Loading...
CDC - Item 2 - Appproval Of Specifications And Authorization To Seek For The Re-tiling Of Shower And Back Splask At Garvey Pooli i, ORS. Rosemead Community Development Commission RCDC8838 East Valley Boulevard, CA 91770 Tel 626.569.2100 Fax 626.307.9218 TO: BILL CROWE, EXECUTIVE DIRECTOR ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION FROM: MICHAEL D. BURBANK, DIRECTOR OF PARKS AND RECREATION DATE: APRIL 6, 2004 RE: APPROVAL OF SPECIFICATIONS AND AUTHORIZATION TO SEEK BIDS FOR THE RE- TILING OF SHOWERS AND BACK SPLASH AT GARVEY POOL As part of this year's budget, thirty -three thousand dollars ($ 33,000.00) was budgeted to re -tile the showers and back splash at Garvey Pool. Attached are the Specifications to perform the work. RECOMMENDATION: It is recommended that the Commission approve the specifications and authorize staff to solicit bids. A"R 13 2004 ITEM No. 0Z- 07- n -b9s/ sb Rosemead Community Development Commission Specifications RE- TILING OF GARVEY POOL (SHOWER AND RESTROOMS) April, 2004 Bid documents- 2003 /sb lili 97 WN I. NOTICE TO CONTRACTOR INVITING BIDS II. INSTRUCTION TO BIDDERS 1. Proposals 2. Opening of Bids 3. Award and Rejection of Bids 4. Withdrawl of Bids 5. Assignment of Contract 6. Interpretation of Document 7. Addendums or Bulletins 8. Bond and Liability Insurance 9. Liquidated Damages 10. Guarantee 11. Permits 12. Hold Harmless 13. Prevailing Wages 14. Trash Bins 1.5. Worker's Compensation 16. Unanticipated Sub - Surface Condition 17. Resolution of Construction Claims 18. Payroll Record Certification 19. Commencement and Completion of Work III. CONTRACT AGREEMENT IV. CONTRACTOR'S INSURANCE REQUIREMENTS V. CONTRACTOR'S QUALIFICATION STATEMENT VI. BID PROPOSAL FORM VII. LIST OF SUB - CONTRACTORS VIII. SPECIFICATIONS Tiling specs /sb NOTICE TO CONTRACTORS INVITING BIDS NOTICE IS HEREBY GIVEN that the ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION, Los Angeles County, California, will receive up to but not later than 2:00 p.m., on the May 5, 2004, sealed bids for the RE- TILING OF GARVEY POOL (BACK SPLASH & SHOWERS), located at: Garvey Pool 3233 Kelburn Avenue Rosemead, California 91770 All bids shall be made on a form furnished by the Owner. Bids shall be received in the office of the City Clerk (along Secretary, Rosemead Commission Development Commission), 8838 East Valley Boulevard, Rosemead and shall be opened and publicly read aloud in the Council Chambers, above address, shortly thereafter. Each bid must conform and be responsive to all the pertinent Contract Documents, copies of which are now on file and open for public inspection in the office of the City Clerk at above address. Specifications may be obtained for bidding at the office of the City Clerk. A Ten Percent (10 %) Bid Bond, Cashier's Check, or Certified Check shall accompany each bid. Pursuant to the California Labor Code, Part 7, Chapter 1, Article 2, Section 1770, 1773 and 1773.1, the Director of Industrial Relations has ascertained the general prevailing rate of wages and employer payments for health and welfare, vacation, pension and similar purposes applicable to the work to be done. Said rate and scale are on file with the Commission Secretary, Rosemead Community Development Commission, and copies will be made available to any interested party on request. The Contractor is hereby required to post a copy of the above mentioned prevailing wage rates at job site. Any classification shall comply with the prevailing wage rate in effect at the time of this Notice to Contractors Inviting Bids. All Contractors and Subcontractors shall comply with the provisions in Section 1777.5, 1777.6 and 1.777.7 of the California Labor Code concerning the employment of apprentices. The Contractor and any Subcontractors under him shall comply with the requirements of said sections including applicable portions of all subsequent amendments in the employment of apprentices, however, the Contractor shall have full responsibility for compliance with said Labor Code sections, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. Did documents - 2003 /sb It shall be mandatory upon the Contractor to whom the Contract is awarded, and upon the Subcontractors under him, to pay not less than the said specified rates of the current minimum prevailing rate in the area where the work is performed, to all workers employed by them in the execution of the Contract. In accordance with provisions of Public Contracts Code Section 22300, substitution of eligible and equivalent securities for any monies withheld to ensure performance under this Contract will be permitted at the request of the Contractor and upon the approval of the Commission. The Commission reserves the right to reject any or all bids and waive any irregularities to informalities in any bid. Bid documents - 2003 /sb INSTRUCTIONS TO BIDDERS 1.0 PROPOSALS 1.1 Bids shall be made upon the form provided and with all items filled out; numbers shall be stated both in writing and in figures, the signature of all persons signing shall be in longhand. The completed form shall be without interlineations, alterations or erasures. Any irregularity may be cause for rejection of the bid. 1.2 Alternative proposals will not be considered unless called for. No oral, telegraphic, telephonic or facsimile proposals or modifications shall be considered. 