41
BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson T". m" ARCHITECTURE AND ENGINEERING 385 N. Arrowhead Ave. • San Bernardino, CA 92415- 0184 Project No: 3G15 909) 387- 5000 • www. sbcounty. gov/ ae Construction Estimate: $ 160, 000. 00 Project: Re- Bid ARMC Behavioral Health Security Fencing Project Bid Date: January 20, 2015 Location: ARMC - 400 N. Pepper Avenue id Time 2: 00 PM BIDDER 2 U o 2 BASE BID SUB- TOTAL TOTAL NOTES o Q Rommel Construction Inc. 4833 Orane Blossom Lane Chino, CA 91710 X X X $ 121, 860. 00 $ 121, 860. 00 $ 121, 860. 00 St. George Construction 1655 6th. Ste. A- 6- A# 103 Corona, CA 92879 X X X $ 140, 000. 00 S 140, 000. 00 $ 140, 000. 00 Gilman Builders, Inc. 21 Sanctuary Irvine, CA 92620 X X X $ 141, 400. 00 $ 141, 400. 00 $ 141, 400. 00 Non responsive No hard copy of Bid Bond Dalke & Sons Construction, Inc X X $ 168, 890. 00 $ 168, 890. 00 $ 168, 890. 00 in office at time of bid. Crown Contracting, Inc 7311 Hopi Trail Yucca Valley, CA 92284 X _ X X $ 173, 250. 00 $ 173, 250. 00 $ 173, 250. 00 Golden Bay Fence Plus Iron Works Inc. 4104 S B Street Stockton, CA 95206 X X X $ 174, 658. 00 $ 174, 658. 00 $ 174, 658. 00 BID RESULTS ARE TENTATIVE UNTIL ALL INFORMATION HAS BEEN VERIFIED. RESULTS WILL BE POSTED TO THE WEBSJTE WITHIN ONE ( 1) ESUSINESS- DAY WWW. tiHUUUNTY-.. C, 0VTAE

Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

  • Upload
    others

  • View
    3

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

BID TABULATION

r_

ti

h, -.

County of San Bernardino Project Mgr. James Neilson

T".

m"

ARCHITECTURE AND ENGINEERING

385 N. Arrowhead Ave. •

San Bernardino, CA 92415- 0184 Project No: 3G15

909) 387- 5000 • www. sbcounty. gov/ ae Construction Estimate: $ 160, 000. 00Project: Re-

Bid ARMC Behavioral HealthSecurity Fencing Project

Bid Date: January 20, 2015Location: ARMC - 400 N

. Pepper Avenue

id Time 2:

00 PM

BIDDER 2 U o 2 BASE BID SUB- TOTAL TOTAL NOTES

o

Q

Rommel Construction Inc.

4833 Orane Blossom LaneChino, CA 91710 X X X $

121, 860. 00 $ 121, 860. 00 $

121, 860. 00

St. George Construction

1655 6th.

Ste.

A-

6-

A# 103Corona, CA 92879 X X X

$

140, 000. 00 S 140, 000. 00 $

140, 000. 00Gilman Builders, Inc.

21 SanctuaryIrvine, CA 92620 X X X $

141, 400. 00 $ 141, 400. 00 $

141, 400. 00

Non responsiveNo hard copy of Bid BondDalke & Sons Construction, Inc X X

$

168, 890. 00 $ 168, 890. 00 $

168, 890. 00 in office at time of bid.

Crown Contracting, Inc

7311 Hopi TrailYucca Valley, CA 92284 X _

X X

$

173, 250. 00 $ 173, 250. 00 $

173, 250. 00Golden Bay Fence Plus Iron Works Inc.

4104 S B StreetStockton, CA 95206 X X X

$

174, 658. 00 $ 174, 658. 00 $

174, 658. 00

BID RESULTS ARE TENTATIVE UNTIL ALL INFORMATION HAS BEEN VERIFIED. RESULTS WILL BE POSTED TO THE WEBSJTE WITHIN ONE ( 1)ESUSINESS- DAY WWW. tiHUUUNTY-.. C

, 0VTAE

Page 2: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Project No.3G15

BID PROPOSAL

PROJECT: Re- Bid of Arrowhead Regional Medical Center

Behavioral Health Security Fencing Project

LOCATION: 400 N. Pepper Avenue, Colton

OWNER: County of San Bernardino

BID OPENING: January 20, 2015 at 2: 00 p. m.

BIDDER: ROMMEL CONSTRUCTION INC

County of San BernardinoArchitecture & Engineering Department385 North Arrowhead Avenue, Third Floor

San Bernardino, CA 92415-0184

www.sbcounty.gov/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 install supports and security fencing along the second floor patio andwalkways, and installation of ADA compliance items in Colton, California, and fullyunderstands the scope and meaning of the Bid Documents.

Contractor may disregard paragraph J in the Instructions to Bidders because thereare no American Recovery and Reinvestment Act of 2009 funds used to fund thisProject.

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 the

Architecture & Engineering Department, 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 ePro

system, the information on the bid proposal shall prevail.

Project 3G15 Bid Proposal 1 of 7

Page 3: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

BASE BID

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

o , y

SU N

The LUMP SUM ofb4LIAOVktC IU• 2k A,L.jvkLukt 1 • Dollars

12\ 4; L..)o

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 project

drawings and specifications.

The lowest bid shall be the lowest bid price on the BASE BID. A responsible and

responsive bidder who submitted the lowest bid shall be awarded the contract, if it is

awarded.

BID DEPOSIT ( BID BOND)

There is enclosed herewith, a certified check gr surety bond in the amount of ten percent10%) of the BASE BID, or, more specifically, U e2 xrsua ,• . tcd

Dollars ($ 2 v , omade payable to the County of San

Bernardino. 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 Architecture & EngineeringDepartment, and a County warrant for the full amount shall be issued to the undersignedapproximately 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 of

the bidder clearly marked on the outside, to: Architecture & Engineering Department, 385North Arrowhead Avenue, 3rd Floor, San Bernardino, California, 92415-0184. Anymailed or submitted bid security must be received on or before the time set for theopening of the bids.

TIME OF COMPLETION

The undersigned agrees to complete the work within 45 calendar days from the date

stipulated in the Notice to Proceed.

Project 3G15 Bid Proposal 2 of 7

Page 4: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

LIQUIDATED DAMAGES

Pursuant to the provisions of Government Code Section 53069.85 and in the event that

all the Work called for in this Contract is not completed within the number of calendar

days 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 Special

Conditions)

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 is currently the holder of a valid license as acontractor in the State of California and that the license is the correct class of license for

the work described in the project drawings and specifications. The undersigned also

certifies that all subcontractor(s) listed under the Designation of Subcontractors section of

the Bid Proposal are currently the holder of valid contractor's license(s) in the State ofCalifornia and the license is the correct class of license for the work to be performed bythe subcontractor(s).

