Loading...
Sully-MillerBIDDER: Sully - Miller Contracting Com pany SECTION 9 - BID SCHEDULE CBF -0 BIDDER: Sully - Miller Contra cting Company BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL RESIDENTIAL RESURFACING PROJECT MUSCATEL AVENUE FROM GRAND AVENUE TO MARSHALL AVENUE PROJECT No. 21846 BASE BID SCHEDULE I CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical J ZDO provisions TP -2, TP -3 & TP-4. / 2 Disposal of Waste Materials. LS 1 "1 000— q p0 3 Cold mill 2.0- Inches thick existing pavement. SF 208,172 5i .16 4 Construct 1.5 Inches thick TONS 1,950 pavement overlay ARHM -00-C (PG 64 -16) as indicated on the q 1 rj I Cd� L��D plans. 5 Construct 0.5 inches thick TONS 655 Asphaltic Leveling course D1 (PG 64 -10) as indicated on the Qc)_ C s Sp ©� plans. 6 Remove, Dispose and Construct SF 6,755 4- Inches thick PCC Sidewalk per SPPWC Std, Plan 113 -1. b 7 Remove, Dispose and Construct SF 2,350 PCC Driveway Approaches per SPPWC Std. Plan 110 '7 lao ` 17 ZS -2. 8 Remove, Dispose and Construct LF 1,214 8- Inches Curb and 24- inches Gutter per SPPWC Std_ Plan _ 1 10, p k- 120-2. 9 Remove, Dispose and Construct LF 200 84nches PCC Curb Only per SPPWC Std. Plan 120 -2. s s �� DOO 10 Remove, Dispose and Construct SF 416 PCC Cross Gutter per SPPWC Std. Plan 123 -2. r! O L{ (10 I CBF -1 BIDDER: Sully - Miller Contracting Company TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ �S7 q 3 �X.'Jlc y 6i JCirCG Iv49,iS4 Etq I Ku kdreok �e�ies - T r' ((�t'S amount in written form r ct,'A ?_'r. Cer2�s. 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 -22.1 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 amountshall be considered the Total Bid Price for the Project. The undersigned agrees thatthese Contract Bid Forms constitute a firm offerto the Ownerwhich cannot be withdrawn forthe number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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 bid bond in the amount of Ten Percent Dollars ($ 10% "1 said amount being not less than ten peroent (10 %) of the Total CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 20 PCCCurbRampsperSPPWC 00v / �O Std. Plan 1114. 12 Double Adjust Sewer Manhole to EA 30 Grade per APWA Std, Plan 205- 1 and 205-1. 13 Adjust Water ValvelGas Valve to Grade. EA 29 14 Install Survey Well Monument EA 16 per City of Rosemead Std, Plan S08 -001. See Section 2 -9 Surveying of the General 1100c) 161 000 — Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 15 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement u y+ I O L)-.- Markers per the Striping Plans / and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ �S7 q 3 �X.'Jlc y 6i JCirCG Iv49,iS4 Etq I Ku kdreok �e�ies - T r' ((�t'S amount in written form r ct,'A ?_'r. Cer2�s. 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 -22.1 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 amountshall be considered the Total Bid Price for the Project. The undersigned agrees thatthese Contract Bid Forms constitute a firm offerto the Ownerwhich cannot be withdrawn forthe 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 bid bond in the amount of Ten Percent Dollars ($ 10% "1 said amount being not less than ten peroent (10 %) of the Total CBF -2 BIDDER: Su - Mi Contracting Company Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will 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. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. 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 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. By: LA Signatur Raymo Sanchez Type or Print Narne Assistant Secretary Title BIDDER: Sully - Miller Contracting Company 135 S. State College Blvd., Ste. 400 Business Street Address Brea, CA 92821 City, State and Zip Code 714/578 -9600 Telephone Number Bidder's /Contractor's State of Incorporation: Delware Partners or Joint Venturers: "Please See Attached List of Corporate Officers" Bidder's License Number(s): 747612 -A, C -10 NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will he 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 STATE OF CALIFORNIA COUNTY OF ORANGE On August 5. 