Loading...
OB - Item 3A - Rosemead Community Recreation Center Expansion and Facade Improvements ProjectROSEMEAD SUCCESSOR AGENCY STAFF REPORT TO: THE HONORABLE CHAIR AND BOARD MEMBERS FROM: MATTHEW HAWKESWORTH, ASSISTANT CITY MANAGER DATE: JULY 30, 2014 SUBJECT: ROSEMEAD COMMUNITY RECREATION CENTER EXPANSION AND FACADE IMPROVEMENTS PROJECT SUMMARY As a part of the City's Fiscal Year 2013 -14 Capital Improvement Program, the City Council approved the Rosemead Community Recreation Center Expansion and Fagade Improvement Project (Project). This project was included in the July 2010 bond issuance by the former Redevelopment Agency to improve and expand the facility that was originally constructed in 1976. This project consists of the construction of a stand- alone 3,367 square foot expansion building adjacent to the existing RCRC building. Additionally, fagade improvements will be completed on the existing RCRC building to create a modern and uniform look. Additionally, miscellaneous site improvement will be completed including the construction of a new mini plaza that will create an outdoor gathering space and connect the two buildings. This project is being funded entirely through bond proceeds from the former redevelopment agency. Staff Recommendation It is recommended that the Oversight Board approve Resolution 2014 -007 confirming the contracts and expenditures related to the Rosemead Community Recreation Center Expansion and Fagade Improvements Project. DISCUSSION The existing Rosemead Community Recreation Center (RCRC) was built in 1975 and is approximately 17,000 square feet in size. This facility serves as a major community recreation facility that houses senior programs, recreation classes, special functions, and community events. In 2010, the City completed a Parks and Facilities Master Plan to guide future capital improvement programs. Through the process, which included significant community input, the RCRC was identified as needing significant upgrading and expansion. Together with the new Civic Center Parking Lot and Downtown Plaza, this area will serve as an inviting space for public events and will expand on services available to the community. To date, significant improvements to the RCRC have been completed or are underway. These improvements include the removal and replacement of roofing materials and the TPBMNO. , �R Rosemead Successor Agency Oversight Board July 30, 2014 Page 2 of 4 heating /cooling system, thorough interior renovations, and the replacement of exterior doors and windows (in progress). This project will consist of the construction of a new stand -alone 3,367 square foot building adjacent to the existing RCRC. This building will provide for much needed space with a large multi - purpose room, prep kitchen area, restrooms, and a lobby area. Similar fagade treatments will be completed on the existing RCRC building to upgrade the appearance of the aging building and to create a uniform look within the recreation complex. The two components, as well as the included site work, will complete the expansion and improvements to the Rosemead Community Recreation Center. This project, which is being funded entirely with bond proceeds from the former Redevelopment Agency, has an estimated construction cost of $1,638,500.00. The following items are a cost analysis and discussion of the construction and soft costs associated with this project. Soft costs include project management and inspection, specialty consulting, and City staff time. Construction A Notice Inviting Bids for this project was published in local newspaper on May 22, May 29, and June 5, 2014. At 11:00 a.m. on June 11, 2014, the City Clerk publicly opened and read eight (8) sealed bids with the following result: Rank Bidder Base Bid Alternate Bid Amount Items #2 &3 1 California Averland Construction, Inc. $ 1,444,040.00 $ 20,100.00 2 CEM Construction $ 1,600,000.00 $ 38,500.00 3 Thomco Construction, Inc. $ 2,061,363.50 $ 47,732.38 4 Cal -City Construction, Inc. $ 2,100,000.00 $ 35,000.00 5 Nile Advanced Construction, Inc. $ 2,282,345.00 $ 33,400.00 6 Professional Services Construction, Inc $ 2,390,242.68 $ 84,045.00 7 Woodcliff Corporation $ 2,548,500.00 $ 42,900.00 8 CWS Systems, Inc. $ 3,394,000.00 $ 81,000.00 Staff additionally recommends the award of Alternate Bid Items No. 2 & 3, which include additional items pertaining to the existing RCRC Building. Alternate Item No. 2 includes the replacement of existing exterior lights and Alternate Item No. 3 includes the removal of some surface mounted conduit and reinstalling the electrical system below the finished surface. Items include in Alternate