Loading...
CC - Item 5C - Annual Street Resurfacing Project - Ellis Lane from Temple City Blvd., to Guess Street Project No. 21023 Award of ContractTO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: GLORIA MOLLEDA, CITY MANAGER ,M . DATE: FEBRUARY 12, 2019 SUBJECT: ANNUAL STREET RESURFACING PROJECT — ELLIS LANE FROM TEMPLE CITY BOULEVARD TO GUESS STREET - PROJECT NO. 21023 — AWARD OF CONTRACT SUMMARY As part of the City's Fiscal Year 2018-2019 Budget, the City Council approved the Capital Improvement Program that included an Annual Residential Street Resurfacing project. The City Engineer prepared bid specifications and advertised the project for bids on January 10, 2019. On January 23, 2019, staff received six bids and is recommending the award of contract to Hardy & Harper, Inc. of Santa Ana, CA, in the amount of $97,022. STAFF RECOMMENDATION It is recommended that the City Council: 1. Authorize the City Manager to execute a contract with Hardy & Harper, Inc., in the amount of $97,022 for the Annual Street Resurfacing Project; and 2. Authorize the Director of Public Works to approve change orders up to $9,700 (up to 10% of contract amount) for this project; and 3. Appropriate $2,000 from the Gas Tax Fund to cover the full 10% contingency if necessary; and 4. Take such additional, related action that may be desirable. DISCUSSION The project involves the construction of a rubberized asphalt concrete overlay on Ellis Lane from Temple City Boulevard to Guess Street, and includes adjustments to utility manholes and restoring the traffic striping and pavement markings. The project also includes an additive bid alternate to resurface the pavement on Villa Park Drive from Rose Glen Avenue to the east end of the street. A Notice Inviting Bids for the Annual Street Resurfacing Project was published in local newspapers and trade publications on January 10 and January 17, 2019. On January 23, 2019, staff received a total of six bids and the results are as follows: AGENDA ITEM NO. 5.0 City Council Meeting February 12, 2019 Page 2 of 3 Rank 1 2 Bidder Hardy & Harper, Inc. Gentry Brothers, Inc. Base Bid Amount Ellis Lane) $72,678.00 $84,953.50, Additive Bid Alternate Villa Park Dr $24,344.00 $14,456.00 Total Bid Amount ase Bid +Alt $97,02_2.00 $99,409.50 3 Excel Paving Company $86,598.00 $26,214.00 $23,288.00 1 $57,616.00 $112,812.00 $112,737.40 4 EC Construction $89,449.40I 5 All American Asphalt $89,629.00 $147,245.00 d Onyx Paving Company, Inc. T $95,000.0 8,000.00 $2 $123,000.00 The base bid submitted by Hardy & Harper, Inc. is the lowest responsive bid. Hardy & Harper's license was verified with the California State Contractor's License Board to be current, active and in good standing, and registration with the California Department of Industrial Relations was also verified. Staff checked the contractor's references and received positive feedback. Hardy & Harper has completed street resurfacing projects in Newport Beach, Inglewood, and La Canada Flintridge. In order to take advantage of Hardy & Harper's favorable bid pricing, staff is also requesting Council's authorization to include the Additive Bid Alternate work (Resurfacing of Villa Park Drive) in the award of contract. Assuming the award of contract is approved tonight, staff anticipates the work will be completed in March 2019. FINANCIAL REVIEW This project was included in the Fiscal Year 2018-2019 Capital Improvement Program as a carryover project from Fiscal Year 2015-2016. The budget for this project is $105,060 in Gas Tax funds. The total estimated cost of the project is $106,722 which includes the contract amount and 10 percent