Loading...
Sully-MillerBIDDER: SULLY - MILLER CONTR ACTING CO. SECTION 1- BID SCHEDULE CBF -0 BIDDER: SULLY - MILLER CO NTRACTING CO. BID SCHEDULE SCHEDULE OF PRICES FOR SAFE ROUTE TO SCHOOL PROJECT CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 2 9G y9, 7-q B 1/9. specifications. 2 Traffic Signal Modification per LS Plans and Specifications 3 Furnish and Install Solar In -Road EA 5 3Jr OUO. / 75 O © ©. Pavement Lighting System Complete per Plans and Specifications. 5 Locations with a Total of 50 In -road Pavement Lights. 4 Furnish and Install Solar Speed EA 6 Z /,OOO• Feedback Sign System Complete p er Plans and Specifications. 5 Furnish and Install Signing and LS 1 o ao Striping per Plans and S ecifications. l 09, Z50 /0 1, z SO . 6 Furnish and Install Pedestrian EA 128 3 9, Z-0. — Count Down Heads Complete per Plans and Specifications. 7 Remove Existing and Install 4- SF 6,525 / Z , r 79, 300 . Inches Thick PCC Sidewalk per SPPWC Std. Plan 113 -2. See Appendix "N' erLocations. 8 Remove Existing and Install 6- LF 110 W q 5!0 Inches PCC Curb and 24- Inches PCC Gutter per SPPWC Std. Plan 120-2. 9 Remove Existing and Install 8- LF 270 y3, , // 6 /0. Inches PCC Curb and 24- Inches PCC Gutter per SPPWC Std. Plan 120 -2. 10 Remove Existing and Install PCC SF 385 )3, 5,005, Cross Gutter per SPPWC Std. Plan 1252 -2. 11 Install PCC Curb Ramp per EA 3 Z G vv. 7,8'00 . — SPPWC Std Plan 111-4. 12 Remove Existing and Install 6- SF 3579 Inches Thick AC Pavement (C2 PG 64-10). 13 Adjust Sewer /Storm Drain EA 2 1000 . Z,000- Manhole to Grade 14 Cold Mill 1 -Inch Existing Pavement SF 810 CBF -1 BIDDER: SULLY-MILLER CONTR ACTING CO. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ ? S , — Z//4 9 100, 5e�v K oh 1 og `fy Aov f lovsnhl 2s2d /1 'nG Avh � Dollar amount in written form 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 afterthe 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 a bid bond in the amount of Dollars ($ 1 U /o 1 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 Ownerfor execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliverto the Ownerwithin 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. CBF -2 BIDDER: SULLY-MILLER CONTR ACTING CO. time will begin to run ten (10) working days from the date of the Notice to 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. Addenda Nos. NONE The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -3 By: L L J Signature I Q1 RAYMOND SANCHEZ Type or Print Name ASSISTANT SECRETARY Title BIDDER: SULLY-MILLER CONTRA CO. 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): 74612, 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 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 -4 CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On June 15 2012 before me, Adriana C. Treio personally appeared Raymond Sanchez who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/she" executed the same in hi g'hprt.r«�°' authorized capacity(ies), and that by hi srh..,er,.,, "h " "° signatures) on the instrument the personal, or the entity upon behalf of which the person(s) N•N•N• «• «••••NS•••••• acted, executed the instrument. ��� «� ADRIANA C. TREJO ; � COMM M 1817403 m aorutyl�ueuc- curoneu y OfUNOE COIRrtY .+ �� My Commlrrbn E�Irer Od. 13 N•••••O•NON••••NNN Notary Seal 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 fficial seal Signature (� Adriana C. Trejo, Notary P OPTIONAL Description of Attached Document Title or Type of Document: Bid Proposal- Signature Page Document Date: June 15, 2012 Number of Pages: 1 Signer(s) Other Than Named Above: None Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez - Signer's Name ❑ Individual ❑x Corporate Officer — Title(s) ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other Signer is Representing: ❑ Individual Assistant Secretary ❑ Corporate Officer - Title(s) Right Thumbprint of Signer ❑ Partner - Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, 1I, do hereby certify that 1 am the 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 Chairman of the Board President Vice President, Chief Financial Officer and Treasurer Vice President and Assistant Secretary Vice President Secretary Assistant Secretary Assistant Secretary Assistant Secretary NAME Gordon R. Crawley David Martinez Timothy P. Orchard Michael Edwards Scott Bottomley Anthony L. Martino II George Aldrich Raymond Sanchez 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 February 15, 2012, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: " BID TENDERS: GENERAL RESOLVED, that