Loading...
Morillo Construction IncCITY OF ROSEMEAD ROSEMEAD PARK AQUATIC FACILITY PROJECT No. P53251 TABLE OF CONTENTS SECTION1 BID SCHEDULE .......................................................... ............................... 1 SECTION2 BID DATA FORMS ...................................................... ............................... 5 2.A BID BOND .................................................................... ..............................6 2.13 LIST OF PROPOSED SUBCONTRACTORS .............. ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT ................................. I. ................ I ... I........ 11 SECTION 1 - BID BIDDER: Morillo Construction, Inc. BID FOR ROSEMEAD PARK AQUATIC FACILITY PROJECT NO. P53129 BASE BID SCHEDULE TOTAL BASE BID PRICE: 111vei w, j l,'o, Y\ %Kt yk y1,l A S(x t a dew- t iv s �cJ Dollar amount in written form ALTERNATE BID ITEM NO. 1, 2, 3, & 4 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE TOTAL ITEM COST 1 Shade Structures SF 20 © 4 20'x 20' Module Z6 635 532 2 Solar System LS 1 15S,Soo 15g,43o0 3 Bleachers EA 8 y� $11 6 ti 4 Entry Marquee LS 1 301-lOa 30,x°`0 Sign /Supports zq �� µS TOTAL ALTERNATE BID ITEMS PRICE: $ Seven �\J,nA-cd aide 3a imis 11nw nl i H til cQ It Dollar amount in written form ��oao Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of values above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. INCORPORATION BY REFERENCE Notice Inviting Bids, Instructions to Bidders, General Conditions, Technical Specifications, Geotechnical Study Report (September 3, 2010) and addenda, Asbestos and Lead Paint Survey Report (August 5, 2010) and addenda, Bidder's Proposal, Plans, Standard Specifications for Public Works Construction 2009 Edition ( "Greenbook "), Drawings, Project Manual, Required Bonds and Forms, Permits, Addenda, and all applicable codes and regulations are hereby incorporated in and made part of this Contract. The provisions of CBF -1 BIDDER:Morillo Construction, Inc. the Greenbook shall apply to this Project except as may be modified by other provisions of the Contract. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the numberof Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of 10% of . bid Dollars ($ 10 % ) 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. CBF -2 BIDDER: Morillo Construction, Inc. 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 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 Nos. 1 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 -3 BIDDER: Morillo Construction, Inc. By: Signature Antoine B. Morillo Type or Print Name President Title Bidder's / Contractor's State of Incorporation: Calif. Partners or Joint Venturers: N/A Bidder's License Number(s): 326965 NOTES: 227 N. Holliston Ave. Business Street Address Pasadena, CA 91106 City, State and Zip Code 626/796 -3800 Telephone Number 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. CBF -4 UNANIMOUS WRITTEN CONSENT OF DIRECTORS IN LIEU OF MEETING OF MORILLO CONSTRUCTION, INC. . The undersigned, constituting the directors of Morillo Construction, Inc., a California corporation (the "Corporation'), do hereby consent to the adoption of the following resolutions. WHEREAS, the Corporation periodically receives proposals (the "Proposals ") from government agencies, school districts, and other entities requesting the Corporation submit construction bids to connection with projects being developed by such agencies or entities; WHEREAS, the Proposals require that any bids submitted by the Corporation be signed by a corporate officer or other persons of