contingency. Therefore, staff is requesting an additional allocation of $2,000 to cover the full contingency if necessary. ENVIRONMENTAL REVIEW Since the proposed work is a minor alteration to an existing public facility, the project is Class 1 Categorically Exempt pursuant to the California Environmental Quality Act (CEQA). PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: r� Rey Alfonso, P.E. Director of Public Works City Council Meeting February 12, 2019 Page 3 of 3 Attachments: A. Hardy & Harper Bid Proposal B. Bid Analysis Attachment A Hardy & Harper Bid Proposal CITY of RosFMEAI) STREET RESURFACING PROJECT ELLIS LANE FROM TEMPLE CITY BLVD TO GUESS ST. PROJECT No. 21023 coNTRACT BID FORMS iI it i PROJECT No. 21023 coNTRACT BID FORMS Hardy & Harper, Inc. BIDDER: CONTRACT BID FORMS TABLE OF CONTENTS SECTIONI BID SCHEDULE............................................................................................. ...1 S SECTION 2 BID DATA FORMS..................... 2.A BID BOND.............................................................................................6 ............ 23 LIST OF PROPOSED SUBCONTRACTORS ............................................. ...........7 i i SECTION 3 NON -COLLUSION AFFIDAVIT..........................................................................10 .I >:I i _I `� CBF -15 BIDDER: _ Hardy & Harper, Inc. SECT(tJ1V 1 -,81D SCHEDULE CBF -1 I Hardy & Harper, Inc. BIDDER: BID SCHEDULE SCHEDULE OF PRICES FOR STREET RESURFACING PROJECT ELLIS LANE FROM TEMPLE CITY BLVD TO GUESS ST. PROJECT No. 21023 r 1 [YT.t YtTii fl liYYT.1Y\YTY lid Y {TN}J is UNIT OF MEASU EST, UNIT ITEM NO. ITEM DESCRIPTION RE QTY. PRICE COST 1 Clearing& Grubbing per plans LS 1 ` ��� 00 l abo 00 and specifications. 1 2 Disposal of Waste Materials. LS, 1 CJI bOO'o0 3 i Odd - 00 3 Cold mill 2 -inches thick SF 25,345 4 p to, W-00 existing pavement. 4 Construct 2- inches thick TON 300 00 pavement overlay ARHM-GG C (PG 64-16) as indicated on the plans, 5 Remove 6 -inches of existing SF 500 pavement and replace it with p• 00 p y 000 ' 00 4 -inches of AC B -PO 64-10 Base Course over compacted native. 6 Adjust Sewer Manhole, to EA 6 Oa 3 i U ()U, 00 Grade per SPPWC Std, PIan 205-1 and2061, 7 Adjust Water Valve/Gas Valve EA 5 00 Goo, oo to Grade. 8 Install Survey Well Monument EA 3 00 per City of Rosemead Std, Plana() Z.i100•00 S08-001, (Cover, Sleeve & Dome will bib' provided by the City at no cost). 9 WWI Trak Striping and LS 1 `' d . ®p i 4,2A()-"' Pavement Markers per plans & specifications Complete. C6r-2 TOTAL BASE (SCHEDULE BID BIDDER:Hardy & Harper, Inc. Dollar amount in wA ten form } , ALTERNATE BID A'Y7Ti IVYW rrn P,.Vn n- V.YTT, PF .r,AC. i•1llY«1t11111. L.RV.1 N• ,.•awv.,vt +.wvw.v ...+-..... .- -- - - -- - UNIT EST. UNIT ITEM NO. ITEM DESCRIPTION QTY. PRICE COST 10 Cold mill 2 -inches thick SF 8,520 61 lull Oe existing pavement. 11 Construct 2- inches thick TON 110 C'0 Dc� pavement overlay ARRM-GG- C (PG 64-16) as indicated on the plans. 12 Adjust Sewer Manhole to EA 1 U 010-00 UCO. o o Grade per SPPWC Std, Plan 205-1 and 206-1. 13 Install Survey Well Monument EA 2 po b, I'D per City of Rosemead Std, Plan 0 S08-001, (Cover, Sleeve & Dome will be provided by the City at no cost), 14 install Traffic Striping and LS 1 t t v a a c 3o• o 0 q Pavement Markers per the i Striping Plans and Specifications Complete, TOTAL ALTERNATE BID PRICE >s (1x Dollar amount in VridoK form TOTAL BASE & ALTERNATE BID PRICE 11,Mg1 °° $ — q a - 2) r 6c7 . t _aJt 9V---` Z a ant in written form he Ci ofRosemeadreserves 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 prc jcct: CBF -3 BIDDER: Hardy& Harper, Inc. If the Bid ]documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total BidPrice 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 consideredthe Total BidPrice 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 frilly 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 ofthe BidPrice and the numerical amount ofthe Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Bid Bond Dollars M. '00� ) 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 fait 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 (S) 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 f documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to thepurchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 ofthe Clayton Act (IS U.S.C. Section 15) or under the Cartwright Act (Chapter 2 Wart 2 of Division 7 ofthe Business •, -- - and Professional Code), arising frompurchases of goods, materials or services bytheBiddegfor 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 lie Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and. to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder 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 CSF -4 BIDDER: Hardy & Harper, Inc. , _................ -- -- -._ _.__.... ...... _.— - 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, The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda -Nos. Hone 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. ff 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 -5 M ,re, i<qqbnc,' Typo or Print Name vo m0ot Title) Biddofs/Contractorg State, of Incorporation; Partners or Joint Venturers: Bidder's License Nenibur(s): /I 1 -4; 11 'G '2 O E' WOW �O- Business Street Address Sarta Ana, c� 19106 City, State and Zip Code 111- 444- 'g5(' 'Telephone Number C#W-DMI'M W Department Industrial Relations Fwgistcred No. -Ae un ponatt�ofperjuty-ffiew=acy--fthje� 1) By its signature on this Bid, the Bidder cora s der representations made on the Contract Bid Forms, 2) if Bidder is a corporation, enter Stato of incorporation in addition to Business Address 3) 11 Bidder is a partnership or Joint venture, give M names of all Partners or joint venturers. As further discussed in the Ustructiong to Bidders, Bidder will be required to provide evidenee that the person signing on behalf of the COMOration. Dartnorghin or ioint venture has the authority to do so. CBF -6 Li ik J As further discussed in the Ustructiong to Bidders, Bidder will be required to provide evidenee that the person signing on behalf of the COMOration. Dartnorghin or ioint venture has the authority to do so. CBF -6 SECTION2 -8ID DATA FORMS CBF -7 BIDDER: Bond No. CSBA-9731 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 adequatelyprovide the information required. Bidder shall ensure that overy_page of its Bid Data Forms no properly Identified with the Bidder's name and page number. 2,A BM 11 KNOW ALL MEN BY THESE PRESENTS: THAT as principai, and Fidelity and Deposit Company of Maryiana , as Surety, are held ixrmly bound auto the CITY OF ROSEM , AD (hereinafter called the OWNER) in the sum of Ten Percent of Amount Bid beingnotlessthan tenpercent(10%) ofthe Total Bid Price, for the payment of which sum will and truly to be made, we bind ourselves, aur heirs, oxecutors, administrators, successors, and assigns, jointly and sevorally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the STR I T RESUR7N'ACIN0 PROJECT —13+ LW LAPIS FROM TEMPLID CITY BLVD TO GUM STR I UT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated January 23rd 2019 , NOW, THEREFORE, if said Principal is awarded a Contraot for the Work by the OWNER and, witbiathe time and in the manner mgaired