Loading...
HomeMy WebLinkAboutRMS ProposalBIDDER'S PROPOSAL CITY OF DIAMOND BAR MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D Date July 10 _, 2024 To the City Council of the City of Diamond Bar: The Undersigned hereby declares: (a) That the only persons or parties interested in this proposal as principals are the following: Ricky Mendoza, CEO/President Sydney M. Mendoza, CFO/Secretery (If the bidder is a corporation, give the name of the corporation and the name of its president, secretary, treasurer, and manager. If a co -partnership, give the name, under which the co -partnership does business, and the names and addresses of all co-partners. If an individual, state the name under which the contract is to be drawn.) (b) That this proposal is made without collusion with any person, firm or corporation. (c) That he has carefully examined the location of the proposed work and has familiarized himself with all of the physical and climatic conditions, and makes this bid solely upon his own knowledge. (d) That by submitting this Bidder's Proposal, he acknowledges receipt and knowledge of the contents of those communications sent by the City of Diamond Bar to him at the address furnished by him to the City of Diamond Bar when this proposal form was obtained. (e) That he has carefully examined the specifications, both general and detail, and the drawings attached hereto, and communications sent to him as aforesaid, and makes this proposal in accordance therewith. (f) That, if this bid is accepted, he will enter into a written contract for the performance of the proposed work with the City of Diamond Bar. (g) That he proposes to enter into such Contract and to accept in full payment for the work actually done thereunder the prices shown in the attached schedule. It is understood and agreed that the quantities set forth are estimates and that the unit prices will apply to the actual quantities whatever they may be. 12 1293492.1 Accompanying this proposal is a certified or cashier's check or bidder's bond, payable to the order of the City of Diamond Bar in the sum of Two Hundred Ten Thousand DOLLARS ($ 210,822.70. Eight Hundred and Twenty Two Said bidder's bond has been duly executed by the undersigned bidderand by a financially sound surety company authorized to transact business in this state. It is understood and agreed that should the bidder fail within ten (10) days after award of contract to enter into the contract and furnish acceptable surety bonds, then the proceeds of said check, or bidder's bond, shall become the property of the City of Diamond Bar; but if this Contract is entered into and said bonds are furnished, or if the bid is not accepted then said check shall be returned to the undersigned, or the bidder will be released from the bidder's bond. 1899 Freeman Ave. Address of Bidder 562.676.2140 Signal Hill 90755 ---� City Zip Code ignatu�fidder 13 1293492.1 CITY OF DIAMOND BAR CONTRACT DOCUMENTS AND SPECIFICATIONS MAPLE HILL PARK IMPROVEMENTS PROJECT CITY PROJECT NO. FP23506D 14 1293492.1 Item No. Description Estimated Quantity Unit Unit Price Amount 1 Mobilization/Overhead & Profit 1 Allow $167220.55 $167,220.55 2 Site & Building Demolition 1 LS $167220.55 $167 220.55 3 Cut and Fill / Over Excavation 1 Allow $167.220.55 $167, 220.55 4 Concrete Walkway Broom Finish 2,312 SF 21.00 48,5 2.00 5 Concrete Walkway (Retarded Finish) 1,537 SF 23.10 35,504.70 6 Retaining Wall at Handicap Ramp 102 LF 301.34 30,736.68 7 Ramp at Tot -Lot 370 SF 29.40 10,878.00 8 ADA Ramp In To Tot -Lot 1 EA 9 8" x 18" Play Area Curb 54 LF 42.00 2,268.00 10 18" Deep Play Area Mulch 4,072 SF 6.93 28,218.96 11 12" Concrete Banding 434 LF 44.10 19,139.40 12 18" Concrete Banding at Tot -Lot 42 LF 49.35 2,072.70 13 Concrete Handicap Ramp at Handicap Parking Stalls w/ Tact Tile Strip 1 LS 8,610.00 8,610.00 14 3' Rock Cobble Banding 607 SF 26.25 15,993.75 15 6" Concrete Curb at Ramp 1 LS 16 6" Concrete Mow Curb 73 LF 38.00 2 774M 17 Galvanized Steel Guard Rail at Parking Lot Galvanized Steel Guard Rail / Handrail at Tot -Lot Ramp Galvanized Steel Handrail at Tot -Lot Existing Stairs 200 LF 237.60 4752000 