26
BID TABULATION REVISED County of San Bernardino ARCHITECTURE AND ENGINEERING ^ouNTY 3g5 |y| Arrowhead Ave. San Bernardino, CA 92415-0184 (909) 387-5000 www.sbcounty.gov/ae Project: Fire Station 12 Bathroom Remodel Location: 2413 N. Euclid Avenue, Upland, CA Project Mgr: Gabriel Martin Project No: 6K05 Construction Estimate: $40,000.00 Bid Date: April 28. 2016 Bid Time: 2:00 PM BIDDER /l ./ / BASE BID SUB_TOTAL TOTAL NOTES Pro Team Plumbing 30623 Jedediah Smith Road Temecula, CA 92592 X XX $ 39.000.00 $ 39,000.00 $ 39,000.00 Cashier's check was included in lieu of a bond and was not seen during the opening. Torga Electrical 3224 North D Street San Bernardino, CA 92405 X XX $ 58,445.00 $ 58,445.00 $ 58,445.00 RT Contractor Corp. 12864 E. Dale Street Garden Grove, CA 92841 X XX $ 72,500.00 $ 72,500.00 $ 72,500.00 Dependable Const Inc. 1019 W. 3rd Street San Bernardino, CA 92410 X XX $ 79,790.00 $ 79,790.00 $ 79,790.00 Mike Richardson Construction, Inc. 2413 n. Euclid Avenue Upland, CA 91784 X XX $ 124,900.00 $ 124,900.00 $ 124,900.00 Callison Construction 7840 Luane Trail Coiton, CA 92324 XXX $ 134,000.00 $ 134,000.00 $ 134,000.00 Everlast Builders, Inc. 16654 Soledad Canyon Rd, #302 Canyon Country, CA 91387 $ $ $ Non-responsive BID RESULTS ARE TENTATIVE UNTIL ALL INFORMATION HAS BEEN VERIFIED (3) BUSINESS DAY WWW.SBCOUNTY.GOV/AE RESULTS WILL BE POSTED TO THE WEBSITE WITHIN THREE

Construction Estimate: $40,000.00 /l

  • Upload
    others

  • View
    2

  • Download
    0

Embed Size (px)

Citation preview

BID TABULATION

REVISEDCounty of San BernardinoARCHITECTURE AND ENGINEERING^ouNTY 3g5 |y| Arrowhead Ave. • San Bernardino, CA 92415-0184(909) 387-5000 ■ www.sbcounty.gov/ae

Project: Fire Station 12 Bathroom Remodel

Location: 2413 N. Euclid Avenue, Upland, CA

Project Mgr: Gabriel Martin

Project No: 6K05

Construction Estimate: $40,000.00

Bid Date: April 28. 2016

Bid Time: 2:00 PM

BIDDER /l.// BASE BID SUB_TOTAL TOTAL NOTES

Pro Team Plumbing30623 Jedediah Smith Road

Temecula, CA 92592

X X X $ 39.000.00 $ 39,000.00 $ 39,000.00

Cashier's check was

included in lieu of a bond

and was not seen duringthe opening.

Torga Electrical3224 North D Street

San Bernardino, CA 92405 X X X $ 58,445.00 $ 58,445.00 $ 58,445.00

RT Contractor Corp.12864 E. Dale Street

Garden Grove, CA 92841 X X X $ 72,500.00 $ 72,500.00 $ 72,500.00

Dependable Const Inc.1019 W. 3rd Street

San Bernardino, CA 92410 X X X $ 79,790.00 $ 79,790.00 $ 79,790.00

Mike Richardson Construction, Inc.

2413 n. Euclid Avenue

Upland, CA 91784 X X X $ 124,900.00 $ 124,900.00 $ 124,900.00

Callison Construction

7840 Luane Trail

Coiton, CA 92324 X X X $ 134,000.00 $ 134,000.00 $ 134,000.00

Everlast Builders, Inc.

16654 Soledad Canyon Rd, #302Canyon Country, CA 91387 $ $ $ Non-responsive

BID RESULTS ARE TENTATIVE UNTIL ALL INFORMATION HAS BEEN VERIFIED

(3) BUSINESS DAY WWW.SBCOUNTY.GOV/AERESULTS WILL BE POSTED TO THE WEBSITE WITHIN THREE

Project No. 6K05

BID PROPOSAL

PROJECT: Fire Station 12 Bathroom Remodel Project

LOCATION: 2413 N. Euclid Avenue, Upland, CA 91784

OWNER: County of San Bemardino

BID OPENING: April 28. 2016 at 3:00 p.m.

Pn? Te^a^ Fl U/in l>mciBIDDER:

County of San BemardinoReal Estate Services Department - Project Management Division385 North Arrowhead Avenue, Third FloorSan Bemardino, CA 92415-0184www.sbcountv.Qov/ae

In compliance with your invitation for bids, the undersigned has carefully examined theproject Bid Documents, including the drawings and specifications, for the scope of workwhich is to renovate and rehabilitate both public restrooms for American with DisabilitiesAct (ADA) compliance at Fire Station 12 in Upland, Califomia, and fully understands thescope and meaning of the Bid Documents.

The undersigned hereby agrees to fumish all materials, lalx)r, tools, equipment,apparatus, facilities, and transportation necessary to complete all work in strict conformitywith the drawings and specifications, and to execute the contract to the satisfaction of theReal Estate Services Department - Project Management Division, at the following cost(s):

In case of discrepancy between the written bid set forth and the numerical bid set forth,the written bid shall prevail. In the case of a discrepancy between the written bid ornumerical bid set forth on the bid proposal, and the numerical bid set forth in the eProsystem, the information on the bid proposal shall prevail.

