Loading...
Excel Paving CompanyMAYOR: 1'0i.7.r Low MAYOR PRO TEM: W ILLWA ALARCON COUNCI L NIENIBERS: SANDRA ARNIENTA MARGARET CLARK STEVEN LY City o f p d 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 1 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 Bid Item No. 5 of Base Bid Schedule on CBF — 2 EST. QTY. (Estimated Quantity) 1,1102 Tons shall be replaced by 1,102.00 Tons. 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 1 shall be entered on the page CBF — 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 OF ROSEMEAD Date: May 7, 2013 By Rafael Fajardo Associate Civil Engineer CITY OF ROSEMEAD MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 CONTRACT -BID FORMS ohl BIDDER: INC.DBA EXCEL PAVING COMFRW CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE.............................................. ...........................CBF1 - CBF6 SECTION 2 BID DATA FORMS ...................................... ...........................CBF7 2.A BID BOND ................................................. ...........................CBF8 2.6 LIST OF PROPOSED SUBCONTRACTORS ..................... CBF9 -CBF11 SECTION 3 NON - COLLUSION AFFIDAVIT ................ ....................CBF12 -CBF13 SECTION 1 - BID SCHEDULE CBF -1 .. :,.fit- 1:, ,.-c_ y C BID SCHEDULE SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 `p I _ l � and specifications. See technical provisions TP -2, TP -3 & TP-4. 2 Disposal of Waste Materials. LS 1 TWO 3 Cold mill 2.0- inches thick existing SF 183,700 0 3 f0-7 q0 pavement. 4 Construct 1.5 inches thick TONS 1,653 12 X52 GQ pavement overlay ARHM -GG -C (PG 64 -16) as indicated on the plans. ' 5 Construct 1.0 inches thick TONS 1,1102 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the plans. 6 Remove 6- inches of existing SF 500 5 1S o� 2 V�s pavement and replace it with 3.5- inches of AC B -PG 64 -10 Base Course over compacted native. 7 Remove, Dispose and Construct SF 7778 tt(p( 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. 8 Remove, Dispose and Construct SF 2270 22100 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 9 Remove, Dispose and Construct LF 592 �.� 2-q �ZU _ 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan 120 -2. CBF -2 ,:; TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 5 m u t L Dollar amount in written form CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 10 Remove, Dispose and Construct EA 5 7140.- PCC Curb Ramps per SPPWC Std. Plan 111-4. 11 Adjust Sewer Manhole to Grade EA 29 100 Wp x per APWA Std. Plan 205 -1 and 206 -1. 12 Adjust Water Valve /Gas Valve to EA 32 1� ��— Grade. 13 Install Survey Well Monument EA 5 per City of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 14 Install Traffic Striping, Traffic LS 1 �SAl1 , Signal Loops, and Pavementq�1, Markers ( Including 8" Raised pavement markers per the . Striping Plans and Specifications Complete. 15 Prepare a Storm Water Pollution LS 1 �37� �,� Prevention Plan (SWPPP) 16 Remove, Salvage and Install EA 6 �� 5 Street Name Signs on Existing Poles; City will provide the Signs. 17 Remove, Salvage and Install EA 2 Wi .- 402 Street Name Signs on new Poles; City will provide the Signs. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ 5 m u t L Dollar amount in written form CBF -3 PALP INUBA EXCEI. PAVING COMPAW .. ALTERNATE BID ITEM No. 1 WROUGHT IRON FENCE INTERSECTION OF WALNUT GROVE AVENUE AND MISSION DRIVE NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 18 Install Wrought Iron Fence 6 LF 320 t q�� IT A 4, feet, 1 1/2" rails and 3/4" pickets, all tubing 100% galvanized inside 7KQ and out and powder coated and 2" post per Kingmetals or approved equal. TOTAL ALTERNATE BID PRICE No. 1 (SCHEDULE BID PRICE):$ N 66D .. (IM . . fin "I (Ud C. 6 HTq F&V- Dollar amount in written form ' vOva Pf TOTAL BASE & ALTERNATE BID PRICE $ 1i, I I p 41 I lc'�^LM Dollar amount in written form I � Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars ($ ) said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, CBF -4 05/14/2013 12:40 FAX MAYOR ' POLLY Low MAYOR PRO 7'ERL WWIAMAl.Nncow COUNCIL MEMBERS: SANDRA AR)aWA MAIWAa Cw STa%wKLY May 13, 2013 lib 001/003 City of �Rqsgwad 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMFAD, CALIFORNIA 91770 TELEPHONE (6261569 -2100 FAX(626)307-9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 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 Z3Q'Jt}� indicated on the attached Plans Complete. TOTAL ALTERNATE BID PRICE No.2 (SCHEDULE BID PRICE):$ ISOM- 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 OSEMEAD By �/ Rafael Fajardo Associate Civil Engineer Page 1 F9 hT ., ll I.t.; WAUA we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to theCCon Documents. Addenda No s�o ct (if 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 the terms and conditions described in the