any officer of the Corporation be and they hereby are authorized in the name and on behalf of the Corporation, under its corporate seal or otherwise (i) to prepare proposals and bids for the supplying of construction materials and the performance by itself or in joint venture, of work of whatsoever nature in connection with the construction or paving of highways, roads and airports and in connection with earthworks and civil engineering projects of all kinds, together with all work incidental thereto, (ii) to execute and submit any and all such proposals and bids to any governmental authority, instrumentality, or agency of the United States, its several states, territories and possessions, including without limitation, any municipality or other political or corporate subdivision thereof, and to any corporation, partnership, sole proprietorship, or other business entity, (iii) in connection with any such submission, to deliver bid deposits or bonds as may be required and (iv) to execute and deliver definitive agreements binding the Corporation to perform work in accordance with any proposals and bids authorized hereby." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 23rd day of April 2012. (SEAL) Anthony L. arti , Secretary Sully- Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 BIDDER: SULLY-MILLER CONTRACTING CO. SECTION 2 BID DATA FORMS CBF -5 Cycle 9 CIP No 21005 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. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Sully - Miller Contracting Company as Principal, and Lihe4 Mutual Insurance Comoamt , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of the Amount bid DOLLARS ($ 10% 1 , 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 SAFE ROUTE TO SCHOOL PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated June 20, 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 13th day of June 20 12 . Sully - Miller Contracting Company ( ) Liberty Mutual Insurance Company SEAL SEAL (SEAL) Principal Surety By L VL By: / ' t Signature Signature RAYMOND SANCHEZ, ASST. SECRETARY Victoria M Campbell, Attorney -in -Fact CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE I On June 15, 2012 before me, Adriana C. Treio personally appeared Raymond Sanchez who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) islare subscribed to the within instrument and acknowledged to me that h e/shelthey executed the same in his ".r,o i„eir authorized capacity(ies), and that by hi "h "h° signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. "- WR IAN " - I certify under PENALTY OF PERJURY under the laws of the ADRIANIA C. 7403 State of California that the foregoing paragraph COMM N 1817101 9 9 h is true and P 9 P W xmAxvMlBlk•WJrgllllA correct. R W 00LI& ! WITNESS my hand n official seal Signature C Adrlana C. Trejo, Notary Pu Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Bid Bond - Signature Page Document Date: June 13, 2012 Signer(s) Other Than Named Above: None Number of Pages: 1 Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signer's Name E] Individual Fxj Corporate Officer — Title(s) F] Partner — Limited /General Attorney In Fact Trustee Guardian or Conservator Other Signer is Representing E] Individual Assistant Secretary F — ] Corporate Officer — Title(s) Right Thumbprint V1 El Partner — Limited /General Attorney In Fact Trustee Guardian or conservator E Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer CALIFORNIA ALL PURPOSE ACKNOWLEDGMENT State of California County of Orange JUN 13 2012 On before me, Kim Heredia, Notary Public DATE NAME, TITLE OF OFFICER - E.G., "JANE DOE, NOTARY PUBLIC" personally appeared Victoria M Campbell , who proved to me on the basis of satisfactory evidence to be the person(s) whose names (s) is /are subscribed to the within instrument and acknowledged to me that tae /she /tfley executed the same in tai& /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. KIM HEREDIA Commission • 1945397 < i Notary Public - California i i • Orange County s• My Comm. Expires Jul 24, 2015 WITNESS'my hand and official seals SIGNATURE OF NOTARY OPTIONAL 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 form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL - NUMBER OF PAGES ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) JUN 13 2012 F GUARDIAN/CONSERVATOR - ❑ OTHER: DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) SIGNER(S) OTHER THAN NAMED ABOVE THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 5334746 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. Certificate