Loading...
Hardy & HarperCITY OF ROSEMEAD ANNUAL RESIDENTIAL RESURFACING PROJECT MUSCATEL AVENUE FROM GRAND AVENUE TO MARSHALL AVENUE PROJECT No. 21846 CONTRACT BID FORMS SECTION 1 - BID SCHEDULE CBF -0 BIDDER: Maj: a 9. "qrTr"Toc CONTRACT BID FORMS TABLE OF CONTENTS SECTION 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 BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL RESIDENTIAL RESURFACING PROJECT MUSCATEL AVENUE FROM GRAND AVENUE TO MARSHALL AVENUE PROJECT No. 21846 BASE BID SCHEDULE 7 6 CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical provisions TP- 2,TP- 3 &TP-4. 3ri�00p.00 3G� o00•aa 2 Disposal of Waste Materials. LS 1 3 as f 92 3 a y 92 3 Cold mill 2.0- inches thick existing SF 208,172 pavement. Q l If oZq `ry 4 ,f> 4 Construct 1.5 inches thick TONS 1,950 pavement overlay ARHM -GG-C (PG 64 -16) as indicated on the plans. b'a ., o / G0� �7S• 0 5 Construct 0.5 inches thick TONS 655 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the ga S� sy 1) 37 sd plans. 6 Remove, Dispose and Construct SF 6,755 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. 5 J .,r0 7 Remove, Dispose and Construct SF 2,350 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. GP f8 y p0 8 Remove, Dispose and Construct LF 1,214 8- inches Curb and 24- inches 2 0 22 r per SPPWC Std. Plan y'?&' O Yq O D / 9 Remove, Dispose and Construct LF 200 8- inches PCC Curb Only per SPPWC Std. Plan 120 -2. 36- 00 7 0?LV • 10 Remove, Dispose and Construct SF 416 PCC Cross Gutter per SPPWC Std. Plan 123 -2. /� : Q U ro 7 6 CBF -1 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Y 5 6 - 'f U O C) - U d F V e- ha - 4 i v t �h a/Jl�4.eS Dollar amount in written farm C. n al .v d C eur fir. 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 amountshall be considered the Total Bid Price for the Project. 9 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 certified check, a cashier's check or a id bon in the amount of fT /. Dollars ($ said amount being not less than ten percent (10 %) of the Total CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 20 PCC Curb Ramps per SPPWC Std. Plan 111 -4. ^ o�y 3%6: y � g 12 Double Adjust Sewer Manhole to Fro 30 Grade per APWA Std. Plan 205- 1 and 205 S'�p7 DO / 7 j Q /0. 0 -1. 13 Adjust Water Valve /Gas Valve to EA 29 Grade. 5d. 00 /� ySO, 0 14 Install Survey Well Monument EA 16 per City of Rosemead Std. Plan SOB -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided S99 9 oZ 3a o by the City at no cost). 15 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans 000. Od (� 9 000. 0 and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Y 5 6 - 'f U O C) - U d F V e- ha - 4 i v t �h a/Jl�4.eS Dollar amount in written farm C. n al .v d C eur fir. 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 amountshall be considered the Total Bid Price for the Project. 9 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 certified check, a cashier's check or a id bon in the amount of fT /. Dollars ($ said amount being not less than ten percent (10 %) of the Total CBF -2 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. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. N0q- 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 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. By: Signature &C Me K(V56nrl Type or Print Name Vine Q r tn± 0 fee j ai-'v)rts Title 131a C-a6i 1NQrwey.Ay". p Business Street Address % AM, C.A CIA City, State and Zip Code 71N -444 -1195( Telephone Number Bidder's/Contractor's State of Incorporation: C41 i -Forr) j a Partners or Joint Venturers: Bidder's License Number(s): a 15g5A 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, nartnershin or joint venture has the anthnrity to do so. CBF -4 MINUTES OF SPECIAL MEETING OF BOARD OF DIRECTORS OF HARDY & HARPER, INC. The Special Meeting of the directors of HARDY & HARPER, INC., California Corporation, was held on December 1, 2009 at the principal office of the corporation. The following directors were present at the meeting: FRED T. MAAS, JR. STEVEN M. KIRSCHNER KRISTEN S. PAULINO The following persons also were present: None The chair called meeting to order and notice of the meeting is hereby waived. The chair called the meeting to order and announced that the meeting was held pursuant to the waiver of notice and consent to the holding of the meeting. It was then resolved to dispense