BASE BID

For the fumishing of the labor, materials, and equipment necessary to complete ail workdesignated in the Plans and Specifications.

The LUMP SUM of r/ywi^ Dollars

($_^fLi200 ,

Project 6K05 Bid Proposal 1 of 7

The above-mentioned BASE BID includes applicable Califomia state sales tax, bonds,insurance and all other costs required to perform all the work described in the projectdrawings and specifications.

The lowest bid shall be the lowest bid price on the BASE BID. A responsible andresponsive bidder who submitted the lowest bid shall be awarded the contract, if it isawarded.

BID DEPOSIT (BID BOND)

There is enclosed herewith, a certified check or^rety boj]<j in the amount often percent(10%) of the BASE ̂ D, or, more specifically, Mm- iAvLmt .Auo^JneAyDollars ($ ^ 0 0 ), made payable to the County of SanBernardino. The undersigned agrees that in the event of the failure by the undersigned toexecute the necessary contract and furnish the required contract bonds and insurance,the certified check or surety bond and the money payable thereon shall be, and remain,the property of the County of San Bernardino. If the bid is accompanied by a certified orcashier's check, the check shall be deposited by the Real Estate Services Department -Project Management Division, and a County warrant for the full amount shall be issued tothe undersigned approximately one month after Contract Award.

If the bid is submitted through the County of San Bernardino Electronic ProcurementNetwork (ePro) then scan the bid security (bid bond) and submit the scanned copy withyour bid submittal in ePro, additionally, mail or submit the original bid security, in aseparate sealed envelope labeled "Bid Bond" with the title of the work and the name ofthe bidder clearly marked on the outside, to: Real Estate Services Department - ProjectManagement Division, 385 North Arrowhead Avenue, 3"^ Floor, San Bemardino,Califomia, 92415-0184. Any mailed or submitted bid security must be received on orbefore the time set for the opening of the bids.

TIME OF COMPLETION

The undersigned agrees to complete the work within 90 calendar days from the datestipulated in the Notice to Proceed.

LIQUIDATED DAMAGES

Pursuant to the provisions of Government Code Section 53069.85 and in the event thatall the Work called for in this Contract is not completed within the number of calendardays set forth. Contractor shall forfeit and pay to the County the sum of $200.00 per dayfor each calendar day the work remains incomplete, to be deducted from any paymentsdue or to become due to the Contractor. (Reference General Conditions and SpecialConditions)

Project 6K05 Bid Proposal 2 of 7

REJECTION OF BIDS

The undersigned agrees that the County reserves the right to reject any or all bids, andreserves the right to waive informalities in a bid or bids, not affected by law, if to do soseems to best serve the public interest.

VALIDITY OF BIDS

The undersigned agrees that this bid will remain valid for sixty (60) days after thescheduled bid opening.

STATE LICENSES

The undersigned hereby certifies that he/she Is currently the holder of a StateContractor's Class A or B License. The undersigned also certifies that all subcontractor(s)listed under the Designation of Subcontractors section of the Bid Proposal are currentlythe holder of valid contractor's license(s) in the State of California and the license Is thecortect class of license for the work to be performed by the subcontractor(s). Theundersigned agrees that if he/she does not list a subcontractor(s) under the Designationof Subcontractors section of this Bid Proposal to perform work in any of the followingtrades, in order to be found responsive and in order to perform that work himself/herself,the undersigned must possess the State specialty license for that trade: Mechanical (C-20); Electrical (C-10); and Plumbing (C-36).

INSURANCE

The undersigned agrees to furnish certified copies of all insurance policies andendorsements; all certificates of comprehensive, general and auto liability insurance;Workers' Compensation insurance; and such other insurance that will protect him fromclaims for damages and personal injury, including death, which may arise from operationsunder the contract, whether such operation be by the undersigned or by anysubcontractor of the undersigned, or anyone directly or indirectly employed by theundersigned or any subcontractor of the undersigned In accordance with Section 11.2 ofthe General Conditions. The undersigned agrees to provide the Real Estate ServicesDepartment - Project Management Division with Certificates of Insuranceevidencing the required insurance coverage at the time Contractor executes thecontract with the County. All policies (excluding Workers' Compensation) shall namethe County of San Bernardino and its officers, employees, agents and volunteers asadditional insureds. All coverages shall be subject to approval by the County foradequacy of protection.

BONDS

If this Bid is successful, the undersigned agrees to execute the required StandardContract and will furnish a payment bond in an amount equal to one hundred percent

Project 6K05 Bid Proposal 3 of 7

(100%) of the contract price and a Faithful Performance Bond in an amount equal to onehundr^ percent (100%) of the contract price. These bonds shall be secured from asurety company or companies satisfactory to the County within ten (10) calendar days ofthe contract award and shall be on County approved bond forms. Bonds shall remain infull force and effect for a period of one year following the date of filing of Notice ofCompletion.

FORMER COUNTY OFFICIALS

Contractor agrees to provide or has already provided information on former County ofSan Bernardino administrative officials (as defined below) who are employed by orrepresent Contractor. The information provided includes a list of former countyadministrative officials who terminated county employment within the last five years andwho are now officers, principals, partners, associates or members of the business. Theinformation also includes the employment with or representation of contractor. Forpurposes of this provision, "county administrative officiar is defined as a member of theBoard of Supervisors or such officer's staff, Chief Executive Officer or member of suchofficer's staff, county department or group head, assistant department or group head, orany employee in the Exempt Group, Management Unit or Safety Management Unit.

