Loading...
Sully-Miller ContractingCITY OF ROSEMEAD FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT SRTSL- 5358(016) r Z>« BIDDER: Sully - Miller Contracting Company BID SCHEDULE SCHEDULE OF PRICES FOR _ FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENCHANCEMENT PROJECT SRTSL- 5358(016) BASE BIDSCHFnin F NO REM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT ITEM PRICE COST 1 CLEARING AND GRUBBING LS 1 2 TRAFFIC CONTROL AND BMPS /SWPPP LS 1 4 6ep. yZ 000.00 3 UNCLASSIFIED EXCAVATION CY 264 COLD MILL 2- INCHES ss.oa as,zaZ.� 4 EXISTING PAVEMENT SF 6,800 CONSTRUCT ASPHALT / y3 �GS�iBa 5 CONCRETE PAVEMENT (2° TON 186 THICK) /97.o0 3 CONSTRUCT P.C.C. CROSS .Oa 6 GUTTER PER SPPWC STD. SF 135 122 -2. CONSTRUCT 4' P.C.C. DRIVE 7 APPROACH PER SPPWC SF 440 STD. 110 -2 CONSTRUCT 4° PCC • D D 080. dd SIDEWALK INCLUDING 8 EXCAVATION, EXPORT, AND SF 51000 DRIVEWAY APRONS PER SPPWC STD. PLAN 113 -2. eT. DO CONSTRUCT P.C.C. CURB 9 PER SPPWC STD. 120 -2 AND LF 1,325 111 -5 CON. TRUCTADA CURB 21A00 10 RAMP PER SPPWC STD. 111 - EA 3 11 5 INSTALL STREET LIGHTS X300 00o'D INCLUDING ALL CONDUITS LS 1 12 LANDSCAPE PLANTINGAND bI 1— 00D'0p BOO "(li7 IRRIGATION LS 1 000 / pop, 6� CUF- 1 BIDDER: Sully - Miller Contracting Company TOTAL BASE BID PRICE (SCHEDULE BIID' PRICE):$_ 308 • DO Sw l�CS1�C.LNcnu4fo.µc� d.f.{ . �u" nB42� .7w Dnllar amount m wntten form ADDITIVE ALTERNATE A NO CONSTRUCT TRAFFIC UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST SIGNAL IMPROVEMENTS AT 13 WALNUT GROVE AVE, AND LS 1 A7 MARSHALL ST. PER PLANS AND SPECIFICATIONS. SF 3250 /Zj BDD. Z ODO -BD GROVE AND MARSHALL CONSTRUCT TRAFFIC �,3.BD 7'f7j'D.BD SIGNAL IMPROVEMENTS AT 14 WALNUT GROVE AVE. AND LS 1 VALLEY BOULEVARD PER SPECIFICATIONS S3iBtr0 ,�3, DDO. br7 INSTALL SIGNAGE, _ 15 STRIPING, AND PAVEMENT MARKINGS AT VARIOUS LS 1 LOCATIONS Cllr oOO.PD y/ DOB.vD TOTAL BASE BID PRICE (SCHEDULE BIID' PRICE):$_ 308 • DO Sw l�CS1�C.LNcnu4fo.µc� d.f.{ . �u" nB42� .7w Dnllar amount m wntten form ADDITIVE ALTERNATE A NO ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST CONSTRUCT6 "COLORED PORTLAND CEMENT A7 CONCRETE CROSS WALK on 8" CLASS II AT WALNUT SF 3250 GROVE AND MARSHALL STREET �,3.BD 7'f7j'D.BD TOTAL ADDITIVE ALTERNATE A BID PRICE (SCHEDULE BID PRICE):$_ 7y, 7g0. vD lt" -- Uollar a nt m wntten form The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn forthe number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by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. CBF -2 BIDDER: Sully - Miller Contracting Company lithe 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. Attached hereto is a sertiGed- cWeek ,,__a._seapiaf- s— efieelr_oR_e• bid bond in the amount of Ten Percent Dollars ($10% l said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. CSF -3 BIDDER; Sully - Miller Contracting Company 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 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, itwill assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 ofthe 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 lenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide, (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be Incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges Mat 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. # 1 -Dated 08/28/14 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 necessary th un reign idder agrees to enter into and execute the Contract with the necesss a ept tl a otal Bld Price as compensation in full for all Work under the contrac BY: 135 S. State College Blvd., Ste. 400 Business Street Address jmond Sanchez Brea, Ca 92821 Type or Print Name City, State and Zip Code Assistant Secretary 714/578 -9600 Title .Telephone plumber