PROPOSAL PACKAGE INFORMATION SHEET

34
PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1386S SKINNER 1 LIFT STATION REPLACEMENT ADDENDUM NO. 2 NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District, constitutes your Bid on this specification. Please do not submit the bound copy of the specifications or addenda with your Bid. Electronic proposals (bids) for this project to be emailed to [email protected] no later than 5:00 p.m., OCTOBER, 27 , 2020 Original Bid Bond and attachments to be mailed to the District within that week. Due to COVID-19 the District is closed to public access; therefore, bids will not be publicly opened. The Preliminary Bid Summary will be posted on the website www.emwd.org once all bids received have been opened. Fed Ex Bid Bond to: EMWD, 2270 Trumble Road, Perris, CA, 92570 Mail Bid Bond to: EMWD, P O Box 8300, Perris, CA 92572-8300 SIGN, COMPLETE, AND SUBMIT THE FOLLOWING: Proposal Sheet (C3) Signature required! Bidding Sheets & Total Bid Price - Unit Price Written In Words, Equipment/Materials List (BS) Bidder’s Experience Record & Resumes of Key Personnel (BR) Subcontractors List (C5) Public Works Contractor Registration Extracts (C22) Attach extracts of Bidder & Subs listed on C-5 Designation of Subcontractors form. Go to: https://efiling.dir.ca.gov/PWCR/Search Contractor's Licensing Statement (C6) Non-Collusion Declaration (C7) Iran Contracting Act Certification (C13) (required if bid is over $1 million) Cal Osha Form 300A (C16) Contractor’s Cal Osha Compliance History and SIC Code (C17) Contractor’s Sample Certificate of Insurance Original Bid Bond (BB) Bid Bond to be signed By You And Your Surety Company–Surety Seal required. Notary Acknowledgement required for Surety and Contractor PLEASE COMPLETE & SIGN ALL REQUIRED AREAS. SUBMIT AND ATTACH ANY ADDITIONAL DOCUMENTATION WHICH CONSTITUTES YOUR BID FAILURE TO COMPLETE THIS PROPOSAL PACKAGE MAY RENDER YOUR BID"NON-RESPONSIVE" *Please Remove This Information Sheet Prior to Submitting Your Bid*

Transcript of PROPOSAL PACKAGE INFORMATION SHEET

Page 1: PROPOSAL PACKAGE INFORMATION SHEET

PROPOSAL PACKAGE INFORMATION SHEET SPECIFICATION NO. 1386S

SKINNER 1 LIFT STATION REPLACEMENT ADDENDUM NO. 2

NOTICE TO BIDDERS: The attached Proposal Package, when completed by you and returned to this District, constitutes your Bid on this specification. Please do not submit the bound copy of the specifications or addenda with your Bid. Electronic proposals (bids) for this project to be emailed to [email protected] no later than 5:00 p.m., OCTOBER, 27 , 2020 Original Bid Bond and attachments to be mailed to the District within that week.

Due to COVID-19 the District is closed to public access; therefore, bids will not be publicly opened. The Preliminary Bid Summary will be posted on the website www.emwd.org once all bids received have been opened.

Fed Ex Bid Bond to: EMWD, 2270 Trumble Road, Perris, CA, 92570 Mail Bid Bond to: EMWD, P O Box 8300, Perris, CA 92572-8300

SIGN, COMPLETE, AND SUBMIT THE FOLLOWING: • Proposal Sheet (C3) Signature required! • Bidding Sheets & Total Bid Price - Unit Price Written In Words, Equipment/Materials List (BS) • Bidder’s Experience Record & Resumes of Key Personnel (BR) • Subcontractors List (C5) • Public Works Contractor Registration Extracts (C22) Attach extracts of Bidder & Subs listed on C-5

Designation of Subcontractors form. Go to: https://efiling.dir.ca.gov/PWCR/Search • Contractor's Licensing Statement (C6) • Non-Collusion Declaration (C7) • Iran Contracting Act Certification (C13) (required if bid is over $1 million) • Cal Osha Form 300A (C16) • Contractor’s Cal Osha Compliance History and SIC Code (C17) • Contractor’s Sample Certificate of Insurance • Original Bid Bond (BB)

Bid Bond to be signed By You And Your Surety Company–Surety Seal required. Notary Acknowledgement required for Surety and Contractor

PLEASE COMPLETE & SIGN ALL REQUIRED AREAS. SUBMIT AND ATTACH ANY ADDITIONAL DOCUMENTATION WHICH CONSTITUTES YOUR BID

FAILURE TO COMPLETE THIS PROPOSAL PACKAGE MAY RENDER YOUR BID"NON-RESPONSIVE" *Please Remove This Information Sheet Prior to Submitting Your Bid*

Page 2: PROPOSAL PACKAGE INFORMATION SHEET
Page 3: PROPOSAL PACKAGE INFORMATION SHEET

BS-1 00020 Bidding Sheets

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1386S

SKINNER 1 LIFT STATION REPLACEMENT BIDDING SHEETS

ADDENDUM NO. 2 The Contractor shall construct the project under these Specifications all in conformance with the Contract Drawings listed in Section P and these Specifications. The District reserves the right to:

A. Accept or reject any or all bids on this specification; B. Award Contract to the lowest qualified bidder, based on the total bid price: C. Waive any defects and informalities.