by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes thexequired bonds (one to guarantee faithfalperformance and the other to guatantee payment for labor and materials) bmishes the required insurance certificates and endorsements, andfumishes any other certifications as may be required by the Cpi[tteact, then this obligati-oii shall -be huff and void; otherwlso It shall remain in fall force and effect. In the event suit is brougbt 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 fared by the court. SIGNED AND $BALED, this 22nd day of January 11, , 2019 . Hardy & Harper, 190-.7 (SE Principal By: By. Signa411evettsG}7 jr Vfiom& cls 01231M CBF -8 Fidelity and Deposit Company of Maryland (SEAL) Surety Signat WD fight Reilly Attorney -in -Fact A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orange ) On 1/22/2019 before me, Melissa Ann Vaccaro Notary Public (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/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ". w°��,, MEL155A ANN VACCRC RO I( WITNESS my hand and official seal. nL comm. 2aaaea , ;:�� Plotary Puhlic �'alifornia a . �ha��y- e eRAF7GE CCtJAJ7Y (�, a \ ',eVka° PA;,Coi=mm-�pirasMay 7.2,3022 Signature � r,\7��ve C u�Ca (Seal) V~v v Melissa Ann accarc Bond No. CSBA-9731 - -- ....—_......... — R.._.. zUiCH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY ANDSURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State ofNew York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the State of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies"), by Robert D. Murray, Vice President, in pursuance of authority granted by Article V, Section 8, of the By -Laws of said Companies, which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date hereof, do hereby nominate, constitute, and appoint Daniel JWCKABAY, Dwight REILLY, Arturo AYALA, Shauna ROZELLE OSTROM and Frank MORONES, all of Orange, California, its true and Iawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any and oil bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duty executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly elected officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland„ and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills, Maryland., in their own proper persons. The said Vice President does hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V, Section 8, of the By -Laws of said Companies, and is now in force. IN WITNESS WHEREOF, the said Vice -President has bereum`o subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 27th day of November, A.D. 2018. ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By., RobertD.Murray Tice President t-1 ahvx�, VtM5 By: Dalvn A Brown Secretary State of Maryland County of Baltimore On this 27th day of November, A.D. 2018, before the subscnber, allotery Public of the State o£Maryland, duly commissioned and gnalified, Robert D. Murray, Vice President and Dawn E. Browny Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction ofthe said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and yea fist above written. ``pill°sem ��11lLtllflFl1 Constance A. Duna, Notary Public My Commission Expires: July ^, 2019 a`' CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the Identity of the Individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California } County of Orange ) On January 23, 2019 before me, Jo -Ann Lyons Notary Public Date Here insert Name and Title of the Officer personally appeared Steve Kirschner Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person( whose name(}{) is/axe subscribed to the within instrument and acknowledged to me that he/sKe/they executed the same in his/hor/their authorized capacity(iefi), and that by his/h>ar/thoir signature(g) on the instrument the person(w, or the entity upon behalf of which the person(x) acted, executed the Instrument. JO -ANN LYONS Notary Public - California Orange County > Commission B 2141077 My Comm. Expires May 3, 2021 Place Notary Seal Above 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. j) Signature vvr - Signature of Notary ublic ..._....... _.. ... OPTIONAL . _ _.