1. ~~(10 who proved to me on the basis of satisfactory evidence to be the person( whose name* islio& subscribed to the within instrument and acknowledged to me that he/!tW!t;ay executed the same in his/l)s06c authorized capacity(ies), and that by his/signature on the instrument the person( or the entity upon ehalt 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. Place Notary Seal Above WITNESS my hand and official seal. 1 Signature .Z ignature of Notary ublic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: N,J I L'l I (r( Document Date: F-6b "a1-(d- c/46 I-(wo / Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: mn C/ ❑ Individual Corporate Officer - Title(s): S I ii 0-yr ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here Signer's Nat ❑ Individual ❑ Corporate Officer -Title(s): ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here 02007 National Notary Association- 9350 De Soto Aw, PA Box 2402•Chat nh, CA 91313-2402•w NationalNotaryorg Item #5907 Reenter: Call Toll-Free 1-800-W5-8827