Loading...
HomeMy WebLinkAbout06466 - GOLDEN VALLEY CONSTRUCTION INC UPTOWN CROSSWALKS CP 13-10 CITY OF PALM SPRINGS CALIFORNIA P.O.Box 2743,Palm Springs, California 92263,(760)323-8253 1014 NOV -4 AN 9. 45 Department of Public Works and Engineering J A, NOTICE OF ACTION CITY CIERX FOR: ■PUBLIC AND/OR ❑PRIVATE IMPROVEMENTS TO: Golden Vallev Contstruction ACCEPTANCE DATE: June 05.2014 2000 Executive Drive PROJECT: - Uptown Crosswalks Palm Springs.CA 92262 AGREEMENT NO. 6466 This is to inform you that a Notice of Completion has been filed and recorded on the above-named project. PUBLIC IMPROVEMENTS PRIVATE IMPROVEMENTS Curbing 251 L.F. Curbing Street Paving 156 S.F. Street Pavin¢ Sidewalks 2375 S.F. Sidewalks Driveway Approaches S.F Driveway Approaches Bike Paths S.F. Bike Paths Sewer Mains L.F. Sewer Mains Sewer Laterals L.F. Sewer Laterals Sewer Manholes EA. Sewer Manholes Storm Drains L.F. Storm Drains Survey Monuments EA Survey Monuments Location:Four Maior Street Intersections in the Uptown Section of Palm Springs. C.P.S.Drawing No(s) Permit No.City of Palm Sprin2s-140708-1 Contractor(s)actually doing the work Golden Valley Construction Notify your bonding company/bank to release the following bonds: No. 2167637 in the amount of $ 171,040.00 Performance a f 15 No. in the amount of $ Payment 111251 1 1�251 No. in the amount of $ Monuments No. in the amount of $ Maintenance Security No. in the amount of $ Correction&Repair Construction bo in the amount of $ For Engineer: City Engineer Bond Co./Bank: North American Specialty Insurance Company Comments: Final Contract Amo t: 184 849.16 Submitted by: Dated: /0-z4 0/ Public Works Inspector Approved by: Dated: /o Director of Public Works/City Engineer Distribution: Original to Engineering Project File; Copies to Addressee, City Clerk, Engineering File, Engineering Field Supervisor,Building,and Facilities Index No. 1403 DOC # 2014-0317060 08/21/2014 08:07A Fee:NC Page 1 of 2 Recorded In Official Records County of Riverside Larry W. Ward Assessor, County Clerk 8 Recorder Recording IIIIII IIIIIII IIIIIIIII IIIIIIIII IIIIIII IIIII IIII IIII Requested by and After Recording S R U PAGE SIZE DA MISC LONG RFD COPY Return to: I 1 1 2 1 I O^ ^ ' City Clerk M A L 466 426 1 PCOR NCOR SMF C EXAMCity of Box 27431m Springs cµ(y c` T: CTY UZI ra ! 809 Palm Spr'nga_CA92263 SE n u Y+ Pursuant to Govemment Code Section 6103,this document is being recorded as a benefit to the City of Palm Springs and recording fees shall not apply. NOTICE OF COMPLETION NOTICE IS HEREBY given that: I. The City of Palm Springs, California, is a municipal corporation, organized and incorporated pursuant to the laws of the State of California. ll. The City Clerk of the City of Palm Springs is authorized and directed to execute, on behalf of said City, any and all Notices of Completion. III. The address of the City of Palm Springs is City Hall, 3200 E. Tahquitz Canyon Way, Palm Springs, California (P.O. Box 2743, Palm Springs, CA 92263-2743). IV. The public work of improvement on the hereinafter referred to real property within the city was completed on Thursday June 05, 2014. V. The name of the contractor(if named)for such work of improvement was: Golden Valley Construction VI. The public work of improvement, which was completed in the City of Palm Springs, County of Riverside, State of California, is described as follows: Uptown Crosswalks VII. Nature of Interest: Fee Owner VIII.The property address or location of said property is: Four major street intersections in the uptown section of Palm Springs per I XK 15 it IX. City Project: No.13-10 Agreement Number: 6466, Minute Order No: N/A tN J �[ CITY OF PALM SPRINGS: BY: 1 �-L �-L DATED: Senior Public Works Inspector, Michael K. Lytar JJ BY: 4w, DATED: /3I Director of Public Works/City Engineer David J. Barakian JAMES THOMPSON, being duly sworn, says: That he is the City Clerk of the aforesaid City of Palm Springs, California, the corporation that executed the foregoing notice; that he makes this verification on behalf of said corporation, that he has read the foregoing Notice of Completion, and knows the contents thereof, and that the facts stated therein are true; that as said City Clerk, he makes this verification on behalf of said municipal corporation. A Index No.0314 City Clerk-James Thompson EXHIBIT "A" The FOUR major street intersections in the Uptown section of Palm Springs: Palm Canyon Drive (N/S) at West Chino Drive (E/W) Palm Canyon Drive (N/S) at West Merito Drive (E/W) Palm Canyon Drive (N/S) at West El Alameda (E/W) Indian Canyon Drive (N/S) at Gran Via Valmonte (E/W) IIIIII IIIIIII III IIIIII IIIII IIII IIIIIII III IIIII IIII IN B8 2FJI4 P t 2©R07A CITY OF PALM SPRINGS CONTRACT CHANGE ORDER Date: July 21, 2014 To: Golden Valley Construction 2000 Executive Dr. Palm Springs CA 92262 City Project No.: 13-10 Project: Uptown Crosswalks Change Order No.: One (1) Contract Purchase Order No. : 14-0945 Account Numbers: 260-4500-59414 Agreement No.: 6466 CHANGES IN QUANTITIES/COST Bid Items: 5 Spandrel / Cross Gutter -38 SF @ $9.00 /SF (-$342.00) 7 Curb and Gutter 11 LF @ $25.00 /LF $275.00 8 Construct Cross Gutter -28 LF @ $30.00 /LF (-$840.00) 9 Construct Sidewalk -25 SF @ $4.80 /SF (-$120.00) 11 Construct ADA Ramp 6 EA @ 2,200.00 /EA $13,200.00 12 Construct Drain thru Curb -2 EA @ $800.00 /EA (-$1,600.00) 13 Construct AC Pavement -394 SF @ $5.00 /SF (-$1,970.00) New Items: A Equipment Manufacturer Change Lump sum/Agreed Price $3,422.06 B Truncated Domes Lump sum item/Agreed Price $1,784.10 Total $13,809.16 REASONS FOR CHANGES Bid Items 5, 7, 8, 9, 11, 12 and 13; the actual quantities required to complete the work were more or less than originally estimated. Item A - The flashing beacon equipment that was originally specified was changed from 'ITEM' to 'Carmanah'. Carmanah's equipment eliminated the need for a pole mounted battery pack and provided low profile beacons that could fit within the custom pole design. $3,422.06 is the cost difference between the two manufacturers for the four (4) sets of beacons. Item B - Alternate truncated dome materials were utilized on all ADA ramps at the request of council. This item is for the installation of black truncated dome pavers vs plastic, yellow panels. CP No. 13-10 Uptown Crosswalks j cco 41 , '=GINAL BID ""F/OR AGREFkAFN Source of Funds: Funds Are available in Account# 260-4500-59414 Summary of Costs: Original Contract Amount: $171,040.00 This Change Order: $ 13,809.16 Previous Change Orders: $0.00 Revised Contract Amount: $184.849.16 Contractor Approval I/We do hereby agree to the change(s) to the contract and prices as indicated herein. Golden Valley Construction t) � t � - Z 3 , 14 Signature of Au h rized Representative Date GtukNl MoAm-m Print Name Title City Approval 1 Submitted by: ✓�" 7-ZL /�/ Sr. Public Work Inspector Date Approved by: City Engineer Date Approved by: Y\ I G� City Manager Date Attested by: lty Clerk Date Distribution: Original Executed Copies Conformed File Copv Contractor (1) Engineering File (1) City Clerk (1) Sr. Public Workslnsp. (1) Finance (1) yAPPROVED BYDEPARMENT HEAD CP No. 13-10 uptown Crosswalks ),). �" �(�U 1 �b CCO#I AGREEMENT THIS AGREEMENT made this 2 day of -ZJ A*jt.6-e-:q in the year 2014, by and between the City of Palm Springs, a charter city, organized and existing in the County of Riverside, under and by virtue of the laws of the State of California, hereinafter designated as the City, and Golden Valley Construction, Inc. hereinafter designated as the Contractor. The City and the Contractor, in consideration of the mutual covenants hereinafter set forth, agree as follows: ARTICLE 1 -- THE WORK The Contractor shall complete the Work as specified or indicated under the Bid Schedule(s) of the City's Contract Documents entitled: UPTOWN CROSSWALKS CITY PROJECT NO. 13-10 The Work is generally described as follows: The construction of A.D.A. access ramps, signing, thermoplastic striping and markings, and a Flash Warning Systems for new pedestrian crosswalks at the following locations: 1. North Palm Canyon Drive at West Chino 2. North Palm Canyon Drive at Merito Place 3. North Palm Canyon Drive at El Alameda 4. North Indian Canyon Drive at Granvia Valmonte ARTICLE 2 -- COMMENCEMENT AND COMPLETION The Work to be performed under this Contract shall commence on the date specified in the Notice to Proceed by the City, and the Work shall be fully completed within the time specified in the Notice to Proceed. The City and the Contractor recognize that time is of the essence of this Agreement, and that the City will suffer financial loss if the Work is not completed within the time specified in Article 2, herein, plus any extensions thereof allowed in accordance with applicable provisions of the Standard Specifications, as modified herein. The also recognize the P P Y 9 delays, expense, and difficulties involved in proving in a legal proceeding the actual loss suffered by the City if the Work is not completed on time. Accordingly, instead of requiring any such proof, the City and the Contractor agree that as liquidated damages or delay (but not as a penalty), the Contractor shall pay the City the sum of $700 for each calendar day that expires after the time specified in Article 2, herein. UPTOWN CROSSWALKS AGREEMENT FORM CITY PROJECT NO. 13-10 AGREEMENT AND BONDS- PAGE 1 NOVEMBER 2013 ORIGINAL tjiu I,tolOR AGREEMVAT ARTICLE 3 -- CONTRACT PRICE ($171,040.00) The City shall pay the Contractor for the completion of the Work, in accordance with the Contract Documents, in current funds the Contract Price named in the Contractor's Bid and Bid Schedule. ARTICLE 4 -- THE CONTRACT DOCUMENTS The Contract Documents consist of the Notice Inviting Bids, Instructions to Bidders, the accepted Bid and Bid Schedule(s), List of Subcontractors, Non-collusion Affidavit, Bidder's General Information, Bid Security or Bid Bond, this Agreement, Worker's Compensation Certificate, Performance Bond, Payment Bond, Standard Specifications, Special Provisions, the Drawings, Addenda numbers 0 to 0 , inclusive, and all Change Orders and Work Change Directives which may be delivered or issued after the Effective Date of the Agreement and are not attached hereto. ARTICLE 5 -- PAYMENT PROCEDURES The Contractor shall submit Applications for Payment in accordance with the Standard Specifications as amended by the Special Provisions. Applications for Payment will be processed by the Engineer or the City as provided in the Contract Documents. ARTICLE 6 -- NOTICES Whenever any provision of the Contract Documents requires the giving of a written Notice, it shall be deemed to have been validly given if delivered in person to the individual or to a member of the firm or to an officer of the corporation for whom it is intended, or if delivered at or sent by registered or certified mail, postage prepaid, to the last business address known to the giver of the Notice. ARTICLE 7 -- MISCELLANEOUS Terms used in this Agreement which are defined in the Standard Specifications and the Special Provisions will have the meanings