Loading...
Mariposa Landscapes, Inc.CITY OF ROSEMEAD TREE PLANTING PROJECT ON VARIOUS STREETS COPY BIDDER: Mariposa Landscapes, Inc. i j SECTION 1 - BID SCHEDULE CBF-0 BIDDER: Mariposa Landscapes Inc BID SCHEDULE SCHEDULE OF PRICES FOR TREE PLANTING PROJECT ON VARIOUS STREETS BASE BID SCHEDULE MARSHALL AVENUE FROM ROSEMEAD BOULEVARD TO WALNUT GROVE AVENUE SEt t xriii51l . K run LQU wr. UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing LS 1 $24.00 $24.00 2 Disposal of Waste Materials LS 1 $182.00 $182.00 $287.00 $11,480.00 3 Furnish and Install 24-Inch Box Cinnamomum Camphora (Camphor Tree) Parkway Tree per APWA Std. Plan 520-3 Complete. Ea 40 $323.00 $969.00 4 Furnish and Install Tree Well and Cover per APWA Std. Plan 519-2, Type 3. Ea 3 $3,363.00 $3,363.00 5 Perform a 90-calendar days maintenance period as indicated on the Technical Provisions. LS 1 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$16,018.00 c.d...... +h.., ,-A cinhfoon rlnlinm nnri nn rents s I Dollar amount in written form ALTERNATE BID ITEM # 1 HELLMAN AVENUE FROM WALNUT GROVE AVENUE TO NEW AVENUE SEE tX NO. Hltill -Ts- run wy wrvr- ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 287.00 $28,700.00 5 Furnish and Install 24-Inch Box Parkway Tree Evergreen Pear (Bradford Pear Cultivar) per APWA Std. Plan 520-3 Complete. Ea 100 6 Install Tree Well and Cover per 323.00 9,044.00 APWA Std. Plan 519-2, Type 3. Ea 28 ALTERNATE BID # 1 PRICE $37,744.00 Thirty seven thousand seven hundred forty-four dollars and no cents Dollar amount in written form CBF-1 BIDDER: Mariposa Landscapes, Inc. ALTERNATE BID ITEM # 2 VARIOUS RESIDENTIAL STREETS SEE EXHIBIT "C" FOR LOCATIONS UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 7 Furnish and Install 24-Inch Box $287.00 $24,395.00 Tabebuia Avellanedae (Pink Trumpet Tree) Parkway Tree per APWA Std. Plan 520-3 Complete. Ea 85 8 Furnish and Install 24-Inch Box $287.00 $24,395.00 Parkway Tree Evergreen Pear (Bradford Pear Cultivar) per APWA Std. Plan 520-3 Complete. Ea 85 9 Furnish and Install 24-Inch Box $287.00 $24,395.00 Cinnamomum Camphora (Camphor Tree) Parkway Tree per APWA Std. Plan 520.3 Complete. Ea 85 10 Install Tree Well and Cover per $323.00 $2,584.00 APWA Std. Plan 519-2, Type 3. Ea 8 ALTERNATE BID # 2 PRICE $ 75,769.00 Seventy five thousand seven hundred sixty-nine dollars and no cents. Dollar amount in written form TOTAL BASE BID PRICE INCLUDING ALTERNATES$ 129,53 1,00 One hundred twenty nine thousand five hundred thirty-one dollars and no cents 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: Mariposa Landscapes, Inc. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of See Bid Bond Attachment 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 Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of. goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. 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. i The undersigned acknowledges receipt, understanding and full consideration of the following I addenda to the Contract Documents. None 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 By: Signatur Terry Noriega Type or Print Name President Title BIDDER: Mariposa Landscapes Inc. 15529 Arrow H Business Street Address Irwindale, California 91706 City, State and Zip Code (626) 960-0196 Telephone Number Bidder's/Contractors State of Incorporation: California Partners or Joint Venturers: N/A Bidder's License Number(s): #592268 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. I i l CBF-4 BIDDER: Mariposa Landscapes Inc. SECTION 2 BID DATA FORMS J CBF-5 BIDDER: Mariposa Landscapes, 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 Farms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Mariposa Landscapes, Inc. Principal, and First' National Insur as Surety. are CITY OF ROSEMEAD (hereinafter called the OWNER) Ten Percent of the Total Amount Bid as in the sum of i u% 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 Tree Planting Project on Various Streets as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated March 4, 2009 NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 2nd Mariposa Landscapes, Inc. Principal By: t~n Sig ature day of March , 2009 First National Insurance (SEAL) Company of America (SEAL) Surety By: ~e ~9 Jeffrey R. Gryde, Attorney-in-Fact CBF-6 Fist National Insurance Company of America ,'gyk=_:, POWER 10014th Avenue k:' s OF ATTORNEY Suite 1700 Seattle, WA 98154 KNOW ALL BY THESE PRESENTS: No. 9392 That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint *****'*"***°****#'*****"'*'**'"'*****°"JEFFREY R. GRYDE; Laguna Niguel, California"'***********"*******'**"***** its true and lawful attorney(s}m-fact, with full authority to execute on behalf of the company Fidelity and surely bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duly executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 26th day of January Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President 2009 CERTIFICATE Extract from the By-Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeysm-fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, jwwever, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28,1970. 'On any certificate executed by the Secretary or an assistant secretary of the Company selling out, The provisions of Article V, Section 13 of the By-Laws, and IF) A copy of the power-ofattomey appointment, executed pursuant thereto, and (iii) Certifying that said power-cf-attorney appointment is in full force and effect, the signature of the certifying officer maybe by facsimile, and the seal of the Company maybe a facsimile thereof." I, Dexter R. Legg , Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By-Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By-Laws, the Resolution and the Power of Attorney are sfill In full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 2nd day of March 2009 SEai r f~ Dexter R. Legg, Secretary &1049/DF 1109 - • SafeoDS and the Safeco logo are registered trademarks of Saleco Corporation. WEB POF CALIFORNIA ALL-PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of On March 2, 2009 before me, Kathy L. Burnum, Notary Public (Bete insert name and title of the