2013 before me, J. Daniels, Notary Public personally appeared Raymond Sanchez 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 J. DANIELS � instrument the person(s), or the entity upon behalf of COMM s« tg11gsaa a which the person(s) acted, executed the instrument. ^�• ' - W Notary Publlc - California no ORANGE COUNTY La I certify nder PENALTY OF PERJURY under the laws of My Commission Sept.24,1016 y °• •° on Expires « « « ( the State of California that the foregoing paragraph is true and correct. WITNESS my hand and o (ial seal Signature J. Iftniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Bid Proposal- Signature Page Document Date: August 2, 2013 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signers Name Raymond Sanchez Signers Name Individual ❑X Corporate Officer - Title(s) Partner - Limited /General ❑ Attorney In Fact ❑ Trustee Guardian or Conservator Other ❑ Individual Assistant Secretary ❑ Corporate Officer- Title(s) Right Thumbprint of Signer ❑ Partner — Limited /General ❑ Attorney In Fact Trustee Guardian or Conservator Other Right Thumbprint of Signer Signer is Representing: SULLY - MILLER CONTRACTING COMPANY CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Anthony L. Martino, I1, 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 II 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 seat this 23rd day of April 2012. (SEAL) Anthony L, artir , Secretary Sully- Miller Contracting Company 135 S. State Collcee Blvd., Ste. 400 Brca, CA 92821 BIDDER: Sully - Miller Contracting C ompany SECTION 2 BID DATA FORMS a� Aw Project No. 21846 BIDDER: Sully - Miller Contracting Compa 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 as 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 (s 10% ) , being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Annual Residential Resurfacing Project — Muscatel Avenue From Grand Avenue to Marshall Avenue as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated _August 7 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 30th day of July , 2013 Sull - Miller tractin Com am (SEAL) l.ibedy Mutual Insurance Company (SEAL) Principal Surety By: By: -U&Ub M J& Signatur Signature Victoria M. Campbell, Altorney'n -Fact RAYMOND,S NCHEZ, ASSISTA ECRETARY CBF -6 STATE OF CALIFORNIA COUNTY OF ORANGE On August 5, 2013 before me, J. Daniels, Notary Public personally appeared Raymond Sanchez Description of Attached Document Title or Type of Document: Bid Bond Document Date: July 30. 2013 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signers Name Raymond Sanchez ❑ Individual [X Corporate Officer — Title(s) Partner — Limited /General Attorney In Fact ❑ Trustee Guardian or Conservator Other Signer is Representing Number of Pages: Signers Name ❑ Individual Assistant Secretary ❑ Corporate Offiicer — Title(s) Right Thumbprint of Signer ❑ 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 ' '�' JJ DAMELS instrument the person(s), or the entity upon behalf of COM # 8a95'14m Ntaryry Public- GllforniaA which the person(s) acted, executed the instrument. K C"!"'f CO () G[ UNN Se p.14�N116 I certify under PENALTY OF PERJURY under the laws of s «`....«yCmm�ssMExpias the State of California that the foregoing paragraph is true and correct. WITNESS my hand al official se I Signature Daniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Bid Bond Document Date: July 30. 2013 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signers Name Raymond Sanchez ❑ Individual [X Corporate Officer — Title(s) Partner — Limited /General Attorney In Fact ❑ Trustee Guardian or Conservator Other Signer is Representing Number of Pages: Signers Name ❑ Individual Assistant Secretary ❑ Corporate Offiicer — Title(s) Right Thumbprint of Signer ❑ Partner — Limited /General Attorney In Fact Trustee Guardian or Conservator Other Right. Thumbprint of Signer SULLY - MILLER CONTRACTING COMPANY CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT State of California County of Orange JUL 3 0 2013 On DATE before me, Julia Hien Nguyen Notary Public 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 l4s /her /NaeiF 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 •F""'" Commission# 2006350 WITNESS my hand and official seal. Notary Public - California Z Z 'P•_ D Orange County My Comm. Expires Feb 3, 2017 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 DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY -IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: JUL 3 0 2013 DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) NUMBER OF PAGES SIGNER(S) OTHER THAN NAMED THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. 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. 