Loading...
Freeway ElectricCOPY CITY OF ROSEMEAD i SAFE ROUTE TO SCHOOL PROJECT SR2SL 5358 (011) , i i r i_ r- , t- L. l r• i 1. 1. i_ r, s' i. I_ BIDDER: Freeway Electric BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROJECT SR2SL 5358 (011) BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. REM DESCRIPTION MEASURE CITY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 specifications. I 0170 Oo Q 2 Disposal of Waste Materials. LS 1 608 t' 6 3 Furnish and Install Solar In-Road EA 7 Pavement Lighting System Complete per Plans and Specifications. 7 Locations with a Total of 88 In-road Pavement Lights. 4 Furnish and Install Solar Speed EA 10 Feedback Sign System Complete 1 2O0 { ( 0 b 6 2 per Plans and Specifications. r 0 r 5 Furnish and Install Signing and LS 1 Striping per Plans and k/77e?O l~/7 700 Specifications. 6 Furnish and Install Pedestrian EA 38 Count Down Heads Complete per Plans and Specifications. 3 4 Q 1070 TOTAL BASE BID PRICE (SCHEDULE BID PRICE): $ 3 amount in written form CBF-1 .lun'10 10 02:09P MAYOR, MARGARET CLARK MAYOR PRO TEN: GARY TAYLOR COUNCIL MEMBERS: SANDRAARMENTA POLLY LOW STEVEN LY June 10, 2010 To All Prospective Bidders: 6265692303 F.1 8838 E. VALLEY BOULEVARD - P.O. BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569-2100 FAX (626) 307-9218 ADDENDUM No. 1 SAFE ROUTE TO SCHOOL PROJECT (Bid Opening Date: June 16, 2010) Please note the following revisions on the plans and specifications for the above project:. 1. Page CBF-1 : Add the following Alternate Item to the proposal: ALTERNATE BID ITEM #1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. 1 PRICE COST 7 Clearing and Grubbing (Including Disposal of Waste Materials) LS 1 GO 6 C) CD 8 Construct 4-Inch thick PCC Sidewalk SF 200 C_O0 ZGG 9 Construct PCC Curb Ramps per APWA Sid. Plan 111-3 including truncated domes ARMORCAST replaceable yellow cast in place or approved equal. EA 4 Z t o v q o 6 10 Construct 8-inch PCC Curb and 24-inch PCC gutter per APWA Std Plan 121-2. LF 250 Z C~6 (o SO 11 Construct cross and longitudinal gutter per APWA Std Plan 122-2. SF 300 1 0,00 II / 0 6 U Page 1 of 2 Jun- 10 10 02:09p 6265692303 12 Construct 6-inch thick AC patch over 90% Compacted Native. SF 1200 5 q0 7 b d TOTAL ALTERNATE BID PRICE #1: P.2 Dollar amount In written form TOTAL BASE BID PRICE INCLUDING ALTERNATE BID ITEMS:$ " c 67y~Q Lj i Dollar amount in written form 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. The addendum No.1 forms a part of the Contract Documents for the above described project and shall supplement or supersede referenced sections of original plans and specifications. This Addendum No. 1 must be signed by the Bidder and submitted along with the Bidder's Proposal. Failure to acknowledge receipt of addendum will disqualify the Bidder. Very truly ou s, afael Fajardo Associate Civil Engineer Acknowledgement: Bidder: F ewa Electric Date:_ 6/15/2010 Title: g-4 a- M@PdQma, 2Q1Q w Page 2 of 2 BIDDER: Freeway Electric _ Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in I 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. 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. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which i cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and e 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. Attached hereto is a certified cheek, a cashier's check or a bid bond in the amount of Bid Bond Dollars ($10 a ) said amount being not less than ten percent (10%) of the Total t 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 1 Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the i . 