INACCURACIES OR MISREPRESENTATIONS

If during the course of the bid proposal process or in the administration of a resultingContract, the County detennines that the contractor has made a material misstatementor misrepresentation or that materially inaccurate information has been provided to theCounty, the contractor may be terminated from the bid proposal process, or In the eventa Contract has been awarded, the Contract may be immediately terminated. If aContract is terminated according to this provision, the County Is entitled to pursue anyavailable legal remedies.

VISITING THE SITES

The undersigned has visited the site, and is familiar with the local conditions of the worksite.

DESIGNATION OF SUBCONTRACTORS

In compliance with the provisions of Sections 4100-4108 of the Public Contract Code ofthe State of California, and any amendments thereof, the undersigned shall set forthbelow the name, location of the place of business and the California contractor licensenumber of each subcontractor who will perform work (meaning the total amount of thesubcontractor's contract amount including all labor, materials, supplies and services) inexcess of one-half of one percent (1/2 of 1 %) of the total bid; and, the general category orthe portion of the work to be performed by each subcontractor.

Project 6K05 Bid Proposal 4 of 7

If the undersigned fails to specify a subcontractor(s) for any work to be performed underthe Contract, the undersigned agrees to perform the work and shall not be permitted tosubcontract that work except in cases of public emergency, and then only after writtenfinding as public record by the Board of Supervisors. In order for the undersigned toperform the work in any of the following trades, the undersigned must possess the Statespecialty license for that trade: Mechanical (C-20); Electrical (C-10); and Plumbing (0-36).

The undersigned certifies that all subcontractor(s) listed below are currently the holder ofvalid contractor's license(s) in the State of California and the license(s) is the correct dassof license for the work to be performed by the subcontractor(s).

The undersigned certifies that it and all subcontractor(s) listed below have registered withthe Department of Industrial Relations pursuant to Labor Code section 1725.5 (applicablefor all bids submitted on or after March 1, 2015). The undersigned agrees that nocontractor or subcontractor may be awarded a contract for public work or perform work ona public works project unless registered with the Department of Industrial Relationspursuant to Labor Code section 1725.5 (applicable for all contracts awarded on or afterApril 1, 2015). The undersigned acknowledges that the project is subject to compliancemonitoring and enforcement by the Department of Industrial Relations.

As required by Labor Code 1771.1(a) "A contractor or subcontractor shall not bequalified to bid on, be listed in a bid proposal, subject to the requirements of Section4104 of the Public Contract Code, or engage in the performance of any contract forpublic work, as defined in this chapter, unless currently registered and qualified toperform public work pursuant to Section 1725.5. It is not a violation of this section for anunregistered contractor to submit a bid that is authorized by Section 7029.1 of theBusiness and Professions Code or by Section 10164 or 20103.5 of the Public ContractCode, provided the contractor is registered to perform public work pursuant to Section1725.5 at the time the contract is awarded."

Where a hearing is required for a decision on the substitution of subcontractors, pursuantto the provisions of Chapter 4, Part 1, Division 2, of the Public Contract Code,(commencing with Section 4100) by the awarding authority, or a duly appointed hearingofficer, the Clerk of the Board of Supervisors shall prepare and certify a statement ofcosts incurred by the County for investigation, and to conduct the hearing, including thecosts of any hearing officer and shorthand reporter appointed. For the purposes of ahearing for the substitution of subcontractors (pursuant to the Public Contract Codecommencing with Section 4100) the awarding authority shall be the Director of the RealEstate Services Department, or his/her designee.

The statement of costs shall be sent to the undersigned, who shall reimburse the Countyfor all costs. If not paid separately, such reimbursement shall be deducted from moniesdue and owing to the undersigned prior to acceptance of the project.

CONTRACTOR NAME: Yw 'Teatv\

Project 6K05 Bid Proposal 5 of 7

Subcontractor Portion of Work Location of CA Cont. Lie. No. DIR Reg. No.

(Description of work Businessto be performed)

Ml

ADDENDA

This bid includes Addendum No. Dated

Addendum No. Dated

Bidder must acknowledge all addendums above, regardless of any acknowledgement ofaddendums in ePro.

AFFIDAVIT

The undersigned has submitted with the bid proposal a non-collusion declaration, signedunder penalty of perjury, for the principal contractor. The undersigned agrees to fumishthe County non-collusion declarations for subcontractors signed under penalty of perjury,and states that this is a genuine proposal and is neither collusive nor made in the interestof any other person, and has not induced anyone to submit a sham bid or refrain frombidding.

The undersigned acknowledges it has registered with the ePro system prior to thedate and time to receive sealed bids or it will be disqualified.

Project 6K05 Bid Proposal 6 of 7

The undersigned declares; that the only person or parties interested in this proposal asprincipals are those named herein; that this bid is made without any connection with anyother person or persons making a bid for the same work, except for another division ofthe undersigned which may submit an independent bid; that the bid is in all respects fairand without collusion or fraud; that the undersigned has read the Advertisement for Bidsand the Instructions to Bidders and agrees to all the stipulations contained therein; thatthe undersigned has examined the form of contract (including the specifications,drawings, and other documents incorporated therein by reference); that in the event thisbid as submitted, including the incorporated bidding documents, be accepted by theCounty, the undersigned shall execute a contract to perform the work as outlined herein.

If undersigned is a corporation, proposal must be signed by an authorized officer of thecorporation.

If the bid proposal is submitted through ePro the undersigned acknowledges that itselectronic signature is legally binding.

Check One: ( ) Sole Proprietor( ̂Partnership(I/) Corporation( ) Other

Name of Bidder:

Address: ^0613. SuUPhone:

Primary Class:

CK

Contractor's License No.:

Expiration Date of Contractor's License _

Contractor's DIR Registration # I nooo^l 5 ̂ ̂Social Security No. or Federal Employer ID No.: 1l'57il303

I declare under penalty of perjury the aboveig true and correct.

