Loading...
T&S Construction Co Bid FormsSECTION 00 41 00 BID FORMS BID TO SOUTH TAHOE PUBLIC UTILITY DISTRICT for the Construction of 2024 FILTER REHABILITATION PROJECT DOCUMENTS IN THIS SECTION CONSTITUTE THE BID FORMS. BIDDERS ARE TO COMPLETE AND ATTACH THE DOCUMENTS CONTAINED IN THIS SECTION AS INSTRUCTED IN SECTION 00 20 00, INSTRUCTIONS FOR BIDDERS, AND SUBMIT THE COMPLETED BID PROPOSAL PACKAGE IN ITS ENTIRETY ELECTRONICALLY PRIOR TO THE BID DEADLINE. BIDDER IS REQUIRED TO SUBMIT THE ORIGINAL DOCUMENTS CONTAINED IN THIS SECTION WITHIN THE TIME STATED IN SECTION 00 10 00, SOLICITATION — INVITATION TO BID (SEE SECTION 00 20 00, INSTRUCTIONS FOR BIDDERS, PART 2.03) Name of Bidder: T4 t�r✓v�Sf^�ic/��.n ��.; . Business Address: Sa.&I'ci-me,41V, Ci`I �1 "Z-9 Phone No: To South Tahoe Public Utility District: Pursuant to and in compliance with the Notice Inviting Bids and the other documents relating thereto, the undersigned, Bidder, being fully familiarwith the terms of the Contract Documents, local conditions affecting the performance of the Contract, the character, quality, quantities, and the Scope of the Work, the cost of the Work at the place where the Work is to be done, hereby proposes and agrees to perform within the time stipulated in the Contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the Contract and complete in a workmanlike manner, all of the Work required in connection with the construction of said Work, all in strict onformity with the Specifications and other Contract Documents, including Addenda Nos. for the prices hereinafter set forth. Bids that are submitted via the District's electronic bidding system at the time set for opening of Bids shall be irrevocable, and may not be withdrawn for a period of sixty (60) days after the date set for the opening of the bids except as noted in Section 00 20 00, Part 3.14. ELECTRONIC BID SCHEDULE PRICES: FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 1 All applicable sales taxes, State and/or Federal and any other special taxes, patent rights, or royalties are included in the prices quoted in this Bid. The quantities specified are the DISTRICT's estimates and are approximate only, being given as a basis for the comparison of Bids. The DISTRICT does not, expressly or by implication, agree that the actual amount of work will correspond therewith. The total amount bid will be used to determine the lowest, responsive, responsible, Bidder. Payment for each item will be based on the actual quantity of work performed times the item unit contract price. Determinations of the actual quantities and classifications of unit price work performed by the CONTRACTOR will be made by the DISTRICT and may be more or less than the specified, estimated quantities. Unless otherwise indicated in the Bid Item Descriptions, the unit price shall be valid for actual quantities up to 25% more than or less than the bid quantity. All representations made by Bidder in this Bid are made under penalty of perjury. DATED: /l'/ ���► / 2-CZ'( BIDDER: Tf S 6&,7S ✓tfeliod ®�. C, SIGNATURE TITLE:�� FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 2 INFORMATION REQUIRED OF BIDDER DEPARTMENT OF INDUSTRIAL RELATIONS REGISTRATION: Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations. /iii Contractor DIR Registration Number: / 00&,-e) 9 72- LIST OF SUBCONTRACTORS: In compliance with the Subletting and Subcontracting Fair Practices Act Chapter4 (commencing at Section 4100), Part 1, Division 2 of the Public Contract Code of the State of California and any amendments thereof, Bidder shall set forth below: (a) the name and the location of the place of business, (b) the California contractor license number, (c) the DIR public works contractor registration number unless exempt pursuant to Labor Code Sections 1725.5 and 1771.1, and (d) the portion of the work which will be done by each subcontractor who will perform work or labor or render service to the Bidder in or about the construction of the work or improvement to be performed under this Contract in an amount in excess of one-half of one percent (0.5%) of the Bidder's Total Bid Price. Notwithstanding the foregoing, if the work involves the construction of streets and highways, then the Bidder shall list each subcontractor who will perform work or labor or render service to the Bidder in or about the work in an amount in excess of one-half of one percent (0.5%) of the Bidder's Total Bid Price or $10,000, whichever is greater. No additional time shall be granted to provide the below requested information. If a Bidder fails to specify a subcontractor or if a contractor specifies more than one subcontractor for the same portion of work, then the Bidder shall be deemed to have agreed that it is fully qualified to perform that portion of work and that it shall perform that portion itself. FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 3 ATTACH ADDITIONAL PAGES. IF NECESSARY Work to be Performed Subcontractor's CSLB License # Subcontractor's DIR Registration # Percent of Total Contract Subcontractor's Name and Location of Business 1. Coatings 853403 1000672005 8% Polytech Industrial, Inc PO Box 12407, Fresno, Ca 93777 2. Welding 923542 1000032316 5% Builtware Fabrication, Inc. 4569 Skyway Dr, Olivehurst, CA 95961 3. 