Loading...
Bannaoun Engineers Construction Corp.BIDDER: CBF -1 B e BID SCHEDULE SCHEDULE OF PRICES FOR WALNUT GROVE AVENUE RESURFACING PROJECT PROJECT No. P84329 U 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. 2 Disposal of Waste Materials. LS 1 l® s ®D° ® ®/ soo— 3 Cold mill 2.5- inches thick existing SF 462,580 pavement. 4 Construct 1.5 inches thick TONS 4,350 o „® pavement overlay ARHM -GG -C p� (PG 64 -16) as indicated on the plans. 5 Construct 1.0 inches thick Asphaltic Leveling course D1 TONS 2,900 m (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 Course over compacted native- 7 Remove, Dispose and Construct SF 6,025 4- inches thick PCC Sidewalk per ��� 7®Z� SPPWC Std. Plan 113 -1. 8 Remove, Dispose and Construct SF 434 PCC Driveway Approaches per 6 �� 6 ' SPPWC Std. Plan 110 -2. 9 Remove, Dispose and Construct LF 93 00 8- inches Curb and 24- inches f ® 3,-7,7 0® Gutter per SPPWC Std. Plan 120 -2. 10 Remove, Dispose and Construct LF 20 00 o� ®� 8- inches PCC Curb Only per s®- SPPWC Std. Plan 120 -2. CBF -2 ' Ma 1 _ S® TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Z S, I amount in written form N11W UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 10 0 ' �� 360 /3 S()0— PCC Curb Ramps per SPPWC Std. Plan 111-4. 12 Remove, Dispose and Construct LF 100 OD na PCC 6- Inches PCC Curb and 6- 0,5— 2/ soc Inches PCC Gutter per SPPWC Std. Plan 120 -2. 13 Remove, Dispose and Construct SF 200 PCC Alley Intersection per SPPWC Std. Plan 130 -2. 14 Adjust Sewer Manhole to Grade EA 30 00 ® 0 e per APWA Std. Plan 205 -1 and / 206 -1. 15 Adjust Water Valve /Gas Valve to EA 82 6?� Grade. 16 Install Survey Well Monument EA 9 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 ®® �o �5cd Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 17 Install Traffic Striping, Traffic LS 1 ®" Signal Loops including DLC cable, Pullboxes, rigid cable, and //7 Pavement Markers per sheets 6, 7, 8, & 9 of the Striping Plans and Specifications Complete. 18 Prepare a Storm Water Pollution LS 1 &V no ° Prevention Plan (SWPPP) e 19 Paint Home Addresses (Curb EA 200 �® as �r - Numbering) _ S® TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Z S, I amount in written form N11W ALTERNATE BID ITEM 1 de TOTAL ALTERNATE BID # 1 PRICE (SCHEDULE BID PRICE): $ 76 ®C3 Dollar amount in written form ALTERNATE BID ITEM 2 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 09 Plans and Specifications Complete 7 on sheets 11, 12 and 13. LS 1 de TOTAL ALTERNATE BID # 1 PRICE (SCHEDULE BID PRICE): $ 76 ®C3 Dollar amount in written form ALTERNATE BID ITEM 2 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 Umeck 818- C ® 324 -3534. SF 14,652 �fl TOTAL ALTERNATE BID # 2 PRICE (SCHEDULE BID PRICE): $ H& ®nom 9�� �, .�s �; A 017'e- �p�� � s Dollar amount in written form 70 TOTAL AMOUNT INCLUDING BASE PRICE AND ALTERNATES: $ 1"1ZL a all `71w moo.. Dollar amount in written form CBF -4 BIDDER: 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 bid bond in the amount of ' ?3DOD Dollars ($ 109v said amount being not less than ten percent (10 %a) 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. CBF -5 BIDDER: czj 'D , The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. AZ O C 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 -6 BIDDER: C (( e By: Signature ( DfAkE- �Rlc»F Type or Print Name Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: 9VIH AJ Business Street Address Cf3 0 1311 City, State and Zip Code 1 %. "11J 17Oy0 Telephone Number N Bidder's License Number(s): � z; 0 L- C� R. 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 C "mr - r 0\J , CPL kfbur i9 1/ 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. olp 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 ZANMAo�N ZN6w--s�(0' BIDDER: C (�1 SECTION 2 1 DATA FOR IM -4 CALIFORNIA ALL -MC R ® ACI NOWL G ENT 6 State of California Nr County of SAN DIEGO ) OPTIONAL SECTION mimn CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to On 51 3/2011 till In the data below, doing so ma before me, — DEBORAH D. DAVIS, NOTARY PUBLIC invaluable to persons relying on the document, Personally appeared ❑ INDIVIDUAL MARK D. IATAROLA El CORPORATEOFFICER(S) Who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the within instrument and acknowledged ❑ PARTNER(S) LIMITED to me that he /she /they executed the same in his /her/ ❑ their authorized capacity(ies), and that by his /her /their GENERAL li` o y � dEBORAhI U. UAVIS I I�ature(s) on the instrument the erson(s), or the emit 0 ATTORNEY -IN -FACT ° >; pp dt �, CGMM. #7929g7g _P n behalf of which the persons) acted, executed