HomeMy WebLinkAboutProposal - Residential & Collector10
1293492.1
EXPERIENCE STATEMENT
To be responsive, the bidder must list below a minimum of three public
agencies for which bidder has performed similar work within the past three
years. Only projects in excess of $2,000,000 each qualify as similar for
this project.
1. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
2. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
3. Project Title
Contract Amount
Type of Work
Client
Agency Project Manager Phone
Date Completed % Subcontracted
NOTE: If requested by the City, the bidder shall furnish a certified
financial statement, references, and other information sufficiently
comprehensive to permit an appraisal of his current financial condition.
Bidder's Signature
1. LANCASTER HEALTH DISTRICT PHASE 1 LACMTA PROJECT ID# F9131 - City
of Lancaster
Contact: Michael Livingston (661)916-1715 mlivingston@cityoflancasterca.gov
Description: Utility Adjustments, Clearing, Grubbing, and Removals, Drainage Swale and
Shoulder Grading, Asphalt Concrete (AC) – AC & ARHM, Cold Planing, Aggregate Base,
PCC Curb Ramps, Curb and Gutter, Sidewalk, Cross and Longitudinal Gutters, and
Parkway Drain, Block Wall, Sewer Construction, Storm Drain and Catch Basin
Construction, Street Lighting Conduit and Pullboxes, Root Pruning and Tree Removal,
Irrigation Modifications, Traffic Signing, Striping, and Markings, Traffic Signal Conduit and
Pullboxes
Contract Amount: $5,150,000.00
Start Date: 02-13-2023
Completion: 04-13-2023
2. Central Library Renovation Project - City of Santa Barbara
Contact: Jesse Wheeler (805)564-5348 jwheeler@SantaBarbaraCA.gov
Description: ADA Elevator (BLD2020-02554): Construct hoistway and new ADA
compliant 3-stop elevator for path of travel continuity from main entry level to upper
and lower levels of the Central Library facility. Replace upper level stair and balcony
guardrail system at atrium.
Plaza Renovation (BLD2020-02249): Renovate existing exterior Library Plaza including
new ADA accessible pathways, new landscape and hardscape, irrigation, handrails,
sitewalls, and lighting.
Lower Level Renovation (BLD2021-01067): Renovate the lower level staffing area
including new conference rooms, raised ceiling, kitchen area, flooring, and lighting.
Abbreviated description ( ADA Elevator - Plaza Renovation - Lower Level Renovation)
Contrat Amount: $9,500,000.00
Start Date: 07-11-2022
Original Completion: 03-22-2023
Expected Completion: 02-01-2024
3. Phase 1 SAUSD Washington Elementary - Santa Ana Unified
Contact: David Buted (951)538-4709 dbuted@tilden-coil.com
Description: Project included demo, abatement removal, grading, geo pies and piling,
asphalt, and Street bond striping
Contract Amount: $6,500,000.00
Start Date: 03-15-2022
Completion: 05-30-2022.
4. Santa Ana High School Renovation
Contact: Daniel Delagado (951)205-5328 ddelgado@tilden-coil.com
Description: Project Description: School was previously a historic Army Reserve. Scope
included preservation of historical artifacts demo, abatement removal, grading,
concrete, asphalt, and Street bond striping
Contract Amount: $3,500,000.00
Completion: 12-15-2023.
5. Bid 3193-2021 District Wide ADA Accessibility - South Orange County
Community College District
Contact: Matt Blitch (516)672-2802 mblitch@socccd.edu
Description: This is a project addressing various ADA Accessibility issues at both Irvine
Valley College (IVC) and Saddleback College (SC). The work involves the complete
renovation of 10 restrooms, 8 at IVC and 2 at SC. The scope also includes the removal
and replacement of Abatement of Asbestos and Lead, concrete pathways, asphalt milling
and striping, and the replacement of two bus-stops. Additionally, the scope of work
includes the complete reconstruction of the B-Quad at IVC and the Fine Arts Quad at SC.
The quad work include demolition, excavation, concrete paths, retaining walls, paver
installation, and landscaping.
Contract Amount: $5,150,000.00
Start Date: 07-18-2021
Completion: 06-18-2022
6. Costa Mesa Citywide Parkway Maintenance and New Sidewalk
Construction - City of Costa Mesa
Contact: Christina Oquendo (714)754-5000 Christina.oquendo@costamesaca.gov
Description: Made the entire City of Costa Mesa ADA compliant. Performed demo,
grading, concrete, asphalt…
Contract Amount: $4,105,000.00
Start Date: 05-10-2020
Completion: 02-20-2022
7. Santa Ana Santiago Park - City of Santa Ana
Contact: Gilbert Castillo (714)713-0339 GCastillo@santa-ana.org
Description: Redesigned and regarded the entire park, scope of work included, Park
redesign, demo, regrade, Abatement of Asbestos and Lead, concrete, gashouse,
restrooms, landscape, electrical, asphalt, plumbing, etc.
