Loading...
Sully Miller Contracting Co......... - - - -- - -, P SECTION 1- BID SCHEDULE BIDDER: Sully - Miller Contracting Co. BID SCHEDULE SCHEDULE OF PRICES FOR WHITMORE AVENUE STREET RESURFACING PROJECT — PHASE 1 CDBG PROJECT No. P46029 BASE BID SCHEDULE CBF -1 UNIT OF EST. UNIT ITEM NO. REM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and specifications per Section 02230 and Section 2 of the technical provisions complete. LS 1 7 D� 2 Disposal of Waste Materials. LS 1 ydoo , aoo. 3 Place Compacted Selected Fill. CY 100 4 Earthwork, Roadway, Excavation and Fill. LS 1 y70. 5 Cold Mill existing AC pavement from 1" to 3" variable depth as /$ indicated on the plans. SF 65,650 8'1 7, 6 Construct 2 -Inch ARHM GG -C (PG 64 -16). TONS 850 03. 70 SSo 7 Construct 1 -Inch Asphaltic Leveling Course D1 PG 64 -10. TONS 425 8 Remove 8- inches of existing pavement and replace it with 6- inches of AC B -PG 64 -10 Base o / Course over compacted native. SF 250 /a,S dS• 9 Remove and Construct 4 -Inch Thick PCC Sidewalk. SF 3,250 10 Remove and Construct PCC Curb and Gutter per APWA Std Plan `�, -7 120 -1. LF 200 V, 11 Remove and Construct PCC Driveway approach per APWA Std PIan110 -1. SF 1,850 �,aO /33do. 12 Adjust Sewer Manhole to Grade. EA 8 /0 3 . S 30 , 13 Adjust Water /Gas Valve to Grade EA 9 3�S / 635, CBF -1 BIDDER-Sully-Miller Contracting Co. 14 Install Survey Well Monument per UNIT OF EST. UNIT ITEM NO. City of Rosemead Std. Plan No. MEASURE QTY. PRICE COST 16 S08 -001 see appendix "A" per detail. See Section 12 of the technical provisions per details. EA 2 -710. yao. 15 Install Traffic Striping and LS 1 SOn / Pavement Markers. LS 1 / 000 . 000. TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ 0 OS� a 9� 7woN,4/,9Pro 6 Zye- Tha,5A,,.-O 'r,40I�NokF9. L✓ETYo.✓EtD«,,f✓tS. Dollar amount in written form ALTERNATE BID ITEM 1 TOTAL ALTERNATE BID # 1 PRICE (SCHEDULE BID PRICE): $ Dollar amount in written fc ALTERNATE BID ITEM 2 NO. ITEM DESCRIPTION UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 16 Install Irrigation System and Landscape.per Plans 1-1.01, L2.01, L3.01, L4.01 and 1-4.02 and specifications complete. LS 1 SOn TOTAL ALTERNATE BID # 1 PRICE (SCHEDULE BID PRICE): $ Dollar amount in written fc ALTERNATE BID ITEM 2 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 17 Remove and dispose existing chain link fence and construct 8 -feet high block wall per plans S1 and S2 complete including 12 feet wide and 8 feet high galvanize metal gate (paint black). See appendix "A" per details. LF 125 aQ ci , 'a S 000. TOTAL ALTERNATE BID # 2 PRICE (SCHEDULE BID PRICE): $ of sf (b0. / Dollar amount in written CBF -2 BIDDER:Sully- Miller Contracting Co. ALTERNATE BID ITEM 3 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 18 Install 24 -Inch Box Parkway Tree MEASURE QTY. PRICE COST 19 Bradford Pear(Pyrus Calleryana) per APWA Std. Plan 520 -3 EA 85 r5• l including 90 days maintenance / y%O CO period. EA 32 /y 7- TOTAL ALTERNATE BID # 3 PRICE (SCHEDULE BID PRICE): $ 1 % -7a-0• POUVMT , THOUfA,✓D SarAl / W012i5-D 7G/6,✓Ty QDtiAl2f Dollar amount in written form ALTERNATE BID ITEM 4 TOTAL ALTERNATE BID # 4 PRICE (SCHEDULE BID PRICE) wE2-1/E wwo/uw Ilar amount in written form /, a, %S• / TOTAL BASE BID PRICE INCLUDING ALTERNATES (SCHEDULE BID PRICE):$ a5 71 / Dollar amount in written form 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. CBF -3 UNIT OF EST. UNIT ITEM NO. IT EM DESCRIPTION MEASURE QTY. PRICE COST 19 Paint Home Addresses (Curb Numbering) EA 85 r5• l TOTAL ALTERNATE BID # 4 PRICE (SCHEDULE BID PRICE) wE2-1/E wwo/uw Ilar amount in written form /, a, %S• / TOTAL BASE BID PRICE INCLUDING ALTERNATES (SCHEDULE BID PRICE):$ a5 71 / Dollar amount in written form 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. CBF -3 BIDDER Sully-Miller Contracting Co. Attached hereto is a certified check, a cashiers check or a bid bond in the amount of 10% of Did** Dollars ($ ° * "* *) said 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 Owner within 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 Bidders 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 Nos 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 necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -4 By: Signature Michael'Edwards Type or Print Name Vice President Title BIDDER: c- M;1ler Contracting Co. 1100 E. Orangethorpe Ave., Ste. 200 Business Street Address Anaheim, Ca 92801 City, State and Zip Code 714 -578 -9600 Telephone Number Bidder's /Contractor's State of Incorporation: Delaware Partners or Joint Venturers: *PLEASE SEE ATTACHED LIST OF CORPORATE OFFICERS* Bidder's License Number(s): 747612 -A NOTES: 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 -5 STATE OF CALIFORNIA l COUNTY OF ORANGE Jj On March 2, 2010 before me, J. Daniels, Notary Public, personally appeared Michael Edwards who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 e °.,44e..e..e44s+e J DANIELS which the person(s) acted, executed the instrument. COMM # 1813952 m I certify under PENALTY OF PERJURY under the laws of W NOTARYPUBLIC- CUNTYNIA ]7 the State of California that the foregoing paragraph is true Q '. ORANGE COUNTY s My commission Expires Sept 244, 2�N� and correct. 