Loading...
HomeMy WebLinkAboutBid Package 231220 Diamond Bar City Hall Rehabilitation_signedEXPERIENCE 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 . Proj ect Title Santiago Canyon College Building_D, E, H, G, L and SC Roof Replace Contract Amount $1,535,380.00 Type of work Roof replacement Client Rancho Santiago CCD Agency Project Manager Erick Martinez Phone (714) 480-7554 Date Completed 5/5/2023 o Subcontracted 0% - all self performed 2. Project Title AHCCC Roof Contract Amount $1,358,583.83 Type of work Roof replacement Client City of Calabasas Agency Project Manager Erica Green Phone (818) 224-1654 Date Completed 5/9/2023 o Subcontracted 0% - all self performed 3. Project Title Laguna Beach HS - 2022 Roofing Replacements Contract Amount $701,760.00 Type of work Roof replacement Client Laguna Beach USD Agency Project Manager Ryan Zajda Phone (949) 497-7700 Date Completed 10/14/2022 o Subcontracted 13% - Asbestos Abatemeni NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal o is curre financial condition. Bidder's Signature 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 500 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 22nd of January 2024, at Pomona, California (place of execution). �r Signature Name: Don Seo Title: President Name of Contractor: AME Builders Inc dba AME Roofing 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? YES 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 certific mate subject the certifier to criminal prosecution. CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification City Hall Re -roof / Rehabilitation Project Bid Date 01/25/2024 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 YEAR PRIOR TO CURRENT YEAR 2018 2019 2020 2021 2022 TOTAL 3 7 15 13 25 63 2023 No. of Contracts 35 Total dollar amount of 235 642 3,137 2,644 8,031 14,689 13,605 contracts (in 1,000's) No. of lost workday cases 0 0 0 1 0 1 0 No. of lost work day 0 2 0 0 0 2 0 cases involving permanent transfer to another job or termination of employment No. of lost workdays 0 0 0 1 0 1 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 limitations of these records. AME Builders Inc dba AME Roofing Name of Bidder (Print 1242 Transit Ave., Address Class Pomona, CA 91766 City Zip Code Signature 1057266 / C39.A.B.C10,C20,C33,C43 State Contractor's Lic. No. & 909-766-3200 Telephone BID BOND KNOW ALL BY THESE PRESENTS, That we, AME BUILDERS, INC. of 1242 TRANSIT AVE. POMONA, CA 91766 as Principal, and GREAT AMERICAN INSURANCE COMPANY (bereinafter called the Surety), as Surety are held and fu-nly bound unto CITY OF DIAMOND BAR (hereinafter called die Obligee) in the penal sum of TEN PERCENT OF AMOUNT BID (hereinafter called the Principal), Dollars ($ _ _ 10% for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, yointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH, That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for _CITY HALL RE -ROOF AND REHABILITATION NOW, THEREFORE, If [lie said Contract be timely awarded to the Principal and the Principal shall, withinllc�t Itins�ag,may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable to the Oblig eTdr t"faithiU performance of the said Contract, then this obligation shall be void; otherwise to remain in full force and effect., - f r ; Signed and sealed this 4TH day of DECEMBER -C JAAbk 6AA/ 3(h VAht/ Witness - E_ � SQIn� Witness 2023 AME BUJ D- INC. "1f1` (Seal) Principal vow S 0, bPeseim-- Title GREAT AMERICAN INS AN CO AN By KEVIN VEG 00V A mey-in-Fact CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL •D ,caE.�E.s� .aE�E/� ..� .wE..� .a..a .aE.a..aE� _c�..s�.•.a E� .wE_aE�E.u� .�..a .v�..aE..�E� .sue .v.E/�'. .sue —c.M91M, 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 . Los Angeles On 12/05/2023 Date personally appeared before me, Hyun Ho Phillip Goo. Notary Public , Here Insert Name and Title of the Officer Don Seo Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name isles subscribed to the within instrument and acknowledged to me that he/S%e/they executed the same in his/ftwAheir authorized capacityftQ), and that by his/herftlwir signatureKon the instrument the person, or the entity upon behalf of which the person(s) acted, executed the instrument. �,*^�� �� HYLIN HO PHILLIP GOO �" COMM. 2413446 N a NOTARY PMLIC. LIr0RN1A N LOS AWGREs COUNTY °+ew.K° MY COMN. EXP. SEP. 1T, 2026 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 Signature Public Place Notary Seal Above OPTIONAL Though this section is 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 ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 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: G '�4'✓ 'r/6�6�✓.'✓ ✓ .vb'.v:',v; `✓ •y;•✓:'d ai •✓ �✓6'y y '✓,`i,/ri aif'y6�✓:'y y:'•✓S�"'✓S'✓:'✓/.\%.h"✓.:�✓6'y 'y.C✓.v..L .y�S.