__.._........ - Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Bid Bond Document Date: Janus 22, 2019 Number of Pages: _ I Signer(s) Other Than Named Above: _ Dwight Reilly Capacity(ies) Claimed by Signer(s) Signer's Name: stave Kirschner © Corporate Officer — Title(s):y;ca arPgldant ❑ Partner — ❑ Limited ❑ General ❑ Individual El Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Hardy & Harper Inc. Signer Is Representing: Hardy & Harper Inc. Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator F1 Other_ Signer Is Representing: <�✓GL/v✓ '✓4" S'✓4'� � � tiG'✓GNM4 a�.'✓:�-h'-34\':.-✓ � - 'rrG'mG�" <'ei6'e�6✓:.v4i✓4�G�✓.G<g. �' F'✓ u<u<Cu.Gv1' RY4111251110015# We ski•. • • • • •• L11I 0#01rdial:0111; '1 , Hardy & Harper, Inc. BIDDER: 2.B LIST OF PROPOSYM 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 ofthe Work in an amount in excess of one-half of one percent (greater than 0, 5 %) ofthe 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 ofthe Contractor's totalbid or tenthousand dollars ($10,000), whichever is greater, and shall further set forth tbeportion 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, 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 suchportion 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 bf one half of one percent (greater than 05%) ofthe 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. I CBF -9 i Hardy & Harper, Enc. BIDDER: ._ - 2,11 LIST OF PROPOSE)) SUBCONTRACTORS (continued) [* *Duplicate Next 2 Pages if needed for listing additional subcontractors.**] Name and Location of Subcontractor Description of Work to be Subcontracted SUyvvl motkgmont� License No,: Department Name and Location of Subcontractor {{y{ p/y T,AYYf P• o`e�l �CWI Description of Work to be Subcontracted 4ti0\Ajusffnmis License No,: Department + Name and Location of Subcontractor tT o 9 Description of Work to be Subcontracted License No.: a& 211 Department of Industrial Relation Registration No. b o® � I7 Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: "i License No.: Deparunent of Industrial Relation Registration No, ;i Name and Location Description of Work of Subcontractor to be Subcontracted t: + Address: License No.: Department of Industrial Relation Registration No. i CBF -10 �, r,1 BIDDER: Hardy& Harper, Inc. 2.0 RRBOM 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: Please see attached io and Address of Owner Name and telephone number of person familiar with Project Contract amount 2. Name and Address of Owner Type of Work Date Completed Name and telephone number ofperson familiar with project Type of Work Date Completed Name and telephone number of person familiar with project Type of Work CBF -11 Date 4. Hardy & Harper, Inc. BIDDER; Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 5"ECTI©N 3 NON --LOLL USIONAFFIDAYIT CBF -12 Date Completed PUBLIC WORKS REFERENCES Attachment I�TifMF➢74REi Project (Amount & Owner/Agency Contact Completion Date) City of Jurupa Valley Mike Myers T.R.I.P Pavement Rehabilitation 8930 Limonite Ave (951) 332-6464 Phase I Jurupa Valley, CA 92509 mmversCMurupavalley.ora $1,254,012.21 03/17 City of Newport Beach Frank Tran MacArthur Blvd Pavement 100 Civic Center