Loading...
HomeMy WebLinkAbout10/15/2014 - STAFF REPORTS - 2.T. iy Q Y N • 'eO�e.no R ` FOR City Council Staff Report DATE: OCTOBER 15, 2014 CONSENT CALENDAR SUBJECT: APPROVE CONTRACT FOR THE PALM TREE REMOVAL AND REPLACEMENT PROJECT, A MEASURE J FUNDED CAPITAL PROJECT. FROM: David H. Ready, City Manager BY: Maintenance and Facilities Department SUMMARY This Measure J project provides for palm tree removal and replacement at various locations throughout the City. Staff is seeking authorization from the City Council to accept the qualified lowest responsive bid from CV Construction & Engineering in the amount of$141,141.00. RECOMMENDATION: 1. Find the bid from Golden Valley Construction non-responsive and award a unit price contract with CV Construction & Engineering in the amount $141,141.00 for the removal and replacement of Palm Trees. 2. Authorize the City Manager to execute the purchase order. STAFF ANALYSIS: The Maintenance and Facilities department identified twenty one (21) locations and Twenty-six (26) palm trees for removal and replacement City staff contracted with the local Landscaping Architectural firm, Michael Buccino & Associates, to prepare bid specifications for the project which was estimated at $131,000. The Procurement and Contracting Department worked closely with the Maintenance and Facilities Department to conduct the unit price formal invitation for bids for the removal and replacement of Palm Trees at various different locations throughout the City. The bid was publicly advertised posted to the Cit 's website and 9 tY p Y , p Y notices distributed to potential contractors. Two (2) contractors responded and the ITEM N0. z .' City Council Staff Report July 16, 2014-- Page 2 Approve Tree Replacement results of the bid are tabulated as follows: Vendor Price Quote Golden Valley Construction $117,418.75 (non-responsive) CV Construction and Engineering $141,141.00 City staff reviewed the two bids and in consultation with the City Attorney determined the bid from Golden Valley Construction to be non-responsive for failure to properly execute the formal bid documents and provide their Unit Pricing as was required. Staff is recommending the City Council approve the lowest, responsive, responsible bid from CV Construction & Engineering. FISCAL IMPACT: The original staff suggested estimated "place holder" project amount approved by the Measure J commission and City Council was $130,000. To date, $6,043.00 has been expended for design and preparation of plans and specifications. An additional $17,184 will be utilized for the project from Measure J Capital Improvement Account No. 260- 4500-59412 —for a project total of$147,184. atrick Sweeney, Faciliti Director David H. Ready, 6ftAftMer Attachment: Copy of bid from CV Construction & Engineering 02 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 specified or indicated in said Contract Documents entitled: PALM TREE REMOVAL AND REPLACEMENT PROJECT CITY PROJECT NO. 13-09 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 furnish 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 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 workers compensation, or to undertake self- insurance in accordance with the provisions, before commencing the performance of the Work of this Contract. 