INSURANCE

The undersigned agrees to furnish certified copies of all insurance policies and

endorsements; all certificates of comprehensive, general and auto liability insurance;Workers' Compensation insurance; and such other insurance that will protect him from

claims 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 Architecture and

Engineering Department with Certificates of Insurance evidencing the requiredinsurance coverage at the time Contractor executes the contract with the County.All policies ( excluding Workers' Compensation) shall name the County of San Bernardino

Project 3G15 Bid Proposal 3 of 7

Page 5: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

and its officers, employees, agents and volunteers as additional insureds. All coverages

shall be subject to approval by the County for adequacy of protection.

BONDS

If this Bid is successful, the undersigned agrees to execute the required Standard

Contract and will furnish a payment bond in an amount equal to one hundred percent100%) of the contract price and a Faithful Performance Bond in an amount equal to one

hundred percent ( 100%) of the contract price. These bonds shall be secured from a

surety 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 in

full 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. The

information also includes the employment with or representation of contractor. For

purposes 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 such

officer'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 administration of this agreement, if the County determinesthat the contractor has made a material misstatement or misrepresentation or that

materially inaccurate information has been provided to the County, this contract may beimmediately terminated. If this contract is terminated according to this provision, theCounty is entitled to pursue any available legal remedies.

VISITING THE SITES

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

site.

DESIGNATION OF SUBCONTRACTORS

In compliance with the provisions of Sections 4100-4108 of the Public Contract Code of

the State of California, and any amendments thereof, the undersigned shall set forthbelow the name, location of the place of business and the California contractor license

number of each subcontractor who will perform work ( meaning the total amount of the

Project 3G15 Bid Proposal 4 of 7

Page 6: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

subcontractor'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.

If the undersigned fails to specify a subcontractor for any work to be performed under thecontract, the undersigned agrees to perform the work and shall not be permitted to

subcontract that work except in cases of public emergency, and then only after writtenfinding as public record by the Board of Supervisors.

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 class

of license for the work to be performed by the subcontractor(s).

The undersigned certifies that it and all subcontractor(s) listed below have registered with

the Department of Industrial Relations pursuant to Labor Code section 1725.5 ( applicable

for all bids submitted on or after March 1, 2015). The undersigned agrees that no

contractor or subcontractor may be awarded a contract for public work or perform work ona public works project unless registered with the Department of Industrial Relations

pursuant to Labor Code section 1725. 5 ( applicable for all contracts awarded on or after

April 1, 2015).

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 a

hearing for the substitution of subcontractors (pursuant to the Public Contract Codecommencing with Section 4100) the awarding authority shall be the Director of the SanBernardino County Architecture and Engineering 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: ROMMEL CONSTRUCTION INC

Subcontractor Portion of Work Location of Business CA Contractor License NoDescription of work

qa440-(Acibo,

trte.4

CSTnua

topv.Q%S.

to be performed)

Project 3G15 Bid Proposal 5 of 7

Page 7: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

ADDENDA rONC

This bid includes Addendum No. _ dated

t y

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, signed

under 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 interest

of 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 the

date and time to receive sealed bids or it will be disqualified.

Project 3G15 Bid Proposal 6 of 7

Page 8: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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 Bids

and the Instructions to Bidders and agrees to all the stipulations contained therein; that

the 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 its

electronic signature is legally binding.

Check One: ( ) Sole Proprietor

PartnershipX) Corporation

Other

Name of Bidder: ROMMEL CONSTRUCTION INC

Address: 4833 ORANGE BLOSSOM LANE

CHINO, CA 91710 Phone: 562) 552- 1978

Contractor's License No.: 817299 Primary Class: B

Expiration Date of Contractor' s License 7/ 31/ 2016

Social Security No. or Federal Employer ID No.: 261925050

I declare under penalty of • erju• n - •• e is true and correct.

Authorized Signature: 41: A11111ft Title: PRESIDENT

Print Name: ROMMEL BUR

Date: 1/ 20/2014

Project 3G15 Bid Proposal 7 of 7

Page 9: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

PRESIDENTROMMEL CONSTRUCTION INC

I am the of 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, bid

depository, 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

JANUARY 20, 2015 date], at CHINO city],CALIFORNIA state].

Signed:

Title: PRESIDENT

Page 10: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

1/ 19/2015 ePro

Procurement.network

5 1 Seller Administrator

NIGP Code Browse I My Account I Customer Service I About January 19, 2015 4: 37: 44 PM PST f 1J

Home POs Bids Contracts Quotes

My Account Information

My Information Edt

Salutation Mr.

First Name Antonio Last Name Burgos

Job Title Treasurer Department

Email antonioburgos78@gmail. com

Company ROMMEL CONSTRUCTION INC

Phone ( 562) 552- 1978

Exit

Copyright© 2015 Periscope Holdings, Inc.- All Rights Reserved. 1

https://epro.sbcounty.gov/bso/admin/myAccountEdit.sdo 1/ 1

Page 11: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

t t CONTRACTORS STATE LICENSE BOARDUI .

Contractor's License Detail for License # 817299

ISCLAIMER: A license status check provides information taken from the CSLB license database. Before relying onhis 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 1/ 19/ 2015 12: 02: 41 PA

Business Information

ROMMEL CONSTRUCTION INC

4833 ORANGE BLOSSOM LANE

CHINO, CA 91710

Business Phone Number:(562) 552- 1978

Entity CorporationIssue Date 02/ 13/ 2003

Reissue Date 07/ 21/ 2008

Expire Date 07/31/ 2016

License Status

his license is current and active.

All Information below should be reviewed.

Classifications

GENERAL BUILDING CONTRACTOR

Bonding InformationContractor's Bond

This license filed a Contractor's Bond with OLD REPUBLIC SURETY COMPANY. Bond Number: GCL1252925

Bond Amount:$ 12, 500

Effective Date: 07/21/ 2008

IContractor's Bond History

Bond of Qualifying Individual

The Responsible Managing Officer( RMO) BURGOS ROMMEL C certified that he/she owns 10 percent or more of thevoting stock/equity of the corporation. A bond of qualifying individual is not required.Effective Date: 07/21/ 2008

Workers' Compensation

This license has workers compensation insurance with the STATE COMPENSATION INSURANCE FUND

Policy Number:9105480Effective Date: 07/08/2014

Expire Date: 03/ 01/ 2015

Workers' Compensation History

Page 12: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

State Of CaliforniaONTRACTORS STATE LICENSE BOARD

ACTIVE LICENSE

nat., 817299 e», CORP

e. a... ROMMEL CONSTRUCTION INC

sa B

e. e.. o. 07/31! 2018 M cslb.ca. gov

Any change of business address/item must be reported to the Registrar vittt, 90 days.This license Is not transferrable, and shall be returned to the Registrarupon demand when suspended, revoked, or Invalidated for any reason.

This pocket card Is valid through the expiration date only.