0000009400000000000000 0000NOOOON WITNESS my hand and ooffi�/'fal seal . Signaturey1r(��l J. D els, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Bid Proposal - Signature Page Document Date: March 2, 2010 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signers Name ❑ Individual Michael Edwards FX corporate Officer — Title(s) ❑ Partner— Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator ❑ Other Vice President Right Thumbprint of Signer Signers Name ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner — Limited /General Attorney In Fact Trustee Guardian or Conservator ❑ Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Gary Downey, do hereby certify that I am. the Assistant Secretary of Sully - Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE NAME Chairman of the Board Gordon R. Crawley President David Martinez Chief Financial Officer /Treasurer /Vice President Timothy P. Orchard Vice President /Assistant Secretary Michael Edwards Secretary Anthony L. Martino 11 Assistant Secretary George Aldrich Assistant Secretary Scott Bottomley Assistant Secretary Gary Downey I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on January 16`x', 2009, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: "AUTHORITY TO EXECUTIVE BIDS AND CONTRACTS" Resolved, that any officer or assistant officer of this Company be and each of them is hereby authorized to execute in the name and on behalf of this Company under its corporate seal any and all proposals for the sale of products, merchandise and services of this Company and any bids and performance bonds required in connection therewith, to the United States, and of the State, territories and dependencies of the United States, the District of Columbia, cities, towns, townships, counties, school districts, and to the department, political subdivisions, agencies or wholly -owned corporations thereof, or to any other person." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 9 °i day of February 2009. �- --� (SEAL) Gary D wney /Assistant Sully- iller Contracting 00 E. Orangethorpe A, -.1 _Anaheim. CA 92801/ 200 SECTION 2 BID DATA FORMS CBF - 6 BIDDER: Sully - Miller Contracting Company Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. 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 is properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Sully- Miller Contracting Company as Principal, and Liberty Mutual 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 DOLLARS ($ 10% 1, 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 i required for the Whitmore Avenue Street Resurfacing Project — Phase I as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated 3/3/2010 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 22 day of February , 20 to . Sull -Mille Contracting Company. (SEAL) Liberty Mutual Insurance Company (SEAL) Principal Surety By: By: ignat a Si cyr attire victoria M. Campbell, Attorney -in -Fact Michael Edwards, Vice President CBF -7 STATE OF CALIFORNIA l COUNTY OF ORANGE Jj On March 2, 2010 before me, J. Daniels, Notary Public, personally appeared Michael Edwards Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: : o C°1• Document Date: February 22, 2010 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Michael Edwards Individual Corporate Officer — Title(s) ❑ Partner — Limited /General E] Attorney In Fact Trustee ❑ Guardian or Conservator Other Vice President Right Thumbprint of Signer Signers Name Individual Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint of Signer who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 a°0O ° °` °°` ° ° J °.N« instrument the person(s), or the entity upon behalf of DANIELS COMM # 1813952 m which the person(s) acted, executed the instrument. C NOTARYPUBLIC - CALIFORNIA y W I certify under PENALTY OF PERJURY under the laws of ORANGE COUNTY + Q my Commission Expires Sept 24,2012 the State of California that the foregoing paragraph is true t° ° °ON>I °ONON °N °N ° °1N ° °N° and correct. WITNESS my hand and official seal Signature 94A'0� X Daniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: : o C°1• Document Date: February 22, 2010 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Michael Edwards Individual Corporate Officer — Title(s) ❑ Partner — Limited /General E] Attorney In Fact Trustee ❑ Guardian or Conservator Other Vice President Right Thumbprint of Signer Signers Name Individual Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint of Signer CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange On February 22, 2010 before me,Kim Heredia, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOT PUBLIC" personally appeared Victoria M. Campbell , who proved to me on the basis of satisfactory evidence to be the person(s) whose names (s) is /aFe subscribed to the within instrument and acknowledged to me that the /she /they executed the same in this /her / theiF authorized capacity(ies), and that by this /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 official seal. KIM HEREDIA h F .ry. COMM. If1757050 co C i 0 NOTARY PUBLIC - CALIFORNIA ( m ORANGE COUNTY _I MY Comm, fi.piryy July 11,2011 SIGNATURE OF NOTARY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES FEB 2 2 2010 DATE OF DOCUMENT BIDDER: Snl l y -M; 1 1 Pr C'nntrarting Co. 2.13 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, laboror render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidders 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, 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 Owner about each subcontractor, other than 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 Contractors 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 -8 i 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) t "Duplicate Nen 2 Pages U needed for IlsUng additional subcontraotors.'1 of Subcontractor Name and Location Description of Work of Subcontractor to be Subcontracted - ce j Name: Address: T ��. i! G✓iq Name and Location Description of Work of Subcontractor to be Subcontracted Name: r cf`cc STrI� /�1f / Address: 27 Abr�(a S� t SV�iAc f J Name and Location Description of Work of Subcontractor to be Subcontracted r Name: SsE of Subcontractor L/4,/,) SJ9 fie,/ Address: 00 a T - ce j Name and Location Description of Work of Subcontractor to be Subcontracted( Name: Ko ��}��SC4 LlInJSL Iii J Address: �n ftia ll� v i �'t'ff9��oh Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: CBF -9 .....