�S.y ��. GREAT AMERICAN INSURANCE COMPANY Administrative Office: 301 E 4TH STREET • CINCiNNATI, OHIO 45202 • 513-369-5000 • FAX 513-723-2740 The number of persons authorized by this power of attorney is not more than FOUR No.0 20974 POWER OFATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the GREATAMERICAN INSURANCE COMPANY, a corporation organized and existing under and by virtue of the laws of the State of Ohio, does hereby nominate, constitute and appoint the person or persons named below, each individually if more than one is named, its true and lawful attomey-in-fact, for it and in its name, place and stead to execute on behalf of the said Company, as surety, any and all bonds, undertakings and contracts of suretyship, or other written obligations in the nature thereof; provided that the liability of the said Company on any such bond, undertaking or contract of suretyship executed under this authority shall not exceed the limit stated below. Name PHILIP E. VEGA KEVIN VEGA BRITTON CHRISTIANSEN MYRNA F. SMITH Address ALL OF COVINA, CALIFORNIA Limit of Power ALL $100,000,000 This Power of Attorney revokes all previous powers issued on behalf of the attomey(s)-in-fact named above. IN WITNESS WHEREOF the GREAT AMERICAN INSURANCE COMPANY has caused these presents to be signed and attested by its appropriate officers and its corporate seal hereunto affixed this 9TH day of FEBRUARY 1 2021 Attest GREAT AMERICAN INSURANCE COMPANY utw Assistant Secretary Divisianat Senior trce President STATE OF OHIO, COUNTY OF HAMiLTON - ss: MARKVICAR,o (877-377-2405) On this 9TH day of FEBRUARY 2021 , before me personally appeared MARK VICARIO, tome known, being duly sworn, deposes and says that he resides in Cincinnati, Ohio, that he is a Divisional Senior Vice President of the Bond Division of Great American Insurance Company, the Company described in and which executed the above instrument; that he knows the seal ofthe said Company; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by authority of his office under the By -Laws of said Company, and that he signed his name thereto by like authority. ='a SUSAN A KOHORST Notary Public State of Ohio My Comm. EVIres May 18, 2025 This Power ofAttorney is granted by authority of the following resolutions adopted by the Board of Directors of GreatAmerican Insurance Company by unanimous written consent dated June 9, 2008. RESOLVED: That the Divisional President, the several Divisional Senior rice Presidents, Divisional rice Presidents and Divisonal Assistant rice Presidents, or anyone of there, be and hereby is authorized, fi-om titne to time, to appoint one or snore Attorneys -in -Fact to execute on behalf of the Company. as surety, any and all bands, undertakings and contracts of suretyship, or other written obligations in the nature thereof,- to prescribe their respective duties and the respective limits of their authority; and to revoke any such appointment at any tine. RESOLVED FURTHER: That the Company seal and the signature of any of the aforesaid officers and any Secretary or Assistant Secretary of the Company may be affixed by facsimile to any polrer of attorney or certificate of either given for the execution of any bond, undertaking, contract of suretyship, or other written obligation in the nature thereof, such signature and seal when so used being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company ivith the same force and effect as though manually affixed. CERTIFICATION 1, STEPHEN C. BERAHA, Assistant Secretary of GreatAmerican Insurance Company, do hereby certify that the foregoing Power of Attorney and the Resolutions of the Board of Directors of June 9, 2008 have not been revoked and are now in full force and effect. Signed and sealed this 4th day of December , 2023 Assistant Secretary S1029AH (03120) CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 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 LOS ANGELES On 12/04/2023 before me, PHILIP VEGA, NOTARY PUBLIC Date personally appeared Here Insert Name and Title of the Officer KEVIN VEGA, ATTORNEY -in -FACT Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person�.L whose names) is/arm subscribed to the within instrument and acknowledged to me that he/sie/Nsy executed the same in his/higx/thsir authorized capacity(b&L and that by his/ht-r/bhei4 signatures on the instrument the personNI, or the entity upon behalf of which the personN acted, executed the instrument. ( SE>� ° rtirti PHILIP VEGA Notary Public • California Z Los Angeles County Commission A 2327592 My Comm. Expires May 31, 2024� Place Notary Seal Above 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 Public OPTIONAL Though this section is 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: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator rl tither, Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907