indicated in said Standard Specifications and the Special Provisions. No assignment by a party hereto of any rights under or interests in the Contract Documents will be binding on another party hereto without the written consent of the party sought to be bound; and specifically, but without limitation, monies that may become due and monies that are due may not be assigned without such consent (except to the extent that the effect of this restriction may be limited by law), and unless specifically stated to the contrary in any written consent to an assignment, no assignment will release or discharge the assignor from any duty or responsibility under the Contract Documents. The City and the Contractor each binds itself, its partners, successors, assigns, and legal representatives, to the other party hereto, its partners, successors, assigns, and legal representatives, in respect of all covenants, agreements, and obligations contained in the Contract Documents. UPTOWN CROSSWALKS AGREEMENT FORM CITY PROJECT NO. 13-10 AGREEMENT AND BONDS- PAGE 2 NOVEMBER 2013 IN WITNESS WHEREOF, the City and the Contractor have caused this Agreement to be executed the day and year first above written. ATTEST: CITY OF PALM SPRINGS, CALIFORNIA APPROVED BY THE CITY COUNCIL: City Clerk APPROVE AS TO FORM: Date i By City Attorney Agreement No. Date P/•J Q APPROVED BY CITY COUNCIL CONTENTS APPROVED: By City Engineer Date a 7 City Mana Date / UPTOWN CROSSWALKS AGREEMENT FORM CITY PROJECT NO. 13-10 AGREEMENT AND BONDS- PAGE 3 NOVEMBER 2013 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Golden Valley Construction, Inc. Check one:_Individual_Partnership X Corporation Address: 29A0 Ey .} o Or oIlk ;405 C8; By: IName- Signature (notarized) ign anze Name: 1 0 el �MZV— Title: Title: Y"saCZt p C ..7�— (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of State of t County of I Iss County of SS On On Q9 qJ() before me, before We, 1-f C personally appeared personally appeared 1% 1(!� E �✓{26/L� 7 who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) evidence to be the personM whose name(�&aae is/are subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he/she/they executed acknowledged to me that 1eshelSlley executed the same in his/her/their authorized capacity(ies), the same in is authorized capacity(ie;), and that by his/her/their signatures(s) on the and that by is it signatures() on the instrument the person(s), or the entity upon instrument the person(ol or the entity upon behalf behalf of which the person(s) acted, executed the of which the person($) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal- Notary Signature: Notary Signature: ('dam_ IIL-lam Notary Seal: Notary Seal: CARRIE L. DRANOW Commission# 1959827 Notary Public •California 9 UPTOWN CROSSWALKS Los Angeles County + AGREEMENT FORM CITY PROJECT NO. 13-10 My Comm.Ex Tres Dec 6.20 EEMENT AND BONDS- PAGE 4 NOVEMBER 2013 Corporations require two notarized signatures: One signature must be from Chairman of Board, President, or any Vice President. The second signature must be from the Secretary, Assistant Secretary, Treasurer, Assistant Treasurer, or Chief Financial Officer. CONTRACTOR: Name: Golden Valley Construction, Inc. Check one:_Individual_Partnership X Corporation Address: Z900 Ex u Dr e . IName"::: Signs e( of z/ f -1 ^W Pe Title: /&lS� - Title: rJ�-- (This Agreement must be signed in the above This Agreement must be signed in the above space by one of the following: Chairman of the space by one of the following: Secretary, Chief Board, President or any Vice President) Financial Officer or any Assistant Treasurer) State of ��f r.[ ❑ State of ❑ County of Oss County of ss On 0"� a7, ! ic On Cho A 9 . aD before me, CI f'yi B L • Bv�r / f44",-_ before e b 04 �at-h� personally appeared 5jA K A-� Ai u personally appeared�I�'�t a r✓ E✓fj�/LA" who proved to me on the basis of satisfactory who proved to me on the basis of satisfactory evidence to be the person(p') whose name($) evidence to be the person(4 whose namevam subscribed to the within instrument and subscribed to the within instrument and acknowledged to me that he&khey executed acknowledged to me that 19shoMey executed the same in hi 1P!their authorized capacity(ieiff), the same in I i authorized capacily(i4), and that by h t�e)tl�eir signatures(y) on the and that by ii fir signatures( on the Instrument the person(, or the entity upon instrument the person(), or the entity upon behalf behalf of which the person(pi acted, executed the of which the person(a) acted, executed the instrument. instrument. I certify under PENALTY OF PERJURY under the I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing laws of the State of California that the foregoing paragraph is true and correct. paragraph is true and correct. WITNESS my hand and official seal. WITNESS my hand and official seal. Notary Signature: Notary Signature: 11 CARRIE L. DRANOW Notary Seal: Commission s 1959827 am9c Notary Public .California Lot Angeles Coo" CARRIE L.DRANOW omm.E ins Doe 8 2018 Commission* 1959827 "'e Notary Public•California UPTOWN CROSSWALKS Las Aso"County AGREEMENT FORM CITY PROJECT NO. 13-10 M Comm, ea Dec 6.20 EEMENT AND BONDS-PAGE 4 NOVEMBER 2013 BID BID TO: CITY OF PALM SPRINGS, CALIFORNIA The undersigned Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the City in the form included in the Contract Documents (as defined in Article 4 of the Agreement) to perform the Work as specked or indicated in said Contract Documents entitled: UPTOWN CROSSWALKS CITY PROJECT NO. 13-10 Bidder