Loading...
Sully-Miller ContractingCITY OF ROSEMEAD RESIDENTIAL STREETS RESURFACING PROJECT PROJECT No. 21003 I BIDDER: SULLY- MILLER CONTRACTING COMPANY CONTRACT BID FORMS •.IL I SECTION1 BID SCHEDULE ....................................................................... ............................... 1 SECTION2 BID DATA FORMS ................................................................... ............................... 5 2.A BID BOND ................................................................................. ......................:........ 8 2.6 LIST OF PROPOSED SUBCONTRACTORS .......................... ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT 10 CBF -15 BIDDER' SULLY-MILLER CONTRACTING COMPANY SECTION 1- BID SCHEDULE CBF -1 BIDDER: SULLY - MILLER CONTRACTIN COMPANY 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 LS 1 and specifications. See technical provisions TP -2, TP -3 & TP-4, % A0 000. 2 Disposal of Waste Materials. LS 1 S0� /v /Soo io 3 Cold mill 2.0- inches thick existing SF 533,020 gS aF3.a pavement., 4 Construct 1.5 inches thick TONS 5,000 pavement overlay ARHM -GG -C (PG 64 -16) as indicated on the plans. 90. 1 / 5 0co 5 Construct Ar0 inches thick TONS 1,788 Asphaltic Leveling course D1 $.3. (PG 64 -10) as indicated on the plans. 6 Remove 6- inches of existing SF 7,200 pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base Course over compacted native. y//0. 7 Remove, Dispose and Construct SF 12,942 4- inches thick PCC Sidewalk per 3J SPPWC Std. Plan 113 -1. �, (vg S 8 Remove, Dispose and Construct SF 2,500 PCC Driveway Approaches per SPPWC Std. Plan 110 -2.° O 9 Remove, Dispose and Construct LF 533 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan 120 -2. 10 Remove, Dispose and Construct LF 100 PCC Cross Gutter per SPPWC Std. Plan 123 -2. L/ CBF -2 BIDDER: SULLY - MILLER CONTRACTIN COMPANY TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ / 9'3 yL V. y° amount CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 22 PCC Curb Ramps per SPPWC Std. Plan 111-4. 12 Adjust Sewer Manhole to Grade EA 94 per APWA Std. Plan 205 -1 and 206 -1. SSO 13 Adjust Water Valve /Gas Valve to EA 84 Grade. 14 Install Survey Well Monument EA 27 per City of Rosemead Std. Plan SOS -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). 15 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans / and Specifications Complete. 31 1 5 - 00. 3/ S - 00 . 16 Prepare a Storm Water Pollution Prevention Plan (SWPPP) LS 1 3 /2 5 - 00. J coo . 17 Paint Home Addresses (Curb EA 600 Numbering). 18 Install Truncated Domes Only EA 8 yellow color by Amorcast or 3 75 3 Go E. Approved Equal. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ / 9'3 yL V. y° amount CBF -3 BIDDER: SULLY- MILLER CONTRACTING COMPANY ALTERNATE BID ITEM No. 7 MUSCATEL AVENUE FROM Ru91MONAAMWETA)MJARVEYAVENUE MISSION DRIVE TO GRAND AVENUE. CBF -4 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 19 Clearing & Grubbing per plans LS 1 and specifications. See technical i provisions TP -2, TP -3 & TP-4. SD, So . 20 Cold mill 2.0- inches thick existing SF 74,160 �° 1 pavement. d 21 Construct 1.5 inches thick TONS 700 pavement overlay ARHM -GG -C (PG 64 -16) as indicated on the plans. 22 Construct V0 inches thick TONS 232 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the plans. ' 23 Remove, Dispose and Construct SF 3,318 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. • /S,,;LYP 24 Remove, Dispose and Construct SF 595 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 25 Remove, Dispose and Construct EA 9 PCC Curb Ramps per SPPWC Std. Plan 111 �11 -4. 26 Adjust Sewer Manhole to Grade EA 6 per APWA Std. Plan 205 -1 and 206 -1. 27 Adjust Water Valve /Gas Valve to EA 6 Grade. 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). 29 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement Markers per the Striping Plans and Specifications Complete. 7 G� 7 �o CBF -4 BIDDER: SULLY - MILLER CONTRACTING COMPANY TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE):$ 1y7, 330 ALTERNATE BID ITEM No. 2 TREE PLANTING UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 30 Install Truncated Domes Only EA Z yellow color by Amorcast or Approved Equal �� C o a TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE):$ 1y7, 330 ALTERNATE BID ITEM No. 2 TREE PLANTING TOTAL ALTERNATE BID PRICE No. 2 (SCHEDULE BID PRICE):$ 92x DO V C TOTAL BASE & ALTERNATE BID PRICE amount in written a� 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. CBF -5 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 31 Install 24 -Inch Box Parkway Tree EA 200 "Chinese Pistache" including 90- days maintenance period and �� C o a tree wells. / / TOTAL ALTERNATE BID PRICE No. 2 (SCHEDULE BID PRICE):$ 92x DO V C TOTAL BASE & ALTERNATE BID PRICE amount in written a� 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. CBF -5 BIDDER: SULLY - MILLER CONTRACTING COMPANY 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 6M(i1MI/t'4K, ga(0gry Td/t1d*dk or a bid bond in the amount of 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. 