Loading...
Premier Developing Services Inc.1 1 1 1 r 1 1 1 1 BIDDER: PREMSE2 vEVE1 bP3roy 5M MES,iNc. BID SCHEDULE SCHEDULE OF PRICES FOR SIDEWALK, CURB AND GUTTER REPLACEMENT PROJECT PROJECT No. 24002 BASE BID SCHEDULE TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Z l S, IG'5.00 TWO "UTLDFEt, FSFTEETI - MourAtAtt nNF 1Aun1D1ZFD NINETY FZyF k0t' 0u /100 Dollar amount in written form CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE OTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications, See technical $ti, 5o0.00 $4,500.00 provisions TP -2, TP -3 & TP -4. 2 Disposal of Waste Materials. LS 1 $1, 400.00 k11400.00 3 Remove, Dispose and Construct SF 21,000 4- inches thick PCC Sidewalk per b. 2S k131, 2 S0, c o SPPWC Std. Plan 113 -1. 4 Remove, Dispose and Construct SF 500 PCC Driveway Approaches per X1.75 $ 3,875.00 SPPWC Std. Plan 110.2. 5 Remove, Dispose and Construct LF 1,015 8- inches Curb and 24- inches s8.00 58, Sri 0.00 Gutter per SPPWC Std. Plan 120-2. 6 Remove, Dispose and Construct LF 100 8- inches PCC Curb Only per A50.00 49 - ' 000.00 SPPWC Std. Plan 120 -2. 7 Remove, Dispose and Construct EA 1 PCC Curb Ramp per SPPWC %1, S00.00 I, 800, 00 Std. Plan 111 -4. 8 Install Survey property and EA 10 BSO.00 V3 oc centerline tie Monument. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Z l S, IG'5.00 TWO "UTLDFEt, FSFTEETI - MourAtAtt nNF 1Aun1D1ZFD NINETY FZyF k0t' 0u /100 Dollar amount in written form CBF -2 BIDDER: PROAMM oevELooMNU seR VSC.es,igc. ' 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 The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. ' Attached hereto is a cerjfied check, a cashieCs— efr�ck or a id bond in the amount of 4 1 3, o0o Dollars ($ I o 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. L 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 Califomia 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. CBF -3 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. BIDDER: 1'QEMKz 15F.VFLOP1at SE macpg,:r Jc. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. I Addenda Nos. _ 1 ' 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. I 1 1 I 1 I 1] CBF -4 I I BIDDER: Pmn3gR y"Ftov 'au. s'; rvscEs,aNc. By: A" 19945 I>_. col =era gp su= 1 -c Signature Business Street Address CMzMSnNA GARttSUD Ror uwtn ' weirnu-Ts I CA q I`749 Type or Print Name City, State and Zip Code Y[LESMVEIST (��) %q-'7b(.0 Title Telephone Number ' Bidder's /Contractor's State of Incorporation: _ caLiFoaazA ' Partners or Joint Venturers: W A ' Bidder's License Number(s): 9g5"l91 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. [1 I 1 CBF -5 BIDDER: PREMTCeoEV�ny��V� zFR�TM -S xNC. i 1 I 1 ' SECTION 2 BID DATA FORMS I I I I 1 1 1 Fl 1 CBF -6 I I 1 i 1 I 1 BIDDER: PReWIER Dever aysur, sF aVU�,zNC. 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 necessaryto 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 I -aPe Principal, and as , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of 01.1E Ayribee1b Fi PTY TF4oJSA.Wf ($ 150 000 ), 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, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Sidewalk, Curb and Gutter Replacement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated FEBRUAey 1 3". 2-017- 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, thi %_ day of I F69- AlU PREM =ER VEv"DiMNG SVWUV;, xNC. Cli43Sl3NA C.AR=LLO (SEAL) Principal -4RES3u ENT By: � Mb By: Signature i rl•FAC -T �i CBF -7 CNA 2/712012 2:35:30 PM PAGE 3/004 Fax Server Western Surety Company POWER OF ATTORNEY - CERTIFIED COPY Bard No. 71228630 Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota, and having its principal office in Sioux Falls, South Dakota (the "Company "), does by these presents make, constitute and appoint LARRY JOE SCOTT its true and lawful attorney(s) -in -fact, with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety, hands fee Principal: Premier