Loading...
HomeMy Public PortalAbout2001-06-19 Bid - Pumping Station 2C-3 Upgrade - Phelps Southwesta. ''"~ BID, IDENTIFICATION, AND LABOR CODE CERTIFICATION The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Owner in the form included in the Contract Documents to perform the Work as specified or indicated in said Contract Documents entitled: UPGRADE PUMPING STATION ~ ~ 2C-3 STATE COLLEGE RESERVOIR Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids, dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will furnish the insurance certificates, Payment Bond, Performance Bond, and Permits required by the Contract Documents. Bidder has examined copies of all the. Contract Documents including the following Addenda (receipt of which is hereby acknowledged): Number Date None Number Date Number Date Number Date Number Date Number Date Number Date Number Date In conformance with current statutory requirements of California Labor Code .Section 1860, et seq., the undersigned confirm the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code which require r every employer to be insured against liability for worker's compensation or to undertake self insurance in accordance with the provisions before commencing the performance of the work of this contract. r l To all the foregoing, and including all Bid Schedules, List of Subcontractors, Non-collusion Affidavit, Bidder Information, and Bid Bond containgd in these Bid Forms, said Bidder further r agrees to provide the required bonds and insurance cert~cates as a condition of entering into agreement with the Owner, and to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and #o accept in full payment .- therefor the Contract Price based on the Lump .Sum or Unit Bid Price(s) named in the fore- , mentioned Bidding Schedules. r,., Dated:5/29/2001 Bidder: Phelps Southwest, Inc. ~ By: aniel J. Phelps (-' Title: P r e s i d e n t TO BE Sl/BMITTED WITH BID BD-1 /'`, '^`1 r BID ACKNOWLEDGEMENTS r 1. The undersigned will execute the Agreement and furnish the required statutory bonds and cert~cates of insurance within 15 working days" after notice to him of acceptance of his Bid by the City and shall complete said work within 180 working r' days* from the date specified in a written notice to proceed. i 2. The undersigned agrees that the quantities given in the unit price of Bid Schedule r-- and in other Contract Documents are approximate, being given only as a basis for the comparison of bids, and the City of Fullerton does not expressly or by implication ` agree that the actual amount of work will correspond therewith, but reserves the right r to increase or decrease the amount of any class or portion of the work or to omit portions of the work, as may be deemed necessary or expedient by the City of Fullerton. r- 3. The undersigned agrees that the price for each item of work includes all applicable t taxes. 4. The undersigned agrees that the liquidated damages shall be X500 per day. f- g Daniel J. Phelps r Title: President "` Working days exclude Saturdays, Sundays, and Legal Holidays ~." 4 .. }` s t1 TO BE SUBMITTED WITH BID BD-2 ~"` INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required .under Section 4100, et.seq., of the Public Contract Code, the Bidder shall list below the names and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's Total Bid Price, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non- responsive and may cause its rejection. r 1, Electrical Is the firm currently certified as DBE under the new regulations (49 CFR Part 26) ^ YES X10 ~. 2. Is the firm currently certified as DBE under the new i regulations (49 CFR Part 26) ^ YES ^ NO } 3 Is the firm currently certifed as DBE under the new regulations (49 CFR Part 26) DYES ONO 4. Is the firrn currently cert~ed as DBE under the new regulations (49 CFR Part 26) DYES ^ NO , 5. Is the firm currently certified as DBE under the new regulations (49 CFR Part 26) ^ YES ^ NO Work to be Performed ` 6. Is the firm currently certified as DBE under the new regulations (49 CFR Part 26) ^ YES D NO I 7 Is the firm currently certified as DBE under the new regulations (49 CFR Part 26) ^ YES ^ NO *Ti-is page maybe duplicated, if needed Percent of Total Subcontractor's Name and Address Contract and Contractor's License Number s~(p/D JRmA~G ~1.