Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Job 3. Arterials 2023, Papich Construction Company, Inc.
BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR ARTERIALS 2023, SPECIFICATION NO. 2001001-1 Item No. SS(J)7 S(>) Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) BASE BID ITEMS 1 7,12 TRAFFIC CONTROL PLAN AND IMPLEMENTATION LS 1 -------------- u -1► —1 2 30 COLD PLANE (12.5") SQYD 13,358 14 14 o04% 3 30 COLD PLANE (6") SQYD 2,140 (p•> IZ1 4 39 3/4 MIX HOT MIX ASPHALT TON 8,066 5 39 1/2 MIX HMA SURFACE COURSE TON 3,282 Ip O(OS a2 6 39 3/8 MIX LEVELING COURSE TON 490 45V Wb5VO 7 37 FOG SEAL SQFT 8,040 (, (A 8 60 METHACRYLATE SQFT 12,660 1 15, A1100 9 15 MILL AC SQYD 11,621 t4.y5D (W M+13 10 39,96 PAVING GRID SQYD 7,632 1151Q0 170 515 Q 11 20 TREE TRIMMING AND REMOVAL LS LS 1 1 -------------- -------------- 4 1417500 IV,0vo 12 14 ARCHAELOGICAL MONITORING AT MONTEREY AND TORO 13 12 TEMPORARY STRIPING AND PAVEMENT MARKINGS LS 1 -------------- L m 14 77 POTHOLING LS 1 -------------- r%V000 15 7 COMPLY WITH OSHA LS 1 -------------- C) 16 84 WHITIENELLOW MARKINGS/LEGENDS PAVEMENT SQFT 2,706 r n 4� BID FORMS A �'-70 BID FORMS Item No. SS(1) Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) (ARROWS, WORDS, SYMBOLS, ETC. 17 84 GREEN BIKE LANE MARKINGS CASE 1 LF 309 18 84 CGREEN ASE 2 BIKE LANE MARKINGS LF 880 1 5 U 7 w 19 84 CGREEN ASE 3 BIKE LANE MARKINGS LF 546 S O 20 84 GREEN BIKE LANE COATING SQFT 637 "l 21 84 4" DOUBLE WHITE LF 27 22 84 12" WHITE/YELLOW LF 3,571 23 84 24" WHITE/YELLOW LF 2,636 24 84 DETAIL 2 LF 127 25 84 DETAIL 8 LF 55 26 84 DETAIL 22 LF 1,455 2 27 84 DETAIL 24 LF 485 28 84 DETAIL 27B LF 3,293 I Z 29 84 DETAIL 29 LF 221 UQ 30 84 DETAIL 32 LF 5,548�j� ?� v 31 84 DETAIL 38 LF 626 32 84 DETAIL 39 LF 1,631 33 84 BIKE BUFFER LF 523 2v C 34 84 WHITE/BLUE PARKING "L" OR "T" EA 130 f 26 35 84 ADA SPACE MARKING EA 4 L4cV o 36 84 BLUE/YELLOW/RED/WHITE CURB PAINT LF 930 q S 0 37 84 BOTS DOTS LF 192 of Uv 38 82 ADA SIGN AND POST EA 4 .OD 39 82 FLEX POST EA 4 OD 40 82 REMOVE (E) POST EA 2 100 70D 41 82 INSTALL (N) 12' PUNCH POST EA 15 42 82 INSTALL (N) 14' PUNCH POST EA 3 43 82 RELOCATE (E) SIGN EA 1 00 3igo 44 82 NEIGHBORHOOD GREENWAY SIGN EA 4 -J00 -wo 45 82 25 MPH SIGN EA 7 46 82 R4-11 SIGN EA 7 ISO 700 47 82 R7-9 SIGN EA 1 01 J 48 82 R10-15 SIGN EA 2 49 82 R13A SIGN EA 1 50 82 W11-2 SIGN EA 2 51 82 W11-15 SIGN EA 8 1Ck 1Li Lid BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity I (in figures) (in figures) 52 82 W16-7P SIGN EA 2 53 85 BLUE HYDRANT EA 15 REFLECTORS - ENG. STDd 7920 54 73 NE CURB RAMP: SANTA LS 1 ------ ------- , "l BARBARA AND RAIL STATION lY'l96- 55 73 S CURB RAMP RETROFIT LS 1 -------------- (DOME AND SW GRIND): MONTEREY AND MORROr 56 73 CROSS GUTTER PER ENG. SQFT 53 U 16 1!2I vjrl STD. 4310 57 73 N CURB RAMP: CALFORNIA LS 1 -------------- AND MILL LpS 000 58 73 E CURB RAMP: CALIFORNIA LS 1 -------------- �i AND MILL -1S 000 59 73 S CURB RAMP: CALIFORNIA LS 1 -------------- NS D� AND MILL 60 73 W CURB RAMP: CALIFORNIA LS 1 ------ ------- u O AND MILL , Va 61 73 N CURB RAMP: CALIFORNIA LS 1 ----------- ,k AND PALM N, 0 0o 62 73 E CURB RAMP: CALIFORNIA LS 1 ------ - ------ I, t AND PALM ODD 63 73 S CURB RAMP: CALIFORNIA LS 1 -------------- AND PALM L15 005) 64 73 W CURB RAMP: CALIFORNIA LS 1 ------------- AND PALM NS 000 65 73 N CURB RAMP: MONTEREY LS 1 -------------- AND TORO K vod 66 73 S CURB RAMP: MONTEREY LS 1 -------------- AND TORO Lf� 000 67 73 W CURB RAMP: MONTEREY LS 1 ------------- I KC AND TORO "'),000 68 73 NE CURB RAMP: FUNSTON LS 1 ------------- AND LAWTON S 000 69 73 SE CURB RAMP: FUNSTON LS 1 -------------- NSvnd AND LAWTON 70 73 SW CURB RAMP: FUNSTON LS 1 -------------- '1 S AND LAWTON Old 71 73 NW CURB RAMP: FUNSTON LS 1 -------------- '' // "[S AND LAWTON 000 72 73 MONTEREY CONCRETE LS 1 ------------- 456-.1w REPAIR SECTION 1 73 73 MONTEREY CONCRETE LS 1 ------ ------- av REPAIR SECTION 2 ow 74 73 MONTEREY CONCRETE LS 1 -------------- REPAIR SECTION 3 6-;5-1,?j 75 73 MONTEREY CONCRETE LS 1 ------------- 14%000 REPAIR SECTION 4 76 73 MONTEREY CONCRETE LS 1 -------------- U3 REPAIR SECTION 5 ow 77 39 12.5" AC BASE REPAIR SQFT 14,004 BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 78* 15, CONCRETE BASE REPAIR SQFT 5,310 q(p v401 40.90 ALLOWANCE I uL? 79 73 CONCRETE MEDIAN SQFT 3,313 —� 80 15 UPGRADE/ADJUST EA 8 COMMUNICATIONS MANHOLE TO FINISHED SURFACE 81 15 REMOVE € AND INSTALL NEW EA 2 COMMUNICATION MANHOLE 390 PER ENG. STD. 9030 121'120 82 15 UPGRADE/ADJUST MANHOLE EA 27 OR CLEANOUT TO FINISHED 2 �S �yi v SURFACE , 83 77 REPLACE FRAME AND COVER EA 3 //,,,,�/ PER ENG. STD. 6610 sips u l/47 84 77 COAT SEWER MANHOLE EA 4 85 15 UPGRADE/ADJUST GAS OR EA 70 WATER VALVE TO FINISHED SURFACE PER ENG. STD. /L� ov(% 140 � UDO 6040 86 15 UPGRADE/ADJUST AND EA 17 RESET CENTERLINE MONUMENT PER ENG. STD. 9020 87 15 RESET BENCHMARK EA 2 88 15 UPGRADE/ADJUST STORM EA 8 DRAIN VENT TO FINISHED SURFACE 89 86 RAPID RECTANGULAR LS 1 ------------- FLASHING BEACONS (RRFB) SYSTEM: SANTA BARBARA AND HIGH 90 86 RAPID RECTANGULAR LS 1 -------------- FLASHING BEACONS (RRFB) SYSTEM: MONTEREY AND t TORO I 91 86 RAPID RECTANGULAR LS 1 ------- ------ FLAHSING BEACONS (RRFB) SYSTEM: MONTEREY AND '"l� PEPPER 92 77 CONNECT TO € SD CULVERT EA 4 4,v0 � D 93 77 CONNECT TO € DRAINAGE EA 1 114 STRUCTURE 100 141 DDO 94 77 REPAIR BOX CULVERT EA 4 PENETRATION PER DETAIL A, 6DD �t 41OW SHEET C8 95 15 REMOVE € STORM DRAIN LF 394 PIPE/CONCRETE BOX DRAIN Igo U4, C(w 96 15 REMOVE € STORM DRAIN EA 4 H ,,n f o MANHOLE r-I t 97 15 REMOVE € DRAINAGE INLET EA 10 BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 98 77 INSTALL (N) 12" PVC (SDR 35) LF 152 STORM DRAIN PIPE 99 77 INSTALL (N) 12" DIP STORM LF 107 rr,, L04q-K DRAIN PIPE UTI� 100 77 INSTALL (N) 18" HDPE STORM LF 140 G f, DRAIN PIPE 040 101 77 INSTALL (N) 24" HDPE STORM LF 50 �y� kq DRAIN PIPE qZ) gv 102 77 INSTALL (N) 24" X 6" LF 20 Z CONCRETE BOX (),1,� N 103 77 INSTALL (N) CATCH BASIN EA 3 PER ENG. STD. 3350 �D 00 104 77 STALL (N) CATCH 6ASIN EA 5 A 2no PER ENG STD. 3355 �0 I 105 77 INSTALL (N) CATCH BASIN EA 1 Sv0 —1 C400 PER ENG. STD. 3360 106 77 INSTALL (N) CATCH BASIN EA 1 PER CALTRANS STD. D72E �� —Vivo (TYPE GO) 107 77 REPLACE DRAINAGE GRATES EA 2 (00 tj -71010 108 77 INSTALL (N) STORM DRAIN EA 2 MANHOLE PER ENG. STD. 3520 109 77 INSTALL (N) STORM DRAIN EA 1 MANHOLE PER ENG. STD. 3530 110 77 RELOCATE € FIRE HYDRANT EA 1 7 "s- ill 77 ADJUST FIRE HYDRANT TO EA 2 PROVIDE PROPER CLEARANCE PER ENG. STD. 2 �� q� 6310 112 77 BYPASS PUMPING LS 1 ---- -------- 