accepts all of the terms and conditions of the Contract Documents, including without limitation those in the Notice Inviting Bids and the Instructions to Bidders dealing with the disposition of the Bid Security. This Bid will remain open for the period stated in the Notice Inviting Bids, unless otherwise required by law. Bidder will enter into an Agreement within the time and in the manner required in the Instructions to Bidders, and will fumish the insurance certificates, Payment Bond, Performance Bond, and all Permits required by the Contract Documents. Bidder has examined copies of all the Contract Documents, including the following Addenda(receipt of which is hereby acknowledged): Number Date i Number Date Number Date Number Date Bidder has familiarized itself with the nature and extent of the Contract Documents, the Work, the site, the locality where the Work is to be performed, the legal requirements (federal, state, and local laws, ordinances, rules, and regulations), and the conditions affecting cost, progress, or performance of the Work, and has made such independent investigations as Bidder deems necessary. In conformance with the current statutory requirements of California Labor Code Section 1860, et seq., the undersigned confirms the following as its certification: I am aware of the provisions of Section 3700 of the Labor Code, which require every employer to be insured against liability for worker's compensation, or to undertake self-insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. j/ 1 To all the foregoing, and including all Bid Schedule(s), List of Subcontractors, Non- collusion Affidavit, Bidder's General Information, and Bid Bond contained in these Bid UPTOWN CROSSWALKS BID(PROPOSAL) CITY PROJECT NO.13-10 BID FORMS-PAGE 2 NOVEMBER 2013 Forms, said Bidder further agrees to complete the Work required under the Contract Documents within the Contract Time stipulated in said Contract Documents, and to accept in full payment therefore the Contract Price based on the Lump Sum or Unit Bid Price(s) named in the aforementioned Bidding Schedule(s). Dated: I� Bidde(r- Gd en VidIY.v CoyirucEnn By: 'I11� 11Y (Signature) Title: (;Twd) has q tr UPTOWN CROSSWALKS BID(PROPOSAL) CRY PROJECT NO.13.10 BID FORMS-PAGE 3 NOVEMBER 2013 BID SCHEDULE Schedule of Prices for the Construction of the: UPTOWN CROSSWALKS CITY PROJECT NO. 13-10 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization 1 LS $ 2. Traffic Control 1 LS $ 3500 , 00 � 3. Clearing and Grubbing 1 LS $ )500 , 00 4. Unclassified Excavation 1 LS $ E$00, Do 5. Construct Spandrel/Cross Gutter 630 SF $ q,00 $ 5(wm 00 6. Construct Roll Curb Transition 1 EA $ IZ00 00 $ U0,00 Construct Curb&Gutter and Curb 7. Face Transition 240 LF $ Z0,00 $ 0000,00 8. Construct Cross Gutter 30 LF $ 30,00 $ 900,00 9. Construct Sidewalk 2,400 SF $ y,40 $ i 20 00 10. Construct Curb Outlet 6 EA $ 100 $ 1000,00 ✓ 11. Construct A.D.A. Access Ramp 8 EA $ U00,00 $ QiG00,00 12. Construct Drain through Curb 3 EA $ 500,00 $ i?400,D0 ✓ GV C Name of Bidder or Finn UPTOWN CROSSWALKS UNIT PRICE BID SCHEDULE CRY PROJECT NO.13-10 BID FORMS-PAGE 4 NOVEMBER 2013 BID SCHEDULE (Continued) UPTOWN CROSSWALKS CITY PROJECT NO. 13-10 Item Estimated Unit Unit Amount No. Description Quantity Price 13. Construct A.C. Pavement 550 SF $ 5,00 $ r 50.00 14. Signing 1 LS $ 5000, 00 $ 5000, 00 15. Striping 1 LS $ 6500,00 $ rpsoo. 00 V 16. Construct Flashing Warning 4 EA f System $21�2,S0L0 $ %98- Do TOTAL OF ALL ITEMS OF THE BID SCHEDULE: $ il)jpym0 // 67'f t(Price in figures) Opc Hu��ce� 5e��n�y One Tho��t�d Fh4s) DONTO d nQ10p (Price in ords) QUANTMES OF WORK: The quantities of work or material stated in the unit price items of the Bid Schedule are supplied only to give an indication of the general scope of the Work. The City does not expressly nor by implication agree that the actual amounts of work or material will correspond therewith, and reserves the right after award to increase or decrease the quantity of any unit price bid 'Rem, by an amount up to 25 percent Of increase or decrease, without a change in the unit prices, and shall have the right to delete any bid item in its entirety, and receive full credit in the amount shown in the Bid Schedule for the deleted item of Work. Gv� ' Name of Bidder or Firm UPTOWN CROSSWALKS UNIT PRICE BID SCHEDULE CITY PROJECT NO.13-10 BID FORMS-PAGE 5 NOVEMBER 2013 INFORMATION REQUIRED OF BIDDER LIST OF SUBCONTRACTORS As required under Section 4100, et seq., of the Public Contract Code, the Bidder shall list below the name and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractors Total Bid Price, or$10,000.00, whichever is greater, and shall also list the portion of the Work which will be done by such subcontractor. After the opening of Bids, no changes or substitutions will be allowed except as otherwise provided by law. The listing of more than one subcontractor for each Item of Work to be performed with the words "and/or" will not be permitted. Failure to comply with this requirement will render the Bid as non-responsive and may cause its rejection. Special Note: The Prime Contractor shall perform not less than 50% of the Work identified in this Bid. In the event a Bidder lists subcontractors who will perform Work under this Bid in excess of 50%of the Work identified in this Bid, the Bid shall be considered non-responsive. Bidders shall list the total % of Work to be performed by the Prime Contractor here: 55 (shall not be less than 50%). Contractors Percent License of Total Work to be Performed Number Contract Subcontractors Name &Address 1. 