Loading...
Sully MIllerCITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 CONTRACT BIDtFORMS BIDDER: Sully - Miller Contracting Comp CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE.............................................. ...........................CBF1 - CBF6 SECTION 2 BID DATA FORMS ................................. ..... ........................... CBF7 2.A BID BOND ........ .................................................................... CBF8 23 LIST OF PROPOSED SUBCONTRACTORS ..................... CBF9 -CBF11 SECTION 3 NON - COLLUSION AFFIDAVIT ............... . .................... CBF12 -CBF13 BIDDER: Sully - Miller Contracting Company SECTION 1- BID SCHEDULE CBF -1 BIDDER: Sully - Miller Contracting Comp BID SCHEDULE SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD _...... .. ....._ ...... ...... _. BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing& Grubbing per plans LS 1 ct c— q%-ko and specifications. See technical i provisions TP -2, TP -3 & TP-4. 2 Disposal of Waste Materials. LS 1 rj OpO— S ODO 3 Cold mill 2.0- inches thick existing SF 183,700 0 `� 1-2j O t{L( — pavement. 4 Construct 1.5 inches thick TONS 1,653 pavement overlay ARHM -GG -C OS — r {O� SOS (PG 64 -16) as indicated on the plans. 5 Construct 1.0 inches thick TONS NI NO Asphaltic Leveling course D1 1,102` (PG 64 -10) as indicated on the `Per Add 7(o plans. #1. 6 Remove 6- inches of existing SF 500 pavement and replace it with 3.5- y� 5c) O inches of AC B -PG 64 -10 Base Course over compacted native. 7 Remove, Dispose and Construct SF 7778 4- inches thick PCC Sidewalk per p0 ( — SPPWC Std. Plan 113 -1. 8 Remove, Dispose and Construct SF 2270 PCC Driveway Approaches per SPPWC Std, Plan 110 -2. 9 Remove, Dispose and Construct LF 592 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan 120 -2. q CBF -2 BIDDER: Sully - Miller Contracting C ompany 1 4 19, loo — TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ — C% 22 5.J Z-1 YFc; I - - �) 4 E .'r/ +� a ['Y IRS[cDC ®�00 \1b-C �i w+ 2C.t -a Dollar amount in written form �o�� 4,.,..,a,re.d N, rlc.'f'cc�n - F�.o�sw� -� lac h�� -�ccc) dotl�cs o.•�` r. «r ce,ti�Cs CBF -3 UNIT OF EST. UNIT ITEM NO, ITEM DESCRIPTION MEASURE QTY. PRICE COST 10 Remove, Dispose and Construct PCC Curb Ramps per SPPWC EA 5 _ 2 1 J �/ rj O o Std. Plan 111-4. 11 Adjust Sewer Manhole to Grade EA 29 _ per APWAStd. Plan 205 -1 and (oQp 1 RC30 206 -1. 12 Adjust Water Valve /Gas Valve to EA 32 I oo 3� Zpp Grade. 13 Install Survey Well Monument EA 5 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General (� C 06 _ Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 14 Install Traffic Striping, Traffic LS 1 Lj� SOO ! { S�— Signal Loops, and Pavement l i Markers ( Including 8" Raised - pavement markers) per the i Striping Plans and Specifications Complete. 15 Prepare a Storm Water Pollution LS 1 3700 �i 70d Prevention Plan (SWPPP) 16 Remove, Salvage and Install EA 6 Street Name Signs on Existing _ (o q Poles; City will .provide the Signs. 17 Remove, Salvage and Install EA 2 Street Name Signs on new _ Poles; City will provide the Signs. 1 4 19, loo — TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ — C% 22 5.J Z-1 YFc; I - - �) 4 E .'r/ +� a ['Y IRS[cDC ®�00 \1b-C �i w+ 2C.t -a Dollar amount in written form �o�� 4,.,..,a,re.d N, rlc.'f'cc�n - F�.o�sw� -� lac h�� -�ccc) dotl�cs o.•�` r. «r ce,ti�Cs CBF -3 BIDDER: Sully - Miller Contracting Company TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE):$ 30 woo in written form I4Lk Soo TOTAL BASE & ALTERNATE BID PRICE t. o _ c r. r . n Dollar amount in written form Four 4LU"'At- c). '( = oma y- N�Kc 't�o.s• -�-c� Fr�C 4ra...��ccc�. ao�t�cS ..�,..� "L�n� cc�. fS 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 govem. Attached hereto is a a bid bond in the amount of Te Percent of Bid Dollars ($ of B psaid 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, CBF -4 -UNIT OF _ MEASURE _._ EST. QTY. NO. ITEM DESCRIPTION PRICE COST 1 B Install Wrought Iron Fence 6 LF 320 feet, 1 1/2" rails and 314" pickets, S -2 -Z ) / 4 00 all tubing 100% galvanized inside and out and powder coated and 2" post per Kingmetals or approved equal. TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE):$ 30 woo in written form I4Lk Soo TOTAL BASE & ALTERNATE BID PRICE t. o _ c r. r . n Dollar amount in written form Four 4LU"'At- c). '( = oma y- N�Kc 't�o.s• -�-c� Fr�C 4ra...��ccc�. ao�t�cS ..