CBF -4 STATE OF CALIFORNIA I COUNTY OF ORANGE Signer's Name On August 29 2014 before me, J. Daniels Notary Public, personally appeared Raymond Sanchez ^J Corporate Officer — Title(s) Assistant Secretary who proved to me on the basis of satisfactory evidence to C Partner — Limited /General — be the person(s) whose name is /are subscribed to the Attorney In Fact Right Thumbprint within instrument and acknowledged to me that of Signer Trustee he /she /they executed the same in his /her /their authorized Li Guardian or Conservator capacity(ies), and that by his /her /their signature(s) on the Other DANIELti instrument the persorl or the entity upon behalf of r COMM a 198 54 a m which the person(s) acted, executed the instrument. a ';+ . Not Public 0NANGf couNTV A I certify under PENALTY OF PERJURY under the laws of M_ mmnu... p: 21Ll YC w .. __.) the State of California that the foregoing paragraph is true and correct. WITNESS my hand an official seal Signature Notary Seal Dante s, glary PubN tic OPTIONAL Description of Attached Document Title or Type of Document: Bid Proposal - Signature Page Document Date: August 28 2014 Number of Pages: 1- Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signer's Name ❑ Individual ❑ Individual ^J Corporate Officer — Title(s) Assistant Secretary Corporate Officer — Tille(s) C Partner — Limited /General — Partner — Limited /General Attorney In Fact Right Thumbprint Attorney In Fact Right Thumbprint of Signer Trustee cf Signer � Trustee Li Guardian or Conservator E] Guardian or Conservator Other [—] Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY ",,A City of Wpsemeact W �\ AL \XmN `a 4 � \I \\ OR PItO TF)1: Mnrz ,1111 CLVIX ROSFk VAlLRY BOULEVARD NI 17 CO ROX 399 I couNCR.Me:.enERS: ,.r 1HUP ON1 CA]. 26)569210 nn7d - SasnnaMwavrn TAX(62OMi(911 5(,0 -2100 AOnv I I,v.,. FAX (fi2fi)]OZ�yJ I R Pouv Low CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM No. 1 FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT PROJECT No. SRTSL -5358 (016) To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. In the Section: 'Prevailing Wages" has been updated and shall be replaced with the following attachment of General Decision No. CA140033T Modification No. 16. Dated: 0812212014. 2. In the Section: "Technical Provisions' has been updated with an addition page "TP- 20. The updated page will include the description for "Unclassified Excavation" for Bid Item No. 3. The quantity shown on the plan for unclassified excavation is an estimate only, and is only to be utilized if applicable to this project. The Addendum No. 1 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No. 1 must be signed, acknowledge on Page CBF — 4 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: August 28, 2014 By Rafael M, Fajardo Acknowledgement: Associate Civil Engineer Bidder: Su" - 911e rect Company Title: RAYMON S C'1 0'7 , ASSIST SECRETARY Date: August 2s, 2014 Page 1 of I BIDDER: Sully - Miller Contracting Company Bidder's /contractor's State of Incorporation: Delaware Partners or Joint Venturers: N/A Bidder's License Number(,): 747612 -A NOTES: 1) By its signature on this Bid, the Biddercertifles underpenalty 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 vvdl he required to provide evidence that the person signing on behalf of the corporation, partnershipo i inty nlu h [h c 3 t dose cBF -5 CERTIFICATE OF INCUMBENCY AND RESOLUTION 1, 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 Boltomley Secretary Anthony L. Martino It Assistant Secretary Jae Won 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 December 12, 2013, 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 7th day of February 2014. (SEAL) Ant�h/ony /L /_ , Irt� Secretary Sully- Miller