33,210.00 18 123 LF 270.00 19 2 EA 3,780.00 7,560.00 20 Galvanized Steel Handrail at basketball Steps 2 EA 3,780.00 7,560.00 21 Galvanized Steel Guard RailHandrail at basketball Ramp 1 LF 15,390.00 15,390.00 22 1 Handicap Parking Striping 1 LS 4,725.00 4,725.00 23 1 Ramp at Basketball Court 286 SF 24 Concrete Stairs at Basketball Court 24 LF 25 Resurface Basketball Court 1 LS 22 890.00 22 890.00 26 Prefabricated Restroom Building Drinking Fountain 1 EA 16 000.00 16 000.00 27 1 EA 28 Concrete Park Bench 6 EA 3,225.00 19,530.00 29 Concrete Trash Receptacle 3 EA 4,777.50 14 332.5 30 Pla E ui ment 1 LS 215,608.13 31 6" HDPE Pie 206 LF 32 6" HDPE Perforated Pipe w/ Sock 42 LF , 0• 33 X4" Drainage Rock at Sump 14 CY p 34 Filter Fabric Under Wood Mulch 4,072 SF . 7 , 35 6" Round Drainlnlet 2 EA p4 36 18" Square Drain Inlet 2 EA Q 37 18" Concrete "V" Gutter 79 LF lvj a 38 Domestic WaterLine 175 LF 39 Irrigation Waterline 118 LF Z D l> 40 Electrical 5 LF 41 Sewer Line 32 LF © b 42 SewerCleanout 3 EA 43 New Backflow Preventer w/ Cage 2 EA 44 Electrical Meter Electrical Pannel 1 EA d i5 45 1 LS D 46 Walkway LightPannel 1 LS Z Q 47 Tennis Court Light Panne] 1 LS p 48 New Domestic Water Meter 1 LS Q !7 49 Irrigation Sstem 9,150 SF 50 Irrigation Controller - Calescence CS3000 1 EA 51 Fine Grading 9,150 SF 52 SoilAmendments 9,150 SF 'Z 53 Sod - Marathon II 7,512 SF y 54 1 Gallon Shrubs 183 EA 3 55 5 Gallon Shrubs 97 EA �. 56 24" Box Trees 7 EA ZLI 57 2" Wood Mulch 1,638 SF MANDATORY BID SCHEDULE ITEMS: TOTAL AMOUNT BID (IN FIGURES)-+ $2,108,227.05 TOTAL AMOUNT BID, SCHEDULE (WRITTEN IN WORDS): Two million One Hundred Eight Thousand Two Hundred Twenty -Seven Dollars and Five Cents Bid Schedule Note: Bid Price indicated refers to all items illustrated on the plans and details, and delineated within the specifications installed and completely in place with all applicable portions of the construction documents and include all costs connected with such items including, but to necessarily limited to, materials, transportation, taxes, insurance, labor, overhead, and profit, for General Contractor and Subcontractors. All work called for on the construction documents are to provide a completed project with all systems operating properly and ready for use. Award will be based on the items of Bid Schedule. Therefore, Contractor shall completely fill out Bid Schedule. Accompanying this proposal is (Insert "$ "bidder's bond" as the case (10%) of the total bid. Bid Bond cash", "cashier's check", "certified check", or may be) in the amount equal to at least ten percent The undersigned further agrees that in case of default in executing the required contract, with necessary bond, within ten (10) days, not including Sundays and legal holidays, after having received notice that the Contract has been awarded and ready for signature, the proceeds of the security accompanying his bid shall become the property of the City of Diamond Bar, and this proposal and the acceptance thereof may be considered null.and void. RMS Construction July 10, 2024 NAME OF BIDDER (PRINT) GNATURE DATE 1899 Freeman Ave. ADDRESS Signal Hill 90755 562.676.2140 CITY ZIP CODE TELEPHONE 17 1293492.1 900304; A, B, C-7, C-10, C-16 & C-20 STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION I declare under penalty of Perjury of the laws of the State of California that the representations made herein are true and correct in accordance with the requirements of California Business and Professional Code Section 7028.15. CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER 18 1293492.1 LIST OF SUBCONTRACTORS * BID OPENING DATE 7/11/2024 PROJECT Maple Hill Park Improvements Project PROJECT NO. LOCATION Diamond Bar CLIENT City of Diamond Bar CONTRACTOR RMS Construction FP23506D Name Under Which Subcontractor is Licensed License No. & DIR No. Address of Place of Business Percent of Total Contract Specific Description of Subcontract GL Plumbing 971216 1001027836 10820 Beverly Blvd. o 6 /0 Rough Plumbing Whittier, CA 90601 and Fixtures ROMTEC 849246 1000002582 18240 North bank Rd. 8/° o Prefabricated Roseburg, OR 97470 Restroom Tot Lot Pros 967975 1000002374 