The District shall be the final authority with regard to whether a bid is responsive to the call for bids and to whether a bidder is a responsible bidder under the conditions of his bid, or for any reason. The total contract price shall include all work, materials and equipment needed to complete the project as defined in the General Conditions, Section F. The bidder shall include costs for such other items in the most appropriate category (bid item). TO BE INSTALLED: The District will furnish the following item(s) to be installed by the Contractor: RTU Panel Kingfisher Programmable Logic Controller (PLC) Radio Panel Radio Telemetry Equipment The Contractor shall pick up all furnished items at the District yard. Furnished items will be loaded onto the Contractor's truck by the District.

Page 4: PROPOSAL PACKAGE INFORMATION SHEET

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1386S

SKINNER 1 LIFT STATION REPLACEMENT

BIDDING SHEETS ADDENDUM NO. 2

Unit Total

Bid Item

Qty

Unit

Description (Unit Price Written in Words)

Price (Figures)

Amount (Figures)

BS-2 00020 Bidding Sheets

1 1 LS Mobilization and Approved: Bonds, Insurance, Schedule of Values (see Section 01026), and Preliminary Project Schedule (PPS) (see Section 01310)

Forty-Four Thousand Dollars

$

PRESET

$

44,000

(words)

2 1 LS Furnish one (1) prefabricated sewage lift station as specified in Section 13025 and the Special Conditions, and per quotation in Appendix F

One Hundred Thirty-Four Thousand One

Hundred Fifty-Seven Dollars & Seventy-Nine Cents $

PRESET

$ 134,157.79

(words)

3 1 LS Construct Skinner 1 Lift Station Replacement Project, including installation of one (1) prefabricated sewage lift station, complete as specified herein and as shown on the Drawings, tested and ready for operation

$ Lump Sum

$

(words)

rricard
Typewritten Text
695,513
rricard
Typewritten Text
Six Hundred Ninety Five Thousand Five Hundred
rricard
Typewritten Text
Thirteeen
Page 5: PROPOSAL PACKAGE INFORMATION SHEET

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1386S

SKINNER 1 LIFT STATION REPLACEMENT

BIDDING SHEETS ADDENDUM NO. 2

Unit Total

Bid Item

Qty

Unit

Description (Unit Price Written in Words)

Price (Figures)

Amount (Figures)

BS-3 00020 Bidding Sheets

4 1 T&M Allowance for relocation of unknown or unidentified utilities. This line item is an allowance and all work will be tracked in accordance with time and materials procedures and as directed by the District Inspector

Twenty Thousand Dollars $

Lump Sum

$

20,000

(words)

5 1 LS ADDITION OR DEDUCTION Circle one (If applicable):

Addition (+)

Deduction(-)

$

(words)

TOTAL BID (Basis of award)

$________________________

rricard
Typewritten Text
893,671
Page 6: PROPOSAL PACKAGE INFORMATION SHEET

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1386S

SKINNER I LIFT STATION REPLACEMENT

BIDDING SHEETS ADDENDUM NO. 2

BS-4 00020 Bidding Sheets

ADDITION OR DEDUCTION: Provision is made here for the bidder to include an addition/deduction in their bid, if desired, to reflect any last minute adjustments in prices. The addition/deduction, if made, will be proportionately applied to item(s) (fill in) and reflected in the unit prices for payment purposes. If the addition/deduction affects more than one bid item, the proportionate application of the addition/deduction shall be mutually agreed upon by the Contractor and the District at the prejob. Addenda and/or Letter of Clarification By submitting a bid, Bidder certifies that any addenda and letters of clarification issued to these specifications, whether acknowledged or not below, shall be made a part of the contract. Bidder further agrees to perform all labor and services and furnish all materials, tools and appliances necessary for completing the work called out in the addenda or letter of clarification. Addenda received: Letter of Clarification received:

Person who inspected site of the proposed work as an employee of your firm: (Representative must have inspected the jobsite and be an employee on the company’s payroll to be considered a responsive bidder) (Name) (Date of Inspection)

rricard
Typewritten Text
01
rricard
Typewritten Text
Ryan Ricard
rricard
Typewritten Text
10/06/2020
rricard
Typewritten Text
02
Page 7: PROPOSAL PACKAGE INFORMATION SHEET

BS-5 00020 Bidding Sheets

EQUIPMENT AND MATERIAL No substitution will be permitted without written justification and the approval of the District prior to the bid opening.

PRODUCTS OF MANUFACTURERS LISTED AS EQUALS TO THOSE SPECIFIED IN THE CONTRACT DOCUMENTS MUST BE SUBMITTED FOR REVIEW AND APPROVAL BY THE DISTRICT NO LATER THAN THE TENTH (10TH) DAY PRECEDING THE DATE SET FOR RECEIPT OF BIDS.

NOTE

Please refer to Special Conditions SC-12 for Specified Equipment with No Equal Substitution.

Page 8: PROPOSAL PACKAGE INFORMATION SHEET

BR-1 00027 Bidder’s Experience/Resumes

EASTERN MUNICIPAL WATER DISTRICT SPECIFICATION NO. 1386S

SKINNER 1 LIFT STATION REPLACEMENT

BIDDER’S 8-YEAR EXPERIENCE RECORD & RESUMES OF KEY PERSONNEL

All bidders must provide a detailed 8-year experience record showing successful completion, as a General Contractor (Class A) of at least four (4) similar projects within the last 8 years as follows:

A. Contract Type - Public Works

B. Installation Mechanical, Structural, and Electrical Equipment

C. Wastewater pumps and ancillary equipment

Additionally, bidders must include resumes of key personnel proposed to work on this project when submitting your bid. This information will be critical in meeting requirements as a responsible bidder.