Item No. 1 (window replacement) are currently under construction and will not be included in this contract. On Friday, June 13, 2014, staff received a letter from California Averland Construction, Inc., the apparent low bidder, asking that their bid be withdrawn for reason of clerical error. City staff accepted the withdrawal of the bid as the City maintains the right to reject any and all bids. Subsequently, staff recommended to the City Council that the Rosemead Successor Agency Oversight Board July 30, 2014 contract be awarded to CEM Construction, the second lowest bidder. At their regularly scheduled on July 22, 2014, the City Council awarded a contract to CEM Construction in the amount of $1,638,500.00 and authorized a contingency amount of $240,000.00 (Approximately 15 %). The total contract award, including allotted contingencies, is $ 1,878,500.00. Construction Su000rt Services Construction Management / Inspection The City will utilize an existing on -call services agreement with CEJ Engineers, Inc. for the provision of construction management and inspection services. CEJ Engineers, Inc. completed the civil engineering plans for this project will provide general project oversight, ensuring that construction is completed in accordance with project plans and specifications. CEJ Engineers, Inc. has a qualified, professional staff and their hourly rate for these services is highly competitive at $110 per hour. Construction Management and Inspection services will not exceed a total of $80,000 (5% of construction costs) based on established hourly rates. Specialty Inspection: Structural In addition to general construction management and inspection, a project of this magnitude is required to have third party review by a structural engineer. Staff has received a proposal from Montenegro Consultants, Inc. to provide the required structural inspection. The cost for inspection is $360 per site visit and staff estimates it will require no more than 15 site visits to complete the required services. Costs for these services will not exceed $5,400.00. Project Administration /Staff Time In addition to these construction and support services, this project will involve a high level of interaction between City staff, inspectors, and construction contractors. As such, an allotment of staff hours is included in the soft cost estimate for this project for project administration, contractor coordination, and general oversight. The total staff costs will not exceed $80,000.00 (5% of construction costs). Security Camera Installation During this phase of construction, a new surveillance system will be installed in the existing RCRC building. This new system will interface with the system that will be installed in the expansion building and result in complete surveillance coverage for the RCRC complex. This system will provide 12 cameras for surveillance of the RCRC building, specifically the entrance, lobby desk and computer lab areas and maintain a 360 degree view of the exterior of the building. Proposals were received from two contractors to provide these services, and the lowest proposal was from Ocean Electric Construction in the amount of $8,700.00. The proposal results were: Rosemead Successor Agency Oversight Board July 30, 2014 Pace 4 of 4 Rank Contractor Proposal Amount 1 Ocean Electric Construction $ 8,700.00 2 Nationwide Security Cameras & $ 12,473.80 Spy Equipment, Inc. FINANCIAL REVIEW This project was included in the Fiscal Year 2013 -14 Capital Improvement Program and is funded entirely through bond proceeds from the former Redevelopment Agency. The total estimated cost for this phase of improvements is approximately $2,052,600.00 Prepared By: li Sedll5ullivan Management Analyst Submitted By _ Chris Marcarelloo•�IC / // /�w� -- Director of Public Works Attachments: A. Resolution No. 2014 -007 B. Bid for Rosemead Community Recreation Center Expansion and Fayade Improvements Project C. Proposal from CEJ Engineers for Construction Management I Inspection i Proposal from Montenegro Consultants, Inc. for Specialty Inspection E. Proposal from Ocean Electric for the Installation of Surveillance System RESOLUTION NO. 2014 -07 A RESOLUTION OF THE OVERSIGHT BOARD FOR THE SUCCESSOR AGENCY TO THE ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION CONFIRMING THE CONTRACTS AND EXPENDITURES RELATED TO THE ROSEMEAD COMMUNITY RECREATION CENTER EXPANSION AND FAtrADE IMPROVEMENTS PROJECT WHEREAS, the Rosemead Successor Agency received the Finding of Completion on April 18, 2013 from the Department of Finance; and WHEREAS, the Finding of Completion states that the Rosemead Successor Agency may utilize