�',�. ���z-���r'�r~````,`''�`.'����,``—,.'`�---~` � . � BIDDER: iug Co. � � z!r — 2-C 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: � | 1 **PLEASE SEE &rr&CBRD LIST OF PROJECT REFERENCES** Name and Address ofOwner Name and telephone number of person familiar with project �| ' ' | � !|� / /i ' !� �! i� �| ' | — '| i/ � � / �| 2. Contract amount Type of Work Date Completed Name and Address of Owner Name and telephone number vf person familiar with project Coohuotannoun1 Type ofWork Date Completed 3. Name and Address Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number nf person familiar with project Contract amount Type of Work Date Completed CBF-1O BIDDER: Sull SECTION 3 NON- COLLUSION AFFIDAVIT CBF -11 ler Contracting Co. BIDDER:Sully- Miller Contracting Co. 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, or corporation; thatthe 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 effectuate a collusive or sham bid. . Signature" Michael Edwards Typed or Printed Name Vice P Title Sully - Miller Contracting Company Bidder Subscribed and sworn before me This _ day of 20_ (Seal) * *PLEASE SEE ATTACHED CALIFORNIA NOTARY JURAT FOR PROPER WORDING ** Notary Public in and for the State of California My Commission Expires: L CBF -12 STATE OF CALIFORNIA COUNTY OF ORANGE Subscribed and sworn to (or affirmed) before me on this 02nd day of March, 2010, by Michael Edwards, proved to me on the basis of satisfactory evidence to be the person who appeared before me. NoseNONOeeeeoONeeNNeNOeeeNCNeN4 J. DANIELS iD COMM # 1813952 m W NOTARY PUBLIC- CALIFOflNIA 3) ORANGE COUNTY WITNESS my hand and official seal Q My Commission Expires Sept.24 6oNONeeoeooeNONONONeNOOee �\ Q Signature � J. aniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Collusion Affidavit Document Date: March 2, 2010 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Michael Edwards Individual �X Corporate Officer — Title(s) Partner — Limited /General E] Attorney In Fact Trustee Guardian or Conservator Other Signer is Representing Vice President Right Thumbprint of Signer Signers Name ❑ Individual ❑ CorporateOfficer — Title(s) 0 Partner — Limited /General Attorney In Fact Trustee Guardian or Conservator Other SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint of Signer WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 "NONCOLLUSION AFFIDAVIT TO BE EXECUTED BY BIDDER AND SUBMITTED WITH BID" §7106. Any public works contract of a public entity shall include an affidavit, in the following form: State of California ) County of Orange ) ss. Michael Edwards being first duly sworn, deposes and says that, he or she is Vice President of Sully - Miller Contractinq Co. ,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 shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid; and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid." Project Name: Whitmore Ave. Street Resurfacing Project Number: CDBG Proj. No. P46029 Address: Signature •r iraFNINWaTelffene us.� Title: Michael Date: March 2, 2010 ce Presidents * *Please See Attached California Notary Jurat for Proper Wording ** SWORN TO AND SUBSCRIBED TO BEFORE ME This day of /s/ Notary Public: My Commission Expires: ,20 STATE OF CALIFORNIA COUNTY OF ORANGE Subscribed and sworn to (or affirmed) before me on this 02nd day of March, 2010, by Michael Edwards, proved to me on the basis of satisfactory evidence to be the person who appeared before me. J. DANIELS D Q @My COMM # 1813952 m W NOTARYPUSLIC - CALIFORNIA 31 WITNESS my hand and official seal Q ORANGE COUNTY Commission Expires Sept 24,2(n I %,< . .......................••••...• Signature Z6G� Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Collusion Affidavit Document Date: March 2, 2010 Signer(s) Other Than Named Above: J. PJaniels, Notary Public Number of Pages: Capacity(ies) Claimed by Signer(s): Signer's Name Michael Edwards Signers Name ❑ Individual rX Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other Vice President Right Thumbprint of Signer ❑ Individual Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint a i CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 NON-SEGREGATED FACILITIES CERTIFICATION FEDERALLY - /ASSISTED CONSTRUCTION PROJECTS The federally- assisted construction contractor certifies that he /she DOES NOT and WILL NOT: 1. Maintain or provide, for his/her employees, any segregated facilities at any of his/her establishments. 2. Permit his /her employees to perform their services at any location, under his /her control, where segregated facilities are maintained. The federally - assisted contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in'this certification, the term segregated facilities means any waiting room, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employeeswhich are segregated by explicit directive or are in fact segregated on the basis of race, creed, color, or national origin, because of habit, local custom, or otherwise. The federally - assisted contractor agrees that (except where he /she has obtained identical certifications from proposed subcontractors for specific time periods) he /she will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause, and that he /she will retain such certifications in his /her files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C. 1001. Date: March '2, 2010 ., u .. .. u... Project Number. colic; Project No. P46029 Address: 4100 V Orangethorpe