If found. drop in any mailboxpostage guaranteed Dy

Contactors State License Board

O. Box 20000, Sa,namerco CA 95828

Licensee Sgnarae

Page 13: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

BOND # 1001034561

AIA Document A310TM - 2010

Bid Bond

CONTRACTOR: SURETY:

Name, legal status and address) Name, legal status andprincipal place

ROMMEL CONSTRUCTION INC. ofbusiness)

4833 ORANGE BLOSSOM LANE AMERICAN CONTRACTORS INDEMNITY COMPANYs document has important legal

CHINO, CA 91710 601 S. FIGUEROA ST, consequences. Consultation with

OWNER: STE 1600 an attorney is encouraged withrespect to its completion or

Name, legal status and address) LOS ANGELES, CA 90017 modification.

CITY OF SAN BERNARDINOAny

385 N ARROWHEAD AVE, SAN BERNARDINO, CA Contractor, Surety, OwnerContractor, Surety, Owner or

BOND AMOUNT: TEN PERCENT OF THIER GREATEST AMOUNT BID other party shall be consideredplural where applicable.

PROJECT:NOT TO EXCEED FOURTEEN THOUSAND ( 10% G.A.B. N. T. E $ 14, 000)

Name, location or address, and Project number, ifany)

ARMC BEHAVIORAL HEALTH SECURITY FENCING PROJECT - PROJECT # 3G15

The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which theContractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly andseverally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractorwithin the time specified in the bid documents, or within such time period as may be agreed to by the Owner andContractor, and the Contractor either( I) enters into a contract with the Owner in accordance with the terms of such

bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admittedin the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract

and for the prompt payment of labor and material furnished in the prosecution thereof; or( 2) pays to the Owner the

difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount

for which the Owner may in good faith contract with another party to perform the work covered by said bid, then thisobligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice ofan agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver ofnotice by the Surety shall not apply to any extension exceeding sixty( 60) days in the aggregate beyond the time foracceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety' s consent foran extension beyond sixty( 60) days.

If this Bond is issued in connection with a subcontractor' s bid to a Contractor, the term Contractor in this Bond shall

be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom andprovisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When sofurnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.

Signed and sealed this 19TH day of JANUARY 2015ROMMEL • NSTRUCTION INC.

n . Seal)

Witness)

aiorm e1AMERI CONTRACTORS INDEMNITY COMPANY

Surety) Seal)

Witness)

Title SHILO LEE LOSINO, ATTORNEY- IN- FACTCAUTION: You should sign an original AIA Contract Document, on which this text appears in RED. An original assures that

changes will not be obscured.

Init. AIA Document A310"'— 2010. Copyright 01983, 1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIADocument is protected by U. S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this Ale Document, orany portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law.Purchasers are permitted to reproduce ten( 10) copies of this document when completed. To report copyright violations of AIA Contract Documents, e-mailThe American Institute of Architects' legal counsel, copyrightlaia.org. 061110

Page 14: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189r es_rdtbra truerecrcK. ',o.r ccss. - - c-.cr c,t—,0 --,c.c r,c-t', cusssscal

A 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 LOS ANGELES

On JAN 1 9 2015 before me, JAN MICHELLE RIVERA, NOTARY PUBLICDate Here Insert Name and Title of the Officer

personally appeared SHILO LEE LOSINO

Name(s) of Signer(s)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ aresubscribed to the within instrument and acknowledged to me that he/ she/ they executed the same inhis/ her/their authorized capacity(ies), and that by his/her/ their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the lawsJAN MICHELLE RIVERA of the State of California that the foregoing paragraph

@ Commission # 1939902z

is true and correct.yfi*

f•'j! Notary Public - Californiaz 9 Los Angeles County WITNESS my hand .. d offi ial seal.

L : 1-:_ MI Comm. Expires Jul 3, 2015Signature

Sig : ture of Notary Public

1Place Notary Seal Above

OPTIONAL

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentTitle or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above:

Capacity(ies) Claimed by Signer(s)Signer' s Name: Signer's Name:

Corporate Officer — Title(s): Corporate Officer — Title(s):Partner — Limited General Partner — Limited ii General

O Individual Attorney in Fact Individual iJ Attorney in FactTrustee Guardian or Conservator Trustee Ii Guardian or ConservatorOther: Other:

Signer Is Representing: Signer Is Representing:

Y. Y . Y• Y.- Y- V ' YV _ 'Y _-.• Y. Y. Y' V' Y' V' Y'' Y.' Y.-Y.•Y. Y.•Y,•Y. Y• Y • V' Y-' Y.' Y. V' V ' Y' Y

02014 National Notary Association • www.NationalNotary.org• 1- 800- US NOTARY( 1- 800-876-6827) Item# 5907

Page 15: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

POWER OF ATTORNEY

AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U. S. SPECIALTY INSURANCE COMPANY

KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United StatesSurety Company, a Maryland corporation and U. S. Specialty Insurance Company, a Texas corporation ( collectively, theCompanies"), do by these presents make, constitute and appoint:

Shilo Lee Losino or Stephanie Hope Shear of Woodland Hills, California

its true and lawful Attorney(s)- in- fact, each in their separate capacity if more than one is named above, with full power and authorityhereby conferred kits name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakingsor other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bondpenalty does not exceed Three Million****** Dollars ($ ** 3, 000,000.00**).

This Power of Attorney shall expire without further action on December08, 2016. This Power of Attorney is granted under and byauthority of the following resolutions adopted by the Boards of Directors of the Companies:

Re it Resolved, that the President, any Vice-President, any Assistant Vice- President, any Secretary or any Assistant Secretary shall be and is hereby vested with fullpower and authority to appoint any one or more suitable persons as Attomey( s)- in- Fact to represent and act for and on behalf of the Company subject to the followingprovisions:

Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retainedpercentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company' s liabilitythereunder, and any such instruments so executed by any such Attorney- in- Fact shall be binding upon the Company as if signed by the President and sealed and effectedby the Corporate Secretary.

Be it Resolved. that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relatingthereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect toany bond or undertaking to which it is attached.

IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this10th day of December, 2012.

AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY

Corporate Seals s 3,y

b.

6*•,

s` Daniel P. Aguilar, Vice President

State of California

County of Los Angeles SS:

On 10th day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Daniel P. Aguilar, Vice President ofAmerican Contractors Indemnity Company, United States Surety Company and U. S. Specialty Insurance Company who proved to meon the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me thathe executed the same in his authorized capacity, and that by his signature on the instrument the person( s), or the entity upon behalf ofwhich the person( s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct.WITNESS my hand and official seal.

x MaelApr; coewMNMr• tale

Signature v, ` Seal) s • Motor, Pita- areerw

ccann. t Ow L tote

I, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, United States Surety Company and U. S. SpecialtyInsurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed bysaid Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of

Attorney are in full force and effect.

