PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK. Business Address Phone No. City/State Zip Code

Similar documents
PUBLIC WORKS DEPARTMENT LED STREET LIGHT CONVERSION, PHASE 3 PROJECT NO. PW1536

PUBLIC WORKS DEPARTMENT ROOF REPLACEMENT AND CONSTRUCTION PROGRAM CITY OF STOCKTON CORPORATION YARD PROJECT NO. PW1320

Suite 300 Tenant Improvement

PUBLIC WORKS DEPARTMENT CURB, GUTTER, SIDEWALK REPAIR AND CURB- RAMP INSTALLATION, PHASE 2 PROJECT NO. PW1531

ADDENDUM TO INVITATION FOR BIDS Fortuna Union High School District Proposition 39 LED Lighting Retrofit Bid No Addendum #2 February 23, 2017

PUBLIC WORKS DEPARTMENT POOL WATER AND FILTER SYSTEM MAINTENANCE PROJECT NO. OM

5. BID FORMS TABLE OF CONTENTS

PUBLIC WORKS DEPARTMENT 2017 SPEED HUMP, SPEED CUSHION, AND SPEED TABLE PROJECT PROJECT NO. PW1608

Oppenheimer Upper Equestrian Pavilion -- MAJ 16-MJ0067 California Polytechnic State University San Luis Obispo, CA 93407

PUBLIC WORKS DEPARTMENT FIRE STATION NO. 2 KITCHEN IMPROVEMENTS PROJECT NO. PW1618

LINCOLN UNIFIED SCHOOL DISTRICT CHROMEBOOK BID

ADDENDUM For Reference For Bidders

STATEMENT OF CERTIFICATION OF COMPLIANCE WITH EQUAL EMPLOYMENT OPPORTUNITY PROGRAM. I hereby certify that (Legal Name of Vendor)

RETIREE HEALTH BENEFITS TRUST

BID FORM. PROJECT: 2017 Water line replacement

Field 6 Fence Phase 1

PROPOSAL REQUIREMENTS AND CONDITIONS

ORANGE COUNTY, CALIFORNIA NOTICE TO CONTRACTORS

VENDOR'S PLAN FOR EQUAL EMPLOYMENT OPPORTUNITY TO SAN DIEGO COMMUNITY COLLEGE DISTRICT

BID RECEIVING OFFICE: Forsyth County Public Library, Administrative Offices, 585 Dahlonega Street, Cumming, GA 30040

BID FORM (Lump Sum or Unit Price)

BID # EFI H1625 LED Wide Format Printer Fullerton College

TOWN OF TAOS PURCHASING OFFICE 400 CAMINO DE LA PLACITA TAOS, NEW MEXICO 87571

PROPOSAL PACKAGE INFORMATION SHEET

University of California, Riverside Barn Expansion

BID FOR LUMP SUM CONTRACT

LA COSTA PRESSURE REDUCING STATION REPLACEMENT PROJECT

2. Develop recommendations and best practices for the District to following in serving these students.

CITY OF LAGUNA NIGUEL PLANS, AND FOR

Company Name: Address: Date: OFFICAL SIGNATURE PRINT

REQUEST FOR PROPOSALS HISTORIC BUILDING DISPLAY SIGNS CITY OF CREVE COEUR, MISSOURI

OXNARD UNION HIGH SCHOOL DISTRICT. Request for Qualifications and Proposals (RFQ/P) #559 for Architectural Services

CITY OF CHAMBLEE PIERCE DRIVE STORM SYSTEM EXTENSION PROJECT

THE CITY OF FOREST PARK PLANNING, BUILDING AND ZONING DEPARTMENT JONATHAN JONES, DIRECTOR 785 Forest Parkway Forest Park, GA 30297

REQUEST FOR PROPOSALS FISCAL AGENT SERVICES FOR THE MONTANA AVENUE BUSINESS IMPROVEMENT DISTRICT CITY OF SANTA MONICA

HORRY COUNTY SOLID WASTE AUTHORITY, INC.

INVITATION TO BID. Plumbing /Sewer /Storm Drain Replacement & Spot Repair Routine Repair and Maintenance Services. Project No.

