Loading...
E.C ConstructionBIDDER: 1 1 BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROJECT SR2SL 5358 (011) 1 BASE BID SCHEDULE 1 1 1 1 1 1 1 UNIT OF EST. UNIT rrEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 1 Clearing & Grubbing per plans and specifications. LS 1 I1`"' W It5_00 -0t) 2 Disposal of Waste Materials. LS 1 II 500 'Ol0 3 Furnish and Install Solar In-Road EA 7 Pavement Lighting System l Pl d Comp ete per ans an Specifications. 7 Locations with a / 11-A "J ~ ` 7}V ZJ~ I 10 b ' 1/ Total of 88 In-road Pavement Lights. 4 Furnish and Install Solar Speed Feedback Sign System Complete EA 10 . f`6l ~iwp ti~ per Plans and Specifications. 5 Furnish and Install Signing and Striping per Plans and LS 1 ISi'l~i • `j dl~ I j ~ Specifications. l 6 Furnish and Install Pedestrian Count Down Heads Complete per EA 38 10 Plans and Specifications. TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ q6 5~~uv4cjE6 VR~MQ4 W-Iv4~4 Fl)e\4 ~jv,~ Dollar amount in written form (t 1 ~ N/~~-~ ~o(la~s 1 1 I1 CBF-1 Jun 10 10 02:53p MAYOR: MARGARET CLARK MAYOR PRO TEM: GARY TAYLOR COUNCIL MEMBERS: SANDRA ARMENTA POLLY LOW STEVEN LY June 10, 2010 To All Prospective Bidders: 6265692303 P. 1 i cy ` semead 8838 E. VALLEY BOULEVARD • P.O. BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569-2100 FAX(626)307-9218 ADDENDUM No. 1 SAFE ROUTE TO SCHOOL PROJECT (Bid Opening Date: June 16, 2010) 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 Dis osal of Waste Mat i l ) LS 1 ~q n l U `f ~ ~J p er a s l 8 Construct 4-Inch thick PCC Sidewalk SF 200 77~11~~ r\ I ~VV ' v t 9 Construct PCC Curb Ramps per APWA Sid. Plan 111-3 including truncated domes ARMORCAST replaceable yellow cast in place or a r v u l d EA 4 r- pp . o e eq a 10 Construct 8-inch PCC Curb and 24-inch PCC gutter per APWA Std Plan 121-2 LF 250 45 ~a ~I 2~ty'V~ . t 11 Construct cross and longitudinal gutter per APWA Std Plan 122-2 SF 300 • Q~ na Z . , Page 1 of 2 Jun 10 10 02:53p 6265692303 p.2 12 Construct 6-inch thick AC patch over 90% Compacted Native SF 1200 q . TOTAL ALTERNATE BID PRICE #1: tRQ.-, i ko-k5 Dollar amount in written form TOTAL' (BASE BID ALTERNATE BID ITEMS ,0-() ~aS 91lip. q.0 N l K2 Lk - -mod 44-5 Dollar amount in written form I "I to'bbl I" 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 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 Fajardo Associate Civil Engineer Acknowledgement: Bidder: - dy Date: Title: {r P 1 6- ue -Lo Page 2 of 2 I 1. ' BIDDER: E 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 o: 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.. - Attached hereto is a cert'fied check, a cashier's check or a bid bond in the amount of Dollars{) said amount being not less thane cent (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 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. 1 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. I CBF-2 ' BIDDER: E' C • C:;yti5 ~>Tvlz; t ~ VA The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. I ' 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. 1 1 CBF-3 By: A •R C~ Signature V-ZK~ Type or PriintpNa e r,e51~ Tt Title BIDDER: E - (xvl 5vr hlN 1 &tn Av-evt~ Business Street Address c5, FL, w1 opt ~a q City, State and Zip Code L-LI Ll- qsqjo Telephone Number Bidder's/Contractors State of Incorporation: I ' Bidders License Number(s): I NOTES: I I Partners or Joint Venturers: 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 I W~~JLrl~.l~l'~'~ BIDDER: CC, 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 1 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 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 forthe 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. 1 I 1 1 L i 1 CBF-7 I ` BIDDER: 2.121 LIST OF PROPOSED SUBCONTRACTORS (continued) I"Duplicate Ne)d 2 Pages if needed for listing additional subcontractors."J Name and Location Description of Work of Subcontractor to be Subcontracted Name: ' AddressVlft IrIM r Name and Location Description of Work of Subcontractor to be Subcontracted Name: SU~vc Address: W l V-X -k 1 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work ' of Subcontractor to be Subcontracted I 1 1 1 Name: Address: CBF-8 I I 11 I 1 1 I I I BIDDER: ' 00!L6 r l" O~ NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly swom, 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 Notary Public in and for the State of California My Commission Expires: T~G%.s~zcZ~.O • ~l~~ Signatu e lAk Kdk-D- Wog ~-5 Typed or Printed Name Title E.