1.3 Bids shall be accompanied with a certified or cashier's check, or a bidder's bond for an amount not less than ten percent (10 %) of the bid, made payable to the order of the Owner. If a bidder's bond accompanies the proposal, said bond shall be secured with a surety company satisfactory to the Agency, guaranteeing that the Bidder will enter into a contract if awarded the work, and in the case of refusal or failure to enter into said contract, the check or bond, as the case may be, shall be forfeited to the Owner. 1.4 Before submitting a bid, bidders shall carefully read the specifications and shall fully inform themselves as to all existing conditions and limitations and shall include in the bid a sum to cover the total cost of the work included in the drawings & contract. 2.0 OPENING OF BIDS 2.1 Bids will be opened as indicated in the invitation for Bids. 3.0 AWARD AND REJECTION OF BIDS 3.1 The bid will be awarded to the lowest responsible Bidder complying with these instructions, provided his bid is reasonable in judgment of the Commission and it is to the interest of the Commission to accept it. The Commission however, reserves the right to reject any or all bids, and to waive any informality to bids received. The competency and responsibility of Bidders and of their proposed subcontractors will be considered in making the awards. Bid documents- 2003/sb 0 4.0 WITHDRAWAL OF BIDS 4.1 Bids may be withdrawn by the Bidder prior to, but not after the time fixed for opening of bids. 5.0 ASSIGNMENT OF CONTRACT 5.1 No assignment by the Contractor of any contract to be entered into hereunder or any part thereof, or if funds to be received thereunder by the Contractor, will be recognized by the Commission, unless such assignment has had the approval in writing of the awarding authority. No assignment will receive the approval of the Commission unless the instrument of assignment contains a clause to the effect that it is agreed that the funds.to be paid the assignee under the assignment are subject to a prior lien for services rendered or materials supplied for the performance of the work called for in said contract in favor of all persons, firms, or corporations rendering such services or supplying such material. A merger, consolidation, bankruptcy either voluntary or involuntary, or a sale of a controlling interest of the Contractor's business, shall be considered an assignment as that term is, used herein. 6.0 INTERPRETATION OF DOCUMENTS 6.1 If any person contemplating submitting a bid for the proposed contract is in doubt as to the true meaning of any part of the specifications, or other proposed contract documents, he may submit to the Commission a written request for an interpretation thereof. The person submitting the request will be responsible for its prompt delivery. Any interpretation of the proposed documents, which in the Commission's judgment is necessary, will be made only by Addendum duly issued, and a copy of such documents. The Commission will not be responsible for any other explanations or interpretations of the proposed documents. . 7.0 ADDENDUM OR BULLETINS 7.1 Any addendum or bulletins issued during the time of bidding or forming a part of the documents furnished to the Bidder, for the preparation of this bid, shall be covered in the bid, and shall be made a part of the Contract. The receipt of each Addendum shall be acknowledged on the Bid Proposal Form as submitted by the Bidder. Bid documents- 2003/sb 8.0 BOND AND LIABILITY INSURANCE 8.1 The successful Bidder, simultaneously with the execution of the Agreement shall be required to furnish labor and material bond and Faithful Performance Bonds in an amount equal to one hundred percent (100 %) of the Contract Price, said bonds shall be secured from a surety company satisfactory to the Owner, and shall be subject to the approval of the City Council. 8.2 The signatory agrees to provide the City with proof of coverage of the types and in the amounts specified in Exhibit "I" attached hereto and incorporated herein by this reference and to name the City, the Rosemead Community Development Commision, its officers, employees and agents as additional insureds. 9.0 LIQUIDATED DAMAGES 9.1 Work shall commence on or before the date stated in the Commission's notice to the Contractor to proceed and shall be completed by the Contractor in the time specified in Bid Proposal. If the work is not completed in accordance with the foregoing, it is understood that the Commission will suffer damage, it is agreed that the Contractor shall pay to the Commission as a fixed and liquidated damage, and not as a penalty, the sum of six hundred ($600.00) dollars for each calendar day of delay until work is completed and accepted. The Contractor and his surety shall be liable for the amount thereof. 