Contract Amount: $3,225,000.00
Start Date: 05-20-2021
Completion: 06-01-2022
8. LAUSD. Bonita elementary school - LAUSD Paul Gomes
Contact: Paul.Gomes (310)-483-3682 paul.gomes@lausd.net
Description: ADA Barrier removal. Performed, demo, Abatement of Asbestos and Lead,
grading, concrete, interior demo, HVAC, Plumbing, Drywall, framing, painting, steel,
playground equipment, and all general conditions.
Contract Amount: $2,500,000.00
Start Date: 07-20-2019
Completion: 05-10-2020
9. LAUSD. Los Angeles Academy school – LAUSD
Contact: Paul Gomes (310)483-3682 paul.gomes@lausd.net
Description: ADA Barrier removal. Performed, Abatement of Asbestos and Lead, demo,
grading, concrete, interior demo, HVAC, Plumbing, Drywall, framing, painting, steel,
playground equipment and all general conditions.
Contract Amount: $2,225,000.00
Start Date: 06-10-2019
Completion: 04-15-2020
10. LAUSD Robert Hill Lane School – LAUSD
Contact: : Paul Gomes (310)483-3682 paul.gomes@lausd.net
Description: ADA Barrier removal. Performed, Abatement of Asbestos and Lead, demo,
grading, concrete, interior demo, HVAC, Plumbing, Drywall, framing, painting, steel,
playground equipment and all general conditions.
Contract Amount: $4,250,000.00
Start Date: 09-02-2019
Completion: 07-10-2020
11. Grand view elementary School LAUSD – LAUSD
Contact: Paul Gomes (310)483-3682 paul.gomes@lausd.net
Description: ADA Barrier removal. Performed, demo, grading, concrete, interior demo,
HVAC, Plumbing, Drywall, framing, painting, steel, playground equipment and all general
conditions.
Contract Amount: $3,750,000
Start Date: 08-10-2019
Completion: 07-10-2020
12. LAUSD Wilson High School – LAUSD
Contact: Paul Gomes (310)483-3682 paul.gomes@lausd.net
Description: ADA Barrier removal. Performed, demo, grading, concrete, interior demo,
HVAC, Plumbing, Drywall, framing, painting, steel, playground equipment and all general
conditions.
Contract Amount: $5,250,000.00
Start Date: 06-10-2019
Completion: 04-15-2020
13. Martin Luther King Transit Center (MLK) - City of Compton
Contact: John Strickland 310-605-5505 Jstrickland@comptoncity.org
Description: The Work to be performed consists in general: realignment and
reconstruction of streets with new bus bays surrounding the Transit Center; traffic signal
upgrades, existing Transit Center demolition and a 7,600 SF building reconstruction. Also
includes construction of a new plaza area, landscaping, and miscellaneous work within
the City of Compton.
Contract Amount: $16,850,000.00
Start Date: 06-09-2009
Completion: 11-20-2017
14. Semaan Chevron Gas Station – Semaan
Description: Total renovation for compliance. Replacement of all containment boxes and
removal of old steel tanks and have them replaced with double tanks and replacement
of all associated piping and electrical. Work also included a new canopy with new LED
lights.
Contract Amount: $4,260,000
Start Date: 07-02-2011
Completion: 11-15-2016
15. Arco Of Downey – MCEC
Description: Replacement of fuel tanks including excavation, replacement of new tanks
and pouring new concrete.
Contract Amount: $190,000.00
Start Date: 08-10-2008
Completion: 10-19-2018
16. Santiago Canyon College - RANCHO SANTIAGO COMMUNITY COLLEGE
DIST.
Contact: Brian (714)480-7513
Description: Construction of a new maintenance building for the community college
along with a new parking lot. Work consisted of grading, concrete and masonry work,
metal stud framing and Gypsum Boards, plastering, painting, roofing, metal roofing, fire
sprinkler system, HVAC, electrical, plumbing, underground utilities and drainage,
asphalt and so forth.
Contract Amount: $8,674,000.00
Start Date: 05-15-2007
Completion: 06-20-2009
17. Center Stage Theater - City Of Fontana
Contact: Salam Rizk (909)844-1190
Description: Theater Modernization
Contract Amount: $5,170,000.00
Start Date: 01-15-2007
Completion: 01-20-2012
18. Shell Gas Station (Brand changed to Valero Gas Station) – MCEC
Description: Replacement of both Fuel Tanks along with all new piping and new
electrical and new 5 dispensers along with containment boxes and new concrete.