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 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 aforeV_rPtbR&A6R0rjgEnghreerin` Schedule(s). P.O.Box 1182 Thermal CA 92274 760-989-2299 ph.9514E45-7242 fL Dated: 9 aj Bidder: email By: (Signal e) PALM TREE REMOVAL AND REPLACEMENT Title: Sign BID(PROPOSAL) 03 CITY PROJECT NO. 13-09 BID FORMS-PAGE 2 **REVISED** Bid Schedule of Prices for the Construction of the: PALM TREE REMOVAL AND REPLACEMENT PROJECT CITY PROJECT NO. 13-09 in Palm Springs, California Item Description Estimated Unit Unit Amount No. Quantity Price 1. Initial Mobilization 25 LS 2. Traffic Control 21 Sites 3. Remove Existing Palms 16 EA Remove Existing PCC Concrete 160 SF 9 5�/, Remove Existing Curb and Gutter 49 LF oZ S 4, Plant New Palm Trees 25 EA a 4`S 5. Construct Curb and Gutter 49 LF 6. Construct Sidewalk 106 SF D 3 LD- rJ 7. Irrigation 49 EA 8. Remove and Reinstall Lighting 18 EA 9. Install Rock At Palm Trees / 560 SF 10. Remove and Reinstall Signs 4 EA 11. 90 Day Maintenance Period 25 Trees /5 jl, �` 375U• TOTAL COST$ ll u1 // ", JC (9h 'e 7`4 n dram( rar �i yl� i!/h syn , ��h <2 / MA4;� ; �l' G� PRICE WORDS QUANTITIES 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 item, 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 bi item in its entirety, and receive full credit in the amount shown in the Bid Schedule for th deleted item of Work. C,N, CAN S 7A14 to I q�y C�iC7lN LZ7RInVl7 � Name of Bidder or Firm 0�- "IMPORTANT NOTE: PLEASE BE SURE THAT YOU SUBMIT ONLY THIS REVISED MANDATORY PRICING PAGE. FAILURE TO SUBMIT THIS REVISED MANDATORY PRICING PAGE WILL RESULT IN A NOW RESPONSIVE SUBMITTAL. 04 PALM TREE REMOVAL AND REPLACEMENT UNIT PRICE BID SCHEDULE CITY PROJECT NO. 13-09 BID FORMS-PAGE 3 ?Aim IPA CITY PROJECT # 13-09 PALM TREE REMOVAL AND REPLACEMENT ADDENDUM NO. 1 This Addendum is being issued for the following changes and informational items: THE FOLLOWING REVISIONS AND/OR ADDITIONS TO THE SPECIFICATIONS AND INSTRUCTIONS ARE TO BE INCLUDED IN THE ORIGINAL DRAWINGS AND SPECIFICATIONS. THIS ADDENDUM SHALL TAKE PRECEDENCE OVER ANYTHING CONTRARY ON THE PREVIOUSLY ISSUED SPECIFICATIONS AND INSTRUCTIONS AND SHALL BE REFERRED TO HEREINAFTER AS PART OF THE CONTRACT DOCUMENTS. Q 1: In the section N-6 the license required are "A" or"C-27 and C-8". What if we only have "C-27 and D-49"? A 1: The license requirements are as stated in the Bid Document. If you only have a C-27 but do not have the C-8 required to go with the C-27, you must have a sub-contractor that has the C-8 classification and will be listed as a sub-contractor in your bid submittal along with all documentations. Q 2: What does C-8 license cover? A 2: As per the California Code of Regulations, C-8— Concrete Contractor. A concrete contractor forms, pours, places, finishes and installs specified mass, pavement, flat and other concrete work:and places and sets screeds for pavements or flatwork. This class shall not include contractors whose sole contracting business is the application of plaster coatings or the placing and erecting of steel or bars for the reinforcing of mass,pavement, plat and other concrete work. CLARIFICATIONS/REVISIONS OF IFB DOCUMENT: BID SCHEDULE: A "REVISED*" Bid Schedule of Prices for the Construction . of the PALM TREE REMOVAL AND REPLACEMENT PROJECT are hereby included in this addendum and shall replace the original City Project 13-09 Unit Price Bid Schedule — Page 3. The changes include updated Palm Tree counts and estimated quantities of work to be done. In addition, a revised list of the locations of palm trees have been included with corresponding photographs of existing trees at the locations for removal and replacements. "IMPORTANT NOTE: PLEASE BE SURE THAT YOU SUBMIT ONLY THE REVISED MANDATORY PRICING PAGE. FAILURE TO SUBMIT THE REVISED MANDATORY PRICING PAGE WILL RESULT IN A NON-RESPONSIVE SUBMITTAL. 