Ave., Ste. 200, Anaheim, CA 92801 al Title: Michael Edwards, Vice President STATE OF CALIFORNIA l COUNTY OF ORANGE Jj On March 2, 2010 before me, J. Daniels Notary Public, personally appeared Michael Edwards Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Segregated Facilities Certification Document Date: March 2, 2010 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signers Name Michael Edwards Signer's Name Individual FX Corporate Officer - Title(s) Partner - Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: ❑ Individual Vice President ❑ Corporate Officer- Title(s) Right Thumbprint a Partner - Limited /General Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 s.H.N.N....NNN D�L.N....Ne R instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. - COMM # 1813952 m W • _ NOTARY PUBLIC - CALIFORNIA I certify under PENALTY OF PERJURY under the laws of Q ORANGE COUNTY •,. b My Commission ExpiresRept.24,201 the State of California that the foregoing paragraph is true O.ssOeoeNOH9NONONOHN00N9NON and correct. WITNESS my hand and oo c al seal / Signature J. aniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Segregated Facilities Certification Document Date: March 2, 2010 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signers Name Michael Edwards Signer's Name Individual FX Corporate Officer - Title(s) Partner - Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: ❑ Individual Vice President ❑ Corporate Officer- Title(s) Right Thumbprint a Partner - Limited /General Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 u u CERTIFICATION WITH REGARD TO THE PERFORMANCE OF PREVIOUS CONTRACTS OR SUBCONTRACTS SUBJECT TO THE EQUAL OPPORTUNITY CLAUSE AND THE FILING OF REQUIRED REPORTS The ®bidder, ❑proposed sub - contractor, hereby certifies that he /she ®has, ❑has not, participated in a previous contract or subcontract subject to the Equal Opportunity Clause, as required by Executive Orders 10925, 11114, or 11246, and that he /she ®has, ❑has not, filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former President's Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. Date: March 2, 2010 Project Number. cosc; -P46� ContractAward: Awarding Agency: city of Rosemead Contractor Name: su11y- Miller contracting Company Total Number of Employees 375 Affiliate By: Title: Michael'Edwards, Vice President I NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labor (41 CFR 60- 1.7(b)(1), and must be submitted by bidders and proposed subcontractors only in connection with contracts and subcontracts which are subject to the equal opportunity clause. Contracts and subcontracts which are exempt from the equal opportunity clause are set forth in 41 CFR 60 -1.5 (Generally only contracts or subcontracts of $10,000 or under i•, are exempt). Proposed prime contractors and subcontractors who have participated in a previous contract or subcontract subject to the Executive Orders and have notfiled the required reports should note that 41 CFR 60- 1.7(b)(1) prevents the award of contracts and subcontracts unless such contractor submits a report covering the delinquent period or such other period specified by the U.S. Department of the Interior or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. SF -100 (EEO -1) must be filed by (A) All private employers who are: (1) Subject to Title VII of the Civil Rights Act of 1964 (as amended) with 100 or more employees. (2) Subject to Title VII who has fewer than 100 employees, if the company is owned or affiliated with another company, or there is centralized ownership, control or management so that the group legally constitutes a single enterprise, and the entire enterprise employs a total of 100 or more employees. (B) All federal contractors (private employers), who: (1) Are not exempt as provided for by 41. CFR 60 -1.5 (2) Have 50 or more employees, and a. Are prime contractors or first -tier subcontractors, and have a contract, subcontract, or purchase order amounting to $50,000 or more; or b. Serve as a depository of Government funds in any amount, or c. Is a financial institution, which is an issuing, and paying agent for U.S. Savings Bonds and Notes. STATE OF CALIFORNIA COUNTY OF ORANGE On March 2, 2010 before me, J. Daniels Notary Public, personally appeared Michael Edwards who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 teeaeeaeNaNeNN ....aNeNaee „aeN,e.� instrument the person(s), or the entity upon behalf of J. DANIELS D which the persons) acted, executed the instrument. §_ COMM # 1813952 m W NOTARY PUBLIC- CALIFORNIA I certify under PENALTY OF PERJURY under the laws of a ORANGE COUNTY 1 the State of California that the foregoing paragraph is true My commission Expires Sept 24 and correct. seeeaoeaeeoN9eaeNONONeNN10 WITNESS my hand and o Cal seal Signature Qx zl, J,Danells, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Certification with Regard to the Performance of Previous Contracts or Subcontracts Subject to the Equal Opportunity Clause and the Filing of Required Reports Document Date: March 2, 2010 Number of Pages: Signers) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Michael Edwards Individual ❑ Corporate Officer — Title(s) Partner — Limited /General ❑ Attorney in Fact ❑ Trustee Guardian or Conservator Other Signer is Representing: Vice President Flight Thumbprint of Signer Signers Name ❑ Individual ❑ Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint of Signer CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 _..