113 77 REMOVE EXISTING LF 248 SEWERLINE AND INSTALL NEW 8" HDPE SEWERLINE BY �nl� ��� �0 OPEN TRENCHING !i"✓ 114 77 REMOVE EXISTING AND EA 1 2� INSTALL NEW CLEANOUT 3hi 115 77 CONNECT EXISTING SEWER EA 5 / LATERAL TO SEWER MAIN 116 77 CONNECT TO EXISTING EA 1 c IU SEWER MANHOLE (/7 0CIS- 117* 73 ADDITIONAL SIDEWALK SQFT 900 1 u i y� ALLOWANCE �Jo J� 118* 73 ADDITIONAL CURB AND LF 360 P-jn 4% 0 GUTTER ALLOWANCE q 0 119* 73 ADDITIONAL MISSION STYLE SQFT 300 t5l SIDEWALK ALLOWANCE riO D") 120* 73 ADDITIONAL DRIVEWAY ALLOWANCE SQFT EA 300 1 n Vl U 00d 121 84 1 REPLACE LOOP D—ETECTORS�L BID FORMS BID FORMS Item No. SS(1) Item Description Unit of Measure Estimated Quantity Item Price (in figures) Total (in figures) 122 86 PEDESTRIAN PUSH BUTTON ASSEMBLY (CALIFORNIA AND MILL) LS 1 -------------- 123* 77 WATER SERVICE REPAIR ALLOWANCE�i EA 5 O Base Bid - $ +Q q(II I 'a65 ADDITIVE ALTERNATIVE A BID ITEMS 124 30 COLD PLANE (12.5") SQYD 6,826 125 39 % MIX HOT MIX ASPHALT TON 3,840 126 39 '/ MIX HMA SURFACE COURSE TON 1,222 127 39 3/8 MIX LEVELING COURSE TON 112 128 15 MILL AC SQYD 2,659 129 39,96 PAVING GRID SQYD 2,659 130 37 FOG SEAL SQFT 25,417 - Q 131 73 TRAFFIC CONTROL PLAN AND IMPLEMENTATION LS 1 ------------- 1X -7Cls- 132 12 TEMPORARY STRIPING AND PAVEMENT MARKINGS LS 1 ------- ------ V 00 133 73 WHITE/YELLOW PAVEMENT MARKINGS/LEGENDS (ARROWS, WORDS, SYMBOLS, ETC. SQFT 487 U �7 134 GREEN BIKE LANE MARKINGS CASE 1 LF 93 rIv 135 86 GREEN BIKE LANE MARKINGS CASE 2 LF 496 136 86 CGREEN ASE 3 BIKE LANE MARKINGS LF 144 f e / �.c 7 1 137 84 12" WHITE/YELLOW LF 923 1� 3�v 138 84 24" WHITE/YELLOW LF 473 10 Li- v 139 84 DETAIL 22 LF 596 S. 9) 140 84 DETAIL 27B LF 2,569 S,G� 141 84 DETAIL 29 LF 313 142 84 DETAIL 32 LF 1,683 143 84 DETAIL 38 LF 257 144 84 DETAIL 39 LF 174 145 84 DETAIL 39A LF 100 146 84 BIKE BUFFER LF 2,767 147 84 BLUE/YELLOW/RED/WHITE CURB PAINT LF 223 148 85 BLUE HYDRANT REFLECTORS - ENG. STD. 7920 EA 8 ^ ' w �6 BID FORMS 7fogj BID FORMS Item Item Unit of Estimated Item Price Total No. SS(1) Description Measure Quantity (in figures) (in figures) 149 15 UPGRADE/ADJUST EA 1 COMMUNICATIONS MANHOLE �'�t.O I '`3,n� TO FINISHED SURFACE �l K �C 150 15 UPGRADE/ADJUST MANHOLE EA 8 OR CLEANOUT TO FINISHED SURFACE 151 15 UPGRADE/ADJUST WATER EA 11 VALVE TO FINISHED SURFACE PER ENG. STD. 2 OVO 00 6040 EA 1 152 15 UPGRADE/ADJUST AND RESET CENTERLINE MONUMENT PER ENG. STD. ���� Z g� 9020 153 77 REPLACE FRAME AND COVER EA 6 / q /,� 2 &I l/ PER ENG. STD. 6610 c.j(-J7 JD 154 77 POTHOLING LS 1 -------------- 155 77 CONNECT TO € DRAINAGE EA 2 I ' STRUCTURE opD z� DUd 156 15 REMOVE € STORM DRAIN LF 140 I�� 11 V09 PIPE/CONCRETE BOX DRAIN lq 157 77 INSTALL14" DIP STORM LF 140 5Wc -79700 DRAINPIE 158 73 SIDEWALK (JOHNSON AND SQFT 70 ORCUTT STORM DRAIN �� B I��� IMPROVEMENT) 159 73 CURB AND GUTTER LF 10 (JOHNSON AND ORCUTT STORM DRAIN % -7, 115D IMPROVEMENT 160 77 € STORM DRAIN TO BE LS 1 -------------- GROUTED SOLID WITH CLSM �r v, o0o (SHEET C8) ► Additive Altemative A $ I �� ADDITIVE ALTERNATIVE B BID ITEMS 161 15 MILL PCC PAVEMENT SQYD 5,630 �j?