Loading...
CIP #318 SURVEY RESPONSESCOSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA BID PROPOSAL FORM I NJ .. .o !�'9 Project No. 328 Name of Bidder: Address: 525 2 Phone No.: ""'? V --( 53G TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT: Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents relating thereto, the undersigned bidder has carefully examined and is completely familiar with the plans, specifications, and contract documents including the local conditions affecting the performance of the contract, the character, quality, quantities, and scope of the work, and the materials to be furnished as to the requirements of the specifications and the contract. If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within the time stipulated in the contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the contract and complete in a workmanlike manner, all of the work required in connection with the construction of said work all in strict conformity with the plans and specifications and other contract documents, including addenda Nos.: , and , on file in the District office for the prices hereinafter set forth. The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the District in the form set forth in the contract documents and that he will accept in full payment thereof the following prices, to wit: CMSD Project No. 328 Bid Proposal Form — 1 of 9 CMSD SEWER PROJECT NO.328 SCHEDULE OF WORK ITEMS DIP REABILITATION PHASE I BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT Bonds, Insurance, and Permits: Work under this item 1 Lump Sum includes any costs incurred for securing bonds, insurance Lump Cj vao permits and financing for construction work. Sum Mobilization, Demobilization and Cleanup: Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, securing all necessary permits from the City of Costa Mesa, securing the work site during all work activities, and 2 Lump Sum maintaining the project site in a safe and orderly manner Lump i-i o t during construction. Sum Amount bid for mobilization / demobilization shall not exceed 4.0% of contractors bid total. District shall pay 50 % of this item for mobilization activities, and 50 % for demobilization activities at the end of the project. Traffic Control and Detour Plans: Furnish all labor, materials, and equipment for the installation and removal of the required traffic control including, but not limited to, changeable 3 Lump Sum message boards, signs, delineators, traffic cones, barricades, Lump s (oL O flashing arrow signs, steel plates, and all other traffic control Sum devices necessary to complete the work. DIP Rehabilitation of Segment No.l including CIP Lining of 4 Lump Sum sewer line: Furnish all labor, materials, and equipment Lump $ 3 ?50 necessary for construction. Sum DIP Rehabilitation of Segment No. 2 including CIP Lining of 5 Lum Sum p sewer line: Furnish all labor, materials, and equipment Lump $ necessary for construction. Sum DIP Rehabilitation of Segment No. 3 including CIP Lining of sewer line: Furnish all labor, materials, and equipment Lump 6 Lump Sum necessary for construction. Sum $ CMSD Project No. 328 Bid Proposal Form — 2 of 9 CMSD SEWER PROJECT NO.328 SCHEDULE OF WORK ITEMS DIP REABILITATION PHASE I BID ITEM APPROX. QUANTITY DESCRIPTION UNIT PRICE TOTAL AMOUNT 7 Lump Sum DIP Rehabilitation of Segment No. 4 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Lump Sum $ �'� 8 LumpSum DIP Rehabilitation of Segment No. 5 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Lump Sum $ 9 Lump Sum DIP Rehabilitation of Segment No. 6 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Lump Sum $ 10 Lump Sum DIP Rehabilitation of Segment No. 7 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. LUMP Sum $� 11 Lump Sum DIP Rehabilitation of Segment No. 8 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Lump Sum $ 12 Lump Sum DIP Rehabilitation of Segment No. 9 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Lump Sum $ ��� 13 Lump Sum DIP Rehabilitation of Segment No. 10 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Sum $ 14 Lump Sum DIP Rehabilitation of Segment No. 11 including CIP Lining of sewer line: Furnish all labor, materials, and equipment necessary for construction. Sump $ O �� 15 Intentionally omitted Lump Sum $ CMSD Project No. 328 Bid Proposal Form — 3 of 9 Accompanying this proposal is{}, NOTICE: Insert the words "Cash", "Certified Check", or "Bidder's Bond", as the case may be in an amount equal to at least 10% of the total bid price, payable to the Costa Mesa Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfactory to the District within 10 Days after the bidder has received written notice of the award of the contract; otherwise, said security shall be returned to the undersigned. Respectfully submitted, QCV �irlk Contractor's Business Name Contractor Title 