No. American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company Peerless Insurance Company West American Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: That American Fire& Casualty Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of Ohio, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, that Peerless Insurance Company is a corporation duly organized under the laws of the Stale of New Hampshire, and West American Insurance Company is a corporation duly organized under the laws of the State of Indiana (herein collectively called the °Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, VICTORIA M. CAMPBELL, KIM HEREDIA, ERIK JOHANSSON, SHIRLEY BAUMAN, CHRISTINA JOHNSON, MEDSSATETZLAFF, LINDE HOTCHKISS ............................................................................................................................................. ............................... all of the city of IRVINE , 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 pursuance of these presents and shall be as binding upon the Companies as ff they have been duly signed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, this Power ofAdomeyhas been subscribed by an authorized officer orofficial of the Companies and the corporate seals of the Companies have been affixed thereto this 20th day of APNI 2012 , T t opn xi 4v INau y m a suR4m pee American Fire and Casualty Company v The Ohio Casualty Insurance Company M Liberty Mutual Insurance Company 0 i w G SF.AI, �a�SEAL 3�L Peeress Insurance Company a 151Y 19Df l€ c West American Insurance Company e ar �trT a o'A y n '�.4�:.a� �ae, 4 kuE cod a d `? C By. STATE OF WASHINGTON ss W. Gregory Davenport, Assistant Secretary r L 7 COUNTY OF KING — O m i d On this 201h day of April 20122 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American Fire and TN 5.2 Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, Peerless Insurance Company and WestAmerican Insurance Company, and that he, as such, being c W > authorized so to do, execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. C CL li IN WITNESS WHEREOF, I have hereunto subscribed my name and affixed my notarial seal at Seattle Washington, on the day and year first above written. o 7 ant s�{ �a � - Nornnd `: - By: d C PUBLIC KD Riley, No Public 3 N O a E 2_ �, ryy Vc r6 =� This PowerofAftomey is made and executed pursuant to and by authority of the following By -laws andbuOrizations ofAmerican Fire and Casualty Company, The Ohio Casualty Insurance ro y Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company, which resolutions are now in full force and effect reading as follows: w nd ARTICLE IV— OFFICERS —. Section 12. Power ofAffomey. Any officer orother official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject j e to such limitation 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, execute, seal, :o acknowledge and deliver as surety any and all undertakings, bonds, recwgnizanoes and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their respective •— m +-` powers of attorney, shall have full power to bind the Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so 00 a executed, such instruments shall be as binding as if signed by the President and attested to by the Secretary. Any power or authority granted to any representative or attorney -in -fact under to the provisions of this article may be revoked at any time by the Board, the Chairman, the President or by the officer or officers granting such power or authority. w oc E 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, ,•� m 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, execute. O o seal, acknowledge and deliver as surety any and all undertakings, bonds, reeNnizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their L) respective powers of attorney, shall have full power to bind the Company by their signature and execution of any such instruments and to attach thereto the seal of the Company. When so 0 executed such instruments shall be as binding as if signed by the president and attested by the secretary. Certificate of Designation - The President of the Company, acting pursuant to the Bylaws of the Company, authorizes Gregory W. Davenport Assistant Secretary to appoint such attomey -in -fact as may be necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizanoes and other surety obligations. Authorization - By unanimous consent of the Company's Board of Directors, the Company consents that 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 biding upon