� I2 162 39,96 PAVING GRID SQYD 3,910 -10 163 39 3/8 MIX LEVELING COURSE TON 240 17 p 164 39 '/ MIX HMA SURFACE TON 560 7040 COURSE 165 7,12 TRAFFIC CONTROL PLAN AND LS 1 -------------- IMPLEMENTATION 101F7'0( 2 166 12 TEMPORARY STRIPING AND LS 1 -------------- 3I Ltoo PAVEMENT MARKINGS i 167 84 WHITE/YELLOW PAVEMENT SQFT 68 MARKINGS/LEGENDS (ARROWS, WORDS, u(,� SYMBOLS, ETC. 168 84 12" WHITE/YELLOW LF 745 to 169 84 24" WHITE/YELLOW LF 610 9S- n X50 BID FORMS BID FORMS Item Item Unit of Estimated Item Price Total No. Sso) Description Measure Quantity (in figures) (in figures) 170 84 DETAIL 22 LF 295 . 5 � 171 84 WHITE/BLUE PARKING "L" OR EA 36 "T" 1 6 O 172 84 ADA SPACE MARKING EA 2 goo 173 82 ADA SIGN AND POST EA 2 174 84 BLUE/YELLOW/RED/WHITE LF 44 CURB PAINT ZZO 175 85 BLUE HYDRANT EA 3 REFLECTORS - ENG. STD. l 0 D 3 7920 176 73 CROSS GUTTER PER ENG. SQFT 221 ?/ 1-0 -g--30 STD.4310 177 73 N CURB RAMP: SANTA ROSA LS 1 -------- -- -- �-'- AND PALM 000 178 73 E CURB RAMP: SANTA ROSA LS 1 -------------- AND PALM 179 73 S CURB RAMP: SANTA ROSA LS 1 ------------- AND PALM yS,Opo 180 73 W CURB RAMP: SANTA ROSA LS 1 ----------- AND PALM q5 OIX� 181* 15, 40.90 CONCRETE BASE REPAIR ALLOWANCE SQFT 2,540 L6,y 182 15 UPGRADE/ADJUST MANHOLE EA 1 OR CLEANOUT TO FINISHED 2 (�� Z SURFACE 1 ��� 183 15 UPGRADE/ADJUST WATER EA 5 VALVE TO FINISHED SURFACE PER ENG. STD. pp 6040 184 77 REPLACE FRAME AND COVER EA 1 /l �1 4'r PER ENG. STD. 6610 185 86 PEDESTRIAN PUSH BUTTON LS 1 -------------- ASSEMBLY (PALM AND SANTA ROSA 186 77 ADJUST FIRE HYDRANT TO EA 2POVIDE PROPER !, �jEARANCE —II o �( I-W CLPER ENG. STD. "f 6310 Additive Alternative B Olj �jli Base Bid Total $ 1t7 Additive Alternative "A" Total 1 Additive Alternative "B" Total $ 0 052, , rU Total Project Bid = (Base Bid + Add. Alternative A + Add. Alternative B) $ Company Name: Papich Construction Company, Inc. (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS .,q 5- BID FORMS * Bid item exempt from Section 9-1.06B and 9-1.06C of the Standard Specifications. The unit price will not be adjusted regardless of the final bid item quantity BID FORMS BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write "NONE" and submit with bid. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Lice se d License Number Number Shop Subcontract Bid �ol(P k) 1, IG hq og -7�g wvvo-nq *Pao"% 4dyild awe dt Attach additional sheets as needed. BID FORMS J BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write "NONE" and submit with bid. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Licensed License Number Number Shop Subcontract Bid Attach additional sheets as needed. BID FORMS J BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33C of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need not be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, write "NONE" and submit with bid. DIR Public % of Works Address and Phone Specific Total Name Under Which Registration Number of Office, Mill or Description of Base Subcontractor is Licensed License Number Number Shop Subcontract Bid Attach additional sheets as needed. BID FORMS J BID FORMS PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has , has not ✓ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes ✓ No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS K BID FORMS under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes ✓ No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes ✓ No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS L BID FORMS NON -COLLUSION DECLARATION I, Jason Papich , declare that I am President of Papich Construction Company, Inc. the party making the foregoing bid 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 a sham bid, or that anyone refrained 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. Executed onXVc Wi fir, 20 22 , in Arroyo Grande, CA I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. _ —� Jason Papich, President (Signature and Title of Declarant) Subscribed and drn to.before me � ay of 120 Notary Public Company Name: Papich Construction Company, Inc. BID FORMS M CALIFORNIA JURAT GOVERNMENT CODE § 8202 :11" � -MM—l"'i )"M N!'M A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California Countyof --San-Luis. -.0.hisp-o----,-- 9 1 E)I JI PH IVERSEN 7. Notary Public •- California San Luis Obispo County JMYC - ;"on2310260 Ommissfon N Commission My Comm.es CExpires Nov 19, 2023 Place Notary Seal and/or Stamp Above Subscribed and sworn to (or affirmed) before me on this -15th--- clay of Mav—, 2023_—, by Dote Month Year (1) Jason Papich - — (and (2) Names) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) who appear,, re me. ap 0 'rson(s) who c Signato . <� . cature of Notary Public OPTIONAL Completing this information can deter alteration of the document or fraudulent reattachment of this form to on unintended document. Description of Attached Document Title or Type of Document: .- Document Date: Signer(s) Other Than Named Above: 40, OW. ---- .. , V2019 National Notary Association Number of Pages: BID FORMS BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents including the notice to bidders, plans, specifications, special provisions, and addendum number(s) A� . (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No.767055, Expiration Date 07/31/2024 The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non -responsive and will be rejected" by the City/J Signature of Bidder Jason (Print Name and Title of Bidder) DIR— Public Works Registration No: 1000004169 Business Name (DBA): 1'ahich Construction Company, Inc. Owner/Legal Name: Indicate One: ❑Sole -proprietor ❑ Partnership ElCorporation List Partners/Corporate Officers: Jason Pam. President Name Title April Papich, CEO Name Title V. Gregory Saragas, CFO/Treasurer/Secretary Name Title Business Address 398 Sunrise Terrace Street Address 398 Sunrise Terrace Mailing Address Same as above City, State, Zip Code Arroyo Grande, CA 93420 Phone Number 805-473-3016 Fax Number 805-473-2217 Email Address joapich a,papichconstruction.com Date 05/15/2023 BID FORMS N BID FORMS QUALIFICATIONS Failure to furnish complete reference information ON THIS FORM, as specified in this project's Notice to Bidders and indicated below, is cause to reject the bid. Additional information may be attached but is not a substitute for this form. Reference Number 1 Customer Name & Contact Individual City of Atascadero Ryan Hayes Telephone & Email 805-470-3456 rhayes@atasacdero.org Project Name (Site Address): San Anselmo West Pavement Rehabilitation Project No. C2019ROI Is this similar to the project being bid or did this project include roadway construction? Yes &r No ❑ Did this project include concrete construction to ADA compliance? Yes