~C7esG l c~ O Cai4 2!T! -! ~~ TO BE SUBMITTED WITH B/D BD-3 ~ ~ BIDDER'S GENERAL INFORMATION The Bidder shall furnish the following information. Failure to complete all items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: Phelps Southwest, Inc. 235 E. Broadway, Suite 718, Long Beach, CA 90802 2. CONTRACTOR'S Telephone Number: (5 6~ 6 2 4 -10 0 2 Facsimile Number: ~6~ 624-4143 r r 3. CONTRACTOR'S License: Primary Classification A State License Number(s) 690137 Supplemental License Classifications 4. Surety Company and Agent who will provide this required Bonds on the Contract: Name Of Surety Hartford Fire Insurance Company Address 9630 N. 25th Avenue, Suite 300, Phoenix., AZ 85021 Surety Company Agent Wm. Eaton & Associates, Inc. Telephone Numbers: Agent (60~; 943-9612 Surety (4~0 941-4895 5. Type of Firm (Individual, Partnership or Corporation): Corporation 6. Corporation organized under the laws of the State of: C a 1 i f or n i a 7. List the names and addresses of the principal members of the firm or names and titles of the r principal officers of the corporation or firm: I Daniel J. Phelps - President, Secretary, Treasurer r 1 r r i TO BE SUBMITTED WITH BID BD-4 . ~-. .-'1 BIDDER'S GENERAL INFORMATION (continued) 8. Number of years experience as a Contractor in this specific type of construction work: ~ 9. List at least three related projects completed to date: SEE ATTACHED REFERENCE SHEETS a. Owner/Address Contact Person/Phone No. Class of Work/Contract Amount Project/Date Completed b. Owner/Address Contact Person/Phone No Class of Work/Contract Amount Project/Date Completed c. Owner/Address Contact PersonlPhone No. r Class of WorklContract Amount Project/Date Completed r 10. List the name and title of the person who will supervise full-time the proposed work for your ~ firm: Daniel J. Phelps - President r ~, 11. Full-time supervisor an employee x /contract services 12. A financial statement or other information and references sufficiently comprehensive to r- permit an appraisal of your current financial condition may be required by the Engineer. TO 8E SUBMITTED WITH B!D BD-5 ~ ~"'~ PHELPS SOUTHWEST, INC. PROJECT REFERENCES: Rehabilitation /Expansion of Hart Place (5-18} and Magnolia (5-25) Sewer Lift Stations, Long Beach Water Department Construct Modifications to Existing Pumping Stations OWNER: Long Beach Water Department 1800 East Wardlow Road Long Beach CA 90807 Owner's Rep. Steven Myrter, P.E. (562)570-2352 Amount: $1,150,000 Completion C~ 85% 12/00 Replace Sewer Pumps at 52 Area Sewer Plant Primary Clarifier and Biotower, PR1ME CONTRACTOR: All Star Services Corporation ~~dm~t P ,~.,~, ~. ~. ~T A PMB 133 475 College Blvd., #6 Oceanside CA 92057-5435 OWNER: MCB Camp Pendleton Owner's Rep. All Star Services Corporation, Ron Drimmel (760)385-0750 Amount: $213,000 Completion S/00 Replace Sewer Pumps BLDG 31227, PRIME CONTRACTOR: All Star Services Corporation PMB 133 475 College Blvd., #6 Oceanside CA 92057-5435 OWNER: MCB Camp Pendleton Owner's Rep. All Star Services Corporation, Ron Drimmel (760)385-0750 Amount: $143,000 Completion 1/00 Metro State Hospital Pumps Station, Metropolitan State Hospital, Norwalk Construct Irrigation Pump Station, Variable Frequency Drive Pumps, Controls and Building OWNER: Central Basin Municipal Water District 17140 South Avalon Boulevazd, Suite 210 Carson CA 90746-1296 Owner's Rep. Al Rivier (310487-3797 Amount: $226,000 Completion 8/99 Commission Well No. 19 and 20 Wellhead Facilities, El Dorado Pazk, Long Beach Construct Wellhead Facilities and Pipeline 1~; ~~,`~ 1 ,~~ OWNER: Long Beach Water Department .~ 1800 East Wazdlow Road Long Beach CA 90807 Owner's Rep. Rosemary Hoerning (562)570-2353 Amount: $364,000 Completion 7/99 ,'"~ Phelps Southwest, Inc. Project References Continued: Page 2 Groundwater Treatment Facilities, Kettleman City Community Services District Construct New Air Strippers, Well Pump and Booster Pump Systems. OWNER: Kettleman City Commuaity Services District PO Box 179 Kettleman City CA 93239 Owner's Rep. (209)386-5866 Amount: $480,000 Completion 8/98 Wastewater Pumping Facility Improvements, Metro State Hospital, Norwalk Construct New Wastewater Pumping Station OWNER: State Of CA, Department of General Services Off ce of Project Development and Management 400 R St., Suite 5100 Sacramento, CA 