In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this dayof__ — JAN 1 9 2015

Corporate Seals

J tiFI.CiO.y ' tJ';' 1111;;;:%

Bond No o' 47' s ' Jeannie Lee, ssistant SecretaryAgency No. 13860 Ws. A'.MID :,3 s

5

RWinPG nyuu mm"

rc

o''rvrrrr num noe`.ryn

Page 16: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Contractor's License Detail for

DISCLAIMER: A license status check provides informatioi

CSLB complaint disclosure is restricted by law( B& P 7124. 6) If this entity isPer B& P 7071. 17 , only construction related civil judgments reported to theArbitrations are not listed unless the contractor fails to comply with the term:Due to workload, there may be relevant information that has not yet been E

Data current as of 1/ 20/2015 3: 50: 17 PM

This license is canceled and not able to contr

C13- FENCING

This license filed a Contractor's Bond with WESCO INSUR

Bond Number: 04WB043208

Bond Amount: $ 12, 500

Effective Date: 03/01/ 2014

Contractor's Bond History

The Responsible Managing Officer( RMO) GALVEZ JAIMEd.Effective Date: 04/05/2013

This license is exempt from having workers compensation—Effective Date: 03/ 15/ 2013

Expire Date: None

09/25/2014 - LICENSE CANCELED PER REQUEST

Page 17: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

1 1 Document A3I OTM - 2010

ND # 1001034561

Bid Bond

CONTRACTOR: SURETY:

Name, legal status and address) Name, legal status andprincipalplace

ROMMEL CONSTRUCTION INC. ofbusiness)

4833 ORANGE BLOSSOM LANE AMERICAN CONTRACTORS INDEMNITYnCOMPANlegal

CHINO, CA 91710 601 S. FIGUEROA ST, consequences. Consultation with

OWNER: STE 1600 an attorney is encouraged with

Name, legal status and address) LOS ANGELES, CA 90017respect to its completion or

CITY OF SAN BERNARDINOmodification.

385 N ARROWHEAD AVE, SAN BERNARDINO, CAAny singular reference toContractor, Surety, Owner or

BOND AMOUNT: TEN PERCENT OF THIER GREATEST AMOUNT BID other party shall be consideredplural where applicable.

PROJECT:NOT TO EXCEED FOURTEEN THOUSAND ( 10% G.A.B. N. T. E $ 14, 000)

Name, location or address, and Project number, ifany)ARMC BEHAVIORAL HEALTH SECURITY FENCING PROJECT - PROJECT# 3G15

The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which theContractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly andseverally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractorwithin the time specified in the bid documents, or within such time period as may be agreed to by the Owner andContractor, and the Contractor either( 1) enters into a contract with the Owner in accordance with the terms of such

bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admittedin the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contractand for the prompt payment of labor and material furnished in the prosecution thereof; or( 2) pays to the Owner the

difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount

for which the Owner may in good faith contract with another party to perform the work covered by said bid, then thisobligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice ofan agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver ofnotice by the Surety shall not apply to any extension exceeding sixty( 60) days in the aggregate beyond the time foracceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety' s consent foran extension beyond sixty( 60) days.

If this Bond is issued in connection with a subcontractor' s bid to a Contractor, the term Contractor in this Bond shallbe deemed to be Subcontractor and the term Owner shall be deemed to be Contractor.

When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project,any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom andprovisions conforming to such statutory or other legal requirement shall be deemed incorporated herein_ When sofurnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond.Signed and sealed this 19TH day of JANUARY 2015

ROMMEL • NSTRUCTION INC.

n ', 649 .., . Seal)

Witness) s

tt e

AMERI CONTRACTORS INDEMNITY COMPANY

urety) Seal)

Witness)

Tole SHILO LEE LOSINO, ATTORNEY-IN- FACTCAUTION: You should sign an original AIA Contract Document, on wtdctt this text appnais if. RED. An original assures that

changes will not be obscured.

IrikAIA Document A310"'— 2010. Copyright0 1963, 1970 and 2010 by The American Institute of Architects. MI rights reserved. WARNING: This AIA`'Document is protected by U. S. ght Law and International Treaties. Unauthorized I , rcauctlon or distribution of this AIA"' Document, or

any portion of it, may resu'• civil and criminal penalties, and will be prosecuted to the maximum extent possible under the law.

Purchasers are permitted to reproduce ten( 10) copies of this document when completed. To report copyright violations of AIA Contract Documents. e-mailThe American Institute of Architects' legal counsel, copyright(81aia.org. 061110

Page 18: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189s:l)e`.0..ciP.trfiGdY'eC':r,oY'F•o.

A 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 LOS ANGELES

On JAN 1 9 2015 before me, JAN MICHELLE RIVERA, NOTARY PUBLICDate Here Insert Name and Title of the Officer

personally appeared SHILO LEE LOSINO

Name(s) of Signer(s)

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/ aresubscribed to the within instrument and acknowledged to me that he/ she/they executed the same inhis/ her/their authorized capacity(ies), and that by his/ her/their signature(s) on the instrument the person(s),or the entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the lawsil,41m.„

4,„utoJAN MICHELLE RIVERA of the State of California that the foregoing paragraph

374 n, Commission # 1939902 is true and correct.Notary Public- California z

49— Los Angeles County WITNESS my hand . qd offs ial seal.

3_ Mr Comm. Expires Jul 3, 20251Signature

Sig : ture of Notary Public

Place Notary Seal AboveOPTIONAL

Though this section is optional, completing this information can deter alteration of the document orfraudulent reattachment of this form to an unintended document.

Description of Attached DocumentTitle or Type of Document: Document Date:Number of Pages: Signer(s) Other Than Named Above:

Capacfty(ies) Claimed by Signer(s)Signer's Name: Signer's Name:C Corporate Officer — Title(s): Corporate Officer — Title(s):

Partner — Limited General Partner — Limited General0 Individual Attorney in Fact Individual Attorney in FactLI Trustee Guardian or Conservator Trustee Guardian or Conservator

Other: Other:Signer Is Representing: Signer Is Representing:

Y V --..-

Y - V "V. Y' y .V.•y" Y. V,. Y." Y( J'' b" Y' Y:' V' Y" Y' Y.' V.. y_Y.. Y . Y. yAy• V' Y. Y.' y' V' Y ' Y ' y. y y y.-y. y_y..y_y. y .2014 National Notary Association• www.NationalNotary.org • 1- 800-US NOTARY( 1- 800- 876-6827) Item# 5907

Page 19: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Ai

POWER OF ATTORNEY

AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY

KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, United StatesSurety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation ( collecth* y, theCompanies"), do by these presents make, constitute and appoint:

Shilo Lee Loslno or Stephanie Hope Shear of Woodland Hills, California

its true and lawful Attomey(s)- in- fact, each in their separate capacity if more than one is named above, with full power and authorityhereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakingsor other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bondpenalty does not exceed Three Million****** Dollars ($ ** 3, 000,000.00** ).

This Power of Attorney shall expire without further action on December 08, 2016. This Power of Attorney is granted under and byauthority of the following resolutions adopted by the Boards of Directors of the Companies:

Be it Resolved, that the President, any Vice- President, any Assistant Vice-President, any Secretary or any Assistant Secretary shall be and is hereby vested with fullpower and authority to appoint any one or more suitable persons as Attomey( s)- in- Fact to represent and act for and on behalf of the Company subject to the followingprovisions:

Attorney-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds,recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retainedpercentages and/ or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company' s liabilitythereunder, and any such instruments so executed by any such Attorney- in- Fact shall be binding upon the Company as if signed by the President and sealed and effectedby the Corporate Secretary.