Contract Amount: $325,000.00
Start Date: 03-15-2010
Completion: 06-25-2010
19. Esperanza Special Education - Saddleback Unified School District
Contact: Bobby Clay (949) 795-2791
Description: School Modernization
Contract Amount: $ 1,680,000.00
Start Date: 07-17-2006
Completion: 12-23-2006
20. Silverlake Maintenance Station - State Of California, Department of
Transportation Caltrans
Contact: Hassan Azima (323) 981-1795
Description: New maintenance facility
Contract Amount: $4,468,000.00
Start Date: 12-15-2005
Completion: 02-2008
21. Maintenance and Police Facility, Phase I
Contact: Raul Villegas (949) 582-4680
Description: Renovation of the Administration building and construction of new
maintenance and storage facility.
Contract Amount: $1,840,000.00
Start Date: 01-17-2006
Completion: 07-28-2006
22. Wing Lane Elementary School - La Puente Hacienda Unified School District
Contact: Robert Tellez (626) 839-9300
Description: School Renovation including but not limited to: Abatement, concrete work,
plumbing, electrical, framing, flooring, Tile, bathrooms, painting, grading, doors and
hardware, windows, roofing, and other items.
Contract Amount: $3,150,000.00
Start Date: 11-15-2004
Completion: 12-2005
23. Santa Fe High School
Contact: Dan Ramo (562) 698-8121 ext. 1515
Description: School Renovation including but not limited to: concrete work, mechanical,
plumbing, electrical, framing, flooring, Tile, bathrooms, painting, grading, doors and
hardware, windows, roofing and other items.
Contract Amount: $1,485,000.00
Start Date: 02-2003
Completion: 11-2004
24. Glenknoll Elementary School – Placentia Yorba Linda Unified School
District
Contact: Dan Barr (714) 695-1167
Description: School Renovation including but not limited to: Abatement, concrete work,
plumbing, electrical, framing, flooring, Tile, bathrooms, painting, grading, doors and
hardware, windows, roofing, and other items.
Contract Amount: $2,585,000.00
Start Date: 06-2004
Completion: 12-2004
25. Project’s Name: Ramona Head start Norwalk, CA - Norwalk Unified School
District
Contact: Jeroldyn Ford (213) 625-7909
Description: School Renovation including but not limited to: Abatement, concrete work,
plumbing, electrical, framing, flooring, Tile, bathrooms, painting, grading, doors and
hardware, windows, roofing, and other items.
Contract Amount: $785,000.00
Start Date: 07-2003
Completion: 02-2004
26. Charles Eliot School - Pasadena Unified School District
Contact: Mak Youssef (909) 946-6131
Description: Project includes School Modernization (demolition, Grading, Concrete
ramps, Structure steel, handrails, rough framing and installing a new boiler and chiller
system for the entire school, in addition to a package unit system for a new science
building. The boilers are made by Ajax and the chillers by Trane. This project has 69 fan
coils).
Contract Amount: $2,050,000.00
Start Date: 01-2002
Completion: 01-2004
27. Buena Park City Hall - City Of Buena Park
Contact: Chris Cunningham (714) 672-0800
Description: Project consists of a new construction of Buena Park City Hall and installing
a new HVAC system of air handler units with boiler and 30 VAV boxes.
Contract Amount: $537,000.00
Start Date: 09-2002
Completion: 05-2003
28. Miraleste Intermediate School - Palos Verdos Unified School District
Contact: Mak Youssef (909)946-6131
Description: Project consists of School Modernization (demolition, Grading, rough
Framing, Concrete Ramps, two Elevators and New HVAC system consisting of providing
and installing Multi Zone Units, Air Handling units, Make Up Units and one new boiler
system).
Contract Amount: $1,960,000.00
Start Date: 12-2002
Completion: 01-2004
29. La Fetra Elementary School - Glendora School District
Contact: Suzan Hume (626) 963-1611
Description: School Modernization including renovation of an existing building, and an
addition for a lunch area with outside canopy.
Contract Amount: $875,000.00
Start Date: 08-2002
Completion: 04-2003
15
1293492.1
BIDDER'S PROPOSAL FOR AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101
Date , 20
To the City Council of the City of Diamond Bar:
The Undersigned hereby declares:
(a) That the only persons or parties interested in this proposal as
principals are the following:
(If the bidder is a corporation, give the name of the corporation
and the name of its president, secretary, treasurer, and manager.
If a co-partnership, give the name, under which the co-partnership
does business, and the names and addresses of all co-partners. If
an individual, state the name under which the contract is to be
drawn.)
(b) That this proposal is made without collusion with any person, firm
or corporation.
(c) That he has carefully examined the location of the proposed work
and has familiarized himself with all of the physical and climatic
conditions, and makes this bid solely upon his own knowledge.
(d) That by submitting this Bidder's Proposal, he acknowledges receipt
and knowledge of the contents of those communications sent by the
City of Diamond Bar to him at the address furnished by him to the
City of Diamond Bar when this proposal form was obtained.
(e) That he has carefully examined the specifications, both general
and detail, and the drawings attached hereto, and communications
sent to him as aforesaid, and makes this proposal in accordance
therewith.