proceeds derived from bonds issued prior to January 1, 2011 in a manner consistent with the original bond covenants per Health and Safety Code Section 34191.4(c); and WHEREAS, the Rosemead Successor Agency is holding approximately $7.1 million in bond proceeds derived from bonds issued prior to January 1, 2011 for Capital Improvement Projects identified in the bond covenants; and WHEREAS, the Rosemead Successor Agency will be required to provide oversight of the completion of the Capital Improvement Projects to ensure compliance with the bond covenants; and WHEREAS, the approved Capital Improvement Projects have been included on each Recognized Obligation Payment Schedule fled by the Rosemead Successor Agency; NOW, THEREFORE, THE OVERSIGHT BOARD FOR THE SUCCESSOR AGENCY TO THE ROSEMEAD COMMUNITY DEVELOPMENT COMMISSION HEREBY RESOLVES: 1. The Rosemead Successor Agency Oversight Board confirms that the vendors and professional services firms listed below are qualified and capable to provide materials and construction services necessary to complete the Rosemead Community Recreation Center Expansion and Fagade Improvements. 2. That the contract with the following firms shall not exceed the amounts listed in the table below. If any contract amendments are required, all such changes shall be brought back to the Oversight Board for review and approval. Trade Firm Total Budget Construction _ CEM Construction $ 1,878,500.00 _ Construction Management/ Inspection CEJ Engineers, Inc. $ 80,000.00 Specialty Inspection: Structural Montenegro Consultants, Inc. $ 5,400.00 Project Administration/ Staff Time N/A $ 80,000.00 Total Cost: $ 2,052,600.00 3. Successor Agency staff is directed to submit documents to the Department of Finance as necessary, including an amended Recognized Obligation Payment Schedule. 4. Successor Agency staff is directed to provide a copy of this Resolution to the County AuditorOController, the State Controller's Office and the State Department of Finance. PASSED, APPROVED AND ADOPTED THIS 30TH DAY OF JULY 2014. Pat Wallach Chair ATTEST: Matthew Hawkesworth Successor Agency Staff CITY OF ROSEMEAD R05EMEAD COMMUNITY RECREATION CENTER EXPAN51ON AND FACADE IMPROVEMENT PROJECT PROJECT No. 31004 CONTRACT BID FORMS BIDDER: CEM CONSTRUCTION CONTRACT BID FORMS TABLE OF CONTENTS SECTION1 BID SCHEDULE ...... ... ..... ......... ...._... ......._._...._..........._.... _.........__.................1 SECTION2 BID DATA FORMS .............._...................._.._...................._ ........................._....5 2.A BID BOND ...................................._......._.._.............._......... _......................._.....6 2.13 LIST OF PROPOSED SUBCONTRACTORS ... ............ .... .... ....... _.... ................. 7 SECTION3 NON - COLLUSION AFFIDAVIT. ... ....... ..... ......................... ..............._...._._...... 10 CBF - 16 SECTION 1 - BID SCHEDULE BIDDER: CEM CONSTRUCTION BID SCHEDULE SCHEDULE OF PRICES FOR ROSEMEAD COMMUNITY RECREATION CENTER EXPANSION AND FACADE IMPROVEMENT PROJECT PROJECT No. 31004 BASE BID SCHEDULE DIVISION ITEM DESCRIPTION ITEMIZED DIVISION COST NO. COST TOTAL 1 General Requirements $50,000.00 $50,000.00 2 Site Work $255,000.00 $255,000.00 Demolition $25.00000 Site Clearing $25,000.00 Grading $25,000.00 li Site Utilities $25,000.00 Asphaltic Concrete Paving $10,000.00 ' Portland Cement Concrete Site work $25,000.00 Landscaping $30,000.00 Irrigation $20,000.00 Site Fumishings $20,00000 Hardscape $25,000.00 Other Site Work $25,000.00 3. Concrete FOObngslFoundalion/ Slab $50,000.00 4. Masonry $50,000.00 5 Metals $60,000.00 Misc Steel $10,000.00 Stainless Steel Countertops $20,000.00 Metal Ladders $20,000.00 Other Metals $10,000.00 CBF -1 BIDDER CEM CONSTRUCTION fi Woods & Plastics $100,000.00 Rough Carpentry $15,000.00 $10,000.00 Interior Finish Carpentry Architectural Woodwork (Cabinets} $25,000.00 Acrylic Solid Surfacing Countertops $25,000.00 Other Woods & Plastics $25,000.00 7 Thermal & Moisture Protection $200.000.00 Fiberglass Building Insulation $25,000.00 Water - Resistive Air Barrier Membrane '�, $25,000.00 Aluminum Metal Plate Wall Panels $25,000 .00 PVC Thermoplastc Membrane Roofing $25.000.00 Flashing and Sheet Metal $25,000.00 Peel and Stick Flashing $25,000.00 Roof Hatches With Safety Pole $25,000 00 Other Thermal & Moisture Protection $25,000.00 8 Doors & Windows $125,000.00 Hollow Metal Doors And Frames $25,000.00 Aluminum Windows. Doors And Frames $25,000.00 Storefront Aluminum Folding Door System $25,000.00 $10,000.00 Finish Hardware Solar Tubular Daylighting System $15,000.00 Other Doors & Windows $25,000.00 CBF -2 BIDDER: 