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 oroiect 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. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. F09*l4AiiSRZM 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. W: M /19/2012 16:11 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 1/001/001 1. You are hereby informed that the Bid Item No. 5 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 MUSCATEL AVENUE 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 BIDDER: SULLY - MILLER CONTRACTIN COMPANY 9 ASSISTANT SECRETARY Title 135 S. STATE COLLEGE BLVD., #400 Business Street Address BREA, CA 92821 City, State and Zip Code (714)578.9600 Telephone Number Bidder's /Contractor's State of Incorporation: DELAWARE Partners or Joint Venturers: Bidder's License Number(s): 747612, A a C10 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, CBF -7 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA l COUNTY OF ORANGE J On March 20, 2012 before me, Adriana C. Treio personally appeared Gary Downey who proved to me on the basis of satisfactory evidence to be the person(s) whose name(o islare subscribed to the within instrument and acknowledged to me that helshe/they executed the same in hi rh., . `+cT.c - , 6h authorized capacity(+W, and that by hi /herlt The'. signatures) on the instrument the personal, or the entity upon behalf of which the person(s) acted, executed the instrument. N•«•H• «1«•«H•�N j N A C TREJO I certify under PENALTY OF PERJURY under the laws of COM N the State of California that the foregoing paragraph is true and correct. OTNry PUBUC- GLMCRNIA ORAY n n Ocl 13, 2012 « C'rr b •• «• ................«.� WITNESS my ha d official seal Signature ( ia ---f- Adnana C. Trejo, Notary lic Notary Seal 11 7 OPTIONAL Description of Attached Document Title or Type of Document Bid Proposal- Signature Page Document Date: March 20, 2012 Number of Pages: Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s): Signer's Name Gary Downey Signers Name Individual ❑X Corporate Officer — Title(s) ❑ Partner — Limited /General Attorney in Fact Trustee Guardian or Conservator Other Signer is Representing: Individual Assistant Secretary F Corporate Officer — Title(s) Right Thumbprint of Signer Y- MILLER CONTRACTING COMPANY Right Thumbprint of Signer ❑ Partner — Limited /General ❑ Attorney In Fact Trustee ❑ Guardian or Conservator E Other CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Gary Downey, do hereby certify that I am the Assistant Secretary of Sully - Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE NAME Chairman of the Board Gordon R. Crawley President David Martinez Chief Financial Officer/Treasurer/Vice President Timothy P. Orchard Vice President/Assistant Secretary Michael Edwards Vice President Scott Bottomley Secretary Anthony L. Martino II Assistant Secretary George Aldrich Assistant Secretary Gary Downey Assistant Secretary Dennis Gansen I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on August 11, 2009, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: "AUTHORITY TO EXECUTIVE BIDS AND CONTRACTS" Resolved, that any officer or assistant officer of this Company be and each of them is hereby authorized to execute in the name and on behalf of this Company under its corporate seal any and all proposals for the sale of products, merchandise and services of this Company and any bids and performance bonds required in connection therewith, to the United States, and of the State, territories and dependencies of the United States, the District of Columbia, cities, towns, townships, counties, school districts, and to the department, political subdivisions, agencies or wholly -owned corporations thereof, or to any other person" IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 1" day of September 2011. (SEAL) 4Gary y, Assis tant ecretary r Coutrac Company e(Cplle Blvd., Ste. 400 Brea, CA 92821 BIDDER: SULLY - MILLER CONTRACTING COMPANY SECTION 2 BID DATA FORMS BIDDER: Sully - Miller Contracting 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. 