the Company with the same force and effect as though manually affixed. I, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casually Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, West American Insurance Company and Peerless Insurance Company do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy of the Power of Attorney executed by said Companies, is in full tome and effect and has not been revoked. ��� j,, I '� IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals of said Companies this IiJ(f I day o V( , 20 B Y ;v INSO ��lyta<aug4� �dsuea s'c ANeRS� ( So e e ( s c ony�� � 9 �o ��rP rk� r , Ixcelwrnnrs 1gD1 n I to & , `� +6 I�uroa� P nH, i '�'� � "r � St;AC, ea David M. Carey, Assistant Secretary r >•� �'i.�� wE,o`" R gwsECO , a� POA -AFCC, LMIC, O CIC, PIC & MIC LMS_12873_041012 BIDDER: MILLER CONTRA CO. 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 afterthe deadline for submission of bids to submit the information requested by the Owner about each subcontractor, otherthan 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 con4itions 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 -7 BIDDER: SULLY-MILLER CONTRA CO. 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) rDuplicate NeM 2 Pages if needed for listing addltional subcentraclomll Name and Location Description of Work of Subcontractor to be Subcontracted Name: GRr /sue Address: � � k� S L /n A yCi 6lcr7r�iirylv� �q 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 Name: Address: Description of Work to be Subcontracted CBF - B BIDDER: SULLY-MILLER CONTRA CO. 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate NM 2 Pages if needed for listing additional subcontraclors.'j Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: Description of Work to be Subcontracted Description of Work to be Subcontracted ;a T2 F; BIDDER: MILLER CONTRA 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: * ** PLEASE SEE ATTACHED LIST OF REFERENCES * ** 'PLEASE SEE A TTACHED LIST OF EXPERIENCE & QUALIFICATIONS * ** Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address 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 -9 i •,01!I i RIXC.`s I . G CI 0. LC,SIT (o)G � EF[EK[e6` CEP2 John Wayne 'IUVL6'Of'C XnAne, CA Larry Sor°a>ini, Prr®jsrt Fncoineerr 049 - 252 -5270 Los AwgoB -9 Cornwt`y Dopto of PuNic Wft ABGnambr°a, CA Xssa Adawiya, Resident Engineer 626 - 458 -5100 Ciajy of rontana voantana, CA Mario Estrada, Asst. My E-nK weer° 909 -350 -7000 CHC Engineering City of Ewdkistry, CA Jo89w, Ba8ias, City Pngiwoer° 026 - 333 -0335 C. I Sogerstron9 / N3wmtlhi Coast PBaza Fogg Studios Operations Costa Mesa, CAA BovedV Hills, CA Omni Wilson, Pr°ojeot Manigerr William muvphv, V.P. off FacUldes J14 -546 -0110 310 - 369 °3704 City oG Baldwin P@vft- Ewgw° Division Baldwin Park, CA Aujan Adnani, Ewgiwoorring Manager �ti5- 050 =4 ©� Ent. 254 BHSP Railroad Cor>rnn eme 91ansenmWHson Roo Rogers, Construction Manager 323 -257 -4186 LA Arena Company Stap8os Center -- Los Angeles, CA Dow Ganges, construction Manager 213 - 742 -7873 City of 6 uRer°ton Fur8ie ton, CA George Lin Project 6Enghwer 714 - 738 -5845 4890 Euvine Company Newport Reach, CA Peggy Woos, Sr. Director/ Construction 9 720-2000 Evvine Commurnit-V Deve8opment Company Newport Beach, CA Bill Martin, Vice Pa��i�9awt /Con�tru�aion 949-7m-800 iro ^"SIVn Of Apple °vaiWj Apple VaRROV, CA Pichirdl Pedhrwv, 7ovun, Enginezrr 7160- 2AM—JO 0 -0 CaBtr °any Department of Transportation Rav Stokes, Regional Engineer 900 °275 -0211 Coal State Long Beach Foundation Long Beach, CA No Tidwrvnanis, Director 552 -985 -8469 City of Rancho Cucamonga Rancho Cucamonga, CA CMV aackeM, Associate Engineer g0�a4��722�•0 CitV of Hespemia – Pa bhc Works Dept. Hesperia, CA 2160 -g47 -1000 My oh' Barstow &IFSta @v, CA Mike C-ta udl s, Ci't17 Pngiwe ev 7 500- 2?55 -M S4. rmdarPd DPcemher �nnfi 11 19 S(JLLY - MILLER CC3N RAC - rrivC; CC) BIIDDEWS ENPERIIENCE AND QUAL JIRC 17-ONS Project Narne /Number: TORRANCE BOULEVARD / 28791C Year of Project: 10/2008 – 05 /2.010 Project Description: S'I RCEF RECONSTRUC Px ARHM OVERLAY Agency (Name: CITY OF TORRANCE Contact Person: BET 1-1OVERSTREEI Telephone: 310- 618 -3074 Fax: 310- 781 -6802 Original Contract Amount: $5,904,267 Final Contract /ImounU $6,133,068 Change in original contract arnount is due to extra work and /or contract change orders adding work. Project Name/Number: LONG BEACH ANNUAL 2009 / 28810C Year of Project. 