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. CBF-2 i 1, l BIDDER: Freeway Electric The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. ( Addenda Nos. One 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. t Only one addenda issued per City 06/15/10. . r~ 1 f' 1. i, I. i. t i CBF-3 r' BIDDER: Freeway Electric By: 5942 Acorn St. Sign ure Business Street Address Brian Mendoza Riverside, CA 92504 Type or Print Name City, State and Zip Code Sole Owner 951.710.1000 Title Telephone Number - Bidders/Contractor's State of Incorporation: Sole Proprietorship i ' Partners or Joint Venturers: r r9 i- Bidder's License Number(s): 684572 Class A; C10; C31; C32 I' j " 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. k 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' f venturers. As further discussed in the Instructions to Bidders, Bidder will be required i to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. i i, i CBF-4 -r s. June 15, 2010 City of Rosemead Attn: City Clerk 8838 E. Valley Blvd. Rosemead, CA 91770 Re : Bid Opening: 0611512010 Bid Time,- 10:30am Project Description: Safe Routes to School Project 5R2SL5358(011) To Whom It May Concern: Brian Mendoza, Sole Owner of Freeway Electric, license no. 684572 Class A, CIO, C31, C32 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. Signature: 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(a) whose name(s) is/wex subscribed to the within instrument and acknowledged to me that he/gtMV y executed the same in hls/karAbiatr authorized capacity W and that by his/huWx t signature( on the Instrument the person(W, 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 official seal L,2 BETH Ii.A1. N.CRAE bbitd.n 16661668 ~.y 7401AYPU3gCFCAUFCR%4 Signature (Seal) r "''rfNQ EIP. AM, 7 , 2e i i b ~ 1- i i_ BIDDER: Freeway Electric SECTION 2 f BID DATA FORMS l . _L f CBF-5 BIDDER- FREEWAY ELECTRIC 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 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 1 U'/. 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, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the SAFE ROUTE TO SCHOOL PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated 6/16/10 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 15TH day of JUNE 2010 FREEWAY ELECTRIC (SEAL) BERKLEY REGIONAL INSURANCE COMPANY Principal e Surety _ By:n ~1 Q By. SL ✓ Signature FRANK MORONES: ATTORNEY-in-FACT CBF-6 No. 7916a POWER OF ATTORNEY BERKLEY REGIONAL INSURANCE COMPANY WILMINGTON, DELAWARE NOTICE: The warning found elsewhere in this Power of Attorney affects the validity thereof. Please review carefully. KNOW ALL MEN BY THESE PRESENTS, that BERKLEY REGIONAL INSURANCE COMPANY (the "Company"), a r corporation duly organized and existing under the laws of the State of Delaware, having its principal office in Urbandale, Iowa, s has made, constituted and appointed, and does by these presents make, constitute and appoint: Philip Vega, Frank Morones or Jadon H. Smith of C & D Bonding & Insurance Services, Inc. of Covina, CA its true and lawful Attorney-in-Fact, to sign its name as surety only as delineated below and to execute, seal, acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that no single obligation shall exceed Fifty Million and 00/100 Dollars Y ($50,000,000.00), to the same extent as if such bonds had been duly executed and acknowledged by the regularly elected officers v of the Company at its principal office in their own proper persons. ~ U r_ 5 _ This Power of Attorney shall be construed and enforced in accordance with, and governed by, the laws of the State of Delaware, a s without giving effect to the principles of conflicts of laws thereof. This Power of Attorney is granted pursuant to the following resolutions which were duly and validly adopted at a meeting of the Board of Directors of the Company held on August 21, 2000: c o "RESOLVED, that the proper officers of the Company are hereby authorized to execute powers of attorney authorizing and u qualifying the attomey-in-fact named therein to execute bonds, undertakings, recognizances, or other suretyship obligations ° on behalf of the Company, and to affix the corporate seal of the Company to powers of attorney executed pursuant hereto; and further RESOLVED, that such power of attorney limits the acts of those named therein to the bonds, undertakings, recognizances, a or other suretyship obligations specifically named therein, and they have no authority to bind the Company