For Review Only Official Bid Packet available at Athens County Engineer's Office

ADVERTISEMENT FOR BIDS. Water Plant Backup Generators City of Kearney, MO

HOFFMAN ESTATES PARK DISTRICT Hoffman Estates, Illinois FORM OF PROPOSAL

PETALUMA LED STREETLIGHT RETROFIT PHASE 2 CITY PROJECT NO. C

Replacement of Existing Carpet at City Hall

4S RANCH WATER RECLAMATION FACILITY TERTIARY FILTER REHABILITATION

Peralta Community College District th Avenue Oakland, California Phone (510) Fax (510) Purchasing Department

REQUEST FOR BIDS FOR THE CITY OF COACHELLA SHADY LANE SIDEWALK IMPROVEMENT PROJECT USING CDBG FUNDS

BIDDER S QUALIFICATION AND EXPERIENCE STATEMENT

ATTACHMENT B DISADVANTAGED BUSINESS ENTERPRISE UTILIZATION

CONTRACT DOCUMENTS FOR SEWER COLLECTION SYSTEM CONDITION ASSESSMENT AND CLOSED CIRCUIT TELEVISION (CCTV) INSPECTION CS-16-04

ADDENDUM #5 NIB #

PLACENTIA LIBRARY DISTRICT PLACENTIA, CALIFORNIA

1. Please replace the Asphalt Materials Quotation packet dated April 3, 2017 with the attached specifications dated April 10 th.

EXTERIOR STAIR AND HANDRAIL REPLACEMENT. Bid No. B15-08

ADVERTISEMENT FOR BIDS

BID DOCUMENTS FOR CASTLE AUTOMOTIVE TECHNOLOGY REROOFING REROOFING PROJECT, BID #

NOTICE INVITING BIDS

The Housing Authority of the Township of Middletown

INVITATION TO BID. Play Structure and Matting Routine Repair and Maintenance Services. Project No

SIDEWALK REPAIR PROGRAM ON-CALL CONTRACT

TULARE COUNTY OFFICE OF EDUCATION. Router

PORT OF EVERETT SECTION Insert Project Name in CAPS

TULARE COUNTY OFFICE OF EDUCATION. Router

REQUEST FOR PROPOSAL (RFP)

BAINBRIDGE ISLAND METROPOLITAN PARK & RECREATION DISTRICT. Small Public Works. Aquatic Center Locker Room Flooring Resurfacing Project

RIVERSIDE COUNTY FLOOD CONTROL AND WATER CONSERVATION DISTRICT

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Just in Time Classroom and Office Supplies Bid # 15/16-006

REQUEST FOR PROPOSAL

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

PROJECT: 2016 DISTRICT WIDE HMA TRENCH PAVING

REQUEST FOR PROPOSALS INTERNAL CONNECTIONS NETWORK EQUIPMENT AND WIRELESS

CENTRAL COAST WATER AUTHORITY. Bid Documents For Furnishing and Delivery of Bulk Water Treatment Chemicals Ammonium Hydroxide

4S RANCH WATER RECLAMATION FACILITY EQUALIZATION BASIN RELINING PROJECT

Specifications and Bid Forms for. Riprap at Bridge Berm Structure # rd Street, Yankton South Dakota, Yankton County,

TABLE OF CONTENTS. Page No. A. INTRODUCTORY PAGES Cover Page... i. Table of Contents

A. INTRODUCTORY PAGES

CITY OF SOUTH GATE PUBLIC WORKS DEPARTMENT ENGINEERING DIVISION CONTRACT DOCUMENTS AND SPECIFICATIONS FOR

COVINA-VALLEY UNIFIED SCHOOL DISTRICT

Corona-Norco Unified School District 2820 Clark Ave. Norco, CA Dairy Products. Bid # 14/15-002CNS

CITY OF LA PUENTE. City of La Puente E. Main Street La Puente, CA Telephone: (626) BID OPENING: September 15, 2016 at 10:30 a.m.