595253 American Fire and Casualty Company Liberty Mutual Insurance Company The Ohio Casualty Insurance Company WestAmerican Insurance Company POWER OF ATTORNEY KNOWN ALL PERSONS BY THESE PRESENTS: ThatAmerican Fire & Casually Company and The Ohio Casualty Insurance Company are corporations duly organized under the laws of the State of New Hampshire, that Liberty Mutual Insurance Company is a corporation duly organized under the laws of the State of Massachusetts, and WestAmerican Insurance Company is a corporation duly organized under the laws or (he State of Indiana (herein collectively called the "Companies"), pursuant to and by authority herein set forth, does hereby name, constitute and appoint, Christina Johnson; Erik Johansson; Kim Heredia; Linde otchkiss; Melissa Tetzlaff; Shirley Bauman; Victoria M. Campbell all of the city of Irvine state of CA 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 if they have been duly signed by the president and attested by (he secretary of the Companies in their own proper persons. IN WITNESS WHEREOF, (his Power of Attorney has been subscribed by an authorized officer or official of the Companies and the corporate seals of the Companies have been affixed thereto this 16th day of January 1 2013 No c4�'�, American Fire and Casualty Company 7 ° � N The Ohio Casualty Insurance Company CL 13oe o ei a $ / 19v Liberty Mutual Insurance Company WestAmerican Insurance Company 9 c STATE OF WASHINGTON ss Gregory W. Davenport, Assistant Secretary COUNTY OF KING " y On this 16th day of January 2013 before me personally appeared Gregory W. Davenport, who acknowledged himself to be the Assistant Secretary of American v y Fire and Casualty Company, Liberty Mutual Insurance Company, The Ohio Casualty Company, and WestAmerican Insurance Company, and that he, as such, being authorized so to do, G m execute the foregoing instrument for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer N > 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. v njln.• B [ t� rvo = KD Riley, Not Public A _ a �i 'Z c This Power of Attorney is made and executed pursuant to and by authority of the following By -laws and Authorizations of American Fire and Casualty Company, The Ohio Casualty Insurance y r Company, Liberty Mutual Insurance Company, and WestAmerican Insurance Company which resolutions are now in full force and effect reading as follows: m i ARTICLE IV- OFFICERS – Section 12. Power of Attorney. Any officer or other official of the Corporation authorized for that purpose in writing by the Chairman or the President, and subject l3 r t o such limitation as the Chairman or (he President may prescribe, shall appoint such attorneys -in -fact, as may be necessary to act in behalf of the Corporation to make, execute, seal; p c acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact, subject to the limitations set forth in their respective E ai powers of attorney, shall have full power to bind (he Corporation by their signature and execution of any such instruments and to attach thereto the seal of the Corporation. When so w i executed, such instmments 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 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. o 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, > d 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, p seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such attorneys -in -fact subject to the limitations set forth in their Z O 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 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 attorneys -in -fact as maybe necessary to act on behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances 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 (he Company in connection with surety bonds, shall be valid and binding upon the Company with the same force and effect as though manually affixed. 1, David M. Carey, the undersigned, Assistant Secretary, of American Fire and Casualty Company, The Ohio Casualty Insurance Company, Liberty Mutual Insurance Company, and West American Insurance Company do hereby certify that the original power of attorney of which the foregoing is full, (rue and correct copy of the Power of Attorney executed by said Companies, is in full force and effect and has not been revoked. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed the seals or said Companies this 3 t, 0- day of � _ , 201 -. �CIOCASG " A 'NF SLn F '• tiC yF�NSUH f / / // /�/�', %,/ //� 1917 ° 1491 �• By' David M. Carey; Assistant Secretary to Vl d C . 7 9 r- 0 E IO d o v Y E w Cl) t co Oo O F� LMS_12873_092012 353 of 500 BIDDER: Sully - Miller Contracting Company 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 Bid d er 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, 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 (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers forthe 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 Contracting Company 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) r Ned 2 Pages 'd needed for listing additional subcantreetom. Name and Location Description of Work of Subcontractor to be Subcontracted Name: c�rru NCJI�SS�IUCQ Aa)uwt fl)uwU C�e9� utisoiCr Vti?lves _ Address 1 . 