95814 Owner's Rep. Steve Durham (916) 327-5230 Amount: $269,000 Completion: 4/96 Renew South Sewage Pumping Station Construct piping, pump, and control modifications OWNER: University of California, Santa Barbara Facilities Management, Building 439 Santa Barbara, CA 93106 Owner's Rep. Bob Muhr, (805} 893-2843 Amount: $152,000 Completion: 6/97 Roscomare Pump Station Force Main Replacement, Bel Air Replace Existing Force Main OWNER: City of Los Angeles 200 N. Spring St. Los Angeles, CA 90012 Owner's Rep: Fred Abdohl (818) 756-9435 Many San Diego (213)847-8683 Amount $73,000 Completion 8/96 ~. Building 147179, Camp Pendleton MCB, California Replace Pumps, Motors, and MCC OWNER: Camp Pendleton MCB, California Owner's Rep. Phillips National, Inc., Marie Willis (619)552-0885 Amount $94,475.00 Completion 4/98 ~"~, Phelps Southwest, Inc. Project References Continued: Page 3 Puente Hills Landfill Sewer Flow Meter Modification Construct piping and structural modification OWNER: County Sanitation District No. 2 of Los Angeles County PO Box 4998 Whittier, CA 90607 Owner's Rep. Jim Kahle, PE (818) 962-8605 Amount: $30,000 Completion: 1/97 Delano WWTP Digester Modification Phase I, 1998, $27,000 Delano WWTP Digester Modification Phase II, 1999 $24,000 Construct Sludge & Mixer Pump Modifications OWNER: City of Delano Owner's Rep. Bill Hilton (661)721-3350 Vault 4 Pump Station Modifications, Spadra Landfill, Walnut Construct piping and structural modification OWNER: County Sanitation District No. 2 of Los Angeles County PO Box 4998 Whittier, CA 90647 Owner's Rep. Jack Shirian, PE (818) 962-8605 Amount: $27,000 Completion 9/95 • ~ ~" 1 .~ NON-COLLUSION AFFIDAVIT This form to be filled in and signed by each bidder on a project of public works. STATE OF CALIFORN/A) r- ) SS COUNTY OF ORANGE ) Be it known that Da n i e 1 J. Phe f p s (Name) .- being first duly sworn, deposes and testes that he is the President (Title) ` of Phelps Southwest, Inc. (Co. Name). the party making the foregoing bid: 1. That the bid tendered is not presented in the. interest or on behalf of any undisclosed person, persons, or other legal entity. . 2. That the bid is genuine and not collusive or a sham. r' 3. That said bidder has not directly or indirectly induced or solicited any other bidder to submit a false or sham bid, nor colluded or agreed with any other bidder or person to submit a sham bid, nor colluded to prevent any other bidder or persons-from bidding. r 4. That said bidder has not in any manner, directly or indirectly, sought by agreement, ' communication or conference with anyone to illegally limit or establish the bid price of said r. or any other bidder, nor to similarly seek to limit or establish any overhead, profit or cost element of such bid price. i r.... 5. That said bidder has not sought to secure any advantage against the public entity awarding ° the contract or anyone interested in the proposed contract. 6. That said bidder has. not directly or indirectly submitted its bid price, revealed any contents or breakdown thereof or divulged information or data relative thereto, paid and will not pay i any fee in connection therewith.. to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, or to any other individual ~" except those with documented financial 'interest with the bidder in his general business. 7. That all the above statements are true to the best of my knowledge. r-- G " By~ -^7~-7~` o~ CsKt~c.ev~.~ ni 1 Phelps r- ~o d'va~ D'~ ~o,s~/~6-~b~- Title: P r e s i d e n t i t r Subscribed and swop to ~ before me this ~ day of /1?~_ , 20~. (SEAL) G Sig tune of Notary Public r~wc~s ~. rxuoN w _ Corrttrd~io~ #~ 1217134 NotQy PubBC - Cdfforr~lo ~ P loos M~geies Covrrly My Comm E~/1pr?5,~3 r- TO BE SUBMITTED WITH BID BD-6 ~. r"`~ CERTIFICATION OF NONSEGREGATED FACILITIES ,-- i r r ~r I t r i r r r r The Bidder certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Bidder agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this bid. As used in this certfication, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other .storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion or national origin, because of habit, local custom or otherwise. The Bidder agrees that (except where he has obtained identical certification from proposed subcontractors for specified