Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Bid Documents Submitted
EXPERIENCE STATEMENT To be responsive, the bidder must list below a minimum of three public agencies for which bidder has performed similar work within the past five years. Only projects in excess of $200,000 each qualify as similar for this project. 1. Project Title City Hall Roof Contract Amount $189,297.54 Type of Work PVC Roofing Client City of Fillmore Agency Project Manager David Smallwood phone (805) 201-9623 Date Completed_ 02/24/2023 % Subcontracted 0 2. Project Title J.W. North High School Re -Roof Contract Amount $1,137,037.00 Type of Work Henry Roof Maintenance System Client Riverside Unified School District Agency Project Manager Janelle Tuominen Phone (951) 289-7227 Date Completed 11/08/2019 % Subcontracted 0 3. Project Title Montebello High School Contract Amount $1,696,173.00 Type of work SBS Modified Bituminous Membrane Roofing Client Montebello Unified School District Agency Project Manager _Robert Geiger Phone (323)720-5462 Date Completed 02/02/2022 % Subcontracted 0 NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal',A�%6,purrent financial copditjon. Each bidder shall possess a valid Contractor's License issued by the Contractor's State License Board at the time his/her bid is submitted. The class of license shall be applicable to the work specified in the contract. Each bidder shall also have no less than five (5) years of experience in the magnitude and character of the work bid. Bidder Qualifications called for to be submitted at time of bid include, but are not necessarily limited to: 1. The Contractor shall have been in business under the same name and California Contractors License for a minimum of five (5) continuous years prior to the bid opening date for this Project. The license used to satisfy this requirement shall be of same type required by the contract. 2. License classification shall be as required by the contract specifications. 3. The Contractor shall have five (5) years of experience in the Application of fluid -applied roof membrane. 4. The Contractor shall perform at least 50% of contract with its own forces. EXECUTION OF CONTRACT: The bidder to whom award is made shall execute a written contract with the City on the agreement form provided, and shall secure all insurance and bonds as herein provided within ten (10) days from the date of written notice of the award. Failure or refusal to enter into a contract as herein provided, or to conform to any of the stipulated requirements in connection therewith shall be just cause for the annulment of the award and the forfeiture of the proposal guarantee. If the successful bidder refuses or fails to execute the Contract, the City may award the Contract to the next lowest responsible bidder or re -advertise. On the failure or refusal of the lowest responsible bidder or next lowest responsible bidder to execute the Contract, such bidder's guarantees shall be likewise forfeited to the City. PERMITS, FEES AND LICENSES: The Contractor shall possess a valid business license prior to the issuance of the first payment made under this Contract. CLAIMS FILING AND PROCESSING: The City and Bidder agree to attempt to orally resolve any disputes which may give rise to a claim (hereafter, "Claim") that falls within the definition of Public Contract Code section 9204 (hereafter, "Section 9204"). If these efforts are unsuccessful, the City and Bidder shall process the Claim in accordance with Section 9204. In summary, if the Bidder decides to submit a Claim to the City, it shall be sent by registered or certified mail, return receipt requested, together with reasonable documentation to support the Claim. A Claim may include a Claim by a subcontractor or a lower tier subcontractor meeting the requirements of Section 9204(d)(5). Within 45 days of receipt of the Claim, or any extension thereof agreed upon by the City and the Bidder, the City will conduct a reasonable review of the Claim and provide the Bidder with a written statement identifying what portion of the Claim is disputed and what portion is undisputed. Payment of any undisputed portion of the Claim shall be made within 60 days after the City issues its written statement. If the City does not provide a written statement within the time specified, the Claim shall be deemed rejected. If the Bidder disputes the City's written statement or if the Claim is deemed rejected, the Bidder may demand in writing by registered or certified mail to the City, return receipt requested, an informal conference to meet and confer in an effort to settle the disputed portion of any Claim. Within 30 days of receipt of such written demand, the City shall schedule a meet and confer conference. If any portion of the Claim remains in dispute after the conference, the City shall, within 10 