Loading...
Bid Proposal - TSR Construction & Inspection - 2015-11-24 COSTA MESA SANITARY DISTRICT ORANGE COUNTY, CALIFORNIA RID PROPOSAL FORM Installation of Backup for 23rd Street Pump Station Nroject No. 796-C Namc of Bidder: ISR COA/5/ ttVci tot/ nig/ 4 (if' S Oe (/ (Op S Address: 4'16N Av.,v'O¢ LEON, RAf (NO Cyril /MA/619/ r, 9/970 Phone No.: 90q 33( 27y9 TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT: Pursuant to and in compliance with the Notice Inviting Scaled 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 famished as to the requirements of the specifications and the contract If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within 60 WORKING DAYS. 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 p of the work required in connection with the construction of said work all in strict conformity with the fir plans and specifications and other contract documents, including addenda Nos.: , and on file in the District office for the prices hereinafter set forth. Thc 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: L L L r it r CMSD Project No. 196-C Bid Proposal Form—I of9 t CMSD SEWER PROJECT NO. 196-C Installation of Backup Power for 23rd Street Pump Station SCHEDULE OF WORK ITEMS BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT I Lump Sum Bonds, Insurance, and Permits: Work under this item includes any costs incurred for securing bonds, insurance permits and financing for construction work. Lump Sum $ 3,700 2 Lump 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, and maintaining the project site in a safe and orderly manner during construction_ Lump Sum $V2/,O 0 3 Lump Sum Traffic Control: Furnish all labor, materials, and equipment for the installation and removal of the required traffic control including, but not limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, and all other traffic control devices necessary to comply with the traffic control requirements of the City of Newport Beach Lump Sum S 3)70 0 4 Lump Sum Install Conduits&Electrical Equipment Work under this item shall be all inclusive and include, all labor, material, and equipment for a complete installation of all electrical equipment in and around the generator building, the conduits and and all electrical equipment and wiring at the existing electrical enclosure adjacent to the pump station, including but not limited to. excavation of [� the existing surface, laying of conduits, bedding and Fi+ backfill, replacement of the surface, core drilling through walls and attaching conduit to wall, new transformer, automatic transfer switch, disconnect, panel, pulling wires, wiring, any and all connections to existing electrical enclosure and new generator, etc_, for a complete and turnkey installation whether or not items are specifically mentioned herein. Permit fees shall be reimbursed to Contractor. Lump Sum S 9tee0 C pC t fr CMSD Project No. 196-C Bid Proposal Form-2 of9 S tr CMSD SEWER PROJECT NO. 196-C Installation of Backup Power for 23rd Street Pump Station P SCHEDULE OF WORK ITEMS (r BID APPROX. UNIT TOTAL DESCRIPTION ITEM QUANTITY PRICE AMOUNT 5 Lump Suni Prepare Generator Site Work under this item shall be all inclusive and include furnishing and installing any and all labor, material, and equipment necessary for constructing a fully prepared generator arca, including but not limited to removal and relocation/replacement of existing wrought iron fence and ims landscaping, grading, ovcrcxcavation meeting soils engineer's requirements, compaction and compaction testing meeting soils engineer's requirements, construction of split faced block walls, footings, drainage, drain lines, slab, door painted green, roof, connections, exhaust system, removal and replacement of curb & gutter as necessary, construction of new sidewalk, painting, providing and installing additional landscape around block Y wall building, etc., for a complete and turnkey installation tip of the generator block wall building. Permit fess shall be reimbursed to Contractor each S.99000 w p 6 Lump Sum Provide and Install Kohler Diesel Generator p Work under this item shall be all inclusive and include furnishing and installing any and all labor, material, and equipment necessary for constructing a fully operational generator, including but not limited to, purchase and installation of new generator, connections to conduits, wiring, provisions for temporary power if necessary to prevent a sewer overflow, registration with AQMD, testing, startup, and coordination with District personnel. Permit fees shall be reimbursed to Contractor. Lump Sum S 60/000 TOTAL AMOUNT OF ITEMS I THROUGH 6 Lump Sum S $4900 /ftaamL I'f WORDS) Bfl( �UML&z Rive ,�jd1U /ire,uy rtn /third F 1 r CMSD Project No. 196-C Bid Proposal Form 3 of 9 C Bidders Initials G.O. 1V Note In case of a discrepancy between