Loading...
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