Authorized Signature: Title: _

Print Name: RoC-kcfl^ Date:

Project 6K05 Bid Proposal 7 of 7

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

I am the _ ^of fh) ~Te€ti^ ^lui^i'nAa , the party makingthe foregoing bid. ^

The bid is not made in the interest of, or on behalf of, any undisclosed person,partnership, company, association, organization or corporation. The bid is genuine andnot collusive or sham. The bidder has not directly or indirectly induced or solicited anyother bidder to put In a false or sham bid. The bidder has not directly or indirectlycolluded, conspired, connived, or agreed with any bidder or anyone else to put in asham bid, or to refrain from bidding. The bidder has not in any manner, directly orindirectly, sought by agreement, communication, or conference with anyone to fix thebid price of the bidder or of any other bidder, or to fix any overhead, profit, or costelement of the bid price, or of that of any other bidder. All statements contained in thebid are true. The bidder has not, directly or indirectly, submitted his or her bid price orany breakdown thereof, or the contents thereof, or divulged information or data relativethereto, to any corporation, partnership, company, association, organization, biddepository, or to any member or agent thereof, to effectuate a collusion or sham bid,and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation,partnership, joint venture, limited liability company, limited liability partnership, or anyother entity, hereby represents that he or she has full power to execute, and doesexecute, this declaration on behalf of the bidder.

i declare under penalty of perjury under the laws of the State of California that theforeg^Q is true and correct and that this declaration is executed on

P [date], at c4 [city],Ca\\h>Yvi\a [state].

Signed:

Title:

0000856

Office AU«

11-24

1210(8)

CASHIER'S CHECK

Remitter: ROCHELLE SHERMANOpereiort.O.: cuOOSSH cu005911

***<

r***

pavtotheorderof " 'SAN BERNADING COUNTY

***Three thousand nine hundred dollars and no cents***

Payee Address:MOTO: Rfc ratESfATION MO il HMTROO* MMO

WELLS FAROO BANK, N>-27630 YNEZ ROTEMECULA. OA 92591FOR INQUIRIES CAU (480) 394-3122

ii*ooai; I 2 1000 i 5 11^75"

**

April 27, 2016

$3,900.00**

VOID IF OVER us 8 3.900 00

CONTROLLER

e

Project No. 6K05

BID PROPOSAL

PROJECT: Fire Station 12 Bathroom Remodel Project

LOCATION: 2413 N. Euclid Avenue, Upland, CA 91784

OWNER: County of San Bernardino

BID OPENING: April 28. 2016 at 3:00 p.m.

BIDDER:

County of San BernardinoReal Estate Services Department - Project Management Division385 North Arrowhead Avenue, Third FloorSan Bernardino, CA 92415-0184www.sbcountv.qov/ae

In compliance with your invitation for bids, the undersigned has carefully examined theproject Bid Documents, including the drawings and specifications, for the scope of workwhich is to renovate and rehabilitate both public restrooms for American with DisabilitiesAct (ADA) compliance at Fire Station 12 in Upland, California, and fully understands thescope and meaning of the Bid Documents.

The undersigned hereby agrees to furnish all materials, labor, tools, equipment,apparatus, facilities, and transportation necessary to complete all work in strict conformitywith the drawings and specifications, and to execute the contract to the satisfaction of theReal Estate Services Department - Project Management Division, at the following cost(s):

In case of discrepancy between the written bid set forth and the numerical bid set forth,the written bid shall prevail. In the case of a discrepancy between the written bid ornumerical bid set forth on the bid proposal, and the numerical bid set forth in the eProsystem, the information on the bid proposal shall prevail.

BASE BID

For the furnishing of the labor, materials, and equipment necessary to complete all workdesignated In the Plans and Specifications.

The LUMP SUM of f - W\3 rpof-Vordrgc) ̂ Dollars

)

Project 6K05 Bid Proposal 1 of 7

The above-mentioned BASE BID includes applicable California state sales tax, bonds,insurance and all other costs required to perform all the work described in the projectdrawings and specifications.

The lowest bid shall be the lowest bid price on the BASE BID. A responsible andresponsive bidder who submitted the lowest bid shall be awarded the contract, if it isawarded.

BID DEPOSIT (BID BOND)

There is enclosed herewith, a certified check or surety bond in the amount often percent(10%) of the BASE BID, or, more specifically, Wr\ VxxAc V rA\a( \\Dollars ($ ), made payable to the County of SanBernardino. The undersigned agrees that in the event of the failure by the undersigned toexecute the necessary contract and furnish the required contract bonds and insurance,the certified check or surety bond and the money payable thereon shall be, and remain,the property of the County of San Bernardino. If the bid is accompanied by a certified orcashier's check, the check shall be deposited by the Real Estate Services Department -Project Management Division, and a County warrant for the full amount shall be issued tothe undersigned approximately one month after Contract Award.

If the bid is submitted through the County of San Bernardino Electronic ProcurementNetwork (ePro) then scan the bid security (bid bond) and submit the scanned copy withyour bid submittal in ePro, additionally, mail or submit the original bid security, in aseparate sealed envelope labeled "Bid Bond" with the title of the work and the name ofthe bidder clearly marked on the outside, to: Real Estate Services Department - ProjectManagement Division, 385 North Arrowhead Avenue, 3"^ Floor, San Bernardino,California, 92415-0184. Any mailed or submitted bid security must be received on orbefore the time set for the opening of the bids.

TIME OF COMPLETION

The undersigned agrees to complete the work within 90 calendar days from the datestipulated in the Notice to Proceed.