with the reading of the minutes of the last meeting. The purpose of this special meeting is the discussion of authorizing Corey Kirschner as vice - president of the company to sign contracts of behalf of the company. After some discussion it is now hereby resolved: THEREFORE, UPON MOTION MADE AND CARRIED, the corporation authorizes Corey Kirschner as vice - president of the company to sign contracts on behalf on the company and has authority to bind the company by his signature as vice- president. There being no further business to come before the meeting, the meeting was duly adjourned. �"W�L '. w RISTEN S. PAULINO, SECRETARY SECTION 2 BID DATA FORMS CBF -5 2.B 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 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 forsubmission 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 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 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 f BIDDER: HOYdu q. �{�r pfr — rr 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ Duplicate Next 2 Pages If needed far listing additional subwntractors." J Name and Location Description of Work of Subcontractor to be Subcontracted Name: FQ Address: / 3.2A CO ron , % t Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: O r n k✓ t 9 a 9 �t2 Grp L,a Au ceaQ Name and Location Description of Work of Subcontractor to be Subcontracted 6.0- Name: C- Address : So ++ti4e-r goc C> roe n c� 4 1 C j+ q j 6 Y 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 IC ■■ Hard ■ / 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. Name and Name and telephone number of person familiar with project Contract 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 17 and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -9 Attachment A Marry e0farper, Inc. Owner /Agency Contact Project (Amount & End Date) City of Paramount Juan de Castro, PE FY 2012 Arterial Street 16400 Colorado Ave. (562)220 -2020 Resurfacing Paramount, CA 90723 f.(562)220 -2105 $ 747,000.00 10/12 City of Palos Verdes Estates Floriza Rivera, PE 2012/13 Overlay Project 340 W. Palos Verdes Drive (310)378 -0383 x 2221 Palos Verdes Estates, CA frivera @pvestates.org 90723 $ 747,000.00 10/12 City of Desert Hot Springs Hal Goldenberg, PE 2012 Street Rehabilitation 65 -950 Pierson Blvd. (760)329 -6411 Program, Phase 2 Desert Hot Springs, CA hgoldenberg @cityofdhs.org 92240 $ 1,212,000.00 11/12 2012 Grind & Overlay City of Perris Chris Sunde, PE Rehabilitation / 101 N. "D" St. Tri Lakes Consultants Metz Rd. & Goetz Rd. Perris, CA 92572 (951)943 -6504 Paving Project chris @trilakeconsultants.com $ 789,000.00 11/12 City of Orange Alan Truong, PE FY 11/12 CDBG Alley & 300 E. Chapman Ave. (714)744 -5568 Street Improvements Orange, CA 92866 -1508 atruong @cityoforange.org $ 755,000.00 12/12 Attachment A 9fardy e0farrer, Inc. Owner /Agency Contact Project (Amount & End Date) City of Glendale Sarkis Oyanesyan, PE East Glenoaks Boulevard 633 E. Broadway (818)937 -8246 Rehabilitation Project Glendale, CA 91206 aaivazyan @ci.glendale.ca.us $ 1.545.000 00 2/13 FY 11/12 Street Rehabilitation Project $1,441,000.00 3/13 City of Glendora Jason Roehrborn, PE FY 2012 -13 Citywide 116 E. Foothill Blvd. (626)914 -8253 Street Rehab Phase 1 Glendora, CA 91741 -0338 jroehrborn @ci.glendora.ca.us $ 456,000.00 3/13 City of Laguna Niguel Frank Borges, PE FY 12/13 Paving Rehab & 30111 Crown Valley Pkwy (949)362 -4325 Sub Drain Improvements Laguna Niguel, CA 92677 fborges @ci.laguna- niguel.ca.us $ 777,000.00 4/13 City of Montebello Joe Boada, PE Union Street & Slauson 1600 W. Beverly Blvd. (323)887 -1460 Avenue Montebello, CA 90640 jboada @cityofmontebello.com $ 358,000.00 4/13 City of Santa Ana Carlos Castellanos, PE McFadden Ave., Lyon St. 20 Civic Center Plaza M -22 (714)647 -5642 Main St./ 1st St. Santa Ana, CA 92701 ccastellanos @santa- ana.org Intersection $ 1,049,000.00 4/13 ��.� d - -u' I SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 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. el Shinature Corey Y% rsahnar' Typed or Printed Name Vies 9rQ6,14A t+ 2 paa+iinvt5 Title Bidd T� rTOAr.