16
1293492.1
(f) That, if this bid is accepted he will enter into a written contract
for the performance of the proposed work with the City of Diamond
Bar.
(g) That he proposes to enter into such Contract and to accept in full
payment for the work actually done thereunder the prices shown in
the attached schedule. It is understood and agreed that the
quantities set forth are estimates and that the unit prices will
apply to the actual quantities whatever they may be.
Accompanying this proposal is a certified or cashier's check or
bidder's bond, payable to the order of the City of Diamond Bar in
the sum of
DOLLARS ($ ).
Said bidder's bond has been duly executed by the undersigned bidder and
by a financially sound surety company authorized to transact business
in this state.
It is understood and agreed that should the bidder fail within ten
(10) days after award of contract to enter into the contract and furnish
acceptable surety bonds, then the proceeds of said check, or bidder's
bond, shall become the property of the City of Diamond Bar; but if this
Contract is entered into and said bonds are furnished, or if the bid is
not accepted then said check shall be returned to the undersigned, or
the bidder will be released from the bidder's bond.
Address of Bidder Telephone of Bidder
City Zip Code Signature of Bidder
17
1293492.1
BID SCHEDULE FOR AREA 3 RESIDENTIAL & COLLECTOR STREETS REHABILITATION AND ARTERIAL STREET REHABILITATION (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER) PROJECT NO. SI24101 & SI24103; GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS (CIP NO. PW23402) and GROUNDWATER DRAINAGE IMPROVEMENTS-PHASE 6 (COLD SPRING LN.) CIP NO. SI24101 BASE BID “SCHEDULE A” – RESIDENTIAL & COLLECTOR STREETS, PROJECT NO. SI24101
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
A-1 1 LS MOBILIZATION AND
DEMOBILIZATION
A-2 1 LS TRAFFIC CONTROL AND
PUBLIC SAFETY
A-3 1 LS WATER POLLUTION CONTROL
A-4 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION
A-5 1 LS PUBLIC NOTIFICATION
A-6 1 EA ADJUST GAS VALVE FRAME
AND COVER TO GRADE
A-7 231 EA ADJUST WATER VALVE FRAME
AND COVER TO GRADE
A-8 52 EA
ADJUST STORM DRAIN
MANHOLE FRAME AND COVER
TO GRADE
A-9 199 EA
ADJUST SANITARY SEWER
MANHOLE FRAME AND COVER
TO GRADE
A-10 2 EA ADJUST ELECTRICAL MANHOLE
FRAME AND COVER TO GRADE
A-11 38 EA
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
NEW ADA COMPLIANT CURB
18
1293492.1
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
RAMP PER SPPWC STD. PLAN
111-5
A-12 1 EA
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
ADA COMPLIANT CURB RAMP
AT BRONCO LANE ENTRANCE
TO HERITAGE PARK
A-13 1,117 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT
PER SPPWC STD. PLAN 120-3
(A2-6 or A2-8)
A-14 4,981 SF
REMOVE EXISTING CROSS
GUTTER AND RECONSTRUCT
PER SPPWC STD. PLAN 122-3
(8" DEPTH)
A-15 589 SF
REMOVE EXISTING DRIVEWAY
APRON AND RECONSTRUCT PER
SPPWC STD. PLAN 110-2
(TYPE A OR C)
A-16 158,607 SY APPLICATION OF TYPE II
SLURRY SEAL
A-17 139,154 SY APPLICATION OF CAPE SEAL
A-18 27,844 SY COLD MILL EXISTING AC
(1.5" DEPTH)
A-19 2,740 SY COLD MILL EXISTING AC
(2.0" DEPTH)
A-20 3,446 TON CONSTRUCT ARHM OVERLAY
(1.5" DEPTH)
A-21 339 TON CONSTRUCT ARHM OVERLAY
(2.0" DEPTH)
A-22 18,422 SF BASE REPAIR (6" DEPTH)
A-23 16 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE E)
A-24 5 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE F)
19
1293492.1
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
A-25 1 LS
REMOVE TRAFFIC STRIPING
AND MARKINGS (SLURRY SEAL
AND CHIP SEAL STREETS)
A-26 1 LS
THERMOPLASTIC TRAFFIC
STRIPING, PAVEMENT
MARKINGS, MARKERS, CURB
MARKINGS, AND SIGNPOSTS.
TOTAL AMOUNT BASE BID “SCHEDULE “A” ITEMS
(IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE A” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
BASE BID “SCHEDULE B” – ARTERIAL STREETS (GOLDEN SPRINGS DRIVE FROM GRAND AVENUE TO AVENIDA RANCHEROS, GRAND AVENUE FROM DIAMOND BAR BLVD TO EAST CITY LIMITS, GATEWAY CORPORATE CENTER), PROJECT NO. SI24103
ITEM
NO.
EST.