LIQUIDATED DAMAGES

Pursuant to the provisions of Government Code Section 53069.85 and in the event thatall the Work called for in this Contract is not completed within the number of calendardays set forth. Contractor shall forfeit and pay to the County the sum of $200.00 per dayfor each calendar day the work remains incomplete, to be deducted from any paymentsdue or to become due to the Contractor. (Reference General Conditions and SpecialConditions)

Project 6K05 Bid Proposal 2 of 7

REJECTION OF BIDS

The undersigned agrees that the County reserves the right to reject any or all bids, andreserves the right to waive informalities in a bid or bids, not affected by law, if to do soseems to best serve the public interest.

VALIDITY OF BIDS

The undersigned agrees that this bid will remain valid for sixty (60) days after thescheduled bid opening.

STATE LICENSES

The undersigned hereby certifies that he/she is currently the holder of a StateContractor's Class A or B License. The undersigned also certifies that all subcontractor(s)listed under the Designation of Subcontractors section of the Bid Proposal are currentlythe holder of valid contractor's license(s) in the State of California and the license is thecorrect class of license for the work to be performed by the subcontractor(s). Theundersigned agrees that if he/she does not list a subcontractor(s) under the Designationof Subcontractors section of this Bid Proposal to perform work in any of the followingtrades, in order to be found responsive and in order to perform that work himself/herself,the undersigned must possess the State specialty license for that trade: Mechanical (C-20); Electrical (C-10); and Plumbing (C-36).

INSURANCE

The undersigned agrees to furnish certified copies of all insurance policies andendorsements; all certificates of comprehensive, general and auto liability insurance;Workers' Compensation insurance; and such other insurance that will protect him fromclaims for damages and personal injury, including death, which may arise from operationsunder the contract, whether such operation be by the undersigned or by anysubcontractor of the undersigned, or anyone directly or indirectly employed by theundersigned or any subcontractor of the undersigned in accordance with Section 11.2 ofthe General Conditions. The undersigned agrees to provide the Real Estate ServicesDepartment - Project Management Division with Certificates of Insuranceevidencing the required insurance coverage at the time Contractor executes thecontract with the County. All policies (excluding Workers' Compensation) shall namethe County of San Bernardino and its officers, employees, agents and volunteers asadditional insureds. All coverages shall be subject to approval by the County foradequacy of protection.

BONDS

If this Bid is successful, the undersigned agrees to execute the required StandardContract and will furnish a payment bond in an amount equal to one hundred percent

Project 6K05 Bid Proposal 3 of 7

(100%) of the contract price and a Faithful Performance Bond in an amount equal to onehundred percent (100%) of the contract price. These bonds shall be secured from asurety company or companies satisfactory to the County within ten (10) calendar days ofthe contract award and shall be on County approved bond forms. Bonds shall remain infull force and effect for a period of one year following the date of filing of Notice ofCompletion.

FORMER COUNTY OFFICIALS

Contractor agrees to provide or has already provided information on former County ofSan Bernardino administrative officials (as defined below) who are employed by orrepresent Contractor. The information provided includes a list of former countyadministrative officials who terminated county employment within the last five years andwho are now officers, principals, partners, associates or members of the business. Theinformation also includes the employment with or representation of contractor. Forpurposes of this provision, "county administrative official" is defined as a member of theBoard of Supervisors or such officer's staff. Chief Executive Officer or member of suchofficer's staff, county department or group head, assistant department or group head, orany employee in the Exempt Group, Management Unit or Safety Management Unit

INACCURACIES OR MISREPRESENTATIONS

If during the course of the bid proposal process or in the administration of a resultingContract, the County determines that the contractor has made a material misstatementor misrepresentation or that materially inaccurate information has been provided to theCounty, the contractor may be terminated from the bid proposal process, or in the eventa Contract has been awarded, the Contract may be immediately terminated. If aContract is terminated according to this provision, the County is entitled to pursue anyavailable legal remedies.

VISITING THE SITES

The undersigned has visited the site, and is familiar with the local conditions of the worksite.

DESIGNATION OF SUBCONTRACTORS

In compliance with the provisions of Sections 4100-4108 of the Public Contract Code ofthe State of California, and any amendments thereof, the undersigned shall set forthbelow the name, location of the place of business and the California contractor licensenumber of each subcontractor who will perform work (meaning the total amount of thesubcontractor's contract amount including all labor, materials, supplies and services) inexcess of one-half of one percent (1/2 of 1 %) of the total bid; and, the general category orthe portion of the work to be performed by each subcontractor.

Project 6K05 Bid Proposal 4 of 7

If the undersigned fails to specify a subcontractor(s) for any work to be performed underthe Contract, the undersigned agrees to perform the work and shall not be permitted tosubcontract that work except in cases of public emergency, and then only after writtenfinding as public record by the Board of Supervisors. In order for the undersigned toperform the work in any of the following trades, the undersigned must possess the Statespecialty license for that trade: Mechanical (C-20); Electrical (C-10): and Plumbing (C-36).

The undersigned certifies that all subcontractor(s) listed below are currently the holder ofvalid contractor's license(s) in the State of California and the license(s) is the correct classof license for the work to be performed by the subcontractor(s).

The undersigned certifies that it and all subcontractor(s) listed below have registered withthe Department of Industrial Relations pursuant to Labor Code section 1725.5 (applicablefor all bids submitted on or after March 1, 2015). The undersigned agrees that nocontractor or subcontractor may be awarded a contract for public work or perform work ona public works project unless registered with the Department of Industrial Relationspursuant to Labor Code section 1725.5 (applicable for all contracts awarded on or afterApril 1, 2015). The undersigned acknowledges that the project is subject to compliancemonitoring and enforcement by the Department of industrial Relations.

