Loading...
Belaire-West Landscape Inc.CITY OF ROSEMEAD TREE PLANTING PROJECT ON VARIOUS STREETS CONTRACT BID FORMS BIDDER:. / F'WLeU/ CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 SECTION 2 BID DATA FORMS 5 2.A BID BOND ................................................................................................................6 2.6 LIST OF PROPOSED SUBCONTRACTORS .........................................................7 SECTION 3 NON-COLLUSION AFFIDAVIT .............................................................................10 CBF-12 BIDDER: SECTION 1 - BID SCHEDULE CBF-0 BIDDER:T~P-< WEST l~oSUr~ BID SCHEDULE SCHEDULE OF PRICES FOR TREE PLANTING PROJECT ON VARIOUS STREETS BASE BID SCHEDULE MARSHALL AVENUE FROM ROSEMEAD BOULEVARD TO WALNUT GROVE AVENUE cvr rvulo!r ..A.l arto 1 A!`ATIr%MQ UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing LS 1 10 o v 1 V o 2 Disposal of Waste Materials LS 1 SO0L> S/ppJ 3 Furnish and Install 24-Inch Box Cinnamomum Camphora T 'L-75 OGO ree per (Camphor Tree) Parkway y APWA Std. Plan 520-3 Complete. Ea 40 4 Furnish and Install Tree Well and OU 7 O Cover per APWA Std. Plan 519-2, ( Type 3. Ea 3 ~ 5 Perform a 90-calendar days maintenance period as indicated pV p on the Technical Provisions. LS 1 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ ~ 2r S ~D Dollar amount in written form ALTERNATE BID ITEM # 1 HELLMAN AVENUE FROM WALNUT GROVE AVENUE TO NEW AVENUE r rvul lr 99 1. rno 1 n1 ATIl1AIC NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 5 Furnish and Install 24-Inch Box Parkway Tree Evergreen Pear ' (Bradford Pear Cultivar) per D ' C o 0-o APWA Std. Plan 520-3 30 i Complete. Ea 100 6 Install Tree Well and Cover per L2 O 0 !d ~J APWA Std. Plan 519-2, Type 3. Ea 28 ALTERNATE BID # 1 PRICE Dollar amount in written form CBF-1 ALTERNATE BID ITEM # 2 VARIOUS RESIDENTIAL STREETS SEE EXHIBIT "C" FOR LOCATIONS UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 7 Furnish and Install 24-Inch Box Tabebuia Avellanedae (Pink Trumpet Tree) Parkway Tree per APWA Std. Plan 520-3 3 0 " Complete. Ea 85 8 Furnish and Install 24-Inch Box Parkway Tree Evergreen Pear (Br df d P C lti 3 p o a or ear u var) per Z 7 APWA Std. Plan 520-3 Complete. Ea 85 9 Furnish and Install 24-Inch Box Cinnamomum Camphora o D (Camphor Tree) Parkway Tree S per APWA Std. Plan 520-3 L s Complete. Ea 85 10 Install Tree Well and Cover per APWA Std Pl 519 2 T 3 E vV Lp0 Z 7 . an - , ype . a 8 ~ r ALTERNATE BID # 2 PRICE 9 U Dollar amount in written form C' S~t/~^Yr`1 aicGu-I T~JS.~.~~ wrap t-~v~v~n~o 9a c..c~+Zl TOTAL BASE BID PRICE INCLUDING ALTERNATES$ G~ 14r-'~O r AS I ,J~ --FP,:-3 J S &,,C5 fi P-J N h 12,?_0 i- c A-rq Dollar amount in written form The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Calendar 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. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose.to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. CBF-2 BIDDER: +6J56111&- 4?i L.*wmla6 A9117 Attache hereto is a certified check, a cashier's check or a bid bond in the amount of D. OODollars ($1gebO ) said amount being not less than ten percent (10%) of the Total Bi Prid ce. 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 bythe Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliverto the Owner within thatsame 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. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. 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. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos 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 `wr By: Sig ature JAS !~Fft L) J Je 57 Type or Print Name ems , 01~r->r Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): NOTES: BIDDER: 73?1 ter ~sur A~l~ Business Street Address Cr 9062C City, State and Zip Code 14 5-2-7- 920=' C> Telephone Number <f*- N 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) _ If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF-4 BIDDER: SECTION 2 BID DATA FORMS CBF-5 BIDDER: &~ECf/fSTGL+1QS ///e, 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 Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, 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 Owner approval. CBF-7 BIDDER:/ Rl¢~/ WSf*4iN✓~{ 1,)(T 23 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."'] Name and Location Description of Work of Subcontractor y to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF-8 BIDDER: 2.C REFERENCES The following are then am es, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: } k 1~ Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 2. Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 3. Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work 4. Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF-9 b w Belaire-West Landscape, Inc. Lic. 448-636 7371 Walnut Ave., Buena Park, CA 90620 EXHIBIT "A" MAJOR CONSTRUCTION PROJECTS COMPLETED CITY OF LAKEWOOD 5050 Clark Avenue Lakewood, CA 90712 West San Gabriel River Nature Trail Landscape & Irrigation Contact: Lisa Raap 562-866-0505 Contract: $453,500 Completed April 2007 CITY OF MONTCLAIR Po Box 2308 Montclair, CA 91763 Montclair Ph A Landscape & Irrigation Contact: Steve Stanton 909-625-9444 Contract 1,242 Mill Completed December 2007 CITY OF HERMOSA BEACH 1315 Valley Drive Hermosa Beach, CA 90254 Aviation B1vd.Tree Project Landscape & Irrigation Contact: Ken Reamey 310-318-0228 Contract 172,000 Completed Sep 2006 P (714) 523-92UU F(714)523-9201 EXHIBIT "A" MAJOR CONSTRUCTION PROJECTS COMPLETED Contact: LarryBaldwin 714-690-3310 Contract: $63,165 Completed 05/2007 CITY OF CORONA 400 S Vicentia Ave Corona, CA 92882 Clearwater Slope Landscape & Irrigation Contact: Nadeem 909-279-3515 Contract: $63,270 Completed June 2007 CITY OF LAKEWOOD 5050 Clark Avenue Lakewood, CA 90712 West San Gabriel River Nature Trail Landscape & Irrigation Contact: Lisa Raap 562-866-0505 Contract: $453,500 Completed April 2007 CITY OF MONTCLAIR Po Box 2308 Montclair, CA 91763 Montclair Ph A Landscape & Irrigation Contact: Steve Stanton 909-625-9444 Contract 1,242 Mill Completed December 2007 CITY OF HERMOSA BEACH 1315 Valley Drive Hermosa Beach, CA 90254 Aviation B1vd.Tree Project 2 LJ~u14S~-i~- SECTION 3 NON-COLLUSION AFFIDAVIT CBF - 10 BIDDER: Z&wl P1 W4s~ Ll~NK /~P 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, orcorporation; thatthe 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, orthe 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. Signature Jas S,rz~~~<sw.,~ Typed or Printed Name Title Subscribed and sworn before me This _ day of Notary Public in and for the State of California My Commission Expires: Bidder 20 CBF-11 I / ✓jG (Seal) ALL-PURPOSE ACKNOWLEDGEMENT j State of GL/ 1-)10A'V1 a- ss. County of W_C nJqQ~ On _?A//0 q before me, Na/Uie- SU 44 w e4',S (Date) (Notary) personally appeared a/l personally known to me or ❑ or proved to me on the basis of satisfactory evidence) to be the personKwhose name is/subscribed to the within instrument and ackno ledged to me that e/she*ly executed the same in her/th~`r authorized HHOOOHHONOOHNONOOOOHONOHNOOD capacity(, and that by K/her/tKir signatureK on MARIE J. SUMMERS the instrument the perso, or the entity upon behalf of 10508 W NOTARYPUBLIC-CALIFORNIA D which the person acted, executed the instrument. COMM 018 QU Q ORMGE CONTY . 2012 MCNN1$$NIOH000HOOHHOzONHOi WITNESS my hand and ffic- 12 al. Sump clear impression of notary seal above. W's Signature OPTIONAL INFORMATION CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ( orporatc Officer (Title) ❑ Partner(s) ❑ Attorney-in-Fact ❑ Trustee w A Other DESCRIPTION OF THE ATTACHED Wox)- Co/7vSio/J Title o Document Number of Pages 3~y/o 9 Document Date G t-/ O-P gae'~ l gee Other Information 1 CAPA v10.30A4 :v.no;ar~czsesco~„ 300-37J-9865 ~ l BIDDER. Belaire-West Landscape, Inc. 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 Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Belaire-West Landscape, Inc. as Principal, and Arch Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of t 0/0 being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Traffic Signal Installation at First Avenue and Santa Clara Street as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated March 4 2000 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 otherto guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 3rd day of March , 2009 . Belaire-West Landscape, Inc. (SEAL) ' Principal By: _ By: 'Signature Arch Insurance Company (SEAL) Sty Signature Pamela McCarthy, Attorney-in-Fact CBF-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT State of California \ SS. County of San