- - I' I� I' 6 Community Development Commission County of Los Angeles COUNTY LOBBYIST CODE CHAPTER 2.160 COUNTY ORDINANCE NO. 93 -0031 CERTIFICATION NameofFirm: Sully- Miller Contracting Cnmg�nv Address: 1100 E. Orangethorpe Ave., Ste. 200, Anaheim State:. CA ZipCode:. g 801 Telephone Number: ( 714 ) 578 -c)6on Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the County of Los Angeles and the Community Development Commission, County of Los Angeles. 1) It is understood that each person /entity /firm who applies for a Community Development Commission contract, and as part of that process, shall certify that they are familiar with the requirements of the Los Angeles County Code, Chapter 2.160 (Los Angeles County Ordinance 93 -0031) and; 2) That all persons /entities/firms acting on behalf of the above named firm have and will comply with the County Code, and; 3) That any person /entity /firm who seeks a contract with the Community Development Commission shall be disqualified therefrom and denied the contract and, shall be liable in civil action, if any lobbyist, lobbying firm, lobbyist employer or any other person or entity acting on behalf of the named firm fails to comply with the provisions of the County Code. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into contract with the Los Angeles County and the Community Development Commission, County of Los Angeles. Authorized Official: Sully - Miller rnnY rarti nn ('n (Cwo-ecmr5ubcenhngor) March 2 2010 (Dale) By: igm ro) Michael Edwards, Vice President wee) STATE OF CALIFORNIA COUNTY OF ORANGE On March 2, 2010 before me, J. Daniels, Notary Public, personally appeared Michael Edwards WITNESS my hand and ctlicial seal , Signature aniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: County Lobbyist Code Chapter 2.160 County Ordinance No. 93 -0031 Certification Document Date: March 2, 2010 Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer(s): Signers Name Michael Edwards Signers Name Individual EX Corporate Officer — Title(s) Partner — Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator Other Signer is Representing ❑ Individual Vice President ❑ Corporate Officer — Title(s) Right Thumbprint uw ❑ Partner — Limited /General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint of Signer who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 �ONPOPPNPPPONPPPPPPPNPNNNNPNNOY J. DANIELS y which the person(s) acted, executed the instrument. P ( ) NOTARYPUBLIC- CALIFORNIA M @my COMM # 1813952 m I certify under PENALTY OF PERJURY under the laws of ORANGE COUNTY Q the State of California that the foregoing paragraph is true z� commission Expires Sept .24.2P♦OCiea 99000HPPNNONONONONONOPOOH and correct. WITNESS my hand and ctlicial seal , Signature aniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: County Lobbyist Code Chapter 2.160 County Ordinance No. 93 -0031 Certification Document Date: March 2, 2010 Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer(s): Signers Name Michael Edwards Signers Name Individual EX Corporate Officer — Title(s) Partner — Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator Other Signer is Representing ❑ Individual Vice President ❑ Corporate Officer — Title(s) Right Thumbprint uw ❑ Partner — Limited /General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY 1 Right Thumbprint of Signer CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 WORKER'S COMPENSATION CERTIFICATION 1 certify, by signature below, that I am aware of the provisions of Section 3700 of the California Labor Code which require every employer to be insured against liability for worker's compensation or to undertake self - insurance in accordance with the provisions of that code, and I will comply with such provisions before commencing the performance of the work of this contract. I Date: March 2, 2010 Project Number: CDBG Project No. P46029 Project Name: Whitmore Avenue Street Resurfacing Project -Phase I Company Name: Sully- Miller Contractinq Company Address: 1100 E. Orangethorpe Ave. Ste. 200, Anaheim, Ca 92801 Print Name: Michael Edwards Title: Sign< STATE OF CALIFORNIA l COUNTY OF ORANGE Jj On March 2. 2010 before me, J. Daniels, Notary Public, personally appeared Michael Edwards Description of Attached Document Title or Type of Document: Worker's Compensation Certification Document Date: March 2, 2010 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Number of Pages: Signers Name Michael Edwards Signer's Name Individual F-1 Individual corporate Officer - Title(s) Partner - Limited /General Attorney In Fact Trustee Guardian or Conservator E] Other Vice President 1-7 Corporate Officer - Title(s) Right Thumbprint of Signer Partner - Limited /General 7 Attorney In Fact F7 Trustee Guardian or Conservator Other Signer is Representing: SULLY-MILLER_ CONTRACTING COMPANY Right Thumbprint of Signer who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 ...b.<.•.••••••••••°••O.00•0000 instrument the person(s), or the entity upon behalf of t,,..... J. DANIELS .....: COM # 1813952 M which the person(s) acted, executed the instrument. ly NO PUBLIC - CALIFORNIA OR ANGE COUNTY OR s Q . I certify under PENALTY.OF PERJURY under the laws of `JY Commission Expires Sept 24, 2072 mao.'°'°°°°°°•°°°°°°•°° °'..� the State of California that the foregoing paragraph is true 8.• ° °°.°°°° and correct. WITNESS my hand and offi al seal Signature C�LlG� J. Crafiiels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Worker's Compensation Certification Document Date: March 2, 2010 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Number of Pages: Signers Name Michael Edwards Signer's Name Individual F-1 Individual corporate Officer - Title(s) Partner - Limited /General Attorney In Fact Trustee Guardian or Conservator E] Other Vice President 1-7 Corporate Officer - Title(s) Right Thumbprint of Signer Partner - Limited /General 7 Attorney In Fact F7 Trustee Guardian or Conservator Other Signer is Representing: SULLY-MILLER_ CONTRACTING COMPANY Right Thumbprint of Signer CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 71 LU 0 U. 0 U) ce 0 u 41 0 < H 6 o > \ \ �4 Kc 4J 0 E I Fz E z (L) 2 is 2!! ZO e6 t,. \} ) /.