As required by Labor Code 1771.1(a) "A contractor or subcontractor shall not bequalified to bid on, be listed in a bid proposal, subject to the requirements of Section4104 of the Public Contract Code, or engage in the performance of any contract forpublic work, as defined in this chapter, unless currently registered and qualified toperform public work pursuant to Section 1725.5. It is not a violation of this section for anunregistered contractor to submit a bid that is authorized by Section 7029.1 of theBusiness and Professions Code or by Section 10164 or 20103.5 of the Public ContractCode, provided the contractor is registered to perform public work pursuant to Section1725.5 at the time the contract is awarded."

Where a hearing is required for a decision on the substitution of subcontractors, pursuantto the provisions of Chapter 4, Part 1, Division 2, of the Public Contract Code,(commencing with Section 4100) by the awarding authority, or a duly appointed hearingofficer, the Clerk of the Board of Supervisors shall prepare and certify a statement ofcosts incurred by the County for investigation, and to conduct the hearing, including thecosts of any hearing ofTicer and shorthand reporter appointed. For the purposes of ahearing for the substitution of subcontractors (pursuant to the Public Contract Codecommencing with Section 4100) the awarding authority shall be the Director of the RealEstate Services Department, or his/her designee.

The statement of costs shall be sent to the undersigned, who shall reimburse the Countyfor all costs. If not paid separately, such reimbursement shall be deducted from moniesdue and owing to the undersigned prior to acceptance of the project.

CONTRACTOR NAME: "TAV^rv g\fr\v^rf\V

Project 6K06 Bid Proposal 5 of 7

Subcontractor Portion of Work Location of CA Cont. Lie. No. DIR Reg. No.

(Description of work Businessto be performed)

p/A

ADDENDA

This bid includes Addendum No. Dated

Addendum No. Dated

Bidder must acknowledge all addendums above, regardless of any acknowledgement ofaddendums in ePro.

AFFIDAVIT

The undersigned has submitted with the bid proposal a non-collusion declaration, signedunder penalty of perjury, for the principal contractor. The undersigned agrees to furnishthe County non-collusion declarations for subcontractors signed under penalty of perjury,and states that this is a genuine proposal and is neither collusive nor made in the interestof any other person, and has not induced anyone to submit a sham bid or refrain frombidding.

The undersigned acknowledges it has registered with the ePro system prior to thedate and time to receive sealed bids or it will be disqualified.

Project 6K05 Bid Proposal 6 of 7

The undersigned declares: that the only person or parties interested in this proposal asprincipals are those named herein; that this bid is made without any connection with anyother person or persons making a bid for the same work, except for another division ofthe undersigned which may submit an independent bid; that the bid is in all respects fairand without collusion or fraud; that the undersigned has read the Advertisement for Bidsand the Instructions to Bidders and agrees to all the stipulations contained therein; thatthe undersigned has examined the form of contract (including the specifications,drawings, and other documents incorporated therein by reference); that in the event thisbid as submitted, including the incorporated bidding documents, be accepted by theCounty, the undersigned shall execute a contract to perform the work as outlined herein.

If undersigned is a corporation, proposal must be signed by an authorized officer of thecorporation.

If the bid proposal is submitted through ePro the undersigned acknowledges that itselectronic signature is legally binding.

Check One: ̂ Sole Proprietor( ) Partnership( ) Corporation( ) Other

Name of Bidder: "Trx 'c Vf rV'm ̂Address: KJn\VV\

Phone: 7o9 HlS"

Contractor's License No.: ^ 1 Primary Class: j r

Expiration Date of Contractor's License - 71 - Xo \ ^

Contractor's DIR Registration # )

Social Security No. or Federal Employer ID No.:

I declare under penalty of perjury the aboyejs true and correct.

Authorized Signature: Title: r

Print Name: Date: 0W-l9i-/A

Project 6K05 Bid Proposal 7 of 7

Check A License - License Detail - Contractors State License Board 4/28/18,10:10 AM

Fa Contractors State License Boardm

Contractor's License Detail for License # 913007

DISCLAIMER: A license status check provides information taken from the CSLB license database. Before relyingon this Information, you should be aware of the following limitations.

CSLB complaint disclosure is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appearbelow. Click on the link or button to obtain complaint and/or legal action information.Per B&P 7071 17 , only construction related civil judgments reported to the CSLB are disclosed.Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.Due to workload, there may be relevant information that has not yet been entered onto the Board's license database.

Data current as of 4/28/2016 10:10:41 AM

Business Information

TORGA ELECTRICAL

12751 LEDFORD STREET

BALDWIN PARK, CA 91706

Business Phone Number;(626) 975-5881

Entity Sole Ownership

Issue Date 03/26/2008

Expire Date 03/31/2018

License Status

This license is current and active.

All information below should be reviewed.

C10-ELECTRICAL

B - GENERAL BUILDING CONTRACTOR

Classifications

Bonding InformationContractor's Bond

This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY.