the words and figures, the words shall prevail. The Contractor agrees that the District will not be held responsible if any of the approximate quantities 6 shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error, omission or mis-statements shall be discovered in L the estimated quantities, it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified, in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor, or excuse him from any of the obligations or liabilities hereunder, or entitle him to any damages or compensation otherwise than as provided for in this contract. The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or rexpedient, and that the payment for incidental items of work, not separately provided in the proposal ` shall he considered included in the price hid for other various items of work. Accompanying this proposal is 81.0017P15 50 Al s 178 >O �. NOTICE: Insert the words "Cash", "Certified Check", or "Bidders 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 ease 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, T5R COA/STRUrrio,v AuD i.v5Pecr,O ,v ORES/DE.vi Contractor's Business Name Contractor Title 576v AVEN/DA trot/ 6A0Rigt znA/RTAA/ Business Address: Street By: Title R" en' (Ho Gvenvla /6A 9/730 A fJ r{$g//z 3 I�3/I/6 L City State Zip Contractor's License, Expiration Date& Classification 9/29 33 / 7749 Business Phone Number 6A13RJIt SAPtf 8Z" pRE5/ OAtii Name Title 909 33/ 72 V9 Residence Phone Number 8769 Av5ti/DA trOA0 PM/ CHO Bidder's Residence: Street L CMSD Project No_ 196-C Bid Proposal Form—4 of9 I k9,V (HO CVCAHOA/6Al C/9- 91 7 3 6 City State Zip I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct. jr Dated at R9j/Ct/O (Or. , this 2 'L_day of ,VOUOM6ER 20 (S_ (Signed) P L The full names and residences of all persons and parties interested in the foregoing proposal, as principals, arc 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_ 6ABe(tL 2A19IeTAv PrestteA/T, TREASvPre, 5t(NT9fl L • r r it f • F" L CMSD Project No. 196-C Bid Proposal Form—5 of9 I �.. 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 AGENCY'S CONTRACT AWARDED AWARDING AGENCY ADMINISTRATOR 70 tit (lr-1 or OF9u6 ( z0 3 (057-A MFSA 6,94/1179 AV D15741(7- 70 / 15741( 770 / 2 f / ry OF tocroA/ dpi/ crtY CT Canna` LCR PROJECT ADDENDA Bidder shall signify receipt of all Addenda here, if any: ADDENDUM NO. DATE RECEIVED BIDDER'S SIGNATURE t! 1707/ 5- � t r 1► I r f fr CMSD Project No_ I96-C Bid Proposal Form—6 of9 r r DESIGNATION OF SUBCONTRACTORS hi compliance with the "Subletting and Subcontracting Fair Practices Act" being Sections 4111(1-4113 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 I% 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 (r 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. ins Portion State License Of Work Subcontractor's Name and Address Number Class PnRIA/6 AVRNM etc -rib ( 906069 C /l7 r S t p� r r r >V P i{{t I r r Fv t CMSD Project No. 196-C Bid Proposal Form —7 of 9 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 W 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 any Subcontractor or supplier through any bid depository, the By- Laws, Rules, or Regulation of which 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. TSR CDA/STRvC f(Ok 6,1/8 /MSee cTfo 69 flirt gn" ier giv P f 4 1 ra.as- Subscribedd and sworn to before me by: This 3 d y of 449-1/ '0 41 �rj COMMk 101 999 tl r NOrAAYPUBFfC,CAOrOANIA N eR SPH BFgHgg01N0 °"" My Commission expires: MYC0110 rxP APR 10.no'-' N Public C C r r it CMSD Project No. 196-C Bid Proposal Form-9 of 9 Costa Mesa Sanitary District . . .an Independent Special District ADDENDUM NO. 1 196-C INSTALLATION OF GENERATOR AT 23RD PUMP STATION Today's Date: November 20, 2015 Bid Opening Date: November 24, 2015, 10:00 a.m. This Addendum is hereby made a part of the contract documents and receipt of the Addendum shall be noted in the Bidder's proposal_ The following changes, additions, clarifications or modifications shall be made to the contract documents and all other conditions remain the same. 1. On sheet E-2 the Control Center Elevation, the pump panel is existing and will remain. If there are any questions regarding this addendum, please call (714) 293-2727. Thank you. COSTA MESA SANITARY DISTRICT Rob Flamers, PE District Engineer ��• Protecting our community's health and the environment by providing solid waste and sewer collection services. 