Contracting Company 135 S. State College Blvd., Ste. 400 Brea, CA 92821 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 Property identified viith the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Sully - Miller Contracting Company Principal, and Liberty Mutual Insurance ompany as as held CITY OF ROSEMEAD (hereinafter caledetheal OWNER)ml /inothe srutmt of Ten Percent of the amount bid ------------------------------- --- ------------------------------------------ ($ 10% ), being not less than ten percent (I d %) off 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 bythese presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Federal Safe Routes to School Walnut Grove Avenue Enhancement P pied as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated September 3 2ol4 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) fumishes the required insurance certificates and endorsemerts, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otheroiise 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 28th day of Auqust Zg 14 Sully - Miller Co 'ac"" Cor" m y Liberty Mutual Insurance Company Principal (SEAL) _ (SEAL) Surety By By U Signst"' Signafurs FAYMONI S I�:CHEZ, ASSISTANT SECRETARY Victoria M. Campbell, Attorney- in -Fac C:BF -6 STATE OF CALIFORNIA COUNTY OF ORANGE On August 29 2014 before me, J. Daniels Notary Public, personally appeared Raymond Sanchez who proved to me on the basis of satisfactory evidence to be the persons) 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 + JJDANI6I 5 ~ry capacity(ies), and that by his /her /their signature(s) on the i»••y� COMM 0 1989544n 7 instrument the persort or the entity upon behalf of ".t "Notary aubrz C Iforniam, which the persons) acted, executed the instrument. < ORNNGECOUNW vw MyC mmhsn Fip S p.34,3C16 j__,,,.:....... .......E 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 an official seal Signature Notary Seal .Daniels, Notary P li� OPTIONAL Description of Attached Document Title or Type of Document: Bid Bond Document Date: August 28 2014 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Raymond Sanchez Signers Name ❑ Individual Individual [—X] Corporate Officer - Title(s) Assistant Secretary Corporate Officer - Title(s) E] Partner - Limited /General Partner - Limited /General Attorney In Fact Right Thumbprint Attorney In Fact Right Thumbprint of Signer of Signer Trustee � Trustee Guardian or Conservator 7] Guardian or Conservator Other J Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT State of California County of Orange AUG 2 8 2014 On before me, Jacqueline Kirk Notary Public DATE NAME, TITLE DF 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 o is /are subscribed to the within instrument and acknowledged to me that he /she /NRey executed the same in his /her /their authorized capacity(ies), and that by his /her /their signatures) 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. JACUUFL INF KIRK Cammisane r 106991/ Le Notary Public- California WITNESSm orange 14S Maly � y hand and official seal. Comm. E Kaa Ma M. 1011 SIGNATURE OF NOTARY OPTIO L Though the data below is not required by law, it may prove valuable to persons relying on the docume and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY IN -FACT ❑ TRUSTEE(S) ❑ GUARDIAN /CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITYIIES) Liberty Mutual Insurance Company DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES AUG 28 2014 DATE OF DOCUMENT SIGNERS) OTHER THAN NAMED ABOVE THIS'POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND, The Pow, of Atomey limits the al of those cement bereim and they have no authority to bind the Company except in the reannerand to the extent herein stated. . American Fire and Casualty