Be it Resolved, that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relatingthereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect toany bond or undertaking to which it is attached.

IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this10th day of December, 2012.

AMERICAN CONTRACTORS INDEMNITY COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY

Corporate Seals

teruw.nm

to

I scerr.min. i. i W I} Y >

fi. :aa AN J4' '\.,,,_5 71 Daniel P. Aguilar, Vice President

State of California ."'*„} ` ' *

County of Los Angeles SS:

On 10th day of December, 2012, before me, Vanessa Wright, a notary public, personally appeared Daniel P. Aguilar, Vice President ofAmerican Contractors Indemnity Company, United States Surety Company and U. S. Specialty Insurance Company who proved to meon the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me thathe executed the same in his authorized capacity, and that by his signature on the instrument the person( s), or the entity upon behalf ofwhich the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and_c_orcectWITNESS my hand and official seal.

v.wnmttr

1' r: co. atasl.•• 1101710

SignatureU Seal) j ya,ryvaauc- Gam&

1-*' dl Las MOM ClalrCOMM t - DK S.! MIS

I, Jeannie Lee, Assistant Secretary of American Contractors Indemnity Company, United States Surety Company and U. S. SpecialtyInsurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed bysaid Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of

Attorney are in full force and effect.

In Witness Whereof, 1 have hereunto set my hand and affixed the seals of said Companies at Los Angeles, California this dayof -

JAN 1 9 2015 '

Corporate Seals

Bond No qty.,\ tjaiS-f:P '? a' sg I`

E + sa_ Jeannie Lee, ssistant Secretary13' 660 wnanMl ' 1Wl j„i r a 14

k

Page 20: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Project No. 3G15

BID PROPOSAL

PROJECT: Re- Bid of Arrowhead Regional Medical Center

Behavioral Health Security Fencing Project

LOCATION: 400 N. Pepper Avenue, Colton

OWNER: County of San Bernardino

BID OPENING: January 20, 2015 at 2: 00 p. m.

BIDDER: Al C')'15 ttc I - Mf a

County of San BernardinoArchitecture & Engineering Department385 North Arrowhead Avenue, Third Floor

San Bernardino, CA 92415-0184

www.sbcounty.gov/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 install supports and security fencing along the second floor patio andwalkways, and installation of ADA compliance items in Colton. California, and fullyunderstands the scope and meaning of the Bid Documents.

Contractor may disregard paragraph J in the Instructions to Bidders because thereare no American Recovery and Reinvestment Act of 2009 funds used to fund thisProject.

The undersigned hereby agree& to fun is, VVV., IVVIV, VyU.IJlllVll\ I

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 the

ri is H ucNm LI recut, UL we R./Ill/VIM Iy ,. 00L101.

In case of discrepancy between the written bid set forth and the numerical bid set forth,LI ie VVI ILLeI I UIU biIdii plel/ WI. III Ule udbU UI d UIbuBNdlii.y UeLWeGii U '.. i liiliii Uiii

numerical bid set forth on the bid proposal, and the numerical bid set forth in the ePro

system, the information on the bid proposal shall prevail.

Project 3G15 Bid Proposal 1 of 7

Page 21: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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 14-,. clys2cc.4 r Dollars

q-0, 0

JJJ

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 project

drawings and specifications.

The lowest bid shall be the lowest bid price on the BASE BID. A responsible and

responsive bidder who submitted the lowest bid shall be awarded the contract, if it is

awarded.

BID DEPOSIT ( BID BOND)

There is enclosed herewith, a certified check or surety bond in the amount of ten percent10%) of the BASE BID, or, more specifically, F ptgen --77Z a a44 d-

Dollars ($ /[ k 000 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 Architecture & EngineeringDepartment, and a County warrant for the full amount shall be issued to the undersignedapproximately 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 of

the bidder clearly marked on the outside, to: Architecture & Engineering Department, 385North Arrowhead Avenue, 3rd Floor, San Bernardino, California, 92415-0184. Anymailedsailed or submitted bid security must be ICL,CIved on or before LIIe time set for theopening of the bids.

TIII Or nr r.r In, rrl/np.II IIVIL VI VlJpVIr LLI 'VII

The undersigned agrees to complete the work within 45 calendar days from the date

stipulated in the Notice to Proceed.

Project 3G15 Bid Proposal 2 of 7

Page 22: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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 calendar

days 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 Special

Conditions)

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 is currently the holder of a valid license as acontractor in the State of California and that the license is the correct class of license for

the work described in the project drawings and specifications. The undersigned also

certifies that all subcontractor(s) listed under the Designation of Subcontractors section of

the Bid Proposal are currently the holder of valid contractors license(s) in the State ofCalifornia and the license is the correct class of license for the work to be performed bythe subcontractor(s).

INSURANCE

The undersigned agrees to furnish certified copies of all insurance policies and

endorsements; all certificates of comprehensive, general and auto liability insurance;Workers' Compensation insurance; and such other insurance that will protect him from

claims 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 Architecture and

Engineering Department with Certificates of Insurance evidencing the requiredinsurance coverage at the time Contractor executes the contract with the County.All policies (excluding Workers' Compensation) shall name the County of San Bernardino

Project 3G15 Bid Proposal 3 of 7

Page 23: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

and its officers, employees, agents and volunteers as additional insureds. All coverages

shall be subject to approval by the County for adequacy of protection.

BONDS

If this Bid is successful, the undersigned agrees to execute the required Standard

Contract and will furnish a payment bond in an amount equal to one hundred percent

100%) of the contract price and a Faithful Performance Bond in an amount equal to one

hundred percent ( 100%) of the contract price. These bonds shall be secured from a

surety 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 in

full 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. The

information also includes the employment with or representation of contractor. For

purposes 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 such

officer'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 administration of this agreement, if the County determinesthat the contractor has made a material misstatement or misrepresentation or that

materially inaccurate information has been provided to the County, this contract may beimmediately terminated. If this contract is terminated according to this provision, theCounty is entitled to pursue any available legal remedies.

VISITING THE SITES

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

site.

DESIGNATION OF SUBCONTRACTORS

In compliance with the provisions of Sections 4100-4108 of the Public Contract Code of

the State of California, and any amendments thereof, the undersigned shall set forthbelow the name, location of the place of business and the California contractor license

number of each subcontractor who will perform work ( meaning the total amount of the

Project 3G15 Bid Proposal 4 of 7

Page 24: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

subcontractor'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,

If the undersigned fails to specify a subcontractor for any work to be performed under thecontract, the undersigned agrees to perform the work and shall not be permitted to

subcontract that work except in cases of public emergency, and then only after writtenfinding as public record by the Board of Supervisors.

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 class

of license for the work to be performed by the subcontractor(s).

The undersigned certifies that it and all subcontractor(s) listed below have registered with

the Department of Industrial Relations pursuant to Labor Code section 1725. 5 ( applicable

for all bids submitted on or after March 1, 2015). The undersigned agrees that no

contractor or subcontractor may be awarded a contract for public work or perform work ona public works project unless registered with the Department of Industrial Relations

pursuant to Labor Code section 1725.5 ( applicable for all contracts awarded on or after

April 1, 2015).