2A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Sully Miller Contracting Company as Principal, and Liberty Mutual Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten oement of amount 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 Residential Streets Resurfacing Project as setforth in the Notice Inviting Bids and accompanying Bid Documents, dated 3121r12 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 1 day of March 20 12 Sully - Miller Contracting Company (SEAL) Liberty Muual Insu Company (SEAL) Principal Surety B B {��� Y Y Sign tUre Signature Kim Heredia. Attomey -in -Fact /CARWNEY, ASSISTANT 5 RETARY 6_ CBF - 9 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On March 20, 2012 before me, Adriana C. Trelo personally appeared Gary Downey who proved to me on the basis of satisfactory evidence to be the person( -s) whose name(6) istare subscribed to the within instrument and acknowledged to me that he/sheithey executed the same in his /fief /their authorized capacity0es), and that by his/herlthe r signature(&) on the instrument the person(s), or the entity upon behalf of which the person(&) acted, executed the instrument. ADRIANA C. TREIO C06IM / 1817109 33 MgAPURX OOUNTY - A+r commWW 60M OCL 4 2m2 + Notary Seal None OPTIONAL Description of Attached Document Title or Type of Document: Bid Bond - Signature Page Document Date: March 16, 2012 Number of Pages: Signer(s) Other Than Named Above: I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my han official seal Signature Adnana C. Trejo, Notary, blic 1 Capacity(ies) Claimed by Signer(s): Signers Name Gary Downey Signers Name ❑ Individual FX Corporate Officer — Title(s) E] Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator Other Signer is Representing Right Thumbprint of Signer ❑ Individual ❑ Partner — Limited /General ❑ Attorney In Fad Trustee Guardian or Conservator ❑ Other Right Thumbprint of Signer Y- MILLER CONTRACTING COMPANY Assistant Secretary ❑ Corporate Officer — Title(s) CNllffaT� : ► 77` I7�1 6�J1I1: tZ�x ]aIC�Ti�[aI`:IiflZeluIa7M State of California County of Orange On MAR 1 6 2w before me N.M. Campbell, Notary Public DATE NAME, TITLE OF OFFICER - E.G.. "JANE DOE, NOTARY PUBLIC' personally appeared Kim Heredia who proved to me on the basis of satisfactory evidence to be the person(s) whose names (s) is /afe subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /theif 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. V. M. CAMPBELL Commission 1 1910804 z :,.�_ Notary Public • California z = Orange County SMy Comm. Expires Nov 25. 2014 WITNESS my hand and official seal. ugl 0&dZA SIGNATURE OFrRY OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this fonn. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES MAR 1 6 2012 DATE OF DOCUMENT THAN NAMED ABOVE. THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5 157086 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. LIBERTY MUTUAL INSURANCE COMPANY BOSTON, MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the "Company"), a Massachusetts stock Insurance company, pursuant to and by authority of the By -law and Authorization hereinafter set forth, does hereby name, constitute and appoint VICTORIA M. CAMPBELL, KIM HEREDIA, AND ERIK JOHANSSON, ALL OF THE CITY OF IRVINE, STATE OF CALIFORNIA, CHRISTINA JOHNSON, SHIRLEY BAUMAN, ALL OF THE CITY OFLOS ANGELES, STATE OF CALIFORNIA ....................................................................................................................................................................... ............................... , each individually if there be more than one named, Its true and lawful attomey -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 ONE HUNDRED MILLION AND 001700' DOLLARS ($ 100. 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: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-In-fact, as may be necessary to act in behalf of the Company to make, p execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys- CL in -fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their signature and Q execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be as binding as if x I signed by the president and attested by the secretary. C a By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys -in -fact: 7 Pursuant to Article XIII, Section 5 of the By -Laws, David M. Carey, Assistant Secretary of Liberty Mutual Insurance Company, is hereby authorized 0) to appoint such attomeys -in -tact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety m any and all undertakings, bonds, recognizances and other surety obligations. O- `m > That the By -law and the Authorization