Bernardino On .3 3 64!9 before me, FRANCES LEFLER. NOTARY PUBLIC Name and The of Officer (e.g., "Jane Doe, Notary Public") personally appeared PAMELA MCCARTHY Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person FRANCES LEFLER acted, executed the instrument. F r : x: COMM. # 1798660 z' ~ NOTARYPUBLIC-CALIFORNI I tif d PENALTY OF PERJURY th l s f d A SAN BERNAROINO cer y un er un er aw o e COUNTY My Comm Ex ires Ma 20 zotz the State of California that the foregoing paragraph is . p y , true and correct. WITNESS my hand and official seal. / Signature of/ otary 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: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Number of Pages: Cl Individual O Corporate Officer Title O Partner Cl Limited O General O Attorney-in-Fact O Trustee O Guardian or Conservator Other: Signer is Representing: POWER OF ATTORNEY Know All Men By These Presents: That the Arch Insurance Company, a corporation organized and existing under the laws of the State of Missouri, having its principal office in Kansas City, Missouri (hereinafter referred to as the "Company") does hereby appoint Pamela McCarthy, Jay P. Freeman, Susan C. Monteon and Frances Lefler of Ontario, CA (EACH) its true and lawful Attorney(s)-in-Fact, to make, execute, seal, and deliver from the date of issuance of this power for and on its behalf as surety, and as its act and deed: Any and all bonds and undertakings . EXCEPTION: NO AUTHORITY is granted to make, execute, seal and deliver bonds or undertakings that guarantee the payment or collection of any promissory note, check, draft or letter of credit. .This authority does not permit the same obligation to be split into two or more bonds in order to_bring each such bond within the dollar limit of authority as set forth herein. The Company may revoke this appointment at any time. The execution of such bonds and undertakings in pursuance of these presents shall be as binding upon the said Company as fully and amply to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal office in Kansas City, Missouri. This Power of Attorney is executed by authority of resolutions adopted by unanimous consent of the Board of Directors of the Company on March 3, 2003, true and accurate copies of which are hereinafter set forth and are hereby certified to by the undersigned Secretary as being in full force and effect: "VOTED, That the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, or the Secretary shall have the power and authority to appoint agents and attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings, obligatory in the nature thereof, and any such officers of the Company may appoint agents for acceptance of process." This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent of the Board of Directors of the Company on March 3, 2003: VOTED, That the signature of the Chairman of the Board, the President, or any Vice President, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the Secretary, may be affixed by facsimile on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on March 3, 2003, and any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid and binding upon the Company. OOML0013 00 03 03 Page 1 of 2 Printed in U.S.A. ALL-PURPOSE ACKNOWLEDGEMENT State of a// FO2N14 ss. County of Q 2`~l` ~ On 3/ / o / before me, / zQ~/e J Us!'!!~2/LS (Date) (Notary) personally appeared -3-4.1a 511w, personally known to me or ❑ or proved to me on the basis of satisfactory evidence) to be the personnxwhose name i4c subscribed to the within instrument and adknowledged to me that e/she/t}y executed the same in /her/tlKr authorized 02NeeeNNNeNONOeeNNNeNeNONONeO capacity( ~s), and that by Ks/her/thsignature on MARIE 'U8 D the instrument th erson or the entity upon behalf of R Q COMM' I18ALI L2O~~ W NOTARyPUBLC-CALIPowhich the persol acted, executed the instrument. Q ORANGE COUNTMy Camrnlssion E'P"e s Aug. esese eWITNESS my d fic'a se Stamp clear impression of notary seal above.. NoV s Signature OPTIONAL INFORMATION CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) C rporate Officer (Title) ❑ Partner(s) ❑ Attorney-in-Fact ❑ Trustees Other DESCRIPTION OF THE ATTACHED 197,dd e/G's gpn/d Title of Document 3 - Number of Pages 3/.3/0 9 Document Date CL~y 0-F 90-<e--~ Other Information (/Q,,i1b1t1 f2 CA PA v10.30.04800-873-9865 Il