05 PALM TREE REMOVAL AND REPLACEMENT UNIT PRICE BID SCHEDULE CITY PROJECT NO. 13-09 BID FORMS-PAGE 1 APPENDIX—A AND NEW SITE LOCATION 21: Specification Contents Part III Appendix—A Project Drawings Is duplicated as Appendix—C Project Drawings. By this Addendum the City is hereby deleting duplicate Appendix—C and replacing Appendix—A (attached) that has been updated with one (1) additional location (#21). The City is hereby attaching project drawing #21 for this additional location. APPENDIX— E The City by this addendum is hereby deleting Appendix — E site images and is replacing Appendix— E with new site images (attached). This corrects some photo errors and provides site addresses and locations. BY ORDER OF THE CITY OF PALM SPRINGS, CALIFORNIA Leigh Gileno Procurement Specialist II C.V.Cm*oe#o wx* DATE: September 18, 2014 P.O.Box 1182 Tiermal CA 92274 ADDENDUM ACKNOWLEDGMENT- 7W989-22"ph.951-843'7242 cvespresQaoLcom email Proposer Firm Name: Authorized Signature: Date: Acknowledgment of Receipt of Addendum 1 is required by signing and returning a copy of this addendum with your response. Failure to acknowledge this Addendum may result in your IFB being deemed non-responsive. as PALM TREE REMOVAL AND REPLACEMENT UNIT PRICE BID SCHEDULE CITY PROJECT NO. 13-09 BID FORMS-PAGE 2 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, Contractor's License number and business address of each subcontractor who will perform Work under this Bid in excess of one-half of one percent of the Contractor's 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:%(shall not be less than 50%). Contractors Percent License of Total Work two be Performed Number Contract Subcontractor's Name&Address f T/?�AaB/rf //'*2 11< CA 2. 3. 4. 5. 6. 7. 8. LIST OF SUBCONTRACTORS BID FORMS-PAGE 4 07 LOCAL BUSINESS PREFERENCE PROGRAM - GOOD FAITH EFFORTS City Project No.: CP 13-09 Bid Opening Date: September 23, 2014 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 sub-contract 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 sub-contractors, or by demonstrating that no local sub-contracts 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: /,/•Al' Local firms that will furnish materials or supplies to the Bidder for this project: 7A/07 � AFiI I+frt/LAPS 1A ,/ fW , Z74/ Z/gi, jwW .%jr,, L- M� PALM TREE REMOVAL AND REPLACEMENT LOCAL BUSINESS PREFERENCE PROGRAM GOOD FAITH EFFORTS CITY PROJECT NO. 13-09 BID FORMS-PAGE 5 08 LOCAL BUSINESS PREFERENCE PROGRAM-GOOD FAITH EFFORTS(CONTINUED) In the event no local firms (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 its good faith efforts to retain to hire local firms to (a) provide services and (b) to furnish materials and supplies for this project. 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 firms 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 and firms Initial Dates —Solicited Solicitation / �6_DS 4A& Ae"),Z41t /� 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 Normally Breakdown of Items Amount Percentage Performs Item (Y/N) ($) Of Contract 91041 r 939 ' . -7 fol crs� '1ak�o/) %�5r�s•4s ���vE cr"+ai,-c l4Jn+-S >✓u G°u/rn �icrs,�/�s,/�tl f 3�.j73� a-�,� PALM TREE REMOVAL AND REPLACEMENT LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 13-09 GOOD FAITH EFFORTS BID FORMS-PAGE 6 09 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: 'e i Names, addresse�a!Gd_ p hone numbers of firms selected for the work above: NOTE: USE ADDITIONAL SHEETS OF PAPER IF NECESSARY. PALM TREE REMOVAL AND REPLACEMENT LOCAL BUSINESS PREFERENCE PROGRAM CITY PROJECT NO. 13-09 GOOD FAITH EFFORTS BID FORMS-PAGE 7 10 BID BOND KNOW ALL MEN BY THESE PRESENTS, That David Cordero dba Coachella Valley Construction and Engineer Principal,and Western Surety Company as Su and firmly bound into the City of Palm Springs, hereinafter called the"City"in the sum of rety. are held Ten percent of the total bid amount (10%) (not less than 10 dollars percent of the total amount of the bid) for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a Bid to said City to perform the Wor k rk under the Schedule(s)of the CdY' s Contract D required Bi d Documents enticed: PALM TREE REMOVAL