Loading...
California Professional Engineering, IncBIDDEF~.alifornia Professional Engineering, Inc. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ...................................................................................................1 SECTION 2 BID DATA FORMS .........................................................................:.....................5 2.A BID BOND ............................................................................................................6 2.13 LIST OF PROPOSED SUBCONTRACTORS ........................................................7 SECTION 3 NON-COLLUSION AFFIDAVIT ............................................................................10 CBF-12 California Professional Engineering, Inc. BIDDER: r' r. SECTION 1 - BID SCHEDULE CBF-0 BIDDEgalifornia Professional Engineering, Inc. BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROJECT SR2SL 5358 (011) BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. REM DESCRIPTION MEASURE CITY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 I O~, \ (J - specifications. Iv 2 Disposal of Waste Materials. LS 1 i l.W - Ica) - 3 Furnish and Install Solar In-Road P t Li hti S t EA 7 ~ avemen g ng ys em Complete per Plans and U Specifications. 7 Locations with a Total of 88 In-road Pavement Lights. 4 Furnish and Install Solar Speed Feedback Sign System Complete EA 10 1110-114- f 10-7100- per Plans and Specifications. 5 Furnish and Install Signing and LS 1 Striping per Plans and l~~~ 10 00L)- 6 6 Furnish and Install Pedestrian Count Down Heads Complete per EA 38 00- C62 Plans and Specifications. TOVT~AL BASE BIDtPRICE (SCHEDULE BID PRICE) YZwO Dollar amount-in written SIX (~,b%X'6✓ CBF-1 MAYOR: MAYOR PRO TEM: GARY TAYLOR COUNCIL MEMBERS: Q~ 8638 E. VALLEY BOULEVARD • P.O. BOX 399 SANDRA ARMENTA ROSEMEAD, CALIFORNIA 91770 POLLY LOW - TELEPHONE (626) 569-2100 STEVEN LY on>reo"s FAX (626) 307-9218 June 10, 2010 ADDENDUM No. 1 SAFE ROUTE TO SCHOOL PROJECT (Bid Opening Date: June 16, 2010) To All Prospective Bidders: Please note the following revisions on the plans and specifications for the above project: 1. Page CBF-1 : Add the following Alternate Item to the proposal: ALTERNATE BID ITEM #1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 7 Clearing and Grubbing (Including 000() VlJ 101 ax _ Disposal of Waste Materials) LS 1 8 Construct 4-Inch thick PCC 2 `T J &V Sidewalk SF 200 9 Construct PCC Curb Ramps per APWA Std. Plan 111-3 including truncated domes ARMORCAST c ' C S- 2-O G replaceable yellow cast in place or , approved equal. EA 4 10 Construct 8-inch PCC Curb and r yy~~ ' 24-inch PCC gutter pe APWA Std , /V Plan 121-2. LF 250 11 Construct cross and longitudinal -7 2 2- 7 gutter per APWA Std Plan 122-2. SF 300 Page 1 of 2 C` TOTAL ALTERNATE BID PRICE #1: Dollar amount in written form K&"hty st \A~ TOTAL BASE BID PRICE INCLUDING ALTERNATE BID ITEMS:$ Dollar amount in written form K~~~ 'n cat t / If the Bid Documents specify alternate bid items, the following Alternate Bid amounts sh be added to or l 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. The addendum No. 1 forms a part of the Contract Documents for the above described project and shall supplement or supersede referenced sections of original plans and specifications. This Addendum No. 1 must be signed by the Bidder and submitted along with the Bidder's Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. Very truly ours, afael Fajar o Associate Civil Engineer Acknowledgement: California Professional Engineering, Inc. Bidder: Date: Title: U( -W n cn0 yl DA71 0 vw $ GP/ pro/(0 ) Page 2 of 2 I C~i CONTRACTOR NOTES: nITY WII I PROVDF A PRFCI4F I AYf OF THE PROPOSED CHOKER AT THE PRE-CONSTRUCTION MEETING. CONSTRUCT CONSTRUCT 3-FEET AC 8-INCH PATCH CURB AND 24-INCH GUTTER CONSTRUCT CURB RAMP z_ U z w CONSTRUCT CURB RAMP i I: .Ta l SAFE ROUTE TO SCHOOL ADDENDUM 1 BIDDER- . Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. 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. 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. Atta ed hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars said amount being not less than ten percent (10%) of the Total id 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 Ownerwithin 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 satisfactory to the Owner of Bidder's California contractor's 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. CBF-2 BIDDER: California Professional ering, Inc The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. 4. 