Loading...
EBS General EngineeringCITY OF ROSEMEAD RESIDENTIAL STREETS RESURFACING PROJECT PROJECT No. 21003 BIDDER: EBS GENERAL ENGINEERING, INC CONTRACT BID FORMS SECTION 1 BID SCHEDULE.... ......... 1 SECTION2 BID DATA FORMS ................................................................... ............................... 5 2ABID BOND ................................................................................. ............................... 6 2.B LIST OF PROPOSED SUBCONTRACTORS .......................... ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT ................................................ .............................10 CBF -15 BIDDER: EBS GENE ENGINEERING, INC SECTION 1- BID SCHEDULE CBF -7 BIDDER: EBS GENERAL ENGINEERING, INC BID SCHEDULE SCHEDULE OF PRICES FOR RESIDENTIAL STREETS RESURFACING PROJECT PROJECT No. 21003 BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and specifications. See technical LS 1 yy�'� 7 3 ) provisions TP -2, TP -3 & TP-4. l o t-V 2 Disposal of Waste Materials. LS 1 3 Coll mill 2.0-inches thick existing SF 533,020 3 pavement. 4 Construct 1.5 inches thick TONS 5,000 pavement overlay ARHM -GG-C (PG 6416) as indicated on the C 85, U plans. 00 / �� 0•� 5 Construct .6�lnches thick TONS 1,788 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the U plans. 1 1 , 00 6 Remove 6- inches of existing SF 7,200 pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base Course over compacted native. (/ a 3 Ov 7 Remove, Dispose and Construct SF 12,942 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. l� W V 7/ 0 L) v 8 Remove, Dispose and Construct SF 2,500 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. J �S JS ( 26 / 1� 9 Remove, Dispose and Construct LF 533 84nches Curb and 24- inches Gutter per SPPWC Std. Plan Q� 120 -2. V, v V �5 . 10 Remove, Dispose and Construct LF 100 PCC Cross Gutter per SPPWC Std. Plan 123 -2. O, 1 lGoO. CBF -2 BIDDER: EBS GENERAL ENGINEERING, INC TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 9 Y) , 030, do fe- J Dollar amount In wntion form C „_ 15 CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 22 i �yUq- PCC Curb Ramps per SPPWC Std. Plan 111-4. /��(/U q � v 1 � 6V,&- 12 Adjust Sewer Manhole to Grade EA 94 per APWA Std. Plan 205-1 and 206-1. ` 13 Adjust Water Valve/Gas Valve to EA 84 S / (� •Q Grade. 'o 14 Install Survey Well Monument EA 27 per City of Rosemead Std. Plan S08 -001. See Secflon 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve 8 Dome will be provided by the City at no cost). DQ 0 1 15 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans and Specifications Complete. 16 Prepare a Storm Water Pollution LS 1 Prevention Plan (SWPPP) C)o 17 Paint Home Addresses (Curb EA 600 Numbering). 5 0 18 Install Truncated Domes Onty FA 8 yellow color by Amorcast or Approved Equal. X, 6 00, TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 9 Y) , 030, do fe- J Dollar amount In wntion form C „_ 15 CBF -3 BIDDER: EBS GENERAL ENGINEERING, INC ALTERNATE BID ITEM No. 1 MUSCATEL AVENUE FROM RA E. CBF -4 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 19 Clearing & Grubbing per plans LS 1 and specifications. See technical provisions TP -2, TP -3 & TP -4. 20 Cold mill 2.0- inches thick existing SF 74,160 6 S pavement ' // 21 Construct 1.5 inches thick TONS 700 pavement overlay ARHM -GG-C (PG 64 -16) as indicated on the plans. S,00 22 Cons Inches thick TONS 232 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the //,, �� V plans. (aa r 00 C] 23 Remove, Dispose and Constrict SF 3,318 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. V SD0 �J 24 Remove, Dispose and Construct SF 5th PCC Driveway Approaches per SPPWC Std. Plan 110-2. (p J J 25 Remove, Dispose and Construct EA 9 PCC Curb Ramps per SPPWC Std. Plan 111-4. vvll 26 Adjust Sewer Manhole to Grade EA 6 per APWA Std. Plan 205-1 and 206-1. Q / t' 27 Adjust Water VaIveJGas Valve to E4 6 Grade. vv 00 28 Install Survey Well Monument EA 5 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). 3 29 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans and Specifications Complete. 7r� 00 OLi CBF -4 BIDDER: EBS GE N E RA L ENG INEERING. INC TOTAL ALTERNATE BID PRICE No. 1 amount in written form ALTERNATE BID ITEM No. 2 TREE PLANTING -4- (SCHEDULE BID PRICE):$ 43 3t� E,v3S 1 I UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 30 Install Truncated Domes Only EA Z 1 yellow color by Amorcast or ?