0112009 – 05 -2010 Project Description: AC /ARI IM – CONCRE - L – BASE – SIGNALS – SURVEY– STRIPING - IANDSCAPE Agency Name: CITY OF LONG BEACH Contact Person: CHARLES RAMEY Telephoner 562- 570.5170 Fax: 562 -570 -5176 Original Coniract $5,000,000 Final ContractAmount: $4,290,000 Annual Contract – work was done on an as needed basis. Project Name(Number: IACMA PHASE II PAVILION PROJECT 28006 / 29820C Year of Project: 02/2009 – 04 /2010 Project Description: B PERMIT Agency Name: MA — ii I CONSTRUCTION CORPORATION Contact Person: GREG WADE Telephone: 562 - 903 -2277 Fax: 562- 903 -2290 Original Contract Amount: $92,507 Final Cont act Amount: $420,000 Change in original contract amount is due to extra work and /or contract change orders adding work. Project NamefNamber: LA SOUTHWEST COLLEGL – 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 -030 Original Contract Amount: $1,120,315 Final ContractAmount: Change in original contract amount is due to extra work and /or contract change orders adding work. Project IVame/Nurnber: 3 RD STREET BET KEEN R17CORD AVENUE TO WOODS AVENUE / 28787C Year of Project; 11/2006 – 12/2009 Project Description: AC – CONCRETE– UNDERGROUND – LANDSCAPE – STRIPING - SIGNALS Agency Name: LOS ANGELES COUNTY DEPART MENT OF PUBLIC WORKS Contact Person: PAHIM RAI Telephone: 626-458-3112 Fax: 62_6- 458 -2197 Original Conb actAmoun : $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 ."iLJI.i_Y _P/I11.L.ER CC ?NTRraCTING CcJ. BXDDEWS EUP[fflII[ENCE AND o UALIIMATION 5 Project IVame /Number: 2007-2008 PAVEMENT REHA131 iATION- 28750C Start and Finish Dates: 6 12008 TO 712008 Project Description: AC /ART - IM - MANHOLES - SURVEY - S I PIPING - COLD MILL Agency Name. CITY OF HAWAIIAN GARDENS Contact Person: STEVE STEINBRECHER 7clephone: 562- 908 -6200 Fax: 562 - 695 -2120 Original Contract Amount: $451,112 Final i:ontractAmount: $456,287 Change in original contract amount is due to extra work and /or contract change orders adding woi k. project l ame /Number; S`iREE I PAVING PROGRAM- 28735C Start and Finish Dates: 3/2008 TO 512008 Project Description: ARI - IM - MANHOLES - MONUMENTS - STRIPING - SWPPP -. COLD MILL. Agency Name: CITY OF WES 1 HOLLYWOOD Contact Person: MILA SOLOGUB Telephone; 323 -848 -6338 Fa: 323 -848 -6564 original Contltacmmount_• ;340,986 Final Contract Amount: $315,916 Change in contract amount is due to items of work being deleted by the agency. ProjectNante /Number: STRL EAND WATER IMPROVEM ENT S . iN PIONEER BOULEVARD- 27709C Start and Finish Dates; 11/2007 i 0 4/2008 Project Description: WATER LINE AND STREET IMPROVEMENTS Agency Name: CU I ! OF CERRIi OS Contact Person; RASH SYED Telephone: 56Z- 860 -031.1 Fax: 562-916 -1371 Original ContractAmount: $1,507,833 Final ContractAmount: $1,443,408 Change In contract amount is due to items of work being deleted by the agency. Project Name/Nurnbei: THE LACMAIRANSFORMAIION PROJECT- 27662C Start and Finish Datcs: 6/2007 TO 4/2008 Project Description: 6 PERMIT Agency Name: MA CONSTRUC CORPORATION Contact Person: GREG WADE Telephone: 562 - 903 -2277 Fax: 562- 903 -2290 Original Contract Amount; $912,402 Final Contract Amount: $1,363,596 Change in original contract amount is clue to extra workand /or contract change orders adding work. Project Name /Number: CATALNA MEDIA / THI3 POINTS- 27732C Star e and Finish Dates: 1 /2008 TO 3/2008 Project Description: SEWER MAIN INS ALLAIION Agency Name' KRISMAR CONS I RUC-T.ON COMPANY, INC. Contact Person: GARY MORRISON Telephone; 310 -458 -3170 Fax: 310- 458 -9063 Original Contract $315,955 Final ContractAmount: $411,955 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated August 2010 � iiI.I- Y- A4im,hu COQ T RAC - , rmx; C0. BRODEWS EXPE �.� E NCE AND QUALRPRC A 1D S Project Name /Number: PACIFIC ELECTRIC RIC INLAND TRAIL PHASES 2 & 3 / 27653C Start and Finish Dates: 3107 TO 1108 Project Description: RJR CONCRETE /AC — LANDSCAPE /IRRIGATION — SIGNALS — STRIPE - UT Agency Name: CITY OF RANCI CUCAMONGA Contact Person: WALTER STICKNEY Telephone: 909 - 477 -2740 Fax: 909- 477 -2746 Original ContractAmount: $3,424,781 Final6ntractAmount: $3,424,780 Change in original contract al ount is due to exha work and /or contract change orders adding work. Project- Name /Number: MAROUARDT AVE=NUE / 27689C Start and Finish Dates: 712007 TO 9/2007 Project Description: RJR CONCRETE — AC ON FABRIC — ADJUST UTILITIES Agency Name: LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS Contact Person: EMILKURLYAND Telephone: 626 - 44583166 Fayr: 626- 458 -2197 original ConbactAmount: $183,915 Final Contract Amount: $183,915 Project Name/Number: ALPACA S I REET IMPROVEMENT PROJECT/ 27699C Start and Finish Dates: 8/2007 TO 11/2007 Project Description: RJRCONCRET1 EB< ASPHALT — STRIPING — ADJUST UTILITIES Agency Name: CITY ' OF SOUTH EL MONTC- Contact Person; GEORGE CASTILLO Telephone: 562.