14688 El Molino St 2% Installation Fontana, CA Playground -Equipmen Marina Landscaping, Inc 492862 1000000079 3707 Garden Grove BI d 5% Landscaping & Orange, CA 92868 Irrigation TWC Corporation 934352 10000768825 2733 Vista Ave. 5% Handrails & Bloomington, CA Guard Rails * In compliance with the provisions of the Public Contract Code Section 4104, the bidder herewith sets forth the name, location of the place of business, contractor license of each Subcontractor — who will perform work or labor 19 1293492.1 undersigned and California or render service to the Prime Contractor, specially fabricates and installs a portion of the work or improvement necessary to complete construction contained in the plans and specifications, in an amount in excess of one-half (1/2) of one percent (1 %) of the General Contractor's total base bid amount 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 (0.5%)of the Prime Contractor's total base bid or ten thousand ($10,000.00), whichever is greater, and the portion of the work which will be done by each Subcontractor. 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: 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 20 1293492.1 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 July 10. , 2024 at Signal Hill. C_ A (place of execution). A Name: Ricky Mendoza Title: President Name of Contractor: RMS Construction 21 1293492.1 BIDDER'S VIOLATION OF LAWISAFETY 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. 10 • • • - 1. - • p • - . _ • I - • • • r1 • 0 • • • _ - • • 1 1 - - • 1 . • • • I _ • _ 11 1 e l e • 1 1 Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. 22 1293492.1 CONTRACTOR'S INDUSTRIAL SAFETY RECORD Project Identification FP23506D 1IV • _ u• • - I-� a ' • - Bid Date July 10, 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 2019 2020 2021 2022 2023 TOTAL No. of Contracts 35 38 34 42 51 200 15 Total dollar amount of $6,522I $6,054 $8,654 $9,935 $14,100 $45,245 $7,726 contracts in 1,000's 0 0 1 0 No. of lost workday 1 0 0 cases No. of lost work day cases involving permanent transfer to 0 0 0 0 0 0 0 another job or termination of employment No. of lost workda s 0 0 1 1 0 0 0 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 withi imi�tions of these records. A ► i RMS Construction Name of Bidder (Print 1899 Freeman Ave Address Signal Hill 90755 City Zip Code 1293492.1 Signature 900304: A,B C-7. C-10. C-16, C-20 State Contractor's Lie. No. & Class 562.676, 2140 Telephone 23 NOT APPLICABLE AFFIDAVIT FOR CO -PARTNERSHIP FIRM STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is a member of the co -partnership firm designated as which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. That he has been and is duly vested with authority to make and sign instruments for the co- partnership by who constitute the other members of the co -partnership. Subscribed and sworn to before me this day of Signature .20 Signature of Officer Administering Oath (Notary Public) 24 1293492.1 AFFIDAVIT FOR CORPORATION BIDDER STATE OF CALIFORNIA )SS COUNTY OF LOS ANGELES ) Ricky Mendoza , being first duly sworn, deposes and says. That he is CEO/President of, RMS Construction a corporation which is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this 9th day of July , 2024 Signature SEE ATTACHED Signature of Officer Administering Oath (Notary Public) 2s 1293492.1 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT .A Notary Public or other officer completing this certificate verities 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 Los Angeles j On before me. Jeff HerLyesheimer NotM Public, personally appeared who proved to me on the basis of satisfactory evidence to be the personO whose name0 isle subscribed to the within instrument and acknowledged to me that he/ske/tAey executed the same in his/ha/r/their authorized capacity(iesy and that by hisihV/their signature(z) on the instrument the person(sX or the entity upon behalf of which the person(}" acted, executed the instrument. I certify under PENALTY OF PERJURY under the lay.