9 Finishes 1 $310,000.00 Metal Framing And Furring $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $25,000.00 $100,000.00 $10.000.00 $25,000. CO $25,000.00 7— Lath And Portland Cement Plaster Gypsum Board Ceramic Tile Acoustical Ceiling Systems Acoustical And I ackable Wall Systems Linoleum Sheet Floonng Anti -Graffifi Coating Painting Other Finishes 10 Specialties $100,000.00 Marker Boards Toilet Partitions Signage Atomic Wall Clacks Fire Extinguishers And Cabinets Toilet And Bath Accessories Other Specialties Fire Alarm $10,000.00 $10,000.00 $10,000.00 $10.000.00 $15,00000 $25,000.00 $10,000.00 $20,000.00 11 Equipment $25,000.00 Appliances $25,000.00 12 Furnishings $25,00100 Entrance Cleaning Mats $12,000.00 $13,000.00 Roller Shades 13 Special Construction Not Used 14 Conveying Systems Not Used CBF -3 BIDDER: CEM CONSTRUCTION 15 Mechanical $125,000.00 Plumbing $50,000.00 $50,000.00 $25,000.00 HVAC Other Mechanical 16 Electrical $125,000.00 Rough Electrical $15,000.00 Finish Electrical $25,000.00 Lghting Fixtures $25,000.00 Exterior Pole Lighting $25,000.00 Fire Alarm System $10,000.00 Intrusion Detection And Security Access Control Systems $10,000.00 Other Electrical $10,000.00 Finish Electrical $5,000.00 TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $1,600,000 00 One Million Six Hundred Thousand Dollars Dollar amount in written tone CBF -4 BIDDER'. CEM CONSTRUCTION ALTERNATE BID ITEM 1 NO. ITEM DESCRIPTION UNITOF MEASURE EST. CITY. UNIT PRICE ITEM COST 17 Removal and replacement of all LS 1 $20,000.00 $20,000.00 exterior storefront windows/door system in existing RCRC building with new storefront that matches the storefront system in thenewbuilding(e.g model, EA - 11 $250 $2,750.00 stile, door, color, glazing etc). Work includes all hardware, remedial work 8 all other appurtenances needed for a full and complete installation. Any modifications including repair, restoring or replacement of existing interior and exterior finishes (e.g paint, soffits, gyp board, Flooring, ceiling, thresholds, etc) for a finished appearance is part of this bid alternate. TOTAL ALTERNATE BID ITEM #1 PRICE Twenty Thousands Dollars Dollar amount in written form ALTERNATE BID ITEM 2 $20,00000 NO. ITEM DESCRIPTION UNITOF MEASURE EST. OTY. UNIT PRICE ITEM COST 18 A. Modify existing downlight fixtures at EA 23 $250 $5,750.00 overhang of existing RCRC building. All work required to install Fixture AA -1 as described in electrical drawings B. New Building B: Substitute Fixture EA - 11 $250 $2,750.00 AA (11 total) with the fallowing Light Fixture: Rebelle - 8000 HC 2000 35K VOLT PR CG FINISH TOTAL ALTERNATE BID ITEM #2 PRICE Eight Thousand Five Hundred_ Dollar amount in written form CBF - 5 $8,50U0 BIDDER. ALTERNATE BID ITEM 3 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. CITY. UNIT PRICE ITEM COST 19 A. Existing exposed electrical conduits (5) LS 1 $15,000.00 $15, C00.00 on East elevation: Remove existing exposed conduits and reinstall/ relocate concealed within building wall. Patch & paint as necessary to fully conceal within building assemblies. & Existing axposed downspout andleader LS t $15,OW.00 $15,000.00 box (1) on West elevation: Remove existing exposed downspout & leader box and install new drain line concealed within building wall and terminating through exterior wall at bottom. Provide concrete splash pan. Patch & paint as necessary to fully conceal within building assemblies. TOTAL ALTERNATE BID ITEM 43 PRICE Thirty Thousands Dollars Dollar amount in written form $30,000.00 TOTAL BASE BID PRICE INCLUDING ALTERNATE BID ITEM No. 1, No. 2 & No. 3 $58,500.00 Fifty Eight Thousand Five Hundred Dollsrs Dollar amount in written form Note. The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Altemate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The City can choose to Include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the City, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the City which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the City and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy CBF -6 BIDDER: CEM CONSTRUCTION between the written amount of the Bid Price and the numerical amount of the Bid Price written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of Dollars ($ ) 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 City 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 City for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the City 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 City, he shall provide: (1) evidence satisfactory to the City 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 there from; and (3) any other information and documentation, financial or otherwise, needed by City to award a Contract to the lowest responsible and responsive bidder. 