Failure to submit any of the above-mentioned information with your bid “may” deem your bid

non-responsive

Page 9: PROPOSAL PACKAGE INFORMATION SHEET

YEAR

TY

PE/D

ESCR

IPTI

ON

OF

WO

RK

VALU

E O

F W

ORK

PE

RFO

RMED

LO

CATI

ON

OF

WO

RK (C

ITY)

ENG

INEE

R /

CON

TACT

PER

SON

Ad

dres

s & p

hone

#

OW

NER

/

(CO

NTA

CT P

ERSO

N

Addr

ess &

pho

ne #

DETAILED EXPERIENCE RECORD PLEASE USE ADDITIONAL SHEETS

BR-2 00027 Bidder’ s Experience/Resumes

rricard
Typewritten Text
Reference the attached work experience.
Page 10: PROPOSAL PACKAGE INFORMATION SHEET

22345 La Palma Ave. Unit 106.Yorba Linda CA 92887

Ph: 866-416-4214Fx: 866-416-4214License# 359728

Contractor List of References & Experience (Page 14)

Customer Design Engineer Completed Job # & DescriptionContract Amount

Volunteer Project: Operation Homefront #42833422 Dolomite CALIAGUA Frontyard & Backyard Makeover $0.00Menifee CA 92584 Volunteer Project Oct-12 for US Marine & Family

Security Paving Company #429c/o City of Bakersfield CA CADOT Contract No. 07-1218W4 $1,604,27313170 Telfair Ave., Sylmar, CA & Tetra Tech Sep-17 Subcontract to consturct Empire Ave UC PM: Frank Riggins 818-362-9200 Storm Drain Pumping PlantSecurity Paving Company #430c/o City of Bakersfield CA AECOM Mar-15 Project No. T9WP6C $1,168,31013170 Telfair Ave., Sylmar, CA Dan Cronquist WestSide Parkway - Phase 6CPM: Pedro Santos 661-873-0495 661-325-7253 Ext 3108 Renfro Road Storm Drain Pump StationSanta Ana Watershed Project Auth. #4311165 Sterling Avenue SAWPA Install Polymer MH with R&R of $15,470Riverside, CA 92503 Design Engineer Apr-13 existing 15" Clay Sewer LateralPh: 951-354-4246 Attn: Carlos Quintero City of Corona Water Reclaim. Plant #1Santa Ana Watershed Project Auth. #4321165 Sterling Avenue SAWPA Reach IV-B Improvements $6,134Riverside, CA 92503 Design Engineer Apr-13 Sidewalk RepairsPh: 951-354-4246 Attn: Carlos QuinteroSecurity Paving Company #433c/o City of Bakersfield CA CADOT SR-58 Widening 208,960$ 13170 Telfair Ave., Sylmar, CA Design Engineer Dec-14 Mechancial work at SD Pump PlantPM: Anthony Mattivi (TJ) 661-873-0495Riverside Construction Co. #434c/o San Bern. Assoc. Governments Trans-Systems Jun-16 Contract No. C13121 $2,101,9624225 Garner Road, Riverside CA 92502 Jeff Hemer Laurel Ave Grade SeparationPM: Casey Carpenter 951-682-8308 816-329-8664 Storm Drain Pumping PlantGC: USS Cal Builders, Caliagua (Sub) #435c/o City of Fullerton CM: Hill International Kennedy/Jenks Consultants State College Blvd Grade Separation $1,387,293331 S. State College Blvd., Fullerton CA Design Engineer Oct-17 State College UC Storm Drain Pump Sta.CM: Mark Verrengia 714-865-4005 City of FullertonSecurity Paving Company #436c/o CADOT CADOT Contract No. 07-215954 9447093075 Towngate Road, Westlake Village, CA Design Engineer Jun-17 Interstate 5/605 ImprovmentsPM: Hani Alikhwan 562-863-3176 Construct New Storm Drain Pump PlantSecurity Paving Company #437c/o City of Bakersfield CA AECOM Bakersfield Beltway Improvements $892,2583075 Towngate Road Design Engineer Sep-20 Ming Ave Stormwater Pump StationWestlake Village, CA 91361

F:\USR\Admin\References\2020\Previous Work History Updated July 2020.xls

Page 11: PROPOSAL PACKAGE INFORMATION SHEET

22345 La Palma Ave. Unit 106.Yorba Linda CA 92887

Ph: 866-416-4214Fx: 866-416-4214License# 359728

Contractor List of References & Experience (Page 15)

Customer Design Engineer Completed Job # & DescriptionContract Amount

Woodbridge Pacific Homes #438c/o City of Chino Hills Husaker & Assoc. Canyon Hills Booster Pump Sta.27271 Las Ramblas, #100 Mission Viejo Design Engineer Mar-16 and Sewer Lft Station Complex $3,419,061PM: Robert Richards (949) 445-4612 Chino Hills

CA Rasmussen #440c/o LA Metro HNTB Bob Hope Airport Metro Station28548 Livingston Ave., Valencia CA 91355 Design Engineer Jun-18 Water & Storm Drain Util. $289,201PM: Thomas Tan 805-331-0831 Burbank

County of San Bernardino #441232 W. Hospitality Ln, 2nd Floor San Bern County Cedar Glen Hydropneumatic San Bernardino, CA 92415-0450 Design Engineer Mar-19 Pump Station $436,146PM: Gary Martin, 760-962-1521 Lake Arrowhead

Security Paving Company #442c/o CADOT CADOT Delaware Sand Filter13170 Telfair Ave., Sylmar, CA Design Engineer Jan-19 Misc Metals $21,295PM: Pedro Santos 661-873-0495 South Lake Tahoe