- 682 -3620 Fax: 562 -684 -0130 Original ContradAinount: $135,000 Final ContractAmount: $167,074 Change in original contract amount is due to cxira work and /or contract change orders adding work. Project NamejNumber: REI IABILITA ION OF LA MIRADA BLVD. / 27664C Stait and Finish Dates: 5/2007 TO 9/2007 Project Description: ARHM / AC PAVING, CONCRETE WORK— LOOP DETECTORS J SIGNALS Agency Name; CITY OF LA MIRADA Contact Person: GARY SANUI Telephone: 562- 943 -2385 Fax: 714- 522 -5800 Original ContractAfiountr $2,164089 Final ContracLAmount: $2,575,166 Change in original contract amount is due to extra work and contract change orders adding work. Project Name/Number: CSULB PARKING LOT 13 REPAIR — REPAVE / 27694C Star and Finish Dates: 7/2007 TO 8/2007 Project Description; AC GRIND /OVERLAY —ASPI ALI REPAIR - MINOR CONCRETERE=PAIR Agency Name: CALIFORNIA STATE UNIVERSI€ (, LONG BEACH Contact Person: ENRIQUE ROBLES Telephone: 562 -985 -4175 Fax: 562 - 9852308 Original ContractArriount: $375,823 Final Contract'Amount: $380,572 Change in original contract amount is clue to extra work and /o contract change orders adding work. Updated August 2010 S[JI.L.Y- MIi.1..YiR CONTRACTING CO. Project Nane/Number: ORANGE LINE— CANOGA ST ATION PARK AND RIDE 1 255680 start and Finish Dates: 3/2006 TO 1/2007 Project Desa NEW TRANSPORTTA-i ON ST - HON 1 NCLUDING AC PAVING GCONCRCE WORK Agency Name: MET ROPOL1 I'AN TRANSPORA110N AUTHORITY Con tact Pe! "Son: GHULAM SHAIKH telephone: 818 -262 -6300 Fax: 213- 922-7384 Original ConliactAnount: 13,732,500 Final ContractAmount: ;12,415,392 Change in Contract amount is due to items of work being deleted by the agency. Project Name /Number: SOUTH COAST PLAZA PARI<INQ LOT /2,66080 Start and Finish Dates: 7/2006 TO 10/2006 Project Description: COMPLETE REMOVE AND REPLACE OF PARKING LOT, CONCRETE CURB G GUTTER, LOOP PEIECORS, AND STRIPING Agency Name: SOUTH COAST PLAZA Contact Person: ROBERT THOMAS telephone: 714 - 546 -0110 Fax: 71 4-546-9835 Original Contract Amount: $3,100,009 Final Contract AnGUnt: $3,932,226 Change in original contract amount is dice to extra work and /or contract change orders adding woi Ik. Project Nalnefflumber: RESIDENTIAL STREET REHABIL! i A i ON WORK / 26573C Start and Finish Dates; 2/2006 to 8/2006 Project Desc'iption: ASPHALT CONCRETE OVERLAY AT VARIOUS LOCATIONS CITYWIDE Agency Name; CITY OF WEST COVINA Contact Person: OSCAR CARLIN Telephone: 626- 939 -8445 Fax: 626 -939 -6660 Original ContractAmount: $1,430,808 FinafContract Amount. $1,512,463 Change in original contract amount is due to extra work and /or contact dlange orders adding work. Project Name /Number: BERTH 401 - 406 BACKLAND IMPROVEMENT S / 25567C Start and Finish Dates: 1/2006 to 4/2006 Project Description: ASPHALT AND CONCRETE PAVING / SIT E IMPROVEMENT PROJECT Agency Name: PORT OF LOS ANGELES Contact Person: KEN HARBOR Telephone: 310- 831 -5389 Fa;c 310- 831 -5389 OriginalConUdctAmount: $3,286,800 FinalContracl $3,386,333 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; 195 , ' STREET IMPROVEMENT (25506C 5/2005 to 11 /Z005 MEDIAN ISLAND and STREET REPAIRS C_rY OF CERRITOS VIC MASAYA Telephone: 562 - 916 -123 Fax: 562- 916-1371 Updated August 2010 plpj1L >LJLLY- MILLER CON RACCING Co QADDEW!% LXPEMC` NCE AMD QUAD mckirloms Original ContraciAlnounr. $ 862,370 Final Contract Amount: $742,488 Project IVame/Number; MALL PARKING LOT IMPROVEMENTS / 25492C Start and Finish Dates: 3 /2005 to 1012005 Project Description: REPAIR and PLACE NEW AC PAVING and STRIPE RIPE- PARIING STALLS Agency Name: CIIY OF TEMPLE CITY Contact Person: JANICL ST ROUD Telephone: 626 - 285 -2171 Far. 909 -594 -2858 original Conti Amount: $828,837 Final Contract Amount: $894,012 due to and /or contract change orders adding work. Change in original contract amount is extra work Change in contract amount is due to items of work tieing deleted by the agency. Project Name /Number: HELLMAN AVENUE S T RGEf IMPROVEMENT S / 24477C Start and Finish Dates: 6/2004 to 11/2005 ProjectDesaiption: STREET RECONSTRUCTION PROJECT Agency Name: CITY OF ROSEMEAD Contact Person: KEN RUKABTNE Telephone: 562 - 908-6262 Fax: 562 - 695 -2120 original ContractAmount: $1,051,667 Final ContractAniount: $1,067,429 is to work and /or contract change orders adding work. Change in original contract amount clue extra Project