Loading...
Freeway ElectricCITY OF ROSEMEAD RUSH AND ANGELUS TRAFFIC SAFETY IMPROVEMENTS PROJECT PROJECT No. P82329 i CONTRACT BID FORMS I BIDDER-!~w g f CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE .............................1 SECTION 2 BID DATA FORMS .............................5 2.A BID BOND .............................6 2.6 LIST OF PROPOSED SUBCONTRACTORS .............................7 SECTION 3 NON-COLLUSION AFFIDAVIT ...........................10 C BIDDER ~GC~N ~I vrC BID SCHEDULE SCHEDULE OF PRICES FOR RUSH AND ANGELUS TRAFFIC SAFELY IMPROVEMENTS PROJECT PROJECT No. P82329 i i EST. UNIT ITEM NO. ITEM DESCRIPTION UNIT QTY. PRICE COST 1 Perform Clearing & Grubbing per LS 1 plans and specifications. See technical provisions. !JOp - 51)0- 2 Disposal of Waste Materials. LS 1 2,50- 250 - 3 Construct 4-inch thick PCC sidewalk SF 2,200 ag (o . 15.35 4 Construct PCC Curb Ramp per EA 4 APWA Std. Plan 111-4. 33~0 ry Iy~~$ p~ 5 Construct PCC variable height LF 200 retaining curb (6" -12") per APWA g 5 Std. Plan 120-1. Iq , 7~1~ 6 Construct PCC Driveway approach LF 300 per APWA Std. Plan 110-2. >i3 .15 7 Install Traffic Striping, Pavement LS 1 Markers, Signs including Post per Plans and Specifications Complete. uo 32D17- 8 Install In-Road Warning Light LS 1 System from Spot Devices or approved equal per Plans and Specifications Complete. 911 0 d 1100 9 Install Solar School Zone Safety EA 2 System Complete from Radarsign or approved equal per plans and specifications. Lpg gv 13l L#()_ TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ 2S 1 O g 1 ~91nh1 C'utal %Docfitvd ► s'yan 4 Dollar amount in written form Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. CBF-1 BIDDER: Freeway Electric The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. At a hed h eto s a ce rtifi d ch ck, a cashier's check or a bid bond in the amount of Bi cUond orD~I~a~s taPl b -Nj amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Ownerwithin that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Notko 5 kf OCA IVOWWA a--30am 1210214C1 The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the CBF-2 BIDDER: Freeway Electric necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. By: 5942 Acorn St. SiWure Business Street Address Brian Mendoza Riverside, CA 92504 Type or Print Name Sole Owner Title City, State and Zip Code 951.710.1000 Telephone Number Bidder's/Contractors State of Incorporation: Partners or Joint Venturers: Brian Mendoza, Sole Owner of Freeway Electric Bidder's License Number(s): 684572 Class A; C10; C31 NOTES: t , 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF-3 BIDDER: Freeway Electric SECTION 2 BID DATA FORMS CBF-4 BIDDER: FREEWAY ELECTRIC Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Farms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT FREEWAY ELECTRIC , as Principal, and BERKLEY REGIONAL INSURANCE COMPANY , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID 10% being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointlyand severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Rush and Angelus Traffic Safety Improvements Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, 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 the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 1ST day of, DECEMBER , 2009 BERKLEY REGIONAL FREEWAY ELECTRIC (SEAL) INSURANCE COMPANY (SEAL) Principal Surety I 1Z By: By: -in-FACT CBF-5 POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE No. 7916 NOTICE: The wanting found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. c t° KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a v a corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, q has made, constituted and appointed, and does by these presents make, constitute and appoint: Philip Vega or Frank Morones of E C & D Bonding & Insurance Services, Inc. of Covina, CA y its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and c deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation y 3 shall exceed Fifty Million and 00/100 Dollars ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers of the Company at its principal office in their own proper persons. .c This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following .T E resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and qualifying the attorney-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations on o behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further o RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, or a other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner r - and to the extent therein stated; and further E- C RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and a~ further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any power M of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or other L .E suretyship obligation of the Company; and such signature and seal when so used shall have the same force and effect as though manually affixed. The Company may continue to use for the purposes herein stated the facsimile signature of any person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be S such at the time when such instruments shall be issued." 