4. 5. 6. 7. 8. 9. 10. FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 4 EQUIPMENT/MATERIAL SUPPLIER LIST: The Bidder shall indicate below which Supplier the Bidder intends to use to furnish under the Bid each item of equipment or material listed on this form by writing the supplier's name. Unless the use of alternatives for a particular item has been restricted by these Contract Documents, the Bidder may list any manufacturer whose product meets all of the requirements and technical criteria specified. The listing of more than one supplier for each equipment/material to be furnished with the words "and/or" will not be permitted. Equipment/Material Supplier Manufacturer 1. Filter Media Filtco Filtco 2. Valves Pace Supply DeZurik 3. Protective Coatings Polytech Tnemec 4. Piping, fittings, and specials Pace Supply EBAA FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 5 THIS PAGE LEFT INTENTIONALLY BLANK FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 6 BIDDER'S GENERAL INFORMATION: The Bidder shall furnish the following information. Additional sheets shall be attached as required. Failure to complete Item Nos. 1 through 7, at the time of bid submittal will cause the bid to be non- responsive and may cause its rejection. Bidders shall submit Item Nos. 8 and 9 if requested by the OWNER prior to award of contract. No award will be made until all of the Bidder's General Information (i.e., Items 1 through 7, inclusive and Items 8 and 9, if requested) is delivered to and accepted by the OWNER. (1) Bidder's Name and //Address: nC�C�,�S�l1�LLCTi�ea,. L/�E (2) Bidder's Telephone Number: 01-36S-Z_ (3) Bidder's Preferred Email Address: Ani�ogo 9/621 Ji e, Lai,? (4) Bidder's CSLB License: Primary Classification A . 6- n,,el / 60 sP,yee,,y,.?!CZ_ State License No. 3Qlr?7-t3 Expiration Date: M-30 - 20Z_5 Supplemental Classifications held, if any: Name of Licensee, if different from (1) above: , /// %� ,p N-;6?-1 , / �5 (5) Name of person who inspected site or proposed Work for your firm: Name: Tod-- I-.e-e- Date of Inspection: (6) Name, address, and telephone number of surety company and agent who will provide the required bonds on this contract: L+ f 7yLl10 e✓S (Gs e11y Y 6, % Ce/ f4J �i h✓� C'Leb AI ¢ a' ��' ��» ✓' Su✓�h � /�,�%ems, i �� �o Goa � ®r , 5 � >, �c�s ��ll l/� 9.s`G,e CS9/d) 31s=,9 :S_T (7) Complete and sign the forms: a) Noncollusion Declaration b) Iran Contracting Act Certification c) Public Works Contractor Registration Certification d) Contractor's Certificate Regarding Workers' Compensation FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 7 e) Fleet Compliance Certification f) Bid Bond g) Acknowledgement of Insurance Requirements h) Certification by Contractor's Insurance Broker (8) List five (5) projects completed as of recent date involving work of similar type and complexity: FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 8 Name, Description of Completion Project Contract address, Bidder's Work Date Price telephone # of Owner 1. �1oewfi Cam) ����✓ 1�4,��Sru,�/�.f Lts M 0%4e,r 1 z91 r . Ilat/y is L z 1 d3vl �i.S°�rof r�'Af Syik�rri ✓2wre.�t1 Kgze,9zq it � TC° le�vl�ICe CkICl� To �f ����®�� �GC✓Z't�pellaol� Siz3 yUG'u it ��G�1a✓v�a41� 2. �'welvP�t,9ijtf °01211-2371- VGWA- �e.y✓ �wivavl7��+,7G�tw�.�; S NHE1v,I,PAu, pry=tn p l 3.pil �Il $�Pcoxl 14S 3 t`/Qwe tp 11WC't0�a� �y wQQ �/ $ L .7 fG� 63 Seif oendYfrG�SES?y (�e+(i�2°S e*44jt 9✓i J / � % 4. twg �04e 113 Ive,.✓ LAN Sk'lloo/ by� ,�� 6Z jJ%��/, �e�u7s�.�,�4 Sc>�, ert� lA,! d �p pq ®det' / b 6✓✓� F. 1, J'ilnr.l s" (Y 4-� Pie �—t 5. �j� L�+ e�7�iy-aze (I � �ev✓ d���Slc��ay ��y�d�c�nf (C ffytuc�2� J �� w CSCS) AeGuZ Orf,51i4&!) Noe, 3 p �) t1�� (} -, e6 —I� / ���sz �. K�y� ���I RyppS� �� L lzCtr ltilce tjcrlCl, (� �Cv W4rl�Se (O7 �✓ , P� P ;� 17 2 91ZC 7,0 (8) The experience resume of the person who will be designated chief construction superintendent or on -site construction manager. (9) A financial statement, references, and other information, sufficiently comprehensive to permit an appraisal of Bidder's current financial condition. The financial statement shall be in accordance with Section 00 20 00, Part 3.01.D. FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 9 THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 10 NONCOLLUSION DECLARATION TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID The undersigned declares: am the pir P 51'Grerrf making the foregoing bid. (Position) of (Firm), the party 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 and not collusive or sham. The bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid. The bidder has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or to refrain from bidding. 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. All statements contained in the bid are true. 