Contract Form and the Contract Documents. By: Signs re C, p. BROWN, PRESIDENT Type or Print Name Title Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): NOTES: PAIP. INC.DBA BIDDER: EMEI PAVING COWANY 2230 LEMON AVENUE LONG BEACH, CA 90806 Business Street Address City, State and Zip Code (562)599.5641 Telephone Number PALP. INC.DBA EXCEL PAVING COMPAW STATE LI C. 688659 *A• 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 1 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -6 CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California Countyof LOS Angeles On MAY 2 2 2013 before me, C.. Phillips, Notary Public (Here uucrt name and tide of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the personW whose name(n) is/ttw subscribed to the within instrument and acknowledged to me that he/skWAhO acexecuted the same in his/hae8heir authorized capacityg §o, and that by hisAwz4WE signature( on the instrument the person(g), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify trader PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNE S my h d and official seal. Signatur Notary Public ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT or description of attached (Tide or description of attached document continued) Number of Pages _ Document Date information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) C. PHILLIPS Corporate Officer •; COMM, #1996177 M Partner(s) '— Attorney -in -Fact Notary Public - California Trustee(s) ❑ LOS ANGELES COUNTY u (Notary Scal) My Comm. Expires Oct. 29, 2016 ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT or description of attached (Tide or description of attached document continued) Number of Pages _ Document Date information) CAPACITY CLAIMED BY THE SIGNER • Individual (s) • Corporate Officer • Partner(s) • Attorney -in -Fact ❑ Trustee(s) ❑ Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in California most contain verbiage esactfy as appears above in the notary section or a separate acknowledgment Jam must be properly completed and attached to that document The only exception is if a document is to be recorded outside ofCalifomia In such instances, any alternative ackwwledgmet verbiage as may be printed on such a document so long as the verbiage does rar require the notary to do something that u illegal far a notary in Califon us (i.e. certifying the authorized eapadry of the signed. Please check the document carefully for proper norav ial wording and attach rhisram tfrequired. • Slate and County information must be the State and County where the document signers) personally appeared before the notary public for acknowledgment. • Date of notarization must be the date that the signer(s) personally appeared which most also be the same date the acknowledgment Is completed. • The noharf public most Fruit Ids or her time as it appears within his or her commission followed by a comma and then your tide (notary public). • Print the name(s) of document signer(s) who personally appear at the time of notarisation. • Indicate die correct singular or plural forms by crossing off incorrect forms (i.e. hetshe/they, is /ere) or circling the correct fomhs, Failure to correctly indicate this information may lead to rejection of document recording.- • The notary seal impression must be clear and photographically reproducible. Impression must not cover text or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment fomh. • Signature of the notary public must match the signature on file with die office of the county clerk. Additional information is not required but could help to entire this acknowledgment is not misused or attached to a different document. indicate tide or type of attached document, number of pages and date. Indicate the capacity claimed by the signer. If the claimed capacity is a co lemre officer, indicate the title (i.e. CEO, CFO, Secretary). • Securely attach this document to die signed document 2008 Version CAPA v12.10.07 800 -873 -9865 whm•.NataryClasses.wm SECTION 2 BID DATA FORMS CBF -7 a BIDDER: PALP Inc. dba Excel Paving Compan 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 PALP Inc. dba Excel Pa ving Co as Principal and Federal Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Dercent of the total amount of the 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 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 8th day of May 20 13 PALP Inc. dba Excel Paving Company (SEAL) Federal Insurance Company (SEAL) Principal! `` �� S e By: �,f,.� By: Signature Signatu y D. Rapp Attorney in Fact C.P. ®RoWN, PRESIDENT CBF - 8 if ACKNOWLEDGMENT State of California County of Ora On 05/08/2013 before me, Debra Swanson, Notary Public (insert name and title of the officer) personally appeared Timothy D. Rapp , who proved to me on the basis of satisfactory evidence to be the personv) whose name($) isAw.