�inG. er Subscribed and sworn before me This _ day of 20_ (Seal) Notary Public in and for the State of California My Commission Expires: S'e-e , 4i+aalned IUO- - O✓ial S't"': 'sbo` COmecby-, CBF - 11 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 Pq See Attached Document (Notary to cross out lines 1 -6 below) ❑ See Statement Below (Lines 14 to be completed only by document signerfs], not Notary) y n 5 Signature of Document Signer No. 2 (if any) State of California County of Orange DEBBIE MATSEN @MyComm.Expires Commission # 1950174 Notary Public - California Riverside County Nov 22, 2015 Piece Note" Seel Above Subscribed and sworn to (or affirmed) before me on this 5th day of August 20 13 Date Non01 Year by (1) Corey Kirschner Nome of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me (.) (,) (and Name of Signer proved to me on the basis of satisfactory evidence to be the person who appeared before me.) Signature CQ,�111A, TQCX=N� Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable Top of thumb here Top of thumb here to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document The or Typo of Document: Non - Collusion Affidavit Document Dale: AUgUSt 5 201 Number of Pages: 1 Signer(s) Other Than Named Above: None. 0 2010 National Notary Association • NatlonalNotary.org • 1- e00 -US NOTARY (1 -600- 616-6627) Item ASD10 Signature or Document Signer No. 1 L;UL AUG A 1 '.3 I� BIDDER : Hardy -& Harper, Inc. 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 Bond No. RARNA -1360 KNOW ALL MEN BY THESE PRESENTS: THAT Hardy & Harper, Inc. ,as Principal, and International Fidelity Insurance Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER): in the sum of Tin Percent of Amount Aid ($ l0a * * * * * * * * * * * * ** 1 , being not less than ten percent (10 %) of the Total Bid Price; forthe payment of which sum will and trulyto be made, webind 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 Annual Residential Resurfacing, Project— Muscatel Avenue From Grand Avenue to Marshall Avenue as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated Au2ust 7. 2 013' 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 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 '11st day of 1111y , 20 International Fidelity Hardy & Harper. Inc. (SEAL) Insurance Company (SEAL)' principal Surety By: By: Signature Signature Dwight Reilly Coireq �cte vieir, vi&e Pro iiiont �rul•f0at5 Attorney -in -Fact CBF' 6 ACKNOWLEDGMENT State of California County of Orange ) On July 31. 2013 before me, Susan Pugh Notary n ,r,i (insert name and title of the officer) personally appeared Dwight Reilly who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /am subscribed to the within instrument and acknowledged to me that he /she(they executed the same in his /herd authorized capacity(), and that by hislhaftaxii signature(%) on the instrument the person(s), or the entity upon behalf of which the person(%) 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. susAN PUCH �n� COMM $793 ?229 n Notar P Blic California C 7� ORANGE COUNTY " j MyComm, E piresApr29.7015 Signature \\ (Seal) Susan Pugh State of California County of Orange On August 5, 201 3beforeme, Debbie Matsen, Notary Public Dale Here IneeH Neme and TIGe of the Oalcet ' personally appeared Kirschner who proved to me on the basis of satisfactory evidence to be the person(p) whose name(p) is /are- subscribed to the within instrument and acknowledged to me that he /ahefthey executed the same in hisAael/h& authorized capacity(ies), and that by his/hafMAW signature( on the instrument the person( or the entity upon behalf of which the person(j) acted, executed the instrument. 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. Signature G DEBBIE MATSEN ° i Commission # 1958174 a . - - Notary Public - California z z Riverside County 8 My Comm. Expires Nov 22, 2015 Place Notary Seal Above " -- Slgneture of Notary Public OPTIONAL - Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: July 31, 2013 Signerof Other Than Named Above: Dwight Capacity(iec) Claimed by Signer(} Signer's Name: Corey Kirschner 14 Corporate Officer — Tilleo: VPO ❑ Individual ❑ Partner — ❑ Limited ❑ General Top ofthumIt here • Attorney In Fact • Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Hardy & Harper, Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Individual • Partner — ❑ Limited ❑ General Top of thumb here • Attorney in Fact • Trustee • Guardian or Conservator ❑ Other: Signer Is Representing: -1 1 Reilly Number of Pages: 1 On swot GOn duly Seal, IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 12th, day of March, 2012; { _ec//al„