22888 Foresthill Road Foresthill, CA (530) (530) Fax. fusd.org. E-Rate Yr. 19 ( ) RFP #

FRONT END DOCUMENTS BIDS DUE BY: 2:00 PM, PST, THURSDAY, JANUARY 15, 2015, TO THE ADDRESS BELOW

Attachment A Required Submission Documents BIDDER INFORMATION

QUALIFICATION MANUAL & TITLE PAGE

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

CONTRACT DOCUMENTS. City of El Centro Pico Avenue Sewer Lift Station Emergency Generator Replacement Project

GORDON COUNTY BOARD OF COMMISSIONERS INVITATION TO BID Public Works Materials Metal Culverts

CITY OF BEVERLY HILLS CONTRACT DOCUMENTS

Office Janitorial Services at One Administration Building

Request for Proposal # Citrus Community College District VENDING SERVICES PROPOSAL

Borough of Highland Park Housing Authority 242 South 6 th Avenue Highland Park, NJ Phone: (732) Fax: (732)

MARINWOOD FIRE STATION KITCHEN REMODEL PROJECT

IMPORTANT GENERAL INSTRUCTIONS

BID PACKAGE FOR CONSTRUCTION ON COUNTY ROADS IN INYO COUNTY. Whitney Portal Road and Horseshoe Meadows Road Permanent Restoration Project

COUNTY OF KINGS CALIFORNIA DEPARTMENT OF PUBLIC WORKS

Bid No. B17-13 Bldg 1300 HVAC

OF BEVERLY HILLS CONTRACT DOCUMENTS

Willamalane Center for Sports and Recreation 250 S. 32nd St., Springfield OR willamalane.org

RETAINING WALL REPLACEMENT REGNART ROAD

Boulder Creek Fire Protection District. Request For Proposal. Voluntary Seismic and ADA Station Upgrades. July 14, 2015

PROJECT MANUAL MISSION DRIVE SEWER MAIN CROSSING REPAIR PROJECT SOLVANG PROJECT NO. PW 118 FEBRUARY 5, 2019

Transcription:

PROPOSAL FOR SHEET PILE RETAINING WALL PROJECT AT THE LAGUNA COAST WILDERNESS PARK Name of Bidder Business Address Phone No. City/State Zip Code TO THE BOARD OF SUPERVISORS OF hereinafter referred to as, "COUNTY." The undersigned, as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any other person, firm or corporation; that the bidder has carefully examined the location of the proposed work, the proposed form of CONSTRUCTION AGREEMENT, including all documents made a part thereof, and the plans herein referred to; and the bidder proposes and agrees if this proposal is accepted, that the bidder will enter into a contract with the COUNTY, in the form set forth in said CONSTRUCTION AGREEMENT, to provide all the necessary labor, machinery, tools, apparatus and other means for construction, and to do all the work and furnish all the materials specified in the CONSTRUCTION AGREEMENT, in the manner and time therein prescribed, and according to the requirements of the ENGINEER as therein set forth, and that the bidder will accept in full payment therefor the following unit prices, to wit: SCHEDULE OF WORK ITEMS CONTRACTOR shall place lump sum prices in the "Item Price" column and the "Total" column. SCHEDULE OF WORK ITEMS Item No. Estimated Quantity Unit of Measure Item Description Item Price TOTAL 1. 1 LS Dust Control 2. 1 LS ESCCP 3. 1 LS Mobilization 4. 1 LS Clearing and Grubbing P-1

SCHEDULE OF WORK ITEMS Item No. Estimated Quantity Unit of Measure Item Description Item Price TOTAL 5. 93 CY Unclassified Excavation 6. 93 CY Cement Sand Slurry Backfill 7. 2502 SF Install Sheet Piling TOTALS: LS = Lump Sum CY = Cubic Yard SF = Square Feet It is understood that the approximate quantities shown in the foregoing schedule are solely for the purpose of facilitating the comparison of bids, and that the CONTRACTOR's compensation will be computed upon the basis of the actual quantities in the completed work, whether they be more or less than those shown herein. The bidder shall set forth for each item of work, in clearly legible figures, an item price and a total for the item in the respective spaces provided for this purpose. In the case of unit basis items, the amount set forth under the "Total" column shall be the extension of the item price bid on the basis of the estimated quantity for the item, unless otherwise indicated elsewhere in the AGREEMENT documents or specifications (e.g., items stated as final Payment or lump sum ). In the case of discrepancy between the item price and the total set forth for the item, the item price shall prevail, provided, however, if the amount set forth as an item price is ambiguous, unintelligible or uncertain for any cause, or is omitted, or in the case of unit basis items, is the same amount as the entry in the "Total" column, then the amount set forth in the "Total" column for the item shall prevail in accordance with the following: l. For lump sum items, the amount set forth in the "Total" column shall be the item price. 2. For unit basis items, the amount set forth in the "Total" column shall be divided by the estimated quantity for the item and the price thus obtained shall be the item price. In case of discrepancy between the correct sum of the individual items and the total written, the correct sum shall prevail. P-2