& subscribed to the within instrument and acknowledged to me that he /eheMiey executed the same in his /4efA4&rauthorized. capacity(**, and that by hisAaerathair signature(y) on the instrument the person($), or the entity upon behalf of which the person(y) 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. tr` '�<, DEBRA SWANSON WITNESS my hand and official seal. NOTARYPUBUC•CAUFORHIA � ' tx '-�" •• ORANGE COUNTY N ��` v MY COMM, E %P. NGV 10, 2016 Signature O N N: a rELfl V� (Seal) C Chubb PUwrbt Federal insurance company Ann: surety wepariment OF Vigilant Insurance Company 15 Mountain View Road Surety ATTORNEY Pacific Indemnity Company Warren, NJ 07059 Know All by These Presents, That FEDERAL COMPANY, a New York corporation, and PACIFIC IN appoint Douglas A. Rapp and Timothy D. Rapp ina corporation, VIGILANT INSURANCE corporation, do each hereby constitute and each as their We and lawful Attorney- in- Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety thereon or otherwise, bonds and undertakings and other wddngs obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations. In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each executed and attested these presents and affixed their corporate seals on this 16th day of December, 2011. Kenneth�ssistant Secretary . Nonis, Jc, Vice President STATE OF NEW JERSEY - - County of Somerset ss. On this 16th day of December, 2011 before me, a Notary Public of New Jersey, personally came Kenneth C. Wendel, to me known to be Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the companies which executed the foregoing Power of Attorney, and the said Kenneth C. Wendel, being by me duly sworn, did depose and say that he is Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY and knows the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of the By- Laws of said Companies; and that he signed said Power of Attorney as Assistant Secretary of said Companies by like authority; and that he is acquainted with David B. Norris, Jr., and knows him to be Vice President of saitl Companies; and that the signature of David B. Norris, Jr., subscribed to said Paver of Attorney is in the genuine handwriting of David B. Nonis, Jr., and was thereto subscribed by authority of said By. Laws and in deponent's presence. Notarial Seal KATHERINE J. ADELAAR GIA30,��. NOTARY PUBUC NEW JFRSFy No, 2311516 665 Co fnmiIIIII Expiry July 16, 2014 Notary Public CERTIFICATION Extract from the By- Laws of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY: "AIL powers of attorney for and on behalf of the Company may and shall be executed in the name and on behalf of the Company, either by the Chairman or the President or a Vice President or an Assistant Vice President jointly with the Secretary or an Assistant Secretary, under their respective designations, The signature of such officers may be engraved, printed or lithographed. The signature of each of the following officers: Chairman, President, any Mce President, any Assistant Vice President, any Secretary, any Assistant Secretary and the seal of the Company may be affixed by facsimile to any power of attorney or to any certificate relating thereto appointing Assistant Secretaries or Attorneys- in- Fact for purposes only of executing and attesting bonds and undertakings and other wndngs obligatory in the nature thereof, and any such pourer of attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached.' I, Kenneth C. Wendel, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY (the 'Companies) do hereby cerlify that (i) the foregoing extract of the By- Laws of the Companies is "a and correct, (ii) the Companies are duly licensed and authorized to transact surety business in all 50 of the United States of America and the District of Columbia and are authorized by the U.S. Treasury Department; further, Federal and Vigilant are licensed in Puerto Rico and the U.S. Virgin Islands, and Federal is licensed in American Samoa, Guam, and each of the Provinces of Canada except Pnnce Edward Island; and (iii) the foregoing Power of Attorney is we, comect and in full force and effect. Given under my hand and seals of said Companies at Warren, NJ this 8th day of May, 2013 * s 2 �- Ken neth C. we el, Assistant Secretary IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT US AT ADDRESS LISTED ABOVE, OR BY Telephone (908) 903 - 3493 Fax (908) 903. 