AND REPLACEMENT PROJECT CITY PROJECT NO. 13-09 NOW THEREFORE, If said Principal is awarded a Contract by said City, and within the time and in the manner required in the "Notice Inviting Bids" and the "Instructions to Bidders" enters into a written Agreement on the Form of Agreement bound with said Contract Documents, furnishes the required Certificates of Insurance, and furnishes the required Performance Bond and Payment Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. In the event suit is brought upon this Bond by said City, and City prevails, said Surety shall pay all costs incurred by said City in such suit, including a reasonable attorney's fee to be fixed by the court. SIGNED AND SEALED,this 23rd day of_ September 2014. PRINCIPAL: (Check one:XIndMdual,_partnership. _corporation) (Corporations require two signatures;one 6om each of the following groups:A.Chairman of Board,President or any Vice President,AND B. Secretary,Assistant Secretary,Treasurer,Assistant Treasurer,or Chief Financial officer). By Coachella Valley Construction and Engineering SURETY: Signature(NOTARIZED) _Western Surety Company Print Name and Title: By By /�C4_ mYG Signeture(NOTARIZED) ` � "-� � r signature( rARIZED) Print Name and Title Print Name and Title: Diane Marie Nielsen, Attorney in Fact 19."�Iy,m Gusd>?n - � PALM TREE REMOVAL AND REPLACEMENT CITY PROJECT NO. 13-09 BID BOND(BID SECURITY FORM) BID FORMS-PAGE10 11 Western Surety Company POWER OF ATTORNEY-CERTIFIED COPY Bond No. 62166446 _ Know All Men By These Presents, that WESTERN SURETY COMPANY, a corporation duly organized and existing under the laws of the State of South Dakota,and having its principal office in Sioux Falls,South Dakota(the"Company"),does by these presents make,constitute and appoint Diane Marie Nielsen its true and lawful attorney(s)-in-fact,with full power and authority hereby conferred, to execute, acknowledge and deliver for and on its behalf as Surety,bonds for: Principal: David Cordero dba Coachella Valley Construction and Engineering Obligee: City of Palm Springs Amount: $500, 000.00 and to bind the Company thereby as fully and to the same extent as if such bonds were signed by the Senior Vice President, sealed with the corporate seal of the Company and duly attested by its Secretary, hereby ratifying and confirming all that the said attorney(s)-in-fact may do within the above stated limitations. Said appointment is made under and by authority of the following bylaw of Western Surety Company which remains in full force and effect. "Section 7. All bonds,policies, undertakings,Powers of Attorney or other obligations of the corporation shall be executed in the corporate name of the Company by the President, Secretary, any Assistant Secretary, Treasurer, or any Vice President or by such other officers as the Board of Directors may authorize- The President, any Vice President, Secretary,any Assistant Secretary,or the Treasurer may appoint Attorneys in Fact or agents who shall have authority to issue bonds,policies, or undertakings in the name of the Company- The corporate seal is not necessary for the validity of any bonds, policies, undertakings, Powers of Attorney or other obligations of the corporation. The signature of any such officer and the corporate seal may be printed by facsimile." All authority hereby conferred shall expire and terminate,without notice,unless used before midnight of December_22 nd 2014 ,but until such time shall be irrevocable and in full force and effect. In Witness Whereof, Western Surety Company has caused these presents to be signed by its Vice President, Paul T.Bruflat,and its corporat���ltyo be affixed this—__23rd day of Seatember _. _2014 - ,.`��;•'' p . WES SUR Y COMPANY 274—4lfr 1ri37>± Paul T ruflat,Vice President S1'� F.