Company Libedy Mutual Insurance Company Certificate No ru The Ohio Casualty Insurance Company West American Insurance Company POWER OF ATTORNEY KNONMALL PERSONS BY THESE PRESENTS: ThalAmencen Fire 8 Casually Company and The Ohio Casualty Insurance Company are corporations duly organized under the law of the Stale of New Hampshire, that Liberty Mutual Insurance Company b a corporation duly organized under the Taus of the Start of Massachusetts, ad Vest American Insurance Company eammorationdulyorganized Tell lawofthe Stateof Indiana(hereincolleN lycalled the - Companies'). pursuanttoandbyauthordyhereinse tbdh.does Nmbyname.mnstilute and appoish Christina Johnson: Erik Johonssae Jacnuelina Kirk l "HI H -1hio— ..m... - :..... �.:._..._.._. _ .. .. _ anoncecnyof wne state of OA each indHduallyAthere be more than one named. Its We ad lawNl allomeyJrvYad to make, execute . seal acknowledge and tali brand on its behalf as surety and as its an and deed, any end all undertakings. bonds. remrpocances and other surely obligations, in pursuance of these presents rap shall N ca binding upon the Companies as if they have been duty agreed by the president and attested by the secretary of the Companies in their own proper persons. IN WITNESS VMEREOF this Paver of Altomey has been subscribed by an auhenzed officer or oticial of the Companies and the corporate sss b of the Companies Mass been affixed Iheratothit 151h dayof January , vnia STATE OF PENNSYLVANIA ss COUNTY OF MONTGOMERY American Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company West American Insurance Company .. By: d .wr r^' David M`Cart Assistant Secretary p Onto 15th dayof January 2014, before me personally appeaed Dare M. Carey who acknoidedged himself to be the Assistant Secretary of American Fire n and Me le b Company, Liberty Mutua Insurance Company The Ohio Casualty Company, and khca American Insurance Company, and that he, as such, being authorized so M do, execue the foregoing "resumenI for the purposes therein contained by signing on behalf of the corporations by final as a duly arlh rM officer IN AITNESS to, I have herl subscribed my pane and affixed my nmtanal sea a Plymouth Mmtirg, Pennsocanta, on the day ad yea first shove writt, . i r r By: Fes'' �' A4Q- TI�CCrtJ ' Teresa Paslella ,Notary Public This PowerotAtomeyb male and execan dporgtaMtoadby sutcnty of the folfowing By -leas ad Aulhorizaions ofArt mcen Fire and Casualty Company The Ohio Casual Insurance Company. Librry Mutual Insurance Company ad"N4slAmepcec Insurance Company which resolutions are now in full force ad effect reading as follows. ARTICLE IV- OFFICERS - Section 12. Rover ofAtomey Any officer or other offiout of the Comoraton amhorizetl for Ma purpose inventing by Me Chairman or IN President, and subject 0 such Initial se Ne Chairman or the Preadenl may prescribe, shall Wpotrt such aMmeysin -fat, as may N necessary 0 act in Nhat of the Corpoatiou to make, execute, and aknowbdge and Nter as surety myand all uMel ings, bonds, reoognizances antl mhersurety ookgalt m Such a entele -b -fact, subject to the insurers set bet in Iharrespecdve booms Of attorney, shall have bbl power to bird the Corporation by their signal ad execuuec of any such instruments and to atech thereto th seal of the Corporation. Vmen an so cued, such hadmi ments shall N as bgdpg as if spiced by the Prospect and Mased to bythe Secrelay. Any poser or "honty granted b any representative or atfomey-in -fact under the provisionsofthisatek maybe revokeda anytime byte Boardthe Chairman, the Pra NtorbymeofficaerolfkemgrantingsuchposeroraN rfty. ARTICLE %III - Execution of Contacts- SECTIONS, Surety Bards and Undertakings, Any officer of the Company xulNnzad for that purpose in eval by the