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 City may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos.0 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 -7 BIDDER. CEM CONSTRUCTION By ., -.,� 8207 Brookoreed Road Signature Business Street Address Elise Michel Downey, CA 90240 Type or Print Name City, State and Zip Code President 562- 714 -2886 Title Telephone Number Bidder's /Contractors State of Incorporation: C°, t AA Co nySTXUcT f N CQ _ Partners or Joint Venturers: Bidder's License Number(s): A B 951234 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 ventures. 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 da sa. CBF -8 BIDDER SECTION 2 BID DATA FORMS CBF - 9 BIDDER: CEM CONSTRUCTION Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidders name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS THAT as Principal, and as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the CITY) in the sum of DOLLAR S is ), 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 CITY to perform all Work required for the Rosemead Community Recreation Center Expansion and Fagade Improvement Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the CITY 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 CITY and judgment is recovered, said Surety shall pay all costs incurred by the CITY in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this day of . 20_ (SEAL) (SEAL) Principal Surety By: By Signature Signature CBF -10 BIDDER. CEM CONSTRUCTION 2.8 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 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 Contractors 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 City 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 City about each subcontractor, other than the name and location of each subcontractor_ If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after City approval. CBF - 11 BIDDER: CEM CONSTRUCTION 2.121 LIST OF PROPOSED SUBCONTRACTORS (continued) [••oupllwte rvod 3 Peces �r neetletl br lis4ng aaaNOnal suKOnbectOP.'1 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Super Air Air Conditioning Address:2436 Chico Avenue, El Monte, CA 91732 —626 350 -0238 Name and Location of Subcontractor Description of Work to be Subcontracted Name: Ramirez Construction Linolium, Dry Wall, Painting Address: 8602 Paramount Blvd Downey CA 90240 — 310 - 849 -1526 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Sierra Roofino Roofing Address: 323 - 854 -2207 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. CBF - 12 BIDDER: GEM CONSTRUCTION 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, City of Rosemead - Garvey Gym Restroom Renovation Pmiect Name and Address of City Sean Sullivan - 626 569 -2189 Name and telephone number of person familiar with project $105,000.00 Rest rooms Renovation - 02/25/14 Contract amount Type of Work Date Completed 2. City of Rosemead - Garvey Gym Window Replacement Project Name and Address of City Sean Sullivan - 626 569 -2189 Name and telephone number of person familiar with project $14500000 Windows Replacement In Progress Contract amount Type of Work Date Completed Name and Address Name and telephone number of person familiar with project Contract amount Completed Name and Address of City Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 13 BIDDER: SECTION 3 NON - COLLUSION AFFIDAVIT CBF - 14 BIDDER. CEM CONSTRUCTION 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. FL, yl � Signature Typed or Printed Name Title (q-L-m c 3(1 S-ly jCcrj6ni C- Bidder Subscribed and sworn before me This ray of 20� 14�ary-PulolioqKand for the State of California My Commission Expires 6 2-1 CBF -15 (Seal) ft 41 1 1 COMM. 1111971 flolr7�` Ciiii i� Cwmft La Canrrt Fa" ft—AM GJ July 23, 2014 Mr. Rafael Fajardo, RE Associate Civil Engineer City of Rosemead 8838 E. Valley Boulevard Rosemead, CA 91770 Subject: Proposal for the Rosemead Community Recreation Center Expansion and Fa Fade Improvement Project — Project Management Dear Mr. Fajardo: CEJ Engineers, Inc. can provide the City of Rosemead with the technical expertise required to successfully complete the Project documents as shown above. The CEJ team will provide services for the aspects required for this project as described in the Scope of Work. The following Exhibits are enclosed: • ExhibitA— Scope of work • Exhibit B— Schedule of hourly Rates CEJ Engineers, Inc. is excited about this opportunity to use our team's skills and expertise to assist the City of Rosemead with