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 a

hearing for the substitution of subcontractors (pursuant to the Public Contract Codecommencing with Section 4100) the awarding authority shall be the Director of the SanBernardino County Architecture and Engineering 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: A43\ A Q\ a. Ic, k oiba S- C et. jl Cis t:“ ` ` o'

Subcontractor Portion of Work Location of Business CA Contractor License No.Description of work

to be performed)

Project 3G15 Bid Proposal 5 of 7

Page 25: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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, signed

under 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 interest

of 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 the

date and time to receive sealed bids or it will be disqualified.

Project 3G15 Bid Proposal 6 of 7

Page 26: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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 Bids

and the Instructions to Bidders and agrees to all the stipulations contained therein; that

the 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 its

electronic signature is legally binding.

Check One: ( 14- Sole ProprietorPartnershipCorporation

Other

ll -Name of Bidder: 1`„ J y A( AA,,,Sx, lgK c c 5 4€410

Address: 1655 rc c F. s A in I Cps x

t ( A 92s75Phone: qoel- 4-- 7 1_ 2 3 I

Contractor's License No.: 993 6 L- t-

I

Primary Class: F3

Expiration Date of Contractor's License o 6 f 3 v 1 2c. j (,

Social Security No. or Federal Employer ID No.: 6-5" l

I declare under penalty of p e above is true and correct.

llAuthorized Signature: Title: Pr Sr A- 44

Print Name: A\bc\ Moz\-e .u,s(\ ak Date: el 12e- l 2-0 l 5

Project 3G15 Bid Proposal 7 of 7

Page 27: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

I am the Q, , e of 6 vv Q ( 1.4Tc the party makingthe foregoing bid. QQ

Q .

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, bid

depository, 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

01 I ' 2c.1 J ` Zr9l S date], at Cc; vie, nti52, city],

Co (; Cc) v it\ [state].

Signed: \ o e11 •

Title: - I r i• P' n

Page 28: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Western Surety CompanyBID BONDPercentage)

Bond Number: 71625103

KNOW ALL PERSONS BY THESE PRESENTS, That we Abdalla Abdelmalak dba St George

Construction Contracting Co. of

1655 E. 6th St. , Ste. A- 6- A, # 101, Corona, CA 92879 hereinafter

referred to as the Principal, and Western Surety Company

as Surety, are held and firmly bound unto County of San Bernardino

of 1655 E. 6th St. , Ste. A- 6- A, # 101, Corona, CA 92879

hereinafter referred to as the Obligee, in the sum of Ten 10 %) percent of the greatest

amount bid, for the payment of which we bind ourselves, our legal representatives, successors and assigns,

jointly and severally, firmly by these presents.

WHEREAS, Principal has submitted or is about to submit a proposal to Obligee on a contract for_

Re- Bid Arrowhead Regional Medical Center Behaviorial Health Security Fencing

NOW, THEREFORE, if the said contract be awarded to Principal and Principal shall, within such time as may bespecified, enter into the contract in writing and give such bond or bonds as may be specified in the bidding orcontract documents with surety acceptable to Obligee; or if Principal shall fail to do so, pay to Obligee thedamages which Obligee may suffer by reason of such failure not exceeding the penalty of this bond, then thisobligation shall be void; otherwise to remain in full force and effect.

SIGNED, SEALED AND DATED this 20th day of _ January 2015

Abdalla Abdelmalak dba St George

Construction Contracting Co.Principal)

By Seal)

Western Surety Company3REty_ Surety)

W CORPORATEz By awn. : - .. 1 ._ , Seal)

rp,SEAL * I FER ' NE ADAMEK Attorney-in- Fact

Form F5876

Page 29: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Western Surety CompanyPOWER OF ATTORNEY- CERTIFIED COPY

Bond No. 71625103

Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the lawsof the State of South Dakota, and having its principal office in Sioux Falls, South Dakota( the" Company"), does by these presents make,constitute and appoint JENNI FER DIANE ADAME

its true and lawful attorney(s)- in-fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on itsbehalf as Surety, bonds for:

Principal: Abdalla Abdelmalak dba St George Construction Contracting Co.

Obligee: County of San Bernardino

Amount: $ 500, 000. 00

and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed withthe corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)- in-factmay do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western SuretyCompany which remains in full force and effect.

Section 7. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed in thecorporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such otherofficers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurermay appoint Attorneys in Fact or agents who shall have authority to issue bonds, policies, or undertakings in the name of the Company.The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of thecorporation. The signature of any such officer and the corporate seal may be printed by facsimile."

All authority hereby conferred shall expire and terminate, without notice, unless used before midnight of April 20 ,

2015 , but until such time shall be irrevocable and in full force and effect.

In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T. Bruflat, and itscorporate sfa}t% faffixedthis 20th day of January , 2015

F RE }%``'fn.

1;°i1;'-- .:•. 0S WEST .' • . SURE COMPANY

U!` Paul T. ruflat, Vice President

Vt.'.'., r A- ?*ST l)

COUN'Itvim'

J

ss

On this 20th day of January , in the year 2015 , before me, a notary public, personally appeared

Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer ofWESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and dee f said co at

N...NN`M\\ r

f4I S. PETRIKI

k tNOTARY PUBLIC, c

I otary Public- South DakotaiSOUTH DAKOTA. d. a/r

My Commission Expires August 11, 2016

I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that theattached Power of Attorney is in full force and effect and is irrevocable, and furthermore, that Section 7 of the bylaws of the Company asset forth in the Power of Attorney is now in force.

In testimony whereof, I have hereunto set my hand and seal of Western Surety Company this 20th day ofJanuary 2015 .

WEST.. SURE COMPANY

Paul T. at, Vice President

Form F5306-8- 2012

Page 30: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Acknowledgment of Principal

Acknowledgment ofSurety ( Attorney-in-Fact)

STATE OF CALIFORNIAe9

COUNTY OF

l

LOS ANGELES

On 1 so 115 before me, Newel MIIik

date here insert name and title of the officer

lrentunally appearedJENNIFER DIANE ADAMEK

nanx+(r) nF signer()

who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed

to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their

authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the

entity upon behalf of which the person(s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing

paragraph is true and correct. NOWEL S. MILIKCommission* 1984913

4 Notary Public - CaliforniaVi ITNES ,: 1.,. d I rcial Los Angela County

I''

SignatureM comm. Ex es Jul 13, 2016

a

J

The balance of this page Is intentionally left blank.)

Western Surety Company Fonn 1900-1- 2005 0

Page 31: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

Project No. 3G15

BID PROPOSAL

PROJECT: Re- Bid of Arrowhead Regional Medical Center

Behavioral Health Security Fencing Project

LOCATION: 400 N. Pepper Avenue, Colton

OWNER: County of San Bernardino

BID OPENING: January 20, 2015 at 2: 00 p. m.