10.0 GUARANTEE 10.1 The Contractor must guarantee that the entire work constructed by him under this Agreement will meet fully all requirements thereof as to quality of workmanship,- and of materials furnished by him. The Contractor hereby agrees to make, at his own expense, any repairs or replacements made necessary by defects in materials or workmanship supplied by him that become evident within the period of one (1) year after filing of the Notice of Completion or City Council acceptance of the work, and agrees to restore to MI compliance with the requirements any item which during said period is found to be deficient with respect to any provision of the specifications. The Contractor also agrees to hold the Commission and City harmless from claims of any kind arising from damage due to said defects. The Contractor shall make all repairs and replacements promptly upon receipt of written orders from the Commission. Bid documents- 2003 /sb If the Contractor fails to make the repairs and replacements promptly, the Contractor will be liable to the City for the cost thereof. 11.0 PERMITS 11.1 All permits must be obtained by the Contractor from the City's Building Department, at no expense to the Contractor. 12.0 HOLD HARMLESS The Contractor agrees to indemnify and hold harmless Community Development Commission, City, its officers, employees and agents from and against any and all liability or expense, including, but not limited to, bodily injury, death, personal injury or property damage resulting from Contractor negligence or willful misconduct in its performance or services hereunder, also including any worker's compensation suits, liability or expense resulting from the negligence or willful misconduct or anyone performing services as an officer, agent, employee or subcontractor of Contractor. 13.0 PREVAILING WAGES 13.1 Pursuant to the California Labor Code, Part 7, Chapter 1, Article 2, Sections 1770, 1773, and 1773.1, the Director of Industrial Relations has ascertained the general prevailing rate of wages and employer payments for health and welfare, vacation, pension and similar purposes applicable to the work to be done. Said rate and scale are on file with the City Clerk, City of Rosemead, (Agency Secretary, Rosemead Community Development Commission); and copies will be made available to any interested party on request The Contractor is hereby required to post a copy of the above mentioned prevailing wage rates at job site. Any classification shall comply with the prevailing wage rate in effect at the time of this Notice to Contractors Inviting Bids. 13.2 All Contractors and Subcontractors shall comply with the provisions in Sections 1777.5, 1777.6 and 1777.7 of the California Labor Code concerning the employment of apprentices. The Contractor and any Subcontractors under him shall comply with the requirements of said sections including applicable portions of all subsequent amendments in the employment of apprentices; however, the Contractor shall have full responsibility for compliance with said Labor Code sections, for all apprenticeable occupations, regardless of any other contractual or employment relationships alleged to exist. Bid documents- 2003 /sb 13.3 It shall be mandatory upon the Contractor to whom the Contract is awarded, and upon the Subcontractors under him, to pay not less than the said specified rates of the current minimum prevailing rate in the area where the work is preformed, to all workers employed by them in the execution of the Contract. 14.0 TRASH BINS Contractors that need trash bins for projects in the City of Rosemead must use bins from Consolidated Disposal. The cost of the bins will be at the Contractor's expense. The City's project manager will provide the Contractor with the phone number of Consolidated Disposal. 15.0 WORKER'S COMPENSATION In accordance with the provisions of Section 3700 of the California Labor Code, Contractor shall secure the payment of compensation to his employees. Contractor shall sign and file with the Commission the following certificate prior to performing the work under this Contract: "I am aware of the provisions of Section 3700 of the Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self- insurance in accordance with the provisions of the code, and I will comply with such provisions before commencing the performance of the work of this Contract ". The form of such certificate is included as ,a part of the Contract Documents. 16.0 UNANTICIPATED SUBSURFACE CONDITIONS. Per Public Contracts Code 7104, trenching or excavations of 4 feet or more require notification of the Agency as to investigations by the Contractor and engineer if any of the following conditions are revealed: a. Hazardous Materials b. Unusual Site conditions C. Subsurface or latent site conditions different from those indicated on the plans. The contractor is required to specify how these conditions and /or disputes must be addressed. In contracts exceeding $ 25,000, detailed plans are also required for trenches or excavations of five feet or more in depth. California Labor Code 1776. Bid documents- 2003 /sb 17.0 RESOLUTION OF CONSTRUCTION CLAIMS. All claims of $ 373,000 or less, arising out of the construction contract between Contractor and Owner shall be resolved per the procedures set forth in sections 20104 - 20104.7 of the Public Contracts Code. 18.0 PAYROLL RECORD CERTIFICATION. Payroll records must be certified and maintained per California Labor Code 1776. 