Loading...
HomeMy WebLinkAboutLayfield USA CorporationBID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. St pie all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID FORMS A BID FORMS BID ITEM LIST FOR RESERVOIR NO. 2 COVER REPLACEMENT, SPECIFICATION NO. 2000034-2 Item TS or Item Unit of Estimated Item Price Total No. ; SS(1) Description Measure Quantity (in fi ures (in figures) — — - — - - 1 013233, General Conditions/Mobilization LS 1 $14,109.57 019310 2 334700, Remove and Dispose of Existing Liner LS 1 ------ $211,552.43 334713 and Cover 3 334713 Conductive Geotextile Underlayment LS 1 ------ $137,126.65 System 334713 Reservoir Liner System LS 1 ---- - $376,039.10 4 334700, Floating Reservoir Cover with Eight (8) 5 TS Div. 26, TS Access Hatches, and Rainwater LS 1 $1,391,6".86 Div. 40 Collection/Disposal System 6 7 OSHA Compliance LS 1 -- 7 334700 Concrete Anchor Bolts for Liner/Cover EA 50 $159.99 $7,999.50 8 334700 SS Batten Bars LF 50 $39.43 $1,971.50 9 030130 Concrete Crack Repair LF 50 $38.4 $1,921.50 10 030130 Repair of Spalled Concrete to a Depth of SQFT 100 $225.35 $22,535.00 Two (2) inches 11 15 Fence Posts EA 20 $3,221.55 $64,431.00 12 334700 Floating Cover Inflation/Inspection LS 1 ------ $179,053.99 13 334700 Disinfection LS 1 ---- $89,724.30 Base Bid $ 2,498,109.40 14 431000 Tank Mixer EA 2 i5�,3bs_0 $118.670.38 15 TS Div. S Chemical Metering Pumps and Delivery LS 1 ------ System $213,547.25 Div. 40 TS Div, 16 26, TS Chlorine Analyzer System LS 1 ----- $61,591.73 Div. 40 Additive Alternative A $ 393,809.36 Total Project Bid = (Base Bid + Additive Alternative A) $ 2,891,918.76 (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS B BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write "NONE" and submit with bid. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Licensed License Number Number Shop Subcontract Bid Golden State Sealing & Striping Inc 904809 1000004183. PO Box 710 Asphalt Repair Work 1.5 % Arroyo Grande,CA 93421 Electricraft Inc. 468443 1000002190 200 Suburban Rd Electrical Work 8.5% Suite A San Luis Obispo,CA 93401 Attach additional sheets as needed. BID FORMS C BID FORMS PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has , has not X been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes x No If the answer is yes, attach a letter explaining the circumstances 11�13�D�Y*167►kd:7_[stele]01=&]**Ad[*]►I[7+�+h�Lr��i'il�►`�� In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS D BID FORMS under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes X No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes X No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS E BID FORMS NON -COLLUSION DECLARATION Robert Rempel I am V.P. of Operations of Layfield USA Corporation declare that the party making the foregoing bid that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone refrained from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Executed on Nov.2nd 20_,�_ in Lakeside,CA I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (Si ure and Title of Declarant) (SEAL) � Subscribed and d sworn to before me this day of November 1-20 23 f _ ary P is mpa ame: Layfield USA Corporation BID FORMS F CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countyof Subscribed and sworn to (or affirmed) before me on this �) day of ock , 2003—, by Date Month Year LAURAQUILLEH M 6` i ?ekC I Notary Public - California San oieSo County Commlision if 2314042 *my Comm. Expires Dee 23, 2023 (and (2) ), Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. Signature � Q4k Place Notary Seal and/or Stamp Above Signature No lic Ar2111IAAI A 1 Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Docujment-.NU ] r ► J r Document Date: a!� ! 1�i1.7 Number of Pages: Signer(s) Other Than Named Above: nn�Q ©2019 National Notary Association BID FORMS BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) none (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. 637614 Licensed in accordance with an act providing for the registration of contractors, License No. Expiration Date 30-06-2025 The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non -responsive and will be rejected" by the City. Signature of Bidder V.P. of Operatio sae. (Print Name and Title of Bidder) DIR— Public Works 1000011103 Registration No: Business Name (DBA): Layfield USA Corporation Owner/Legal Name: Tom Rose Indicate One: ❑Sole -proprietor ❑ Partnership WCorporation List Partners/Corporate Officers: Tom Rose _ CEO Name Title Jared Sauder President Name Title Steve Palubiski Chief Financial Officer Name Title Business Address 10038 Marathon Parkway Lakeside,CA 92040 Street Address 10038 Marathon Parkway Lakeside,CA 92040 Mailing Address 10038 Marathon Parkway Lakeside,CA 92040 City, State, zip Code Lakeside,CA 92040 Phone Number Fax Number 949-402-4289 619-670-5074 Email Address Oscar.Alvareztorre@layfieldgroup.com Date 11-02-2023 BID FORMS G BID FORMS QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project's Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual Seattle Public Utilities / Shaunie Vail Telephone & Email 206-255-6713 Shaunie.vail@seattle.gov Project Name (Site Address): Lake Forest Park Reservoir (19701 47th Ave NE Lake Forest Park,WA) Did this project include the fabrication Describe the services provided and how this project is similar to and