-s of State of California that the foregoing paragraph is true and correct. JEFF HERGESHEiMER Notary Public - California i 3 Las Angeles County Commission # 2420805 My Comm. Expires Nov 9, 2026 PI.ACE NOTARY SEAL, ABOVE WITNESS my hand and official seal. SIGNATL RE _ ....................... ...................... ................................. ..................................... .............. ,..... _...,....................................,..... _..............................................................._............................................................................ Though the information below is not required by law. it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of attached document Title or type of document: Document Date: Signer(s) Other than Named Above: Number of Pages: NOT APPLICABLE AFFIDAVIT FOR INDIVIDUAL BIDDER STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) , being first duly sworn, deposes and says: That he is the party making the foregoing proposal or bid; that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Signature Subscribed and sworn to before me this day of , 20, Signature of Officer Administering Oath (Notary Public) 26 1293492.1 NOT APPLICABLE AFFIDAVIT FOR JOINT VENTURE STATE OF CALIFORNIA ) )SS COUNTY OF LOS ANGELES ) being first duly sworn, deposes and says: That he of, one of the parties submitting the foregoing bid as a joint venture and that he has been and is duly vested with the authority to make and sign instruments for and on behalf of the parties making said bid who are: that such bid is genuine and not collusive or sham; that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any other bidder or person to put in a sham bid or that such other person shall refrain from bidding; and has not in any manner sought by collusion to secure any advantage against the City of Diamond Bar or any person interested in the proposed contract, for himself or for any other person. Subscribed and sworn to before me this day of Signature ,20 Signature of Officer Administering Oath (Notary Public) BOND No. 27 1293492.1 &V C I T Y DIAMOND B A R C A L I F 0 R N I A DEPARTMENT OF PUBLIC WORKS OFFICIAL NOTICE Maple Hill Park Improvement Project CIP# FP23506D ADDENDUM NO. 1 The following changes to the contract documents, specifications, and plans for the above project shall be incorporated into the Request for Bids (RFB). The Contractor shall sign this page as acknowledgement of receipt of Addendum No. and attach it to the bid. �� -- 07/03/2024 David G. Liu, P.E. Date Director of Public Works/City Engineer C. M r- m > > K 0 Zo a I z o Z C) M 0 > m 0 U- X > m > x 0 c Z o :n o < > �qq m m X sr Z m M Ul 0 ts"xistmrawk 3,0 A-U, ZL)f -L WV I I IIIF hZOZ 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 $500,000 each qualify as similar for this project. Charles Lindberg Park, John Beat Park, and San Marino Park 1. Project Title ADA Accessibility Improvements Contract Amount $1,100,000 ADA compliant ramps, sidewalks, landscaping, park furnishings, TotTurf, Type of Work & Rastrnnm llpqrnrles (we also completed a pickle park Client City of Buena Park for the City of Buena Park) Agency Project Manager Jason Tran Phone 714.562.3680 Date Completed 12/2023 % Subcontracted 10% 2. Project Title Hollywood Beach ES HVAC, Fire Alarm & Electrical Upgrade Contract Amount $2,100,000 (we are presently working on a Type of Work Electrical upgrades, concrete flat work, HVAC & painting second project with HESD $3.4M) Client Hueneme Elementary School District Agency Project Manager Rafael Alamillo Phone805.208.7462 Date Completed 7/2024 % Subcontracted 15% 3. Project Title Citywide Parks ADA Improvements Contract Amount $1,378,000 ADA Improvements, prefabricated restroom, tennis court re -surface, upgrading of other restrooms, Type of Work landscaping R alartrical iipgrnrlas Client City of Corona Agency Project Manager Tracy Martin Phone 951.817.5880 Date Completed estimated 11/2024 % Subcontracted 10% NOTE: If requested by the City, the bidder shall furnish a certified financial statement, references, and other information sufficiently comprehensive to permit an appraisal of his current financial condition. Ai Bidder's Signature'VZ� V&4,`,� 8 1293492.1