19.0 COMMENCEMENT AND COMPLETION OF WORK. The work shall be commenced within ten (1.0) working days after execution of the Contract Agreement, receipt of required bonds.and shall be completed within thirty (30) consecutive calendar days from and after the date stated in the notice Jo proceed. Bid docmnents- 2003 /sb Rosemead Community Development Commission Contract Agreement For Retiling of Garvey Pool Showers & Dressing Room Back Splash 3233 Kelburn Rosemead, California 91770 This Contract Agreement is made and entered into for the above - stated project this day of , BY AND BETWEEN the Rosemead Community Development Commission, and as CONTRACTOR. WITNESSETH that COMMISSION and CONTRACTOR have mutually agreed as follows: ARTICLE I The contract documents for the aforesaid project shall consist of the Notice Inviting Bids, Instructions to Bidders, Proposal, Specifications, Project Manual, Standard Specifications for Public Works Construction - 2003 Edition, and all referenced specifications, details, standard drawings, and appendices; together with this Contract Agreement and all required bonds, insurance certificates, permits, notices, and affidavits; and also including any and all addenda and supplemental agreements clarifying or extending the work contemplated as may be required to insure its completion in an acceptable manner. All of the provisions of said contract documents are made as part hereof as through fully set forth herein. ARTICLE II For and in consideration of the payments and agreements to be made and performed by COMMISSION, CONTRACTOR agrees to furnish all materials and perform all work . required for the above - stated project, and to fulfill all other obligations as set forth in the aforesaid contract documents. Tiling specs /sb ARTICLE III CONTRACTOR agrees to receive and accept the prices set forth in the Proposal,as full compensation for furnishing all materials, performing all work, and fulfilling all obligations hereunder. Said compensation shall cover all expenses, losses, damages and consequences arising out of the nature of the work and the whole thereof in the manner and time specified in the aforesaid contract documents; and also including those arising from actions of the elements, unforeseen difficulties or obstructions encountered in the prosecution of the work, suspension or discontinuance of the work, and all other unknowns or risks of any description connected with the work. ARTICLE IV COMMISSION hereby promises and agrees to employ, and does hereby employ, CONTRACTOR to provide the materials, do the work and fulfill the obligations according to the terms and conditions herein contained and referred to for the prices 'aforesaid, and hereby contracts to pay the same at the time, the manner, and upon the conditions set forth in the contract documents. ARTICLE V CONTRACTOR acknowledges the provisions of the State Labor Code requiring every employer to be insured against liability for worker's compensation, or to undertake self insurance in accordance with the provisions of that code, and'certifies compliance with such provisions. ARTICLE CONTRACTOR agrees to indemnify, defend and hold harmless COMMISSION and THE CITY OF ROSEMEAD and all of its officers and agents, from any claims, demand, or cause of action, including related expenses attorney's fees and costs based on arising out of, or in any way related to the work undertaken by CONTRACTOR hereunder. In the event the insurance coverage is on a claims made basis, the Contractor shall indemnify and hold harmless the Commission, City of Rosemead, and all of its officers and agents, from any and all claims, demands, or causes of action that arise after the expiration of the Contractor's current policy or after the service contract has ended, for any occurrences arising out of, or in any way related to the work undertaken by the Contractor. The liability insurance coverage requirements shall be as set forth in Exhibit "I ", California Joint Powers Insurance Authority. Bid documents- 2003 /sb Insurance shall name the City of Rosemead, Rosemead Community Development _ Commission, its officers, agents and employees as additional insured. by endorsement of the Contractor's policy. A copy of the endorsement, showing policy limits, shall be provided to the Commission and City on or before signing this contract. ARTICLE VII CONTRACTOR affirms that the signatures, titles, and seals set for the hereinafter in execution of this Contract Agreement represents all individuals, firm members, partners, joint ventures, and /or corporate officers having principal interest herein. ARTICLE VIII Records and Audits. The Contractor shall maintain accounts and records, including personnel, property, and financial records, adequate to identify and account for all costs pertaining to the contract and such other records as may be deemed necessary by the' Agency to assure proper accounting for all project funds. These records will be made available for audit purposes to the Commission of any authorized representative and will be retained for 5 years after the expiration of this contract unless permission to destroy them is granted by'the Commission. Bid documents- 2003 1sb IN" WITNESS WHEREOF, the parties hereto for themselves, their heirs, executors, administrators, successors, and assigned do hereby agree to the full performance of the covenants herein contained and have caused this Contract Agreement to be executed