(] p,Lk, J) Approved Approved Equal. ) W TOTAL ALTERNATE BID PRICE No. 1 amount in written form ALTERNATE BID ITEM No. 2 TREE PLANTING -4- (SCHEDULE BID PRICE):$ 43 3t� E,v3S 1 I "A TOTAL ALTERNATE BID PRICE No. 2 (SCHEDULE BID PRICE):; / D2 yOOr (u TOTAL BASE 3 ALTERNATE BID PRICE Dollar form Note: The City of Rosemead reserves the right to reduce or increase the schedule of bid items above, within the limits define in Section Specifications, to stay within the budgeted amount of this project. y Y- WOO Icws 4- Jv>� the quantities of any items in G��S, 32.2.1 of the Standard 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 H any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project CBF -5 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 31 Install 24 -Inch Box Parkway Tree EA 200 1 'Chinese Pistache" including 00- days maintenance period and tree wells. "A TOTAL ALTERNATE BID PRICE No. 2 (SCHEDULE BID PRICE):; / D2 yOOr (u TOTAL BASE 3 ALTERNATE BID PRICE Dollar form Note: The City of Rosemead reserves the right to reduce or increase the schedule of bid items above, within the limits define in Section Specifications, to stay within the budgeted amount of this project. y Y- WOO Icws 4- Jv>� the quantities of any items in G��S, 32.2.1 of the Standard 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 H any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project CBF -5 BIDDER: EBS GENERAL ENGINEERING, INC 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 govem. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of 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 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. t (Dated 03/19/12) 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 By: Signature JOSEPH A. NANCI Type or Print Name PRESIDENT, SECRETARY, TREASURER Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: Bidders License Number(s): 72001 A NOTES: BIDDER: EBS GENERAL ENGINEERING, INC 1320 E. SIXTH STREET, SUITE 100 Business Street Address CORONA, CA 92879 City, State and Zip Code 951- 279 -6869 Telephone Number CALIFORNIA 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 farther 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 BIDDER: EBS GENERAL ENGINEERING, INC SECTION 2 BID DATA FORMS PREMIUM: NIL BIDDER: EBS GENERAL ENGINEERING, 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. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT EBS GENERAL ENGINEERING, INC. ,as Principal, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND , 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 ($ t 0I ) , 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 Residential Streets Resurfacing Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated MARCH 21, 2012 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 19TH day of MARCH , 20 12 . FIDELITY AND DEPOSIT EBS GENERAL ENG Z`ERIN INC. (SEAL) COMPANY OF MARYLAND (SEAL) Principal Surety By: By: SignatureJ0�p1 Ngru- {+e.5ICJe0f Signa ure RICHARD A. COON, ATTORNEY -IN -FACT CBF -9 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Riverside On 03-19 -2012 personally appeared before me, Jessica Navarro, Notary Public (Here inset taros and titk of the oftka) Joseph Nanci 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 to me that he/she/they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. .I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. VATNESS my r:re and els - Sigyfifo,dr Notary Pub JESSICA NAVARRO Commission 1 1861014 _ Notsry4ublic - California Riverside County (Nomry Seal Comm. Es Ins 13. 