1—, $+„p:ns � P.O. 6a,c YI`r;—T SSo E, l�S4 6rauwon{� C�1 12223 2. flOslr;og b"Con'i 43tC23 40 FASCAV's ';;DO Li4Ut Ad Del&bq� CA jav'4 3. 4. 5. UPTOWN CROSSWALKS LIST OF SUBCONTRACTORS CITY PROJECT NO. 13-10 810 FORMS-PAGE 6 NOVEMBER 2013 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: 13- 1p Bid Opening Date 112, l u The contract for this project is subject to the provisions of Palm Springs Ordinance No. 1756, and Section 7.09.030 of the Palm Springs Municipal Code, "Local Business Preference Program", subsection (5) "Local Preference in Public Works Contracts (Sub-Contracting)", which states: The prime contractor shall use good faith efforts to subcontract the supply of materials and equipment to local business enterprises and to sub-contract services to businesses whose work force resides within the Coachella Valley. The prime contractor shall submit evidence of such good faith efforts at the time of submission of bids. Good faith efforts may be evaluated by placing advertisements inviting proposals in local newspapers, sending request for proposals to local subcontractors, or by demonstrating that no local subcontracts are qualified to perform the work or supply the materials or equipment. Any notice inviting bids which may require the use of sub-contractors shall include notification of this subsection. The City Council or Director may reject as non-responsive the bid of any contractor proposing to use sub-contractors that fail to comply with the requirements of this subsection. Bidders shall provide sufficient information to demonstrate that they have made good faith efforts to comply with Palm Springs Ordinance No. 1756. In the event no local firm (as defined in Ordinance No. 1756) is listed as a subcontractor on the "List of Subcontractors" submitted with its Bid, Bidders shall identify local subcontractors not required to be identified on the List of Subcontractors, and/or shall identify local firms with whom the Bidder has solicited to furnish materials and supplies for incorporation into the work of this project. Local Subcontractors not listed on the List of Subcontractors: Local firms that will furnish materials or supplies to the Bidder for this project: faiJoc: '1 N�» YMhAr_ Cap Ay- UPTOWN CROSSWALKS LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.13-10 GOOD FAITH EFFORTS BID FORMS-PAGE 7 NOVEMBER 2013 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS (CONTINUED) in the event no local fines (as defined in Ordinance No. 1756) will provide services, or furnish materials and supplies to the Bidder for this project, the Bidder shall provide information sufficient to demonstrate good faith efforts to do so. Examples of information accepted by the City to demonstrate good faith efforts shall be included below: A. The names and dates of each publication in which a request for participation by local fines for this project was placed by the bidder (please attach copies of advertisements or proofs of publication): Publications Dates of Advertisement B. The names and dates of written notices sent to local firms soliciting bids for this project and the dates and methods used for following up initial solicitations to determine with certainty whether the local firms were interested (please attach copies of solicitations, telephone records, fax confirmations, etc.): Names of Date of Follow Up Methods firms Initial and Dates Solicited Solicitation Bruay�.�, F.`cC�'r,L IZf 13 p�enc CQ113 UPTOWN CROSSWALKS LOCAL BUSINESS PREFERENCEF PROGRAM ROG R M CITY PROJECT NO.13-10 BID FORMS-PAGE S NOVEMBER 2013 C. The items of work which the bidder made available to local firms, including, where appropriate, any breaking down of the contract work items (including those items normally performed by the bidder with its own forces) into economically feasible units to facilitate participation by local firms. Items of Work Bidder Breakdown of Items Amount Percentage Normally M Of Performs Item Contract (YIN) C0ACr J' 55el�rxl� Sfi1'�'n r D. The names, addresses and phone numbers of rejected local firms, the reasons for the bidder's rejection of the local firms, the firms selected for that work (please attach copies of quotes from the firms involved), and the price difference for each firm if the selected firm is not a local firm: Names, addresses and phone numbers of rejected local firms and the reasons for the bidder's rejection of the local firms: NO)I.L" Names, addresses and phone numbers of firms selected for the work above: bps Fig 6S0 �: F;rst 3� NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. UPTOWN CROSSWALKS LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO.13-10 GOOD FAITH EFFORTS BID FORMS-PAGE 9 NOVEMBER 2013 NON-COLLUS ION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of Califomia ) SS. Countyof 1, MIt k ro being first duly swum, deposes and says that he er*M is Cy_rivtftj Mannapir of Sol�kr' yk If e.'4 ConATo c4;un , the party making the foregoing B d, that the Bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and. not collusive or sham; that the Bidder has riot directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; that the Bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the Bid price of the Bidder or any other Bidder, or to fix any overhead, profit, or cost element of the Bid price, or of that of any other Bidder, or to secure any advantage against the public body awarding the Contract of anyone interested in the proposed Contract; that all statements contained in the