Loading...
ICE Engineering, Inc.BIDDER: ICE ENGINEERING, 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 ICE ENGINEERING, INC. as Principal, and NORTH AMERICAN SPECIALTY 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 BID AMOUNT ($10i of BID 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 asset 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 andjudgment 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 23 day of - FEBRUARY 20 09 NORTH AMERICANSBECIALTY ICE ENGINEERING, INC. (SEAL) Principal By: \ L::~= . By: Signature CBF-6 NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON 1NT11-'RNATIONAI. INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS, THAT North American Specialty Insurance Company, a corporation drily organized and existing under laws of the Stale of New Hampshire, and having its principal office hi the City of Manchester, New Hampshire, and Washington Intemational Insurance Company, a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Itasca, Illinois, each does hereby make, constitute and appoint: JENNIFER C. CIBONEY, JAMES W. MOILANEN, YUNG T. MULLICK. CHRISTINE T. HOANG and P. AUSTIN NEFF JOINTLY OR 5.-VLRALLY Its true and lawful Attorney(s)-in-Fact, to make, execute, sea] and deliver, for and on its behalf and as its act and deed, bonds or other writings oblieatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law. regulation, contract or other-wise, provided that no bond or undertaking or contract or suretyship executed wider this audwolity shall exceed the amount of. TWENTY-FIVE MILLION 625,0011,000.001 DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the followirug Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called andheld on the 241" of March, 2000: '-RESOLVED, that my two of the Presidents, any Managing Director, any Senior Vice President, any Vice President, any Assistant Vice President, the Secretary or arty Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in die given Power of Attomey to execute m behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein due seal of the Company, and it is FURTHER RESOLVED, that the signature of such officers and the seat of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate hearing such facsimile signatures or fitcsimile seal shall be binding upon the Company when so affixed and in theTutiue with regard to any bond, undertaking or contract of surety to which it is attached." yrwlllllllll/p,~ WA..... °or, ,won, p QE... kP IOA'glµ ,01 ` 6: F04 4~ ~~P G BV 'V L04P 'Yj;CGp SEAL :m= siesta P.Matron. rreetlenl s corer E:emin a ornm At W.maRrm. mmre.num himmn.e cnen SEAL ~':n =c:. = P.ny =ry iWa Li &Smiar\'Ice Prerideni O North Amale.n9 daly lnmrance Cmcpaet S~yr.h0xyst?. bile ~J S yP 11111111111 VAcid At. Lae man, Senbr Via PreAEem nr Wmhmgm lnmmaumal inwmnce CUnp.ny mrsw g Vice President m Nunn American 5pecety lnsurana Canpeay IN WITNESS WHEREOF, North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this 20th day of February 2009 . North American Specialty1ri suranm Company. N'ashlogion lntermtfonal lnswance Company State of Illinois County of Do Page ss: On this 20th day of February 20 09 , before me, a Notary Public personally appeared Steven P. Anderson , President and CEO of Washington International Insurance Company and Senior Vice President of North American Specialty Insmnce Company and David M. Layman, Senior Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me, who being by me drdy sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their resttecuve comiximes. rMJA D. SIQENSG riamyA 'b Sea of Oamce MyCm-<.+.,-Expiil0/114~01t Donna D. Sklerv, Notary Public 1, James A. Carpenter the drily elected Assistant Secretarv of North American Specialty Insurance Company and Washington' International Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specially Insurance Company and Washington hrtertmonal Insurance Company, which is still in full force and effect. - - IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 23 day of FEBRUARY 20 09 James A Cmpmia, Vice Pneedmt & M.aclt Seve.ry erWeshingw mmrcthc.ed Invrence Cctr,-, & Nat,A er,csn Speeie:ty Insuran ce Cempaery 1 1 1 1 1 CITY OF ROSEMEAD ANNUAL 2008-2009 CURB RAMPS CONSTRUCTION PROJECT CONTRACT BID FORMS 1 1 BIDDER: T G CV141g7.Y1Y1 .=Y~C 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 1 1 1 1 1 1 1 1 1 1 1 i 1 1 1 1 1 1 1 BIDDER: S~ C C 1\Q9.\1M!J. SvN C. SECTION 1 - BID SCHEDULE CBF-0 1 1 1 1 1 i 1 i 1 1 i i 1 1 i 1 1 i 1 BIDDER: T l ft%0 E9-Yw•G~ ,SNC 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 technical provisions. LS 1 20,0oo '-D, 000 2 Disposal of Waste Materials LS 1 1 1 3 Construct PCC Curb Ramps per AP.WA Std. Plan 111-3 including truncated domes ARMORCAST replaceable yellow cast in place or approved equal. See Curb Ramp Tabulation on Appendix A and TP- E 70 q~ Z ° c~ 2 f -0 7 per details and locations. a 1 0 0 4 Furnish and install ONLY Truncated Domes Detectable Warning Surfaces - ARMORCAST retrofit or approved equal. See t il d P Ea 12 2 2 Q -7 per e a s. appendix A and T 7 ) TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ ? T~ Ll ' Dollar amount in written form WU v S rALJ , Se kN (;r-\- I ALTERNATE BID ITEM 1 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 5 Construct 4-inch PCC Sidewalk SF 450 per APWA Std Plan 113-1. 