�,..� "L�n� cc�. fS 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 govem. Attached hereto is a a bid bond in the amount of Te Percent of Bid Dollars ($ of B psaid 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, CBF -4 MAYOR: POLLY Low MAYOR PRO TEM: WW. ALARCON COUNCIL MEMBERS: SA RAARMENTA MARGARET CLARK STEwNLY May 13, 2013 ity ®f Wpsem 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770. TELEPHONE. (626) 569 -2100 FAX (626) 307 -9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 2 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 f 1 - . I' V 1. You hereby informed that Alternate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Storm Drain Construction NO UNIT OF EST UNIT ITEM 2 ITEM DESCRIPTION MEASURE QTY PRICE COST 19 Install Storm Drain System as LS 1 indicated on the attached Plans 22 1 000 — 22, o00 Complete. TOTAL ALTERNATE B ID PRICE No.2 (SCHEDULE BID PRICE):$ 22 oop T W�tN��r -Two �'t77U9e.� d0 \1oC� ,,..�� 'LC�O levtG. Dollar amount in written form 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 2 shall be entered on the page CBF — 5 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 �ROSEMEAD By /Rafael Fajardo Associate Civil Engineer Page I BIDDER: Sully - Miller Contracting Comp 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 Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bon Payment Bond and all other _ -- documentation- and�certification= required =by -the= Contract. The undersigned offers and agrees that if this bid is accepted, itwill 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 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. 41 Dated 05/07/13, #2 Dated 05/13/13 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 -5 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. (Alm dll08 /20,1.3. 1.4::18 FAX Ian® m�m � m . mc�m m m m m m �I MAYOR: FOLLY Low MAYOR PRO TFNI: 891111 ANI ALARCGN COUNCIL NAEMUER,S! SANDRA ARAIENTA MARGARET CLARK STEVEN LY :;•:r�j0o3.iooI City of 1psemead 8838 E. VALLEY OOULEVARD P.0 BOX 399 ROSEMEAD. CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307 -9218 In �5 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA + l ADDENDUM NUMBER 1 y j 1 To all prospective bidders under Did Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 j 1. Bid Item No Base Bid Schedule on CBF — 2 EST. QTY. (Estimates Cluantity) 1,1102 Tons shall be replaced by 1,102.00 Tons. I i 2. The rest of Bid Documents as originally issued shall be used in submitting an acknowledgement of receipt of this Addendum Number 1 shall be ente the page CBF — 5 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to re BY ORDER OF THE CITY OF Date: May 7, 2013. 1 B y �� R ani el Fajardo Associate Civil Engineer I I I I I i i i ,'and on By: L Signkurej BIDDER: Sully-Miller Contracting Company 135 S. State College Blvd., Ste. 400 Business Street Address Raymond, Sanchez,. Brea, CA 92821 Typeof Print Name City, State and Zip Code Title Telephone Number Bidders/Co ntr a ctor's - Stat e � Partners or Joint Venturers: Delaware NN Bidder's License Number(s): 747612 C NOTES: 1\ Bv its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy cfthe representations made on the Contract Bid Fonns. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or j oint venture, give full names of all partners or j oint 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, C8F'0 CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, 11, do hereby certify that I 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 NAME Chairman of the Board Gordon R. Crawley President David Martinez Vice President, Chief Financial Officer and Treasurer Timothy P. Orchard Vice President and Assistant Secretary Michael Edwards Vice President Scott Bottomley Secretary Anthony L. Martino It Assistant Secretary George Aldrich Assistant Secretary Raymond Sanchez 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 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 Secretary Sully- Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 STATE OF CALIFORNIA COUNTY OF ORANGE On May 17, 2013 before me, J. Daniels, Notary Public personally appeared Raymond Sanchez Description of Attached Document Title or Type of Document: Bid Proposal- Signature Page Document Date: May 17, 2013 Signer(s) Other Than Named Above: ❑ Individual Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signers Name ❑ Individual FX Corporate Officer — Title(s) ❑ Partner — Limited /General 7 Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Assistant Secretary ❑ Corporate Officer — Title(s) Right Thumbprint of Signer Number of Pages: 1 ❑ Partner — Limited /General Attorney In Fact Trustee Guardian or Conservator Other Right Thumbprint of Signer SULLY - MILLER CONTRACTING COMPANY who proved to me on the basis of satisfactory evidence to be the person(s) whose name is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the FS� ., J. DAN1ELS r Y instrument the person(s), or the entity upon behalf of 1 4 989 a - COMM tt 54 m (a'2. r� Notary Publl > a S which the persons) acted, executed the instrument. ,, myc mm 24,mtb ).......r: _ ._ I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and jficial seal Signature J. Da iels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Bid Proposal- Signature Page Document Date: May 17, 2013 Signer(s) Other Than Named Above: ❑ Individual Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signers Name ❑ Individual FX Corporate Officer — Title(s) ❑ Partner — Limited /General 7 Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Assistant Secretary ❑ Corporate Officer — Title(s) Right Thumbprint of Signer Number of Pages: 1 ❑ Partner — Limited /General Attorney In Fact Trustee Guardian or Conservator Other Right Thumbprint of Signer SULLY - MILLER CONTRACTING COMPANY BIDDER: Sully - Miller Contracting Com pany SECTION 2 BID DATA FORMS CBF -7 From Rosemead Boulevard to Valley Boulevard, Project No. 21015 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 Liberty Mutual Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TenPercent of the 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 forthe Mission Drive Street Resurfacing Project as setforth in the Notice Inviting Bids and accompanying Bid Documents, dated May 22, 2013 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 15th day of May , 2013 Sully-Miller Con a tin Coln (SEAL) Principal By: By: Signature RAYMOND SANCHEZ, ASSISTANT SECRETARY Liberty Mutual Insurance Company (SEAL) Surety Signature Victoria M. Camobell, Atto y - in -Fact ; CBF - 8 STATE OF CALIFORNIA l COUNTY OF ORANGE J On May 17, 2013 before me, J. Daniels, Notary Public personally appeared Raymond Sanchez Description of Attached Document Title or Type of Document: , oli Document Date: May 15 2013 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signers Name Individual corporate Officer — Title(s) Partner — Limited /General E] Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Individual 1 Assistant Secretary F corporate Officer — Title(s) Right Thumbprint of Signer Partner — Limited /General Attorney In Fact ❑ Trustee Guardian or Conservator Other Right Thumbprint M SULLY - MILLER CONTRACTING COMPANY who proved to me on the basis of satisfactory evidence to be the person(s) whose name is /are subscribed to the within instrument and acknowledged to me that he /she /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of �ti;h JJ DANIELS which the person(s) acted, executed the instrument. COMM # 1989544 a Notary Public z I certify under PENALTY OF PERJURY under the laws of ORANGE COUNTY tea, A7y Commiuron BWlres Sept.14, 201fi the State of California that the foregoing paragraph is true .« and correct. WITNESS my hand and fficial Seal Signature J. Mniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: , oli Document Date: May 15 2013 Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signers Name Individual corporate Officer — Title(s) Partner — Limited /General E] Attorney In Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing Individual 1 Assistant Secretary F corporate Officer — Title(s) Right Thumbprint of Signer Partner — Limited /General Attorney In Fact ❑ Trustee Guardian or Conservator Other Right Thumbprint M SULLY - MILLER CONTRACTING COMPANY CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange MAY 15 2013 On before me, Julia Hien Nguyen 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 /they executed the same in his /her /their authorized capacity(ies), and that by his /her /their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. JULIA HIEN NGUYEN Commission a 2006350 WITNESS my hand and official seal. i -: Notary Public • California i = Orange County M Comm. Ex Tres Feb 3. 2017 + ` Z �' SIGNATURE OF NOTARY 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 form. 