City business days of the conclusion of the conference, provide the Bidder with a written statement identifying any portion that remains in dispute and any portion that is undisputed. Payment of any undisputed portion shall be made within 60 days after the City issues its written statement. Any remaining disputed portion shall be submitted to nonbinding mediation in accordance with Section 9204(c)(2)(B), unless the Bidder and City waive the mediation upon mutual written agreement. CONFLICT of INTEREST: In the procurement of supplies, equipment, construction and services by sub - recipients, the conflict -of -interest provisions in (State LCA-24 CFR 85.36 and Non -Profit Organizations - 24 CFR 84.4), OMB Circular A-110, and 24 CFR 570.611, respectively, shall apply. No employee, officer or agent of the sub -recipient shall participate in selection or in award of administration of a contract supported by Federal funds if a conflict of interest, real or apparent, would be involved. DECLARATION OF ELIGIBILITY TO CONTRACT [Labor Code Section 1777.1; Public Contract Code Section 6109] The undersigned, a duly authorized representative of the contractor, certifies and declares that: 1. The contractor is aware of Sections 1777.1 and 1777.7 of the California Labor Code, which prohibit a contractor or subcontractor who has been found by the Labor Commissioner or the Director of Industrial Relations to be in violation of certain provisions of the Labor Code, from bidding on, being awarded, or performing work as a subcontractor on a public works project for specified periods of time. 2. The contractor is not ineligible to bid on, be awarded or perform work as a subcontractor on a public works project by virtue of the foregoing provisions of Sections 1777.1 or 1777.7 of the California Labor Code or another provision of law. 3. The contractor is aware of California Public Contract Code Section 6109, which states: (a) A public entity, as defined in Section 1100 [of the Public Contract Code], may not permit a contractor or subcontractor who is ineligible to bid or work on, or be awarded, a public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code to bid on, be awarded, or perform work as a subcontractor on, a public works project. Every public works project shall contain a provision prohibiting a contractor from performing work on a public works project with a subcontractor who is ineligible to perform work on the public works project pursuant to Section 1777.1 or 1777.7 of the Labor Code. (b) Any contract on a public works project entered into between a contractor and a debarred subcontractor is void as a matter of law. A debarred subcontractor may not receive any public money for performing work as a subcontractor on a public works contract, and any public money that may have been paid to a debarred subcontractor by a contractor on the project shall be returned to the awarding body. The contractor shall be responsible for the payment of wages to workers of a debarred subcontractor who has been allowed to work on the project. 4. The contractor has investigated the eligibility of each and every subcontractor the contractor intends to use on this public works project, and determined that none of them is ineligible to perform work as a subcontractor on a public works project by virtue of the foregoing provisions of the Public Contract Code Sections 1777.1 or 1777.7 of the Labor Code, or any other provision of law. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Executed this day of January 25 20-124 at Fontana, California (place of execution). Title: president Name of Contractor: Rite -Way Roof Corporation BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE In accordance with Government Code Section 14310.5 and in conformance with Public Contract Code Section 10162, the Bidder shall complete, under penalty of perjury, the following questionnaire: QUESTIONNAIRE Has the Bidder, any officer, principal or employee of the Bidder who has a proprietary interest in the business of the Bidder, ever been disqualified, removed, or otherwise prevented from bidding on or completing a federal, state or local government project because of violation of law or a safety regulation? NO X If the answer is yes, explain the circumstances in the following space: STATEMENT In conformance with Public Contract Code Section 10232, the Contractor, hereby states under penalty of perjury, that no more than on final unappealable finding of contempt of court by a federal court has been issued against the Contractor within the immediately preceding two-year period because of the Contractor's failure to comply with an order of a federal court which orders the Contractor to comply with an order of the National Labor Relations Board. NOTE: The above Statement and questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification City of Diamond Bar City Hall Re-Roof/Rehabilitation Project Bid Date_ January 25, 2024 This information must include all construction work undertaken in the State of California by the bidder and any partnership, joint venture or corporation that any principal of the bidder participated in as a principal or owner for the last five calendar years and the current calendar year prior to the date of bid submittal. Separate information shall be submitted for each particular partnership, joint venture, corporation or individual bidder. The bidder may attach any additional information or explanation of data, which he would like, taken into consideration in evaluating the safety record. An explanation must be attached of the circumstances surrounding any and all fatalities. ITEM 5 CALENDAR YEARS CURRENT PRIOR TO CURRENT YEAR YEAR 2018 2019 2020 2021 2022 TOTAL 2023 No. of Contracts 120 146 90 106 109 121 Total dollar amount of $5.672,021 $7.370,891 $12,885,815 $12,179,375 $12,605,603 $50,913,705 $12,225,927 contracts (in 1,000's) No. of lost workday cases 2 0 2 0 0 4 No. of lost work day 15 0 0 0 0 15 92 cases involving permanent transfer to another job or termination of employment No. of lost workdays 8 0 462 0 0 470 0 *The information required for this item is the same as required for columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational Injuries and Illnesses, OSHA No. 102. The above information was compiled from the records that are available to me at this time and I declare under penalty of perjury that the information is true and accurate within the limitali-ans of these records. Rite -Way Roof Corporation Name of Bidder (Print 15425 Arrow Route Address Class Fontana, CA 92335 City Zip Code Jeff Huqhes 661941 B, C10, C39 & C43 State Contractor's Lic. No. & (909) 350-8490 Telephone A Document A310TM -2010 Bid Bond CONTRACTOR: (Name, legal status and address) Rite -Way Roof Corporation 15425 Arrow Boulevard Fontana, CA 92335 OWNER: (Name, legal status and address) SURETY: (Name, legal status and principal place of business) Developers Surety and Indemnity Company 17771 Cowan, Suite 100, Irvine, CA 92614 City of Diamond Bar 21810 Copley Drive Diamond Bar, CA 91766 BOND AMOUNT: Ten Percent of Their Greatest Amount Bid (10% of Their G.A.B.) PROJECT: (Name, location or address, and Project number, if any) CITY HALL RE-ROOF/REHABILITATION PROJECT This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the tern Owner shall be deemed to be Contractor. When this Bond has been famished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. Signed and sealed this 2nd day of January 2024 ICITe-way (Witness) (Witness) /(T,ltle) Janelle L. Tuominen, attorney -in -fact CAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original ass:pes that changes w111 not be obscured. Ina. AIA Document A310TM — 2010. Copyright ® 1963, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIA" Document is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AIA® Docurnunt, or any portion of it, may result In severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law. l Purchasers are permitted to reproduce ten (10) copies of this document when completed. To report copyright violations of AIA Contract Documents, -e-mail The American Institute of Architects' legal counsel, mpydght@aia.org. senro POWER OF'ATTORNF.Y FOR COREPOINTE INSURANCE COMPANY DEVELOPERS SURETY AND INDEMNITY COMPANY 59 Maiden Lane, 43rd Floor, New York, NY 10039 (212)220-7I20 KNOW ALL BY THESE PRESENTS that, except as expressly limited herein, COREPOINTE INSURANCE INDEMNITY COMPANY,dohereby make, constitute and. appoint COMPANY and DEVELOPERS .SURETY AND Janelle L. Tuominen and Susan C. Monteon . Of Riverside CA as ifstrue and lawful Attomey-in-Fact, to make, execute, deliver and acknowledge, for and onUehalfof said companies, as sureties, bonds, undertakings and contracts of suretyship giving and granting mine, said Af{amey-in-Fact full power and authority to do and to pert armevery act necessary, requisite or proper to be done in connection therewithas each of said company could do, but reserving to each otsaid company full power of substitution and revocation, and all of theays ofsaid Attomey.in-Fact, pursuant to these pmsents, am hereby ratified and confirmed. This. Power of Attorney is effective January 2, 2024 shalt expire on December 31, 2025, _._. _ and This PowerofAnomey is granted and is signed under and by authorityof the following resolutionsadopted by the Board of DirectorsofCOREPOINTE INSURANCE.. COMPANY and DEVELOPERS SURETY AND INDEMNITY COMPANY (ceflec6vely, "Company") on February 10, 2023. RESOLVED, that Sam av P de t c rt vines Reh Vic, �_llOde nt J Pres den[ Su etv I f 'tittg, and L_'mie Dawson Exe-unv . Ind..,.._:,,,, SRrgty. each an employee ofAmTmst North America, Inc., of affiliate