Bond Number: 100041746

Bond Amount: $15,000Effective Date: 01/01/2016

Contractor's Bond History _

Workers' Compensation

http8://www2.cslb.ca.gov/OnllneServices/CheckLlcensell/LicenseDetail.aspx?LicNum«913007 Page 1 of 2

Check A License - License Detail - Contractors State License Board 4/28/16,10:10 AM

This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUNDPolicy Number;9043000Effective Date: 02/01/2016

Expire Date: 02/01/2017Workers' Compensation History

http$://www2.cslb.ca.gov/OnlineServices/CheckLicenseil/LicenseDetail.8spx?LicNume9i3007 Page 2 of 2

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

I am the of <t l^r lyi Ccx 1 , the party makingthe foregoing bid. ~ ^

The bid is not made in the interest of, or on behalf of, any undisclosed person,partnership, company, association, organization or corporation. The bid is genuine andnot collusive or sham. The bidder has not directly or indirectly induced or solicited anyother bidder to put in a false or sham bid. The bidder has not directly or indirectlycolluded, conspired, connived, or agreed with any bidder or anyone else to put in asham bid, or to refrain from bidding. The bidder has not in any manner, directly orindirectly, sought by agreement, communication, or conference with anyone to fix thebid price of the bidder or of any other bidder, or to fix any overhead, profit, or costelement of the bid price, or of that of any other bidder. All statements contained in thebid are true. The bidder has not, directly or indirectly, submitted his or her bid price orany breakdown thereof, or the contents thereof, or divulged information or data relativethereto, to any corporation, partnership, company, association, organization, biddepository, or to any member or agent thereof, to effectuate a collusion or sham bid,and has not paid, and will not pay, any person or entity for such purpose.

Any person executing this declaration on behalf of a bidder that is a corporation,partnership, joint venture, limited liability company, limited liability partnership, or anyother entity, hereby represents that he or she has full power to execute, and doesexecute, this declaration on behalf of the bidder.

I declare under penalty of perjury under the laws of the State of California that theforegoing is true and correct and that this declaration is executed on

oH'JJ- 1 C. [date], at [city],Ca\ .CrMf\, rt_ _[state].

Signed: ^

Title: A^gOq^f

NCC1

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT

A notary public or other officer completing this certificate verifies only the identity of theindividual who signed the document to which this certificate is attached, and not thetruthfulness, accuracy, or validity of that document.

State of California

County of San Bernardino

On ftyf'vX 0-"^ , before me, Darlene Garibay, Notary Public, personallyAppeared,

'sm

DARLENE GARIBAYCommission No. 2054904

NOTARV PUBLIC-CALIFOflMIA

SAN 8ERNARDIN0 COUNTY

%Convn.&q>irM JA»«JARY11.2018

who proved to me on the basis of satisfactory evidence tobe the pcrsonp^^ whose namef^d^a^ subscribed to thewithin instrument and acknowledged to me that

executed the same in(©/hgf/thp<T authorizedcapacity and that by (J^^/the^ signature(^ on theinstrument the personj^, or the entity upon behalf ofwhich the person^ acted, executed the instrument.

I certify under PENALTY OF PERJURY under the lawsof the State ofCalifomia that the foregoing paragraph istrue and correct.

WITNESS mv hand and official seal.

Signature

OPTIONAL

Though the information below is not required by law. it may prove valuable to persons relying on the documentand could prevent fraudulent removal and reatiachment of this form to another document.

Description of Attached Document

Title or Type of Document: DOa Colli^firaw^

Document Dale: \ tOiifi Number of Pages: A-

»ARLENE GARIBAY■nmistlon No. 2054904OTARY PUBLJC-CALIFORNIASAN BERNARDINO COUNTY

;onvn. 6«pir* JANUARY 11,2018

THE AMERICAN INSTITUTE OF ARCHITECTS

AIA Document A310

Bid Bond

KNOW ALL MEN BY THESE PRESENTS, that we

Torga Electrical3224 North D Street

San Bernardino, OA 92405

as Principal, hereinafter called the Principal, and

The Ohio Casualty Insurance Company790 The City Drive South, Suite 200Orange, CA 92868

a corporation duly organized under the laws of the State of New Hampshireas Surety, hereinafter called the Surety, are held and firmly bound unto

County of San Bernardino385 North Arrowhead Ave., Third FloorSan Bernardino, CA 92415

as Obligee, hereinafter called the Obligee, in the sum ofTen Percent of the Total Amount of the Bid Dollars ($10%),for the payment of which sum well and truly to be made, the said Principal and the said Surety, bindourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly bythese presents.

WHEREAS, the Principal has submitted a bid for

Project No. 6K05Fire Station 12 Remodel ProjectUpland, California

NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee inaccordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents withgood and sufficient surety for the faithful performance of such Contract and for the Prompt payment of labor and material furnished inthe prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if thePrincipal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and suchlarger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then thisobligation shall be null and void, otherwise to remain in full force and effect.

Signed and sealed this 26th day of April, 2016

^

Toraa Electrical

1 .//

Lisa saumurrmtness;

rnm

The Ohio Casualty Insurance Comoanv

friae)

Adrlana Vale Fact

AIA DOCUMENT A310 • BID BOND • AIA • FEBRUARY 1970 ED • THE AMERICANINSTITUTE OF ARCHITECTS, 1735, N Y. AVE., N W . WASHINGTON, D C, 20006

THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND.This PoMSf of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to tiie extent herein stated.

Cwtlficate No. 6617406

American Fire and Casualty Company Liberty Mutual Insurance CompanyThe Ohio Casualty Insurance Company West American Insurance Company

POWER OF ATTORNEY

KNOWN ALL PERSONS BY THESE PRESENTS: That Americaxi Fire & Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws ofthe State of New Hampshire, that Litierty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and West American Insurance Companyis a corporation duly organized under the laws of the State of Indiana (herein collectively called the 'Companies'), pursuant to and by authority herein set forth, does hereby name, constituteand appoint, Adriana Valenzuela: Lourdes Landa: Mark W. Rosskopf: Michael Castaneda

, state of OA . each individually if there be nx)fe than one named, its true and lawful attomey-in-fact to make, execute, seal, acknowledge

(0a>0)4.^

C

=6 §

O <0

o-i0) >

3

|1<]) o

I®(U *4

ni $

1,1!®o n

I.