2017 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Tide or description ofstmehed document) (Title or descripbon ofamched document continued) Number of Pages _ Document Daze -- (Additional information) CAPACITY CLAIlvXD BY THE SIGNER ❑ Individual (6) ❑ Corporate Officer Mtk) ❑ Partner(s) ❑ Attomoy -in -Fad ❑ Tnut*s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any ackwriedgmenr completed In California marl contam verbiage emtuly a: appeorr above In the notary section or a sepamte acknowledgment form mart be properly completed and tmadted m rha documem. The only aceprwit is of a document Is to be recorded outride of California. In such inmmca, any alternative oclmmvledgnnent verbiage or may be Premed on such a document .m long as the verbiage doer not require the normy to do ramethng that a illegal for a notary in California (Le. cenlfying the midwrised capacity of the sigma). Phea,e deck the document carefully for proper mla4al wordrngand attach thuform frerryired • Sate and County information must be the Slate and County where the document signer(s) personally appeared before the notary public for acknowledgment • Date of notarized on must be the dam that the signer(s) personally appeared which must also be the same date the acknowledgment's completed • The notary public matt print his or her name as it appears within his or her ammssion followed by a comma and then your tide (notary public). • Print the ro me(s) of document signe(s) who personally appear at the time of notsrnanon. • Indicate dm cone t. singular or plural forms by crossing off incorrect forms (Le. Wshehbey, is /era) or circling the contact forms. Failure to comt dy indicate this infomution may lead to rejection of document recording. • The notary seal impression must be clear and phomgiphially reproducible. Impression must not eova tern or lines. If seal impression smudges, mseal if a sufficient sues permits, otherwise complete a different acknowledgment farm. • Signature of the notary public must march the signature on file with the office of the county clerk. e Additional information is not required but could help m ensure this acknowledgment is not misused or attached to a dJFerent document .• Indicate tide or type of attached document, number ofpages and date a LMiwre the capacity claimed by the signer. If the dam, capaeiry m a corporate ofEw. indicate the dde (i.e. CEO, CFO, Secretary). • Securely attach this document to six signed document 2008 Varian CAPA vl2.10.07 800- 873 -9865 wwwNoWyClasses.com CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT o_ _ STATE OF CALIFORNIA County of Orange } On 3/19/12 before me, Lexie Sherwood. Notary Public Dale Here Insert Name and Title of the officer ' personally appeared Richard A. Coon Name(s) of Signer(s) LEXIE SHERWOOD C #1856389 i t 9tb - �c • NOTARY PUBLIC a CALIFORNIA Z k;;A� ORANGECOUNTY = Comm. Exp. JULY 27, 2013 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 to me that he/she/they executed the same in his/her /their authorized capacity(ies), and that by his/her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and �a Ali Signature Place Notary Seal Above Signature of Pm c ' OPTIONAL Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Description of Attached Document Title or Type of Document Date: Signer(s) Other Than Named Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s):_ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Number of Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s)_ ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02001 rreuwl Notary Assoclatbn • 9360 De Sure Am. P.O. Box 2402 • Cnats . CA 913132402 • w ..NatloneCJolayorg ft m e68o7 Reorder: Can ToA -Free 1- 8W-616 -682] Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date h e , o s by nominate, constitute and appoint Richard A. COON, Charles L. FLAKE, David L. CULB S n e 5 OOD, all of Anaheim, California, EACH its true and lawful agent and v d deliver, for, and on its behalf as surety, and as its act and deed: any a at o n xecution of such bonds or undertakings in pursuance of these prese �I in as fully and amply, to all intents and purposes, as if they had been d @9 t a larly elected officers of the Company at its office in Baltimore, Md., P attorney revokes that issued on behalf of Richard A. COON, ew P. Char les L. FLAKE, l�L _ FLAKE, Lexie SHERWOOD, dated November 7, 2005. The said Assistant WeYeby certify that the extract set forth on the reverse side hereof is a true copy of Article VL Section 2, of the By- s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of November, A.D. 2006. r:Mrll�yl� ,tea otro C ��� o 1111 a �\ State of Maryland 1 ss: City of Baltimore f FIDELITY AND DEPOSIT COMPANY OF MARYLAND X) Eric D. Barnes Assistant Secretary 0 William J Mills Vice President On this 15th day of November, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Constance