charman or the president, and subjecTo such Itmilarans as the chairman orthe president may prounbe, shall appoint such aMmeys- infect as Note, recessaryto err in bebatof the Company to make, execute, seal, acknowledge antl dehver as slrrety any ad all undertakings, bonds, recogMiances ad other surely oblgaMns. Such allomeysirvfom subject to IN limitations set forth in their mspecfne powers of atWmey, shall have full power to bind the COmpany by their sipall and execution of any such instruments and to starch thereto the seal of the Company VINnm executed such Instruments shall be as tending as if signed by the prespenl and atesNd by the secretary Certificate of Designation -The President of IN Company seal pursuant to the Bylaws of to Company, authorizes Davie M, Carey Assistant Secretary to alpotnl suet a ,meysin oti m may be necessary to ant on Nhad of the Compmy to make, exec e, mat, ackrow4ebge and deFrer as surety arty and all undereekngs, bonds, remgnie noes and offer surety 9 AMhor non- Byunanimousconsentofthe Company's Bondof Direcbrs, the Companymnsatsthefacsimileormechanicallyreproducedagnmmofanyassistantsecretaryo fIN Company, wherever appeairg upon a (Thad copy of any how of atomey issued by to Company in connection with surety bonds, shall N veld and bal upon the Company with the same force and effect as )hough manually affixed. I. Gregory W Dare it to undersigned Assistant Secretary. ofAmerpar Fire and Casualty Company The Ohio Casualty Insurance Company Liberty Mutual Insurance Company, and Nkst Amercan Insrace Company do hereby cerdy Nat Ire original poser of alomey of which IM foregoing Ise full, Ime and mme copy of the Paver of Atomey executed by sold Companies is In lull force and effect and has cot been revoked. ��[[��JJ� IN TESTIMONY WHEREOF, I have hereunto set my hand antl affixed the seats of said Companies Nis O(C7I f'Nday of gg� By:�_ Gregory W Omrenpp t Assistant Secretary W S IIa]a 121010 294 of 3W BIDDER: Sully - Miller Contracting Company i` 2.B 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 I : thousand dollars ($10,000), whichever is greater, and shall further set forth the porf,n 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 offer 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 6e deemed to have agreed to Perform such portion itself, and shall not be permitted to subcontract that Portion hereinafter sel orth below, of th Work except under the conditions f Subletting or subcontracting of any portion ofthe Work i excess of one half of one percent (greaterthan 0.5 %) of the Total Bid Price or, in the case of of bitls or offers for the construction of streets or highways, including bridges, in excess of one -half of f percent of the Contractor's total bid or fen thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permifted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 l9 E 0 U CJ N O U d 0 0 L. z O z w O z 0 0 pd W A w v° U w 0 e .p v b° Tv E. m N ^ y Y a 'a nE � o �w a o w o F q A yw o v� myw �A W Ra � +A7 y� 9 �V h � O F � O ^ 'G N U 9 O .3 � w a� LL U T C (0 E q o x U � m z v t0 � C Fq U �_ O a � O K y w P o � 0 m o H t-I n ai b U w 0 e �� i� � .pq v p � � H ro 0.tipH �g �.� ., 4 �� �� P0. a Q '-� o .S ry ,gq o m .� .y o h �W m pa S q w °3 w' A ;� q O o 7i (� •� m a '� v b � q '.�. A 4� `� L-i O h n m J� i� Fu LL U N O U m C O U c� G T � I W O xi G Q� G [� @ @ @V O O F .9 ri' w v U .g w 0 e N q 9� �W �, a _a o-� w� F a pw° w :� C v c mE F �q & :Y P. v� $ ,S � N A G @� �h � w o rn �w n p� 9 U A d b Aa � m [i •� cJ O .} ], J '� p�.� O ` y .^� F .