Santa Fe Springs Public Works #4431170 E. Telegraph Road Santa Fe Springs Imperial Highway UnderpassSanta Fe Springs CA 90670 Engineering Dept. Sep-18 Storm Pump Retrofit $78,879PM: Daniel Reyes (310)953-5688 Design-Build Santa Fe Springs

Security Paving Company #444c/o CADOT CADOT Belle Terrace Pumping Plant13170 Telfair Ave., Sylmar, CA Parsons Dec-19 Storm Drain Pump Station $1,645,852PM: Mark Witgraff (661)742-3184 Mechanical, Misc. Metals, Electrical

City of Fullerton #4451580 W. Commonwealth Ave. est. City of FullertonFullerton CA 92833 n/a Jan-20 Storm Drain Pump Station $30,000PM: Dan Diaz (714)738-5344 Annual & Monthly Maintenance

Griffith Company and S.J. Amoroso #446c/oLA Dept. of Parks & Recreation PACE est. Earvin Magic Sports Park12200 Bloomfield, Santa Fe Springs CA AHBE Sept-20 Diversion Storm Drain Pump Station $1,675,937PM: Brad Austin and Nathan Lopez Mechanical, Misc. Metals, Electrical

City of Anaheim #447200 S. Anaheim Blvd., Anaheim CA AKM est. Linda Vista Complex Pump StationCM: Michael Baker Int'l Consulting Engineers July-21 Phase II Improvements $9,600,897CM: Kieler Smith - 949-892-8330

CADOT 07-OKO214 c/o Ortiz Const. GC #448Rte 5 & Avery Parkway CADOT est. Rte 5 Widening in Mission ViejoOrtiz Const. | 6 Cushing, Ste 200, Sept 21 Communication Hub Bldg. $783,447Irvine, CA 92618

F:\USR\Admin\References\2020\Previous Work History Updated July 2020.xls

Page 12: PROPOSAL PACKAGE INFORMATION SHEET

00027 Bidder’s Experience/Resumes

RESUMES OF KEY PERSONNEL (ATTACH HERE)

Page 13: PROPOSAL PACKAGE INFORMATION SHEET

GUS BRUNER PRESIDENT PROJECT ESTIMATOR / EXECUTIVE

22345 LA PALMA AVE., UNIT 106 | YORBA LINDA CA 92887 (866) 466-4214 | FAX (866) 416-4214 | LICENSE 359728 | WWW.CALIAGUA.NET

OBJECTIVE To provide project management and oversight supervision relative to technical, construction and contract issues. Utilize management and organizational skills to ensure that our projects are performed in accordance with the contract documents and specifications. Establish and maintain the highest levels of safety and quality perform on a timely basis & exceed the expectations of our customers.

MANAGEMENT EXPERIENCE During high school and college, I learned and studied the water and wastewater industry by working in the field as a laborer with skilled pipefitters, carpenters, laborers, and operating engineers to construct water and wastewater facilities. Following the above work experience, for approximately one year, I continued my education with a pipeline and mechanical contractor as project engineer, cost accountant, and estimator. Upon completion, I returned to continue my career in public accounting. I gained valuable work experience for an additional two years. I later transferred to the private sector (for approximately two more years), as a controller for a multi-national industrial painting and coatings contractor. Following this experience I chose to join Caliagua, Inc., the business my father started in 1978. Since 1986 I have served in several capacities; from mechanical and concrete fieldwork; to accountant, estimator, project manager, with my current position being President and Owner. Today my duties include Project Management, Estimating, Scheduling, Business Development, and Director of Safety. WORK EXPERIENCE

MWD & W.A. RASIC, 2007 Colorado River Aqueduct, Radial gate(s) overhaul & repairs. Repairs & Maint. to radial gates V05 and V09 in San Jacinto for CRA turnout structures. Work Incl. Removal of gates from aqueduct; structural repairs, and replacement to gates components and reinstalling.

CITY OF CERRITOS, 2007 C-1 Deep Well Pumping Facilities Re-Construction of C-1 deep well pumping facilities: Incl., earthwork; foundations; masonry Bldg; overhead cranes; natural gas engine, CL2 Equip & TGO Containment Vessels; Elec & Instrum.; discharge piping, and site work. MERITAGE HOMES: CHINO HILLS, 2008 Pine Valley Lift Station: Construct Sewage Lift Station with Duplex Multi System. Precast Wetwell 10’ Sq ID x 36’ Deep, with 6’ ID x 25’ Deep Supply MH & Grinder Pump Vault. Carbon Air Scrubber filtration System. EASTERN MUNICIPAL WATER DISTRICT, 2009 SIMPSON ROAD BOOSTER STATION& PIPELINE-DESIGN BUILD: D-B 7500 GPM Booster Pump Station and Pipeline Incl. (3) 2500 GPM – 200 HP Booster Pump Sta., 36” – 24” Yard Piping, Civil Site work, Electrical, and 12”, 18” and 24” Recycled Discharge and Distribution piping. CA DEPT OF PARKS & RECREATION, 2010 CRYSTAL COVE STATE PARK: Remove & Replace Three Sewer Lift Stations with new Duplex Pump systems, Precast Wet wells & valve vaults with Elec & Scada/Telemetry controls. SKANSKA USA CIVIL WEST LA, LACSD 2011 PUENTE HILLS INTERMODAL FACILITY WORKMAN MILL ROAD: New storm drain pump station, including (3) Main 1500 GPM Pump Units & (2) Sump 225 GPM Pump Units W/ Corresponding 10” & 4”Discharge Pipe, Valves & FTGS., & 24” HDPE Vent Pipe & Fts w/Exhaust Fans/Louvers. CITY OF SANTA PAUL, 2012 WASTEWATER LIFT STATION REHABILITATION PROJECT: Re-Build (2) Sewage Lift Station and Provide maintain temporary sewer bypass pumping operation during course of construction.