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 MAY 15 2013 DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE Liberty Mutual Insurance Company BIDDER: Sully - Miller Contracting Comp 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 %) o €-the - Bidder's Total -Bid Price, or, in the case of bids or offers for the construction of treets or highways, including bridges, in excess of one -half of 1 percent of the Contractors total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that itwill 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, 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 conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greaterthan 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 -9 BIDDER: Sully - Miller Contracting Company 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) Fouplicate Next 2 Pages if needed for listing additional subcontractors. Name and Location Description of Work of Subcontractor to be Subcontracted C. I c) PIQ..e Name: Name and Location of Subcontractor Name: PC 1 Address: Lois R - Ck Name and Location of Subcontractor Description of Work to be Subcontracted S'.)v.>`C- Name: Cade I ,n �Ufucy r c� Address: Qr9� Y C n Name and Location of Subcontractor " ® — Address: Gtlobal �oa� Sea1�� -`� Cx orcr5e_v. Gt ro.rC. , Gl� Name and Location of Subcontractor Name: Address: Co�ana_ GA� Description of Work to I& be Subcontracted - rorx P r k Description of Work to be Subcontracted (-00 �PS Description of Work to be Subcontracted A,a r�,�l, Nave nJ L��A- o� S.,bco.rrncro� t�eyca"cptrow o-( vJor � � umot LfJR Cor.,GCr�c Sfrvc res , I V)c. STOfw �co.v SYrucEvoes AJJ s : (,t+c nta N c L t-S CBF -10 BI DDER: Sully-Miller Contracting Company 2.0 REFERENCES The following are the names, addresses and telephone numbers forthree public agencies for which BIDDER has performed similar work Within the past two (2) years� - "- --- * *Please See Attached List of Project References ** -- -- 1. Name and Address of Owner Name and telephone number of person familiar with project I Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project till Contract amount Type of Work Date Completed Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF - 11 SIJLiY- MILLER CONTRACf[N<i CO. BIDDER'S EXPERIENCE AND QUALIFICATIIONdS Project Name /Number: Medford Street/ 10030C & 10128814 Year of Project. 11/2011 — 5/2012 Project Description: AC — CONCRETE — STRIPING - SIGNALS Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS Contact Person: FAHIM RAHIMI Telephone: 626- 458 -3112 Fax: 626- 458 -2197 Original Contract Amount: $1,961,576 Final Contract Amount: $1,893,032 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: 2010/2011 ANNUAL WATERLINE & SLURRY SEAL JOB/ 11090C & 10128866 Start and Finish Dates: 5/2011 — 3/2012 Project Description: WATER LINE AND STREET IMPROVEMENTS Agency Name: CITY OF LA HABRA Contact Person: CHUCK STEPHAN Telephone: 562- 905 -7200 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: 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 ContractAmount: $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 / 28810C 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 ContractAmount: $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: Project Description: Agency Name: Contact Pcrson: 02/2009 — 04/2010 B PERMIT MATT CONSTRUCTION CORPORATION GREG WADE Telephone: 562- 903 -2277 Fax: 562 -903 -2290 Updated August 2010 MUM StJLLY-MILLER CONTRACTING CO. -- - - --.-------BIDDER'S EXPERIENCE AND QUALIFICATIONS Original Contract Amount: $92,507 Final Contract Amount: $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: 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/Numb&: ' 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: 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 Contract Amount: $912,402 Final Contract Amount: $1,363,596 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: CA T ALINA MEDIA / THE POINTE- 27732C 1/2008 TO 3/2008 SEWER MAIN INSTALLATION Updated August 2010 SULLY- MILLER CONTRAC CO- BIDDER'S EXPERIENCE AND QUALIFICATIONS Agency Name: KRISMAR CONSTRUCTION COMPANY, INC. Contact Person: GARY MORRISON Telephone: 310 - 458 -3170 ax: - - - - -- 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. Project Name /Number: PACIFIC ELECTRIC INLAND TRAIL PHASES 2 & 3 if 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 GEORGE CASTILLO Telephone: 562- 682 -3620 Contact Person: WALTER STICKNEY