Bid are true; and, further, that the Bidder has not, directly or indirectly, submitted his or her Bid price, or any breakdown thereof, 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. Bidder G9�gn Vo.liru Coo-69cipp By Title e,t ) S Organization GVC Address 200o ExCCUT uc Dr N,4 Spr;n9t CFi 92262. UPTOWN CROSSWALKS NON-COLLUSION AFFIDAVIT CITY PROJECT NO.13-10 BID FORMS-PAGE 10 NOVEMBER 2013 ALL-PURPOSE ACKNOWLEDGMENT State of nnL A County of ✓C o y✓�3 d c�E On 4^ u bt^ t ?7 as I If before me, �, �oT&vt i �Z > �21 P' 4� Date > Name,Title of Of fcer personally appeared NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the person(s)whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in histher/their authorized capacity(les), and that by hislherAheir signatures(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted,executed the instrument. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correcL Witness my hand and doofficial seal. Commission# 1887579 Si ature of Notary =QM Notary Public-CaliforniazRiverside County Comm.Expires May 24,2014 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document THIS CERTIFICATE Title or Type of Document hti �i1 - �-s44-.'tarrsP 4 +' R.'d MUST BE ATTACHED Z— TO THE DOCUMENT Number of Pages DATE of DOCUMENT a-o f f DESCRIBED AT RIGHT: T Signer(s)Other Than Named Above UPTOWN CROSSWALKS NON-COLLUSION AFFIDAVIT CrrY PROJECT NO.13-10 BID FORMS-PAGE 11 NOVEMBER 2013 BIDDER'S GENERAL INFORMATION The Bidder shall fumish the following information. Failure to complete all Items will cause the Bid to be non-responsive and may cause its rejection. 1. BIDDER/CONTRACTOR'S Name and Street Address: COjlrn Vall=YT f nD��tuC���ll ?A90 ExtCj'tje �f Poly, sor;nAS . CRY 412V_ 2. CONTRACTOR'S Telephone Number ( Facsimile Number. ( Ito 3. CONTRACTOR'S License: Primary Classification A State License Numbers) 7 7(-24 9 Supplemental License Classifications 4. Surety Company and Agent who will provide the required Bonds on this Contract: Name of Surety K o c�1 h n4L r'cn n 5 p c,a l' v IAs ur a nc c Co ma n n�) Address 12S o RPAWaoA B104 5u;�e I10 Noyn},ai rA, 94945 Surety Company HA M`5o w aii d h33 0C LL4 '5 Telephone Numbers: Agent(41$) BQ 2 W9 Surety(y 16 ) S 9 2 - 10 TO 5. Type of Firm(Individual, Partnership or Corporation): Co rpo ra+, o A 6. Corporation organized under the laws of the State of: f 0r A, 4, 7. List the names and addresses of the principal members of the firm or names and titles of the principal officers of the corporation or firm: M"4k"I E9e.CSn'% Prty I CED Le.zj,, e l pK�Son S��t Oy UPTOWN CROSSWALKS BIDDER'S GENERAL INFORMATION CITY PROJECT NO.13.10 BID FORMS-PAGE 13 NOVEMBER 2013 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years experience as a contractor in this specific type of construction work: 18 9. List at least three related projects completed to date: a. Owner Cry 4 Rho N:r, Address G°I•72S Hwy III Rho WrA,c Contact 511 Enos , EnO;oezr Class of work A Phone° 3?4- 4511 Contract Amount 553 141 6� Project Dwds SoA kaKc Date Completed 12113 Contact Person 0lD Enna Telephone number)G0 3 -451 1 b. Owner .q�:o Address Z C w. CK4,rt Dr Taa�O Contact 6;4 \MmL)PE Class of Work A Phone 140 Q3 ISc 34 Contract Amount f 6,40 j 0 00, Of1 Project 4A POA Date Completed 10113 Contact Person Er,t US Telephone number° 6ZS I B 0 k C. Owner C of CoecWla Address 1615 5A 15+ Cn°ahe.)ia Contact 1 019 A K0u— r n9r Class of Work A Phone 140 815-)0 9 z Contract Amount $30 0,000 Project De Oro Park Date Completed $'113 Contact Person,Zyn,A6t 4gTelephonenumber 7(0 �Q� 7D9Z 10. List the name and title of the person who will supervise full-time the proposed work for your firm: Ful'a 11. Is full-time supervisor an employee contract services_? 12. A financial statement or other information and references sufficiently comprehensive to permit an appraisal of your current financial condition may be required by the Engineer. UPTOWN CROSSWALKS BIDDER'S GENERAL INFORMATION CITY PROJECT NO.13-10 BID FORMS-PAGE 14 NOVEMBER 2013 191M ALL UM EY rttf!SE PREQERM That Golden Vista Construction,Inc.dba Golden Valley Construction a LPN.Wd _ North American Specialty Insurance Company ae �� am*"*batand WeUt!W d Palen 5pdnps,favabhgw aWted alive O qy'let the stsrh of Ten (10%) Percent of Bid Amount--- doYota (rot lea thm 10 parwo Of tha tabtl amount Of fM btd) for the ptryttlent Or vAft UM w!d mid fuly fo be trtade,we bind Wrattlali, our M ta. eaara b% a tkrhitdatrabrs`au 100110 e,and a 1110►11 (etft ethd asuetady,lintlly by thttae pewntL WIil1n*At3,seed Pbxtpat hae sttbtnttad a Bid b sad Cdy b pef(arm the Work teghared wider line Bid 8tdreW10)OfIN t2ty8 COnkeatDoatrtttethea saddled. UPTOYYN CROWWAI.KS CITY PROJECT NO.%114 awtAt 1ttIH11�OgE,M said Ptktebd k esaaded•t7othltad byanld Cay,and wasn the ww and 1n Uhs manner raqubw k1 tta OMXl a kwthh0 SW end to 'khsaltdfatha b Blddsra'wtsra khb a wtttan Ap swad on tte Arlan of AOteWWA boW W&wk Cwbot Cocut w te.fnnteitae to ra** d OIId k>etes OF 11MMtea,and flarhlathas the Ieg W Prtfomtattoa Barhd and Payment Bavld,ttett ttia a010aflon shall be rW and VaK ththa Aw it shad nambt In fud fatna and etea In tha avant sup w bmght WW this Band by wk Cplr,end a1V prevade,sad&a*do pay ad meta toared by Said O Y k suoh Sup,khdudin0 a rtmeoneble atlonte, S IN 10 be ftd by to Court 811MIMMIDORALM011is 2nd dayof January 2014, (PRIMAL anaatrytA rawntnw`iwr pDc9idi4hsA 00100 dlbskhPOdft irwWV40 -M AND& 1 V to ons tlon,Inc.dba G de Vail Co truction SURO A . Noorthrth a0 American Specialty Insurance Company Nhtme