ff No ❑ Was this contract for a public agency? Yes or No ❑ Reference Number 2 Customer Name & Contact Individual County of Tulare, Michael Winton Describe the services provided and how this project is similar to that which is being bid: Pavement rehabilitation, full depth reclamation, mill and overlay, ADA ramp replacements Date project completed: 03/01/2022 Telephone & Email 559-624-7000 Mwinton@tularecounty.ca.gov Project Name (Site Address): Alpaugh Complete Street Improvements Is this similar to the project being bid or did this project include roadway construction activity? Yes ❑' No Did this project include concrete construction to ADA compliance? Yes Er No ❑ Was this contract for a public agency? Yes Rf No ❑ Reference Number 3 Customer Name & Contact Individual City of San Luis Obispo Hai Nguyen Telephone & Email 805-781-7200 hnguyen@slocity.org Project Name (Site Address): South Broad Street Improvements, Spe Is this similar to the project being bid or did this project include roadway construction activity Yes d No ❑ Did this project include concrete construction to ADA compliance Yes 5( No ❑ Describe the services provided and how this project is similar to that which is being bid: Pavement repairs and installation of new asphalt, curb & gutter, sidewalk, driveways, underground drainage system, accessible curb ramps, RRFB system, flashing beacons, and striping/siging improvements. Date project completed: 06/30/2022 ration NO. 1000023 Describe the services provided and how this project is similar to that which is being bid: Mill out to a depth of 6" and place 6" of HMA, adjustment of existing utility covers, upgrade select utility frames and covers, striping, markings, traffic control and ADA ramp Improvements Date project completed: 09/2019 BID FORMS 0 Was this contract for a public agency? Yes E6 No ❑ BID FORMS BID FORMS BID FORMS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we PAPICH CONSTRUCTION COMPANY, INC AS PRINCIPAL, and NATIONWIDE MUTUAL INSURANCE COMPANY AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: TEN PERCENT OF AMOUNT BID Dollars ( 10% ) to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden PRINCIPAL to construct ARTERIALS 2023 (insert name of street and limits to be improved or project) dated MAY 25TH, 2023 is accepted by the City of San Luis Obispo, and if the above bounden PRINCIPAL , his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, PRINCIPAL , has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this 9TH day of MAY , 2023 Bidder Principal: PAPIC TRUCTI N COMPANY, INC Signa Date Title: �t Surety: NATIONWIDE MUTUAL INSURANCE COMPANY KEVIN VEGA, ATTOR Y-in- A 7 Bidders signature is not required to be notarized. Surety's signature must benWa6zed. 61 Equivalent form may be substituted (Rev. 6-30-14) BID FORMS Q Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company, an Ohio corporation hereinafter referred to severally as the "Company" and collectively as "the Companies" does hereby make, constitute and appoint: PHILIP E VEGA, MYRNA F SMITH, KEVIN VEGA, BRITTON CHRISTIANSEN each in their individual capacity, its true and lawful attorney -in -fact, with full power and authority to sign, seal, and execute on its behalf any and all bonds and undertakings, and other