IVame/Number; HOLGATE AREA STREET REFIABII.ITATION AND WA I ER MAIN / 21446C. Start and Finish Dates: 3 /2004 to 612005 Project Description: STREET REHABLITA T ION AND WAT ER MAIN REPLACEMENT Agency Name: CITY OF LA HABRA Contact Person: CHUCK STEPHAN Telephone: 562- 905 -9720 Fax: 562 -905 -9643 Original ContiactAmount: $2,996,461 Final ContractAmount; $3,566,942 Change in original contract amount is due to extra work and /or contiacL change orders adding work. Project Name/Numbcr: PIER 400 BACI"NDS PHASE 2 / 23301C Staff and Finish Dates: 4 /2003 to 812004 Project Description: TRANSTAINER FACILITY, GRADING, PAVING, UNDERGROUND; CONCRETE. PROJECT FINISHED ON TIME — E>aRA DAYS FOR EXTP.A WORK ONLY Agency Name: PORT Of- LOS ANGELES Contact Person: MAI IMOUD IRS[ IEID Telephone: 310 -732 -3525 Fax: 310 -331 -5389 Original Contract Amount: $30,618,798 Final Contract' Amount: $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 1212002 to S/ 2003 UNDERGROUND, ASPHALT REHAB, CURB & GUTTER, COLD MILLING CIIY OF VICTORVIILE MARK MILLER Telephone: 760 - 955 -9158 Updated August 2010 � Fax: 760- 955 -5159 Original ContractAmount: $4, 771,477 Final ContractAnount: $4,994,540 Project Name/Number.' ARROW HIGHWAY - LIVE OAK AVENUE PHASE II / 22273C Stan and Finish Dates: 11/ 2002 to 8/ 2003 Project Description: AC GRIND OVERLAY — NEW MEDIANS & DECORA I iVE CONCRETE Agency Name: CITY OF IRWINDALI Contact Person: KWOK TAM. Telephone: 66- 430 -2212 Fax: 6226 -962 -7016 Original ContactArrmount: $4,289,147 f=inal ContractAmount: $4,654,815 Change in original contract amount is clue to ex4a work and /or contract change orders adding work. Change in original contract amount is clue to extra work and /or contract change orders adding wod<, Project N6me /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 Pei MAHMOUDISHEID Telephone: Fax: r : Original Con6actAmount: ;75,13 x,500 Final Contract Amount Change in contract amount is due to items of work being deleted by agency. 310- 732 -35?5 310 -831 -5389 $74,226,254 Updated August 2010 CQ R C- F11VC1 Co. PR®AEcTs INVOLIVING HEAVY 57®RIN DIRWAN, SEWER AND WA7ER IMPRlCUVEMEN I S Project Nan1e/Number: FOSTER PARK, VALLEY VIEW AVE / FOSTER ROAD / 29891C Year or Project: 02/201.0 - 01/2011 Project Description: R/R SFREE-T5, (AC /CMB /C @G), STORM DRAIN IMPROVEMENTS Agency Ware: CIry OF LA MIRADA Contact Person: GARY SANUI Telephone: 562 - Fax: 561- 99 -1727 43 -1_464 Original Contract Amount: 42,148,000 Final Contraci: Amount: $3,075,872 Change in original contract amount is clue to extra worl< and /or contract change orders adding work. Project Name /Number: OFFSI T E EUCLID STREET IMPROVEMENTS / 28803C Year of Project: 11/2008 - 0512010 Project Description: OFFSITL°" IMPROVEMENTS, STORM DRAIN, ELECTT RICAL, AC PAVING, CONCRETE IMPROVEMENTS Agency Name: WATSON LAND COMPANY Contact Person: ROBERT DEBERARD Telephone: 310 -952 -6429 Fax: 310 -522 -8785 Original ContractAmount: $4,083,052 Final Contraci Amount: $3,849,675 work and /or contract change orders adding work. Change in original col tract amount is due to extra Project Name /Number: VALLEY WAY / ARMSTRONG ROAD / 27680C Year of Project: 01/2007 - 01/2009 project Description: DR S STRUCTURES, MANHOLES, AC /ARNM, CONCRETE IMPROVE BASE, ING Agency Name: COUNTY OF RIVERSIDE Contact Person: STAN DERV Telephone: 951 - 955 -6785 Fax: 951 -955 -3164 Original Contract Amount! $4,813,000 Final Contract Amount: $6,190,475 and /or contract change orders adding work. Change in original contract amount is due to extra work Project Name/Number: DOUGLAS PARK STREET IMPROVE=MENTS AND INFRAST RUCTURE / 26595C Year of Project: 03/2006 - 07/2007 PiojectVescription: INFRASTRUCTURE - SEWER, WATER, STORM DRAIN Agency Name: BOEING REALT Y CORPORATION Contact Person: STEVE GARIS Yelephone: 564 -893 -4730 [-a)(: 714- 850 -0086 Original ConbactAmoont: $11,256,511 Final Contract Amount: $19,932,964 is due to extra work and /or contract change orders adding work. Change in original contract amount Updated March 2.011 KwMAL- ST ILLY= NLTL.ILER CON RACE INCr C.O. I f ProjectName/ Number: OOR I OLA SPRINGS AND MOD]ESKA / 25539C Year of Project: 04/2005 - 06/7006 ProjectDescriptfon: SEWER, WATER, STORM DRAIN IMPROVEMENTS Agency Name: IRVINE COMMUNI`i ! DEVELOPMENT COMPANY Contact Person: BILLMARIIN Telephone: 7147348100 Fax: 949 -469 -9719 original Contract Amount: $8,625,848 Final ContractAmount: $9,602,943 Change in of iginal contract amount is due to extra work and /or coniract change orders adding work. I Updated March 2011 