A. Dunn Notary Public My Commission Expires: July 14, 2015 POA -F 012 -4150H BIDDER: EBS GENERAL ENGINEERING, 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 Contractors 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 rife 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 BIDDER: EBS GENERAL ENGINEERING, INC 2.B LIST OF ;O . SUBCONTRACTORS Name and Locabon Descripdon of Work of Suboo bp be Subponbacled Address: � ►Iw j . •,�•� I Name and Locabon Description of Work of Subcontrar tpr tp be Subcontracted / Name: � UJ M/1 0 Address: Name and Wcatieon Desm"= of Work of Subcontractor tp be Subcontracted Name: / Address: Name: Address: CBF -11 BIDDER: EBS GENERAL ENGINEERING, INC * *SEE ATTACHED FORM * ** z.0 The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date 9 I:T..r74M e�.uL� Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -12 REFERENCES (Completed) UPDATED: 2011 1. Five Points Street Improvement Project - Bid 6870 Project City of Riverside 3900 Main Street, Riverside, CA 92522 Name and Address of Owner Danny Cwiak (951) 277 -5514 37% Name and telephone number of person familiar with project % Sub Contracted $2,743,211.95 Street Improvements 10/2010 TO 08/2011 Contract Amount Type of Work Date Completed 2. Lakeshore Drive Street Improvements from Viscaya St (4345) Project City of Lake Elsinore 130 South Main Street, Lake Elsinore, CA 92530 Name and Address of Owner Peter Ramey (951) 674 -3124 20% 1 Name and telephone number of person familiar with project Percent Complete $582,916.50 Street Improvements 09/2010 TO 03/2011 Contract Amount Type of Work Date Completed 3. Improvement of Los Coyotes Diagonal (R -6782) Project City of Long Beach 333 W. Ocean Blvd., Long Beach, CA 90802 Name and Address of Owner Charles Ramey 570 -6200 5% % Sub Contracted Name and telephone number of person familiar with project $3,517,660.21 Street Improvements 09/2010 TO 01/2011 Contract Amount Type of Work Date Completed Page: 1 of 2 REFERENCES UPDATED: 2011 (Completed) 4. Marengo Avenue Street Improvements Project City of South Pasadena 1414 Mission Street, South Pasadena, CA 91030 Name and Address of Owner Gabriel B. Nevarez (626) 403 -7240 50% Name and telephone number of person familiar with project % Sub Contracted $1,119,131.84 Street Improvements 08/2010 TO 11 /20 10 Contract Amount Type of Work Date Completed 5. Street Improvements - White Ave (42181035) Project City of Pomona 505 S. Garey Ave, Pomona, CA 91769 Name and Address of Owner Linda Lowry 620 -2261 25% % Sub Contracted Name and telephone number of person familiar with project $2,239,960.00 Street Improve Contract Amount Type of Work 6. Colima Road (RDC0014853 Project County of Los Angeles 900 S. Fremont Ave, Alhambra, CA 91803 Name and Address of Owner 04/2010 TO 09/2010 Date Completed Pirouz Bozorgnia (626) 458 -3145 42% Name and telephone number of person familiar with project % Sub Contracted $1,461,718.00 Street Improvements 01/2010 TO 09/201 Contract Amount Type of Work Date Completed Page: 2 of 2 BIDDER: EBS GENERAL ENGINEERING, INC SECTION 3 NON - COLLUSION AFFIDAVIT CBF - 13 BIDDER: EBS GENERAL ENGINEERING, INC NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly swom, 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 / JOSEPH A. NANCI Typed or Printed Name PRESIDENT, SECRETARY, TRE ASURER Title EBS GENERAL ENGINEERING, INC Bidder Subscribed and swom before me This . 2 day of Ma rc1�1 20 1 NotWPublic A and for the State of California My Commission Expires: . 13 LOl (Seal) CBF -14 03/19/2012 16:18 FAX CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NO.1 To all prospective bidders under Bid Documents for the RESIDENTIAL STREETS RESURFACING PROJECT PROJECT No. 21003 R001/001 1. You are hereby informed that the Bid Item No. 6 and Bid Item No. 22 shall read as follows: The estimated tonnage quantity stays the same as in the original bid. 2. In addition, Alternate Bid Item No. 1 on page CBF — 4 shall read as follows: ALTERNATE BID ITEM No. 1 MUSCATELAVENUE FROM MISSION DRIVE TO GRAND AVENUE The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 1 shall be entered on the page CBF — 6 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY OF ROSEMEAD Date: March 19 2012. By afael Fajardo Associate Civil Engineer