BIDDER: I t44,G414 Svi lder.c

21 SawcluarY rtli•te C/; ZD

County of San BernardinoArchitecture & Engineering Department385 North Arrowhead Avenue, Third Floor

San Bernardino, CA 92415-0184

www.sbcounty.gov/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 install supports and security fencing along the second floor patio andwalkways, and installation of ADA compliance items in Colton, California, and fullyunderstands the scope and meaning of the Bid Documents.

Contractor may disregard paragraph J in the Instructions to Bidders because thereare no American Recovery and Reinvestment Act of 2009 funds used to fund thisProject.

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 the

Architecture & Engineering Department, 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 ePro

system, the information on the bid proposal shall prevail.

Project 3G15 Bid Proposal 1 of 7

Page 32: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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 011eikeidrederopte 1KoorJ Dollars

41, 400 • "

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 and

responsive 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 of ten percent10%) of the BASE BID, or, more specifically,

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 Architecture & EngineeringDepartment, and a County warrant for the full amount shall be issued to the undersignedapproximately 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 of

the bidder clearly marked on the outside, to: Architecture & Engineering Department, 385North Arrowhead Avenue, 3rd Floor, San Bernardino, California, 92415-0184. Anymailed or submitted bid security must be received on or before the time set for theopening of the bids.

TIME OF COMPLETION

The undersigned agrees to complete the work within 45 calendar days from the date

stipulated in the Notice to Proceed.

Project 3G15 Bid Proposal 2 of 7

Page 33: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

LIQUIDATED DAMAGES

Pursuant to the provisions of Government Code Section 53069.85 and in the event that

all the Work called for in this Contract is not completed within the number of calendar

days 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 Special

Conditions)

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 is currently the holder of a valid license as acontractor in the State of California and that the license is the correct class of license for

the work described in the project drawings and specifications. The undersigned also

certifies that all subcontractor(s) listed under the Designation of Subcontractors section of

the Bid Proposal are currently the holder of valid contractor's license(s) in the State ofCalifornia and the license is the correct class of license for the work to be performed bythe subcontractor(s).

INSURANCE

The undersigned agrees to furnish certified copies of all insurance policies and

endorsements; all certificates of comprehensive, general and auto liability insurance;Workers' Compensation insurance; and such other insurance that will protect him from

claims 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 Architecture and

Engineering Department with Certificates of Insurance evidencing the requiredinsurance coverage at the time Contractor executes the contract with the County.All policies ( excluding Workers' Compensation) shall name the County of San Bernardino

Project 3G15 Bid Proposal 3 of 7

Page 34: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

and its officers, employees, agents and volunteers as additional insureds. All coverages

shall be subject to approval by the County for adequacy of protection.

BONDS

If this Bid is successful, the undersigned agrees to execute the required Standard

Contract and will furnish a payment bond in an amount equal to one hundred percent

100%) of the contract price and a Faithful Performance Bond in an amount equal to one

hundred percent ( 100%) of the contract price. These bonds shall be secured from a

surety 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 in

full 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. The

information also includes the employment with or representation of contractor. For

purposes 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 such

officer'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 administration of this agreement, if the County determinesthat the contractor has made a material misstatement or misrepresentation or that

materially inaccurate information has been provided to the County, this contract may beimmediately terminated. If this contract is terminated according to this provision, theCounty is entitled to pursue any available legal remedies.

VISITING THE SITES

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

site.

DESIGNATION OF SUBCONTRACTORS

In compliance with the provisions of Sections 4100-4108 of the Public Contract Code of

the State of California, and any amendments thereof, the undersigned shall set forthbelow the name, location of the place of business and the California contractor license

number of each subcontractor who will perform work ( meaning the total amount of the

Project 3G15 Bid Proposal 4 of 7

Page 35: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

subcontractor' 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.

If the undersigned fails to specify a subcontractor for any work to be performed under thecontract, the undersigned agrees to perform the work and shall not be permitted to

subcontract that work except in cases of public emergency, and then only after writtenfinding as public record by the Board of Supervisors.

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 class

of license for the work to be performed by the subcontractor(s).

The undersigned certifies that it and all subcontractor(s) listed below have registered with

the Department of Industrial Relations pursuant to Labor Code section 1725.5 ( applicable

for all bids submitted on or after March 1, 2015). The undersigned agrees that no

contractor or subcontractor may be awarded a contract for public work or perform work ona public works project unless registered with the Department of Industrial Relations

pursuant to Labor Code section 1725. 5 ( applicable for all contracts awarded on or after

April 1, 2015).

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 a

hearing for the substitution of subcontractors (pursuant to the Public Contract Codecommencing with Section 4100) the awarding authority shall be the Director of the SanBernardino County Architecture and Engineering 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: a 'i" a"' w` laCrS r _At(' -

Subcontractor Portion of Work Location of Business CA Contractor License No.Description of work

to be performed)

yrartne astJ7lpe p /ra,l 114e, e` Nlovrlc(arr 484132

F2A-6:6-1 i lkxir FruKP, fiAe. QOrS/ CK4 040rA +p ParAnUJUdf x'/ 1477

Project 3G15 Bid Proposal 5 of 7

Page 36: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

VA/ 5rel br/Ca/ 104. / 1" C' Seal Fe44Ce 5-444'41 Fe ,S-Pri 5 7GG27z-

Slo/ o a6,he P Hdhool- B^J

067906

Far FIJI; Ekelrrra/ 4 vac etwo 96,33 7/

ADDENDA

This bid includes Addendum No. dated

Addendum No. dated

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

AFFIDAVIT

The undersigned has submitted with the bid proposal a non- collusion declaration, signed

under 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 interest

of 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 the

date and time to receive sealed bids or it will be disqualified.

Project 3G15 Bid Proposal 6 of 7

Page 37: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

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 Bids

and 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 its

electronic signature is legally binding.

Check One: ( ) Sole Proprietor

Partnershipi4' Corporation

Other

Name of Bidder: rHa. go lcCc f

Address: v~

7Lf ./10:e ) A 9gZOO6 Phone: 94l - ' - X477

Contractor's License No.: O tP 433g ,/ Primary Class: A 4

Expiration Date of Contractor's License N bc/ Z-G/5Social Security No. or Federal Employer ID No.: 45_ /1487.5

I declare under penalty of perjury the above is trU and correct.

I

Authorized Signature: a wcxTitle:

Print Name: j&l, re0A • NI fuse Pc--T Date: fr°fre/5

Project 3G15 Bid Proposal 7 of 7

Page 38: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

NONCOLLUSION DECLARATION

TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID

The undersigned declares:

I am the Pr' 5ic4ct%t- 4"of 6,1, 4 131). ers, -BAAC-, the party making

the 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, bid

depository, 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

lo, Z. date], at city],

rriti state].