EXPERIENCE CALIAGUA, INC.

35 YEARS

DOTY BROS PIPELINE 2 YEARS

KPMG 1 YEAR

MIRANDA ACCOUNTANCY 2 YEARS

ROBISON-PREZISOS, INC. 2 YEARS

EDUCATION CAL ST. UNIVERSITY FULLERTON

BA - BUSINESS, 1982

CERTIFICATIONS USACE, CQM, 2001 COMPETENT PERSON, 1990 PRIVATE PILOT LICENSE, 1981 AFLCIO, LABORERS, 1978

REFERENCES MOULTON NIGUEL WATER DISTRICT Ray McDowell 949-425-3527 Several Projects Since 1990 Country Village Pump Station Wood Canyon Pump Station Master Meter Vault Crown Point Reclaimed

Water Pump Station Regional Lift Station No. Aliso Creek

Lift Station Upgrades

EL TORO WATER DISTRICT Dennis Cafferty 949-837-4050 #223 Several Project Since 1980 P-1 Pump Station Front St./Orange Ave Pipe Reservoir Expansion

Couplings and Corrosion Repairs 12” Freeway Forcemain

Modifications

SANTA MARGARITA WATER DISTRICT Bart Lantz 949-459-6504 Several Projects Since 1980 Nichols Institute Effluent Pump

Station Prima Deshecha Pump Station South Ranch Sewage Lift Station

CITY OF CORONA Eric Schoenen, PE 909-279-3675 Several Projects Since 1998 Corona Ranch Booster Station Zone 6 Booster Pump Station Harlan Hill Booster Pump Station Well Pump House Bldg. No. 12

Well Pump House Bldg. No. 13

Page 14: PROPOSAL PACKAGE INFORMATION SHEET

CORY WOLFROM VICE PRESIDENT PROJECT MANAGER/ESTIMATOR

22345 LA PALMA AVE. SUITE 106 | YORBA LINDA, CA 92887 PHONE/FAX (866) 416-4214 | LICENSE 359728 | WWW.CALIAGUA.NET

OBJECTIVE To provide project management and direct supervision relative to the project’s administrative, construction, and contract items. Successfully and safely deliver projects starting from the estimating process all the way until final turnover to the owner. Utilize management and organizational skills to ensure that our projects are performed in accordance with the contract documents. Thoroughly review vendor and subcontractor proposals and issue subcontracts and purchase orders. Procure all equipment and material that is to be provided on the project. Schedule projects using Primavera P6 including procurement scheduling of important and long lead-time items. Input and manage employee payroll and assure compliance with state and federal laws. Visit the jobsite to interact with the Superintendent to perform quality control inspections. Submit monthly progress billings to the owner or general contractor. Manage all incoming invoices and billings. Review budget and issue reports back to the Project Executive. Manage all project documents including and not limited to Submittals, RFIs, RFPs, Transmittals, and Correspondence Letters. Interact with owner’s and general contractor’s regarding all project issues. Establish and maintain the highest levels of safety and quality perform on a timely basis & exceed the expectations of our customers.

MANAGEMENT EXPERIENCE During college, I interned with Caliagua during the summers. They provided an invaluable experience of hard work and dedication to one’s craft. I was able to shadow the project manager and see first-hand the qualities and characteristics of a successful project. Following the above work experience, for approximately two years, I continued my education with a mathematical and economics degree with a minor in business at the University of California in San Diego. I elected to attend UCSD to pursue an excellent degree as well as a scholarship in soccer. I was a 4 year varsity athlete with a 3.2 gpa. Being involved in both athletics and education forced me to become a more organized individual. Time management became my

expertise after 4 years of morning practices followed by school work and a social life. During my college years, I worked as a technical director of a high school soccer team for 2 seasons. I also had an internship with Wells Fargo Advisors where I was able to shadow the Market Manager of the Del Mar branch. Upon completion of my education, I returned to Caliagua as a Project Engineer and have been here ever since. Today my duties include Project Engineering, Project Management, Estimating, Scheduling, AP/AR, Payroll, Quality Control, Testing and Commissioning and Business Development. WORK EXPERIENCE

CITY OF BAKERSFIELD AND SECURITY

PAVING CO., INC., 2013

Westside Parkway Extension Storm Drain Pump Station and Sewer Lift Station Installation of (3) 5800 gpm submersible storm drain pumps and (1) submersible nuisance sump pump including the pump house building and all miscellaneous metals. Installation of (1) complete sewer lift station package including pre-cast vault, hatches, piping, and electrical items. Both the sewer lift station and storm drain pump station were tested by Caliagua to demonstrate performance meets contract requirements. Contract Value: $1.2 Million SANBAG, ATHALYE AND RIVERSIDE

CONSTRUCTION, 2014 Laurel Street Grade Separation - Storm Drain Pump Station Installation of (3) 6200 gpm vertical turbine solid handling storm drain pumps and (1) submersible nuisance sump pump. Installation of all mechanical piping and appurtenances including seal water supply for VTSH pumps. Complete pump station CMU building, steel roof, HVAC equipment, Motor Control Center, and Instrumentation. Installation of (1) diesel standby generator, automatic transfer switch and concrete equipment pad. Provided project on an expedited schedule successfully. Contract Value: $2.2 Million CITY OF CHINO HILLS AND