time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts and that he will retain such certifications in his files. NOTE: .The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Official Address (include Zip Code) 235 E. Broadway, Suite 718 Long Beach, CA 90802 Bidder. Phelps Southwest, Inc. B• Daniel J. Phelps Title: President TO BE SUBMITTED WRH BID BD-7 ' ~ ~ EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION THE BIDDERS EXECUTION ON THE SIGNATURE PORTION OF THIS PROPOSAL SHALL ALSO CONSTITUTE AN ENDORSEMENT AND EXECUTION OF THOSE CERTIFICATIONS WHICH ARE A PART OF THIS PROPOSAL. The ~ x bidder, proposed subcontractor), hereby certifies that (he X has, has not), participated in a previous contract or subcontract subject to the Equal Opportunity clause, as required by Executive Orders 10925, 11114 or 11246 and that (he X has, has not), filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the fanner President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirement. NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7(bx1)), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the Equal Opportunity clause. Contracts and subcontracts, which are exempt from the Equal Opportunity clause, are set forth in 41 CFR 60-1.5. Currently, Standard Form 100(EEO-1) is the only report required by the Executive Orders or their implementing regulations. Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have not filed the required reports should note that 41 CFR 60-1.7(b)(1) prevents the award of contracts and subcontracts unless each contractor submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. TO BE SUBMlTIED WITH BID BD-B ' r"~ ^, r- r- DISQUALIFICATION QUESTIONNAIRE r i In accordance with Public Contract Code Section 10162, the bidder shall complete, under ~-- penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has 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. ~" i '~ ^ YES I Q NO r If the answer is yes, explain the circumstances in the following space. r r r r NOTE: This questionnaire constitutes a part of the proposal and signature on the signature portion of this proposal shall constitute signature of this questionnaire. r-- r r r' TO BE SUBMITTED WITH B!D BD-9 1 ~~ \. UTILITY AGREEMENT The undersigned hereby promises and agrees that in the pertormance of the work specified in this contract, known as will employ and utilize only qualified persons, as hereinafter defined, to work in proximity to any electrical secondary, primary or transmission facilities. The term "qualified person" is defined. in Title 8, Califomia Administrative Code, Section 2700, as follows: "Qualified Person: A person who, by reason of experience or instruction, is familiar with the operation to be performed and the hazards involved." C-- The undersigned also promises and agrees that all such work shall be performed in accordance ~ with all applicable electrical utility company's requirements, Public Utility Commission orders, and State of Califomia (CALTOSHA) requirements. r The undersigned further promises and agrees that the provisions herein shall be and are binding upon any subcontractor or subcontractors that may be retained or employed by the ~, undersigned, and that the undersigned shall take steps as are necessary to assure compliance l by any said subcontractor or subcontractors with the requirements contained herein. r Contractor: Phelps Southwest, Inc. ~~ B' ~' iel Phelps Title: President r r r r- TO BETO BE SU8M17TED~B/D BD-10 G ... May 23 O1 01:44p PHELPS SOUTHWEST 562 624-4143 p.2 • a Mx BID B OND KNOW ALL MEN BY THESE PRESENTS; That PHELPS SOUTIINEST, INC. as Principal, and HARTFORD FIRE INSURANCE COlPANY as Surety, are held and firmly bound unto the City of Fullerton hereinafter called the Owner in the sum of TEN PERCENT OF AMOUNT 8ID (lOx ~' AMOUNT BID*'~***+k***) dollars (not less tlian 10 peroerd of the total emouM of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a hid to the Owner to perform the Work required under the bidding schedule of the Owner's Contract Documents entitled: UPGRADE PUMPING STATIOt1 2C-3 STATE COLLEGE I~SERYOIR J NOW THEREFORE, if said Principal is awarded a contract by the Owner, and, within the time and in the manner required in the "Notice Inviting Bids" and the "instructions to Bidders" enters into a