(?' &116110 Bidder 20 (Seal) CBF-11 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) - - 2------------- - q - Signature of Document Signer No. 1 Signature of Document Signer No, 2 (it any) State of California County of Los Aholpde5 Subscribed and sworn to (or affirmed) before me on this _1 G--day of -Yuh2 -20-IL - by Date Month Year (1) kehne4h lJ. i ,J{-ers Name Ot Signer JOHN K WALTERS proved to me on the basis of satisfactory evidence comm.1118206N to be the person who appeared before me Notary Public- Caufaffft (and Los Anget COW" Comm. E■pro 0ct A 63 (2) Name of Signer V V% proved to me on the basis of satisfactory evidence to be the person who apnppeared before m Signature 'signal.,. of Notary Public Place Notary Seal Above 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 Top of thumb here Top of thumb here Further Description of Any Attached Document A_~1r Title or Type of Document: I IOYI C~'~u si o n - G/o Rose mC(~ Document-Dale: Number of Pages: Signer(s) Other Than Named Above: 02007 National Notary ASsocialion•93se D. Sato Avo.P.D.eoa24W-Cha6wonh. CA 9131324W- vnvw.NatlonalNotary.org Item x5910 Reorder Call Toll Free 1 800.676{27 • 06/09/2010 10:37 6264443077 PAGE ~0j4/04 BIDDER: Bidder shall submit its Bid data in accordanoe 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: THAT E. C. Construction Co. Principal, and Travelers Casualt as ,as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Bid Amount 10% being not less than ten percent (101/6) 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, 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 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 attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 14th day of June 2010 Travel r asualty & Suret E. C. Construction Co. (SEAL) Com a Ameri (SEAL) Principal Sure 14 By: o By: Signature ignatu Gary Merrill Attorney-In-Fact CBF-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Los Angeles Ji On June 14, 2010 before me, Priya Neilly, Notary Public Dale Here Insert Name and Title of the Officer personally appeared Gary B. Merrill Name(s) of Signer(s) - - - - - - - - - - - - - - - - - - - Pss IYA NEILLY Commission # 1767484 a -w = Notary Public - California z z Los Angeles County m Comm. Ex ires Sep 13, 2011 Place Notary Seal and/or Stamp Above seal. 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 truejaocLCorrect. Signature: Though the information below is not rewired by law, it may prove valuable to and could prevent fraudulent removal and reattachment of this forn Description of Attached Document Title or Type of Document: Document Date: sons relying on the document another document. Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Corporate Officer-Title(s): ❑ Individual G Partner - ❑ Limited ❑ General Top of thumb here LX Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ❑ Corporate Officer - Title(s): ❑ Individual ❑ Partner - ❑ Limited ❑ General Top of thumb here ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02008 National Notary Assodalian•9350 be Soto Ave., PO. Box 24M•ChaorxoM,CA 9131&2402•ww.v.NatimelNotary.orq Item4S907 Reorder: Call Toll-Free 1-800-876-6827 F WARNING: THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Adak POWER OF ATTORNEY AVELERS J Farmington Casualty Company St. 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 St. Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St. Paul Guardian Insurance Company I Attorney-In Fact No. 217012 Certificate No. 0 0 3 2 5 2 3 5 6 KNOW ALL MEN BY THESE 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 California , their true and lawful Attomey(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 of,guaranteeing the fidelity of persons. guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or pe~ lied in anclions O1p eedings allowed by law. ~ Q ~~1 ~l IN WITNESS WHEREOF, the Companies have caused this inst u e'nt tdbigned 'aandthei corporate seals to be hereto affixed, this 24th day of September 2009 ac4 Farmington Casualty Compariy''Am * Fidelity and GuaranlyTlnsurance Company, Fidelity and Guaranty Insurance Underwriters, Inc. St. 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 United Slates Fidelity and Guaranty Company ~h6Vhr` Ih i QOO11Pa MSG Jpx.,x549o Y ~esi ha S1YY We1y .AVtr.Y'Vb 'IF 0 6 E armVRO® ' alt h.rrFY:\\14 m; W"eoa9,t:~,t °/``~t~ 1982 0 ` 1977 ~z e' r: - -n IamiORO, atmww. 7s 1951 ; ` S6 atro^ ~'s_SSdL;'z LeN" g 8a~f te55.{~~ a> 11n ra„xca rF' ~w1l ANI9' State of Connecticut City of Hartford ss. By: Av-4)~-. Georg Thompson, tor lice President On this the 24th day of September 2009 , before me personally appeared George W. Thompson, who acknowledged himself to he the Senior Vice President of Farmington Casualty Company. Fidelity and Guaranty Insurance Company. Fidelity and Guaranty Insurance Underwriters, Inc.. St. 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,T[T In Witness Whereof, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2011. ~ ~"GS Marie C. Tetreaulr, Notary Public 58440-4-09 Printed in U.S.A.