2i7 E . 5 ' _y r`^'��`u �t -'^�S CO co c.a G� �S 25S 7 tt Name and Location Description of Work of Subcontractor to be Subcontracted Name: gC 'Tro_4 ,, S 1a(kSt y'tc_ePnAy Address: &34 5a,,t �- Q f-mc cot r C A Ct 2-'S C� Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subwntractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: CBF -8 BIDDER: Sully - Miller Contractin Com pany 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work withln the past two (2) years; q *`Please See Attached List of Project References' Name and Address of Owner Name and telephone number of person Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiarwith project Contract amount Type of Work Date 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 13 Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -9 SULLY- MILLER CONTRACTING CO. 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: 512011 — 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 ContractAmount: $5,904,267 Final Contract Amount: $6,133,068 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: LONG BEACH ANNUAL 2009 / 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 Contract Amount: $4,290,000 Annual Contract — work was done on an as needed basis. Project Name/Number: LACMA PHASE II PAVILION PROJECT 28006 / 29820C Year of Project: 02/2009 — 04/2010 Project Description: B PERMIT Agency Name: MATT CONSTRUCTION CORPORATION Contact Person: GREG WADE Telephone: 562- 903 -2277 Fax: 562 - 903 -2290 Ka N L SULLY- MILLER CONTRACTING CO. 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 Afame: 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 REHABTLITATION-28750C Start and Finish Dates: 6/2008 TO 7/2008 Project Description: AC /ARHM — MANHOLES — SURVEY — STRIPING — COLD MILL Agency Name: CITY OF HAWAIIAN GARDENS Contact Person: STEVE STEINBRECHER Telephone: 562- 908 -6200 Fax: 562- 695 -2120 Original Contract Amount. $451,112 Final Contract Amount: $456,287 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: STREET PAVING PROGRAM- 28735C Start and Finish Dates: 3/2008 TO 5/2008 Project Description: ARHM — MANHOLES — MONUMENTS — STRIPING — SWPPP- COLD MILL Agency Name: CITY OF WEST HOLLYWOOD Contact Person: MILA SOLOGUB Telephone: 323 - 848 -6338 Fax: 323- 848 -6564 Original Contract Amount: $340,986 Final Contract Amount. $315,916 Change in contract amount is due to items of work being deleted by the agency, Project Name /Number: 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: CATALINA MEDIA / THE POINTE- 27732C Start and Finish Dates: 1/2008 TO 3/2008 Project Description: SEWER MAIN INSTALLATION SLJLI.Y MILLER CONTRACTING CO. Il. - - . ,p, r 'i ' 7 i ��. '" Agency Name: KRISMAR CONSTRUCTION COMPANY, INC. Contact Person: GARY MORRISON Telephone: 310 -458 -3170 Fax: 310 -458 -9063 Original Contract Amount: $315,955 Final Contract Amount: $411,955 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: PACIFIC ELECTRIC INLAND TRAIL PHASES 2 & 3 / 27653C Start and Finish Dates: 3/07 TO 1/08 Project Description: R/R CONCRETE /AC - LANDSCAPE /IRRIGATION - SIGNALS - STRIPE - UTILITIES Agency Name: CITY OF RANCHO CUCAMONGA Contact Person: WALTER STICKNEY Telephone: 909 - 477 -2740 Fax: 909- 477 -2746 Original 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: Start and Finish Dates: Project Description: Agency Name: Contact Person: Original Contract Amount: MARQUARDT AVENUE /27689C 712007 TO 9/2007 R/R CONCRETE - AC ON FABRIC - ADJUST UTILITIES LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS EMIL KURLYAND Telephone: 626 -45B -3166 Fax: 626 - 458 -2197 $183,915 Final Contract Amount: $183,915 Project Name /Number: ALPACA STREET IMPROVEMENT PROJECT / 27699C Start and Finish Dates: 8/2007 TO 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. / 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 SULLY - MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Agency Name: CALIFORNIA STATE UNIVERSITY, LONG BEACH Contact Person: ENRIQUE ROBLES Telephone: 562- 985 -4175 Fax: 562 - 985 -2308 Original Contract Amount: $375,823 Final Contract Amount. $380,572 Change in original contract amount is due to extra work and /or contract change orders adding work. 