except in the manner and to the extent therein stated; and further F- RESOLVED, that such power of attorney revokes all previous powers issued on behalf of the attorney-in-fact named; and further RESOLVED, that the signature of any authorized officer and the seal of the Company may be affixed by facsimile to any o power of attorney or certification thereof authorizing the execution and delivery of any bond, undertaking, recognizance, or c~ other 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 s person or persons who shall have been such officer or officers of the Company, notwithstanding the fact that they may have ceased to be such at the time when such instruments shall be issued." IN WITNESS WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its s ? corporate seal hereunto affixed this day of Y✓t-~ 12010. ° Attest: to j / Berkley nal Insurance Company r (Seal) By BY ~ F, ra S. Lederman Robert P. Cole Senior Vice President & Secretary Senior Vice President J r WARNING: THIS POWER INVALID IF NOT PRINTED ON BLUE "BERKLEY" SECURITY PAPER. .c o STATE OF CONNECTICUT) a ) ss: COUNTY OF FAIRFIELD ) u ° Sworn to before me, a Notary Public in the State of Connecticut, this day of YVL - ,LI , 2010, by Robert P. Cole and Ira s S. Lederman who are sworn to me to be the Senior Vice President, and the Senior Vice President and Secretary, respectively, of Berkley Regional Insurance Company. EILIEEd" -saga J X0 TZ _T ~'dYCO!A►JfISS!C Notary Public, State,ofConnecticut Z O G.'rvn-YH-(-ea,w~ .S7 ,n;.~ lc 3 c7 ~ 1 b 1-~ - CERTIFICATE Z I the undersigned, Assistant Secretary of BERKLEY REGIONAL INSURANCE COMPANY, DO HEREBY CERTIFY that the 7 u foregoing is a true, correct and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked a ° or rescinded and that the authority of the Attorney-in-Fact set forth therein, who executed the bond or undertaking to which this 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 15 th day of June 2010 (Seal) An= Steven Coward CALIFORNIA ALA.-PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES On 6/19 / 1 0 before me, Philip Vega, Notarypublic sle are Inert Neme end T W Of Om 0@Icet personally appeared PHILIP MEGA Commission # 1799866 k Notary Public • California Los Angeles County My Comm. Expires May 31, 2012 Frank Morones who proved to me on the basis of satisfactory evidence to he the personpg) whose namo(S) is/gre subscribed to the within in trument and acknowledgg~to me that ~ ty executed the same in /h~ A4air authorized capacity,A), and that by hldOeA <ieir signatA(s) on the instrument the person(g), or the entity upon behalf of which the person(g) 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 Place Notary Seal Mow OPTIONAL Though the information below is not required by law, It may prove valuable to persons relying and could prevent fraudulent removal and reattachment of this form to another doe Description of Attached Document Title or Type of Document: Document Date: Signer(s) Other Than Named Above: Capacity(fes) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer Title(s): ❑ 73 Partner-C7 Limited ❑General Attorney in Fact Trustee Guardian or Conservator Other: Signer Is Representing: Top of thunw nere Number of Pages: document Signer's Name: ❑ Individual ❑ Corporate Officer-Title(s); ❑ Partner - ❑ Limited ❑ General ❑ Attorney in Fact 71 Trustee Top of mumb nere ❑ Guardian or Conservator ❑ Other: Signer Is Representing: ®2007 Nellonal NOlery Assoolulorr, 9250 D. Som Aw.. p0, BOX 2402-Ch uWatll, CA 91013.2402• w NallonalNolaryolg Item 65907 Aeebarl Call TolFFee 1-800.879-8927 ACKNOWLEDGMENT State of California County of Riverside ) On DG!lG~2ort) 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(o is/wex subscribed to the within Instrument and acknowledged to me that he/WMUW executed the same in his/ker/tiratr authorized capacity( and that by his/huMm r signature( on the Instrument the person(W, 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 han fficlal seal. . + ,,E IZ,ABE uH.M MCRAE aM~t . 