Loading...
E.C Constructiona .1 BIDDER: t-" G VA BID SCHEDULE SCHEDULE OF PRICES FOR WHITMORE AVENUE STREET RESURFACING PROJECT - PHASE I CDBG PROJECT No. P46029 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 1 Clearing & Grubbing per plans and specifications per Section 02230 and Section 2 of the technica l i i t LS l 1 prov ons comp s e e. U 2 Disposal of Waste Materials. LS 1 T-2- QL~ 3 Place Compacted Selected Fill. CY 100 7J' ~5 3,577 -aQ) 4 Earthwork, Roadway, Excavation and Fill. LS 1 t~ j~Q V. -O 5 Cold Mill existing AC pavement " " from 1 to 3 variable depth as t d th l i di SF 65 650 n ca e on e p ans. , V ) 6 Construct 2-Inch ARHM GG-C (PG 64 16 64 TONS TONS 850 850 - 7 Construct 1-Inch Asphaltic Leveling D1 PG 64 10 C TONS 425 ourse - . 8 Remove 8-inches of existing pavement and replace it with 6- inches of AC B-PG 64-10 Base C t d ti SF 250 ourse over compac na e ve. 9 Remove and Construct 4-Inch k PCC Sid Thi lk SF 3 250 t • ~y ~ 7r c ewa . , l[ 1 10 Remove and Construct PCC Curb and Gutter per APWA Std Plan - 120-1. LF 200 ~ D111) 11 Remove and Construct PCC Driveway approach per APWA Std Pl 110 1 SF 1 850 rC7 I i I ` T V an - . , 12 Adjust Sewer Manhole to Grade. EA 8 13 Adjust Water/Gas Valve to Grade EA 9 Q~~7 CBF-1 1 1 1 t 1 BIDDER: ~ L-' C 4-ru cjzV " 14 Install Survey Well Monument per City of Rosemead Std. Plan No. 308-001 see appendix "A" per detail. See Section 12 of the technical r isi d il t EA 2 l ' ~ p ov ons per e a s. I r t 1- 15 Install Traffic Striping and Pavement Markers. LS 1 '?so TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ Dollar amount in written form ALTERNATE BID ITEM 1 UNIT OF EST. UNIT ITEM NO. REM DESCRIPTION MEASURE QTY. PRICE COST 16 Install Irrigation System and Landscape per Plans 1-1.01, L2.01, L3.01, L4.01 and L4.02 and specifications complete. LS 1 TOTAL ALTERNATE BID # 1 PRICE (SCHEDULE BID PRICE): Dollar amount in written form ALTERNATE BID ITEM 2 7'S-r"VOcJ V d-o'tob -Dolta,a NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 17 Remove and dispose existing chain link fence and construct 8-feet high block wall per plans S1 and S2 complete including 12 feet wide and 8 feet high galvanize metal gate (paint black). See appendix " " GGOO-~I /u t 6 A per details. LF 125 TOTAL ALTERNATE BID # 2 PRICE (SCHEDULE BID PRICE): $ ~Ir~~~+~~t~sal~ VU2~CU~E%~ILC-0.~►`f~t ~"'lcu~ ~o~(~r5 Dollar unt in written form CBF-2 I 1 n 1 1 1 1 ALTERNATE BID ITEM 3 BIDDER: J G r UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 18 Install 24-Inch Box Parkway Tree Bradford Pear (Pyrus Calleryana) per APWA Std. Plan 520-3 including 90 days maintenance eriod EA 32 w'f I p . ALTERNATE BID # 3 amount in written form ALTERNATE BID ITEM 4 G 43, q UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 19 Paint Home Addresses (Curb N mberin ) EA 85 I7 • b), ~ 16 g u ' TOTAL ALTERNATE BID # 4 PRICE (SCHEDULE BID PRICE): $ 1 I 1 1 0 1 I Dollar amount in written form ~4 6 TOTA1L1 BASE BID PRICE INCLUDING ALTERNATES (SCHEDULE BID PRICE) Dollar amount in written form The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. CBF-3 LJ 1 L_'. 1 1 1 1 F 1 1 1 1 0 1 BIDDER: t5- 0, `A f VV Qtvo VI tach h eto is a certified check, a cashiers check or a id bond in the amount of ro Dollars ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by,the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactoryto the Owner of Bidder's California contractors license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF-4 I 1 1 [1 1 [1 1 1 1 I 1 /1 co BIDDER: C~ ( ~VIl 1 By: n ~ A. ~1°tit GL-, Signature tVIVI-E ,T)- W~'Vt eY5 Type or Print Name K-V Title 2Z1.--3 CkjCj) fl~e~ Business Street Address S, a YY Yo e,,C', q~ X 33 City, State and Zip Code r ,n Telephone Number Bidder's/Contractor's State of Incorporation: CAI l{ o - vu a-- Partners or Joint Venturers: Bidder's License Number(s): IW14 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF-5 ' BIDDER: 6,0 Co~► ! ' 2.6 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 of the Bidder's Total Bid Price or , , in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half (if 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for anyone portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow ' Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and ' location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and ' shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. ' Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. i I ' CBF-8 1 BIDDER: ' 2.8 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors.-] 1 Name and Location Description of Work of Subcontractor to be Subcontracte~~dd~ 1 Name: RAWM&-t Cr, rI /-q,i L Address: 0 ~f Name and Location Description of Work of Subcontractor to be Subcontracted r "JA IAd c~ Name: SuNj ~1(J,VjjLfr W GH/ 1 Address %I- Csr 1 Name and Location Description of Work of Subcontractor to be Subcontracted 1 Name: O eJ Address: M%J t / 1 _ _ _t 1 Name and Location Description of Work of Subcontractor to be Subcontracted 1 C Name: - Address: 1 1 Name and Location Description of Work of Subcontractor to be Subcontracted 1 ,!~7 La Kk ("%a, & - f rr ~ in lr~~ Name: i~k Address: ~c IA4- ze, 1 1 1 CBF-9 i 1 1 i 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 BIDDER: L~ A ' '&VA 2.C REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. CA( -aC Vwwy C~ Name and Address of Owner Name and lephone n mber of person familiar with project Contract amount Type of Work Date Complete II 2. 0tki-0 ( rQ IlQ-- N~am'e an Address of Owner / / l n^ ~Zyu&k- Name lephone number of pe k rson familiar with project r 2t k)(,w) + 4'rzp y Gll 0? 0 Contract amount Type of Work Date Compl ed 3. NKi 0-6 5-av- ry' url Name and Address of Owner Name and telephone number of person Contract amount Type of Work 4. Name and Address of Owner Name and telephone number of person familiar with project Date Com Contract amount 6 o~ 01o-~) project ~ee-V Type of Work CBF-10 Date Completed NOTICE OF SECTION 3 COMMITMENT TO.: of Labor Union, Workers Representative, 22.1 Name of Business (Contractor): Project Name: 0(tm e, AyaiuQ, Ptfroject(N~umbber. p" 07 The Undersigned currently holds a contract with V t~I SCI 1 ~b~ ' involving Block Grant (CDBG) funds from the U. S. Depart ent of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG-assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: Number Job Classification Regarding job referrals, request that consideration be given, to the greatest extent feasible, to assignment of persons residing in the service area or neighborhood in which the project is located. The antici ed date tw~orki will begir contact 0 N This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this notice will be posted by the undersigned in conspicuous places available to employees or applicants for employment. r -7t-)8-VS' wBy: w" nt (Signature) '5-? k (Dam) ~~bo (Title) I I H I BIDDER: E(2'- bn (r1A 41,0VI NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Subscribed and sworn before me ' This - day of I Notary Public in and for the State of California My Commission Expires Signature Typed or Printed Name Title Bidder 3/~/gyp 20 (Seal) 1 CBF-12 CALIFORNIA JURAT WITH AFFIANT STATEMENT ❑ See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-5 to be completed only by document signer[s], not Notary) 1---------------- 2------------ - 3 Signature of Document Signer No. 1 State of California County of 1,00? ele JOHN K WAl5k COMM.11820641 Notary PuWIC•Ci~lOMIN LOS Angeles CoirrNy Comm. Expires Oct 34 2012 V-Vi Place Notary Soal Above Signature of Document Signer No. 2 fit any) Subscribed and sworn to (or affirmed) before me on this 3 day of 11' CWC- 20 [O by Dale Month Year (1) keMNet~1 Wa ef5 Name of Sign., er proved to me on the basis of satisfactory evidence to be the person who appeared before me { (and Name of proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature Signature of Notary Public OPTIONAL Though the information 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. Further Description of Any Attached Document Title or Type of Document: mm GaIt1 5'1on ' c/1-0 R osem Document Date: /~/I t7 Number of Pages: Signer(s) Other Than Named Above: Top of thumb here Top of thumb here 02007 National Notary Associaeon • 93M De Sob Ave.. PO. Bon 2402 • Chatswvnb, CA 91 313-2402 • w NaliOnalNoary.org Item x5910 Reortlec Call Tal-Free 1-800-8)6062] 16vi 02/25/2010 23:16 6264443077 PAGE 06/07 BIDDER: 1I~ Ir Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms is properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT E. Principal, and as rica as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Amount being not less than ten -percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, finely by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Whitmore Avenue Street Resurfacing Project - Phase I as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated March 3, 2010 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, 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 judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attomeys' fees to be fixed by the court. SIGNED AND SEALED, this Ist dayof E. C. Construction Co. (SEAL) Principal By'ti~eA 7Tc~ By: ` y 5igriature C. Construction Co. March 2010 Travelers Casualty & Su Cary B.)rerrill Attorne In-Fact CBF-7 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On March 1, 2010 before me, Priya Neilly, Notary Public Date Here Insert Name and Title of the officer personally appeared Gary B. Merrill Name(s) of Signer(s) PR IYA NEILLY Commission # 1767484 a -p(-6MS`~ s Notary Public - California i i Los Angeles County M Comm. Expires Se 13, 2011 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 an c . WITNESS my harld and efficial seal. Place Notary Seal and/or Stamp Above Signature: Though the information below is not required bylaw, it may prove valuable to ersons relying on the document and could prevent fraudulent removal and reattachment of this for to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer - Title(s): ❑ Individual ❑ Partner -0 Limited ❑ General Top of thumb here ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Pages: Signer's Name: ❑ Corporate Officer - Title(s): ❑ Individual ❑ Partner - ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: I~ 02008 National Notary Association-9350 De SOtoAve., P.O. Box 2402•Chateworth, CA 91313-2402-w NatronallvNaryOrg 11em#bW( HacFaeCCall lOlbFrBe AtlUVtl/trtitlGu THE RED BORDER AW POWER OF ATTORNEY TRAVELERS J Farmington Casualty Company SL Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casualty and Surety Company Fidelity and Guaranty Insurance Underwriters, Inc. Travelers Casualty and Surety Company of America SL Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company Attorney-In Fact No. 217012 Certificate No. 003252255 KNOW ALLMEN BYTHESE PRESENTS: That St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St. Paul Mercury Insurance Company are corporations duly organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the Slate of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc., is a corporation duly organized under the laws of the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Gary B. Merrill, and James F. Huff of the City of Pasadena . State of C'alifOrnin , their true and lawful Attorney(s)-in-Fact. each in their separate capacity if more than one is named above, 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 ,guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings require~~p~~w~c~~ny,acn,~~s O~r.~ceedings allowed by law. IN WITNESS WHEREOF, the Companies have caused this instrum nt to be signeed'aandttheir orp.. a seals to be hereto affixed, this 24th day of September 2009 Farmington Casualty Comepany" ,,,~Nv 0-, Fidelity and Guaranty insurance Company, Fidelity and Guaranty Insur n e Underwriters, ers, Inc. St. Paul Fire and Marine Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company SL Paul Guardian Insurance Company +198 Z~0 771 4/1fD XPRrFOPD. MnRlfdD. y ' y ' 19$I _SE A L1lo! :SXJLLHRL.`i ,PCaax YA 9o" f896 b ` 06 ~fO rN `N~l a HN r C~ ~ s N ANN °tL a: ~6 a'F' ,ltd State of Connecticut City of Hartford ss. By . Georg6Thompson, nior ice Presidentnior ice President On this the 24th day of September . 2009 , before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., SL Paul Fire and Marine Insurance Company. St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company. and that he, as such, being authorized so to do, executed the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. p.TfTJ~ In Witness Whereof, I hereunto se[ my hand and official seal. ~ My Commission expires the 30th day of June. 2011. n Marie C. Tetreault, Notary Public 58440-4-09 Printed in U.S.A.