Developing Services, Inc. Obligee: Citv of Rosemead Amount: $500, 000.00 and to bind the Company thereby as fully and to the same extent m if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confir all that the said attorney(s) -in -fact may do within the above stated limitations_ Said appcdntmmt is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section ?. All bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation shall be executed m the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize. The President, any Vice President, Secretary, any Assistant Secretary, or the Treasurer may appoint Attorneys in Fact or agents who shall hate authority to issue bonds, policies, or undertakings in the name of the Company. The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Atterney or other obligations of the corporation The signature of any such officer and the rs rpnrate saal maybe printed by facsimile " All authority hereby conferred shall expire and teaminate, without notice, unless used before midnight of May 8 2019 , but until euchtirm shall be irrevocable and m full force and effect. In Witness Wbereof, Western Surety Company has caused these presents to be signed by its Senior Vice President, Paul T. Bruflat, and its cotyprL&9.4901 to be affixed this 8th day of February j 2012 a 6�. WEST R SURE COMPANY ;—z Paul T. BruflaVSesniorVicePresidesnt •w m_.+ 9T�§(�LpTA ss COUN'.[i4:Qx? PRINAAHA On this -. 8th day of February in the year 2012 ,before mc, a notary public, personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTERN SURETY COMPANY and acknowledged said instrument to be the voluntary act and deed of said corporation poration. ♦aasaaaa KR aaaaaaaawaa I � �e / IT'/'l.Q�l/�f1/r/ I D. KRELL + YA HOrAAY PUBLIC a mxr otary Public -South Dakota SWTH DAKOTA i 4aasaaaaaaaaaaaapaaaaaa� _ My Commission Expires November 30, 2012 I the under=signed officer of Western Surety Company, a A.1, corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and £nthermore, that Section 7 of the bylaws of the Company m sot forth in the Pourer of Attorney is now in force. In testimony whereof, I have hereunto act my hand and seal of Western Surety Company this 8th day of February 2012 WEST R SURE COMPANY Paul T. r esident Form F530642006 CNA 2/7/2012 2:35:30 PM PAGE 4/004 Fax Server ❑ Acknowledgment of Principal ❑X Acknowledgment of Surety (Attorney -in -Fact) STATE OF CALIFORNIA COUNTY OF RIVERSIDE On J before me, �.Il ILit.�V._1�.� i L date - ere insert name m title of the o ceffi r personally appeared LARRY JOE SCO ^_T name(s) of signerX who proved to me on the basis of satisfactory evidence to be the person/ whose name.X is /9&6 subscribed to the within instrument and acknowledged to me that he/akefbtteg executed the same in his/herh+teiT authorized capacityy and that by hisA3er/bkeir signatur won the instrument the persoaWor the entity upon behalf of which the personWacted, executed the instrument. I certify render PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and offic sal. rinl► nN CommNtlon * 1847M Signature (Seal) 6111v NA � Y M' Camornia Rlverlift County Comm. Exal May 7.20V (The balance of this page is intentionally left blank.) Weslern Surety Company Form 1900 -1 -2008 CNA Z/7/201Z 2:35:30 PM PAGE 2/004 Fax Server `3 C- � VT PC nm 5077 Fie u Fall; FD 9117-5071 Thanks for placing this Fast Track Bond with CNA Surety! 1- 800 - 331 -6053 Fax 1- 605 - 335-0357 u .cnasurely.com If you were pleased with the level of service received on this request, we would appreciate the opportunity to provide that same level of sorvice on your next commercial bond request. When you deliver this bond, ask your customer if they need other bonds such as local license and permit, state contractor, employee dishonesty, notary or pension trust. A short conversation could result in additional business and a more committed client! If you have any questions, remember our bond experts are standing by at 1- 800 - 331 -6053. Thanks again for considering CNA Surety. Si�¢exe P Underwriting Manager PS: We're committed to providing the best service in the industry. If the service on this request fell short of your expectations, please let us know by contacting us at 1.800- 331 -6053. 