2 Milli SULI. Cav! RAC-TING Ccl. RIDUER EJSPERXEMCE AND QUALMIC ATROMS ASPHALT RUBRIEfilub HOT mix (ARHM) PROJE - s Project Name /Number: ANNUAL OVERLAY PROGRAM / 27697C Start and Hnish Dates: 8/07 — 10 7/08 Project Description: AR11M OVERLAY — CONCRET E (CuG, SIDEWALK, DRIVEWAY) - LOOPS Agency Name: c Y OF CARSON Contact Person: RICK BOUTR05 Telephone: 310- 952 -1700 exi. 1830 Project' Value: $2,397,755 Project Name/Number. NORMAME AVENUE — S T PL- 5953(45 / 26547C Sian and f=inish Dates: 3107 TO 9/07 Pi oject Description: ARHM /AC PAVE - LANDSCAPE — CONCRETE - SIGNALS /LIGHTING /LOOPS Agency Name: 1 -05 ANGELES COUNTY — DEPT. OF PUBLIC WORKS (LACDPW) Contact Person: EM ICURLYAND Telephone: 626 -458 -3166 Project Value: 52,713,_!86 t Updated Otiober 2003 ndILL,(st, *-CONTRA °TI"C 1'avunlullC L'r(:Serva oil Re5e1'Cnie iuP'a his;. lr,b ilalrte Uescl'i riiut? OVJnt'P Cuoun =act U;Ivid Is"llcou - 1.988111 LO6,IJ.I. AC paviu6', s021coatand m— Miltlet Mol'vii 310 -M L689'.1 stripe Carson facility 2937gu 257,093 Cotchllill, AC 0vel'laq, sealcoat PI Wltifnuy IhP Sfel'u B:LU -!i 85 -6800 and I'estrilic the Nprlli Luis Iladcef[Iy1Ie at !1111 U0sot0 Pacilii:y, C1 29E7G9r. 2GG,2flG AC paving, scalcoatmul resiripn 5adlnerfnn I RammIathan Ul 1 saivaHon Arlly Par king lot Uuifticrs 213 - 4411 -dSUS in Anaheim, CA; 29t153c 743,:1.67 AC paving,sealcuatalldl'e FhlLhaluay- 112110 Control us stripe parking loll It fill' ISimmkidie 562- 0,1,1 -933:! Uuddev School. 208a5c 7R0,i }7? /1C lnvhiU, SeahSOaf and restripe Jul'IlL'IISCIl Bill vizza q7.5 'LEI %! -a'LU9 lbyoUl AVOW I'unlillal it Lung licach Ail fall, CA. 78792c 369,5,75 AC rcpall 5, snalcoat Ba restl'Ipu Toyota l.oglslslirs Jnli.l(eller 7:I.I SW 2409 Port u(Lo -s Mgeles,. CF1. 27636c 369,931 AC(PCC I'epairs, sealcoat clod Pratt Whitney Mike Caley restripingat two facilities in Rackefdync f4.L;2- SnG -]05? canoga Park, CA. 2767sc 623,99E AC /PCC repairs, sealcoat and Tile Uoeiug Wayne Molt rrsiripingetthree facilities i Company 561797 -4MLI Anahelnl, I-ILMOV Ucacll, and Seal Beach, CA, - 23293c 327,946 South Coast Drive Realignment: 1:1 segcrsh'011 1 Grant Wilsml inclikled Type llltaadslurey St Suns dad- 4:18- 3'L7fi W/2n I -ate!( "7.929'Lc 266,972 4larhm'Ulvd realignhmnC 113 SeFe'Stronl Gl'antOlsall ilidUderl T pc 11 Road Slw'ry 9, Foils 'I.111-413-3,27c vjl?,% Lateg 277 r. 1,4S0,71G South coast U rive ltcallt;)l Ill enC CJ SeFersh•oln (31:11,1 Wilson 10cIRdP:d7ypeII Road SInM.I SIsulls 71,143ti -3276 vJ /)nA I utex 9 BIDDER: SULLY - MILLER CONTR ACTING CO. SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDER: SULLY-MILLER CONTRA CO. 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 I — U " RAYMOND SANCHEZ Typed or Printed Name Vdd6ldol SULLY - MILLER CONTRACTING C OMPANY Bidder * ** PLEASE SEE ATTACHED NOTARY JURAT FOR PROPER WORDING * ** Subscribed and sworn before me This _, day of .20 (Seal) Notary Public in and for the State of California My Commission Expires: CBF -11 CALIFORNIA JURAT WITH AFFIANT STATEMENT STATE OF CALIFORNIA l COUNTY OF ORANGE J Subscribed and sworn to (or affirmed) before me on this 15th day of June, 2012, by Raymond Sanchez proved to me on the basis of satisfactory evidence to be the person who appeared before me. E .4 0M lO 1NI% ORANUCOWY 3,M1 Notary Seal June 15, 2012 OPTIONAL Description of Attached Document Title or Type of Document: Non - Collusion Affidavit Document Date: Signer(s) Other Than Named Above: WITNESS my hand official seal Signature Adnana C. Trejo, Notary 9 1 c Capacity(ies) Claimed by Signer(s): Signers Name Raymond Sanchez Signer's Name Individual FX Corporate Officer - Title(s) ❑ Partner - Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator Other Signer is Representing: Individual Assistant Secretary ❑ Corporate Officer - Title(s) Right Thumbprint of Signer None Number of Pages: 1 ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator ❑ Other SULLY - MILLER CONTRACTING COMPANY Right Thumbprint of Signer BIDDER: MILLER CONTR ACTING CO. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE.... ............... _ .............................. 1 SECTION 2 BID DATA FORMS ........................................................ ............................... °....... 5 2.A BID BOND ....................................... ............................... 6 2.13 LIST OF PROPOSED SUBCONTRACTORS... ...................... ............................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT ............................................. ............................... 10 CBF -12