■o >»;= ote c> d>

-2 =Z o

ail of the city of Anaheimatvj deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents and shallbe as binding upon the Companies as if they have been duly signed by the president and attested by the secretary of the Compaiies in their own proper persons.

IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized oficer or official of the Companies and the corporate seals of the Companies have been affixedthereto this 22nd day of December , 2014 .

—'v - ...-—r: American Fire and Casualty Company\ ■ The Ohio Casualty Insurance Company

, . ' ^ i Liberty Mutual Insurance Company' - • West American Insurance Company

STATE OF PENNSYLVANIACOUNTY OF MONTGOMERY

On this 22rici day of December

ss

By: ADavid M. CareyfAssistant Secretary

201't ■ before me personally appeared David M. Carey, who acknowledged himself to be the Assistant Secretary of American Fire andCasualty Company, Liberty Mutual Insuraice Company. The Ohio Casualty insurance Company, and West American Insurance Company, and that he, as such, being authorized so to do.execute the foregoing instrument for foe purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer.

IN WITNESS WHEREOF, I have hereunto subscribed myname and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written.

By:Teresa Pastella , Notary Public

This Power of Attorney is made and executed pursuant to and by authority of the folbwing By-laws aid Authorizations of American Fire and Casualty Conpany, The Ohio Casualty InsuranceCompany, Liberty Mutual Insurance Company, and West American Insurance Company which resolutions are now in full force and effect reading as follows;

ARTICLE IV-OFFICERS-Section 12, Power of Attorney. Any officer or other official of the Corporation authorized forthat purpose in writing by the Chairman or the Preadent, and subjectto such liirAation as the Chainnan or the President may prescribe, shall eppoint such attomeys-in-fact, as may be necessary to act in behalf of the Corporation to make, execute, seal,adtnowledge and deliver as surety any aid all undertakings, bonds, recognizances and ofoer surety obligations. Such attomeys-in-fact. subject to the limrtations set forth in their respectivepowers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When soexecuted, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to £my representative or attomey-in-fact underttie provisions of this articie may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority.ARTICLE XIII - Execution of Contracts - SECTION 5. Surety Bonds and Undertakings. Any officer of foe Company authorized for that purpose in writing by the chairmai or the president,and subject to such limitations as foe chairman or the president may prescribe, shall appoint such attomeys-in-fact, as may be necessary to act in behalf of the Company to make, execute,seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attomeys-in-fact subject to the limitations set forth in theirrespective powers of attorney, shall have full power to bind the Company by their signature ^d execution of any such instruments and to attach thereto the seal of the Company. When soexecuted such instruments shall be as binding as if signed by the president aid attested by foe secretay.

Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes David M. Carey, Assistant Secretary to appoint such attomeys-in-fact as may be necessary to act on behalf of foe Company to m^e, execute, seal, acknowledge aid deliver as surety any and all undertakings, bonds, recognizances and other suretyobligaions.

Authorization - By unanimous consent of tlie Company's Board of Directors, foe Company consents tha facsimile or mechanically reproduced signaure of any assiaant secretary of theCompany, wherever appearing upon a certified copy of any power of atomey issued by the Company in connection with surety bonds, shall be valid and binding upon foe Company withthe same force and effect as though m^ually affixed.

I, Gregory W. Davenport, the undersigned. Assistant Secretary, of American Fire and Casualty Compffliy. The Ohio Casualty In^rance Company, Liberty Mutual Insurance Company, andWest American Insurance Company do hereby certify that the original power of attorney of whkfo the foregoing is a fuH, true and correct copy of the P^r of Attorney executed by saidCompanies, is in foil force £X)d effect and has not been revoked.

t^pri I 20_ll^.IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed foe seals of said Companies this

>(0■oM(0Oc

(03JQ

C

EEo a.5 o< CON— ,

•-"Sc5 «o P

£0

o C>,®^ '

0,0£

C I

JE COcO?o oo ̂« o

By:Gregory W Davenport, Assistant Secretary

LMS 12873 122013 97 of 250

California Aii-Purpose Certificate of AcknowiedgmentA notary public or other officer completing this certificate verifies only the identity of the individual who signed thedocument to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.

State of California

County of """8"s.s.

On 04/26/2016 before me,Christy Ann Mata, Notary Public

personally appeared Adriana Valenzuela

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 executedthe same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on theinstrument the person(s), or the entity upon behalf of which the person(s) acted, executed theinstrument.

I certify under PENALTY OF PERJURY under the lawsof the State of California that the foregoing paragraph istrue and correct.

and and official seal.sswCiWTYANNM^

^^[^^"ionExpifes Mar. 27,20191

OPTIONAL INFORMATION

Although

!h:s w ■ "-i .■■oc-.'pjenr on:i

Description of Attached DocumentThe preceding Certificate of Acknowledgment is attached to adocument titled/for the purpose of —

containing pages, and dated

The signer(s) capacity or authority is/are as:□ Individual(s)□ Attomey-in-fact□ Corporate Officer(s)

□ Guardian/Conservator□ Partner - Limited/General□ Trustee{s)□ Other

representing:

M^hod of Sjgner Identification

Proved to me on the basis of satisfactory evidence:

Q fonn(s) of identification □ credible wtness(es)

Notarial event is detailed in notary journal on:

Page# Entry#

Notary contact:

Other

□ Additional Signer Q Signer(s) Thumbprint8(s)

□ .

: ;n09-20l5 Notary Learning Center-All Rights Reserved You car. purcnase copies of this torrr. rrom ourweo sue at wvav i neNoiarysaio-e coir