in triplicate by setting hereunto their names, titles, hands, and seals this day Of CONTRACTOR: Contractor's License N City Business License Federal Tax Identification N Subscribed and sworn to this day of NOTARY COMMISSION: A Class: 2003 Chairman of the Rosemead Community Development Commission Commission Secretary Date: Approved as to Form: Commission Counsel Bid documents- 2003 /sb _. EXHIBIT "1 " CONTRACTOR INSURANCE REQUIREMENTS Contractor agrees to provide insurance in accordance with the requirements set forth here. If Contractor uses existing coverage to comply with these requirements and that coverage does not meet the requirements set forth herein, Contractor agrees to amend, supplement or endorse the existing coverage to do so. The following coverages will be provided by Contractor and maintained on behalf of the City and in accordance with the requirements set forth herein. Commercial General Liability/Umbrella Insurance. Primary insurance shall be provided on ISO -CGL form No. CG 00 01 11 85 or 88. Total limits shall be no less than 2 million dollars per occurrence for all coverages and 2 million dollars general aggregate. City and its employees and agents shall be added as additional insured using ISO additional insured endorsement form CG 20 10 11 85 (in no event will City accept an endorsement form with an edition date later than 1990). Coverage shall apply on a primary non- contributing basis in relation to any other insurance or self - insurance, primary or excess, available to City or any employee or agent of City. Coverage shall not be limited to the vicarious liability or supervisory role of any additional insured. Umbrella Liability Insurance (over primary) shall apply to bodily injury/property damage, personal injury/advertising injury, at a minimum, and shall include a "drop down" provision providing primary coverage above a maximum S 25,000.00 self - insured retention for . liability not covered by primary policies but covered by the umbrella policy. Coverage shall be following form to any underlying coverage. Coverage shall be provided on a "pay on behalf' basis, with defense costs payable in addition to policy limits. There shall be no cross liability exclusion. Policies shall have concurrent starting and ending dates. Business Auto/Umbrella Liability Insurance. Primary coverage shall be written on ISO Business Auto Coverage form CA 00 0106 92 including symbol 1 (Any Auto). Limits shall be no less than 1 million dollars per accident. Starting and ending dates shall be concurrent. If Contractor owns no autos, a non -owned auto endorsement to the General Liability policy described above is acceptable. Worker's Compensation/Employer's Liability shall be written on a policy form providing workers compensation statutory benefits as required by law. Employer's liability limits shall be no less than one million dollars per accident or disease. Employer's liability coverage shall be scheduled under any umbrella policy described above. Unless otherwise agreed, this policy shall be endorsed to waive any right of subrogation as respects the City, its employees or agents. Contractor and City further agree as follows: 1. This Section supersedes all other sections and provisions of this Agreement to the extent that any other section or provision conflicts with or impairs the provisions of this Section. Nothing contained in this Section is to be construed as affecting or altering the legal status of the parries to this Agreement. The insurance requirements set forth "s Section are intended to be separate and distinct from any other provision in this Agreement and shall be interpreted as such. All insurance coverage and1mits provided pursuant to this agreement shall apply to the full extent of the policies involved, available or applicable. Nothing contained in this Agreement or any other agreement relating to the City or its operations limits the application of such insurance coverage. Requirements of specific coverage features or limits contained in this Section are not intended as a limitation on coverage, limits or other requirements, or a waiver of any coverage normally provided by any insurance. Specific reference to a given coverage feature is for purposes of clarification only and is not intended by any party to be all inclusive, or to the exclusion of other coverage, or a waiver of any type. For purposes of insurance coverage only, this Agreement will be deemed to have been executed immediately upon any party hereto taking any steps that can be deemed to be in furtherance of or towards, performance of this Agreement. 6. All general or auto liability insurance coverage provided pursuant to this Agreement, or any other agreements pertaining to the performance of this Agreement, shall not prohibit Contractor, and Contractor's employees, or agents from waiving the right of subrogation prior to a loss. Contractor hereby waives all rights of subrogation against City. 7. Unless otherwise approved by City, Contractor's Insurance shall be written by insurers authorized to do business in the State of California and with a minimum "Best's" Insurance Guide rating of "A: VII." Self- insurance will not be considered to comply with these insurance specifications. 