\ r { \ � f / . I Fz E z (L) 2 is CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 0 i I 'r ) - --------- ....... - U.S. DEPARTMENT OF HOUSING AND URBAN DEVELOPMENT HUD FORM 4230A REPORT OF ADDITIONAL CLASSIFICATION AND RATE OMa ApprmW No bCF2501 -011 (Ev. 09nM2 ) 1. FROM (name and address of requesting agency) 2. PROJECT NAME AND NUMBER 1. LOCATION OF PROJECT (City, County and State) 4. BRIEF DESCRIPTION OF PROJECT 5. CHARACTER OF CONSTRUCTION _ ❑ Building ❑ Residential ❑ Heavy ❑ Other (specify) ❑ Highway 6. WAGE DECISION NO. (include modification number, if any) 7. WAGE DECISION EFFECTIVE DATE ❑ COPY ATTACHED 8. WORK CLASSIFICATION(S) HOURLY WAGE RATES BASIC WAGE FRINGE BENEFIT(S) (if any) 9. PRIME CONTRACTOR (name, address) 10. SUBCONTRACTORIEMPLOYER, IF APPLICABLE (name, address) Gheck All That A i ❑ The work to be performed by the additional classification(s) is not performed by a classification in the applicable wage decision. ❑ The proposed classification is utilized in the area by the construction industry. ❑ The proposed wage rate(s), including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage decision. ❑ The interested parties, including the employees or their authorized representatives, agree on the classification(s) and wage rate(s). ❑ Supporting documentation attached, including applicable wage decision. heck One: ❑ Approved, meets all criteria. DOL confirmation requested. ❑ One or more classifications fall to meet all criteria as explained In agency referral. DOL decision requested. FOR HUD USE ONLY LR2000: Agency Representative Oaf (Typed name and signature) Log In: Log out: Phone Number CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 TO; (Name of labor UNOn. Workers Representatlw, otc. (Address) Name of Business (Contractor): sully- Miller Contracting Company Project Name: Whitmore Ave. St. Resurf. Project Number CDBG Project No. P46029 The Undersigned currently holds a contract with City of Rosemead involving Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development or a subcontract with a prime contractor holding such contract. You are advised that under the provisions of the above contract or subcontract and in accordance with Section 3 of the Housing and Urban Development Act of 1968, the undersigned is obligated to the greatest extent feasible, to give opportunities for employment and training to lower income residence of the CDBG- assisted project area and to award contracts for work on the project to business concerns which are located in or are owned in substantial part by project area residence. Regarding employment opportunities for Section 3, the minimum number and job titles are: Job Classification Regarding job referrals, request that consideration be given, to the greatest extent feasible, to assignment of persons residing in the service area or neighborhood in which the project is located. The anticipated date the work will begin is For additional information, you may contact- at ( 1 TW y n me This notice is furnished to you pursuant to the provisions of the above contract or subcontract and Section 3 of the Housing and Urban Development Act of 1968. Copies of this notice will be posted by the undersigned inconspicuous places available t employ es or applicants for employment. Michael Edwards By (Print.., (S ppaWre) March 2 2010 Vira Prpqjripn N +�) (Tale) CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 1. Name and Address of Reporting Entity (Recipient, Sub - recipient, Contractor, Subcontractor) JOB CLASSIFICATION 2. Federal Identification: (Contmct/Award No.) 3. Dollar Amount of Award: 4. Contact Person: 5. Phone: (include Area Code) 6. Reporting Period: - 7. Date Report Submitted 8. Program Code: (Use a separate sheet for each Program Code) % Program codes 1. Flexible Subsidy 2. Section 2021811 3. Publicdndlan Housing Development, Operation and Modernization 4. Homeless Assistance S. HOME 6. HOME -State Administered 7. CDDG— Emhlemenl 9. CD9G- Slate Administered 9. Other CD Programs 10. Other Housing Programs Part I: Employment and Training Commitment i i ll Part ll: Contract Award Commitment to Section 3 Businesses (Sabmntra lors,Suppliem,vendom, orSewimProdders) NAMEOF SECTION 3 BUSINESS CONCERN JOB CLASSIFICATION TOTAL NEW HIRES SECTION 3 NEW HIRES % of Aggregate Hires Who are Section 3 Residents Professionals *Sully- Miller Contractii g Company a rees to com ly with all % Technicians requirements of the Co tract bV miking a Good Faith Effort % Office/Clerical to recruit and select jualified wo kers as sta fing needs % Trade: arise* $ Percentage of the total dollar amount to be awarded to Section 3 Business Concerns: % Trade: % Trade: % Trade: % Total: % ll Part ll: Contract Award Commitment to Section 3 Businesses (Sabmntra lors,Suppliem,vendom, orSewimProdders) NAMEOF SECTION 3 BUSINESS CONCERN SPECIFY CONSTRUCTION OR NONCONSTRUCTION CONTRACT CONTRACT AMOUNT $ $ $ $ $ $ $ TOTAL $ Percentage of the total dollar amount to be awarded to Section 3 Business Concerns: CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 0 A Section 3 responsive bidder who commits to hire Section 3 Residents by directing employment and training opportunities toward low- and very low- income persons, particularly those who are recipients of government assistance forhousing, may use any combination of outreach efforts to meet the Section 3 commitmentmade when a Section 3 Economic Opportunity Plan has been submitted. REMEMBER: All employees of a business /firm count toward meeting your Section 3 compliance goals— Section 3 New Hires do not have to be construction workers, they just have to be a part of your permanent, full -time staff. j SAMPLE OUTREACH EFFORTS FOR CONTRACTORS SEEKING SECTION S RESIDENT EMPLOYEES • Enter into 'first-source" hiring agreements with organizations representing Section 3 residents, such as Work Source or a local Workforce Investment Board. For more information, visit http://www.calwia.or,q/lv.ia/index.cfm • Sponsor a HUD - certified "Step-Up" employment and training program for Section 3 residents. • Advertise training and employment positions by distributing flyers (Notice of Section 3 I Commitment or other flyer that identifies the positions to be filled, the qualifications required, and where to obtain additional information about the application process) to every occupied dwelling unit in the housing development(s) adjacent to the project site. • Post training and employment position flyers in public housing developments, offices of the local government, and other conspicuous places. • Contact State - approved apprenticeship programs to gain access to potentially low - income residents who are actively seeking job - placement and training. For more information on local apprenticeship programs, you can visit the California Department of Industrial Relations' database of local apprenticeship programs by visifing http• / /www dir ca gov /databases /dastaigstart asp • Contact agencies administering HUD Youthbuild programs, and requesting their assistance to recruit current HUD Youthbuild program participants who are in need of permanent placement. • Advertise any positions to be filled through the local media, such as community television networks, newspapers of general circulation, or commonly -used job placement websites such as www.monster.com CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 - CDBG PROJECT No. P46029 SECTION( 3 RESIDENT CERTIFICATION( (2008 Income Guidelines) Employee's Name: Employee's Address: I hereby certify that I am a Section 3 resident; based on the following qualification(s): 1. 1 am a Public Housing Resident (specify Name of the Public Housing site): 2. 1 am a low- income resident of the metropolitan area. Select your household size and gross annual income level (from all sources): i HOUSEHOLD SIZE & INCOME LEVEL El 1 $26,550 or less ❑ 2 $30,300 or less ❑ 3 $34,100 or less 4 $37,900 or less 5 $40,950 or less ❑ 6 $43,950 or less ❑ 7 $47,000 or less 8 $50,050 or less 3. 1 am not a public housing or low- income resident of the metropolitan area. Employee Signature Must Be Completed by Employer The above -named person is a permanent full -time employee who was hired on: - The above -named person is a new -hire employee who was hired on: This person's Job Classification is: Name of Employer: Date ..................... Business Name: Business Address: SECTION 3 BUSINESS CERTIFICATION FORM Sully- Miller Contracting Company 1100 E. Orangethorpe Ave., Ste. 200 Anaheim, CA 92801 Telephone Number: 714 -578 -9600 Contract/Bid Amount: 1. The above mentioned business firm is a Section 3 business concern based on the following qualifications: ❑ 51- percent owned by Section 3 Residents (Submit Resident Certifications with this business certification form) ❑ At least 30- percent Permanent, full -time employees are Section 3 Residents Total Number of all full -time employees , Number of Section 3 qualified Employees (Submit the Resident Certification form(s) with this Business Certification form) ;I 2. The above mentioned business firm is not a Section 3 business concern, but commits to the Section 3 goal: ® Written Commitment (Section 3 Economic Opportunity Plan), outline intentions to: Hire Section 3 qualified residents at least 30- percent aggregate new hire positions, and /or Subcontract 25- percent or more of the contract amount to Section 3 qualified business concerns. THE UNDERSIGNED DECLARES THAT THE ABOVE ' Sigh..afure of Ownef /Prindpal Michael Edwards, Vice President Sully- Miller Contracting Company Business Name IS COMPLETE AND CORRECT March 2, 2010 Date 747612 -A License Number To Be Completed by Local Contracting Agency Preference Category: oTargeted Service Area oYouthbuild 00ther - Census Tract Number: STATE OF CALIFORNIA COUNTY OF ORANGE On March 2, 2010 before me, J. Daniels, Notary Public, personally appeared Michael Edwards who proved to me on the basis of satisfactory evidence t( be the person(s) whose name is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorize( capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of J. DANIELS •••••e Y which the person(s) acted, executed the instrument. COMM # 1813952 m I certify under PENALTY OF PERJURY under the laws o Q NOTARYPUBLIC - CALIFORNIA 3) the State of California that the foregoing paragraph is tru( ORANGE COUNTY r My Commission EXPireSSert. 24, 20, 1 and correct. NHON4p0�y�000N�N0��ONO000H� WITNESS my hand and official seal Signature QAM411 �O . Daniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Section 3 Business Certification Form Document Date: March 2, 2010 Signer(s) Other Than Named Above: Number of Pages: 1 Capacity(ies) Claimed by Signer(s): Signers Name Michael Edwards Signers Name Individual 0 Corporate Officer — Title(s) ❑ Partner — Limited /General E Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: Individual Vice President F—] Corporateofficer — Titles) Right Thumbprint a ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 ii i SECTION 3 ECONOMIC OPPORTUNITY REPORT (CONTRACTOR) 1. Recipient Name and Address (Recipient, sutrreciplent, Contractor, Subcontractor) 2. Project Number. ICe ""Award rm.l 3. Dollar Amount of Contract: 4. Contact Person: 5. Phone: (Include Area Code) , 6. Reporting Period: 7. Date Report Submitted 8. Project Number: 9. Federal EIN: D...4 1• C.....1,.......,..4 2 Traininn nnnn.fitnifina nrnvidod fn Inw- ironnrrlp_ individuals Minimum Goal: 30 %m New Hims) JOB CLASSIFICATION TOTAL NEW HIRES LOW - INCOME NEW HIRES %of Aggregate Hires who are low- income Name of Qualified Business Concern Technicians *Sully -Mille Contracting Com any agrees to corT31y with all Office /Clerical requirement of the Contract by making a Gooc Faith Effort % Professionals to recruit and select qualif'ed workers as st ffing needs % Construction Trade: . arise.