QUANT.
UNI
T
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-1 1 LS MOBILIZATION AND
DEMOBILIZATION
B-2 1 LS TRAFFIC CONTROL AND PUBLIC
SAFETY
B-3 1 LS WATER POLLUTION CONTROL
B-4 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION
B-5 1 LS PUBLIC NOTIFICATION
B-6 1 EA ADJUST GAS VALVE FRAME AND
COVER TO GRADE
$
20
1293492.1
ITEM
NO.
EST.
QUANT.
UNI
T
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-7 223 EA ADJUST WATER VALVE FRAME
AND COVER TO GRADE
B-8 25 EA ADJUST STORM DRAIN MANHOLE
FRAME AND COVER TO GRADE
B-9 77 EA
ADJUST SANITARY SEWER
MANHOLE FRAME AND COVER TO
GRADE
B-10 14 EA ADJUST ELECTRICAL MANHOLE
FRAME AND COVER TO GRADE
B-11 16 EA ADJUST TELECOM MANHOLE
FRAME AND COVER TO GRADE
B-12 28 EA
REMOVE EXISTING
IMPROVEMENTS AND INSTALL
NEW ADA COMPLIANT CURB
RAMP PER SPPWC STD. PLAN
111-5
B-13 761 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 (A2-
8 or A2-10)
B-14 733 SF
REMOVE EXISTING CROSS
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 122-3 (8"
DEPTH)
B-15 589 SF
REMOVE EXISTING DRIVEWAY
APRON AND RECONSTRUCT PER
SPPWC STD. PLAN 110-2
(TYPE A OR C)
B-16 910 SF
INSTALL CONCRETE BUS PAD
PER SPPWC STD. PLAN 131-3
(8" DEPTH)
B-17 25,434 SY APPLICATION OF CAPE SEAL
B-18 30,151 SY COLD MILL EXISTING
PAVEMENT (2.0" DEPTH)
B-19 148,084 SY COLD MILL EXISTING
PAVEMENT (2.5" DEPTH)
B-20 3,731 TON CONSTRUCT ARHM OVERLAY
(2.0" DEPTH)
21
1293492.1
ITEM
NO.
EST.
QUANT.
UNI
T
DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
B-21 18,325 TON CONSTRUCT ARHM OVERLAY
(2.5" DEPTH)
B-22 34,698 SF BASE REPAIR (8" DEPTH)
B-23 127 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE E)
B-24 59 EA INSTALL TRAFFIC LOOP
DETECTOR (TYPE F)
B-25 1 LS
THERMOPLASTIC TRAFFIC
STRIPING, PAVEMENT
MARKINGS, MARKERS, CURB
MARKINGS, AND SIGNPOSTS.
B-26 1 LS COORDINATE VIDEO DETECTION
ZONE ADJUSTMENTS
B-27 1 EA
RELOCATE PEDESTRIAN PUSH
BUTTON ON EXISTING TRAFFIC
SIGNAL POLE
B-28 200 SF
REMOVE EXISTING SIDEWALK
AND RECONSTRUCT PER SPPWC
STD. PLANS 112-2 AND 113-2
(4" DEPTH) [REVOCABLE BID
ITEM]
TOTAL AMOUNT BASE BID “SCHEDULE B” ITEMS
(IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE B” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
$
22
1293492.1
BASE BID “SCHEDULE C” – GRAND AVENUE AT DIAMOND BAR BOULEVARD DRAINAGE IMPROVEMENTS, PW23402
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
C-1 1 LS CONSTRUCTION STAKING AND
MONUMENT PRESERVATION
C-2 1 LS MOBILIZATION
C-3 2 EA TEMPORARY PROJECT
IDENTIFICATION SIGNS
C-4 1 LS TRAFFIC CONTROL
C-5 40 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 TYPE
A3-6
C-6 40 LF
REMOVE EXISTING CURB AND
GUTTER AND RECONSTRUCT PER
SPPWC STD. PLAN 120-3 TYPE
A2-6
C-7 3,300 SF
VARIABLE COLD MILL
EXISTING AC PAVEMENT (2”-
3”)
C-8 40 TN ASPHALT RUBBER HOT MIX
(ARHM) OVERLAY (2”-3”)
C-9 1 EA ADJUST PULLBOX TO FINISHED
SURFACE
C-10 1 EA ADJUST WATER VALVE TO
FINISHED SURFACE
C-11 35 SF REMOVE AND RECONSTRUCT
COLORED CONCRETE
C-12 1 LS SIGNING AND STRIPING
COMPLETE-IN-PLACE
TOTAL AMOUNT BASE BID “SCHEDULE C” ITEMS
(IN FIGURES)→
$
23
1293492.1
TOTAL AMOUNT BASE BID “SCHEDULE C” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
BASE BID “SCHEDULE D” – GROUNDWATER DRAINAGE IMPROVEMENTS - PHASE 6 (COLD SPRING LANE), SI24101
ITEM
NO.