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, to any corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive 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 any other entity, hereby represents that he or she has full power to execute, and does execute, this declaration on behalf of the bidder. I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct and that this declaration is executed on /#-,-,1,�m!V[date], at [city], [state]. Name of Bidder Signature �� Name ��� �� /d�G, 7"S' r 0% y✓' �s Title FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 11 THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 12 IRAN CONTRACTING ACT CERTIFICATION (Public Contract Code section 2200 et seq.) As required by California Public Contract Code Section 2204, the Contractor certifies subject to penalty for perjury that the option checked below relating to the Contractor's status in regard to the Iran Contracting Act of 2010 (Public Contract Code Section 2200 et seq.) is true and correct: 12/ The Contractor is not: (1) identified on the current list of person and entities engaged in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203; or (2) a financial instruction that extends, for 45 days or more, credit in the amount of $20,000,000 or more to any other person or entity identified on the current list of persons and entities engaging in investment activities in Iran prepared by the California Department of General Services in accordance with subdivision (b) of Public Contract Code Section 2203, if that person or entity uses or will use the credit to provide goods or services in the energy sector in Iran. ❑ The City has exempted the Contractorfrom the requirements of the Iran Contracting Act of 2010 after making a public finding that, absent the exemption, the City will be unable to obtain the goods and/or services to be provided pursuant to the Contract. ❑ The amount of the Contract payable to the Contractor for the Project does not exceed $1,000,000. Signature: 2 ��Ae Printed Name:Ar-ii ur z- 5,o%r7,e//a Title: Pre s Je 4 Firm Name: /� ¢�.. Date: Note: In accordance with Public Contract Code Section 2205, false certification of this form shall be reported to the California Attorney General and may result in civil penalties equal to the greater of $250,000 or twice the Contract amount, termination of the Contract and/or ineligibility to bid on contracts for three years. FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 13 PUBLIC WORKS CONTRACTOR REGISTRATION CERTIFICATION Pursuant to Labor Code sections 1725.5 and 1771.1, all contractors and subcontractors that wish to bid on, be listed in a bid proposal, or enter into a contract to perform public work must be registered with the Department of Industrial Relations. See http://www.dir.ca.gov/Public- Works/PublicWorks.html for additional information. No bid will be accepted nor any contract entered into without proof of the contractor's and subcontractors' current registration with the Department of Industrial Relations to perform public work. Bidder hereby certifies that it is aware of the registration requirements set forth in Labor Code sections 1725.5 and 1771.1 and is currently registered as a contractor with the Department of Industrial Relations.1 Name of Bidder: r� v1S f,/LtC�ior, Cam,, 6f�! DIR Registration Number: / 10000&-2 711__ DIR Registration Expiration: Small Project Exemption: Yes or ✓No Unless Bidder is exempt pursuant to the small project exemption, Bidder further acknowledges: 1. Bidder shall maintain a current DIR registration for the duration of the project. 2. Bidder shall include the requirements of Labor Code sections 1725.5 and 1771.1 in its contract with subcontractors and ensure that all subcontractors are registered at the time of bid opening and maintain registration status for the duration of the project. 3. Failure to submit this form or comply with any of the above requirements may result in a finding that the bid is non -responsive. Name of Bidder Signature Name and Title ✓rG, ��`' zG Z 1 If the Project is exempt from the contractor registration requirements pursuant to the small project exemption under Labor Code Sections 1725.5 and 1771.1, please mark "Yes" in response to "Small Project Exemption." FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 15 THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 16 CONTRACTOR'S CERTIFICATE REGARDING WORKERS' COMPENSATION I am aware of the provisions of section 3700 of the Labor Code which require every employer to be insured against liability for workers' compensation or to undertake self-insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this Contract. Name of Bidder / Q� �✓�c� �� �a.