the bidding company who have been duly authorized by the bidding company to sign on its behalf; RESOLVED, that any one (1) or more•ofthe following persons are hereby authorized to sign on behalf of the Corporation on any bids submitted in the name of the Corporation: PIERRE MORMLO BARBARA FUAD ANTOINE B. MORILLO This action is taken pursuant to authority granted in Section 307(b) of the California Corporations Code. Dated: March 14, 2003 Pierre Morillo, Director i Antoine B. Morillo, Di ctor BIDDER: Morillo Construction, Inc. SECTION 2 BID DATA FORMS CBF -5 BIDDER: MORILLO CONSTRUCTION, INC. 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. • :•'. KNOW ALL MEN BY THESE PRESENTS: THAT MORILLO CONSTRUCTION, INC. as Principal, and SAFECO INSURANCE COMAPNY OF AMERICA , 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% ), being not less than ten percent (10 %) of the Total Base 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 Rosemead Park Aquatic Facility as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated 11/03/2010 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 26TH day of OCTOBER ,2010 SAFECOINSURANCE Principa'l _ BY: i.�7/! S6Ature CBF -6 COMPANY OF AMERICA (SEAL) Surety Signature FRANK MORONES, ATTORNEY -in -FACT POWER OF ATTORNEY KNOW ALL BY THESE PRESENTS: No. 13003 Safeco Insurance Company of America General Insurance Company of America 1001 4th Avenue Suite 1700 Seattle. WA 98154 That SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA, each a Washington corporation, does each hereby appoint .......... ...............' "PHILIP E. VEGA; FRANK MORONES; Brea, California***************..*.******.** its true and lawful attorney(s) -in -fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. IN WITNESS WHEREOF, SAFECO INSURANCE COMPANY OF AMERICA and GENERAL INSURANCE COMPANY OF AMERICA have each executed and attested these presents this 19th day of January 2009 — Dexter R. Legg, Secretary Timothy A. Mikolajewski, Vice President CERTIFICATE Extract from the By -Laws of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attorneys -in -fact or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued by the company In the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced: provided, however, that the seal shall not be necessary to the validity of any such Instrument or undertaking." Extract from a Resolution of the Board of Directors of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA adopted July 2a, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, 0) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power -of- attorney appointment, executed pursuant thereto, and (iii) Certifying that said power -of- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Dexter R. Legg , Secretary of SAFECO INSURANCE COMPANY OF AMERICA and of GENERAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of these corporations, and of a Power of Attorney issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation this 26TH day of OCTOBER CORPORATE SEALM)X Dexter R, Legg, Secretary 2010 Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF CIO p°O�N��, �}O SEAL b d� 1955 of Of WASM 5- 0974IDS 1/09 day of OCTOBER CORPORATE SEALM)X Dexter R, Legg, Secretary 2010 Safeco® and the Safeco logo are registered trademarks of Safeco Corporation. WEB PDF CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of LOS ANGELES On 10/26/2010 before me, Philip Vega, Notary-public Data Hare Mutt Naha and T.H. of the oelwl personally appeared Frank Morones Namo(s) of gnor(e) .am PHILIP VEGA , ' 0 M's !on # 1799866 < Notary Public • California - Los Angeles County My Cvmm. Expires May 31, 2012 who proved to me on the basis of satisfactory evidence to be the person6) whose name/) is/kre subscribed to the within instrument and aC'Knowled to me that he /�f tl��y executed the same in hi14 /64eir authorized capacity(( ), and that by hid/h'et/Meir signatA(s) on the instrument the person(), or the entity upon behalf of which the person() acted, executed the instrument. I certify under PFNALTY 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 / Plgcq Notary Seal Above Signature qt Ngtery DI OPTIONAL Though the information below is not required by /aw, if may prove valuable to persons relying on the ocu and could prevent fraudulent removal 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(a): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: RIGI•rTTRUMBPRINT OFSIGNER Number of Pages: Signer's Name: • Individual • Corporate Officer — Title(s): ❑ Partner —❑ Limited ❑ General ❑ Attorney in Fact * Trustee * Guardian or Conservator ❑ Other: Signer Is Representing: RIGR FSIGNERRINT OF SIGNER ®2007 NaAOnal Notary Aae "on -SMOOO Sob AVO „P,o, Box 2402•COataWOMIL CA 913132402- wWw,Natlo0slNOleryOtA lletnh590] RooNaCCat Toi- Feel- n00.eyf }8027 BIDDER: Morillo Construction, Inc. 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 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 any one 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 and description of work to be subcontracted. 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 one percent of the Contractor's total bid or ten thousand ($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 -7 BIDDER: Morillo Construction, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location of Subcontractor Description of Work to be Subcontracted D t5�kA I-) I -ITION Name and Location of Subcontractor Description of Work to be Subcontracted MACV i fcz Name: A&A9E6 V1�it}1�® Address: L ncmao'.CGA Name and Location of Subcontractor Description of Work to be Subcontracted Name: UNIL V XRY1 CLIP, oar Address: �Il U t I Dbt1I CA r Name and Location of Subcontractor Mo,nns La.�doc.;�c n 1 I.ca� M Name: Name and Location of Subcontractor Description of Work to be Subcontracted 1121 vous m / 01-1 IR,powi IN Description of Work to be Subcontracted BIDDER: Morillo Construction, Inc. 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location Description of Work of Subcontractor to be Subcontracted rylA" OoM Name: J . G1%M KAZN" Address : O Name and Location Description of Work of Subcontractor to be Subcontracted Name: CABINS Address: 1/I�(!'J oI 16S kci Vr, Name and Location Description of Work of Subcontractor to be Subcontracted Ul Nf , r- L�Sfi1 I Name: Address: f0wiTRI D A-ajYr r1A Name and Location Description of Work of Subcontractor to be Subcontracted CGDR's I fmN1vs c, Name: (' Pop, •NA-RV AI?� Ni�RDtn i i Address: MUFA M CA Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: t! Q1—t� 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) BIDDER: Morillo Construction, Inc. 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location Description of Work of Subcontractor to be Subcontracted Name: L)e-,r Address: 'R„ Lm, p(1 ppy wn r,(, Name and Location Description of Work of Subcontractor to be Subcontracted Name:cRl� Address: Mf\I'f11 Name and Location of Subcontractor Description of Work to be Subcontracted PnI PTIN61, wign Rw 06 Name: �r[vm�� Pu„�n��, � w)fJ WWTINC� Address: ���or4;c9 e L� Name and Location Description of Work of Subcontractor to be Subcontracted N A Name and Location of Subcontractor fibIxT gw,11`i1ONS � ;ssa�I�S Description of Work to be Subcontracted SWIMMIN6t po — Name: % ao&r Address: tea.ct&Pm Us. 