EST.
QUANT.
UNIT DESCRIPTION
WRITTEN IN WORDS
UNIT
PRICE
AMOUNT
D-1 1 LS MOBILIZATION
D-2 1 LS TRAFFIC CONTROL & PUBLIC
SAFETY
D-3 236 LF INSTALL SUBDRAIN SYSTEM
D-4 12 LF INSTALL 4" SCH. 80 PVC
PIPE
D-5 2 EA
INSTALL A RADIAL PIPE TO
PIPE JUNCTION STRUCTURE,
CASE I
D-6 3,700 SF
REMOVE AND REPLACE
EXISTING 3.5" AC OVER 9.5"
AB
TOTAL AMOUNT BASE BID “SCHEDULE D” ITEMS
(IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE D” (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
$
24
1293492.1
TOTAL AMOUNT BASE BID “SCHEDULE A” + “SCHEDULE B” + “SCHEDULE C” + “SCHEDULE D”
ITEMS IN FIGURES)→
TOTAL AMOUNT BASE BID “SCHEDULE A” + “SCHEDULE B” + “SCHEDULE C” +
“SCHEDULE D” ITEMS (WRITTEN IN WORDS):
_____________________________________________________________________
_____________________________________________________________________
_____________________________________________________________________
Bid Schedule Note: Bid Price indicated refers to all items illustrated
on the plans and details, and delineated within the specifications
installed and completely in place with all applicable portions of the
construction documents and include all costs connected with such items
including, but to necessarily limited to, materials, transportation,
taxes, insurance, labor, overhead, and profit, for General Contractor
and Subcontractors.
All work called for on the construction documents are to provide a
completed project with all systems operating properly and ready for
use.
Award will be based on the items of Bid Schedule. Therefore, Contractor
shall completely fill out Bid Schedule.
Accompanying this proposal is
(Insert "$ cash",
"cashier's check", "certified check", or "bidder's bond" as
the case may be) in the amount equal to at least ten percent
(10%) of the total bid.
The undersigned further agrees that in case of default in
executing the required contract, with necessary bond, within
ten (10) days, not including Sundays and legal holidays, after
having received notice that the Contract has been awarded and
ready for signature, the proceeds of the security
accompanying his bid shall become the property of the City of
Diamond Bar, and this proposal and the acceptance thereof may
be considered null and void.
$
25
1293492.1
NAME OF BIDDER (PRINT) SIGNATURE DATE
ADDRESS
CITY ZIP CODE TELEPHONE
STATE CONTRACTOR LICENSE NO. AND CLASSIFICATION
I declare under penalty of Perjury of the laws of the State of California
that the representations made herein are true and correct in accordance
with the requirements of California Business and Professional Code
Section 7028.15.
CONTRACTOR SIGNATURE OR AUTHORIZED OFFICER
26
1293492.1
LIST OF SUBCONTRACTORS *
BID OPENING DATE
PROJECT PROJECT NO.
LOCATION
CLIENT
CONTRACTOR
Name Under
Which
Subcontractor
is
Licensed
License
No.
Address
of
Office, Mail,
or
Shop
Percent
of
Total
Contract
Specific
Description
of
Subcontract
* In compliance with the provisions of the Public Contract Code
Section 4104, the undersigned bidder herewith sets forth the name,
location of the place of business, and California contractor
27
1293492.1
license of each Subcontractor – who will perform work or labor or
render service to the Prime Contractor, specially fabricates and
installs a portion of the work or improvement necessary to complete
construction contained in the plans and specifications, in an
amount in excess of one-half (1/2) of one percent (1%) of the
General Contractor’s total base bid amount 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 (0.5%)of the Prime
Contractor’s total base bid or ten thousand ($10,000.00),
whichever is greater, and the portion of the work which will be
done by each Subcontractor.
28
1293492.1
DECLARATION OF ELIGIBILITY TO CONTRACT
[Labor Code Section 1777.1; Public Contract Code Section 6109]
The undersigned, a duly authorized representative of the contractor,
certifies and declares that:
1. The contractor is aware of Sections 1777.1 and 1777.7 of the
California Labor Code, which prohibit a contractor or
subcontractor who has been found by the Labor Commissioner or the
Director of Industrial Relations to be in violation of certain
provisions of the Labor Code, from bidding on, being awarded, or
performing work as a subcontractor on a public works project for
specified periods of time.
2. The contractor is not ineligible to bid on, be awarded or perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of Sections 1777.1 or 1777.7 of the California
Labor Code or another provision of law.