installation of reservoir liners and that which is being bid: floating covers? Yes a No ❑ Furnish and install liner and floating cover system using Hypaflex Was this contract for a public agency CSPE as well as installing bird netting over the cover within the last five years from this project's bid opening date? Date project completed: Yes P No ❑ August 2022 Reference Number 2 f Customer Name & Contact Individual Irvine Ranch Water District / Alex Murphy Telephone & Email 949-453-5863 murphy@irwd.com Project Name (Site Address): Lake Forest Zone B East Reservoir Floating Cover (20696 Regency Ln, Lake Forest, CA 92630) Did this project include the fabrication Describe the services provided and how this project is similar to and installation of reservoir liners and that which is being bid: floating covers? Yes m NO ❑ Furnish and install liner and floating cover w/ Hypaflex CSPE. In Was this contract for a public agency addition electrical and mechanical improvements are required (pump within the last five years from this station discharge improvements, new PVC pipeline and outlet pipe project's bid opening date? modifications) 0Date project completed: Yes r No ❑ 2019-2020 Reference Number 3 Customer Name & Contact Individual Otay Water District / Jeff Marchioro Telephone & Email 619-670-2222 Jeff.Marchioro@otaywater.gov Project Name (Site Address): Otay Water 7-11 Reservoir (525 Hunte Pkwy, Chula Vista, CA 91914) Did this project include the fabrication Describe the services provided and how this project is similar to and installation of reservoir liners and that which is being bid: floating covers? Yes a NO ❑ Furnish and install liner and floating cover system with Hypaflex Was this contract for a public agency CSPE material. Electrical improvements to adapt to new rainwater within the last five years from this collection pump system plus drain valve removal. project's bid opening date? Date project completed: Yes * No ❑ 2018-2020 BID FORMS H BID FORMS Reference Number 4 Customer Name & Contact Individual El Toro Water District / Hannah Ford Telephone & Email 949-837-7050 hford@etwd.com Project Name (Site Address): El Toro R-6 Reservoir (23392 La Glorieta, Mission Viejo, CA 92691) Did this project include the installation Describe the services provided and how this project is similar to of piping, chemical injection and that which is being bid: metering equipment, and electrical Furnish and install new liner and floating cover system using appurtenances similar in nature to this Hypaflex CSPE material. In addition electrical and mechanical project? Yes d No ❑ improvements are required (i.e. new conduits, valve replacement, pump station replacement) m Was this contract for a public agency within the last five years from this Date project completed: project's bid opening date? September 2023 Yes P- No ❑ The material fabricator has past experience fabricating a total of no less than 5 million Yes No ❑ square feet of potable grade floating cover material across all projects, and not limited to the 3 referenced projects above, using the same large prefabricated panel seaming equipment as specified for this project. BID FORMS I Bid No. 904202790-23-9 BID FORMS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we LAYFIELD USA CORPORATION ATLANTIC SPECIALTY INSURANCE COMPANY _ bound unto the City of San Luis Obispo in the sum of: AS PRINCIPAL, and AS SURETY, are held and firmly TEN PERCENT OF BID Dollars (10% OF BID ) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden LAYFIELD USA CORPORATION to construct RESERVOIR NO. 2 COVER REPLACEMENT PROJECT, SPECIFICATION NO. 2000034-2. (insert name of street and limits to be improved or project) dated NOVEMBER 2, 2023 is accepted by the City of San Luis Obispo, and if the above bounden LAYFIELD USA CORPORATION , his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, LAYFIELD USA CORPORATION has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this 19 day of OCTOBER2023 Bidder Principal: LAYFIELD USA CORPORATION Signature Date Title: v, Q . Surety: ATLANTIC SPECIALTY INSURANCE COMPAN Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) BID FORMS J intact INSURANCE KNOW ALL MEN BY THESE PRESENTS, that ATLANTIC SPECIALTY INSURANCE COMPANY, a New York corporation with its principal office in Plymouth, Minnesota, does hereby constitute and appoint: Paul Hollingworth, Greg Forsythe, Theresa Hedberg, Chelsea Fish, Irene LeBlanc, Kari Morton, Megan Quinlan, Theresa Newton, Sandra Dey, Cam Forbes, Ron Fraser, Branislav Ivica, Niki Jalali, Brian Logan, Cheryl Morginn, Peter Panufnik, Scott Peberdy, Trent Percy, Betty Shellnutt, Hafis Ligali, Sheila San Diego, Kimberly Basaraba, each individually if there be more than one named, its true and lawful Attorney -in -Fact, to make, execute, seal and deliver, for and on its behalf as surety, any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof; provided that no bond or undertaking executed under this authority shall exceed in amount the sum of: unlimited and the execution of such bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof in pursuance of these presents, shall be as binding upon said Company as if they had been fully signed by an authorized officer of the Company and sealed with the Company seal. This Power of Attorney is made and executed by authority of the following resolutions