� � i y -� a �� m LL Q] U i T d E 0 U m c U m 0 U d W m W 0 z pq 0 z O Op O w7 W S V U w 0 a � LuN N .eq v p a] b k+ q G'^ �yp ae as �w G o o � ry q 4 � d gy 4 -p3 row 9A A qm Q .!i �a A o � 0 P H� q f. — o v :^o �1 W LL CO U: a C (0 � o z U o c U t6 � C w' U z � o U w 0 � H Fa ay W q 0 v° U w e a o � m °2 .p vb �v N �+ � F m e as �Gw N 4 O o .z a b v p A O N uW m p) �Q W m � y qa N 3b a 3 v b .?a a ~ F i� m v � F w LL LO U T c a � o � U G c U t9 � C (G U � O ' z � o w D m O F m7 W� w w V U w N . O v ` In .F Pv d N b F w CR'�Cry C ^ a 0 �w a P Q� F ri C w o uW m p� 90 qa as F g .a y W A ti F p v V A ti co LL U C a � o � U o m z c C U _� O � @U@ _- C z � o d w � � 0 � Q H Fa ayy� W� W ti ��-� tia .a ao Qa �b H n R'^� �� 4 �g �� .°a �qw 5 4 0. a� o � r o y h � �� `� o 3V� uW m �q 9A a a o a° � 'F J] A .� �a g'� � u a � � .9 � .� a h� — o �� as v� [° W LL tll U T (0 a O U m C U (0 C O U d u 0 m F 5 5 a a j N 0. a 0 a 7 2� F �� a n qv 3 "° s p " A O � v a 0 o� m� �w v o � p a� 3 � �a G� c �+ o qU �� �� .�. a y o �� H �v rn LL m U T C lU a E 0 U C U (6 C O U N w 0 0 m F 3 3 a a Q n 0 P N s a a 0 ^o A N y 0. }y H a a �� �� pa 3 'O a �' b .� P� o o a o w � W a � p w 5a Lq ow y � 0 �U a� o hry u � a ny �m -• y rn LL CD U N a E O U m C U t0 C O U N W ❑ m a F '3 a a H 0 5 H a 0 0 G F 7 A ppqq ,F IY a e�W � °qv m 3 v°. 0 0 o � m o 0 cE qs a � 0 p a .. 3 � my c w ow a o qU a� d e H7 m m U 3 a a a a m S a � E U m C O U y N C O � U E � b N U c a yn o °ate m m a,o y °a O T 0 0 o° c� 3 m .c° aw v y j C w° 3 P4 WEI C d rF�w 0 0 v O a� s ri -t n. LL m U a m n E U m c m c 0 U `m 3 W m m a 3 a a w d F e a a a 7 w F ° w Pu n qB 4tltl' 5 0 dw P� o o $ c3 A� �a as 3 s� C D � y Rl m U a w O { N J O Y„ u r N ti y U T C R E O U unU (0 C O U d 3 D m F 5 a qa w° F 5 F O N 8 A N w b � F o 3 4° v" a� C T v 0 o � a f. a h oF y 0..b a a 4� u O O .0 nN u v O 4 F A � c+ y rn LL U F a a 4 e E T N a � � o O 3 U m � x m � o � w � b a O 3 Q $ ] w 2'no w ❑ 2 T ro 3 ,o P G n o. R o 0 0 m .°o �w a� d cu t � o a v A� a� � o N � O b'tl A y r v; =n y m LL R! V BIDDER: Sully - Miller Contracting Company 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) ["DupnwreNettz!R aneeaearor Ilstlng aaeXlonal submnVecWrf. ^I Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address. Cr:c .Yf 7939a7 �c��•atL_ -��1, /,; / w /P�r -t,z x (k.,„ Name and Locafion Description of Work Of SuhconVactor to be Subcontracted Name: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: O1RHtifrC� 9''" Ln. gD /. /2Z Name and Location Descnption of Work of Subcontractor to be Subcontracted Name: Name and Location Description of Work of Subcontractor tobe Subcontracted Name. Address' CBF- 10 BIDDER: Sully - Miller Contracting Company 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) PouOrsat¢ nut z aaFg nneeeee ror Im, Wdd.,A submnlracmrs: ^f Name and Location Descriptfon of Work of Subcontractor to be Subcontracted Name: Address- Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location pescdptlon of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Descdption of Work of Subcontractor to be Subcontracted Name: Address. Name and Loca_ion Description of Work of Subcontractor to.be Subcentracred Flame: Address. CBF- 10 BIDDER: Sully - Miller Contracting Company 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) I oupllmt¢NeH2vagesrt!aia Mr Un, additond SWwnV cwrs.^] Name and Locaton Description of Work Of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name' Address: Name and Location of Subcontractor Name: Address: Name and Location of Subcontractor Name: Address CBF ID Description of Work to be Subcontracted Desorption of Work to be Subcontracted Desscription of Work to be Subcontracted Description of Work tobc Subcontracted BIDDER: Sully - Miller Contracting Company 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 we (2) years: t. "'Please See Attached List of Project References" - Name and Address of Owner Name and telephone number of person familiar with proJed Contractamount Typeof Work Date Completed 2. Name and Atldress of Owner Name and telephone number of person familiar with project Contract amount Typeofwork Date Completed 3. Name and Address of Owner -- Name -.n-d1.