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-3 By: Signature to p Oj t AA / M Type or Print am BIDDER: C,,ujgrnla profpssional Engineering, Inc. 917 Otterbeln Ave. Unit: E Business Street A dress City, State and Zip Code o.Y1 OX?1 Q YY1Ll 1 ALX O~ (CoZ(~~ - Title Telephone Number Bidder's/Contractor's State of Incorporation: t LLY.I>l I~YYI (Ole Partners or Joint Venturers: Bidder's License Number(s): :7 q ?Dq c)-+ 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-4 BIDDER: California Professional Engineering, Inc. SECTION 2 BID DATA FORMS CBF-5 BIDDER: CALIFORNIA PROFESSIONAL ENGINEERING. INC. DBA NEERING 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 are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: CALIFORNIA PROFESSIONAL ENGINEERING, INC. DBA THAT CALIFORNIA PROFESSIONAL ELECTRICAL ENGINEERING , as Principal, and THE HANOVER INSURANCE COMPANY as Surety, are held firmly found unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF THE BID AMOUNT---- 10% OF THE BID AMOUNT being not less thanten 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, jointlyand severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the SAFE ROUTE TO SCHOOL PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated JUNE 16, 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 bythe 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 attorneys' fees to be fixed by the court. SIGNED AND SEALED, this CALIFORNIA PROFESSIONAL ENGIN CALIFORNIA PROFESSIONAL ELEC' By. ua~i CCOA day of JUNE 20 10 DBA By: ( 01-ov) CBF-6 ALL-PURPOSE.ACKNOWLEDGMENT State of California County of LDS AYtC4 Q SS. On Wyk_C 1~~2,010 before me, : SSM•t ~ , N ~ ~~s1o\i c. D 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 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. TRACY SOOC COMM.iM 1804894 N NOiARI PIAIIC-CMIF 1A N Los AMU COUIM TAY COYM. EEE. JUIIE !LW PLACE NOTARY SEAL IN ABOVE SPACE TITLE(S) OPTIONAL INFORMATION The information below is optional. However, it may prove valuable and could prevent fraudulent attachment of this form to an unauthorized document. CAPACITY CLAIMED BY SIGNER (PRINCIPAL) ❑ INDIVIDUAL ©~CORPORATE OFFICER ❑ PARTNER(S) ❑ ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER (PRINCIPAL) IS REPRESENTING: NAME OF PERSON(S) OR ENT] TY(IES) A Pn 0112008 6afARY'S SIGNATURE DESCRIPTION OFATTACHE.YD7 DOCUMENT' ~i goo TITLE OR TYPE OF DOCUMENT _ 3 NUMBER OF PAGES DATE OF DOCUMENT r a E z 0 a OTHER RIGHT THUMBPRINT OF SIGNER NOTARY BONDS, SUPPLIESAND FORMS AT HTTP://WWW.VALLEY-SIERRA.COM ®2005-2008VALLEY-SICItRAINSUR-\NC'E ACKNOWLEDGMENT State of California County of Orange ) On JUNE 15, 2010 before me, JENNIFER C. GIBONEY, Notary Public (insert name and title of the officer) personally appeared YUNG T. MULLICK who proved to me on the basis of satisfactory evidence to be the person(s) whose name(A) islwa subscribed to the within instrument and acknowledged to me that he/foke W executed the same in his&xad&vir authorized capacity(, and that by his1Jn%kbtaic 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 an ffici eal. JENNIFER C. OIBONEY N G COMM, # 1797064 o NOTARYPUBLIGCAUFORNIA 0:" $ ORANGE COUNTY N Signature i (Seal) MyCarm,EcpRCMAY22017 THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY CITIZENS INSURANCE COMPANY OF AMERICA POWERS OF ATTORNEY CERTIFIED COPY KNOW ALL MEN BY THESE PRESENTS: That THE HANOVER INSURANCE COMPANY and MASSACHUSETTS BAY INSURANCE COMPANY, both being corporations organized and existing under the laws of the State of New Hampshire, and CITIZENS INSURANCE COMPANY OF AMERICA, a corporation organized and existing under the laws of the State of Michigan, do hereby Constitute and appoint James W. Moilanen, Jennifer C. Giboney, Yung T. Mullick and/or P. Austin Neff of Mission Viejo, CA and each is a true and lawful Attorney(s)-In-tad to sign, execute, seal, acknowledge and deliver for, and on its behalf, and as Its act and deed any place within the United States, or, if the following line be filled in, only within the area therein designated any and all bonds, recogntzances, undertakings, Contracts of indemnity or other writings obligatory in the nature thereof, as follows: Any such obligations in the United States, not to exceed Ton Million and No/100 (§10,000,000) In any single instance and said Companies hereby ratify and Confirm all and whatsoever said Attorney(s)-in-fact may lawfully do in the premises by virtue of these presents. These appointments are made under and by authority of the following Resolution passed by the Board of Directors of said Companies which resolutions are still in effect: "RESOLVED, That the President or any Vice President, in conjunction with any Assistant Vico President, be and they are hereby authorized and empowered to appoint Attomeyo-ln-fact of the Company, In Its name and as Its acts, to execute and ackrowledge