and 7UW* By BY e>vmre Ptbtt Name and T7tla Ptkd NOW end TO, Donna J. Frowd,Attomey-in-Fact Y qr` aatito so am eorotai "POMO t+ahameeaasa x ` ; , L :y ►�CIO1�1C� d'CIVICaIT State of California County of Marin On January 2, 2014 before me, Donna L. welsh Notary Public, personally appeared Donna J. Frowd who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/aria subscribed to the within instrument and acknowledged to me that hie/she/thW executed the same in his/her/"r authorized capacity(fos), and that by Isis/her/theimt signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. (seal) Signature 40 DONNA L. WELSH Commission *2036335 = a . Notary Public -California z Marin County M Comm.Expires Sep 6, 2017 t NAS SURETY GROUP NORTH AMERICAN SPECIALTY INSURANCE COMPANY WASHINGTON INTERNATIONAL INSURANCE COMPANY GENERAL POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS,THAT North American Specialty Insurance Company,a corporation duly organized and existing under laws of the State of New Hampshire,and having its principal office in the City of Manchester,New Hampshire,and Washington International Insurance Company,a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg,Illinois,each does hereby make,constitute and appoint: MICHAEL B.McGOWAN,SUSAN J.McGOWAN,DONNA L.WELSH, DEBBIE L.WELSH and DONNA J.FROWD JOINTLY OR SEVERALLY Its true and lawful Attomey(s)-in-Fact,to make,execute,seal and deliver,for and on its behalf and as its act and deed,bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies,as surety,on contracts of suretyship as are or may be required or permitted by law,regulation,contract or otherwise,provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION($50,000,000.00)DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both North American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on the 0 of May,2012: "RESOLVED,that any two of the Presidents,any Managing Director,any Senior Vice President,any Vice President,any Assistant Vice President, the Secretary or any Assistant Secretary be,and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attorney to execute on behalf of the Company bonds,undertakings and all contracts of surety,and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED,that the signature of such officers and the seal of the Company may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile,and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond,undertaking or contract of surety to which it is attached." nt tY SIONk By EAL �i s IV3 Steven P.Aud<mgM V. Sor PrW af tlevt Waahiurbe lolwaaooW imurav«Company �f h Sector vice PMSWM of Nardi American Specitl tmvswce Company By MNd M.WYman,Vice PvWdml of Wmbtnrten WcematimW Imusnme Campmy aVI«Peed tof NaM Ameri«u Speadc,,tuausav«Company IN WITNESS WHEREOF,North American Specialty Insurance Company and Washington International Insurance Company have caused their official seals to be hereunto affixed,and these presents to be signed by their authorized officers this26th day of June 2012 North American Specialty Insurance Company Washington International Insurance Company State of Illinois County of Cook ss: On this 26th day of lone 201.2 before me,a Notary Public personally appeared Steven P.Anderson ,Senior Vice President of Washington International Insurance Company and Senior Vice President of North American Specialty Insurance Company and David M.Layman, Vice President of Washington International Insurance Company and Vice President of North American Specialty Insurance Company, personally known to me,who being by me duly sworn,acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. NamyAlNie,StreofWipo1, DonnaD. Sklens,Notary Public M Capn ira ltMl6raDli I, Jeffrey Goldberg . the duly elected Assistant Secretary of North American Specialty Insurance Company and Washington International Insurance Company,do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company and Washington International Insurance Company,which is still in full force and effect. IN WITNESS WHEREOF,I have set my hand and affixed the seals of the Companies thisZnd day of January 2014 . Jeffery Goldberg,Vice P idevt a Mmmnl Secmb of Wec dngmn W msumW lnsumce Company A NUM Amesicaa specialty alum«Company CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CML CODE y 1189 State of California rr County of t ck a'Lt4djlt� ^ la I!te/4 f3 ��"� � � � On before me, �' yvfWare a id Dale Here Insert Name and Title of the Officer personally appeared (,#4,,A n On Yha/L PH&r Name(s)of Signerts) r who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s oia+6 subscribed to the w'thin instrument and acknowledged to me that I In t)14 executed the same in er Zhheir authorized capacitoet), and that by er er signatureW on the instrument the personas); or the entity upon behalf of which the personKacted, executed the instrument. MELODY AMOR S. SWINOECL I certify under PENALTY OF PERJURY under the Commission r 1956054 9 laws of the State of California that the foregoing < '=a Notary Public •California z paragraph is true and correct. Los Angeles County My Comm.Ex Tres Oct 10,2015 WITNESS myy'hand 'and official seal. ''7 t��.G�✓ d (tit�$Q.e[ Place Notary Seal Above Signature �ignaNre o/Notary P blic OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document n Title or Type of Document: I� Document Date: of 102 401q Number of Pages: 3 Signer(s) Other Than Named Above: 1h4(at&(,G qemmm Capacity(ies) Claimed by Signer(s) 7h dd Signer's Name: Signer's Name: ❑ Corporate Officer — Title(s): ❑Corporate Officer — Title(s): ❑ Individual ❑ Individual ❑ Partner— ❑Limited ❑Gen Top of thumb here ❑ Partner — ❑Limited ❑General op of thumb here Ll Attorney in Fact ❑Attorney in Fact ❑ Trustee ❑Trustee ❑ Guardian or nservator ❑ Guardian or Co rvator ❑ Other: ❑Other: Sig r Is Representing: Si r Is Representing: G 2010 National Notary Association•NationalNotary.org-1-800-VS NOTARY(1-8o0-8]6-882]) Item#5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT cmL CODE 9 1189 a State of California County ofSf On Is before me, b � Date C Ilene Insert Name and TRW 0 Me Officer�j� � Q (�personally appeared i t'I f+t Qil � Name(a)of Signer(a) who proved to me on the basis of satisfactory evidence to be the personA whose name(p&am subscribed to th within instrument and acknowledged to me that Nhef3hey executed the same in authorized capacily(fes), and that by signature() on the instrument the CARRIE L.DRANOW person), or the entity upon behalf of which the Commission r 1959627 person(,) acted, executed the instrument. 0M;Co Notary Public•California Los Angeles County mm.E 'res Dee 5,2pt5 I certify under PENALTY OF PERJURY under the li laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature: Place Notary Seal Above OPTIONAL Signature of Notary Public Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document . Title or Type of Document: / ��'(� Document Date: 0(16) 'D4)`,�f••� _ Number of Pages: 3 Signer(s) Other Than Named Above: �C� X�/ # Capacity(ies) Claimed by Signer(s) �� Signer's Name: Signer's Name: Corporate Officer — Title(s): ❑Corporate Officer — Title(s): / ❑ Individual ❑Individual i ❑ Partner — ❑Limited El General ❑ Partner — ❑Limited ❑General � ❑ Attorney in Fact ❑Attorney in Fact O Trustee ❑Trustee ❑ Guardian or C ervator ❑Guardian or Cc rvator ❑ Other: ❑Other: Si r Is Representing: Si er Is Representing: ©2012 National Notary Association•NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 UPTOWN CROSSWALKS CITY PROJECT NO.13-10 BID SUMMARY Bid Opening:January 2,2014 BID SCHEDULE GOLDEN VALLEY ABNY GENERAL DESERT CONCEPTS M&H CONSTRUCTION CORA CONSTRUCTORS, PTM GENERAL CONSTRUCTION ENGINEERING CO. CONSTRUCTION,INC. COMPANY,INC. INC. ENGINEERING SERVICES BID ITEM ITEM DESCRIPTION QUANT. UNIT UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL UNIT PR. TOTAL 1 Initial Mobilization 1 LS $10,000.00 $10,000.00 $8,000.00 $8,000.00 $16,639.00 $16,639.00 $8,500.00 $8,500.00 $35.000.00 $35,000.00 $7,000.00 $7,000.06 2 Traffic Control 1 LS $3,500.00 $3,500.00 $6,500.00 $6,500.00 $10,000.00 $10,000.00 $4,000.00 $4,000.00 $12.000.00 $12,000.00 $10,600.00 $10,600.00 3 Clearing&Grubbing 1 LS $1,500.00 $1,500.00 $4,000.00 $4,000.00 $3.000.00 $3,000.00 $11.000.00 $11,000.00 $15,000.00 $15,000.00 $15,000.00 $15,000.00 4 Unclassified Excavation 1 LS $2,500.00 $2,500.00 $1,500.00 $1,500.00 $7,500.00 $7,500.00 $6,000.00 $6,000.00 $15,000.00 $15,000.00 $8,100.00 $8,100.00 5 Construct Spandrel/Cross-Gutter 630 LF $9.00 $5,670.00 $12.00 $7,560.00 $19.00 $11,970.001 $7.50 $4.725.001 $10.00 $6,300.00 $14.00 $8,820.00 6 Construct Roll Curb Transition 1 EA $1,200.00 $1,200.00 $350.00 $350.00 $1,000.00 $1,000.00 $500.00 $500.00 $2,000.00 $2,000.00 $500.00 $500.00 7 Construct Curb&Gutter and Curb 240 LF $25.00 $6,000.00 $55.00 $13,200.00 $18.00 $4,320.00 $20.00 $4,800.00 $35.00 $8,400.00 $35.00 $8,400.00 face Transition 8 Construct Cross-Gutter 30 LF $30.00 $900.00 $72.00 $2,160.00 $50.00 $1,500.00 $95.00 $2,850.00 $60.00 $1,800.00 $50.00 $1,500.00 9 Construct Sidewalk 2,400 SF $4.80 $11,520.00 $5.50 $13,200.00 $3.00 $7,200.00 $5.00 $12,000.00 $3.00 $71200100 $6.00 $14,400.00 10 Construct Curb Outlet 6 EA $1,600.00 $9,000.00 $1'500.00 $9,000.00 $500.00 $3,000.00 $3.800.00 $22,800.00 $1,500.00 $9,000.00 $1,500.00 $9,000.00 11 Construct A.D.A.Access Ramp 8 EA $2,200.00 $17,600.00 $1,500.00 $12,000.00 $2,800.00 $22,400.00 $750.00 $6,000.00 $500.00 $4,000.00 $4.000.00 $32,000.00 12 Construct Drain through Curb 3 EA $800.00 $2,400.00 $150.00 $450.00 $500.00 $1,500.00 $750.00 $2,250.00 $100.00 $300.00 $300.00 $900.00 13 Construct AC Pavement 550 SF $5.00 $2,750.00 $11.00 $6,050.00 $9.10 $5,005.00 $1 D.00 $5,500.00 $5.00 $2,750.00 $18.00 $9,900.00 14 Signing 1 LS $5,000.00 $5,000.00 $8,000.00 $8,000.00 $6,000.00 1 $6,000.001 $3,074.00 1 $3,074.001 $7,500.00 $11,500.00 $5,500.00 $5,500.00 15 Striping 1 LS $6,500.00 $6,500.00 $10,000.00 $10,000.00 $14.900.00 $14,900.00 $4,000.00 $4,000.00 $9,000.00 $9,000.00 $10,428.00 $10,428.00 16 Construct Flashing Warning Syst. 4 EA $21,250.00 $85,000.00 $22.500.00 $90,000.00 $20,500.00 $82,000.00 $25,500.00 $102,000.00 $28,000.00 $112,600.00 $26,500.00 $106,000.00 TOTAL= $171,040.00 TOTAL= $191,970.00 TOTAL= $197,934.001 TOTAL= $199,999.001 TOTAL= $247,250.001 TOTAL= $248,048.00 1 2 3 4 5 6 BID ITEM min m r inrr Averag Unit i r..a Low Bidder mu maximum Min.Bid= $171,040.00 Price Price Price Un.Price Average= $209,373.50 1 $7,000.00 $14,189.83 $35,000.00 $10.000.00 Max.Bid= $248,048.00 2 $3,500.00 $7,766.67 $12,000.00 $3,500+00 3 $1,500.00 $8,250.00 $15,000.00 $1,500.00 4 $1,500.00 $6,766.67 $15,000.00 $2,500.00 ENGINEER'S ESTIMATE: $190,000.00 5 $7.50 $11.92 $19.00 $9,00 6 $350.00 $925.00 $2,000.00 $1,200.00 7 $18.00 $31.33 $55.00 $25.00 8 $30.00 $59.50 $95.00 $30.00 9 $3.00 $4.55 $6.00 $4.80 10 $500.00 $1,716.67 $3,800,00 $1,500.00 11 $500.00 $1,958.33 $4,000.00 $2,200.00 12 $100.00 $433.33 $800.00 $800.00 13 $5.00 $9.68 $18.00 $5,00 14 $3,074.00 $5,845.67 $8,000.00 $5,000.00 15 $4,000.00 $9,138.00 $14,900.00 $6,SU0.00 16 $20,500.001 $24,041.671 $28,000.001 $21,250.00