written Agreement an the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shat! be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon the Owner and ftte Owner '~' prevails, said Surety shall pay all costs incun- reasonable attorney's fee to be fixed by the court. ~,~; , ~ such suit, including a c~ `~ , SIGNED AND SEALED, this 29TH ~'"`''''`;~~,~T,~ da~!.gf Y , 2r]oi P (SEAL) {SEAL) '9 {SEAL) a~) HARTFORD FIRE INSUI~N COMPANI' (SEAL) (Surety) B Y• r (Signs gy: ,. (SEAL AND NOTARIAL (5ig"a'u D R BACKI ACKNOWLEDGMENT OF SURETY) ATTORNEY-IN-FACT THE STANDARD PRtN7ED B!D BOND FORM OF ANY BONDING COMPANY ACCEPTABLE TO THE CITY MAY BE USED IN LIEU OF THE FOREGOING APPROVED SAMPLE BOND FORM, PROVIDED THE SECURITY STIPULATIONS PROTECTING THE CITY OF FULLERTON ARE NOT tN ANY WAY REDUCED BY USE OF THE SURETY COMPANY'S STANDARD PRINTED FORM. The bond shat! be duly executed by a responsible corporate surety authorized to issue such bonds in the State of California. Tf1 RC Criau.rrcn r.i.r., ..... t'"~ ~+ r ... STATE OF Arizona COUNTY OF Maricopa On this 29th day of May, 2001 before me personally appeared David Rybacki, to me known, who, being by me duly sworn, did depose and say that he resides at Scottsdale. Arizona, that he is the Attorney-In-Fact of Hartford Fire Insurance Company, the corporation described in and which executed the annexed instrument; that he knows the corporate seal of said corporation; that the seal affixed to said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation; that he signed the same name thereto by like order; and that the liabilities of said corporation do not exceed its assets as ascertained in the manner provided by law. oFFlCUw s~ ~ . JAREN A. MART( By: MAR ~ P ~ NTY Notary Public My gym,,, ree. ~s, 2ooa Jaren arx My Commission Expires: February 19, 2004 THE HAR~FORfl HARTFORD PLAZA HARTFORD CONNECTICUT 06115 ~X Hanford Fire Insurance Company Twin City Fire Insurance Company 0 OX Hartford Casualty Insurance Company ~ ~ ~ Hartford Insurance Company of Illinois 0 ~X Hartford Accident and Indemnity Company Hartford Insurance Company of the Midwest 0 Hartford Underwriters Insurance Company Hartford Insurance Company of the Southeast Q KNOW ALL PERSONS BY THESE PRESENTS THAT the Hartford Fire Insurance Company, Hartford Accident and Indemnity Company and Hartford Underwriters Insurance Company, corporations duly organized under the laws of the State of Connecticut; Hartford Insurance Company of Illinois, a corporation duly organized under the laws of the State of Illinois; Hartford Casualty Insurance Company, Twin City Fire Insurance Company and Hartford Insurance Company of the Midwest, corporations duly organized under the laws of the State of Indiana; and Hartford Insurance Company of the Southeast, a corporation duly organized under the laws of the State of Florida; having their home office in Hartford, Connecticut, (hereinafter collectively referred to as the "Companies") do hereby make, constitute and appoint, up to the amount of unlimited: William A. Eaton, David Rybacki, Jennifer L. Budiac, Jaren A. Marx of Scottsdale, AZ their true and lawful Attorney(s)-in-Fact, each in their separate capacity if more than one is named above, to sign its name as surety(ies) only as delineated above by ®, and to execute, seal and acknowledge any and all bonds, undertakings, contracts and other written instruments in the nature thereof, on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law. In Witness Whereof, and as authorized by a Resolution of the Board of Directors of the Companies on September 12th, 2000, the Companies have caused these presents to be signed by its Assistant Vice President and its corporate seals to be hereto affixed, duly attested by its Assistant Secretary. Further, pursuant to Resolution of the Board of Directors of the Companies, the Companies hereby unambiguously affirm that they are and will be bound by any mechanically applied signatures applied to this Power of Attorney. i °r+.