8. In the event any policy of insurance required under this Agreement does not comply with these requirements or is canceled and not replaced, City has the right but not the duty to obtain the insurance it deems necessary and any premium paid by City will be promptly reimbursed by Contractor. 9. Contractor agrees to provide evidence of the insurance required herein, satisfactory to City, consisting of certificate(s) of insurance evidencing all of the coverages required and an additional insured endorsement to Contractor's general liability and umbrella liability policies (if any) using ISO form CG 20 10 11 85. Certificate(s) are to reflect that the insurer will provide 30 days notice of any cancellation of coverage. Contractor agrees to require its insurer to modify such certificates to delete any exculpatory wording stating that failure of the insurer to mail written notice of cancellation imposes no obligation; and to delete the word "endeavor" with regard to any notice provisions. Contractor agrees to provide complete copies of policies to City upon request. 10. Contractor shall provide proof that policies of insurance required herein expiring during the term of this Agreement have been renewed or replaced with other policies providing at least the same coverage. _Such proof will be furnished within 72 hours of the expiration of the coverages. 11. Any actual or alleged failure on the part of City or any other additional insured under these requirements to obtain proof of insurance required under this Agreement in no way waives any right or remedy of City of any additional insured, in this or any other regard. 12. Contractor agrees to require all subcontractors or other parties hired for this project to provide general liability insurance naming as additional insureds all parties to this Agreement. Contractor agrees to obtain certificates evidencing such coverage and make reasonable efforts to ensure that such coverage is provided as required here. Contractor agrees to require that no contract used by any subcontractor, or contracts Contractor enters into on behalf of City, will reserve the right to charge back to City the cost of insurance required by this agreement., Contractor agrees that upon request, all agreements with subcontractors-or others with whom Contractor contracts with on behalf of City will be submitted to City for review. Failure of City to request copies of such agreement will not impose any liability on City, or its employees. 13. If Contractor is a Limited Liability Company; general liability coverage must be amended so that the Limited Liability Company and its Managers, Affiliates, employees, agents and other persons necessary or incidental to its operation are insureds. 14: Contractor agrees to provide immediate notice to City of any claim of loss against - Contractor that includes City as a defendant. City assumes no obligation or liability by such notice, but has the right (but not the duty) to monitor the handling of any such claim or claims if they are likely to involve City. T H E A M E R I C A N" I N S T I T U T E O F A R C H IT E C T S Im AIA Document A305 Contractor's Qualification Statement 1986 EDITION This form is approved and recommended by The American Institute of Architects (AIA) and The Associated General Contractors of America (AGC) jor use in evaluat- ing the qualifications of contractors. No endorsement of the submitting party or verification of the information is made by the AIA or AGC. - The Undersigned certifies under oath,that the information provided herein is true and suffi- ciently complete so as not to be misleading. SUBMITTED TO: ADDRESS: SUBMITTED BY: NAME: ADDRESS: PRINCIPAL OFFICE: NAME OF PROJECT (if applicable): Corporation Partnership Individual Joint Venture Other TYPE OF WORK (file separate form for each Classification of Work): General Construction HVAC Plumbing Electrical (please specify) Copyright 1964, 1969, 1979, ©1986 by The .American institute of Architects, 1735 New York Avenue, N.W., Washing- ton, D.C. 20006. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AIA violates the copyright laws of the United States and will be subject to legal prosecution. AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA' • ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.W., WASHINGTON, D.C. 20006 A3�5-� 9B6 ❑ 1. ORGANIZATION 1.1 How many years has your organization been in business as a Contractor? 1.2 How many years has your organization been in business under its present business name? 1.2.1- Under what other or former names has your organization operated? 1.3 If your organization is a corporation, answer the following 1.3 .1 Date of incorporation: 1.3.2 State of incorporation: 1.3 .3 President's name: 1.3.4 Vice - president's name(s): 1.3.5 Secretary's name: 1.3.6 Treasurer's name: 1.4 If your organization is a partnership, answer the following: 1.4.1 Date of organization: 1.4.2 Type of partnership, (if applicable): 1.4.3 Name(s) of general partner(s): 1.5 If your organization is individually owned, answer the following: 1.5.1 Date of organization: 1.5.2 Name of owner: AIA DOCUMENT A305 • CONTRACTOR QGLIFICATION STATEMENT • 19H6 EDITION • AIA� • C<, IyH6 TI IE ANIERICAN INNTITi'TE OF ARCHITECTS, 1'35 NEC YORK AVENUE, ti W, VANHINGTON, D.C. 20(9)6 A305-1986 2 1.6 If the form of your organization is other than those listed above, describe it and name the principals: 2. LICENSING 2.1 List jurisdictions and trade categories in which your organization is legally qualified to do business, and indicate registration or license numbers, if applicable. 