�OU'�F} 'A 11 COU �AHA I as On this 23rd day of September ,in the year 2014 ,before me,a notary public,personally appeared Paul T. Bruflat, who being to me duly sworn, acknowledged that he signed the above Power of Attorney as the aforesaid officer of WESTEl�Nk4UI&' COMP�INY and acknowledged said instrument to be the voluntary act and deed o�said corp lion. V bb VVV4V VVVVVVVVbV S. PETRIK s • NOTARY PUBLIC + i L *0041 SOUTH DAKOTA SFAL i Notary Public-South Dakota r �My Commission o mVmbiVsVsiVonVnbplbrebAVgVublV 1Vb, ++0 16 I the undersigned officer of Western Surety Company, a stock corporation of the State of South Dakota, do hereby certify that the attached Power of Attorney is in full force and effect and is irrevocable, and furthermore,that Section 7 of the bylaws of the Company as set forth in the Power of Attorney is now in force. In testimony whereof,I have hereunto set my hand and seal of Western Surety Company this 23rd day of September 2014 - - - WES R SURE Y COMPANY i Form F5306-E-2012 Paul T ruflat,Vice President 12 ❑ Acknowledgment of Principal ❑X Acknowledgment of Surety (Attorney-in-Fact) STATE OF California COUNTYOF ,W se n p L n r_' On V I(Z�JI 4 before me, a uuiQ K�CYIG(r �01 G�21 Y(cat l C. date here insert name and titlof the officer ' personally appeared Diane Marie Nielsen name(s)of signer(e) ' 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 his/her/their authorized capacity(ies), and that by his/her/their 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 tru and correc ������a......rrrr��......rrrr��...++++++......��v���..�r�����r++++++++ LINDA ROCHA Commission # 195 1956006 IL WITNE ban a ial se 1. `a .-d Notary Public -California z ? Riverside County s Signatu a (Sea My Comm. Expires Nov 20,201 (The balance of this page Is intentionally left blank.) Western Surety Company Form 1900-1-2008 13 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California 1 County of Rs vPrc;d Ji Ong Z3W before me, Linda Roche, Notary Public Date 1 ere Insert Name and TAIe of the Mcer personally appearedV( a Cbf de I'D Name(s)of Signer(a) 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 LINDA ROCHA he/she/they executed the same in his/her/their authorized Commission# 1958006 Ir capacity(ies), and that by his/her/their signature(s) on the 1-0—mg Notary Public-California Z instrument the person(s), or the entity upon behalf of Riverside Countywhich the person(s) acted, executed the instrument. Comm. Expires Nov 20.2015 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS y f//�/d/ and o cial s/eral� Place NMery Seal More Signatu S nature of Norery Publb OPTIONAL Though the information below is not required by law,it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document Description of Attached Document �, Title or Type of Document: �I d F Q N, tU Document Date: Number of Pages: Signer(s)Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Title(s): ❑ Partner—❑ Limited ❑ General ❑_ ❑ Partner—El Limited ❑General ❑ Attorney in Fact • ❑Trustee Attorney in Fact n Trustee .Poll thumb here "thuumb ❑ Guardian or Conservator ❑ Guardian or Conservator ❑ Other: ❑Other: Signer Is Representing: Signer Is Representing: CZ07 Nagonal Notary Association-9150 De Soto Ave„P.O.Box 2402•Chatswr1h,CA 91313-2402-rrxw.NalbrelN ry.arg eeme5907 Reorder:Ce11To1-Fme1-e00-e76Ae27 14 NON-COLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID State of California ) Countyof Uys'�c) ) ss. I, ,IIy'(A , being first duly sworn, daposes and says that he or she is Q_OrW_f- of CVCAA0-+rUCf7M 4�t'1�a(neeniiC the party making the foregoing Bid, that the Bid is not made in the interest of, or on b�ialf of, any undisclosed person, partnership, company, association, organization, or corporation; that the Bid is genuine and not collusive or