Signed: tS>•-= It\- 0.4c.), 4

Title: Pres(de.g. 4

Page 39: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

11 2--r/-16' PHIT .ADF.LPHIAINSURANCE_ CC-1M PANIES

BID OR PROPOSAL BOND

KNOW ALL MEN BY THESE PRESENTS, That we,

Gilman Builders, Inc.

of 21 Sanctuary, Irvine, CA 92620

hereinafter called the Principal) as Principal, and Philadelphia Indemnity Insurance Company with its

principal office in the City of Bala Cynwyd, Pennsylvania( hereinafter called the Surety), as Surety, are held and firmly boundunto County of San Bernardino Architectural& Engineering Department

of 385 North Arrowhead Avenue, Third Floor, San Bernardino, CA 92415-0184

hereinafter called the Obligee) in the penal sum of

Ten Percent of Total Amount Bid

Dollars$ 10% of Total Amount Bid lawful money of the United States, for the payment of which sum well and truly to be made,we bind ourselves, our heirs, executors, administrators, successors, and assigns.

THE CONDITION OF THIS OBLIGATION 1S SUCH, that whereas, the Principal has submitted the

accompanying bid dated 01/ 20/ 15 for

Project No. 3G15

Re-Bid of Arrowhead Regional Medical Center Behavioral Health Security Fencing Project, Colton, CA

Construction of a new Tube Steel& Mesh Fencing.

NOW, THEREFORE, if the Obligee shall make any award according to the terms of said bid and the Principal shall enterinto a contract with said Obligee in accordance with the terms of said bid and give bond for the faithful performance thereof

within the time specified; or if no time is specified within thirty days after the date of said award; or if the Principal shall. in

the case of failure so to do, indemnify the Obligee against any loss the Obligee may suffer directly arising by reason of suchfailure, not exceeding the penalty of this bond, then this obligation shall be null and void: otherwise to remain in full forceand virtue.

Signed, sealed and dated: January 12, 2015

Gilman Builders, Inc. 7Ns\s\

Principal)

By: F— ucJe 4

1Type Name Here: Atv'e e. I . ( 1t625QFc. 1

Philadelphia Indemnity Insurance Company

ty)4By:

Type Name Here: Ryan Tash, Attorney- In- Fact

I- Rev.

Page 40: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

ACKNOWLEDGMENT

A notary public or other officer completing thiscertificate verifies only the identity of the individualwho signed the document to which this certificate is

attached, and not the truthfulness, accuracy, orvalidity of that document.

State of California

County ofSacramento

OnC ZC'is before me, Susan Fournier, Notary Publicinsert name and title of the officer)

personally appearedRyan Tash

who proved to me on the basis of satisfactory evidence to be the person(s) whose name( s) is/aresubscribed to the within instrument and acknowledged to me that he/ she/ they executed the same inhis/her/their authorized capacity( ies), and that by his/her/their signature( s) on the instrument theperson( s), or the entity upon behalf of which the person( s) acted, executed the instrument.

I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoingparagraph is true and correct.

WITNESS my hand and official seal. x . _ SUSAN FOURNIER

pCOMM.# 1995967 rp

NOTARY PUBLIC. CALIFORNIA NSACRAMENTO COUNTY

MY COMM £ AP Nov. It 2016 TSignature Seal)

Page 41: Mgr. ti San m ENGINEERING ARCHITECTURE N.cms.sbcounty.gov/Portals/32/Content/documents/tabs/3G15tab.pdf · BID TABULATION r_ ti h, -. County of San Bernardino Project Mgr. James Neilson

2570

v PHILADELPHIA INDEMNITY INSURANCE COMPANY

One Bala Plaza Suite 100

Bala Cynwyd, PA 19034

Power of Attorney

KNOW ALL PERSONS BY THESE PRESENTS: that PHILADELPHIA INDEMNITY INSURANCE COMPANY( the Compan), a corporation organized and

existing wider the laws of the Commonwealth of Pennsylvania, dots hereby constitute and appoint: Christine Boscacci, John T. Pate, Ryan' lash& Susan Fournierof Surety Solutions Insurance Services. Inc. City of Rancho Cordova. State of California.

Its true and lawful Attomey(s) in fact with full authority to execute on its behalf bonds, undertakings, recognizances and other contracts of indemnity and writingsobligatory in the nature thereof, issued in the course of its business and to bind the Company thereby, in an amount not to exceed$ 5.000.000

This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors ofPHILADELPHIA INDEMNITY INSURANCE COMPANY at a meeting duly called the I' day ofJuly, 2011.

RESOLVED: That the Board of Directors hereby authorizes the President or any Vice President of theCompany to: ( I) Appoint Attomey(s) in Fact and authorize the Attomey( s) in Fact toexecute on behalf of the Company bonds and undertakings, contracts of indemnity andother writings obligatory in the nature thereof and to attach the seal of the Companythe: e.o: and ( 2) to retrave, _, z:y rime, any such !.: tors:: r.-Fact and revoke t' eauthority given. And, be it

FURTHER

RESOLVED: That the signatures of such officers and the seal of the Company may be affixed to anysuch Power of Attorney or certificate relating thereto by facsimile, and any such Power ofAttorney so executed and certified by facsimile signatures and facsimile seal shall bevalid and biding upon the Company in the future with the respect to any bond orundertaking to which it is attached.

IN TESTIMONY WHEREOF, PHILADELPHIA INDEMNITY INSURANCE COMPANY HAS CAUSED THIS INSTRUMENT TO BE SIGNED ANDITS CORPORATE SEALTO BE AFFIXED BY ITS AUTHORIZED OFFICE THIS 7114 DAY OF FEBRUARY 2013.

w...„.o.

t..- 4vp

A97 ..

i„' - •,Nyb 7

Seal) w»"'

e,.k.-- J.-.9--(54Robert D. O' Leary Jr., President& CEOPhiladelphia Indemnity Insurance Company

On this 7th day of February 2013, before me came the individual who executed the preceding instrument, to me personally known, and being by me duly sworn said thathe is the therein described and authorized officer of the PHILADELPHIA INDEMNITY INSURANCE COMPANY; that the seal affixed to said instrument is theCorporate seal of said Company: that the said Corporate Seal and his signature were duly affixed.

COSAMONWeAL1H of pQN*$ vLVANIA

NOTARIAL SEALDANIELLE PORCH Molar;

yPubkMy Canmilioe arm 61a1 22 iA1ALAW 11111111V. Non J]

Naas) Public. .. -

residing at: Bala Cynwyd. PA

Notary Seal)My commission expires: March 22. 2016

I, Craig P. Keller, Executive Vice President, Chief Financial Officer and Secretary of PHILADELPHIA INDEMNITY INSURANCE COMPANY, do herby certify thatthe foregoing resolution of the Board of Directors and this Power of Attorney issued pursuant thereto are true and correct and are still in full force and effect. I dofurther certify that Robert D. O' Leary Jr., who executed the Power of Attorney as President, was on the date of execution of the attached Power of Attorney the dulyelected President of PHILADELPHIA INDEMNITY INSURANCE COMPANY.

In Testimony Whereof I have subscribed my name and affixed the facsimile seal ofeach Company this 44 day of 4,-7,20 . 1.1- •

VT r

FCP Craig P. Keller, Executive Vice President. Chief Financial Officer& Secretaryr ',

504 •'-ti. it PHILAD'. LPHIA INDEMNITY INSURANCE COMPANY

1927': Oa