1686188 1CT1R P o iC-1rl ORHid R RSR'_C JHTY Signature (Seal) a y Cow t zn n. r 200 t BIDDER: Freeway Electric 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 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 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 oroffers forthe 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. i_ t. CBF-7 I -f .c s `t. L. BIDDER: Freeway Electric 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) r0upOcate Next 2 Pages if needed for listing addiflmal subcontractors.*1 Name and Location Description of Work of Subcontractor to be Subcontracted Grand Electric Supply Inc. Ptn. of electrical material. Name: Address: 2430 S. Santa Fe Ave. 510 Vista, CA 92084 dbe 9994 Name and Location Description of Work of Subcontractor to be Subcontracted Name: CT 1 (Orly/rvG1~m Tii~- G! ✓ Address: 3 2 cl 9. i7 ~,z:4 w 13ar fI7~ T~ir/8 2~"S 1 an-o•wt r ~ ~1 ~ 7 6 S Name and Location Description of Work of Subcontractor to be Subcontracted Name: Superior Pavement Markings Addres 14656 Industry Circle, La Mirada, CA 90638 Name and Location Description of Work of Subcontractor to be Subcontracted r - Name: Address: r- " Name and Location i of Subcontractor Name: Address: i. L_ CBF-8 Description of Work to be Subcontracted Unified Certification Program Back To Query Form Search Returned i Records Page I of I Fri Aug 21 11:36:63 PDT 2009 Query Criteria Firm/DBA Name: grand electric supply Firm Type: DBE Firm ID 9994 Firm/DBA Name GRAND ELECTRIC SUPPLY, INC. Address Line1 2430 SOUTH SANTA FE AVENUE, #510 Address Line2 City VISTA State CA Zip Code1 92084 Zip Code2 Certification Type DBE Mail fsIrns@gmndeIecWcsuppIy.mm Area Code (760) Phone Number 744-5981 Fax Area Code (760) Fax Phone Number 744-5982 Agency Name DEPARTMENT OF TRANSPORTATION Counties 00; Districts 00; DBE NAICS 423610; ACDBE NAICS Work Codes C0600 MISC SUPPLIERS; C0686 ELECTRICAL & SIGNALS; F5060 ELECTRICAL GOODS; Licenses Gender F Ethnicity HISPANIC Firm.Type DBE m d o ~ o v y a u ~ A aay"j . p SEEN.. ri a to S U W a E :2 Fp m~;; F w a F 21 ME j Rig uo 00 W ~ ~ 4~ p~appppppppp~~~i r' ~k'~ y W Q b ' ` r `w2 6 D z ~ a G P IIW ~ ~ W O ~ y a a i d 2865-bbL 109L1 A-Idd06 3iai33-13 0NH89 Wd9Z;9 8002 60 oa0 BIDDER: Freeway Electric r 1. i. i L SECTION 3 NON-COLLUSION AFFIDAVIT i. c. f i r i i l is f CBF - 10 L BIDDER: Freeway Electric NON-COLLUSION AFFIDAVIT I. 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, oron 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 directlyor indirectly induced 1 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 oranyone 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 [ Brian Mendoza Typed or Printed Name ( Sole Owner Freeway Electic Bidder , Subscribed an worn before me This 16t~tay June 20 10 t_ Notary Pu is in and for t - the State of California My Commission Expires: 08/07/2010 r i_ (Sea 1) CBF - 11 ACKNOWLEDGMENT State of California County of Riverside on '06 0 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/aw subscribed to the within Instrument and acknowledged to me that he/stse7My executed the same In his/kwdt** authorized capacity(st4q and that by his/hurMhetr signature( on the instrument the person(W, 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 ha and Official seal. s ELIZABETH H M. NCRAE y ~p ? COMM.# irf)'96Y M r NOTARY PUBLIC CA.U RNIA R yk"SIDE cmu" Mr Tat_~ry. crak~ 1,, 20A Signature (Seal) r' I - r- t. r° i. r, la ~f I t, r- , I'. f~. t- f' i, i. i. I. L BIDDER: Freeway Electric CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE SECTION 2 BID DATA FORMS 2.A BID BOND 2.6 LIST OF PROPOSED SUBCONTRACTORS SECTION 3 NON-COLLUSION AFFIDAVIT CBF-12 ............1 5 6 7 ..........10 Jun 10 10 02:09p 6265692303 p,3 J 40 CONSTRUCT 3-FEET AC PATCH CONTRACTOR NOTES: I~ CITY WILL PROVIDE A PRECISE LAYOUT OF THE PROPOSED CHOKER AT THE PRE-CONSTRUCTION MEETING. CONSTRUCT 8-INCH CURB AND 24-INCH GUTTER -CONSTRUCT / CURB RAMP 2& CONSTRUCT 3-FEET AC PATCH W z W Q Q _z I U I. W i i'-C NSTRUCT C OSS AVENUE Ii- C.~TER ROSE ` I I I CONSTRUCT > CURB RAMP SAFE ROUTE TO SCHOOL ADDENDUM 1