the 0 TRUSTEE(S) .F_q ° , p�� }n NOTARY P U 641 CCALIFORNIA �strument. r sANOIFOOCOUrvry N ❑ ';� MY Comm. Exp. gpglL 21 2075 certify under PENALTY OF PERJURY under the laws of OTHER: _ he State of California that the fore oin true and correct. g 9 paragraph is Though the data requested here is w NUMBER OF PAGES it could Prevent fraudulent reatt e Is not nDt i reg of this form. SIGNER(S) OTHER THAN N DATE OF DOCUMENT I BANNAOUN ENGINEERS BIDDER:. CONSTRUCTORS CORPORATI 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 necessaryto 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 BANNAOUN. ENGINEERS CONSTRUCTORS CORPORATION ,as Principal, and, FTRgT NATIONAL INSURANCE COMPANY OF AMERICA , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF GREATER AMOUNT BID ---------------- - - - - -- ) , being not less than ten percent (10 %) of the Total Bid Price; forthe 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 -44 A - 4 Yof lYkuy 201 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 13TH day of_ BANNAOUN ENGINEERS CONSTRUCTORS CORPORATION (SEAL) Principal By: Y \ Signature 0 MAY . 20 .11 FIRST NATIONAL INSURANCE C OMPANY OF AMERICA (SEAL) Surety Signature MARK D. IATAROLA, ATTORNEY -IN -FACT CBF -9 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 4260526 This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent - herein stated... FIRST NATIONAL INSURANCE COMPANY OF AMERICA SEATTLE, WASHINGTON. POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That First National Insurance Company of America (the "Company "), a Washington stock insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint. JOHN G. MALONEY, HELEN MALONEY, MARK D. IATAROLA, DEBORAH D. DAVIS, MATTHEW C. GAYNOR, ALL OF THE CITY OF ESCONDIDO, STATE OF CALIFORNIA ......... ......... ........ ......... ......... each individually if there be more than one named, its true and lawful attorney -in -fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, . any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding TWENTY FIVE MILLION AND 00 /100 * * * * * * * * * * * ** DOLLARS ($ 25, 000, 000.00 * * * * * * * * * * * * * * * * * * * * * * * *) each, and the execution of such undertakings, bonds; recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own . proper persons. That this power is made and executed pursuant to and by authority of the following By -law and Authorization: f= ARTICLE IV - Execution of Contracts: Section 12. Surety Bonds and Undertakings. H C Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject to such limitations Q, as the Chairman or the President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, e Z execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -� y fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Corporation by their signature and .0 Q = executed, such instruments shall be as binding as if signed by the president and attested by the secretary. to By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attorneys-in-fact: c s —0 d rn Pursuant to Article IV, Section 12 of the By -laws, Garnet W. Elliott, Assistant Secretary of First National Insurance Company of America, is authorized rid to appoint such attorneys -in -fact as may be necessary to act in behalf of the Corporation to make, execute, seal, acknowledge and deliver as surety >.W p @ ` any and all undertakings, bonds, recognizances and other surety obligations. c £ -a > That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. M .23 v IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of NM o d First National Insurance Company of America has been affixed thereto in Plymouth Meeting, Pennsylvania this 30th day of November 0-0 2010 3 m ti0 p d „;,,,_ FIRST NATIONAL INSURANCE COMPANY OF AMERICA a m Y C !0 won y �'t N � L Si `� T�, `�� � Qr N z 4k.t J 7 By ' .. 19- -ri- w-•�7l fi+�- S�(� .� I =sae - ,/ Garnet W. Elliott, Assistant Secretary 0 m V+' COMMONWEALTH OF PENNSYLVANIA ss "a:a�,�`d E C COUNTY OF MONTGOMERY a ai w On this 30th day of -.. November 2010 before me, a Notary Public, personally came Garnet W. Elliott to me known, and > 0 acknowledged that he is an Assistant Secretary of First National Insurance Company of America; that he knows the seal of said corporation; and that he t a CI executed the above. Power of Attorney and affixed the corporate seal of First National Insurance Company of America thereto with the authority and at the " e00 Y m direction of said corporation. E Z 0 IN TESTIMONY WHEREOF vgz to subscribed my name and affixed my notarial seal at Plymouth Meeting Pennsylvania, on the day and year = p first above written. ✓ ,'� /h o S3tl4Y �� 4-P rona, eat �lGe� r0 Ifd Uq R� .