sham; that the Bidder has not directly or indirectly induced or solicited any other Bidder to put in a false or sham Bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any Bidder or anyone else to put in a sham Bid, or that anyone shall refrain from bidding; 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 effectuates a collusive or sham Bid. Bi4" - y .' �i`nY? �BTit nUr�"ra 7i2PJp�fw Il Organization 3 rt.i SIG/ If hrej 9 Address r�rr rr� � Cy f222; PALM TREE REMOVAL AND REPLACEMENT NON-COLLUSION AFFIDAVIT CITY PROJECT NO. 13-09 BID FORMS-PAGEB ALL-PURPOSE ACKNOWLEDGMENT State of C41 C l Fbe-N A County of K l V&9,C, D� On '1� before me, L-t Ao 12xho � nioi j ,✓�bl(c Date N me, Title of Officer personally appeared I/r C'G r�p f O NAME(S)OF SIGNER(S) who proved to me on the basis of satisfactory evidence to be the persons) whose name's) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(iss), and that by his/herAheir signatures(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. W' ass hand andPial seal LINDA ROCHA xTM. Commission # 1950006 z .'e Notary Public - California Z ignature of Notary = Riverside County > My Comm.Expires Nov 20,2015 ATTENTION NOTARY: Although the information requested below is OPTIONAL, it could prevent fraudulent attachment of this certificate to unauthorized document.,, `` J " ' L THIS CERTIFICATE Title or Type of Document J am©✓_ C©�1/{SWK Rf! eaL V, T MUST BE ATTACHED TO THE DOCUMENT Number of Pages_DATE of DOCUMENT DESCRIBED AT RIGHT: Signer(s)Other Than Named Above PALM TREE REMOVAL AND REPLACEMENT NON-COLLUSION AFFIDAVIT ' D CITY PROJECT NO. 13-09 BID FORMS-PAGE9 BIDDER'S GENERAL INFORMATION The Bidder shall furnish 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: CV.c4al"Wo oa k��i OJ C ✓ P P.O.501 Ila T6erma Rio M I)M pr ssi.s.s-tiza:ft. L 3 IL r 11,4,e N�-r evespres®wLeom email /3 .41 17M/ Gj? -9 z L L 2. CONTRACTOR'S Telephone Number: ( 71-0 ) 50_ zz'7f Facsimile Number: ( yy/ ) 3. CONTRACTOR'S License: Primary Classification State License Number(s) LIE 32 Supplemental License Classifications 4. Surety Company and Agent who will provide the requiredBonds on this Contract: Name of SuretyYvl Y C Address —75_Zo f-e Fl l Surety Company W�ts&rn I) ( 0Yxjh !LV Telephone Numbers: Agent Surety( ) 70d 5. Type of Firm (Individual, Partnership or Corporation): 6. Corporation organized under the laws of the State of. S�o t Ti v1 / k-ofzt 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: TJ��<�7 f/• �lirtrY/!s �b3 ��r1��� l .G ,0uo� .CA �91z23 PALM TREE REMOVAL AND REPLACEMENT 17 BIDDER'S GENERAL INFORMATION CITY PROJECT NO. 13-09 BID FORMS-PAGE 11 BIDDER'S GENERAL INFORMATION (Continued) 8. Number of years'experience as a contractor in this specific type of construction work: 9. List at least three related projects completed to date: �r7 (�n1/,he oar! /�<. /,, a. Owner A �3r/l Address ���i., !�P<tzl et4 Contact 19e c41ot Class of Work &Aor . G Nd 3e Phone( 7z6) Contract Amount Project gwo :/` "'�S Date Completed Contact Person hE Telephone number( b. Owner Address 64, Contact V`""'i /�/r Class of Work Phone( 745- 5-40 Contract Amount Project A13/" 4,44. mdrjw_ Date Completed'vy)�F Contact Person � f` Telephone number C SQL 9 5 C. Owner /`� �' �6yi,/.ram. Address Cs Contact OAAe✓ Class of Work Sr�dn /✓r<��, k / Phone ContractAmount duo 14v Project/�l4 zt dad kr,1A Date Completed T/ Contact Person Ode/"t Telephone number 10. List the name and title of the person who will supervise full-time the proposed work for your firm: 7)A la/ A r",.,clov — O ✓&®r 11. Is full-time supervisor an employee contract services ? "7:;. y C-r _(JWp 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. PALM TREE REMOVAL AND REPLACEMENT 18 BIDDER'S GENERAL INFORMATION CITY PROJECT NO. 13-09 BID FORMS-PAGE 12