2.2 List jurisdictions in which your organization's partnership or trade name is filed. 3. EXPERIENCE 3.1 List the categories of work that your organization normally performs with its own forces. 3.2 Claims and Suits. (If the answer to any of the questions below is yes, please attach details.) 32.1 Has your organization ever failed to complete any work awarded to it? 3.2.2 Are there any judgments, claims, arbitration proceedings or suits pending or outstanding against your organization or its officers? 3.2.3 Has your organization filed any law suits or requested arbitration with regard to construc- tion contracts within the last five years? 3.3 ' Within the last five years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? (If the answer is yes, please attach details.) AIA DOCUMENT A305 • CONTRACTOR'S Qt ALIFICATION STAT EMENI • 1986 EDITION • AIA" • _ XI THE .AMERICAN INSTITI' "I "E OF ARCI III "ECTS, I -ii NE \X' YORK AS'ENCE. NIX'., Sc :ASHINGTON. D.C. 200110 A305-1986 3 _1 3.4 On a separate sheet, list major construction projects your organization has in progress, giving the name of project, owner, architect, contract amount, percent complete and scheduled completion date. 3.4.1 State total worth of work in progress and under contract: 3.5 On a separate sheet, list the major projects your organization has completed in the past five years, giving the name of project, owner, architect, contract amount, date of completion and percentage of the cost of the work performed with your own forces. 3.5.1 State average annual amount of construction work performed during the past five vears: 3.6 on a separate sheet, list the construction experience and present commitments of the key individ- uals of your organization. 4.1 Trade References: 4.2 Bank References: r 4.3 Surety: 4.3.1 Name of bonding company: 4.3.2 Name and address of agent: AM DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA" " C; 1986 A305-1986 4 THE AMERICAN I.NSTITt'TE OF dRCIIM ECISti 1-3i NEV YORK AVENUE. N.W. WASHINGTON. D.C. $llgR, 5. FINANCING 5 Financial Statement. 5.1 .1 Attach a financial statement, preferably audited, including your organization's latest balance sheet and income statement showing the following items: Current Assets (e.g., cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory and prepaid expenses); Net Fixed Assets;, Other Assets; Current Liabilities (e.g., accounts payable, notes payable, accrued expenses, pro- vision for income taxes, advances, accrued salaries and accrued payroll taxes); Other Liabilities (e.g., capital, capital stock, authorized and outstanding shares par values, earned surplus and retained earnings). 5.1.2 Name and address of firm preparing attached financial statement, and date thereof: 5.1.3 Is the attached financial statement for the identical organization named on page one? 5.1.4 If not, explain the relationship and financial responsibility of the organization whose financial statement is provided (e.g., parent- subsidiary). 5.2 Wilt the organization whose financial statement is attached act as guarantor of the contract for con- struction? AIA DOCUMENT A305 • CONTRACTORS Q( ALIHC.A IION STATEMENT • I9S6 EUI'IAON • AIA' • g.19rie THE AMERICAN INSTITI'TE OF ARCHI'I'F.C'I'S. I -3i NEV 40xs .SC ESCE. S.W., %XA.SHI.NGTON..D.C. 2WI16 A305 -1986 5 6. SIGNATURE 6.1 Dated at this Name of Organization; By: Title: ` 6.2 19 day of M being duly sworn deposes and says that the information provided herein is true and sufficiently complete so as not to be misleading. Subscribed and sworn before me this 19 Notary Public: My Commission Expires: day of CAUTION: You should sign an original AIA document which has this caution printed in red. An original assures that changes will not be obscured as may occur when documents are reproduced. AIA DOCUMENT A305 • CONTRACTOR'S QUALIFICATION STATEMENT • 1986 EDITION • AIA' ©1986 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 NEW YORK AVENUE, N.�Y'.. WASHINGTON, D.C. 2 0006 A305-1986 6 BID PROPOSAL FORM TO: Rosemead Community Development Commission 8838. East Valley Boulevard Rosemead, California 91770 1 have received the documents titled: Notice Inviting Bids, Drawings, Instruction to Bidders, Specifications, Contractors Qualification Statement, and Bid Proposal Form, and Addendums 1 #, # & # I have satisfied myself as to the scope of work and conditions of the site. In submitting this Proposal, I agree: 1. To hold my bid open for sixty (60) calendar days from the date of this Proposal. 2. To comply with the provisions of the Notice Inviting Bids, Instruction to Bidders, - Specifications and Drawings. 3. To furnish bonds and Insurance as noted in the Instruction to Bidders. 4. To begin work within ten (10) working days after receiving the Notice to Proceed. 5. All work must be accomplished within thirty (30) consecutive calendar days. 6. Owner will retain 10% of the incremental payments pending resolution of Notice of Completion. 7. 