-1e p -ho n ­ nd telephone numberof person familiar with project Contract amount Type cf Work Date Completed 4. Name and Address of Owner _. Name and telephone number of person familiar with project — Contractameunt Type of Work Date Completed CBP - II Mii—A —91 SULLY - MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: 2011 ROADWAY MAINTENANCE & SLURRY SEAL PROGRAM/ 10150602 Start and Finish Dates: 8/2013- 12/2014 Project Description: SWEEP, AC GRIND & OVERLAY, CRACK SEAL, SLURRY SEAL, STRIPING & MARKING Agency Name: PORT OF LONG BEACH Agency Name: 925 HARBOR PLAZA DRIVE Agency Name: LONG BEACH, CA 90802 Contact Person: ALI VATANSHENAG Telephone: 562/437 -0041 Original Contract Amount: $434,380 Final Contract Amount: $455,300 Change in original contract amount is due to extra work and /or contract change orders adding work. amount is due to extra work and /or contract change orders adding Project Name /Number: KIOWA RANCH ROAD TO DEL ORO ROAD/ 10149809 Start and Finish Dates: 9/2013- 11/2013 Project Description: AC GRIND & OVERLAY, PCC IMPRV., STRIPING & MARKING, SURVEY, TREE REMOVAL, CMB, ADJUST UTILITIES, SLURRY SEAL Agency Name: TOWN OF APPLE VALLEY Agency Name: 14975 DALE EVANS PARKWAY APPLE VALLEY, CA 92307 Contact Persona BRETT MORGAN Telephone: 760/240 -7000 Original Contract Amount: $662,781 Final Contract Amount., $663,811 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name7NUmber: ARTESIA BLVD. & WESTERN AVE. STREET IMPRV. /10147379 Start and Finish Dates: 7 /2013- 10/2013 Project Description: SIGNS, SWEPT, TRAFFIC CONTROL, TREE REMOVAL, STRIPING & MARKING, COLD MILL, ELECTRICAL, PCC, AC, ARHM, SURVEY, ADJUST MANGLES & WATER VALVES, LOOPS Agency Name: CITY OF GARDENA 1700 W. 162ND STREET GARDENA, CA 90247 Contact Person: JOHN FELIX Telephone: 310/217 -9500 Original Contract Amount: $645,472 Final Contract Amount: $605,644 Change in contract amount is due to items of Work being deleted by the agency. Updated JULY 2014 .E T S ULLY-M I LLE.R C01V "LRACTIN(! Co. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: BROOKSHIRE AVENUE PAVEMENT REHABILITATION PROJECT/ 10147171 Start and Finish Dates: 6/2013 - 11/2013 Project Description: SURVEY, TRAFFIC CONTROL, COLD MILL, ARHM, AC, PCC, CATCH BASIN, ELECTRICAL, ADJUST MANHOLES & WATER VALVES, STRIPING & MARKING, TRAFFIC SIGNAL LOOP DETECTORS Agency Name: CITY OF DOWNEY Start and Finish Dates: 11111 BROOKSHIRE AVENUE Project Description: DOWNEY, CA 90241 Contact Person: DESI GUTIERREZ Telephone: 562/622 -3468 Original Contract Amount: $1,366,800 Final Contract Amount: $1,446,784 Change in original contract amount is due to extra work and /or contract change orders adding work. DAVID SANCHEZ Telephone: 310/645 -9565 Project Name /Number: TILDEN TERRENCE/ 10146479 Start and Finish Dates: 4/2013- 9/2013 Project Description: ON -SITE, OFF -SITE, ALLEY IMPRV. Agency Name: DREYFUSS CONSTRUCTION 5855 GREEN VALLEY CIRCLE, STE. 300 CULVER, CA 90230 Contact Person: DAVID SANCHEZ Telephone: 310/645 -9565 Original Contract Amount: $748,082 Final Contract Amount: $835,884 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number. LA LOGISTICS CENTER/ 10144825 Start and Finish Dates: 3/2013- 6/2013 Project Description: B- PERMIT Agency Name: XEBEC BUILDING COMPANY, INC. 3010 OLD RANCH PARKWAY, STE. 480 SEAL BEACH, CA 90740 Contact Person: SIOBHAN SHARPLES Telephone: 562/795 -0270 Original Contract Amount: $373,756 Final Contract Amount: $383,456 Change in original contract