'II IN WITNESS WHEREOF, the Company has cavied these presents to be signed and attested by its appropriate officers and its c corporate seal hereunto affixed this a day of 7"~, 2009. 4. o U Attest: Berkley nal Insurepany (Seal) By By F Ira S. Lederman Robert P. Cole Senior Vice President & Secretary Senior Vice President ~ u ° o WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. E STATE OF CONNECTICUT) o v v ) ss: ,o o COUNTY OF FAIRFIELD ) .N Sworn to before me, a Notary Public in the State of Connecticut, this oaday of 2009, by Robert P. Cole and Ira y S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively of A Berkley Regional Insurance Company. EILEEN KILLEEN T NOTARY IRVBLIC o MYOOMMSSIONEXPIRES JUNE 30,20'12 Notary Public, State of Connecticut CERTIFICATE Z ` 1, the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the Z foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked U or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this 3 -S Power of Attorney is attached, is in full force and effect as of this date. Given under my hand and seal of the Company, this 1 S t day of December 2009 (Seal) Steven Coward ACKNOWLEDGMENT State of California County of Riverside ) On h f before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(4 is/acex subscribed to the within instrument and acknowledged to me that he/21700fey executed the same in hisMeaAbIDAr authorized capacityW and that by his/tvrxx* signature( on the instrument the person(Q, 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 an lal seal. ELIZABETH H.M. Y MC N C6MM,tt 1666766 A ° w, NOPANY PUBLIPCALIFORNIA RIVERSIDE COUNTY Signature (Seal) 0-....~... My comm. Exp. AUG. r, 2010 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Los Angeles On 12 / n 1 / n g before me, Monica Blaisdell, Notary Gam W. 1 a.dt Name an 4 o' the :.cer personally appeared Philip Vega nnm~elof an - - - - - - - - - - - - - - - - - - - MONICA BWSDELL Commission it 1794078 Notary Public - California Orange County Cnrmt MQ24,2012 who proved to me on the basis of satisfactory evidence to be the personal whose name(A) is/OW subscribed to the within instrument and acknowledged to me that helft9ftexecuted the same in his/W"ptauthorized capacity(texx and that by h"q k**(signature(Xkon the instrument the person( or the entity upon behalf of which the person(a) 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. Signature,_X~~ Plato NoU ry Seal Above sjgp m d Notary PtDrc OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent ramousl and reattachment of this form to another document. Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ 'Individual ❑ Corporate Officer-Title(s): - El Partner - 11 Limited ❑ General ❑ Attorney in Fact Cl Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of tllu¢b here Signers Net ❑ Individual Number of Pages: ❑ Corporate Officer - Tttle(s): _ ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing - Top of d'umh here 02007 NMWan Notary Axodalbn-R ne Soto Aw. P.O. em 24M'ChaL nh. CA 913132402• AW.NaborAlN eryOq Item#5907 ReadW:Cab T.1+me1A00 68Z7 BIDDER: Freeway Electric 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in orabout the construction of the Work in an amount in excess of one-half of one percent (greater than 0.5 of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid orten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for anyone portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty-four (24) additional hours after the deadline for submission of bids to submit the information requested by the Ownerabout each subcontractor, otherthan the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF-6 BIDDER: Freeway Electric 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) r-Duplicate Ne:G 2 Pages If needed for listing additional subcontractors.•1 Name and Location Description of Work of Subcontractor to be Subcontracted Name: i-T CDYI;t Address 'h A fo l7IOM MIPA 01000F~Mr,CA 61171105 Name and Location Description of Work of Subcontractor to be Subcontracted Name: SUC~YIq~GQY Co . li' • Address 1~45D ~~LYQ YKi 3=10.1{D , cA a23-1 U Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: i Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: CBF-7 Description of Work to be Subcontracted BIDDER: Freeway Electric 2.C REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: City of Indio 100 Civic Center Mall Indio, CA 92201 Name and Address of Owner Mr. Jaime Engler 760.391.4017 Name and telephone number of person familiar with project 557556.00 T/S at Madison TS0611,12,13 12/07 Contract amount Type of Work Date Completed City of Santa Monica 1437 4th Street #300 Sta. Monica, CA 90401 2. Name and Address of Owner Mr. Gene Higginbotham 310.458.8721 Name and telephone number of person familiar with project 126500.00 SP2001 Phase 8 Street Lighting Georgina Ave. 08/07 Contract amount Type of Work Date Completed 3 City of Mayrood 4319 E. Slauson Ave. Maywood, CA 