adopted by the Board of Directors of ATLANTIC SPECTALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the President, any Senior Vice President or Vice -President (each an "Authorized Officer") may execute for and in behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and affix the seal of the Company thereto; and that the Authorized Officer may appoint and authorize an Attorney -in -Fact to execute on behalf of the Company any and all such instruments and to affix the Company seal thereto; and that the Authorized Officer may at any time remove any such Attomey-in-Fact and revoke all power and authority given to any such Attorney -in - Fact. Resolved: That the Attorney -in -Fact may be given full power and authority to execute for and in the name and on behalf of the Company any and all bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, and any such instrument executed by any such Attorney -in -Fact shall be as binding upon the Company as if signed and sealed by an Authorized Officer and, further, the Attorney -in -Fact is hereby authorized to verify any affidavit required to be attached to bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof. This power of attorney is signed and sealed by facsimile under the authority of the following Resolution adopted by the Board of Directors of ATLANTIC SPECIALTY INSURANCE COMPANY on the twenty-fifth day of September, 2012: Resolved: That the signature of an Authorized Officer, the signature of the Secretary or the Assistant Secretary, and the Company seal may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing an Attorney -in -Fact for purposes only of executing and sealing any bond, undertaking, recognizance or other written obligation in the nature thereof, and any such signature and seal where so used, being hereby adopted by the Company as the original signature of such officer and the original seal of the Company, to be valid and binding upon the Company with the same force and effect as though manually affixed. IN WITNESS WHEREOF, ATLANTIC SPECIALTY INSURANCE COMPANY has caused these presents to be signed by an Authorized Officer and the seal of the Company to be affixed this twenty-seventh day of April, 2020. yr' PAS � u� �$ 4 r�GGSP LC 0= STATE OF MINNESOTA iy6 ryFW VoPa Dy Paul J. Brehm, Sen rn' Vice President HENNEPIN COUNTY?; a * sr'' On this twenty-seventh day of April, 2020, before me personally came Paul J. Brehm, Senior Vice President of ATLANTIC SPECIALTY INSURANCE COMPANY, to me personally known to be the individual and officer described in and who executed the preceding instrument, and he acknowledged the execution of the same, and being by me duly swom, that he is the said officer of the Company aforesaid, and that the seal affixed to the preceding instrument is the seal of said Company and that the said seal and the signature as such officer was duly affixed and subscribed to the said instrument by the authority and at the direction of the Company. IRALISON DWAN NASH TROUT NOTARY PUBLIC • MINNESOTA My Commission Expires January 31. 2025 wAkd�,f - - iVo ry Public I, the undersigned, Secretary of ATLANTIC SPECIALTY INSURANCE COMPANY, a New York Corporation, do hereby certify that the foregoing power of attorney is in full force and has not been revoked, and the resolutions set forth above are now in force. Signed and sealed. Dated 19 day of OCTOBER 2023 This Power of Attorney expires January 31, 2025 y„J�xxIN,x4 =-w SEAL m r 1986 0 4�`1v Kara Barrow, Secretary Please direct bond verifications to stlyfotintactingitra3ice.cum Bond No. 904202790-23-9 CORPORATE ACKNOWLEDGEMENT OF SURETY Province of British Columbia City of Vancouver On this 19T" day of OCTOBER 2023, before me personally appeared Sheila San Diego to me known to be the duly authorized Attorney -in -Fact of ATLANTIC SPECIALTY INSURANCE COMPANY, the Corporation whose name is affixed to the foregoing instrument and duly acknowledged to me that she subscribed the name of ATLANTIC SPECIALTY INSURANCE COMPANY thereto as Surety and her own name as Attorney -in -Fact. IN WITNESS WHEREOF, I have hereunto set my hand and affixed my official seal the day and year in this certificate first written above. Notary Public in and foohe ProvLacs-ofBrilish Columbia k Michelle Taylor Barrister & Solicitor 1100 - 999 West Hastings Street Vancouver, BC V6C 2W2 CONSENT IN LIEU OF SPECIAL MEETING OF BOARD OF DIRECTORS OF LAYFIELD USA CORPORATION The undersigned, being all of the Directors of Layfield USA Corporation, a Washington corporation (the "Corporation"), hereby waive all notices statutory and otherwise and authorize, consent to, and adopt the following resolutions in lieu of a special meeting of the Board of Directors, as authorized by RCW 23B.08.210, and the same shall be fully effective and valid as the action of the Board of Directors as though a meeting had, in fact, been held: RESOLVED, Robert Rempel, Vice President of the Corporation, is hereby authorized to sign and seal any and all contracts and documents he deems necessary on behalf of the Corporation; and be it further RESOLVED, Mike Da Silva, Sales Manager of the Corporation, and Sven Falk, Construction Manager of the Corporation, are hereby authorized to sign and seal any and all contracts and documents they deem necessary on behalf of the Corporation. Dated May 20, 2014. THOMXS ROSE GAR P RTON