5 21� s� G ass M.5t 0�� Business Address: Street By: Title 0B, CiL. --341 - zol' City State Zip Contractor's License, Expiration c Date & Classification Business Phone Number on 0QJ,F,- Name Title I (*-� `)so -I1 3 k Residence Phone Number Bidder's Residence: Shreet A -0. CA IT V 0 City State Zip I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct. Dated at����,�,this'" day of�&JsMl20 (Signed) CMSD Project No. 328 Bid Proposal Form — 5 of 9 The full names and residences of all persons and parties interested in the foregoing proposal, as principals, are as follows: NOTICE: Give first and last names in full; in case of corporation, give names of President, Secretary, Treasurer and Manager, and affix corporate seal; in all cases of partnerships and joint ventures give names of all the individual members. �c�lc. CatAs�b�nr�-�l" CONSTRUCTION PROJECT REFERENCES In order to more fully evaluate your background and experience for the project herein proposed, it is requested that you submit a list of Public Works and/or similar construction projects completed, or in progress, within the last 24 months. Your cooperation in this matter is greatly appreciated. DATE PROJECT AWARDED AWARDING AGENCY AGENCY'S CONTRACT ADMINISTRATOR to*; d -/ �-*3 nue z(;' zo C C- tUj -�i I -(76,.J k�<.;4M G9 ko) A G -AA J U* 10 k , t 01 C't-4 ac- Cv � CMSD Project No. 328 Bid Proposal Form — 6 of 9 Bidder shall signify receipt of all Addenda here, if any: DESIGNATION OF SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act" being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto, each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement in an amount in excess of 1 /2 of 1 % of the prime Contractor's total bid and shall further set forth the portion of the work which will be done by each such Subcontractor. Only one Subcontractor for each such portion shall be listed. If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting or subcontracting. of any portion of the work to which no Subcontractor was designated in the original bid, shall only be permitted in cases of public emergency or necessity, and then only after a finding reduced to writing as a public record of the Legislative Body of the owner. Portion State License Of Work Subcontractor's Name and Address Number Class AJ(J 4. CMSD Project No. 328 Bid Proposal Form — 7 of 9 10% BIDDER'S BOND TO ACCOMPANY PROPOSAL (Required if the bidder desires to submit bond instead of a certified or cashier's check). KNOW ALL PEOPLE BY THESE PRESENTS: That we, Performance Pipeline Technologies, Inc. as principals, and Granite Re, Inc. dba Granite Surety Insurance Company — as surety, are held and firmly bound unto the Costa Mesa Sanitary District, a special district, organized under the laws of the State of California and situated in Orange County in the sum of Ten Percent of Bid Amount ($ 10% ) to be paid to the District, its successors and assigns, for which payment well and truly to be made, we bind ourselves, our heirs, executors, and administrators, successors or assigns, joint and severally firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That if the certain proposal of the above bounden Performance Pipeline Technologies, Inc. , is accepted by the Costa Mesa Sanitary District, and if the above bounden, Performance Pipeline Technologies, Inc. his heirs, executors, administrators, successors and assigns, shall duly enter into and execute a contract for such construction, and shall execute and deliver the LABOR AND MATERIAL and the FAITHFUL PERFORMANCE BONDS described within 10 days (not including Sunday) from the date of the mailing of a notice of the above bounden, Performance Pipeline Technologies, Inc., by and from District, that said contract is ready for execution, then this obligation shall become null and void; otherwise it shall be and remain in full force and virtue. IN WITNESS WHEREOF: We hereunto set our hands and seals this of January ,2021. 27th Performance Pipeline Technologies, Inc. BY: day Granite Re, Inc. dba Granite Surety Insurance Company BY: Kenneth D. Whittington, At .tVey-In-Fact CMSD Project No. 328 Bid Proposal Form — 8 of 9 ACKNOWLEDGMENT OF SURETY State of Oklahoma County of Oklahoma On this 271 day of January, 2021 before me personally come(s) Kenneth D. Whittington, Attorney in -Fact of Granite Re, Inc. DBA Granite Surety Insurance Company with whom I am personally acquainted, and who, being by me duly sworn, says that he reside(s) in Oklahoma City, Oklahoma that he is the Attorney in Fact of Granite Re, Inc. DBA Granite Surety Insurance Company, the company described in and which executed the within instrument; that he know(s) the corporate seal of such Company; and that the seal affixed to the within instrument is such corporate seal and that it was affixed by order of the Board of Directors of said company, and he