90270 Name and Address of Owner I I. Mr. Tom Melendrez 626.221.0248 Name and telephone number of person familiar with project 160160.00 T/S & Safety @ Slauson 08/0, Contract amount Type of Work Date Completed q City of Newport Beach 3300 Newport Blvd. Newport Beach, CA 92658 Name and Address of Owner Mr. Mike St. Claire 949.644.3318 Name and telephone number of person familiar with project 438000.00 #3827 T/S Upgrades on Balboa 04/08 Contract amount Type of Work Date Completed More references attached. CBF-8 Brian Mendoza P.O. Box 7745 Riverside, CA 92513-7745 Email: brian@ptm-eng.com • Cell 951.722.5755 Chief Estimator and Supervisor of Outside Operations Supervisor of outside operations with over 18 years of experience. Electrician with over 20 years of experience. An effective communicator and team leader; experienced in coordinating and executing large and fast-paced projects. CAREER EXPERIENCE Freeway Electric/PTM General Engineering Services, Inc. Riverside, CA 06/2006 to Date Chief Estimator/Supervisor of Outside Operations In charge of managing the estimating department and finalizing bid packages; coordinating the beginning phase of an awarded project between the company and agency. Project submittals, contract review. Coordinated and managed crews California region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements. Maintained coordination Freeway Electric/PTM General Engineering and subcontractor, and project owners. In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. High Light Electric Inc./Pete & Sons Construction Inc. Riverside, CA 10/96 to 06/2006 Chief Estimator In charge of managing the estimating department and finalizing bid packages. Coordinating the beginning phase of an awarded project between the company and agency or prime contractor; project submittals, contract review. Successfully bid on projects totaling $12 million with an average spread 6%. Area Supervisor Coordinated and managed 10 crews consisting of 6 members per team in the southern California region; handled various sized projects ranging in size from $1,000 to $4.5 million dealing with dry utilities, wet utilities, traffic signals, and road improvements. Maintained coordination between High Light Electric Inc and subcontractor, general contractor and project owners. In charge of handling project's administrative work; monthly gross estimates, project progress schedule, materials requisitions, contract change order negotiations and equipment purchase and rentals. Continued... BRIAN MENDOZA • Page 2 CAREER EXPERIENCE CONTINUED MBE Electric Inc, in Riverside, CA 10/1998-10/1996 Vice President and Head of Outside Operations Managed outside operations for all projects ranging in size from $1 to $2.5 million. Headed an around the clock electric crew and coordinated with CC Meyes to repair the I-10 Santa Monica Freeway after it collapsed during the 1994 Northridge Earthquake to complete the fast paced project in 66 days. Maintain coordination between MBE Electric and subcontractors, general contractor and project owners; implemented and enforced safety guidelines. Handled administrative work; monthly progress estimates, material requisitions, contract change order negotiations. Vasco Corporation in San Fernando, CA 10/1987-06/1998 Foreman (Part Time) Managed day to day operations of work crews and various projects ranging in size from $1,000 to $5,000 in Eastern Los Angeles County; traffic signals, street lighting, signal interconnect. Raymor Electric in Rosemead, CA 06/1986-10/1987 Crew Leader (Part Time) In charge of work crew on projects ranging from $25,000 to $250,000 through out Los Angeles County. WORK SKILLS • Capable of operating heavy equipment such as skip loaders, cranes, and backhoes; • Hands-on experience with hand tools and power tools; • Capable of overseeing fast-paced and high profile projects; • An effective communicator and leader; EDUCATION • International Brotherhood of Electrical Workers Completed training course (1988-1989) in street lighting and traffic signal installations, code enforcement and blue print reading. • South Gate High School Received High School diploma in 1988 BRIAN MENDOZA • Page 3 CAREER EXPERIENCE CONTINUED PROFESSIONAL • International Brotherhood of Electrical Workers (IBEW) • National Electrical Contractors Association (NECA) ACCREDITATION • IBEW-Journeyman Wireman; CSLB-Electrical Contractors; Certified Trench Safety Coordinator. LANGUAGES • English (Native) • Spanish (Fluent) AWARD RECEIVED • Recipient of the U.S. Small Business "Young Entrepreneur of the Year" Award in 1996, nationally. • Recipient of the Certificate of Recognition by the City of Los Angeles for "Small Business" in 1997. • Recipient of the Certificate of Recognition by the City of Riverside for "Small Business" in 1997. • Recipient of the Certificate of Recognition by the State Assembly,Assemblyman Mr. Rod Pacheco, for the "top 500 Inland Empire Small Business" in 1997. • Ranked among the "Top 500 Inland Empire Hispanic Owned Companies" since 1997. • Certification of Appreciation for