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) BIDDER: Morillo Construction, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) [ "Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location Description of Work of Subcontractor to be Subcontracted Name: / ZPPn ` IOO vi n.. Address: L Name and Location Description of Work of Subcontractor to be Subcontracted Name: Ak Address: i G W". \e 4J-\ Name and Location of Subcontractor Name: Address NO G' i ACA Description of Work to be Subcontracted Name and Location Description of Work of Subcontractor to be Subcontracted &HFOf s i ROUV %S Name: Q.a��N\c \.d (Pal. I Df'l1 -y) Address: S, 2— Name and Location Description of Work of Subcontractor to be Subcontracted _ SDIX�R �Y�YTIN�t �`(ST�'il Name: 8W I1'�F�I�1G�tLISI Ali, d CNL`/� Address: 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) CSI BIDDER: Morillo Construction, Inc. The following are the names, addresses and telephone numbers for at least three public agencies for which BIDDER has performed similar work within the past four (4) years: City of Burbank 1' 150 N. 3rd St., Burbank,CA 91502 Name and Address of Owner Sean Corrigan 818/238 -3804 Name and telephone number of public agency person familiar with project New construction of $5,569,242 Ovrom Park Recreation Ctr. 2009 (with playground) Contract amount Type of Work Date Completed 2. City of Los Angeles 1200 W. 7th St., Los Angeles, CA 90017 Name and Address of Owner Hamid Navid 213/978 -1940 Name and telephone number of public agency person familiar with project New construction of 2 swimming pools & bathhouse at $5,604,985 Northridge Park Pool & Bathhouse 2007 Contract amount Type of Work Date Completed 3 City of Los Angeles 200 N. Spring St.,Los Angeles, CA 90012 Name and Address of Owner Nabih Balady 213/978 -1900 Name and telephone number of public agency person familiar with project New construction of $3,049,905 Contract amount Pecan Park Gymnasium Type of Work ,MIM, Date Completed II^. BIDDER: Morillo Construction, Inc. 2.13 REFERENCES FOR SWIMMING POOL CONTRACTOR (C -53 LICENSE) (Duplicate page as needed) All of the work in sections 13151 -13158 (of the Project Manual for City of Rosemead Project No. P53251 Rosemead Aquatic Center) is to be the responsibility of one experienced swimming pool contractor with a C -53 license, which can be either the bidder or a subcontractor, primarily engaged in the construction of commercial public -use swimming pools. A swimming pool contractor shall be considered primarily engaged as required herein if the swimming pool contractor derived 50% of its annual revenue during the past five years from public -use swimming pool construction. The swimming pool contractor must have also, in the last five years, constructed at least three (3) commercially designed municipal and public -use swimming pools, each of which shall have incorporated a minimum size of 6,000 square feet of water surface area with a concrete and ceramic tile perimeter overflow gutter and self - modulating balance tank. The following are the names, addresses and telephone numbers for at least three completed projects as required: Name and Address of Owner Name and telephone number of public agency person familiar with project Contract amount Project Name Date Completed 2. Name and Address of Owner Name and telephone number of public agency person familiar with project Contract amount Project Name Date Completed 3. Name and Address of Owner Name and telephone number of public agency person familiar with project Contract amount Project Name Date Completed CBF -10 MI- �: P.O. BOX 94235 PASADENA, CA 91109 -235 (828) 7919151 PAX(929)398-U71 CONTRACTORS LICENSE NO. 214554 A. B. C36, C53 Nadar, Inc. (a California Corporation) is General- Engineering Contractor specializing in the construction of competition swimming pool faculties. Founded by Thomas B: Dakan and Walter F. Weiss in 1962, Nadar, Inc. has been an industry- leader in the development of construction techniques for commercial swimming pool construction that are now considered industry standards. Nadar, Inc. maintains a sterling reputation among Architects, Engineers, and Owners with professional, accurate, and efficient construction procedures and - management. Some highlights of our completed projects include: Loyola Marymount University — Los Angeles, CA. LMU's new 50 -meter deck-level pool was selected to hogs the 2006 -NCAA Water Palo National Championships. Exposition park Swim Stadium— Los-Angeles, CA. This multi- million dollar renovation included rehabilitation of the pools used in the 1932 Olympics. The facility has been updated with state -of- the -art competitive equipment and mechanical systems. - Santa Clarfts Swim Complex — Santa Clarita, CA. This project includes an Olympic -size competition pool, a diving pool, and a recreation pool with a waterslide and water play features. in addition to being a ravenue-ganerating facility, this venue Is capable of hosting a multitude of competitive swimming events. Santa Clara University — Sullivan Aquatic Center— Santa Clara, CA, Constructed as a design -build project, this 50 -meter pool is tailored to the specific needs of the SCU Water Polo program including a large area of 7' -0" deep water allowing for a full 30 -meter floating water polo course capable of NCAA and International -level competitlon. Nadar, Inc., a California Corporation, has the following corporate officers: Thomas B. Oaken, President Kevin M. Turk, Vice President D. Grant Oldfield, Vice President Eric C. Freer, SecretarytTreasurer Involved with day -today construction operations, our senior management includes the following people and their primary responsibilities: Thomas B. Dakan — General supervision, estimating, and project scheduling Kevin Turk — General superintendent and project scheduling Grant Oldfield — Project superintendent Eric Fraer— Project management and estimating Nadar, Inc. uses Primavera for project scheduling software and maintains daily hands -on supervision to insure . that projects are efficiently managed. Nadar, Inc. is signatory with the following Unions: Plumbers, Laborers, Cement Masons, and Carpenters . 8L0 ?4001�!i ONI'8'd8'dN LLh08889i8t RUM LS:EL OLOVwll s"$ a r' ice c. - - PROJECT R91FERENCES PROJECT NAME S Corona High School-Swimming Pao, PROJECT NAME 500 El Camino Real 1150 W. loth St. Santa Caira, CA 95053 Corona, CA 92962 DESCRIPTION 40 Meter x 25 Yard- Competftan-Pool CONTRACT AMOUNT $ 1,534,188.00 OWNER Corona -Norco Unified School District 500 El Camino Real 2020 Clark Ave. Santa Calra, CA 95053 Norco, CA 92860 CONTACT Don- Lussier PHONE NUMBER 909. 736.5048 GENERAL CONTRACTOR Neff Construction (Construction Manager) 690 Gibraltar Ave. 1701 $. Bon View Ave. Milpitas, CA 95035 Ontario, CA 91761 CONTACT Ron Kuehl, Wes Smylis PHONE NUMBER 909- 947 -3769 POOL ENGINEER Aquatic Design Group 2228 Faraday Ave. 2226 Faraday Ave. Carlsbad, CA 92008 Carlsbad, CA 92008 CONTACT Scott Ferrell (Principal), Joe Salley (Project Manager) PHONE NUMBER 760- 438 -8400 PROJECT START January 2009 PROJECT COMPLETION June 2010 PROJECT NAME S Santa Clara Un[vomity - Suillvan Aquatic Center 500 El Camino Real Santa Caira, CA 95053 DESCRIPTION 5 50 Meter Competition Pool with movable bulkhead CONTRACT AMOUNT $ 1 1,459,599.00 OWNER S Santa Clara Univedsty 500 El Camino Real Santa Calra, CA 95053 CONTACT J John Veargoson PHONE NUMBER 4 405- 5445757 GENERAL CONTRACTOR D Devon Construction 690 Gibraltar Ave. Milpitas, CA 95035 CONTACT M Mazy Schreiber PHONE NUMBER 4 408 -942 -8200 POOL ENGINEER A Aquatic Design Group 2228 Faraday Ave. Carlsbad, CA 92008 CONTACT S Scott Ferrell (Principal), Joe Salley (Project Manager) PHONE NUMBER 7 760436.8400 PROJECT START M May 2008 PROJECT COMPLETION O October 2008 Oki 'atladld Xvi LS'.sL 0L0Z /Z0 /LL PROJECT NAME West Valley Collage Aquatic Center _ 14000 Fruit oAve. Saratoga, CA 95070 DESCRIPTION 50 Meter x 25 Yd Competition Pool CONTRACT AMOUNT $ 1,893,8114.64 OWNER— West Valley - Mission Community College District 14000 Fruitavale Ave. Saratoga, CA 95070 CONTACT Javier Castruita PHONE NUMBER 408 -741 -2042 GENERAL CONTRACTOR Zovieh Construction 2485 Technology Way Hayward, CA 94545 CONTACT Tony Zovich PHONE NUMBER 610- 7841273 POOL- ENGINEER Aquatic Design Group 2226 Faraday Ave. Carlsbad, CA 92008 CONTACT Scott Ferrell (Principal), Joe BaMy (Project Manager) PHONE NUMBER 780.438.8400 PROJECT START July 2007 PROJECT COMPLETION February 2008 PROJECT NAME Golden West College 15744 Goldenwest St, Huntington Beach, CA 92647 DESCRIPTION 50 Meter competitor pool wt movable bulkhead, and 25 Yard lap pool_ CONTRACT AMOUNT $ 2,047,033.50 OWNER Coast Community College District 1370 Adams Ave. Costa Mesa, CA 92626 CONTACT Ardlth Richey PHONE NUMBER 714- 438 -4600 GENERAL CONTRACTOR Construct One Corp. 1421 Edinger Ave. Tustin, CA 92780 CONTACT John Gents PHONE NUMBER 714.259.5400 POOL. ENGINEER Rowley International 2325 Palos Verdes Dr. West, Suite 312 Palos Verdes Estates, CA 90274 CONTACT Greg Cannon PHONE NUMBER 310 -377 -6724 PROJECT START June 2006 PROJECT COMPLETION May 2007 Cl0 /t001n �tJT'tlb'OVtJ 1�ti026C9'c8l XHj t5'CL OLOZ /ZO /ll P_ ROJECT NAME Beaumont High School Swhnming,Pool. 39139 Cherry valley Bivd.. Beaumont, CA 92223 DESCRIPTION 30 Meter x 25 Yd Competition Pool — CONTRACT AMOUNT $ 1,095,000.00 OWNER Beaumont Unified School District 500 Grace Ave. Beaumont, CA 92223 CONTACT Greg Bowers PHONE NUMBER 951-845.1631 - GENERAL CONTRACTOR Bogh Construction 401 W. 4th St Beaumont, CA 92223 CONTACT Alien Bogh (President), Sean Balingit (Project Manager) PHONE NUMBER 951 - 845.4607 POOL ENGINEER Rowley Intemational 2325 Palos Verdes Dr. West, Suite 312 Palos Verdes Estates, CA 90274 CONTACT Greg Cannon PHONE NUMBER 310- 377.6724 PROJECT START August 2006 PROJECT COMPLETION January 2007 PROJECT NAME — California Luteran University - Samuelson Aquatic Center 3425 Mountclef Blvd. Thousand Oaks, CA 91360 DESCRIPTION 50 Meter Competition Pool with movable bulkhead CONTRACTAMOUNT $ 1,761,226.00 OWNER California Lutheran University 60 W. Olsen Rd. Thousand Oaks, CA 91360 CONTACT Valenta Crooks PHONE NUMBER 805-493-3209 GENERAL CONTRACTOR HMH Construction 330A Wood Rd. Camarillo, CA 93010 CONTACT Bob Powell (Superintendent) PHONE NUMBER 805485 -6764 POOL ENGINEER Aquatic Design Group 2226 Faraday Ave. Carlsbad, CA 92008 CONTACT Scott Ferrell (Principal), Joe Bailey (Project Manager) PHONE NUMBER 760 - 438 -8400 PROJECT START May 2006 PROJECT COMPLETION January 2007 Please reference the attached list for addltlonal completed projects CLO /8001A 8NI'dVOVN 1Lb088C8Z8L XVJ LS CL 0L0Z /20 /LL a P m V d3 C u r � a LU n R LU a H 7 za O U U W a K CL El 2 w 'o K a w O O CL z O F N X 6 v J O S U W 2 O U 0 O ry w a w w w w w J o- o as J Z ❑ $ o Z a w H- J J f < J ° o ❑ ° Qao Z Z Q Ir Z CL pppQ — OF O O a O ' O W w a z ak- wa W 0 o F nU U PZ -O w Pw o [l��i ❑ r a � a �I�7J c NO 07 U OK(N X Xn. U ❑¢UW X W y r u7 1 of z LU U O W W U Q r LL U O ti O _ O ¢ z a JLXJJ U) 'q Z Q (' 2 r w ° o ° o ❑ ° w 0 a: ��w I a Y U O O U = O IL _j O � IL zd m n�Zmm ¢ w a wc�nw LL � ZQ, N cQV N N n n s°v ;r. m C Q 'o O ryO 4 Ill W w w w w w w w w w �❑ J ¢� a tv O O O O O Z p I LJ a a a a p a o F O O p O z w Lu a w w w w a w x a a a a z T m+o IL 0 LU r r U j W U OU OU ❑ a Oaa e�i t~fi N u}i iL LL N Z O X N N N O N Q' X'pp- U X X X U X ❑ F iO Q o � u�i u�i � a � usTirs a z H w o a U W Q w = Q p W W J U O a y W Jp O < w u = r S (7 8 O a ? S J Q M 2 tl W U Y O Y O r O U d 'L IL O O ) r O O ¢ 4 F w F- -O.+ P N N N N.._N. "-- N " -N - -CV N CLO(60021 ONI'dVOVN L!VOOGCOZBL NV'd L9'C L OLOZIZO/LL m _ m - S t u) C O p C 0 LL ryl {y, U m ]m 7 O m Cdl p- m m O U /O V O V V U J V (D co U m (n ❑ U O S SS O O p O Op O 5Op W ((0 C0} �O{ {pS WO pO COQ CA h S S 07 6 h- -117 Uri t� S O GD N R fJ p> Ci N 10 m � � A r• '� O M m M N Q N- O (D OI rn M O O Q w W w w� O W W w m -r- w O O CL z O F N X 6 v J O S U W 2 O U 0 O ry w a w w w w w J o- o as J Z ❑ $ o Z a w H- J J f < J ° o ❑ ° Qao Z Z Q Ir Z CL pppQ — OF O O a O ' O W w a z ak- wa W 0 o F nU U PZ -O w Pw o [l��i ❑ r a � a �I�7J c NO 07 U OK(N X Xn. U ❑¢UW X W y r u7 1 of z LU U O W W U Q r LL U O ti O _ O ¢ z a JLXJJ U) 'q Z Q (' 2 r w ° o ° o ❑ ° w 0 a: ��w I a Y U O O U = O IL _j O � IL zd m n�Zmm ¢ w a wc�nw LL � ZQ, N cQV N N n n s°v ;r. m C Q 'o O ryO 4 Ill W w w w w w w w w w �❑ J ¢� a tv O O O O O Z p I LJ a a a a p a o F O O p O z w Lu a w w w w a w x a a a a z T m+o IL 0 LU r r U j W U OU OU ❑ a Oaa e�i t~fi N u}i iL LL N Z O X N N N O N Q' X'pp- U X X X U X ❑ F iO Q o � u�i u�i � a � usTirs a z H w o a U W Q w = Q p W W J U O a y W Jp O < w u = r S (7 8 O a ? S J Q M 2 tl W U Y O Y O r O U d 'L IL O O ) r O O ¢ 4 F w F- -O.+ P N N N N.._N. "-- N " -N - -CV N CLO(60021 ONI'dVOVN L!VOOGCOZBL NV'd L9'C L OLOZIZO/LL A2 p d 0 C o cc v E > > m $ j CL 0 c E m E e m o E = c S z e 'C3 7 a w o con c = c 0 U m m `o v o d ° �+ m O U U m U U U d D = a U r1c U O to 8f 8WW oS S 8 8 o SYm S$ S `3 $ gp 8 $_ to g g m � A m m W O 9 cn o can v N ry M O h N 4 N m ID r T' m N U ^ w 60 ao w w w w w sn w w w w w w w M w » q w = J � z nD d O 7 9 e° zo W '4 C w SJ QJ N �JA w= O V p X mT, Q O mzz +O a W O O O CL �Ix w O O CL �d it O. F p O F w P- a: Y .. _ - ..__w. -- a' w -a.n _� .' :...... _ -w -. F` C— ..ty� -r - - — —b LU w - -a w {? -- -Z —a- w -� Od a z Z d 1 z 4 4 0 2 a a. za> z a J p1 w T O 1 OU S 2 F O f $ O 0 �1 O p F U N U P -50 a w Q p Z¢ r o w 0. F PSO Et0i0t0 8NI'8V0'dN LIb08889ZRL XVd 89'8t O W /ZO /ll a z V ,. u .. . to a J N 6. m uo5 vii N 0 d' N N N N 1°If a Y�7 N N rq 9 Q H W r 0 J z J 6 U o J z Y O CL W C3 �{ U ...� aY� 0. O O N .� W N U U �O O a J O h J J N CL M 8 U D�Q z c m 2 s m U W i a CD T. Y a N S N j Q U N 0 ¢ J tl �1 z � 2 p � � U = CS_7 = t C. z} tZ iW- N .i g m 8QQ g m N T S J1 ~ 0.' O W W II a 2 Y q: N O Z a W 0 V :E w o w t S a W Z V N N vJ O N Z ~ uj a N N N N N N N CLO/LLoln ONZ'avovk Lcrosseszsi zV� as n oloZ/ZQ /L[ r z w 4 u w 0 a a I J O O b z 0 F w a O U � a N J O N a 0 z LU T d) °' w J O U a L) q Z 0 s a� T Z _j a o d fq g o J hS O' D J o � m 0 rr V O m o O O z CL pp p ° F F < z Z z 0 Z z z z z 0 o O o g z Co g 0. w 0 J ~ O � °� - a S a X p IL a aa. a 0 W O 0 p U_ qO W `� h 8 °° ~ m U p O ry J Q} p a� U 9 Ti G N V E ICJ N t+J N N W X O? N x X 6 X X X O N pX pX XQ X W a W U2X o om a o 0 N 0 ir N N N U N a N N N N N N N N In Ci in w > a J p U a J O O LL t7 UO m a 4 Z m J O 0 w K N g o R S U pJ d! Q J S W _j pU U N G. = a U Z . . N = 2 xW O < Z O = O a S U N a = W Z (3 1 Q `A 1 0 0 O w U o a 0 w ¢ _ .¢ w ro z0 'a' j W, 0. U M. N I- 7" f"Xg N 7 <( O -A apxx s,� F'C- D w i- 0 [S' 2 Z z j a CO'! p N N N C�V N N N N•,., N N N N. N N .(+� 'N N N 8i0 /ci0 6J ONI,dvovN 1Lh036 M9 1 if @d 39'81 oioz /zc0/11 O U O J m o 0 M V U A U m a) 07 'J 8 V) D y o N = U �2" n' a a�i = C. 2 x S U a tv N O vi O U O = U1 N 1- ? e n W t c > Z S O z O O U' -w J Q S Z S 2 Z z S O Z Z O I to -Zo- o a7 c O Q S Z 7 O Zg z 0 O 7 5 m c® m _ m m v' ZU_a u�. O a o w `ZV4�0 QJ m i m T O j U W Z 7< O 5 O m U— J d1 a) U o U ¢ O -� 5 a) m m ¢ O w O W S D r n M1 - r n S Q N IiYV N f0 1[> P+- 49 f0 WN cc m r 9 N H N N N N N N N w N N N N N w N N N N I J O O b z 0 F w a O U � a N J O N a 0 z LU T d) °' w J O U a L) q Z 0 s a� T Z _j a o d fq g o J hS O' D J o � m 0 rr V O m o O O z CL pp p ° F F < z Z z 0 Z z z z z 0 o O o g z Co g 0. w 0 J ~ O � °� - a S a X p IL a aa. a 0 W O 0 p U_ qO W `� h 8 °° ~ m U p O ry J Q} p a� U 9 Ti G N V E ICJ N t+J N N W X O? N x X 6 X X X O N pX pX XQ X W a W U2X o om a o 0 N 0 ir N N N U N a N N N N N N N N In Ci in w > a J p U a J O O LL t7 UO m a 4 Z m J O 0 w K N g o R S U pJ d! Q J S W _j pU U N G. = a U Z . . N = 2 xW O < Z O = O a S U N a = W Z (3 1 Q `A 1 0 0 O w U o a 0 w ¢ _ .¢ w ro z0 'a' j W, 0. U M. N I- 7" f"Xg N 7 <( O -A apxx s,� F'C- D w i- 0 [S' 2 Z z j a CO'! p N N N C�V N N N N•,., N N N N. N N .(+� 'N N N 8i0 /ci0 6J ONI,dvovN 1Lh036 M9 1 if @d 39'81 oioz /zc0/11 k 0 }0 S& ) E LW & / i \ . j \ ƒ / \ m z \ \ L) § ( ) n . @ < E /)<k u \ ou § !k3) u c ; G \ k CL k a k / d ( ° 0 / @ \ \ \ ) § o ui § ° ) \ § [ { G @ \ 2 } ! J ƒ $ \ t £ o ! < @ ; § ( 0 \ ± E a G \ e zoom ; ' ( o o ) 6 ) ) § / E R § § * ) ƒ \ i \ k ƒ ! \ E \ ! j \ 3 \ j \ \ ( ° 0 / @ \ \ \ ) § o ui § ° ) \ § [ { G @ \ 2 } ! J ƒ $ \ t £ o ! < @ ; § ( 0 \ ± E a G \ e zoom BIDDER: Morillo Construction, Inc. 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) ['Duplicate Next 2 Pages if needed for listing additional subcontractors. "] Name and Location of Subcontractor Description of Work to be Subcontracted Name: ow /) Address N� Name and Location Description of Work of Subcontractor to be Subcontracted Name: r Address Name and Location Description of Work of Subcontractor to be Subcontracted ww TtO/ no? appa - Name: Address:C A Name and Location Description of Work of Subcontractor to be Subcontracted L\wteA Name:,�e Address: S\NyM"il dks . CN Name and Location Description of Work of Subcontractor to be Subcontracted Name: i-`;Atreat F,Gvri n, Address: 2.0 REFERENCES FOR BIDDER (Duplicate page as needed) BIDDER: Morillo Construction, Inc. 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; 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, ordivulged 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. SP6tLire Antoine B. Morillo Typed or Printed Name PResident Title Morillo Construction, Inc. Bidder Subscribed and sworn before me This day of , 20 (Seal) Ze a. a&AC 'd Tura L Notary Public in and for the State of California My Commission Expires: Fi California f Los Angeles ed and sworn.to (or affirmed) before me on this 27th ctober Zp10 by Antoine B. Morillo proved to me on the basis of.satisfactory evidence to be the perspn(s) who.appeared before me. BARBARA HAD Commission '# 1781274 -® Notary Public • California Los Angeles County MyComm. Expires Dec 7, 2011 (Seal) Signature.