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, T S R Construction and Inspection as principals, and Indemnity Company of California as surety, arc 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 10% of the amount bid ($ 10% of the amount bid ) 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 T S R Construction and Inspection , is accepted by die Costa Mesa Sanitary District, and if the above bounden, TSR Construction and Inspection his heirs,executors,administrators, successors and assigns, shall duly enter into and execute a contract for such constmction, 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 bounders a Construction and Inspecliora, 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 23rd day -- of November ,20 15 > el Zaprttan: 'resident,T R onstruction and Inspection n ony a : orney in act, n emnity Company of California . .,., POWER OF ATTORNEY FOR DEVELOPERS SURETY AND INDEMNITY COMPANY INDENNFTY COMPANY OF CALFORNIA PO Bat 19725,IRWIE.CA92623(9/9)2613300 KNOW ALL BY THESE PRESENTS Putt wept as°grpdy limited,DEVELOPERS SURETY AND INDEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA do each hereby make,aamtltoe ad appoint "'Matt Foster,William Rapp,Anthony Clark,Jason March, Lori Cooknick,jointly or severally"' as their hue and breluF ey(s)-EFad to Make execute.deliver and ackoNadge.M ander behalf of said corporation,as sureties.bads.undertakings ad contacts of saeyteh Ong and granting unto eSMAlhxey(spr rad fiA past and simaity to do end to pafmn very act necessary,eWMleaproper to be done in as mdlm ba with as each of said corporator could do,but reserving to mph of sod cop:atom full poser of substitution and reooBsh,and al of the ante of said ANomey(S)-in-Fed,pursuanitothae presents,se herby raged ad confirmed. This Power d Money Is graded and niggled by hit nle ceder and by authority of the fdlawg raglan adopted by the respective goads of Deectac of DEVELOPERS SURETY AND INDEMNITY COMPANY and INCEWIIMY COMPANY O CALIFORNIA efecae as ofJanuary 1st 2008. RESOLVED,that a wrrietion of any no title Cheimah of the Board,the Resident.Emotive urtcRSldmL Senior Ace-President orany Vice Resident of the corporation be.end that esdi of Nem hereby is,Monnet to execute thisPapa of Money,qualifying the bomey(s)nand in the Parer ofAttorney to execute m behalf of the wporaios bads.undMWbgs and octecb dsuretyship;and that the Sweiay a any Assistant Sweary of either tithe rnpaalan be,ad each of than hereby is,authorized toattest the exxvtion of any such Power ofANamy RESOLVED,FURTHER that the signatures of such Of may be Meed to any such Power of MOM"or to any catifaele Sang thane by favWe,and any such Power&Affiney or certificate bean such female agn*.wes shd be sag and Wage upon the wpaaks when so affixed end in thefubae Wth roped to an bang octangle or contract d surayship to Mich t o staged. IN YATNESS IcYHERECP DEVELOPERS SLRETY AND ttEMNITY COMPANY and INDEMNITY COMPANY OF CALIFORNIA has severally caused Nae assents to be signed by their respective officers an alleged byter respective Secretary or Assistant Secretary this January 29,2015. By CH— tillt-dci /"y//./ SN Ano 40 O ,,PANYO�[� Dont% 5 ync OJ Ow}ORgl�Tf ,',GV pPOiLi 9 V IS( t = S Po �,. e� 1178 /!/!i OCT.to 1967 CT. Mak lamdm,Vice-President 'P1 yoR%Fs y O9ue of * t A notary public or other officer completing d9s cereffcate verifies oily the identity of the individual who signed the document to°Mich this certificate is attached,and not the truthfulness.accuracy,or vaiBly of that doaanent. Stan dermal Cwyd Orange a. Joon'29,2015 before me Untie Raiment Notary RHP Dab Has Inset Mn NM,of MFF Peradegl,amend Daid Yasg and Mark Lasdon sant agasNl We pggdto rem the basis of satisfactory evidence to be the pasen(s)Mme panels)Ware subated tothe vein hotsxrmt and adamdadged to me Na MNb.Mry executed the same in NCAw&nir euw wed I� cepacilyV ).and 600 byhMi&MrsigneIre(s)on the nsbumemte pemv(s),a the ratty upon behalfof DOLLS MYNOND vee the primps)wet executed the Internet I:Apr'a CpmNMbd/2011915 Pa;-CIINIndls I ugly undo PENALTY 0 PERJURY undo theism ofthe Sete c(CaWatve that the foregone pa/grape is t 1/ Orange CPNbtrue and wren M%Comm."Ion Oct 19{29191 WTNESS my hand end official sed Place Nday Sag MOM Sgnehire Wcil .cheery Pct CERTIFICATE The undeisgne4 as SeaMery or Assistant Seaway d DEVELOPERSSURETYAND IKOENYJRY COMPANY a INDEMNITY COMPANY OF CALFCRNIA does hereby arSthM the begone Poorer ofAttcmeyrectls in lug bce and has not been reglad end,furthermore,that the amnions Steresdufau ofthe remedies Bonds of Rectors of end wpaalns set kat sthe Ppsa d Attorney are face as dee lee ofthis Certificate. /�n•'^Ibis Certificate at{tss exeandnte Ctydf vfCafbmie.the 23rd dell Of NovemberBy .2015 . Cera J.,lbmbb/644448 —Assistant5 l0.1380(Raa0V15) ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Sacramento On /1/4//tr before me, Sarah Ann Zickefoose - Notary Public (insert name and title of the officer) personally appeared Tony Clark who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) 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. I g" SArtAMANNZICkEFOOSE sl��rx�e COMM.#2053715 m IM S^. Nmary PWW Public-Caomia ;comoi4a one/LComm.MEN °COUNTY a 1Mr Ery. DEC.29,2M 7I Sigga - "— (Seal)