of the Company(the "Auflrorized Si of Atfom , . gimlif ,i g a. o-y(s}ii-fact named in the Power of Atmmey to e;cecute, on heMif oP the (qm )' are hereby authorized mexecute a Pova2 suretyship, or other suretyship rib mid that the Socretary or any AssislmltSecret p �^�. undertakings and contracts of the execution ofany such Power ofAttomey. ary of the Company be, and each of then hereby is, authorized to attest RESOLVED, that the signature Of my one of the Authorized Signors and the Secretary Oran Assistant Secretary of the Company, and the seal of theCompany must be affixed to any such Puwerof Attorney, and any such signature or seal may be affixed by tacsimile, and such Power of Attomey shall be valid and binding upon the Company when soafExed and in the fumm with respect to any bond, undertaking orcontract of"suretyship to which it is attached. IN WITNESS WHEREOF, COREPOINTE INSURANCE COMPANY aid DEVELOPERS SUREIY AND INDEMNTY COMPANY have caused Ouse presems to be signed by the AurhorizedSlgnorand attested by their Secretary or Assistant Secretary this -_-- -March 27 2023 ,,aaNNurr,p,, ,aaprruy,y By: �`�S\'NEAALp'' = `:�hJ�•`:a \•�`(l ANkDS�RLtiC Q. FtPOfg<Printed Nat OA 0 C Title: President, Surety U derwrii OJ.LL9TrFyoa''� ?•.yy IX : 1936 •�• ACKNOWLEDGEMENT: OJ "�Ftgwr� \?` moo'" cgUFOR�P'.bo' E .riia.blic 0' other officer completing this certificateverifies only the he individual who signed the document to which this certificateis d not the truthfulness, accuracy, or validity of that document. STATE OF California COUNTY OF Orange _ On this 27 day of Murrell, 2023 , before me Hoa whopmvedmmeonthebasisofmuisfac na-Qu9en Phu Phaf - personally appeared Sam 7.aza toryevidence to the person whuse name is subscribed to vrithm the instrument and acknowledged to me thatthey executed the same in their autlwnsdcapacity, and that by the signature tar the Instrument the entities, upon behalf which the person acted, executed this instrument. I Certify, under penalty of perjury, under the laws of the State of California that the foregoing paragraph is true and corcect. WITNESS myhand and official seal. O ROANG-QUYEN P. IHAM Notary Public -California Oran le County 5-1270y Comm. Expires Der 31, 2024 ' CORPORATE CERTIFICATION The undersigned, the Secretary or Assistant Secretary of COREPOINTE INSURANCE COMPANY mid DEVELOPERS SURF: fY AND INDEMNITY COMPANY, does hereby certify that the provisions of the resolutions ofthe respective Boards of Directors of said corporations set forth in this Powr:rofAttorney areM ANY, soft hereby cerofttiis that This. Certification is executed in the City of Cleveland, Ohio, this March 19, 2023. �x�u�slgn/ao�av: By:.�n KY3C-INJ.t�i4.< Barry W. Moses, AssistanLSecretary POA No. N/A �aBar15E]ADESaae... Docu$ignEnvelopelD:3352BFD65E9D-47W837E-C1 E455E8530F - Ed. 0323 III CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT --�I 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 Riverside On January 2, 2024 before me, Date Personally appeared Janelle L. Tuominen Susan C. Monteon Notary Public, Insert Name of Notary exactly as it appears on the official seal Names) of Signer(s) 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. C. N COMM.SUSANNIONTE 23659 %'., OMM#2365920zNotary I certify under PENALTY OF PERJURY under the laws of Public • California a the State of California that the foregoing paragraph is true Riverside County y Comm. Expires July 16, 2025+ and correct. Witness my hand and official seal.. ' — —7-- Signature ,(AAA,�,�,C_`V" - � Place Notary Seal Above /v Signature of Notary Public Susan onte� M on 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 anc� reattachment of the form to another document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer —Title(s):_ ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: RIGHTTHUMBPRINT OF SIGNER .. of thumb here Signer's Name: ❑ Individual ❑ Corporate Officer—Title(s): — ❑ Partner ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: CALIFORNIA ACKNOWLEDGMENT CIVIL CODE § 1189 ..:•a 3;&itidt.Yi.�� mass�n�veaw 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 1 County of San Bernardino 1l On January 25 2024 before me, Date personally appeared Jeff Hughes Lisa S. Mora, Notary Public Here Insert Name and Title of the Officer Name(s) of Signer(s) wno proven 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. *iot U6A S. MOM Notary Public • CalHorma IL San Bernardino County _ Commission 8 2470261 My Comm, Expires Nov i, 2027 Place Notary Seal and/or Stamp Above 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 �Ql7C� Signature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ eral ❑ Individual Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: ©2019 National Notary Association Number of Pages: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer is Representing: