Loading...
PALP dba excel Paving Companye :91: ,; W a Tk : . e ¢ T i TABLE OF CONTENTS RM IMMA SECTION 1 BID SCHEDULE... ............................................ ................................. _ .... ............. 1 SECTION 2 BID DATA FORMS.... ....... ................... ................................................. ................ 5 2.A BID BOND ................................................................................. ............................... 6 2.13 LIST OF PROPOSED SUBCONTRACTORS.. ......................................... ............. 7 SECTION 3 NON - COLLUSION AFFIDAVIT .............................................. ............................... 10 CBF -15 um BIDDER: BID SCHEDULE SCHEDULE OF PRICES FOR WALNUT GROVE AVENUE RESURFACING PROJECT PROJECT No. P84329 BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical provisions TP -2, TP -3 & TP -4. LAIA 100 , 03- 2 Disposal of Waste Materials. LS 1 e 3 Cold mill 2.5- inches thick existing SF 462,580 pavement. 01A 6� tq 4 Construct 1.5 inches thick TONS 4,350 pavement overlay ARHM -GG -C (PG 64 -16) as indicated on the plans. ®�i oi 0o -j. 5 Construct 1.0 inches thick TONS 2,900 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the plans. 6 Remove 6- inches of existing SF 160 pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base 5, Course over compacted native. 5 e 7 Remove, Dispose and Construct SF 6,025 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. 5 , �0 32 S 8 Remove, Dispose and Construct SF 434 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. ®% �✓ 9 Remove, Dispose and Construct LF 93 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan 120 -2. ,66 10 Remove, Dispose and Construct LF 20 8- inches PCC Curb Only per SPPWC Std. Plan 120 -2. CBF -2 BIDDER: E X C rc L PON I ° N' S C 0RAP M t T OTAL D i i Dollar amount in written form CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 10 PCC Curb Ramps per SPPWC Std. Plan 111-4. 12 Remove, Dispose and Construct LF 100 PCC 6- Inches PCC Curb and 6- Inches PCC Gutter per SPPWC Std. Plan 120 -2. 0S- , 13 Remove, Dispose and Construct SF 200 PCC Alley Intersection per SPPWC Std. Plan 130 -2. LA OW 14 Adjust Sewer Manhole to Grade EA 30 per APWA Std. Plan 205 -1 and 206 -1. 15 Adjust Water Valve /Gas Valve to EA 82 Grade. 2�S" ° 21`130 16 Install Survey Well Monument EA 9 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 2 17 Install Traffic Striping, Traffic LS 1 Signal Loops including DLC cable, Pullboxes, rigid cable, and Pavement Markers per sheets 6, 7, 8, & 9 of the Striping Plans and Specifications Complete. k JS — t J Y000, __ 18 Prepare a Storm Water Pollution LS 1 Prevention Plan (SWPPP) J Q 19 Paint Home Addresses (Curb EA 200 Numbering) ((o , 3100 t T OTAL D i i Dollar amount in written form CBF -3 tlFqj o PUV�.D BIDDER: nA ALTERNATE BID ITEM 1 TOTAL ALTERNATE BID # 1 PRICE ALTERNATE BID ITEM 2 BID PRICE): NO. ITEM DESCRIPTION UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 20 Construct Landscape and Irrigation on the median along Rush Avenue as indicated on the Plans and Specifications Complete on sheets 11, 12 and 13. LS 1 TOTAL ALTERNATE BID # 1 PRICE ALTERNATE BID ITEM 2 BID PRICE): NO. ITEM DESCRIPTION .UNIT OF MEASUR E EST. QTY. UNIT PRICE ITEM COST 21 Remove, Dispose and Construct Colored PCC Cross Walk (Chromix) with Lithochrome Colorhardener on top per Plans and Specifications on Exhibit "A" Complete per LM Scofield Company or Approved Equal. Contact person Bruce Umeek 818- 324 -3534. SF 14,652 i TOTAL ALTERNATE 1 Dollar amount in written 2 PRICE (SCHEDULE BID PRICE): $ (Q� TWO \i*4v � m /kIis. a /,� 0 10 TOTAL AMOUNT INCLUDING BASE PRICE AND ALTERNATES: $ mi l L Dollar amount in written form WAff CBF -4 Dollar amount in written form ALV h U B ,� ax`s BIDDER: ftmfrw^ -� f tag , Yj Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. 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 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. Attached hereto is a certified check, a cashier's check or a bic bond in the amount of ':TE PERCENT OF A RM �) 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 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 of five hundred dollars ($500.00) if project is not completed in forty -five (45) calendar days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed 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. l� PAX INC1f BIDDER: ELfc R, ?y €i @It`!si mmm-Aw 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. NQ 0 BIDDER: r g� Signature � )SVrT Type or Print Name Title :2230 LEMON AVENUE LONG DEACii, CA 90806 Business Street Address City, State and Zip Code ;362)699.5841 Telephone Number Bidder's /Contractor's State of Incorporation: rAL FORMA Partners or Joint Venturers: Bidder's License Number(s): STATER,tr Sggegtd - ,9. , 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 -7 PAM ICa BIDDER: ",I j pffi Rr� COVE W SECTI BID DATA • PALP Inc. On BIDDER: Excel Paving 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 are properly identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT PALP Inc. doe Excel Paving Company as Principal, and Federal Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of the total amount of the bid ($ 10% ) , being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Walnut Grove Avenue Resurfacing Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated May 18, 2011 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 11th day of May 20 PALP Inc. dba Excel Paving Company (SEAL) Federal Insurance Company (SEAL) Principal Sur p <' �� -� By: i X J By: Signature t ttnCy ignature Timothy D. Rapp C ` Attorney in Fact 0 R`" I!)EPlT CBF -9 ACKNOWLEDGMENT State of California County of Orange On 05/11/2011 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Timothy D. Rapp who proved to me on the basis of satisfactory evidence to be the personw whose name4g) WPM subscribed to the within instrument and acknowledged to me that he /ska/tbeq executed the same in his /4er /their authorized capacity(*), and that by his /har /th& signature(e) on the instrument the person(s), or the entity upon behalf of which the persona) 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 °° DEBFtA SWANSON �'`a n� °^ COhiNI. #1822117 � ® NOThRY PUBLICCI�.IFORNIA � " OF2ANGE COUNTY � � ° My Caron. Fxpr¢s NOV 10, 2012 Signature (Seal) KI Chubb POWER Feaeral Insurance company Attn: surety Department OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, and PACIFIC INDEMNITY COMPANY, a Wisconsin corporation, .do each hereb constitute and appoint Linda D. Coats, Matthew J. Coats, Douglas A. Rapp and Timothy D. Rapp of Laguna Hills, California —�—M— each as their true and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed In the course of business, and any Instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations. In WRneae Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of November, 2009. l� ,r g r_ L 26 zP /_ Kenneth Cpl Wendel, Assistant Secretary Nortis, Jr., Vice P,rpa6 ant STATE OF NEW JERSEY ss. County of Somerset On this 16th day of November, 2009 before me, a Notary Publicof New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companles which executed the foregoing Pourer of Attorney, and the said Kenneth C. Wendel, being by me duly swum, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNIT COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- taws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority, and that he Is acquainted with David B. Norris, Jr., and knows him to be Vice President of said Companies; and that the signature of David B. Norris, Jr -, subscribed to said Power of Attorney Is in the genuine handwriting of David B. Norris, Jr., and was thereto subscribed by authority of said By. Laws and In deponents presence. Notarial Seat KATHERINE J. ADEIAAR NOTARY PUBLIC OF NEW JERSEY D FEDERAL on f . Jul Cammiaaion p uly 16, 2014 Notary Public CERTIFICATION Extract from the Sy- Laws of INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "All powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President, jointly with the Secretary or an Assistant Secretary, under their respective designations. The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Vice President, any Asslamnt Vice President, any Secretary, any Assistant Secretary and me seal of the Company may be affixed by facsimile to any power of abomey or to any - certificate relating thereto appointing Assistant Secretaries or Ahomeys- in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such pourer so executed and certified by such facsimile signature and facaimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached:' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the "Companies") do hereby canify that (1) the foregoing extract of the By- Laws of the Companies Is true and correct, (u) the Companies are duty licensed and authorized to transact surety business In all 50 of the United Slates W America and the Distinct of Columbia and are authorized by the U.S. Treasury Department further, Federal and Vigilant are licensed in Puerto Rico and the U.S- Virgin Islands, and Federal is licensed In American Samoa, Guam, and each of the Provinces of Canada except Prince Edward Island; and (III) the foregoing Power of Attorney Is We, correct and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this May 11 , 2011 7 i = a'aMNP • r aM e 'rIW YJPf'+ It/ �i/r /Nr/ -Ln.VViJ/IgAJA Kenneth C. Wendel; Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 - 3493 Fax (908) 903- 3656 e -mail: suretynchubb com Form 15.10- 02258- U (Ed. 5.03) CONSENT 110WX 1 1' State of California County of Los Angeles On MAY 1 D 2011 before me, C Phillips Notary Public (Here nowt none end nee of the officer) personally appeared C.P. who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is6MRsubscribed to the within instrument and acknowledged to me that hehkaffiUM executed the same in his&tezWmir authorized capacity(ies), and that by his&*�frsignature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. . I certify tender PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. COUNTY ......... OU C PHII LIPS COMM 81809758 10 SS my hand and official seal . � L O S A " ;tsnfornla WITNE "a. YY, � L(!� /tNCEL ks NTY � i+F`', hl, L Upuuw Aing 4 t6 2012 i (Notary Sap Signature otny Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or desc iptim of anwhed dotnmwot) (Title or deserlpaoa of atmehed document continued) Number of Pages _ Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNER ❑ Individual, (s) ❑ Corporate Officer (Tide) O Partner(s) ❑ Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM dray ocMowledgnwm completed in Calftornia roust cowain verbiage a MtdY be appears abort it the nowy secwon or o tepamir, aeknowfedgrnnd form property completed and atfacked to that doarnem. The oily e+eePndn Is V a docvnen( is to U recorded outside ofCalrforWa fn each irmmoa, My alfer"Odw ackwar w io n nee require the nalary too pri o J melN g rho/ gat Jor notary Calf ibe a ih.e. ornyying else aolhorteed aspaciy of the +Ignn). Please dock she daaonant ear(fd(J6r pr9xr not O Wt wording and attach dial form ((required • State and j;gaW information must be the State and county whose the document sillei pe appeared before the notary public for wknowledgmtnl. • Date of notarization mint be the date that the signers) Personally appeared which moat also be the sumo date the acknowiedpneat to completed. • The nobly public must print ids or her aunt u it appears within his or her conuniasion followed by a comma said Hen your title (notuY public • Rapt We narne(s) of document signWs) who personally appear at the time of notarization. • Indicate the sorted singulu or plural forms by crossing off incorrect forms (i.e. Widielthapr is /are) or circling the corttcl forms. Fait"' to correctly indicate this information may lead to mjwion of document recording: • The notary sal impression must be clew and phoogriphfcally reproducible. Impression most not cover " or lines. If stet impression smut rase If a sufficient area permits, otherwise complete a different uckenew form • Si of taw notary public must match the signature on file with the office of the county clerk. 4- Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different docurri Indicate title or type of attached docurrrenl, number of pages and date. 4 Indicate the capacity claimed by the signer. If the claimed opacity is a wrporero officer, indicate the doe (i c. CEO, CFO, Secretary). Securely attach this document to the signed document 2008 Version CAPA vl2.10.07 800 -871 -9865 wrvw.NomryClasses cmn PM,? IMMA BIDDER: EXCEL. f MRIG COMPARI 2.113 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. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. MansIs, FIB INUBA EXCEL. €AMID C uPAkM 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ Next 2 Pages if needed for listing additional subcontractors. - ] Name and Location Description of Work of Subcontractor to be Subcontracted Name: nnayr l0® P k Address t. IN Name and Location Description of Work of Subcontractor to be Subcontracted Name: 'Tj'c' LTY00 iwAS d FTU L Address yN�,�� P r k w& Gk �®Q Name and Location Description of Work of Subco to be Subcontracted Name: �yl�eN ' PaV �.VlaA51 iN A V� Address 5It2 rtss Class Cv 0, 60D Name and Location of Subcontractor J. Addr •f L r ! Description of Work to be Subcontracted U4 sv+c � - i6. CBF -11 F" jj'�j�ABA ( "jTH, PIMUIERG MMAf NPI ffl 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: Name and Address of Owner \(kA- 4 F ow atgq ®101 Y Name and telephone number of person familiar with project \'SM I!M (� IA L W �1►1 Contract amount Tvoe of Work r)atp Cmmnlafari 2. 3. — %bffi1 Name and Na a and person ID a Name and telephone number of person familiar with project 1 iAll �fl b 0A,(bAkA a6AO 0,U 1 �1 amount CBF -12 Name and telephone number of person � familia r with / project ° Sk Contract amount Type of ork Date Completed BIDDER: —W L49MA crl Pmvw pasi cod mimy SECTI N ON-COLLUSION AFFDA CBF -13 M BIDDER. EXCE.. PAYRIING CORMA ' 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, 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 1 1 {�1, <pMl its i�r s.g v�f;,r i'1 Typed or Printed Name Subscribed and sworn b�'�e1011 This _ day of — 0* Notary Public in n for the State of Cali fo is Title u�afi, I WK , Bidder 20_ (Seal) My Commission Expires: 2)4^ 12 — ` tr W-JAC i , 0 MAWS, c9MM +�1R0�i'r ., Notary RupllPfiflll $,F[}"�a s Mrfo �ires�y� � -�8k3