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 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 PARKING LOT /26608C Start and Finish Dates: 712006 TO 10/2006 Project Description: COMPLETE REMOVE AND REPLACE OF PARKING LOT, CONCRETE CURB & GUTTER, LOOP DETECTORS, AND STRIPING Agency Name: SOUTH COAST PLAZA Contact Person: ROBERT THOMAS Telephone: 714 -546 -0110 Fax: 714 -546 -9835 Original Contract Amount. $3,100,009 Final Contract Amount. $3,932,226 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: RESIDENTIAL STREET REHABILITATION WORK / 26573C Start and Finish Dates: 2/2006 to 8/2006 Project Description: ASPHALT CONCRETE OVERLAY AT VARIOUS LOCATIONS CITYWIDE Agency Name: CITY OF WEST COVINA Contact Person: OSCAR CAPLIN Telephone: 626 - 939 -8445 Fax: 626- 939 -8660 Original Contract Amount: $1,430,888 Final Contract Amount. $1,512,463 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: BERTH 401 -406 BACKLAND IMPROVEMENTS / 25567C Start and Finish Dates: 1/2006 to 4/2006 Project Description: ASPHALT AND CONCRETE PAVING / SITE IMPROVEMENT PROJEC I 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 ELI.. SI.ILI,Y- MILLER C C)NTRACTINC} CC). Start and Finish Dates: 5/2005 to 11/2005 Project Description: MEDIAN ISLAND and STREET REPAIRS Agency Name: CITY OF CERRITOS Contact Person: VIC MASAYA Telephone: 562- 916 -1231 Fax: 562- 916 -1371 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 S T ALLS 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: MAHMOUDIRSHEID 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 �. SULLY- MILLER CONTRACTING CO. BID EXPE RIENCE QUALIFICATIO Start and Finish Dates: 12/ 2002 to 8/ 2003 Project Description: UNDERGROUND, ASPHALT REHAB, CURB & GUTTER, COLD MILLING 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 81 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: MAHMOUD ISHEID 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. rA..FLJ,13! CO. j,.1 %. TS 12, I,R;S S. Shat` <7nNerle e aorl t'avm'uel It PICSPmOoli References ,1o6 No 16h Vallee Oescrill£ioll Owner Cuncac't 298811 106,4:L1 AC paving, sealcoat and 1- Kinder Nlul'gan David Lennml stripe, Carson I arlllly 9:10 -251 -6693 29875c 257,093 Culdnilll, AC overlay, SealcoaL Pratt Whitney Jeff Mom and rust ripe the Nurlll lots 1100(etdylle 819 - SBS -GMU at Lite I)t -Soto laciliiy, CA 2911690 266,286 AC paving, sealcoat and res£ripe SwInertan Rill llamanathall Salvation Array parking lot 0ullders 113 - 440 -451IS In Anaheim, CA, 2D653c 713,167 ACpaviug,sealniatendre- Ilalhaway- BminCnntrolas stripe parldlig lntsat l'hc Dlnwpldle nucldey School. 288150 280,472. ACpoving,sealcoatandresfripe Jorgeusn Bill Vinci Toyata AM IN rerminal at 925 - 244 -:1203 Long Reach Airport, CA. 2-87920 369,575 AC repah's, sealcoat 3L restripa 'Toyota Logisistics eon Rellor 1301 of Los Angeles, CA. 714 276860 369,931. AC /PCC repairs, sealcoat Mud Pratt W11111wY Mike Daley restriping at two facilities in Bacltetdyoe, 8.13 -5811- -9052 Canoga Pnrk, CA. 27675c 623,996 AC /PCC repairs, sealcoat and The B00119 Wayne Bolt restlipiog at threefacllilies in Company Sc 2.497 -4284 Anaheim, Huntington Beach, and Sell Beach, CA. 237990 327,946 South Coast Odve Realigm»eot Cl segerstrom Grant WllSoll Included Type II R084 Starry SL Sons Y'1-4- 433 -3276 w/2Y5 Latex 2329Yc 2Gri,922 I larhol' Blvd l'ealignnlen£ CJ Segersllom Grant Wilson included Typell Road Slul'ly EL Solis 71 4313-R76 w /2. %a La ton 22:2'7/0 '1,1150,7111 South Coast 01 We Reallg11111011t l'1 Sege1:911'0111 lirallt Wilson loClodedType11 Road Slat IV 'Sons 71A 4439 -LI276 w /2`Yn Latex BIDDER: Sully - Miller Co ntracting Company SECTION 3 NON- COLLUSION AFFIDAVIT CBF -10 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 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, orthat anyone shall refrain from bidding; thatthe 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. L V_ Signs ure Raymond Sanchez rvoed or Printed Name Assistant Secretary Title Sully - Miller Contracting Company Bidder Subscribed and sworn before me This — day of 20 (Seal) Ple ase see attached loose certificate Notary Public in and for with proper California Notary wording. the State of California My Commission Expires- CBF -11 STATE OF CALIFORNIA l COUNTY OF ORANGE J Subscribed and sworn to (or affirmed) before me on this 5t day of August 2013, by Raymond Sanchez proved to me on the basis of satisfactory evidence to be the person who appeared before me. J. DANTELS COMM # 1989544 a w i' Notary Public- Californiay a 4— OHANGICOUNTY WITNESS my hand and f icial seal _W' Mycommissio Expires 1e,1 .2 ... «.r.:....... » ».»... ....� Signature J. BYaniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non - Collusion Affidavit Document Date: Auqust 2, 2013 Signer(s) Other Than Named Above: Individual Capacity(ies) Claimed by Signer(s): Signer's 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: Assistant Secretary E] Corporate officer- Title(s) Right Thumbprint of Signer Number of Pages: 1 ❑ Partner - Limited /General ❑ Attorney In Fad ❑ Trustee ❑ Guardian or Conservator ❑ Other Right Thumbprint of Signer SULLY - MILLER CONTRACTING COMPANY