obligatory instruments of similar nature, in penalties not exceeding the sum of UNLIMITED and to bind the Company thereby, as fully and to the same extent as if such Instruments wore signed by the duly authorized officers of the Company; and all acts of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to end by authority of the following resolution duly adopted by the board of directors of the Company; "RESOLVED, that the president, or any vice president be, and each hereby Is, authorized and empowered to appoint atlomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds, forms, applications, memorandums, undertakings, recognizances, transfers, contracts of indemnity, policies, contracts guaranteeing the fidelity of persons holding positions of public or private trust, and other writings obligatory In nature that the business of the Company may require; and to modify or revoke, with or without cause, any such appointment or authority; provided, however, that the authority granted hereby shall in no way limit the authority of other duly authorized agents to sign and countersign any of said documents on behalf of the Company." "RESOLVED FURTHER, that such attorneys -in -fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney issued to them, and to affix the seal of the Company thereto; provided, however, that said seal shall not be necessary for the validity of any such documents," This power of attorney is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments. Any vice president, any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents, instruments, contracts, or other papers in connection with the operation of the business of the company in addition to the chairman of the board, the chief executive officer, president, treasurer or secretary; provided, however, the signature of any of them may be printed, engraved, or stamped on any approved document, contract, instrument, or other papers of the Company, IN WITNESS WHEREOF, the Company has caused this instrument to be sealed and duly attested by the signature of its officer the 20th day of August, 2021. 4#0- Antonio C. Albanese, Vice President of Nationwide Mutual Insurance Company ACKNOWLEDGMENT ,��u►1uw., STATE OF NEW YORK COUNTY OF NEW YORK: ss On this 20th day of August, 2021, before me came the above -named officer for the Company or aforesaid, to me personally known to be the officer described in and who executed the preceding SEAL,.*, instrument, and he acknowledged the execution of the same, and being by me duly I-AA� /,�biu....56t sworn, deposes and says, that he is the officer of the Company aforesaid, that the seal affixed hereto is Company, the his the corporate seal of said and said corporate seal and signature were � duly affixed and subscribed to said instrument by the authority and direction of said Company. Stephanie Rubino McArthur (�Ar If Notary Public, State of New York No. 02MC6270111 Qualified In New York County Notary Pobli. Commission Expires October 19. 2024 My C.MMI.&IN, €.Pins October 19. 