officer) personally appeared Jeffrey R. Gryde who proved to me on the basis of satisfactory evidence to be the person(X) whose name(X) isi(M subscribed to the within instrument and acknowledged to me that hetAfXYX~ executed the same in his/ice authorized capacity(W, and that by his/kx*kx c signature(X) on the instrument the person(o, or the entity upon behalf of which the person(j0 acted, executed the instrument. I certify under PENALTY OF PERfLTRY under the laws of the State of California that the foregoing paragraph is tote and correct. KATHY L. BURNUM Commisslon tP 1706366 WITNESS my hand and official seal. Notary Public • California Orange County Z Cantu Nw1Q2010 ea Signamreo bite (:iot) m"Klp ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Tine of daniption of attached document) (Title or description of attached docmmem continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual (s) ❑ Corporate Officer (Title) D Partner(s) ® Attorney-in-Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM .far ncknoutedgmenr completed hr Calfarrria must contain verbiage earl)' as appears abmv in the notary section or o separate acknouiedgn,eot form mast be properiv completed mid anached to that docuent. The aid) esception'is f a docnmarn is to be recorded mnslde of Cniifornia. fro rneh insamces, m r, alrenradre acbiotderlgmew rerbinge as mar be printed an such n doannew so long as the rerbinge does not require the notan to do something that is illegn) for a mman• 91 California (i.e. cuaifimg the ovtho mist capachy of the signer). Pima cbPck the darumenr carefiJlvjar prnpex notarial ti ording and need this fern, if required. • State and County information most be the State and Comuy where the document signer(s) personally appeased before the notary public for acknowledgment. • Date of notarization mull be the date That the signer(s) personally appeared which unisr also be the same date the acknowledgment is completed. • rte notary public must print his or her name as it appears within his or her commission followed by a comma and then your title (notary public). • Print ale name(s) of dMIlluclu sigacr(s) who personally appear at. the time of notarization. • Indicate due coned singular or plural forms by crossing off incorrect forms (i.e. WsIfc!Ute),-is is ) or circling the correct forms. Failure to correctly indicate this irfonniatiou my lead to rejection of docuuroar recording. • The notary seal impression must be clear mid photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re-seal if a sufficient area peuiurs, otherwise complete a diftemat aclmowledvueni form • Signature of the notary public mutt match ale simitn'e on file with the office of the cotmty clerk Additional htfstuation is not required but could help to ensure this admowtedgment is not misused or attached to a different docment. 2• Indicate tine or type of attached docmnent, munber of pages and due. b Indicate the capacity claimed by due signer. If die claimed capacity is a corporate officer, indicate die title (i.e. CEO, CFO. Secretary). • Securely attach dds document to the signed document 2008 Version CAPA vl2.10.01800.873-9865 wwtv.hotaryClasses.com BIDDER: Mariposa Landscapes Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 of the 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: Mariposa Landscapes. Inc. 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) I"Dupilmle New 2 Pages it needed for listing adCNOnal subcontractors.") Name and Location Description of Work of Subcontractor to be Subcontracted Name: N/A Address: 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: Name and Location of Subcontractor Name: Address: i `.I Name and Location of Subcontractor Name: Address: CBF-8 Description of Work to be Subcontracted J Description of Work to be Subcontracted BIDDER: Mariposa Landscapes, Inc. 2.C 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 San Marino Library 1890 Huntington Drive, San Marino, CA 91108 Name and Address of Owner Alexander Main (818) 744-2560 Name and telephone number of person familiar with project $169,490.00 Landscape Construction 2008 Contract amount Type of Work Date Completed 2 Downtown Burbank 301 East Olive Avenue, Burbank, CA 91510-6459 Name and Address of Owner Omar Moheize (818) 238-3943 Name and telephone number of person familiar with project $723,084.45 Landscape Construction 2008 Contract amount Type of Work Date Completed 3 Louie Pompei Park Address 1100 Valley Center Dr. Glendora, CA. 91740 Name and Address of Owner Dave Davies (626) 914-8200 Ext. #4260 Name and telephone number of person familiar with project $1,308,850.00 Landscape Construction 2007 Contract amount Type of Work Date Completed 4 UCLA/ Westwood Replacement Hospital 15901 Olden St. Sylmar CA 91342-1093 Name and Address of Owner Dale Gold (818) 362-8391 Name and telephone number of person familiar with project $997,220.00 Landscape Construction ' 2008 Contract amount Type of Work Date Completed CBF-9 BIDDER: Mariposa Landscapes, Inc. SECTION 3 NON-COLLUSION AFFIDAVIT CBF-10 BIDDER: Mariposa Landscapes. Inc. NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, orcorporation; 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; thatthe 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. /l Signature " Terry Noriega Typed or Printed Name President Title Mariposa Landscapes Inc. Bidder Subscribed and sworn before me This 4th day of March '2009 (Seal) Notary Public in and for the State of California My Commission Expires: CBF - 11 BIDDER: Mariposa Landscapes, Inc. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ......................................................................................................1 SECTION 2 BID DATA FORMS ..................................................................................................5 2.A BID BOND ................................................................................................................6 2.13 LIST OF PROPOSED SUBCONTRACTORS .........................................................7 SECTION 3 NON-COLLUSION AFFIDAVIT .............................................................................10 I CBF - 12 °I i