3. The contractor is aware of California Public Contract Code Section
6109, which states:
(a) A public entity, as defined in Section 1100 [of the
Public Contract Code], may not permit a contractor or
subcontractor who is ineligible to bid or work on, or be
awarded, a public works project pursuant to Section 1777.1 or
1777.7 of the Labor Code to bid on, be awarded, or perform
work as a subcontractor on, a public works project. Every
public works project shall contain a provision prohibiting a
contractor from performing work on a public works project
with a subcontractor who is ineligible to perform work on the
public works project pursuant to Section 1777.1 or 1777.7 of
the Labor Code.
(b) Any contract on a public works project entered into
between a contractor and a debarred subcontractor is void as
a matter of law. A debarred subcontractor may not receive
any public money for performing work as a subcontractor on a
public works contract, and any public money that may have
been paid to a debarred subcontractor by a contractor on the
project shall be returned to the awarding body. The
contractor shall be responsible for the payment of wages to
workers of a debarred subcontractor who has been allowed to
work on the project.
4. The contractor has investigated the eligibility of each and every
subcontractor the contractor intends to use on this public works
29
1293492.1
project, and determined that none of them is ineligible to perform
work as a subcontractor on a public works project by virtue of the
foregoing provisions of the Public Contract Code Sections 1777.1
or 1777.7 of the Labor Code, or any other provision of law.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct. Executed this day
of ________________, 202_, at ___________________ (place of execution).
Signature
Name:
Title:
Name of Contractor: _____________________________
30
1293492.1
BIDDER'S VIOLATION OF LAW/SAFETY QUESTIONNAIRE
In accordance with Government Code Section 14310.5 and in conformance
with Public Contract Code Section 10162, the Bidder shall complete,
under penalty of perjury, the following questionnaire:
QUESTIONNAIRE
Has the Bidder, any officer, principal or employee of the Bidder who
has a proprietary interest in the business of the Bidder, ever been
disqualified, removed, or otherwise prevented from bidding on or
completing a federal, state or local government project because of
violation of law or a safety regulation?
YES NO
If the answer is yes, explain the circumstances in the following space:
STATEMENT
In conformance with Public Contract Code Section 10232, the Contractor,
hereby states under penalty of perjury, that no more than on final
unappealable finding of contempt of court by a federal court has been
issued against the Contractor within the immediately preceding two-year
period because of the Contractor’s failure to comply with an order of
a federal court which orders the Contractor to comply with an order of
the National Labor Relations Board.
NOTE: The above Statement and Questionnaire are part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution.
31
1293492.1
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
Project Identification
Bid Date
This information must include all construction work undertaken in the
State of California by the bidder and any partnership, joint venture or
corporation that any principal of the bidder participated in as a
principal or owner for the last three calendar years and the current
calendar year prior to the date of bid submittal. Separate information
shall be submitted for each particular partnership, joint venture,
corporation or individual bidder. The bidder may attach any additional
information or explanation of data, which he would like, taken into
consideration in evaluating the safety record. An explanation must be
attached of the circumstances surrounding any and all fatalities.
ITEM 3 CALENDAR YEARS
PRIOR TO CURRENT YEAR
CURRENT
YEAR
2021 2022 2023 TOTAL 2024
No. of Contracts
Total dollar amount of
contracts (in 1,000’s)
No. of lost workday
cases
No. of lost work day
cases
involving permanent
transfer to
another job or
termination of
employment
No. of lost workdays
*The information required for this item is the same as required for
columns 3 to 6, Code 10, Occupational Injuries, Summary - Occupational
Injuries and Illnesses, OSHA No. 102.
The above information was compiled from the records that are available
to me at this time and I declare under penalty of perjury that the
information is true and accurate within the limitations of these
records.
______________________________ ________________________________
Name of Bidder (Print Signature
______________________________ ________________________________
Address State Contractor’s Lic. No. & Class
______________________________ ________________________________
City Zip Code Telephone
32
1293492.1
AFFIDAVIT FOR CO-PARTNERSHIP FIRM
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first duly
sworn, deposes and says:
That he is a member of the co-partnership firm designated as
which is the party making the foregoing proposal or bid; that such bid
is genuine and not collusive or sham; that said bidder has not colluded,
conspired, connived or agreed, directly or indirectly, with any other
bidder or person to put in a sham bid or that such other person shall
refrain from bidding; and has not in any manner sought by collusion to
secure any advantage against the City of Diamond Bar or any person
interested in the proposed contract, for himself or for any other
person.