set forth above are true copies thereof and are now in full force and effect. m O — 2 IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty c y Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this day of 8th day of February 0 2 2012 "4 LIBERTY MUTUAL INSURANCE COMPANY C Lo a q David M. Carey, Aesistant Secretary 0 COMMONWEALTH OF PENNSYLVANIA ss 'H O COUNTY OF MONTGOMERY OC E y On this 8th day of February 2012 before me, a Notary Public, personally came David M. Care y , to me known, and `O m acknowledged that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed T the above Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said u corporation. IN TESTIMONY WHE o subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year first above written. �e o ,owwp�� (� NM dW sear ti U S Y Teresa Pa.W[W. Notary Pualb OF Ptymoutt Tw ., MoMWmery County My CommL n Eml,es Mar. 2e, 2013 By �v MeniW, Pennsylvania Teresa Patella, Notary Public CERTIFICATE LVP I, the undersigned, Assis any Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, I and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specialty authorized by the chairman or the president to appoint attomeys -in -fact as provided in Article XIII, Section 5 of the By -laws of Liberty Mutual Insurance Company. 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 Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified 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 TESTIMO V WHEREOF hereunto subscribed my name and affixed the corporate seal of the said company, this day of e m ar O O � yW E E O CL O a`r c 3 1 e OE i C O O Z rn O C d 10 a dy « co E a0 � M `c '? Oo V7 H r NW Gregory W. Davenport, Assistant Secretary BIDDER: SULLY - MILLER CONTRACTING COMPANY 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. CBF -10 BIDDER: SULLY- MILLER CONTRACTING COMPANY 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) ("Duplicate Next 2 Pages If needed for Iisfing add•Nonal suoconlractors." I Name and Location Description of Work of Subcontractor to be Subcontracted Name: P9 > C J /� l Address: ,'� r i� ,, c� Name and Location Description of Work of Subcontractor to be Subcontracted Name: �g S /`man h�Ce S ' s G✓� /l Address: Co e o ✓.� �%} / `� 1 Name and Location of Subcontractor Name: �l� �A✓� SGa�c¢ Address: /- ftj,L,y t^14e , Description of Work to be Subcontracted I {2a -e- S Name and Location of Subcontractor Name: �!//�.•r i'u✓ /L}t c. ,- % ✓ rK�Lr L f S Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF - 11 BIDDER: SULLY- MILLER CONTRACTING COMPANY 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) ("Duplicate Next 2 Pages if needed for lsting additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor I Name: Address: Description of Work to be Subcontracted CBF - 11 BIDDER: SULLY - MILLER CONTRACTIN COMPANY 2.0 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. — PLEASE SEE ATTACHED BIDDER'S EXPERIENCE AND QUALIFICATIONS "'PLEASE SEE ATTACHED LIST OF REFERENCES 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 Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -12 ALL SULLY- MILLER CONTRACTING CO BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: TORRANCE BOULEVARD / 28791C Year of Project: 10/2008 — 05/2010 Project Description: STREET RECONSTRUCTION & ARHM OVERLAY Agency Name: CITY OF TORRANCE Contact Person: BETH OVERSTREET Telephone: 310 - 618 -3074 Fax: 310 - 781 -6802 Original Contract Amount. $5,904,267 Final Contract Amount. $6,133,068 Change In original contract amount is due to extra work and /or contract change orders adding work. Project Name/Number: LONG BEACH ANNUAL 2009 / 2881GC Year of Project. 01/2009 — 05-2010 Project Description: AC /ARHM — CONCRETE — BASE — SIGNALS — SURVEY — STRIPING - LANDSCAPE Agency Name: CITY OF LONG BEACH Contact Person: CHARLES RAMEY Telephone: 562 -570 -5170 Fax: 562 -570 -5176 Original Contract Amount: $5,000,000 Final Contract Amount: $4,290,000 Annual Contract — work was done on an as needed basis. Project Name/Number: LACMA PHASE II PAVILION PROJECT 28006 / 29820C Year of Project: 02/2009 — 0412010 Project Description: B PERMIT Agency Name: MATT CONSTRUCTION CORPORATION Contact Person: GREG WADE Telephone: 562- 903 -2277 Fax: 562- 903 -2290 Original Contract Amount: $92,507 Final ContractAmount: $420,000 Change In original contract amount is due to extra work and /or contract change orders adding work. Project Name/Number: LA SOUTHWEST COLLEGE — PARKING LOT 3 / 28795C Year of Project: 09/2008 — 01 /2010 Project Description: AC — BASE — CONCRETE — STRIPING Agency Name: CHEVRON ENERGY SOLUTIONS Contact