-Z;;, Signature Name and Title A46,r��l�? Dated 9�+" 1> FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 17 THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 18 FLEET COMPLIANCE CERTIFICATION Bidder hereby acknowledges that they have reviewed the California Air Resources Board's policies, rules and regulations and are familiar with the requirements of Title 13, California Code of Regulations, Division 3, Chapter 9, effective on January 1, 2024 (the "Regulation"). Bidder hereby certifies, subject to penalty for perjury, that the option checked below relating to the Bidder's fleet, and/or that of their subcontractor(s) ("Fleet") is true and correct: M The Fleet is subject to the requirements of the Regulation, and the appropriate Certificate(s) of Reported Compliance have been attached hereto. ❑ The Fleet is exempt from the Regulation under section 2449.1(f)(2), and a signed description of the subject vehicles, and reasoning for exemption has been attached hereto. 0 Bidder and/or their subcontractor is unable to procure R99 or R100 renewable diesel fuel as defined in the Regulation pursuant to section 2449.1(f)(3). Bidder shall keep detailed records describing the normal refueling methods, their attempts to procure renewable diesel fuel and proof that shows they were not able to procure renewable diesel (i.e. third party correspondence or vendor bids). ❑ The Fleet is exempt from the requirements of the Regulation pursuant to section 2449(i)(4) because this Project has been deemed an Emergency, as defined under section 2449(c)(18). Bidder shall only operate the exempted vehicles in the emergency situation and records of the exempted vehicles must be maintained, pursuant to section 2449(i)(4). ❑ The Fleet does not fall under the Regulation or are otherwise exempted and a detailed reasoning is attached hereto. Name of Bidder: Tf s-c4el/c>�'7 a. -, Signature: Name: / 1✓���J'� /s _�,/ai.��-� Title: Date: & 1 Zo FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 19 V.G � I CALIFORo A JAIA Calendars I A-Z Index DOORS Home I Message Center I Other Tools a -ROAR Hi Art, Log Out Owner Information Vehicle &Engine VDECS Compliance snapshot Engine Repower Low -Use Agricultural Vehicle FundingI Non Standard Engine Non Diesel Engine Long -Term Rental DOORS ID: 3234 Company Name: T & S CONSTRUCTION CO, INC. Fleet Type: Off -Road Diesel -- DOORS Disclaimer -- Fleet Compliance Snapshot As of Today (March 6, 2024) v Refresh Fleet Data Your fleet, as currently reported, has met the off -road regulation performance requirements through the January 1, 2024 compliance date because it has earned BACT credits that will be applied towards the required BACT amounts through the January 1, 2024 compliance date. Please see the Compliance Summary table below for details. `This determination is based on the make up of your CURRENT Fleet in DOORS, which includes age and horsepower of engines, retrofits (if any), vehicles sold (credits, if any), exempt vehicles such as Low -Use (if any), subfleels (if any), and other credits (if any). Current Fleet Statistics Fleet Size: Medium Number of Vehicles: In Fleet Average: Low -Use: Exempt Not Low -Use: Vehicles in Funding Contracts: 37 12 0 0 Vehicles in Fleet: 49 Horsepower (in fleet average): 4,960 Total Fleet Horsepower: 6,733 First Compliance Date: January 1, 2017 "" Total family horsepower is the sum of the horsepower of any parent company, subsidiary, or other fleet related to the current fleet. Click the "Show Fleet Family" option button on the reporting home page for more information. Fleet Target and Average Emission Rates (g/bhp-hr) January 1, Year 2017 2018 2019 2020 2021 2022 2023 2024 Target 4.9 4.4 3.7 3.1 2.5 1.9 1.6 1.6 Average 6.5 5.5 4.7 4.3 2.4 2.3 1.9 1.9 tdeyono zuz j, rleet target Kates will no longer decrease each year, but will still be recalculated using the final year target values to account for changes in fleet composition. Requirements Your Current Fleet Average: 1.9 By using your credit, your fleet can comply through: 2024 in which case your unused credit would be: 224 hp To be in compliance each year, the Fleet average must be lower than or equal to the fleet target, OR the Fleet must meet the required BACT amount. For more information, please see the FAQs on Fleet Average and BACT. Compliance Summary Compliance Date Begin Credit Credit Use/Expired End Credit In Compliance? Compliance Method BACT Requirement 2017-01-01 851 356 495 yes Credit Used 8 % ' 4,452 = 356 2018-01-01 495 472 23 yes Credit Used 10%4,721 = 472 2019-01-01 534 485 49 yes Credit Used 10 % ' 4,852 = 485 2020-01-01 653 464 189 yes Credit Used 10% * 4,645 = 464 2021-01-01 189 0 189 yes met fleet average na 2022-01-01 1,278 514 764 yes Credit Used 10% " 5,141 = 514 2023-01-01" 814 524 290 yes Credit Used 10% " 5,248 = 524 All existing BACT credits expire after the 1/1 /2023 compliance date. 2024-01-01 774 550 224 yes Credit Used 10% " 5,507 = 550 2025-01-01 224 0 224 no Action Needed 10% " 4,960 = 496 2026-01-01 224 0 224 yes met fleet average na Recent Year Fleet Size Year 1 2014 1 2015 1 2016 1 2017 1 2018 1 2019 1 2020 1 2021 1 2022 1 2023 2024 Fleet Size Medium I Medium I Medium I Medium I Medium Medium I Large I Large I Large Imediumimedium View Snapshot Calculation Detail View Sold