~ ~ ~ ~,.. i i~s~ s $ ! s ~~'~ :t•+ouexrf~ ~•suM• tyg9 *,~tYTO t~ i9i! ~~ ~ . Paul A. Bergenholtz, Assistant Secretary STATE OF CONNECTICUT ss. Hartford COUNTY OF HARTFORD John P. Hyland, Assistant Vice President On this 19~h day of September, 2000, before me personally came John P. Hyland, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice President of the Companies, the corporations described in and which executed the above instrument; that he knows the seals of the said corporations; that the seals affixed to the said instrument are such corporate seals; that they were so affixed by authority of the Boards of Directors of said corporations and that he signed his name thereto by like authority. _l/ . ~c Jean H. Wozniak CERTIFIfJITE Notary Public My Commission Expires June 30, 2004 I, the undersigned, Assistant Vice President of the Companies, DO HEREBY CERTIFY that the above and foregoing is a true and correct copy of the.. Power of Attorney executed by said Companies, which is still in full force effective as of MAY 29, 2001 Signed and sealed at the City of Hartford. ot~f .t •rpA ~~r,~ ~y~+mi~ec~f~° ~~~uNM' rg tOTO ~ $ tp79 yt! Colleen Mastroianni, Assistant Vice President - ~„~ . ~, t BID BOND KNOW ALL MEN BY THESE PRESENTS; '"'1 That as Principal, and as Surety, are held and firmly bound unto the City of Fullerton hereinafter called the Owner in the sum of dollars (not less than 10 percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the Owner to perform the Work required under the bidding schedule of the Owner's Contract Documents entitled: NOW THEREFORE, if said Principal is awarded a contract by the Owner, and, within the time ~- and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the form of agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and fumishes the required Performance Bond r- and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect.. In the event suit is brought upon this bond by the Owner and the Owner i prevails, said Surety shall pay all costs incurred by the Owner in such suit, including a reasonable attorney's fee to be fixed by the court. i SIGNED AND SEALED, this day of , 20 r. (SEAL) 6 (SEAL) (SEAL) (Prinapal) (SEAL) (surety) i By: (Signature) By: (Signature) r' (SEAL AND NOTARIAL ACKNOWLEDGMENT OF SURETY) THE STANDARD PRINTED BID BOND FORM OF ANY BONDING COMPANY ACCEPTABLE TO THE r' CITY MAY BE USED IN LIEU OF THE FOREGOING APPROVED SAMPLE BOND FORM, PROVIDED THE SECURITY STIPULATIONS PROTECTING THE CITY OF FULLERTON ARE NOT IN ANY WAY REDUCED BY USE OF THE SURETY COMPANY'S STANDARD PRINTED FORM. r The bond shall be duly executed by a responsible corporate surety authorized to issue such ~ bonds in the State of California. TO BE SUBMITTED WITH BID ~rF usEn) BD-11(a) . ~ ~''\ -- r BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID ` NOTE: The following form shall be used in case a check accompanies bid. r i Accompanying this proposal is a Certified Check or Cashier's Check (strike out one) payable to the order of .the City of Fullerton for ~ dollars ($ ), this amount being not less then ten percent (10%) of the total amount of the bid. The proceeds of r' this check shall become the property of said City of Fullerton provided this proposal shall be accepted by the said City through action of its legally constituted contracting r authorities and the undersigned shall fail to execute a contract and furnish the required bonds within the stipulated time; otherwise, the check shall be returned to the r- undersigned. By: Title: r t r' TO 8E SUBMITTED WITH BID pF usEn) BD-11(b) ~ ,'., _ ~ . ,~ BID SCHEDULE UPGRADE PUMPING STATION 2C-3 STATE COLLEGE RESFRVO/R NO. ITEM UNIT UNIT QUANTITY PRICE AMOUNT 1. Mobilization, Demobilization and Cleanup L.S. 1 Od ~ ~ 2. Pumping Station 2C-3 Demolition L.S. 1 ~ d ~ , d O 3. Fumish and Install Pump and 30 HP motor L.S. 1 14 ov~.dC7 4. Fumish and Install Pump and 50 HP motor L.S. 1 OO.OC~ 5 Fumish and Install Suction and Discharge Piping and Appurtenances L.S. 1 ~ ~ dd •dO 6. Furnish and Install Flexible Expansion Joint L.S. 1 .oD 7. Furnish and Install Electrical and Controls L.S.. 1 bad d v 8. Perform Operational Testing L.S. 1 6~ 4~ 9. Safety Measures L.S. 1 g04•d0 Grand Total $ d a~• ~ Prime Contractor Phelps Southwest, Tnc. Company Daniel J. Phelps UPGRADE PUMPING STATION Name 2C-3 STATE COLLEGE RESERVOIR Sign re Daniel J. Phelps 235 E. Broautiray, Suite 718 : Address Long Beach, CA 90802.. City Zip Code (562) 624-1002 690137 ' Phone Number License Nunober The Bidder shall total his bid. Unit prices shall prevail in case amount aisagrees wttn ex~ension. TO BE SdBMf17ED iMTN B/D BD-12 ~~~