Person: STEVE PELASYED Telephone: 714 -577 -1374 Fax: 714 -577 -1330 Original Contract Amount: $1,120,315 Final Contract Amount: Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: 3 RD STREET BETWEEN RECORD AVENUE TO WOODS AVENUE / 28787C Year of Project: 11/2008 — 12/2009 Project Description: AC — CONCRETE — UNDERGROUND — LANDSCAPE — STRIPING - SIGNALS Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS Contact Person: FAHIM RAHIMI Telephone: 626 -45B -3112 Fax: 626 - 458-2197 Original Contract Amount: $3,411,736 Final ContractAmount: $3,628,000 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated August 2010 SULLY- MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: 2007 -2008 PAVEMENT REHABILITATION- 28750C Start and Finish Dates: 6/2008 TO 7/2008 Project Description: AC /ARHM — MANHOLES — SURVEY — STRIPING — COLD MILL Agency Name: CITY OF HAWAIIAN GARDENS Contact Person: STEVE STEINBRECHER Telephone: 562- 908 -6200 Fax: 562 -695 -2120 Original Contract Amount: $451,112 Final Contract Amount: $456,287 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: STREET PAVING PROGRAM-28735C Start and Finish Dates: 3/2008 TO 5/2008 Project Description: ARHM — MANHOLES — MONUMENTS — STRIPING — SWPPP- COLD MILL Agency Name: CITY OF WEST HOLLYWOOD Contact Person: MILA SOLOGUB Telephone: 323- 848 -6338 Fax. 323 -848 -6564 original Contract Amount: $340,986 Final Contract Amount: $315,916 Change In contract amount is due to items of work being deleted by the agency. Project Name /Number: STREET AND WATER IMPROVEMENTS IN PIONEER BOULEVARD- 27709C Start and Finish Dates: 1112007 TO 412008 Project Description: WATER LINE AND STREET IMPROVEMENTS Agency Name: CITY OF CERRITOS Contact Person: RASH SYED Telephone: 562 -860 -0311 Fax: 562 - 916 -1371 Original Contract Amount. $1,507,833 Final Contract Amount: $1,443,408 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: THE LACMA TRANSFORMATION PROJECT- 27662C Start and Finish Dates: 6/2007 TO 4/2008 Project Description: B PERMIT Agency Name: MATT CONSTRUCTION CORPORATION Contact Person: GREG WADE Telephone: 562- 903 -2277 Fax: 562 -903 -2290 Original ContractAmount: $912,402 Final ContractAmount: $1,363,596 Change In original contract amount is due to extra work and /or contract change orders adding work. Project Name/Number. CATALINA MEDIA / THE POINTE- 27732C Start and Finish Dates: 1 /2008 TO 3/2008 Project Description: SEWER MAIN INSTALLATION Agency Name: KRISMAR CONSTRUCTION COMPANY, INC. Contact Person: GARY MORRISON Telephone: 310 -458 -3170 i Fax: 310 - 458 -9063 Original Contract Amount: $315,955 Final Contract Amount: $411,955 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated August 2010 KAMA L. SUIIY- MILLER CONTRAC - rING CC). BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: PACIFIC ELECTRIC INLAND TRAIL PHASES 2 & 3 / 27653C Start and Finish Dates: 3/07 TO 1/08 Project Description: R/R CONCRETE /AC — LANDSCAPE /IRRIGATION — SIGNALS — STRIPE - UTILITIES Agency Name: CITY OF RANCHO CUCAMONGA Contact Person: WALTER STICKNEY Telephone: 909 - 477 -2740 Fax: 909- 477 -2746 Original ContactAmount: $3,424,781 Final Contract Amount. $3,424,780 Change In original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: Original Contract Amount: MARQUARDT AVENUE /27689C 7/2007 TO 912007 R/R CONCRETE — AC ON FABRIC — ADJUST UTILITIES LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS EMIL KURLYAND Telephone: 626 -458 -3166 Fax: 626- 458 -2197 $183,915 Final Contract Amount: $183,915 Project Name /Number: ALPACA STREET IMPROVEMENT PROJECT / 27699C Start and Finish Dates: 8/2007 TO 1112007 Project Description: R/R CONCRETE & ASPHALT — STRIPING — ADJUST UTILITIES Agency Name: CITY OF SOUTH EL MONTE Contact Person: GEORGE CASTILLO Telephone: 562 - 682-3620 Fax: 562 -684 -0130 Original Contract Amount: $135,000 Final Contract Amount: $167,074 Change in original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: REHABILITATION OF LA MIRADA BLVD. / 27661C Start and Finish Dates: 5/2007 TO 9/2007 Project Description: ARHM / AC PAVING, CONCRETE WORK — LOOP DETECTORS / SIGNALS Agency Name: CITY OF LA MIRADA Contact Person: GARY SANUI Telephone: 562- 943 -2385 Fax: 714 -522 -5800 Original Contract Amount: $2,164,089 Final Contract Amount: $2,575,166 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: CSULB PARKING LOT 13 REPAIR — REPAVE / 27694C Start and Finish Dates: 7/2007 TO 8/2007 Project Description: AC GRIND / OVERLAY — ASPHALT REPAIR - MINOR CONCRETE REPAIR Agency Name: CALIFORNIA STATE UNIVERSITY, LONG BEACH Contact Person: ENRIQUE ROBLES Telephone: 562- 985 -4175 Fax: 562- 985 -2308 Original Contract Amount: $375,823 Final Contract Amount: $380,572 Change in original contract amount Is due to extra work and /or contract change orders adding work. Updated August 2010 SULLY- MIT.LFR CONTRACTING: CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: ORANGE LINE — CANOGA STATION PARK AND RIDE / 25568C Start and Finish Dates: 3/2006 TO 1/2007 Project Description: NEW TRANSPORTATION STATION INCLUDING AC PAVING &CONCRETE WORK Agency Name: METROPOLITAN TRANSPORATION AUTHORITY Contact Person: GHULAM SHAIKH Telephone: 818 -262 -6300 Fax. 213 - 922 -7384 Original Contract Amount: 13,732,500 Final Contract Amount: $12,415,392 Change In Contract amount Is due to items of work being deleted by the agency. Project Name/Number: SOUTH COAST PLAZA PARKING LOT /26608C Start and Finish Dates: 7/2006 TO 10/2006 Project Description: COMPLETE REMOVE AND REPLACE OF PARKING LOT, CONCRETE CURB & GUTTER, LOOP DETECTORS, AND STRIPING Agency Name: SOUTH COAST PLAZA Contact Person: ROBERT THOMAS Telephone: 714 -546 -0110 Fax: 714 -546 -9835 Original Contract Amount: $3,100,009 Final Contract Amount: $3,932,226 Change In original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: RESIDENTIAL STREET REHABILITATION WORK / 26573C Start and Finish Dates: 2/2006 to 8/2006 Project Description: ASPHALT CONCRETE OVERLAY AT VARIOUS LOCATIONS CITYWIDE Agency Name: CITY OF WEST COVINA Contact Person: OSCAR CAPLIN Telephone: 626 -939 -8445 Fax: 626 - 939 -8660 Original Contract Amount. $1,430,888 Final Contract Amount: $1,512,463 Change In original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: BERTH 401 -406 BACKLAND IMPROVEMENTS / 25567C Start and Finish Dates: 1/2006 to 4/2006 Project Description: ASPHALT AND CONCRETE PAVING / SITE IMPROVEMENT PROJECT Agency Name: PORT OF LOS ANGELES Contact Person: KEN HARBOR Telephone: 310 -831 -5389 Fax: 310- 831 -5389 original Contract Amount: $3,286,800 Final Contract Amount: $3,386,333 Change In original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: 195 STREET IMPROVEMENT/ 25506C Start and Finish Dates: 5/2005 to 11/2005 Project Description: MEDIAN ISLAND and STREET REPAIRS Agency Name: CITY OF CERRITOS Contact Person: VIC MASAYA Telephone: 562- 916 -1231 Fax: 562- 916 -1371 Updated August 2010 r SULLY - MILLER CONTRAc. i Co BIDDER'S EXPERIENCE AND QUALIFICATIONS Original ContractAmount: $862,370 Final Contract Amount: $742,488 Project Name /Number: MALL PARKING LOT IMPROVEMENTS / 25492C Start and Finish Dates: 312005 to 1012005 Project Description: REPAIR and PLACE NEW AC PAVING and STRIPE PARKING STALLS Agency Name: CITY OF TEMPLE CITY Contact Person: JANICE STROUD Telephone: 626 -285 -2171 Fax: 909 - 594 -2858 Original Contract Amount: $828,837 Final ContractAmount. $894,012 Change in original contract amount is due to extra work and /or contract change orders adding work. Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: HELLMAN AVENUE STREET IMPROVEMENTS / 24477C Start and Finish Dates: 6/2004 to 11/2005 Project Description: STREET RECONSTRUCTION PROJECT Agency Name: CITY OF ROSEMEAD Contact Person: KEN RUKABINE Telephone: 562- 908 -6262 Fax. 562- 695 -2120 Original Contract Amount: $1,051,667 Final Contract Amount: $1,067,429 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: HOLGATE AREA STREET REHABILITATION AND WATER MAIN / 24416C Start and Finish Dates: 3/2004 to 6/2005 Project Description: STREET REHABLITATION AND WATER MAIN REPLACEMENT Agency Name: CITY OF LA HABRA Contact Person: CHUCK STEPHAN Telephone: 562- 905 -9720 Fax: 562- 905 -9643 Original Contract Amount: $2,996,461 Final Contract Amount: $3,566,942 Change In original contract amount is due to extra work and /or contract change orders adding work. Project Name/Number: PIER 400 BACKLANDS PHASE 2 / 23301C Start and Finish Dates: 4/2003 to 8/2004 Project Description: TRANSTAINER FACILITY, GRADING, PAVING, UNDERGROUND, CONCRETE. PROJECT FINISHED ON TIME — EXTRA DAYS FOR EXTRA WORK ONLY Agency Name: PORT OF LOS ANGELES Contact Person: MAHMOUDIRSHEID Telephone: 310 - 732 -3525 Fax: 310 -831 -5389 Original ContractAmount: $30,618,798 Final ContractAmount: $30,030,429 Change in contract amount is due to items of work being deleted by agency. Project Name /Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: PHANTOM WEST STREET IMPROVEMENT/ 82803C 12/ 2002 to 8/ 2003 UNDERGROUND, ASPHALT REHAB, CURB & GUTTER, COLD MILLING CITY OF VICTORVILLE MARK MILLER Telephone: 760- 955 -9158 Updated August 2010 P AM SULI.Y- MILLER CONTRACCING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Fax: 760- 955 -5159 