our participation and maximization in the "Century Freeway Affirmative Action" by CFAAC. PROFESSIONAL AND PERSONAL Caltrans project #07-1224U4 (Electrical contract amount $4.5 million) Project completed in 2005 Description of project: Installation of traffic signals, ramps metering, sign illumination, Highway lighting, fiber optic communication, and electrical irrigation along the I-10 Freeway in Los Angeles County. • Doug Dwason-Project Manager for prime contractor, Balfour Beatty Cell (949)232-3276 and Office (909)397-8040 • Patty Galvan- Resident Engineer. Office (909)594-4270 • Veronica Ross-Electrical Inspector. Cell (714)606-6311 BRIAN MENDOZA • Page4 CAREER EXPERIENCE CONTINUED City of Redlands Contract #208300-72304/41008 (Electrical contract amount is $218,800) Project completed in 2003 Description of project: Installation of traffic signals, modification of ramp metering, lighting and sign illumination. Bill Hensley-Senior Civil Engineer- Office (909)798-7586 ext 2 Juan Olvera-Project Manager for general contractor, H&H Construction- Cell (951)453-7712 and Office (909)473-7331. Caltrans project #08-4567V4) Electrical contract amount is $938,238) Project completed in 2005 Description of project: Installation of lighting system along the I-5 Freeway in San Bernardino County. • Gary Vogel-Project Manager form prime contractor, Granite Construction Cell: (661)549-3953 and Office(661)726-4447 Sanbag Projects, Segment 1, 2, 3, early segment 9, segment 9, and alder Ave. (Total electrical contract amount was $3.2 million) Project completed in 2004. Description of projects: Installation of traffic signals, ramp metering, sign illumination,' highway lighting, fiber optic communication, and electrical irrigation along the I-10 Freeway in San Bernardino County. Harold Lantis-Sanbag Contract Manager- Cell (760)802-7730 and Office (909)875-8029 ext 213. Tim Hanable-Caltrans Inspector- Cell (951)712-0021 Al Ortega- Project Manager for prime contractor, Yeager Shanska- Cell (714)240- 5333. City of Indio Project #ST0137 (Electrical contract amount was $1.4 million) Project completed in 2005 Description of project: Installation of street lighting system, traffic signals, electrical irrigation, and dry utilities. • Gary Baxter-Area Manager for prime contractor, Yeager Shanska Construction- Cell (909)721-9749 and Office (760)343-5472 • Tommy Young-Project Manager for prime contractor- Cell (951)232-6618 and Office (760)343-5472 • Mehran Sepehri-City Engineer- Cell (760)250-2201 Additional Professional References: • Zale Harris-Caltrans Inspector- Cell (951)289-0047 • Ray Robles-Caltrans area supervisor- Cell (909)799-0646 BIDDER: Freeway Electric - E- SECTION 3 NON-COLLUSION AFFIDAVIT i_ i CBF-9 BIDDER: Freeway Electric NON-COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, 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, orcorporation; 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, orthe 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. Signature Brian Mendoza Typed or Printed Name Sole Owner i Title Freeway Electric Bidder Subscribed and sworn before me This 1st day of December -.20 09 Elizabeth H. M. McRae Notary Public in and for the State of California My Commission Expires: 08/07/10 - r' (Seal) ELIZABETH H.M. MCRAE COW # 1686168 In N NOTARY PUBLIC-CALIFORNIA RIVERSIDE COUNTY 0.1v Couu. ExP. ADS. 7, 1010 CBF - 10 ACKNOWLEDGMENT State of California County of Riverside On beforeme, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(a) whose name(s) Is/arex subscribed to the within Instrument and acknowledged to me that he/oie7fty executed the same in his/keaft* authorized capacity(MIA and that by his1hv0Ix* signature(a) 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. EUPA6ETH H.M. MCRAE ~p 044.111686768 N ' NOIARY MUC CALIFORNU RIM310E WUMT Signature (Seal) My Comm. Exp. Aoc. r, solo December 2, 2009 City of Rosemead Attn: City Clerk 8838 E. Valley Blvd. Rosemead, , CA 91770 Re : Bid Opening: 12102109 Bid Time,- 10:30a. In. Project Description: Rush and Angeles Traffic Safety Imp. To Whom It May Concern: Brian Mendoza, Sole Owner of Freeway Electric, license no. 684572 Class A, CIO, C31 has full authorization to bind any contract of any size with his signature alone. In addition, the bidder's identity has been confirmed and notary acknowledgement attached as proof. SignatuFe: ~ Brian Mendoza (Notary to attach all purpose acknowledgment.) ACKNOWLEDGMENT State of California County of Riverside On before me, Elizabeth H.M. McRae, Notary Public (insert name and title of the officer) personally appeared Brian Mendoza who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s~ Is/apex subscribed to the within instrument and acknowledged to me that he/sheAlKey executed the same in his/ked}tkatr authorized capacityW and that by his/hur * signature(it) on the instrument the person(, 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 an icial seal. _ ELIZABETH H.M. MCRAE 1T Cow.# 1686166 N N ® NOTARY PUBLIC CALIFORNIA RIVERSIDE COUNTY C ALIF Signature (Seal) My Cow Exp. AUG.