That he has been and is duly vested with authority to make and sign
instruments for the co-partnership by
who constitute the other members of the co-partnership.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
33
1293492.1
AFFIDAVIT FOR CORPORATION BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he is
of,
a corporation which is the party making the foregoing proposal or bid;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
34
1293492.1
AFFIDAVIT FOR INDIVIDUAL BIDDER
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he is the party making the foregoing proposal or bid; that
such bid is genuine and not collusive or sham; that said bidder has not
colluded, conspired, connived or agreed, directly or indirectly, with
any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
35
1293492.1
AFFIDAVIT FOR JOINT VENTURE
STATE OF CALIFORNIA )
)SS
COUNTY OF LOS ANGELES )
, being first
duly sworn, deposes and says:
That he
of,
one of the parties submitting the foregoing bid as a joint venture and
that he has been and is duly vested with the authority to make and sign
instruments for and on behalf of the parties making said bid who are:
;
that such bid is genuine and not collusive or sham; that said bidder
has not colluded, conspired, connived or agreed, directly or indirectly,
with any other bidder or person to put in a sham bid or that such other
person shall refrain from bidding; and has not in any manner sought by
collusion to secure any advantage against the City of Diamond Bar or
any person interested in the proposed contract, for himself or for any
other person.
Signature
Subscribed and sworn
to before me this
day of , 20
Signature of Officer Administering Oath
(Notary Public)
BOND No.________________
42
1293492.1
CERTIFICATION OF NON-DISCRIMINATION AND AFFIRMATIVE ACTION
As suppliers of goods or services to the City of Diamond Bar, the firm
listed below certifies that it does not discriminate in its employment
with regards to race, religion, sex, or national origin; that it is in
compliance with all federal, state, and local directives and executive
orders regarding non-discrimination in employment; and that it will
pursue an affirmative course of action as required by the affirmative
action guidelines.
We agree specifically:
1. To establish or observe employment policies which affirmatively
promote opportunities for minority persons at all job levels.
2. To communicate this policy to all persons concerned including all
company employees, outside recruiting services, especially those
serving minority communities, and to the minority communities at
large.
3. To take affirmative steps to hire minority employees within the
company.
FIRM
TITLE OF OFFICER SIGNING
SIGNATURE DATE
Please include any additional information available regarding equal
opportunity employment programs now in effect within your company:
43
1293492.1
CERTIFICATION WITH REGARD TO THE PERFORMANCE OF
PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE
EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS
The bidder , proposed subcontractor , hereby certifies that
he has , has not , participated in a previous contract or
subcontract subject to the Equal Opportunity Clause, as required by
Executive Orders 10925, 11114, or 11246, and that he has , has not
, filed with the Joint Reporting Committee, the Director of the Office
of Federal Contract Compliance, a Federal Government contracting or
administering agency, or the former President's Committee on Equal
Employment Opportunity, all reports due under the applicable filing
requirements.
(COMPANY)
BY:
(TITLE)
DATE: , 20 .
NOTE: The above certification is required by the Equal Employment
Opportunity Regulations of the Secretary of Labor (41 CFR 60-1.7 (b)
(1), and must be submitted by bidders and proposed subcontractors only
in connection with contracts and subcontracts which are subject to the
Equal Opportunity Clause. Contracts and subcontracts which are exempt
from the Equal Opportunity Clause are set forth in 41 CFR 60-1.5.
(Generally only contracts or subcontracts of $10,000 or under are
exempt).
Currently, Standard Form 100 (EEO-1) is the only report required by the
Executive Orders or their implementing regulations.
Proposed prime contractors and subcontractors who have participated in
a previous contract or subcontract subject to the Executive Orders and
have not filed the required reports should note that 41 CFR 60-1.7 (b)
(1) prevents the award of contracts and subcontracts unless such
contractor submits a report covering the delinquent period of such other
period specified by the Federal Highway Administration or by the
Director, Office of Federal Contract Compliance, U.S. Department of
Labor.
44
1293492.1
NON-COLLUSION DECLARATION (TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID)
The undersigned declares:
I am the _____________________ of _________________, the party making
the foregoing bid.
The bid is not made in the interest of, or on behalf of, any undisclosed
person, partnership, company, association, organization, or
corporation. The bid is genuine and not collusive or sham. The bidder
has not directly or indirectly induced or solicited any other bidder to
put in a false or sham bid. The bidder has not directly or indirectly
colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or to refrain from bidding. 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.
All statements contained in the bid are true. 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, to any corporation, partnership, company,
association, organization, bid depository, or to any member or agent
thereof, to effectuate a collusive or sham bid, and has not paid, and
will not pay, any person or entity for such purpose. Any person
executing this declaration on behalf of a bidder that is a corporation,
partnership, joint venture, limited liability company, limited
liability partnership, or any other entity, hereby represents that he
or she has full power to execute, and does execute, this declaration on
behalf of the bidder.
I declare under penalty of perjury under the laws of the State of
California that the foregoing is true and correct and that this
declaration is executed on __________________ [date], at
__________________ [city], ______ [state].
_____________________________ _________________________________
Business Name Signature of Bidder (must be notarized)
________________________________
Business Address
Attach Notary Acknowledgement Form to this form when submitting
January 1, 2024
NATIONWIDE CONTRACTING SERVICES, INC.
DBA NATIONWIDE GENERAL CONSTRUCTION
SERVICES
2/28/2025
222134
http://www.arb.ca.gov/doors/compliance_cert1.html