Original Contract Amount: $4,771,477 Final Contract Amount: $4,994,840 Project Name /Number: ARROW HIGHWAY - LIVE OAK AVENUE PHASE II / 22273C Start and Finish Dates: 11/ 2002 to 8/ 2003 Project Description: AC GRIND OVERLAY — NEW MEDIANS 8L DECORATIVE CONCRETE Agency Name: CITY OF IRWINDALE Contact Person: KWOK TAM . Telephone: 626 - 430-2212 Fax: 626 - 962 -2018 Original Contract Amount: $4,289,147 Final Contract Amount: $4,654,815 Change in original contract amount is due to extra work and /or contract change orders adding work. Change In original contract amount is due to extra work and /or contract change orders adding work. Project Name/Number: PIER 400 CONTAINER TERMINAL / 21130C Start and Finish Dates: 1/ 2001 to 9/ 2002 Project Description: BACKLAND IMPROVEMENTS, PHASE I Agency Name: PORT OF LOS ANGELES Contact Person; MAHMOUDISHEID Telephone: 310 - 732 -3525 Fax. 310 -831 -5389 original Conti Amount: $78,134,500 Final Contract Amount: $74,226,254 Change in contract amount is due to items of work being deleted by agency. Updated August 2010 SULLY - MILLER CONTRACTING CU. BIDDER'S EXPERIENCE AND QUALIFICATIONS PR03ECTS INVOLVING HEAVY STORM DRAIN, SEWER AND WATER IMPROVEMENTS Project Name /Number: FOSTER PARK, VALLEY VIEW AVE if FOSTER ROAD / 29891C Year of Project: 02/2010 - 01/2011 Project Description: R/R STREETS, (AC /CMB /C &G), STORM DRAIN IMPROVEMENTS Agency Name: CITY OF LA MIRADA Contact Person: GARY SANUI Telephone: 562 - 349 -2727 Fax: 562- 943 -1464 Original Contract Amount: $2,148,000 Final Contract Amount: $3,075,872 Change in original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: OFFSITE EUCLID STREET IMPROVEMENTS / 28803C Year of Project: 11/2008 - 05/2010 Project Description: OFFSITE IMPROVEMENTS, STORM DRAIN, ELECTRICAL, AC PAVING, CONCRETE IMPROVEMENTS Agency Name: WATSON LAND COMPANY Contact Person: ROBERT DEBERARD Telephone: 310- 952 -6429 Fax: 310 - 522 -8785 Original Contract Amount: $4,083,052 Final Contract Amount: $3,849,675 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name/Number: VALLEY WAY / ARMSTRONG ROAD / 27680C Year of Project: 0112007 - 01/2009 Project Description: RCP, STORM DRAIN, STRUCTURES, MANHOLES, AC /ARHM, CONCRETE IMPROVEMENTS, BASE, ELECTRICAL, STRIPING Agency Name: COUNTY OF RIVERSIDE Contact Person: STAN DERY Telephone: 951- 955 -6785 Fax: 951- 955 -3164 Original Contract Amount: $4,813,000 Fhlal Contract Amount: $6,190,475 Change In original contract amount Is due to extra work and /or contract change orders adding work. Project Name /Number: DOUGLAS PARK STREET IMPROVEMENTS AND INFRASTRUCTURE/ 26595C Year of Project: 03/2006- 07/2007 Project Descrlption: INFRASTRUCTURE - SEWER, WATER, STORM DRAIN Agency Name: BOEING REALTY CORPORATION Contact Person: STEVE GARIS Telephone: 562 -593 -4730 Fax: 714 -850 -0086 Original Contract Amount. $11,256,511 Final ContiactAmount: $19,932,964 Change In original contract amount is due to extra work and /or contract change orders adding work. Updated March 2011 , 7 SULLY- MILLHR CONTRACT - ING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: PORTOLA SPRINGS AND MODJESKA / 25534C Year of Project: 04/2005- 06/2006 Project Description: SEWER, WATER, STORM DRAIN IMPROVEMENTS Agency Name: IRVINE COMMUNITY DEVELOPMENT COMPANY Contact Person: BILL MARTIN Telephone: 714- 734 -8100 Fax: 949- 464 -9715 Original Contract Amount: $8,625,848 Final Contract Amount: $9,602,943 Change In original contract amount is due to extra work and /or contract change orders adding work. Updated March 2011 9 � 1 SULLY - M ILLER CONTRACTING: CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS ASPHALT RUBBERIZED HOT MIX (ARHM) PROJECTS Project Name /Number: ANNUAL OVERLAY PROGRAM / 27697C Start and Finish Dates. 8/07 TO 7/08 Project Description: ARHM OVERLAY — CONCRETE (C&G, SIDEWALK, DRIVEWAY) - LOOPS Agency Name: CITY OF CARSON Contact Person: RICK BOUTROS Telephone: 310 - 952-1700 ext. 1830 Project Value: $2,397,755 I Project Name /Number: NORMANDIE AVENUE — STPL-5953(451) / 26647C Start and Finish Dates: 3/07 TO 9/07 Project Description: ARHM/AC PAVE — LAN DSCAPE — CONCRETE - SIGNALS /LIGHTING /LOOPS Agency Name: LOS ANGELES COUNTY — DEPT. OF PUBLIC WORKS (LACDPW) Contact Person; EMILKURLYAND Telephone: 626 -458 -3166 Project Value: $2,713,186 Updated October 2008 S1.1LLY- MILLER t :'UAI'TRAt :'TINCi Dcsns_ i.VOn : :� .Slclfe Cv!7c !;le 8h�i7., .aft 600 &ti'c1, i : : 0262 1 + :'HOi•J$ 5701 - �h00 Navumeut Preservation References: lot_ Ma Job lue Description Ovaner Cuotaci 298810 106,411 AC paving, sealcoat and re- (finder Morgan David Lennon stripe Carson Facility 310 -251 -6093 29875c 257,093 Coldmlll, AC overlay, sealcoat 1'rattwhibmy Icff Stern and restripo ilia. North Lots itocleetdyne 818 -585 -680:1 at the Desoto Facility, CA 298690 266,286 AC paving, sealcoat and "P-stripe Swlnerton Raj Ramanathan Salvation Army pmidug lot Dullders 213+440 - In Anaheim, CA. 298530 78,167 AC paving, sealcoat and re- Ilalhaway- Reno Contreras stripe parking lots atTlie Vinwhidle 562944 -9331 Buckley school. 