1 have completed and enclosed the Contractor's Qualification Statement and-List of Sub - Contractors. 8. Sign and Submit Agreement 9. To name the Rosemead Community Development Commission and the City of Rosemead as additional insureds on the Insurance Certificate. 1 will provide all labor, materials, supplies and equipment and perform all the work as specified in these documents for the lump sum bid of $ Hand Written Amount Amt. BY: DA Street City Zip Code TELEPHONE NO.: CONTRACTOR'S LIC. #: Bid documents- 2003/sb VII. LIST OF SUBCONTRACTORS The following is a true and complete list showing the name and the location of the place of business of each subcontractor who will perform work, or labor or render service to the Contractor in or about the Work in an amount in excess of one -half of the one percent (0.5 %) of the Contractor's total bid. (List the portion of the work, which will be done by each subcontractor and list only one subcontractor for each such portion). WORK PORTION SUBCONTRACTOR'S NAME AND BUSINESS ADDRESS Bid documents - 2003 /sb SPECIFICATIONS 1.0 REQUIREMENTS a. The job site location is Garvey Pool, 3232 Kelburn Avenue, Rosemead, California 91770. b. It is required that the Contractor shall construct, install, clean -up and leave all work in an operable and acceptable condition. 2.0 STANDARD SPECIFICATIONS a. The work shall be in accordance with these Specifications and the "Standard Specifications for Public Works Construction ", latest edition, published by Building News, Inc., 3055 Overland Avenue, Los Angeles, California 90034, and are referred to elsewhere in these specifications as SSPWC. Copies of the "SSPWC' are on file in the office of the City Engineer and are open to public inspection during regular business hours. 3.0 WATER AND POWER The City shall supply the Contractor with all water and power and temporary fencing required during construction. 4.0 LINES, GRADES AND MEASUREMENTS a. All lines required for proper execution of the work shall be furnished by the Contractor who will be held responsible for constructing the work to the lines shown on the drawings. 5.0 RESTORATION a. All surface improvements which are damaged by actions of the Contractor shall be restored as nearly as possible to their original condition by Contractor at his expense. 6.0 CONTRACT DRAWINGS The drawings applicable for the work to be performed under this contract are attached hereto. Tiling specs /sb 7.0 INSPECTION The City shall provide inspections for a 10 -hour day and 40 -hour work week for Monday through Thursday. No work shall be performed on Fridays or weekends. 8.0 CONSTRUCTION INTERFERENCES a. During the progress of work, the Contractor shall not disturb, but shall support and protect against injury and maintain in good operating condition at his own expense, all subsurface, surface and overhead utilities, fences, structures and other facilities whether or not they are shown on the Drawings. b. The Contractor shall be responsible for and shall make good on all damage due to utilities, structures or other facilities as shown on the drawings due to his operations. 9.0 SCHEDULING OF WORK a. The Contractor shall perform the work according to the specifications. Conflicts will be resolved by the Recreation Supervisor. 10.0 SCOPE OF WORK Provide labor and materials necessary to furnish and install the following: 10.1 Summary a. Men's Showers and Dressing Room • Remove and install tile in Men's shower walls and floors. • Remove and install tile on back splash in men's dressing room. b. Women's Dressing Room Back - Splash • Remove and install tile in women's shower walls and floors. • Remove and install tile on back splash in women's dressing room. Install new shower nozzles and valve stems in both Men's and Women s Showers. Tiling spas /sb 10.2 Products a. Materials, General Colors, Patterns Tile: Men's Shower walls field, cove and bullnose to be Daltile's 2 "x 2" Keystones, #9336. Tile: Men's Shower walls accent to be Daltile's 2 "x 2" Keystones, #9470. • Tile: Men's Shower floor field to be Daltile's 2 "x 2" Keystones, #D -336. • Tile: Men's Dressing Room Back Splash to be Daltile's 2 "x 2" Keystones, #9336 • Tile: Women's Shower walls field, cove and bullnose to be Daltile's 2 "x 2" Keystones, #9383 • Tile: Women's Shower floor field to be Daltile's 2 "x 2" Keystones, # D336 Tile: Women's Shower floor accent color bullnose to be Daltile's 2 "x 2" Keystones,s #D383 Tile: Women's Dressing Room Back Splash to be Daltile's 2 "x 2" Keystones, #9336 • Pattern: Men's Shower - Set the tile in vertical parallel rows on the walls and floors. Accent to be two rows around perimeter of walls, two rows below top of bullnose. Pattern: Women's Shower - Set the tile in vertical parallel rows on the walls and floors. Accent to be two rows around perimeter of walls, two rows below top of bullnose. Accent bullnose to be on both sides of dam. • Grout Joints: Preset by manufacturer 2. Adhesives, Sealers, Epoxy Grout Use a waterproof, stabilized type bonding material as recommended by the manufacturer of the material being installed • Installation is to be mortar bed set. Use Latapoxy SP -100, #89 Smoke Gray epoxy grout Tiling specs/ sb M S- Im r _G) a� N 1 1 J ,a J 2 IS � 6"t CAP, LinOLAZLP u/pCic- a tf 7-1 L Poo L 6/)z 5 1-10 9 P, RA