Vehicles With No Credit The Early Credit FAQ provides an explanation of the early credits (which are credits 2449.1(b)13 —18), and shows example calculations. If you have questions about this page, please contact ARB at doors@arb.ca.gov or call 1(877) 59-DOORS. Back to Top I All ARB Contacts I A-Z Index Vv AIR CA SOU crS eonxo A J A I A Calendars I A-Z Index DOORS Home I Message Center I Other Tools I Hi Art, Log Out Owner Information Vehicle &Engine VDECS Compliance Snapshot Engine Repower Low -Use Agricultural Vehicle Funding Non Standard Engine Non Diesel Engine Long -Term Rental DOORS ID: 3234 Company Name: T & S CONSTRUCTION CO, INC. Fleet Type: Off -Road Diesel ROAR Requirements To comply with the In -Use Off -Road Diesel -Fueled Fleets Regulation, fleets must submit a Responsible Official Affirmation of Reporting (ROAR) annually by March 1 to the California Air Resources Board (CARB) during the following years: 2012 to 2023 for large fleets, 2016 to 2023 for medium fleets, and 2018 to 2028 for small fleets. The ROAR must be submitted by a fleet to affirm that the fleet's reported information is accurate and the fleet is in compliance with the In -Use Off -Road Diesel -Fueled Fleets Regulation. The requirements that must be met in order for this affirmation to be valid are described in title 13, section 2449(g)(1) and (2). For more information, please check out the a -ROAR User Guide. Submit ROAR Electronically for Year 2024 ROAR Requirement Checklist 2024 ROAR has been processed. p/J 1a. The fleet is currently in compliance with medium fleet performance requirements C7 1b. The Compliance Snapshot was viewed within the last 60 minutes. e� 2. Vehicle and Engine Information complete 3. Contact Information and Responsible Official Contact Information provided Additional Information 4. The low -use hour meter readings and low -use outside hour logs have been reported to CARB. Low -use hour meter readings received./ No low use outside hours log required at this time. 5. The agricultural hour logs have been reported to CARB. No agricultural vehicles were reported. 6. The Vehicle Funding data have been reported to CARB. No funded vehicles were reported. 7. Other reporting issues. No other reporting issues. Responsible Official: Anthony Spinella Contact Name: Art Spinella Responsible Official Email: anthony@916pipe.com Contact Email: arttsconstruction@hughes.net Responsible Official Phone: (916) 869-1164 The contact person will no longer receive the PIN for the a -ROAR. I further understand that by requesting a PIN, I agree to receive and send information to CARB in an electronic format, and I attest that I have the ability to access the information in the electronic format Check Here that will be used. To proceed to the a -ROAR page, click on the button below. DOORS will send to the Responsible Official an email containing the PIN that you will need to electronically sign the a -ROAR. The PIN is unique to the fleet. You have already submitted the 2024 ROAR. Step 1 of 2: Request PIN and Proceed to e-ROAR Page You have already submitted the 2024 ROAR. Alternative way to file ROAR: Print and complete the ROAR form (pdf). Then, either scan the completed form(s) and email them to doors@arb.ca.gov, or mail the completed form(s) to: Attention: Off -Road Diesel Reporting MSCD, Mail Stop 5B Air Resources Board PO Box 2815 Sacramento, CA 95812 Is Designated Official form is optional, only to be used if the responsible official is designating an alternate person be the signatory of the affirmation of reporting form. Back to Top I All ARB Contacts I A-Z Index THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 20 BID BOND KNOW ALL MEN BY THESE PRESENTS, The makers of this bond are, T & S Construction Co., Inc. as Principal, and Travelers Casualty and Surety Company of America as Surety, are held and firmly bound unto SOUTH TAHOE PUBLIC UTILITY DISTRICT, hereinafter called "Owner," in the penal sum TEN PERCENT (10%) OF THE TOTAL BID PRICE of the Principal submitted to Owner for the work described below, for the payment of which sum in lawful money of the United States, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that whereas the Principal has submitted the accompanying bid dated March 7 , 20 24 for South Tahoe Public Utility District, 2024 Filter Rehabilitation Project. If the Principal does not withdraw its bid within the time specified in the Contract Documents; and if the Principal is awarded the Contract and provides all documents to the Owner as required by the Contract Documents; then this obligation shall be null and void. Otherwise, this bond will remain in full force and effect. Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract Documents shall affect its obligation under this bond, and Surety does hereby waive notice of such changes. In the event a lawsuit is brought upon this bond by said Owner and judgment is recovered, the Surety shall pay all litigation expenses incurred by the Owner in such suit, including reasonable attorney's fees, court costs, expert witness fees and expenses. By their signature hereunder, Surety and Principal hereby confirm under penalty of perjury that Surety is an admitted surety insurer authorized to do business in the State of California. IN WITNESS WHEREOF, the above -bound parties have executed this instrument under their several seals this 1st day of March 20 24 , the name and corporate seal of each corporation. (Corporate Seal) (Corporate Seal) (Attach Attorney -in -Fact Certificate) FEBRUARY 2024 2024 FILTER REHABILITATION PROJECT T & S Construction Co., Inc. Contractor/ Principal Title �1Z'StG1� Travelers Casualty and Surety Company of America Surety By Attorney -in -Fact Title Dona Lisa Buschmann, Attorney -In -Fact SECTION 00 41 00 BID FORMS 21 Notary Acknowledgment 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 COUNTY OF On , 20_, before me, , Notary Public, personally appeared NAInO(8) of 81011et(6) , who proved to me on the basis of satisfactory evidence to be the persons) 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 capaoity(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. WITNESS my hand and official seal. Signature of Notary Public OPTIONAL Though the information below is not required by law, It mey prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document, CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT i Individual I Corporate Officer Titles) I Partner(s) I Limited I General I Attorney -In -Fact i . Trustee(s) I Guardian/Conservator I I Other, Signer is representing: Name Of Person(s) Or Entlty(les) Title or Typo of Document Number of Pages Date of Document Signer(s) Other Than Named Above NOTE: This acknowledgment is to be completed for Contractor/Principal. FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 22 (See Attached) Notary Acknowledgment 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 COUNTY OF On 20--___, before me, , Notary Public, personally appeared , 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 capaclty(les), 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, 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. Signature of Notary Public OPTIONAL Though the lnformatlon below Is not required by law, It may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT i Individual i Corporate Officer Titlo(s) Title or Type of Doeument I. Partner(s) I Limited I General Number of Pages I Attorney -in -Fact i Trustee(s) i . Guardian/Conservator Date or Dooument i Other: Signer Is representing: Name Of Person(s) Or Entity(les) SIgner(s) Other Than Named Above NOTE: This acknowledgment Is to be completed for the Attorney -In -Fact. The Power -of -Attorney to local representatives of the bonding company must also be attached, FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 23 ACKNOWLEDGMENT 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 County of Placer On March 1, 2024 before me, Kathy Rangel, Notary Public (insert name and title of the officer) personally appeared Dona Lisa Buschmann 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. WITNESS my hand and official seal. Signature (Seal) K HY WOE' COMM. N 2344558 i NCTANY PUBLIC oC11LIF011NIA PLACER COUNTY Comm. Ex . FEB. 11, 2025 Travelers Casualty and Surety Compiany of America „AV,LERS7' Travelers Casualty and Surety Company St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of Amorloa, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Dona Lisa Busehmann of ROSEVILLE , California , their true and lawful Attorney(s)-In-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory 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, the Companies have caused this Instrument to be signed, and their corporate seals to be herato affixed, tills 21st day of April, 2021. (�( Go � State of Connecticut_ _ By: , City of Hartford as, Robert L, Rana , enior Vice President On this the 21st day of April, 2021, before me personally appeared Robert L, Raney, who acknowledged himself to be the Senior Vies President of each of (lie Companies, and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes [herein contained by signing on behalf of said Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. r W AL k4" NbrAHY My Commission expires the 30th day of June, 2026 olo. ruati.ic ---W Anna P. Nowik, Notary Public Mn,in" This Power of Attorney Is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now In full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys-In,Faot and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of Indemnity, slid other writings obligatory In the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it Is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation Is In writing and a copy thereof is filed in the office of the Secretary; and It Is FURTHER RESOLVED, that any bond, recognizance, contract of Indemnity, or writing obligatory In the nature of a bond, recognizance, or conditional undertaking shall be valld and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, If required) by