The cost of all work shown in the Plans and Special Provisions shall be included in related bid items. There shall be no compensation except for the bid items specified in the Proposal, and no additional compensation shall become due the CONTRACTOR by nature of compliance with the Plans and Special Provisions. The names of all persons interested in the foregoing proposal as principals are as follows: (IMPORTANT NOTICE: If bidder or other interested person is a corporation, state legal name of corporation, also names of the president, secretary, treasurer, and manager thereof; if a co-partnership, state true name of firm, also names of all individual co-partners composing firm; if bidder or other interested person is an individual, state first and last names in full.) NOTE: If bidder is a corporation, the legal name of the corporation shall be set forth above with the signature of the officer or officers authorized to sign contracts on behalf of the corporation; if bidder is a co-partnership, the true name of the firm shall be set forth above together with the signature of the partner or partners authorized to sign contracts in behalf of the co-partnership, and if bidder is an individual, his signature shall be placed above. If signature is by an agent other than an officer of a corporation or a member of a partnership, a Power of Attorney must be on file with the COUNTY prior to opening bids or submitted with the bid; otherwise, the bid will be disregarded as irregular and unauthorized. Accompanying this proposal is NOTE: Insert the words "Cash ($ )," "Cashier's Check," "Certified Check" or "Bidder's Bond," as the case may be, in amount equal to at least ten percent of the total of the bid. P-3

The CONTRACTOR shall be licensed in accordance with the act providing for the registration of CONTRACTOR. License number: License classification: License Expiration Date: Any bid not containing the above license information, or a bid which is subsequently proven false, shall be considered nonresponsive and shall be rejected. In all contracts where federal funds are involved, no bid submittal shall be invalidated by the failure of the bidder to be licensed in accordance with the laws of this state. However, at the time the contract is awarded, the CONTRACTOR shall be properly licensed in accordance with the laws of this state. The first payment for work or material under any contract shall not be made unless and until the Registrar of Contractors verifies to the COUNTY that the records of the Contractors' State License Board indicate that the CONTRACTOR was properly licensed at the time the contract was awarded. Any bidder or CONTRACTOR not so licensed shall be subject to all legal penalties imposed by law, including, but not limited to, any appropriate disciplinary action by the Contractors' State License Board. Failure of the bidder to obtain proper and adequate licensing for an award of a contract shall constitute a failure to execute the contract and shall result in the forfeiture of the security of the bidder. The CONTRACTOR bidding shall hereinafter state the subcontractor who will be the subcontractor on the job for each particular trade or subdivision of the work that exceeds onehalf of one percent of the prime contractor's total bid, or in the case of bids for the construction of streets or highways, including bridges, in excess of the above stated limits, and will state the firm name and principal location of the mill, shop or office of each. If the CONTRACTOR bidding fails to specify a subcontractor for work performed under the contract in excess of onehalf of one percent of the prime contractor's total bid, or $10,000.00, whichever is greater, he agrees that he is fully qualified to perform that portion himself, and he shall perform that portion himself. DIVISION OF WORK OR TRADE NAME OF FIRM OR CONTRACTOR LOCATION OF MILL, SHOP OR OFFICE P-4

By notarized signature, bidder also acknowledges receipt of: Addenda Nos. Bulletin Nos. I certify under penalty of perjury under the laws of the State of California that the foregoing is true and correct. Subscribed at:,, on, 20. (City) (County) (State) (Date) (Signature of Contractor) NOTARY TO AFFIX SEAL AND CERTIFICATE OF ACKNOWLEDGMENT (Address City, State, Zip Code) (Telephone) P-5

NONCOLLUSION AFFIDAVIT The party making the foregoing bid affirms 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 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 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 or of that of 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 person, corporation, partnership, company, association, organization, bid depository, or to any member or agent thereof, to effectuate a collusive or sham bid. By notarized signature, bidder acknowledges compliance of the "NONCOLLUSION AFFIDAVIT" of this Proposal. (Print Name of Contractor) (Signature of Contractor) (Date) State of California County of Orange Subscribed and sworn to (or affirmed) before me on This day of, 20, by, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. (seal) Signature P-6