3656 e -mail: surety@chubb.com Form 15 -10- 02258 -U (Ed. 5 -03) CONSENT CALIFORNIA ALL- PURPOSE CERTIFICATE OF ACKNOWLEDGMENT State of California County of Los Angeles On Mi222013 before me, C. Phillips, Notary Public (Here insert name and tide of the officer) personally appeared who proved to me on the basis of satisfactory evidence to be the persortW whose name(n) is /pee subscribed to the within instrument and acknowledged to me that he/skmklw�xexecuted the same in hi&%mffkc it authorized capacityQ@O, and that by his/ttezaWz signature(s) on the instrument the person(§), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my d and official seal. Sigmtur o Notary Public (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description ofanached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNFIt � 5 `••• C. PHILLIPS COMM.996177 #12. n N . W' Corporate Officer Notary PubllcCellfornle LL • Z r " ❑ LOS ANGELES COUNTY ,. (Notary Seal) ADDITIONAL OPTIONAL INFORMATION DESCRIPTION OF THE ATTACHED DOCUMENT (Title or description of attached document) (Title or description ofanached document continued) Number of Pages Document Date (Additional information) CAPACITY CLAIMED BY THE SIGNFIt ❑ Individual (s) ❑ Corporate Officer (Title) ❑ Partner(S) ❑ Aftomey -in -Fact ❑ Trustee(S) Ll Other INSTRUCTIONS FOR COMPLETING THIS FORM Any acknowledgment completed in Cal forma musr contain verbiage esoctly as appears above m the nsoury section or a separate acknowfedgment form must be properly completed and attached to that document The only exception is if a document is to be recorded outside of Califorma In such inutam'es, any aftername erbawledgmeru verbiage as may be primed on such a document so long as the verbiage does not require the rotary to do something that is dfegal for a notary in Calfarnfn (i.e. certifying the authorized capacity of the signer). Pleare check the document carefully for proper notarial wording and ailach this form ifrequired. • State end County information must be the Slate and Comfy where the docu ncm signerr(s) personally appeared before the notary public for acknowledgment. • Date of notarvation must be the date that the signers) personally appeared which mutt also be the same date the acknowledgment Is completed. • The notary public must print Its or her name as it appears within his or her commission followed by a comma and then your tide (dowry public). • Print the rmne(s) of document signer(s) who persomlly appear at the time of notarvation. - • Indicate the cored singular or plural fomis by crossing off incorrect forms (i.e. he is /ere) or circling the correct forms. Failure W correctly indicate this information may lead to rejection of document recording. • The notary seal impression must be clear and phomgmphically reproducible. Impression must not cover teat or lines. If seal impression smudges, re -seal if a sufficient area permits, otherwise complete a different acknowledgment form. • Signature of the notary public must match the signature on file with die office of the county clerk. Additional information is not required but could help to ensure this acknowledgment is not misused or attached to a different document. Indicate tide of type of attached document, number of pages mid date. Indicate the capacity claimed by the signer. If die claimed opocily is a copwtate officer, indicate the who (ix CEO, CFO, Seaetary-). • Securely attach this document to the signed document 2008 Version CAPA v12. 10.07 800 - 873 -9865 www.NotaryClasses.wm . t,,: .. - 2.113 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Ownerapproval. CBF -9 .• BIDDER* PW. - 7c1i wRe lRw.w ii 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) [ Next 2 Pages if needed for listing additional subcontractors. "] Name and Location Description of Work of Subcontractor to be Subcontracted Name: �YLCLXLflJ1 U1 U P llt ,kaN �Ald Address 1��50_ (4UAMA, W AM N � �► Name and Location Description of Work of Subcontractor to be Subcontracted I I A Name and Location of Subcontractor Name: SmAbv KMIPAyict &jm Address: �i <_S� (� �u Name and Location of Subcontractor Name: Address Description of Work to be Subcontracted S4- Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address _ Description of Work to be Subcontracted CBF -10 .r. 1: 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: ``'',,''.. ,, owpwt ,. I�OuI QO ✓k �► 3��3 �U. 226gw 61LO Name and telephone numt*r of person familiar with project 41 UA 1M ►v- Con ract amount Type of Work Date Completed 2. d Address of Owner Name ana reiepnone numoer or person ramuiar wan protect Contract amount Type of Work ) A Date Completed 2,, / �� , Name and Address of Owner LM -� An eA& l W� - 1 2 ,A 1,00-) Contract 4. Type of Work IL') Name and telephone numbbr of person familiar with project y amount CBF - 11 QLP iNC BIDDER: 6 -if PAlAwa-�mjr SECTION 3 NON - COLLUSION AFFIDAVIT CBF - 12 PALP. MUM BIDDER: EXCEL PAVING CQMPAW NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature C. P. BKWN, PRESIDENT Typed or Printed Name Title 't .) Ltiu �., Subscribed and sworn before me This _ day of MAY 2 2 2013 20_ (Seal) Notary Public irka d for the State of California My Commission Expires: w LA op _ C. PHILLIPS �r COMM. #1996177 n Notary Public- Califomia rc LOS ANGELES COUNTY LL " My Comm. Expires Oct. 29,2016 CBF -13