* % Construction Trade: % TOTAL % Dori II• Cd.rnn4ra rfc Awarded rnn.a...��...e.,e..,...,.�., r.,vu�vcw ,d Ma ndm�r „tm,a Amnuntl Number of Subcontracts awarded: Number of Section 3 Businesses Receiving Contracts: Name of Qualified Business Concern Construction or Non - construction Contract Amount $ Total Dollar Amount of Subcontracts awarded to Section 3 qualified Business Concerns: Dollar Amount of All Subcontracts: $ Percentage of the total dollar amount awarded to qualified Business Concerns: the efforts that were made to Trained and /or Employed— low-income individuals equal to _ ( %) of the aggregate new hires. (Attach Resident Codifications) Awarded a Subcontract to _ qualified Business Concerns equal to_ ( %) of the contract amount. (Attach Business codifications) Attempted to recruit low - income individuals through: Advertised through local media, television, radio, newspaper (Attach copy of advertisement) Signs prominently displayed at the project site Contacts with community organizations Contacted management to notify residents and posted or distributed flyers at public housing authority (Attach list)- Participated in a HUD program or other program which promotes the training or employment of low- Income individuals Participated in a HUD program or other program which promotes the award of contracts to Section 3 Qualified Business Concerns Contacted agencies administering HUD Youth -Build programs. (Attach list) Maintained a file of eligible, qualified low- income Residents and qualified Business Concerns for future employment. OTHER (Attach supporting documentation) CITY OF ROSEMEAD WHITMORE AVENUE STREET RESURFACING PROJECT PHASE -1 CDBG PROJECT No. P46029 Address: 1100 E. Orangethorpe Ave., Ste. 200, Anaheim State: CA Zip Code: 92801 Telephone Number: ( 719 ) 578 -9600 Acting on behalf of the above named firm, as its Authorized Official, I make the following Certification to the U. S. Department of Housing and Urban Development and the Community Development Commission, County of Los Angeles. 1) No Federal appropriated funds have been paid by or on behalf of the above named firm to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of and Federal grant, loan or cooperative agreement, and any extension, continuation, renewal, amendment, or modification thereof, and; 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee or any agency, a Member of Congress an officer or employee of Congress or an employee of a Member of Congress in connection with this Federal contract, grant loan, or cooperative agreement, the above named firm shall complete and submit Standard Form -LLL, `Disclosure Form to Report Lobbying ", in accordance with its instructions, and; 3) The above name firm shall require that the language of this certification be included in the award documents for all sub - awards at all tiers (including subcontracts, sub - grants, and contracts under grants, loans, and cooperative agreement) and that all sub - recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into the transaction j imposed by Section 1352 Title 31, U. S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Authorized Official: Sully- Miller Contracting Company (Cvvtrxtm/Sabcvntream) March 2, 2010 By: n) Michael Edwards, vice President (Rib) V STATE OF CALIFORNIA l COUNTY OF ORANGE Jj On March 2 2010 before me, J. Daniels, Notary Public, personally appeared Michael Edwards w0000900N0 •.000OOOONOOOO..ONONNOON4 J. DANIELS ZD COMM # 1813952 M ARY NOTPUBLIC- CALIFORNIA LU ORANGE COUNTY Q My Commission Expires Sept. 24, 2012 Z % eN .N.N.N....e <+<.•N.N°°°°°NSeoee4 who proved to me on the basis of satisfactory evidence to be the person(s) whose name 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 official seal Signature Q &4d J. Oidiniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Federal Lobbyist Certification Document Date: March 2, 2010 Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer(s): Signer's Name Michael Edwards Signer's Name Individual ❑X Corporate Officer — Title(s) Partner — Limited /General Attorney In Fad Trustee Guardian or Conservator Other Signer is Representing: Vice President Right Thumbprint of Signer Individual Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact ❑ Trustee ❑ Guardian or Conservator E] Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer Mar 02 10 02:28p MAYOR: MARGARET CLARK MAYOR PRO TEM: GARY TAYLOR COUNCIL MEMBERS: SANDRA ARMENIA POLLY LOW STEVEN LY March 2, 2010. 6265692303 ttc� pscmcad 8838 E. VALLEY BOULEVARD • P,O. BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307 -9218 , NOTICE OF CLARIFICATION WHITMORE AVENUE STREET RESURFACING PROJECT (Bid Opening Date: March 3, 2010) To All Prospective Bidders: p.1 Please note the following revisions on the plans on sheet S -2 for the above project: The longitudinal Section indicates a 2 inches diameter pile. The proposed diameter of the pile shall be 2 feet diameter instead of 2- inches. Page 1 of 1