2881su 28D,472 AC paving, sealcoatanQrestripe lm'geusen BillViva Toyota AlrfliteTerminal at 925 -24,1 -1203 Long Beach Airport, CA. 28792c 369,575 AC repairs, sealcoat & resh'ipe Toyota Logisdslics loll Kellar Part of Los Angeles, CA. 714336-2409 27686c 369,931 AC /PCC repairs, sealcoat and Pratt Whdluey Mike Daley restripingat two facilities In Rocketdyne BIR -5BG -9052 Canoga Park, CA. 27675c 623,996 AC /PCC repairs, sealcoat and The Boeing Wayne Holt restripdng at three facilities in company 562- 797 -•12114 Anaheim, Huntington Beach, and Seal Beach, CA. 23293c 327,946 South Coast Drive Realignment Cl segerstroml Grant Wilson Included Type II Road Slung Si Sous 714- 438-3276 w/2% Latex 232920 266,922 Harbor Blvd realignment C1Segeish'om Grant Wilson included Type II Road Slurry & Sons 714-438 -3278 w /2% Latex 22277c 1, South Coast Drive Realignment G segerstrom Grant Wilson Included Type ll ltuad Slurry Se SDI% 7111. 438 -3276 W 12.% Latex SULLY-M11.1-FR CONTRACTING OD. �CIST Jr- REFERENCES John Wayne Aib-p w�c Irvine, CA Lany Serafini, rvoject Engineea- 949- 252 -5270 Los Angeles County Dept. of Public Works Alhambra, 5A Issa Adawiya, Resident Eragiraeer 626 - 458 -5100 City of Fontann Fontana, CA Mario Estrada, ,asst. CUI Engineer 909 - 350 -7696 C. 3. Segerstrom ,)Mil h Coast Plaza Costa Mesa, CA Grant Wilson, r3rpject Fi�an�rger 714-546-0110 City of Baldwin Pavft Enyr. Division Baldwin Park, CA Arjan Idnani, Enghaecring Manager 626 - 960 -4011 Ex . 254 LA Arena Company Staples Center T- Los Angeles, CA Don Beiges, Construction Manager 213- 742 -7873 City of Fullerton Fullerton, CA George Lin, Project Engineer- 714-738-6845 The Irvine Company Hewpon't Beach, CA Peggy Xgoos, Sr. Director /Construction 9// -9 -71 20 -2 000 )!rvine counnarrni V Development company N' ewupow6 Beath, CA Dill M -Irdin, Mire PresidenrJCorastr, rra ��on 9491-7:V- 4MO Town of Apple Malleij Apple Malley, CA Richard Pederson, Town Engineer 7 F30- 240 -7000 CNC Engineering City of Industry, CA John Ballas, City Engineer• 626333 -0336 Fox Studios Operations Beverly Hills, CA William Murphy, M.P. of Facilities 310- 369 -3794 KIST Railroad Commerce Bunsen- Wilson Roy Rogers, Construction Manager 323-267-4186 Caltrans Department of Transportatien Ray Stokes, Regional Engineer 909- 275 -0213 Cal State Long Beach Foundation Long Beach, CA Mo Tidemanis, Director 562 -985 -8489 City of Rancho Cucamonga RanLho (Cucamonga, CA Cindy Hachett, Associate Engineer 909-477-274 City of Hesperia — Public, Works Dept. Hesperia, CA Mike Podegraeiz, City Manager 760-947-1000! Ufqj C Cu Bazoa ov'j r3ar•.`.ntow, :CA HiLe Sierra, r�, ICE'gf Engineer 760 - 255 -5254. BIDDER: SULLY - MILLER CONTRACTIN COMPANY SECTION 3 NON - COLLUSION AFFIDAVIT CBF -13 BIDDER: SULLY - MILLER CONTRACTING COMPANY 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, Typed or Printed Name ASSISTANT SECRETARY Tide SULLY - MILLER CONTRACTING COMPANY Bidder " "`PLEASE SEE ATTACHED NOTARY JURAT FOR PROPER WORDING "" Subscribed and swom before me This _ day of , 20_ (Seal) Notary Public in and for the State of California My Commission Expires: CBF -14 CALIFORNIA JURAT WITH AFFIANT STATEMENT STATE OF CALIFORNIA COUNTY OF ORANGE Subscribed and sworn to (or affirmed) before me on this 20th day of March 2012, by Gary Downey proved to me on the basis of satisfactory evidence to be the person who appeared before me. ADRIANA C. TREJO M COMM N 1817403 m NOTARY RIBW - GAIJURNNA cam F 1oa tq a p WITNESS my *hand official seal 1 Signature ( Addana C. Tre]o, Notary lie Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Collusion Affidavit Document Date: March 20, 2012 Number of Pages: Signer(s) Other Than Named Above: Individual Capacity(ies) Claimed by Signer(s): Signers Name Gary Downey Signer's Name Individual Corporate Officer — Title(s) Partner — Limited /General Attorney In Fact 7 Trustee Guardian or Conservator ❑ Other Signer is Representing: Assistant Secretary ❑ Corporate Officer — Title(s) Right Thumbprint None 1 ❑ Partner — Limited/General Attorney In Fact El Trustee Guardian or Conservator ❑ Other Right Thumbprint of Signer SULLY - MILLER CONTRACTING COMPANY