this Project. Please feel to contact us to discuss any aspect of this proposal. Respectfully Submitted, CEJ Engineers, Inc Joaquin Cervantes, P.E. President CEJ Engineers, Inc. 15859 East Edna PI Suite 101 lnviadale. CA 91706 (626) 960 -0152 - Birect (616) 960 -9002 - F. (616) 893 - 9166 - Mobile CEJ Engineers, Inc. 15859 East Edna PI., Suite 101, Irwindale CA., 91706 / 626 - 960 -0152 1626.893.9266 (J Exhibit A Scope of Work SCOPE OF WORK CBd will provide Project Management Services for Civil Engineering Support, for the Rosemead Community Recreation Center Expansion and Facade Improvement project as indicated on Plans and Specifications. The major tasks include the followine: I. Perform Quality Assurance monitoring, and surveillances of the Construction Contractors activities to assure compliance with the design criteria and requirements and the Construction Contractors Project Plans. 2. Perform Quality Assurance inspections; 3. Review construction document transmittals, i.e. shop drawings, Requests for Information. Requests for Change Orders, etc., submitted by the Construction Contractors prior to incorporation into the work; 4. Attend regular progress review meetings with the Construction Contractors to ascertain job progress and identify and resolve problems; 5. Review the Construction Contractors' cost- loaded schedule initially and monthly prior to recommending payment of monthly invoices; 6. Review monthly Construction Contractors' invoices and recommend payment; 7. Respond to all of the Construction Contractors' Requests for Information: if Negotiate all changes with the Construction Contractors; 4 Maintain an accurate and current record of daily construction progress. Such record shall include daily reports, Resident Engineer's diary, use of photographs, minutes of all meetings and correspondence files; 10. Maintain shop drawings logs, tracking the date submitted by the Construction Contractors, date returned to the Construction Contractors. 11. Process plans and shop drawings submittals in a timely manner, and stamp acceptable documents "Released For Construction" 12. Maintain Request for Information Logs and Request for Change Order Logs, tracking the data submitted by the Construction Contractors and date returned to the Construction Contractors; 13. Respond to every notice of potential claim received from the Construction Contractors and take all steps necessary to mitigate delays and damages; 14. Analyze all of the Construction Contractors' claims and make recommendations for possible resolutions; 15. Collect all Quality Assurance records including As -Built drawings, test reports, As -Built drawings (final revisions) shall be supplied by the Construction Contractors based on the as built conditions. PROPOSED FEE Our proposed fee is based on the proposal required format and is not to exceed lump sum fee amount of $80,000 based on established hourly rates. City of Rosemead Proposal for the Rosemead Community Center Improvements Exhibit B Schedule of Hourly Rates CEJ ENGINEERS, INC. Effective July 1, 2014 to June 30, 2015 Hourly Rate Schedule Principal Engineer. ... ................................ 140.00 Project Manager ........ ............................... 125.00 Senior Project Engineer ........................... 115.00 Senior Engineer ....... ............................... 105.00 Associate Engineer ... ............................... 100.00 Design Engineer .............. ..........................95.00 Designer /CADD Drafter ............................ 85.00 Clencalfrechnical Aide .............................. 65.00 Senior Landscape Architect ......................105.00 Associate Landscape Architect ..................95.00 REIMBURSABLE EXPENSES Reproduction ..... ............................... Cost ,.J Senior Surveyor ............... .........................140.00 Senior Survey Analyst ..... .........................130.00 100.00 Survey Analyst II ............. .........................115.00 Survey Analyst I ..._ ......... .........................100.00 Survey Party Chief .......... .........................105.00 Field Party (Three) .......... .........................190.00 Field Party ( Two) ............. .........................175.00 Field Party ( One) ......... .........................110.00 Operations Manager ........ .........................110.00 Supervising Public Works Observer......... 