WOODBRIDGE PACIFIC GROUP, 2015

EXPERIENCE

CALIAGUA, INC. 4 YEARS

WELLS FARGO ADVISORS 5 MONTHS

THE BISHOPS SCHOOL 2 YEARS

UCSD 2 YEARS

EDUCATION

UNIV. OF CALIFORNIA, SAN DIEGO B.S. – MATHEMATICS AND ECONOMICS, BUSINESS MINOR

ESPERANZA HIGH SCHOOL

CERTIFICATIONS

PRIMAVERA P6, 2016

CM-BIM, 2017

CPR/FIRST AID, 2018

MICROSOFT EXCEL, 2017

REFERENCES HILL INTERNATIONAL

Mark Verrengia, P.E. Construction Manager (714) 865-4005 State College Grade Separation

COUNTY OF SAN BERNARDINO

SPECIAL DISTRICTS DEPARTMENT Gary Martin, P.E. Project Manager (760) 962-1521

Hydro-Pneumatic Equipping System (Cedar Glen)

CALIFORNIA DEPT. OF TRANSPORTATION

(CALTRANS) Vladimir Y. Gurfinkel, P.E. (818) 613-0956

Empire Ave. Storm Drain Pump Station (Route 5 Burbank)

DORADO COMPANY Jack McGregor (949) 294-6933

Empire Ave. Storm Drain Pump Station (Route 5 Burbank)

Other Clients and Customers: Security Paving Company USS Cal Builders Riverside Construction C.A. Rasmussen City of Fullerton – Engineering Dept. City of Burbank – Public Works Woodbridge Pacific Group

Page 15: PROPOSAL PACKAGE INFORMATION SHEET

CORY WOLFROM VICE PRESIDENT PROJECT MANAGER/ESTIMATOR

22345 LA PALMA AVE. SUITE 106 | YORBA LINDA, CA 92887 PHONE/FAX (866) 416-4214 | LICENSE 359728 | WWW.CALIAGUA.NET

CANYON HILLS BOOSTER PUMP STATION AND SEWER LIFT STATION Constructed (1) complete sewer lift station and (1) booster pump station on the same site. Contract Value: $3.5 Million CITY OF FULLERTON, OCTA, HILL

INTERNATIONAL AND USS CAL

BUILDERS, 2017 STATE COLLEGE GRADE SEPARATION –

STORM DRAIN PUMP STATION: Installation of (2) 3800 GPM – 50HP vertical turbine pumps and (2) 800 GPM – 15HP submersible storm pumps inside of a 40’ deep wet well structure with access shafts. Our scope included all pump station electrical work, CMU building and concrete roof deck, and misc metals installation. Caliagua performed a complete start-up and test using a recycled pump system. Project was completed on an accelerated schedule. Contract Value: $1.5 Million CALTRANS AND CA SECURITY PAVING

CO. INC., 2018 MING AVE PUMP STATION: Installation of (2) 6700 GPM – 84HP submersible storm pumps inside 35’ deep wet well. Caliagua’s scope included all misc. metals, pipe supports, valves, and mechanical equipment. Caliagua performed start-up and testing with a recycled piping system. Contract Value: $900,000 METRO AND CA RASMUSSEN, 2018 BOB HOPE AIRPORT – HOLLYWOOD WAY METROLINK STATION: Installation of all underground site drainage piping. Scope included clean-outs, French drainage system alongside train tracks, and a CMU planter drainage system. Owner and engineer added a drywell adjacent to railroad tracks. Caliagua also installed all rainwater leaders for the canopy drains. Contract Value: $300,000 SAN BERNARDINO – SPECIAL

DISTRICTS DEPT., 2018 HYDRO-PNEUMATIC EQUIPPING SYSTEM: Installation of (2) hydro-pneumatic tanks and new underground site piping. Caliagua’s scope included a complete shutdown of existing system and turnover to all new electrical

equipment and instruments. A temporary bypass system was put into place in order to provide water service to homes during switchover. Contract Value: $450,000

EXPERIENCE

CALIAGUA, INC. 4 YEARS

WELLS FARGO ADVISORS 5 MONTHS

THE BISHOPS SCHOOL 2 YEARS

UCSD 2 YEARS

EDUCATION

UNIV. OF CALIFORNIA, SAN DIEGO B.S. – MATHEMATICS AND ECONOMICS, BUSINESS MINOR

ESPERANZA HIGH SCHOOL

CERTIFICATIONS

PRIMAVERA P6, 2016

CM-BIM, 2017

CPR/FIRST AID, 2018

MICROSOFT EXCEL, 2017

REFERENCES HILL INTERNATIONAL

Mark Verrengia, P.E. Construction Manager (714) 865-4005 State College Grade Separation

COUNTY OF SAN BERNARDINO

SPECIAL DISTRICTS DEPARTMENT Gary Martin, P.E. Project Manager (760) 962-1521

Hydro-Pneumatic Equipping System (Cedar Glen)

CALIFORNIA DEPT. OF TRANSPORTATION

(CALTRANS) Vladimir Y. Gurfinkel, P.E. (818) 613-0956

Empire Ave. Storm Drain Pump Station (Route 5 Burbank)

DORADO COMPANY Jack McGregor (949) 294-6933

Empire Ave. Storm Drain Pump Station (Route 5 Burbank)

Other Clients and Customers: Security Paving Company USS Cal Builders Riverside Construction C.A. Rasmussen City of Fullerton – Engineering Dept. City of Burbank – Public Works Woodbridge Pacific Group

Page 16: PROPOSAL PACKAGE INFORMATION SHEET

C-5(d) 00028 Designation of Subcontractors

LIST OF DESIGNATED SUBCONTRACTORS

SPEC #:

PROJECT TITLE:

NAME OF CONTRACTOR:

In compliance with the provisions of Sec. 4100-4111, inclusive, of the Public Contract Code of the State of California, and any amendments thereof, each bidder shall set forth: the name, location of the place of business, license number, portion of the work which will be done by each subcontractor who will perform work or labor or render service to the Contractor in or about the construction of the work or improvement in an amount in excess of one-half of one percent (1/2 of 1%) of the Contractor's total bid. Each portion of Subcontracted work noted in the below table must be specific and contain all major activities associated with completion of the project, outside of the services provided by the bidding Contractor. Ambiguous and/or incomplete Subcontracted work information may deem the bid nonresponsive. Each subcontractor shall possess, both at the time the bid is submitted and at all times when work is performed, a valid contractor's license for the appropriate classification necessary to perform the work for which that subcontractor is listed.