Telephone: 909 - 477 -2740 $135,000 Final Contract Amount: $167,074 Fax: 909- 477 -2746 Original Contract Amount: $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: MARQUARDT AVENUE / 27689C CITY OF LA MIRADA Start and Finish Dates: 7/2007 TO 9/2007 Project Description: R/R CONCRETE - AC ON FABRIC - ADJUST UTILITIES $2,164,089 Final Contract Amount: $2,575,166 Agency Name: LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS CSULB PARKING LOT 13 REPAIR - REPAVE / 27694C Contact Person: EMILKURLYAND Telephone: 626 -458 -3166 AC GRIND / OVERLAY - ASPHALT REPAIR - MINOR CONCRET E REPAIR Fax: 626- 458 -2197 Original Contract Amount: $183,915 Final Contract Amount: $183,915 Project Name /Number: ALPACA STREET IMPROVEMENT PROJECT / 27699C Start and Finish Dates: 8/2007 TO 11/2007 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. if 27664C 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 CONCRET E REPAIR Updated August 2010 SULLY- MIIA,FR CON1"RA(7 TINC: CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Agency Name: CALIFORNIA STATE UNIVERSITY, LONG BEACH ! nnfart Persnn• FNRTTnIIF RnRI FS TelenhnnP- 562 -9R5 -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. 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: ROBERTTHOMAS Telephone: 714 -546 -0110 Fax: 714 -546 -9835 Original Contract Amount: $3,100,009 Final ContractAmount: $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 Updated August 2010 STJLIY- MILLER CONTRAC, TINC: C(->. BIDDER'S EXPERIENCE AND QUALIFICATIONS Start and Finish Dates: 5/2005 to 11/2005 Project Description: MEDIAN ISLAN and S TREET REPAIRS Agency Name: CITY OF CERRITOS Contact' Person: VIC MASAYA Telephone: 562- 916 -1231 Fax: 562- 916 -1371 Original Contract Amount: $862,370 Final Contract Amount: $742,488 Project Name /Number: MALL PARKING LOT IMPROVEMENTS / 25492C Start and Finish Dates: 3/2005 to 10/2005 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 Contract Amount: $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 / 24446C 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: MAHMOUD IRSHEID Telephone: 310- 732 -3525 Fax: 310- 831 -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: PHANTOM WEST STREET IMPROVEMENT / 82803C Updated August 2010 5 SULLY- MILLER C0NTRAC "1'ING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Start and Finish Dates: 12/ 2002 to 8/ 2003 Agency Name: CITY OF VICTORVILLE Contact Person: MARK MILLER Telephone: 760 - 955 -9158 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 & 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 Contract 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 6 BIDDER: Sully - Miller Contracting Comp SECTION 3 NON- COLLUSION AFFIDAVIT CBF -12 BIDDER: Sully - Miller Contracting Company 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 genu ine and not collusive or sham; that the bidder has not directly or indirectly induced - " or solicited any other bidderfo putiira false or §hani bid, and has hilt directly orihdlrectly' 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 tg any member or agent thereof to effectuate a collusive or sham bid. n h A Raymond Sanchez Typed or Printed Name Assistant Secretary Title Su - Miller Contracting Company =' } Bidder Subscribed and sworn before me This _day of 20_ (Seal) Notary Public in and for the State of California My Commission Expires: Please see attached loose certificate with proper California Notary wording. CBF -13 STATE OF CALIFORNIA COUNTY OF ORANGE Subscribed and sworn to (or affirmed) before me on this 17 day of May 2013, by Raymond Sanchez proved to me on the basis of satisfactory evidence to be the person who appeared before me. .. » N1 COMM ri 7989544 a Notary Public - Californian WITNESS my hand and official seal a Vn+rw, ORANGE COUNTY .....�:..r My Commm=Expkes5ept.14, 1076 W I Signature Qf/ y� J. 136niels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Collusion Affidavit Document Date: May 17, 2013 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signer's Name ❑ Individual ❑ Individual [X Corporate Officer — Title(s) Partner — Limited /General Attorney In Fact Trustee ❑ Guardian or Conservator ❑ Other Assistant Secretary ❑ Corporate Officer— Title(s) Right Thumbprint Number of Pages: I Partner — Limited /General Attorney In Fad Trustee Guardian or Conservator ❑ Other Right Thumbprint of Signer Signer is Representing: SULLY - MILLER CONTRACTING COMPANY