for and on its behalf as Surely any and all bonds, recognizanoes, contracts of indemnity, waivers or citation and all other writings obligatory In the nature thereof, with power to attach thereto the seal of the Company. Any such writings so executed by such Attorneys-in-fact shall be as binding upon the Company as if they had been duly executed and acknowledged by the regularly elected officers of the Company in their own proper persons." (Adopted October 7, 1901 - The Hanover Insurance Company: Adopted April 14, 1982 -Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) IN WITNESS WHEREOF, THE HANOVER.INSURANCE COMPANY, MASSACHUSETTS BAY INSURANCE COMPANY and CITIZENS INSURANCE COMPANY OF AMERICA have mused these presents to be seated with their respective Corporate seals, duly attested by a Vice President and an Assistant Vice President, this 2901 day of April, 2010. THE HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COM iiyyf CITIZEN SURANCE COMPANY OF AME 901;~l Mary jJea/nne [dy wrJ~xa Pre# It .ril - THE COMMONWEALTH OF MASSACHUSETTS ) COUNTY OF WORCESTER ) as. On this 2901 day of April 2010., before me came the above named Vice President and Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, to me personally known to be the individuals and officers described herein, and acknowledged that the seals affixed to the preceding instrument are the Corporate seals of The Hanover Insurance Company Massachusetts Bay Insurance Company and Citizens Insurance Company of America, respectively, and that the said corporate seals and their signatures as officers were duly affixed and subscribed to said instrument by the authority and direction of said Corporations. +nn r.r te•~+ Notary Public yc~r.,er.►w My commission expires on November 3, 2011 1, the undersigned Assistant Vice President of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America, hereby certify that the above and foregoing Is a full, true and correct copy of the Original Power of Attorney issued by said Companies, and do hereby further certify that the said Powers of Attorney are still in force and effect. This Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of The Hanover Insurance Company, Massachusetts Bay Insurance Company and Citizens Insurance Company of America. "RESOLVED, That any and all Powers of Attorney and Certified Copies of such Powers of Attorney and certification in respect thereto, granted and executed by the President or any Vice President In conjunction with any Assistant Vice President of the Company, shall be anding on the Company to the same extent as if ail signatures therein were manually affixed, even though one or more of any such signatures thereon may be facsimile" (Adopted Oaober 7, 1981 - The Hanover Insurance Company; Adopted April 14, 1982 Massachusetts Bay Insurance Company; Adopted September 7, 2001 - Citizens Insurance Company of America) GIVEN under my hand and the seals of said Companies, at Worcester, Massachusetts, this 15TH day of JUNE , 2010. THC HANOVER INSURANCE COMPANY MASSACHUSETTS BAY INSURANCE COMPANY ci c S INSU NCE C ANY OF ERICA / 9 { Smp (1rmJ, 'ssistan vita /dns. or BIDDER: Califnrnia Professional Engineering, Inc. 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 Bidders 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 Contractor's 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 Contractor's 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. CBF-7 BIDDER: Galifornia Professional Eli ineering, Inc. 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ("Duplicate Netd 2 Pages If needed for listing additional subcontractors.") Name and Location Description of Work of Subcontractor to be Subcontracted Gl ~L ~Q) i-1-~YYI S 1- I o? Name: St I~ _ , ~ Ems. f ~ Address: -n (•n 4-f-i ~ ~A 14-P. I Cif) C'WGL0 rvcjl LA I Z5, GIUYDY a I CA- c128-72 U Name and Location of Subcontractor Name: PC Address: 1105 -E~, f-h P•D, e?cyj )t0lig Description of Work to be Subcontracted ~u I~p~SYI Insmo sl?Sn1A-S- Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF-8 """b Bring, Inc. SECTION 3 NON-COLLUSION AFFIDAVIT CBF-10 BIDDER: California Noiessiowl ' Bering, Inc. 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 ag-eed 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 anymember or agent thereof to effectuate a collusive or sham bid. Signature 1Yj uA1.1MLL Typed or Printed Wamd-J Title California Professional Engineering, Inc. Bidder Subscribed and sworn before me This _L day of \ u AQ , 201D Notary Public in and for the State of California My Commission Expires: J Urt'L 2S, ZOI Z- (Seal) t TRACY SOOC n coMM.X 1804994 NOTARY PUBLIC-CAIJMNLA N LOS ANALH CDUM Mr CONN. EXP. JUNE 28, 2012 CBF - 11