1 2.13 I u� LJ J 1 lJ I 1 1 I BIDDER: aBEMMMbc- yewyaNG- 6ma ces, =NL. UST 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 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 any one 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, otherthan 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 halt 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 -8 1 1 1 1 L i 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) b"Daplicate Nest 2 Pages if needed for UsUng addillaml subcontractors.-] Name and Location Description of Work of Subcontractor . to be Subcontracted Name: SVPc¢xoR PAyemsy4x 1.AfF3HSNG.S 5VRV" MoAIUMEbJT Address: 5312 cypfzemss ST r wRESS t rP, Q06lB (1714) qRS -Rltlf) 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: Name and Location of Subcontractor Name: Address: 0 CBF -9 Description of Work to be Subcontracted Description of Work to be Subcontracted 1 1 BIDDER: PREM3:M o�ElAP3NU 5 EjtVSCES,�NC, 2.0 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. SeF Wryf Name and Address of Owner Name and telephone number of person familiar with project amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed a. Name and Address of Owner Name and telephone number of person amount with project Type of Work Date Completed CBF -10 PIS E MIER DEVELOPING. SERVICES me License Number: 945171 Rio Hondo Community College City of Whittier 3600 Workman Mill Rd. Whittier, CA 90601 Work performed as subcontractor (714) 353 -2948 Lou Valadez Completed: 11/26/2011 Contract Amount: $ 330,000 Los Angeles County Arboretum and Botanical Garden Los Angeles County 301 N. Baldwin Ave. Arcadia, CA 91007 Work performed as subcontractor (714) 709 -3323 Robert Tagayuna Completed: Tentative completion date 2/24/2012 Contract Amount: $ 310,000 Los Angeles County Arboretum Security System Refurbishment Los Angeles County 301 N. Baldwin Ave. Arcadia, CA 91007 Work performed as subcontractor (626) 340 -8328 Timothy Phillips Completed: 6/17/2011 Contract Amount: $25,000 Glendale Sports Complex City of Glendale 2200 Fern Lane Glendale, CA Work performed as subcontractor (909) 821 -1897 Jon Troup Completed: 2/10/2010 Contract Amount: $18,000 PREMIER DEVELOPING SERVICES, INC. 19745 COLIMA RD. STE 1 -565 ROWLAND HEIGHTS, CA 91748 Cell: 626 201 0598 Office: 626 964 7660 Fax: 626 964 7663 PREMIER DEVEI-OPI7I0 SERVICES MC License Number: 945171 Canyon Concrete Cutting and Construction Services Caltrans — City of Victorville and Yucca Valley 13634 Mariposa Rd. Victorville, CA Work performed as subcontractor (714) 777 -4988 Brad Completed: 4/10/2010 Contract Amount: $42,000 PREMIER DEVELOPING SERVICES, INC. 19745 COLIMA RD. STE 1 -565 ROWLAND HEIGHTS, CA 91748 Cell: 626 201 0598 Office: 626 964 7660 Fax: 626 964 7663 I 1 1 [1 1 i I 1 1 1 i 1 1 L 1 1 I I BIDDER: PR6Mam >syuyP3NG SF RV3ce5,Z'Nc. SECTION 3 NON - COLLUSION AFFIDAVIT CBF - 11 I LJ I� 1 I I 1 1 I I BIDDER: Fg mmEU w LOrz.l& a izv ace;, 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 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. nTF OF CALIFORNIA N� OF LOS ANGELES ;scribed and sworn to (oraffirmed ) before me on _day of f Af? . 201,12— , by _ - - -. C — IA -r N N c.-tzm -ruz od to me on the basis of satisfactory evidence to be the Ish wied before me NOTARY PUBLIC Subscribed and sworn before m_ e This _ day of Notary Public in and for the State of California My Commission Expires: 1 ^ail 1;ig 115 GNQSSTS.fJ fk CARQSI LO Typed or Printed Name L' au 71[ � a • �. c 20 CBF -12 (Seal) YOGESH B. DESAI Commission # 1848932 a -� Notary Public - California z i Los Angeles County My Comm. Expires Jun 10, 2013