signed said instrument as Attorney(s)-in-Fact of the said Company by like order. k A�k" °° ��Y'J•A�, �,Bethany J. Alred, No bli 50 #11003620 s EXP.04121123 -= f P'"/f*7`P'�i`rbFF F IR�S�`®�lty���l j GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY GENERAL POWER OF ATTORNEY Know all Men by these Presents: That GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, a corporation organized and existing under the laws of the State of MINNESOTA and having its principal office at the City of OKLAHOMA CITY in the State of OKLAHOMA does hereby constitute and appoint: i KENNETH D. WHITTINGTON; KYLE MCDONALD its true and lawful Attorney -in -Facts) for the following purposes, to wit: To sign its name as surety to, and to execute, seal and acknowledge any and all bonds, and to respectively do and perform any and all acts and things set forth in the resolution of the Board of Directors of the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY a certified copy of which is hereto annexed and made a part of this Power of Attorney; and the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY through us, its Board of Directors, hereby ratifies and confirms all and whatsoever the said: i i KENNETH D. WHITTINGTON; KYLE MCDONALD may lawfully do in the premises by virtue of these presents. In Witness Whereof, the said GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY has caused this instrument to be sealed I with its corporate seal, duly attested by the signatures of its President and Assistant Secretary, this 3rd day of January, 2020. E it SEAL Kenneth D. Whittin ton, President STATE OF OKLAHOMA SS: COUNTY OF OKLAHOMA) Kyle P. McDonald, Assistant Secretary On this 3rd day of January, 2020, before me personally came Kenneth D. Whittington, President of the GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY and Kyle P. McDonald, Assistant Secretary of said Company, with both of whom I am personally acquainted, who being by me severally duly sworn, said, that they, the said Kenneth D. Whittington and Kyle P. McDonald were respectively the President and the Assistant Secretary of GRANITE RE INC. DBA GRANITE SURETY INSURANCE COMPANY, the corporation described in and which executed the foregoing Power of Attorney; that they each knew the seal of said corporation; that the seal affixed to said Power of Attorney was such corporate seal, that it was so fixed by order of the Board of Directors of said corporation, and that they signed their name thereto by like order as President and Assistant Secretary, respectively, of the Company.' My Commission Expires: 1, April 21, 2023 Nota Public Commission #: 11003620 ry GRANITE RE, INC. Certificate THE UNDERSIGNED, being the duly elected and acting Assistant Secretary of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY, a Minnesota Corporation, HEREBY CERTIFIES that the following resolution is a true and correct excerpt from the July 15, 1987, minutes of the meeting of the Board of Directors of GRANITE RE, INC. DBA GRANITE SURETY INSURANCE COMPANY and that said Power of Attorney has not been revoked and is now in full force and effect. "RESOLVED, that the President, any Vice President, the Assistant Secretary, and any Assistant Vice President 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 i 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." IN WITNESS WHEREOF, the undersigned has sijbscr;bed this Certificate and affixed the corporate seal of the Corporation this 27=h day of ianuary , 20 21 „D��H SEAL Kyle P. McDonald, Assistant Secretary GR0800-1 NON -COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say, that neither they nor any of them have in any way, directly or indirectly, entered into any arrangement or agreement with any other bidder, or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either of them has paid or is to pay to such bidder or public officer any sum of money, or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly, entered into any arrangement or agreement with any other bidder or bidder, which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids; that no bid has been accepted from an Subcontractor or supplier through an bid depository, the B Laws, Rules, or Regulation of which Y pp g Y p rY� Y- g prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository, or which prevent any Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository; that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay, deliver to, or share with any other person in any way or manner, any of the proceeds of the contracts sought by this bid. w�- Subscribed and sworn to before me by: is oe C 4 e This rL-, day of20)1. S�PIc,F,ry CHARDS MARC NUYd�R Notary Public California "m Orange County My Commission expires: �61 r Commission �; 22412b1 My Comm, Expires Jun 16, 2072 Notary Public CMSD Project No. 328 Bid Proposal Form — 9 of 9