Drive (949) 644-3340 Rehabilitation Newport Beach, CA 92660 ftranCa)newportbeachca.aov $2,142,045.66 3/17 City of Rancho Cucamonga Romeo M. David Red Hill Park Pedestrian Trail 10500 Civic Center Drive (909) 477-2740 Renovation Project Rancho Cucamonga, CA 91730 Romeo.David cit yofrc.us $171,888.70 3/17 City of Riverside Ben Hatheway 2015/2016 CDBG Street and 3900 Main Street (951) 826-5561 ADA Footpath Improvement Riverside, CA 92522 BHatheway(5)rivers1deca.aov $980,681.29 5/17 City of Signal Hill Anthony Caraveo Willow Street Improvement 2175 Cherry Ave (562) 989-7352 Project Signal Hill, CA 90755 acarayeDacityofSlanalhlll.Ora $922,100.43 6/17 City of Laguna Hills Frank Tran Arterial Pavement Management 24035 EI Toro Rd (949) 644-3340 Project Street Rehabiltation Laguna Hills ftran0-)newportbeachca.a0v $1,375,406.90 6117 City of Highland John Egan West Highland Bikeways 27215 Base Line (909) 890-1255 Infrastructure & Pavement Impr. Highland, CA 92346 iecanCa)erscinc.com $2,678,788.77 7/17 City of Irvine Brian Brown Yale Ave Rehabilitation Irvine One Civic Center Plaza (949) 724-6000 Center Drive Bid No. 17-1160 Irvine, CA 92623 bbrown(a7citvofirvine.ora $2,453,343.83 7/17 City of Pasadena Tony An Preventitive Maintenance of 100 N. Garfield Ave (626) 744-7403 Street 2016 Pasadena, CA 91109 tan( citvofpasadena net $945,932.59 8/17 City of Ontario Miguel Sotomayor ATP Cycle I Safe Routes to 303 East B Street (909) 395-2108 School Sidewalk Improvements Ontario, CA 91764 msotomayor(aaontarioca.gov $824,850.88 10/17 City of Inglewood Hunter Nguyen Streets &Alleys Rehabilitation One Manchester Blvd (310) 412-5333 Project Inglewood, CA 90301 hhunte1cityofinalewocd.ora $2,639,330.06 11/17 PUBLIC WORKS REFERENCES AttachmentA Henry Ngo Edgemont Neighborhood Contact Project (Amount & Owner/Agency Moreno Valley, CA 92552 henrvn0movai.org Completion Date) City of Rancho Cucamonga Romeo David Archibald Ave from Hillside Rd 10500 Civic Center Drive (909)477-2740 to N. City Limit & Haven Ave Rancho Cucamonga, CA 91730 Romeo.David0c1tyofrc us Wilson Ave $796,042.98 8/16 City of La Canada Flintridge Greg Kwolek 2016 Citywide Street 1327 Foothill Blvd (818) 790-8880 Resurfacing La Canada Flintridge, CA 91011 gkwolek(g lcf.ca.gov $1,084,562.67 8/16 City of Huntington Beach Joseph Fuentes Nichols Lane Rehabilitation 2000 Main Street (714) 536-5431 from Slater Ave to Warner Ave Huntington Beach, CA 92648 Ifuentes(dsurfcity-hb.org $644,000.00 9/16 City of Claremont Vincent Ramos Residental Slurry Preparation 207 Harvard Ave (909) 399-5396 CIP 2016-02 Claremont, CA 91711 vramosOci claremont.ca.us $579,000.00 10/16 City of Rancho Palo Verdes Lea Reis Residential Street Rehabilitation 30940 Hawthorne Blvd LReisC)rovca.gov Project Phase Rancho Cucamonga Palos Verdes (310) 544-5307 $2,639,962.68 11/16 City of Cathedral City Bill Simmons Date Palm Dr. & Cathedral 68-700 Avenida Lalo Guerrero (760) 770-0340 Canyon Pavement Rehab Cathedral City, CA 92234 bsimmons(aicathedraldly.gov $939,000.00 11/16 i City of Moreno Valley Henry Ngo Edgemont Neighborhood 14177 Frederick St (951) 413-3100 Pavement Rehabilitation Moreno Valley, CA 92552 henrvn0movai.org $383,000.00 12/16 City of Chino Hills Fe Rama FY 2016-2017 Street 14000 City Center Drive framaCa chinohills.org Improvement Project Chino Hills, CA 91709 (909) 364-2600 $1,039,000.00 12/16 County of San Bernardino Melinda Barnes Slover Ave Phase II 825 East 3rd Street McBarnesCaMow.sbcounty gov (909) 387-7920 San Bernardino, CA 92415 $2,405,020.32 1117 City of Newport Beach Frank Tran MacArthur Blvd Pavement 100 Civic Center Drive ftran(a)newportbeachca qov Rehabilitation Newport