one or more Attorneys -In -Fact and Agents pursuant to the power prescribed In his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and It Is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretarles or Attorneys -In - Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company in the future with respect to any bond or understanding to which it is attached, I, Kevin E, Hughes, the undersigned, Assistant Secretary of each 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 remains In full force and effect. Dated this 1 st day of March , 2024 , 01( y��aF�tY Aye{L' �'M O 0 a�4f , AH��! �� N � T 1 �n E. Hughes, As�cretary To verlfy the authentic/ty of th/s Polder of Attorney, please cal/ us at I-900-4.2,X-3890. Please refer to the above-pantedAttorney(s)-fir-Fact and the detalls of the bond to which this PowerofAttorney is attached. END OF BID BOND FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 24 ACKNOWLEDGMENT OF INSURANCE REQUIREMENTS This Document Must Be Fully Executed By Contractor and Submitted With The Bid The following insurance requirements have been adopted by The South Tahoe Public Utility District hereinafter designated the "OWNER," and shall be applicable to this Contract. Insurance Requirement Summary The CONTRACTOR shall furnish, prior to Notice to Proceed, Insurance Certificates and Endorsements as set forth in Section 00 20 00, Part 2.08.D and Section 00 73 00, Supplementary Conditions, Part 2.01. No other insurance documents shall be accepted in substitution of, nor in addition to, those set forth in Section 00 20 00, Instructions for Procurement. Insurance requirements and coverage will be in accordance with Section 00 73 00, Supplementary Conditions, Part 2.01. The CONTRACTOR shall not commence work underthis Contract until all insurance required under this heading is obtained in a form acceptable to OWNER, nor shall the CONTRACTOR allow any Subcontractor to commence work on a subcontract until all insurance required of the Subcontractor has been obtained. of w/ fs the (Insert Title) (Name of Company or Corporation or Owner) certify that the Insurance Requirements Summary has been read and understood and that as a material consideration of our bid, we are able to provide the document and coverage specified. Signature of PresidWint, Secretary, Manager, Owner, or Representative Date: ! d ic��e�i► ��� L�'Z' FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 25 THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS . 26 CERTIFICATION BY CONTRACTOR'S INSURANCE BROKER This Document Must be Fully Executed By Contractor's Insurance Broker and Submitted With the Bid " nJ LA"kx /' ,rn an authorized representative of (Individual's name and brokerage namen c�.This company is the insurance broker (Insurance Company) for %d s (.04S-/rZ4r_T7o/v CC -I .T*-C. ("Contractor") (Contractor) By my signature below, I hereby attest to the following: 1. I have reviewed the insurance requirements for the South Tahoe Public Utility District's 2024 Filter Rehabilitation Project ("Project"), including the requirements set forth in Section 00 73 00, Supplementary Conditions, Part 2.01 of the Contract Documents. 2. The Contractor is eligible to be insured for the policies necessary to satisfy the insurance requirements for the Project. This certification is not intended to be binding of coverage bes not modify and/or alter the terms and conditions of the insurance policies issued to or. Date: 3bl 2oZ (Signature of authorized representative) for /7K5-lv��{i•.,�+ /i1) «-(� 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 ) ss. County of ���`��'`�� f`' ) On before me, = L?U l/Uc fY I,S{ryCs;f �d�t ytf�+hli�. nersonally gnnPgr,-rI Jv'� ) - i\r) J,TI O0 , 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 truce -a d correct. --V171Tftl y hand and official seal. MI ANNE MEUSB RGER COMM. # 2383664 s NOTARY PUBLIC-CALIFORNIA= Notary Public SACRAMENTO CO.-, <.aw� EXP. DEC 15, 2025 oops FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 27 THIS PAGE INTENTIONALLY LEFT BLANK FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 28 DESCRIPTION OF BID ITEMS The Bid Schedule includes the work to rehabilitate Filter Nos. 3 and 4 and associated appurtenances including the one year warranty period on parts, labor, and materials. The costs for any Work shown or required in the Contract Documents, but not specifically identified as a line item are to be included in the related line items and no additional compensation shall be due to Contractor for the performance of the Work. The estimated quantities for Unit Price items are for purposes of comparing Bids only and the District makes no representation that the actual quantities of work performed will not vary from the estimates. Final payment shall be determined by the Engineer from measured quantities of work performed based upon the Unit Price. General Note: Distances and measurements, except elevations and structural dimensions, shall be made on horizontal planes. Bid Schedule items 1 