2024 CERTIFICATE I, Laura B. Guy, Assistant Secretary of the Company, do hereby certify that the foregoing is a full, true and correct copy of the originai power of attorney issued by the Company; that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same has not been revoked or amended in any manner; that said Antonio C. Albanese was on the date of the execution of the foregoing power of attorney the duly elected officer of the Company, and the corporate seal and his signature as officer were duly affixed and subscribed to the said instrument by the authority of said board of directors; and the foregoing power of attorney is still in full force and effect. IN WITNESS WHEREOF, I have hereunto subscribed my name as Assistant Secretary, and affixed the corporate seal of said Company this 9th day of May 2023 Assistant Secretary BDJ 1(08-21)00 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 :�^;��r•.::<,�e„�:r„���r�„�:�c.,�>cccVcc„�,�r��:r..s�,c�e„���� > .c�,� A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of LOS ANGELES On 05/09/2023 Date personally appeared before me, PHILIP VEGA, NOTARY PUBLIC Here Insert Name and Title of the Officer KEVIN VEGA, ATTORNEY -in -FACT Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person'(s� whose nameN is/arm subscribed to the within instrument and acknowledged to me that he/s#ae/fhey executed the same in his/he;:/their authorized capacity(b-% and that by his/her-/thei4� signatureN on the instrument the person('S,, or the entity upon behalf of which the personN acted, executed the instrument. ti PH LIP VEGA Notary Public - California ' mQ- Los Angeles County Commission a 2327592 y Comm, Expires May 31, 2024 Place Notary Seal Above 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 Signature Signature oMory Public OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ic?rlv�C �'� r Gc�Sc rrcG�'< S G�tX'CS� t'�SS �'dSclv�_ �L CS`CS�'Cit�r CSu1c' ^t t9c 4SJv.._ ©2014 National Notary Association • www.NationalNotary.org - 1-800-US NOTARY (1-800-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 Y c f>Pc,! c Y t cc �x cCs:KX�c f c:Kkvw:Ci CsvGs,Ke;;>c c <:cwxS(;l V c2Rt>fLcz( G(X CSs c GS,4,Y c,Q(:Gi,Rt A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California ) County of —S-an-Luis Obispo ) On _Maj[_1-5, 2023 before me, Alex_Joseph-Iversen, N.ntar�-Rublic-_.-__-----..-.. Date Here Insert Name and Title of the Officer personally appeared Jason Papich 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 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 true and correct. WITNESS my hand and offic' ALEX J:EPN IVERSEN Notary Public • California a SanLuls Obispo CountyrCommission a 2310260 Signaturey Comm. Expires Nov it, 2022 of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended docurnent. Description of Attached Document Title or Type of Document: Number of Pages: _ _ Document: Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: CI Corporate Officer — Title(s):.__ I-1 Partner -1 Limited .:I General L.J Individual Attorney in Fact Cl Trustee J Guardian or Conservator n Other: Signer Is Representing: Signer's Name: I:l Corporate Officer — Title(s): 1_1 Partner --- I— Limited is General I.1 Individual :i Attorney in Fact F.) Trustee i:1 Guardian or Conservator I-1 Other: _ Signer Is Representing: ?1X1X1W0WA;1I�Gi: G>Yvt �: CSSCSSc4KfS4CSS�vSLGGd bieGt�XtE 4g rvY. �?fretiSr7RSCv�r[Lf9Gn4" iY G4 CSkkC tiX... i'X�Yo f3::S S'11�`�e(iS dIS {357CS eCv ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907