Beach, CA 92660 (949) 644-3340 $2,142,045.66 3/17 CBF -13 BIDDER; Hardy&Harper, Ina, W. NON -COLLUSION AFFIDAVIT In accordance with PubIie Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position lusted below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf at any u ad is clo s ed p erson, partnership, eompmy, associaiioii, 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 pat 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 ix any overhead, profit, or cost element of the i 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, submittedhis or her bid price or an 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 i thereof to e0ectuate a collusive or sham bid. %l Sia a stab � rscbr)-e( Typed or Printed game Title �arAq �-n t M" Pidder J al 121111 Scbsczibed and sworn before mo This _ day of , 20 .; Notary Public in and for the State of California f" My Commission Expires: _ usl CBF -14 (Seal) CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE § 8202 ® See Attached Document (Notary to cross out lines 1-6 below) ❑ See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate Is attached, and not the truthfulness, accuracy, or validity of that document, State of California County of Orange Je"ANN LYONS Notary Public- Colifomla `a Orange County .... ..._.... Commission N 2791077 My Comm. Expires Maya, 2021 Subscribed and sworn to (or affirmed) before me on this 22 day of January 20 19� by Date /Month Year (1) 'five— /rr6iscY/t7f/ (and (2) ll 0 E ), Name(s) of Signers) proved to me on the basis of satisfactory evidence to., be the person (s)_ who appeared_ befor_e,. me. Signature .-"_ Signature of Notary Public Sea/ Place Notary Seal Above OPTIONAL Though this section is optional, completing this Information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document Non -Collusion Affidavit Document Date: January 21, 2019 Number of Pages: 1 Signer(s) Other Than Named Above: None 02014 National Notary Association - www.NatlonalNotary.org • 1 -800 -US NOTARY (1-800-876-6827) Item #5910 Attachment B Bid Analysis to o w Q U wuja Lla. co J Q w z w J 0 0 �mw a N o o Ol qVoz, Wry N C4 en 'r D p V M N waUCUA nI�gISiiE,-IEAI-,s c 0 0 0 0 0 O 0 O 0 o 0 0 0 0 0 0 o 0 OO 06 M OOOOOdO ' t - E E 0 0 O 6 O �D sn •--� M �O rr W �a N Ori !fid U U /CpS `+ 69 0 Eli 0 69 0 6A 0 C EA W v n O O O O O O O O OM L dam' U sus Ge E» vi 69 vi sn ss sFi cs c u o C> '-t 0 0 0 0 0 0 7 Oo 0 0 N O O O VO' Oa o a Cl O a c b m moi" CN f.r m d N � � N CYj a aCIO F PIl w w w a c$ o o N CD r c7 •3 `�' a a p CII rd b4 Z 0 > P m O H U V O bA aU+ •+ O /� •p y m 0 W 0 p •(�' CLq c p A 2 °' m U �'� o•� � m U �6nW 1y � U td r E "U Q U v a w <C A AQ E o�Ncov z rn CDr•00m nI�gISiiE,-IEAI-,s d c o o a o 0 0 0 0 O d' O Q O O 4 N E �o h Q O M d' N a rn �-� N rr W �a N Ori !fid � U /CpS `+ 69 0 Eli 0 69 0 6A 0 69 0 EA W v n O O O O O O O OM L dam' Y '--I O A,�W V nI�gISiiE,-IEAI-,s J jI�0WWa H d ..Q r N kn OQ 3 � A J jI�0WWa H ..Q r N � � A L; N W �a � U bA EC�7vfA O A,�W V N 3'3d N Oa U CN f.r o U) 2 rn a W LL O � � J 00 O 00 W U N C Y O O O O 0 0 0 0 0 0 O L O O Rn O 0 0 0 0 0 Vl 3 O o 0 0 0 0 0 0 0 0 o m t VMi U es 0 ss 0 va 0 zs 0 � 0 ce O OO O O O b Ge6sssrA V C - G o N 0 CY Uv3 E»F»ss psi se sz sv r»v3 c v Cl �. _o ..._._. 0 0 0 0 0 � b 0 Q 0 0 pC Qom, 0 0 OOi O U o a YF• G a w k6 U Q 69 64 69 rs3 69 FA ti Y m O a ++ y O O m C w w M b O �p M o j N CY Y y A F + U U O O r r r N r M r d r Y N� 6 C> a O N �4� 0. a 7 0 3 cq � R � ro � m d b T a x G y v w Y F J� > Y O Vr O DIJ •� C 0 ��j0'�1 414 U .� N e a 0tpCy N o � ,� � � 3 46J� Pa .N.