6 Construct PCC Cross and Longitudinal Gutters per APWA 0 Std. Plan 122-1. Intersection of SF 300 I 0 CBF-1 I I I I 1 1 1 I BIDDER:-~-C2 F~rNC~iV~~vt~ SAC TOTAL ALTERNATE BID PRICE (SCHEDULE BID PRICE): $ 0 Dollar amount in written form TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ W0 HVy~Y c Y~I ~ VOA S C44 N kv"- lr A S~~ -6Q Vv amount in written form 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 is a certified check, a cashier's check or a bid bond_ in the amount of Dollars ) said amount being not less than en 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 I H 1 1 1 I BIDDER: =CE G-VlQi0U-9k"N),SN(. 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. Cf)-, 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: Signature Coo e Type or Print Name ' Cleo?-v-o A M61h6,6\eY Title Bidder's License Number(s): ' Bidder's/Contractor's State of Incorporation: 1 Ca` i -t-Gy V\\' a ' Partners or Joint Venturers: I wt✓ I I NOTES: BIDDER: --rC Q41%:Z11C. 2S--7U 12 r,~ VQ-K ae e ~v Business Street Address W 1a\,\A ice; o~l~~ s, CA q I-ILA City, State and Zip Code 6Zfx-LA U`6 -`11b`7 Telephone Number ~3 ~ 3 D. 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, nortnarc6in nr inint vpnfiirv has the authority to do so. CBF-4 II 0 1 1 1 1 BIDDER: TC C- WI NQ D)A0 ZNG. SECTION 2 BID DATA FORMS CBF-5 ' BIDDER: T (EY1C~1Q i Y1C . 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: t THAT as Principal, and ' as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of DOLLARS 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 Annual 2008-2009 Curb Ramps Construction Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated ' 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 day of 20_ ' (SEAL) (SEAL) Principal Surety By. By: Signature Signature I CBF-6 ' BIDDER: TINQ4YIY!{~;~11C ' 23 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 ($10,000), whichever is greater, for which no ' subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. H I CBF-7 1 BIDDER: -L-C6 ~11G tJ~lS2Yivi~ 1 t~C. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: rb V -q , CY9 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: _ Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address CBF-8 Description of Work to be Subcontracted Description of Work to be Subcontracted 1 1 1 BIDDER:ZC-G -"q)09LY1 7"C. 2.C REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. V1`e a$Q I2ec9C~2G, Q aye Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF-9 2574 Pepperdale Dr. Rowland Heights, CA 91748 Ph: (626) 448-9167 Fax: (951) 398-7158 ICE Engineering, Inc. JOB UPEW CES• Bonita Avenue Street Improvements Amount: $85,000 Owner: City of San Dimas Project Manager: Scott Yanagihara Contact phone (909)394-6246 Complete: Still in progress Loden Avenue & Howland Drive Street Rehabilitation Amount: $70,000 Owner: City of Temple City Project Manager: Chuck Erickson Contact phone (626)285-2171 ext. 2340 Completed: October 13, 2008 Los Angeles County Replace Existing Concrete Drains Amount: $68, 000 Owner: Department of Transportation Project Manager: Pravin Patel Contact phone#: (213)620-2039 ext.203 Completed: November 28, 2008 Caltran 08-OL4404 Emergency Proiect Amount: $700,000.00 Owner: Department of Transportation Project Manager: Amgad Gadalla Contact phone (951)453-8929 Completed: January 15, 2008 Seal Beach Blvd. Street Rehabilitation Amount: $250,000 Owner: City of Seal Beach Project Manager: Karim Contact phone (714)412-2772 Completed: .4pri15. 2007 1 1 1 1 1 1 1 1 BIDDER: -T C j~, QV1Q1V1Q9Y'kN. 17 VI C . SECTION 3 NON-COLLUSION AFFIDAVIT Y CBF-10 ' BIDDEK: Tl_~ t hUlVteeYIVIU,T-14C ' NON-COLLUSION AFFIDAVIT 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 tents thereof, indirectly, submitted his or her bid price or any breakdown thV ' or divulged information or data relative thereto, or paid, anny fee to any corporation, partnership, company association, organizatiory, or to any member or agent thereof to effectuate a c lusive or sham I I I 1 I Signature U Zv4\ 1" 9)9) \f 11, \i ed or Printed Name Typ C-I 2w 2rrn1 Mm\Ga P/r Title ~ C_G "C1na1~n 2sLV ~~^4~ ~-~->1C Bidder Subscribed and sworn before me This 2-5 day of G~~v n 0 r~1 20o_ TrUCy .5vc~-C- Notary Public in and for the State of California My Commission Expires: IWAe Z$ ZGIZ (Seal) TRACY SOOC VCommj 1504694 N NOTARY PUWC-OAL60NMA LOS ANGELES COUNTY MY COMM. Ev. NNE tl, tOit ' CBF - 11