BIDDER SHALL PROVIDE THE FOLLOWING INFORMATION: Company Name, Business Address, Email Address, License No., Contractor Registration No.,

Subcontract Work, and % Of Total Bid

* PLEASE WRITE LEGIBLY*

LICENSED SUBCONTRACTOR’S NAME, BUSINESS ADDRESS, & EMAIL ADDRESS

LICENSE # SUBCONTRACT WORK

(Be Specific)

% OF TOTAL BID CONTRACTOR

REGISTRATION #

Company Name:

License #:

-------------------------- DIR Registration #:

Address:

Email Address:

Company Name:

License #:

-------------------------- DIR Registration #:

Address:

Email Address:

rricard
Typewritten Text
1386S
rricard
Typewritten Text
rricard
Typewritten Text
rricard
Typewritten Text
rricard
Typewritten Text
Skinner I Lift Station Replacement
rricard
Typewritten Text
Caliagua Inc.
rricard
Typewritten Text
Hydrotech Electric
rricard
Typewritten Text
37707 Green Knolls Rd Winchester, CA 92596
rricard
Typewritten Text
977838
rricard
Typewritten Text
1000001266
rricard
Typewritten Text
Electrical
rricard
Typewritten Text
rricard
Typewritten Text
rricard
Typewritten Text
Amber Steel Co.
rricard
Typewritten Text
312 S. Willow Ave Rialto, CA 92376
rricard
Typewritten Text
268566
rricard
Typewritten Text
1000000630
rricard
Typewritten Text
rricard
Typewritten Text
Rebar
rricard
Typewritten Text
13%
rricard
Typewritten Text
0.8%
Page 17: PROPOSAL PACKAGE INFORMATION SHEET

C-5(e) 00028 Designation of Subcontractors

LICENSED SUBCONTRACTOR’S NAME, BUSINESS ADDRESS, & EMAIL ADDRESS

LICENSE # SUBCONTRACT WORK

(Be Specific)

% OF TOTAL BID

Company Name:

License #:

-------------------------- DIR Registration #:

Address:

Email Address:

Company Name:

License #:

-------------------------- DIR Registration #:

Address:

Email Address:

Company Name:

License #:

-------------------------- DIR Registration #:

Address:

Email Address:

Company Name:

License #:

--------------------------- DIR Registration #:

Address:

Email Address:

Company Name:

License #:

--------------------------- DIR Registration #:

Address:

Email Address:

(Do not list alternative subcontractors for the same work) (Use additional pages if needed)

rricard
Typewritten Text
MC Painting
rricard
Typewritten Text
504 Jones Rd Oceanside, CA 92058
rricard
Typewritten Text
695478
rricard
Typewritten Text
1000026859
rricard
Typewritten Text
rricard
Typewritten Text
Painting
rricard
Typewritten Text
FenceCorp
rricard
Typewritten Text
18440 Van Buren Blvd. Riverside, CA 92508
rricard
Typewritten Text
886544
rricard
Typewritten Text
1000000850
rricard
Typewritten Text
Fencing
rricard
Typewritten Text
Rain for Rent
rricard
Typewritten Text
6400 Fischer Rd Riverside, CA 92508
rricard
Typewritten Text
rricard
Typewritten Text
904992
rricard
Typewritten Text
1000007030
rricard
Typewritten Text
Ground Dewatering
rricard
Typewritten Text
rricard
Typewritten Text
0.4%
rricard
Typewritten Text
2%
rricard
Typewritten Text
4%
Page 18: PROPOSAL PACKAGE INFORMATION SHEET

Rev: 6/3/19 C22-1 00057 Contractor Registration

PUBLIC WORKS CONTRACTOR REGISTRATION (Pursuant to SB 854)

This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Pursuant to Section 1771.1 of the Labor Code, no contractor or subcontractor shall be qualified to bid on, be listed in a bid proposal pursuant to Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work unless currently registered to perform public work pursuant to Section 1725.5 of the Labor Code. It shall not be a violation of this section for an unregistered contractor to submit a bid that is authorized by Section 7029.1 of the Business and Professions Code or by Sections 10164 or 20103.5 of the Public Contract Code, provided the contactor is registered to perform public work pursuant to Section 1725.5 at the time the contract is awarded.