100.00 Construction Manager ..... .........................110.00 Construction Engineer ...... ..........................80.00 Subconsultant Services ..................... Cost plus 10% Automobile Transportation ..................Current rate Delivery, Freight, Courier ..................... Cost Agency Fees ......... ...........................Cost Commercial Travel / Subsistence......... Cost N_` � City of Rosemead Proposal for the Rosemead Community Center Improvements Montenegro Consultants Inc 8660 Mission Dr, Rosemead , CA 91770; Ph: (626) 7864359, Fax # 626 - 723 -3059 E -mail address: pedroftmontenearoconsultants.com July 23, 2014 PROPOSAL FOR STRUCTURAL ENGINEERING SERVICES Submitted to Mr Rafael Fajardo, P.E. Public Works Department City of Rosemead Email: rfajardo @cityofrosemead.org PROJECT: Expansion and Remodeling of Rosemead Community Recreation Center 3936 N. Muscatel Ave, Rosemead, CA 91770. PURPOSE: To provide structural engineering services as follows: Structural observation site reports during construction. Not included in these services are: any engineering services not expressly specified in this agreement, nor any governmental fee. PAYMENT: The sum of $ 360.00 per site visit. The number of site visits will depend on compliance of work to approved plans and specifications and job schedule. Based on structural observation required inspections on approved set of plans, I anticipate about 12 structural observations under normal circumstances. CUSTOMER SIGNATURE Pedro Montenegro, Structural Engineer Lic S 5345 Ocean Electric Construction Proposal Date: Customer: July 22 2014 Rosemead Community Recreation Center Home No.: N/A Street Address: 3936 North Muscatel Avenue _ Cell No.: 626- 625 -4421 City /State /Zip: Rosemead, Ca. 91770 Work No: 626 -569 -2260 The Contractor proposes to furnish all listed material and labor necessary for the completion of the following job specifications: Ocean Electric Construction - License # 987831 B C10 will be providing a new SDI HD 12 security camera system to the Rosemead Community Recreation Center. This project will consist of installing a (DVR) Digital Video Recording System with 8 fixed SDI HD exterior varifocal lens cameras to the community center buildings perimeter and 4 fixed SDI HD interior cameras inside of the lobby entrance and computer lab room. Installation will also consist of a 19" viewing monitor and two Infra -red illuminator lighting fixtures for increased night time visibility in low light areas behind RC building. Service & Support — Ocean Electric Construction will provide all instructional and tutorial services needed to assist you in operation of your fully functional security camera system. A security camera system diagnostic check will be conducted every three (3) months for the first year. The system will allow remote viewing of the cameras from the IP internet address connection via computer or cell phone. Technical support will also be available when any malfunctions or questions of system usage may arise. Ocean Electric Construction will provide all required bonding, liability insurance and workers' compensation insurance for the above specified project as required by City of Rosemead and California Labor Law. The insurance coverage will provide a $2,000,000.00 for Occurrence and $4,000,000.00 Aggregate. The Contractor hereby proposes to furnish material and labor with above specifications or the sum of: Eight Thousand Seven Hundred Dollars ($8,700.00). Payment schedule as follows: 30 days after completion of project. All material is guaranteed to be as specified and the work will be completed in a workmanlike manner in accordance to specifications. Any and all alterations or deviations from the stated specifications involving extra costs and materials will be executed only upon written orders. These changes turn into an extra charge, over and above the estimate. All agreements are contingent upon strikes, accidents or delays beyond contractor's control. Owner of property to carry fire, tornado, and other necessary insurance. Our workers are fully covered by workmen's compensation insurance. If either party commences legal action to enforce its rights pursuant to this agreement, the prevailing party in said legal action shall be entitled to recover its reasonable attorney's fees and costs of litigation relating to said legal action, as determined by a court of competent jurisdiction. Submitted by: Ocean Electric Construction — Owner Patrick W. Monjaras Page 1 of 2 PK1 us' Rer. rime This proposal may be withdrawn if not accepted within 30 days. Acceptance of Proposal As stated in the above specifications, the costs, materials and specifications are satisfactory and are hereby accepted. I authorized the contractor to perform the work as specified and payments will be made as summarize above. Customer Signature: Date: www sooaies �m Page 2 of 2 PKII. - a -. ae.