� 7ervc m By I" °2 013 Teresa Pastella, Notar Public CERTIFICATE: OF ;110T, "' ax,yrns t ar 2u za-s Y Merbm, mn.s }leave. AR.;,.O'1MNOha nTS 1',: the undersigned, Ass rat National Insurance Company of America, do hereby certify that the original power of attorney of which the foregoing is a full; tru 8 r y, is in full force and effect on the date of this certificate; and f do further certify that the officer or official who executed the said power of a is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys -in -fact as provided in Article IV, Section 12 of the By -laws of First National Insurance Company of America. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of First National Insurance Company of America at a meeting duly called and held on the 18th day of September, 2009. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon acertified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my na 'zed the corporate seal of the said company, this,_ yday of MAY 201 � �a*,q, c� raze i� By r David M. Carey, Assistant Secretary BIDDER: C IVWL; 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, 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. CBF -10 rjft0jrJ L�610o+.s BIDDER: COQ �� �L� S ( D�e 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subwntractors.•'] Name and Location Description of Work of Subcontractor to be Subcontracted i mPtG� r r j +eg 1Poltves Name: A 8 -e, Can s /t ikEJu� t Address: Gorroe�ea, CA gZ$78 Name and Location of Subcontractor Description of Work to be Subcontracted s, I Name: Address 4 ® 6 , Ge,ry * ays� ���8 Name and Location of Subcontractor Name: La '. t r f Iii Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted rrt�✓ er ory Z Description of Work to be Subcontracted p/c, , CBF -11 BIDDER: CJl 7ZJL� CO" 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: �y CF U)s ,-�n36 Q--R 1 a2CM�)OT A.Jr r/A Cha ? -Z and Address of Owner IMMV 3 I'� 3 .Liv1 U a I Name and telephone number of person familiar with project 2. _ L ®® POf I eJ S7QZ� i . Hur�D'f1�3�, iJ-) b Name and Address of Owner Name and telephone number of person familiar with project amount 1 Date Completed FtiA�/ 2 \� Date Completed I.YV, C_Ar Q0 Name and Address of Owner �kA 5-3 J Cz, H I Nm I o . � SJ . 1 to ®-,�) bc I� I Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CI� cc) 1;:7 (—A VJZ�Q- 4. I� I�� M�, _� � ��►� e q �,u4 Name and Address of Owner C,�N' tlo Ci 56m ti Name ar Contract number of person familiar with 5I Qom'( t 1M Type of Work Type of Work '7R1b; L.. Z C? I o Date Completed CBF -12 DD 11 r • SECTION 3 N ON-COLLUSION AFF CBF -13 BIDDER: �JiQ��JQ� Ccf 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 C> -kq, Typed or Printed Name T itle C^.N5 1 C3" Bidder Subs bed and sworn, J� yre me This day of My , 201 1 "kW; " (Y , --K Notary Public in and for the State of California My Commission Expires Fd>2z�\2, (Seal) M" "!!Kffal TTI ?IA - -,a. CBF -14 BANNAOUN ETIGIKEERS00NMLCT0RS Corporation GaEanLEN NEER"GCorvrRncToFzs GEq@RA_E3unmGCoHmacroRs CoNsuLlmGEnkamzs License* A, B, 827829 10 May 2011 City of Rosemead Department of Public Works 8838 East Valley Blvd. Rosemead, CA 91770 To Whom It May Concern: anwmmrx A Tradition of Excellence in Design and Construction RE: Walnut Grove Avenue Resurfacing Project Project # P84329 9614 Cozycroft Avenue Chatsworth, CA 91311 Tel: 818.999.0394 Fax: 818.999.0395 In accordance with this proposal for the above mentioned project, Bannaoun Engineers Constructors Corporation, is driven to stand by and willing in a good faith effort to offer and to utilize Disadvantaged /Underutilized Minority Business Enterprises not just to meet but even exceed business standards and local and federal goals as well as the incorporation of any new qualified colleagues that fall under Section 3 criteria. Also, Bannaoun Engineers Constructors Corporation is a qualified Small Business and is certified with the State of California. Please be aware that any additional required documentation and information, for subcontractors as well as our company will be provided as soon as requested. Please feel free to contact us as soon as the apparent lowest bidder is established in order to complete the needed and necessary documentation to follow through with the award process. As always, Bannaoun Engineers Constructors Corporation is looking forward to work with your agency very soon with the above mentioned project or any project in the near future. Sincerely, r Omar Maloof Bannaoun Engineers Constructors Corporation