BIDDERS AND THEIR SUBCONTRACTORS (listed on the Designation of Subcontractors List C-05) are to provide an extract (pdf or excel) at time of bid showing active registration from the Public Works Contractor Registration online registration at https://cadir.secure.force.com/ContractorSearch

******************************************************************************************************** SUBMIT BIDDER & SUBCONTRACTORS CONTRACTOR REGISTRATION

EXTRACTS WITH BID PROPOSAL (Either pdf or Excel Format) ********************************************************************************

Page 19: PROPOSAL PACKAGE INFORMATION SHEET
rricard
Typewritten Text
CALIAGUA INC.
Page 20: PROPOSAL PACKAGE INFORMATION SHEET
rricard
Typewritten Text
RAIN FOR RENT
Page 21: PROPOSAL PACKAGE INFORMATION SHEET
rricard
Typewritten Text
FENCECORP
rricard
Typewritten Text
Page 22: PROPOSAL PACKAGE INFORMATION SHEET
rricard
Typewritten Text
MC PAINTING
Page 23: PROPOSAL PACKAGE INFORMATION SHEET
rricard
Typewritten Text
HYDROTECH ELECTRIC
Page 24: PROPOSAL PACKAGE INFORMATION SHEET
rricard
Typewritten Text
AMBER STEEL CO.
Page 25: PROPOSAL PACKAGE INFORMATION SHEET
Page 26: PROPOSAL PACKAGE INFORMATION SHEET
Page 27: PROPOSAL PACKAGE INFORMATION SHEET
Page 28: PROPOSAL PACKAGE INFORMATION SHEET
Page 29: PROPOSAL PACKAGE INFORMATION SHEET

C23-1 Contractor’s Proof of Insurance Certificate

PROOF OF INSURANCE CERTIFICATE

The Contractor and his subcontractors shall take out and maintain insurance, with coverage acceptable to the District, at his sole cost and expense at all times during the life of the Contract, including the entire time of the Contractor's guarantee.

Note: An Aggregate limit (cap), Professional Employer Organization (PEO), or Self Insurance Plan is not acceptable.

Contractor to insert sample Insurance Certificate showing proof of acceptable Insurance

Page 30: PROPOSAL PACKAGE INFORMATION SHEET

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED INACCORDANCE WITH THE POLICY PROVISIONS.

INSURER(S) AFFORDING COVERAGE

INSURER F :

INSURER E :

INSURER D :

INSURER C :

INSURER B :

INSURER A :

NAIC #

NAME:CONTACT

(A/C, No):FAX

E-MAILADDRESS:

PRODUCER

(A/C, No, Ext):PHONE

INSURED

REVISION NUMBER:CERTIFICATE NUMBER:COVERAGES

IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed.If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement onthis certificate does not confer rights to the certificate holder in lieu of such endorsement(s).

THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THISCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIESBELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZEDREPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.

OTHER:

(Per accident)

(Ea accident)

$

$

N / A

SUBRWVD

ADDLINSD

THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIODINDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THISCERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.

$

$

$

$PROPERTY DAMAGE

BODILY INJURY (Per accident)

BODILY INJURY (Per person)

COMBINED SINGLE LIMIT

AUTOS ONLY

AUTOSAUTOS ONLYNON-OWNED

SCHEDULEDOWNED

ANY AUTO

AUTOMOBILE LIABILITY

Y / N

WORKERS COMPENSATIONAND EMPLOYERS' LIABILITY

OFFICER/MEMBER EXCLUDED?(Mandatory in NH)

DESCRIPTION OF OPERATIONS belowIf yes, describe under

ANY PROPRIETOR/PARTNER/EXECUTIVE

$

$

$

E.L. DISEASE - POLICY LIMIT

E.L. DISEASE - EA EMPLOYEE

E.L. EACH ACCIDENT

EROTH-

STATUTEPER

LIMITS(MM/DD/YYYY)POLICY EXP

(MM/DD/YYYY)POLICY EFF

POLICY NUMBERTYPE OF INSURANCELTRINSR

DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)

EXCESS LIAB

UMBRELLA LIAB $EACH OCCURRENCE

$AGGREGATE

$

OCCUR

CLAIMS-MADE

DED RETENTION $

$PRODUCTS - COMP/OP AGG

$GENERAL AGGREGATE

$PERSONAL & ADV INJURY

$MED EXP (Any one person)

$EACH OCCURRENCEDAMAGE TO RENTED

$PREMISES (Ea occurrence)

COMMERCIAL GENERAL LIABILITY

CLAIMS-MADE OCCUR

GEN'L AGGREGATE LIMIT APPLIES PER:

POLICYPRO-JECT LOC

CERTIFICATE OF LIABILITY INSURANCEDATE (MM/DD/YYYY)

CANCELLATION

AUTHORIZED REPRESENTATIVE

ACORD 25 (2016/03)

© 1988-2015 ACORD CORPORATION. All rights reserved.

CERTIFICATE HOLDER

The ACORD name and logo are registered marks of ACORD

HIREDAUTOS ONLY

10/23/2020

Bowermaster & Associates10805 Holder StSte 350Cypress CA 90630

Shea Henderson714-733-6200 714-252-8253

[email protected]

Admiral Insurance Company 24856CALIINC-01 Travelers Property & Casualty Co of Amer. 25674

Caliagua, Inc.4930 E La Palma AveAnaheim CA 92807

1770501677

A X 1,000,000X 50,000

5,000

1,000,000

2,000,000X

FEIECC2413903 10/1/2020 10/1/2021

2,000,000

B 1,000,000

XBA3R326152 10/1/2020 10/1/2021

A X X 5,000,000FEIEXS2414003 10/1/2020 10/1/2021

5,000,000

B XUB3R326674 10/1/2020 10/1/2021

1,000,000

1,000,000

1,000,000

Proof of Insurance

Page 31: PROPOSAL PACKAGE INFORMATION SHEET
Page 32: PROPOSAL PACKAGE INFORMATION SHEET
Page 33: PROPOSAL PACKAGE INFORMATION SHEET
Page 34: PROPOSAL PACKAGE INFORMATION SHEET