through 7 are presented to indicate major categories of work for the purpose of comparative bid analysis and payment breakdown for monthly progress payments. Bid Items are not intended to be exclusive descriptions of the work categories. The CONTRACTOR shall determine and include in his pricing all materials, labor, and equipment necessary to complete each Bid Item (work phase) as shown and specified in the Contract Documents whether specifically described in the following or not. Bid Item 1 - Mobilization and Demobilization: includes but is not limited to: obtaining of bonds, insurance and financing, movement of equipment, materials and personnel to and from the job site, supervision, certificates, permits, submittals and RFIs, utilities, site maintenance, cleanup, dust control and work incidentals to the contract not specifically identified under the remaining items or costs incurred prior to beginning work and after completion of work on the various contract items. The cost for this item shall not exceed 10 percent (10%) of the total bid without documented justification, nor shall the CONTRACTOR submit for payment of all of the funds under this item until demobilization has been completed. The CONTRACTOR's payment for this item shall be by the lump sum. Bid Item 2 — Demolition, Disposal, and Vessel Modifications: includes but is not limited to: removal and proper disposal of filter media and support gravel from Filter Nos. 3 and 4, removal and proper disposal of piping identified for replacement in Filter Nos. 3 and 4; installation of manways in Filter Nos. 3 and 4 at the locations indicated on the Contract Drawings, and installation of lugs for piping supports at locations shown on Contract Drawings. The CONTRACTOR'S payment for this item shall be by the lump sum. Bid Item 3 — Support Gravel and Filter Media: includes but is not limited to: procurement, installation, and testing of support gravel and filter media in Filter Nos. 3 and 4. The CONTRACTOR'S payment for this item shall be by the lump sum. Bid Item 4 — Interior Coating of Vessel: includes but is not limited to: procurement, surface preparation, and installation of protective coatings on the interior of Filter Nos. 3 and 4. FEBRUARY 2024 SECTION 00 41 00 2024 FILTER REHABILITATION PROJECT BID FORMS 29 The CONTRACTOR'S payment for this item shall be by the lump sum. Bid Item 5 — Vessel Interior Piping: includes but is not limited to: procurement and installation of new influent header, surface wash header, fixed -grid surface wash system and supports, and underdrain laterals in Filter Nos. 3 and 4, as shown on the Contract Drawings. The CONTRACTOR'S payment for this item shall be by the lump sum. Bid Item 6 — Filter Gallery Valving: includes but is not limited to: demolition and disposal of existing valves in filter gallery, procurement and installation of valving in the filter gallery as identified in Contract Documents, including temporary pipe supports, pneumatic tubing and cylinders, operators and coati ng/recoating. The CONTRACTOR'S payment for this item shall be by the lump sum. Bid Item 7 — Contingency Work: includes a lump sum amount of $25,000 for this bid item that shall be paid on a TIME AND MATERIALS BASIS, only with prior written approval by the Engineer. This item is to address work within the project area that have not been identified in the plans, specifications, and reports provided to the Contractor for bidding. Contractor shall draw upon the allotted amount through the submittal and District -approval of documented costs for materials, equipment, labor and subcontractors in conformance with the Contract Documents. If the total amount of this bid item is exceeded, additional as -needed work will be addressed as Change Work under the Contract. Work under this Bid Item shall include all work required to address the unknown condition. The CONTRACTOR'S payment for this item shall be on a time and materials basis, only with prior written approval of the Engineer. END OF SECTION FEBRUARY 2024 SECTION 00 4100 2024 FILTER REHABILITATION PROJECT BID FORMS 30 CONSTRUCTION OF 2024 FILTER REHABILITATION PROJECT FOR SOUTH LAKE TAHOE PUBLIC UTILITY DISTRICT THE BID SCHEDULE IS TO BE COMPLETED ELECTRONICALLY IN THE ELECTRONIC BIDDING SYSTEM AMD IS INCLUDED HERE FOR INFORMATION PURPOSES ONLY. BID SCHEDULE: (Refer to Bid Descriptions for a more detailed description for each of the following bid items) Item Description Approx. Quantity Unit No. Qua i Price Amount 1. Mobilization and demobilization including bonds and insurance, and cleanup (Note: this lump sum figure: 1 cannot exceed 10 percent of the total cost of the total bid (excluding this b item). { 2. Demolition, Disposal, and Ve ;NZO Modifications. 1 3. Su ort Gravel and Fie is �'` pp S ;, s, 4. Interior Coating of , LS 5. Vessel Interior P' LS 1 6. Filter Galle 7. Continge: Y: 25,000 $25,000 : � L`�`�L7 a. -old � � • • ,� � i � . `� N-N .:�CHEDULE t FEBRUARY 2024 2024 FILTER REHABILITATION PROJECT SECTION 00 41 00 BID FORMS 31