+ Ow � Lo f-4 a )vc4a. �UtaUo O Z r N M V' LO co n m O C 0 0 0 0 0 0 0 0 0 0 0 0 C v O o 0 o 0 a O tU 10 $ � r a U es 0 ss 0 va 0 zs 0 � 0 ce O OO O O O Ge6sssrA - G o N 0 CY 0 N � b i U o a YF• U Q p ti Y m O p,49 b Pa o o� Y y A F + U U O O r r r N r M r d r Y M, o w W fn 2 LEinn. NJ LL 0 K Z W }o a_o ~ m 2 U N In W Q z LU W J Q G .�.r C O O O O O O O O 0 0 0 0 0 0 0 0 0 0 0 0 O O 0 M 0 0 o Vai O Obi O U v3v�ssv�rflrn v o 0 0 0 0 0 0 0 y O i LL 0 ra � O oo O �o O o .0 C � vi ss v3 vs ss O N � .� U va va �r v3 ss v3 ss v3 v3 fsi c 00005 F W W c' r1 3 o C a 0 0 0 0 0 '" 0 1 a �n ,-, 0, Q � 00 N � � -a fA b9 b9 fA (H 69 64 69 Ffi d 0 > G h O a1 a A M bA rl N y y tj N Y q Y O U P N h rl O. 4 4 U 7 a�'i N CTi rn i5in ^� F E b M W U L) z° o r N M C E T T T T Y 0 N❑❑ q{ a� Ln C7 � Np � ti ro U 4 Y 0 R N > Qo y CJ '!0 O 'yO b1Y p'U 0 y 0 Q N In Va F a E�ab°E�aF E O z r N co V' 0 (o Ih co m In W Q z LU W J Q G 0 0 0 0 0 0 W M O Vl Vl N O U v3v�ssv�rflrn v o 0 0 0 0 0 0 0 y O i LL 0 ra � O oo O �o O o .0 � vi ss v3 vs ss N � .� N •--� 7 F W W r1 N 1 0, � oqq C07� a 0 > G O a1 a A bA rl N y y Y q O U P N h rl O. 4 4 U 7 a�'i N CTi i5in ^� F E b U L) z° o r N M C E T T T T Y us 13 W Qg U LL L" o a O 2zw LL OL] �00w WIU M r H O� d y en oa � C U U 9 C pNt�-.M aaU�UA 55' Y Y C p O o O 0 7 0 O 0 0 0 0 0 0 0 0 0 0 0 d� o 6 h 6 w cD O �o O d°\' .-� N N .M.. i rr U09 r.00000 C> (�q N ss P F» O E» O » y V C a, O N C-4 f _ _ 0 Gn 49 69 69 69 y� W U is vi v3 Ffi Fa 49 sa sv F» v3 GO owwa �ovNi,rn m0000 � O C 0. O O° E `o 7 M O N O 0 N Q � M ELI V M 49 60 :A &v sA 49 (9 49 G2 ai � a "p m U m o y M � N w w a ° a a� p w � ° F' E m i N Cl�a p bF UU�a" 14 u O Z E -18 N C w r P4 ro o 91 y by 0 i a y0 by itl N P1>6 y 11-++ V 4� �d Ot G to Q r� %��+ yO�. 010 3 �UAUU ti p 0 F yZ P N c) -t N (O h W W 55' Y o N� 0 0 0 0 0 0 O h N V l 6 O 7 o 6 h 6 w cD N .-� N N .M.. i rr U09 r.00000 C> (�q N ss P F» O E» O » y V C a, O N C-4 f _ Gn 49 69 69 69 y� W GO owwa � E `o H 0 N ELI U � O � a m U a F ° F' i N Cl�a bF UU�a" O Z E Y bn U) ❑ U W 0. LL J O K Z W LL Q O ❑_ A r m W U y ti m a � V en a 'o C U a a dN� wa.Ud'Vl� Fn uj i F a C C (- O N O 0 0 0 0 0 0 0 0 0 0 0 0 V 7 3 O Q M (O N M E W 4 d0'o n" O O O T d� Vi N Vi Vi Es 0 0 (s) V L 4 (V 0 o 0 kn 07 r N D\ C V EH E9 E9 6s E} to U f» Es es va Es (a Es Es $ ro�oao: C o - 3 O .` IL mC>0d Lr) O m 0.o00v It N E Y ,Ni1 b � A v� 'B '� V3 6R3 fR KA H3 b9 69 E9 69 C7 b N p d O O 'D N M S N a c O P ❑i wwwa �aacn0 W x.x o � SEW+ P1 0 '. 4 a V N N 3 U w o � o N m y Z O N M d P N q a a� ; p,o M o 'x •� '� ti m h o `� g oAll iU � � e RUMq �i c 3 ow U � O +�UAUUa;a E w Z O- N (O r W O Fn uj i F a C 0 00 0 0 0 0 0 0 0 0 0 O0 E b r O N 6 0 0o V 7 (6 Q M (O N M M Lf C O U Gs n cn ay o 0 Es 0 0 Es 0 0 Es 0 0 (s) y 4 (V 0 o 0 kn 07 r N D\ V EH E9 E9 6s E} to a a � F O N � A v� O C7 b Y c O P ❑i W x.x o � SEW+ 0 '. 4 a V N N 3 U N E m y Z O N M d P O O N N r v?. 13W w 2 0. CJL 0 m on_o m W U V) Y e3 e om�oo 0 O 0 O 0 b OOOO 0 0 0 0 OO 0 h O O N O O 0 0 0 0 p 0 0 .-i N O Vt M •'� �/? O �n O O O Q c 7 �d O` N m O O U ss m Fs O o 69 O o f» O o V v> L) •� a orioot N 34 R o L _ 0O N O b opo U v3 vs vsrfl 'AlA69 toll V6 s9vi C V O M cl 0 0 0 0 O 7 'C O 0 0 0 o �. a0 Y O VNl m h 0 V1 0 O 0 O Q m C7 d Gq P` a b GO �v m Y m m �aQ m n ,x •k �vF4 �w � CA N U •y on N N � aTi U a a a cn o U) w w w a H O r N M d m Y .q b q J U N � � v H i O i -i U O O ie td - O O R. .a .R •� ttl N N N V id P S N 3 W f�l o.p p� cn F�6' e 0b•� �H y6 e- N CO It N (O I- co ld Y e3 o V• 0 O 0 O 0 O 0 b 0 O 0 N � O � oO O O h O O '+ O qO N O Q M r .-i N D N O U ss m Fs O o 69 O o f» O o a O 10 v> L) •� a orioot N 34 o _ 0O N N� b opo Cn 0 V4 cn H N � C U N C7 P` b GO �v m �aQ ,x •k �vF4 �w U •y �j N N � aTi U UUd�F O Z E O r N M d m Y