amount is due to extra work and /or contract change orders adding work. UpdaLed IDLY 2014 SULLY- MII -LER CON'I'RACTIN(i CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: SHAY ROAD & BALDWIN LAKE ROAD/ 10144777 Start and Finish Dates: 5/2013- 7/2013 Project Description: AC GRIND & OVERLAY, COLD IN PLACE RECYCLING, CRACK SEAL, CEMENT TREATED Contact Person: BASE, SIGNS & STRIPING & MARKING Agency Name: COUNTY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS Change in original contract 825 EAST THIRD STREET work. SAN BERNARDINO, CA 92415 -0835 Contact Person: FRANK LUNA Telephone: 909/387 -8104 Original Contract Amount: $1,998,888 Final Contract Amount: $1,892,276 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: AGOURA ROAD WIDENING PHASE 1 /CANWOOD STREET IMPRV./ 10144581 Start and Finish Dates: 4/2013- 10/2013 Project Description: AC /ARHM GRIND & OVERLAY, CAB, PCC IMPRV., COLD -IN -PLACE RECYCLING, ADJUST UTILITIES, SIGNING & STRIPING, TREE PROTECTION /REMOVAL, LANDSCAPE &IRRIGATION Agency Name: CITY OF AGOURA HILLS Project Description: 30001 LADYFACE COURT Agency Name: AGOURA HILLS, CA 91301 -1335 Contact Person: CHARMAINE YAMBAO Telephone: 8181597 -7300 Original Contract Amount: $1,058,551 Final Contract Amount: $1,273,120 Change in original contract amount is due to extra work and /or contract change orders adding work. $229,000 Final Contract Amount: $234,671 Project Name /Number: CEDARS -SINAI MEDICAL CENTER - ADVANCES HEALTH SCIENCES PAVILION PROJECT/ 10143403 Start and Finish Dates: 2/2013-4/2013 Project Description: CMB, AC GRIND & OVERLAY, STRIPING, DOUBLE ADJUST MANHOLES Agency Name: HATHAWAY D INWIDDIE CONSTRUCTION COMPANY 811 WILSHIRE BLVD., STE. 1500 LOS ANGELES, CA 90017 -2632 Contact Person: STEPHEN DUHM Telephone: 213/236 -0500 Original Contract Amount $229,000 Final Contract Amount: $234,671 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated IULY 201 1 3 SCILLY MILLER C0N'I'RAC77NG CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: BEAR VALLEY CUTOFF/ 10143018 Start and Finish Dates: 5/2013- 6/2013 Project Description: ARHM /AC GRIND & OVERLAY, CRACK SEAL, SIGNS & STRIPING & MARKING Agency Name: SAN BERNARDINO COUNTY DEPARTMENT OF PUBLIC WORKS Project Description: 825 EAST 3R0 STREET Agency Name: SAN BERNARDINO, CA 92415 Contact Person: SUNDARAMOORTHY Telephone: 909/387 -8104 Original Contract Amount: SRIRAIAN Original Contract Amount: $928,725 Final Contract Amount: $802,793 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number. FY 2012 /13 STREET MAINTENANCE PROJECT/ 10140019 Start and Finish Dates: DALE EVANS PARKWAY OVERLAY PROJECT INTERSTATE 15 TO JOHNSON ROAD & Project Description: JOSHUA ROAD OVERLAY PROJECT/ 10141551 Start and Finish Dates: 1/2013- 4/2013 Project Description: AC GRIND & OVERLAY, STRIPING & MARKING, GRADING, SWPPP Agency Name: TOWN OF APPLE VALLEY Contact Person: 14955 DALE EVANS PARKWAY Original Contract Amount: APPLE VALLEY, CA 92307 Contact Person: BRENT MORGAN Telephone: 760/240-7000 Original Contract Amount: $720,677 Final Contract Amount: $743,789 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: FY 2012 /13 STREET MAINTENANCE PROJECT/ 10140019 Start and Finish Dates: 10/2012- 12/2013 Project Description: ARHM GRIND & OVERLAY, ADJUST UTILITIES, SURVEY, CRACK SEALING Agency Name: CITY OF MALIBU 23825 STUART RANCH ROAD MALIBU, CA 90265 Contact Person: ROBERT DUBOUR Telephone: 310/456 -2489 Original Contract Amount: $652,716 Final Contract Amount: $929,630 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: THE ICIS APARTMENTS/ 10139570 Start and Finish Dates: 9/2012- 11/2012 Project Description: B- PERMIT Agency Name: ALLIANCE RESIDENTIAL BUILDERS If G.P., INC. 450 NEWPORT CENTER DR., 4'550 NEWPORT. CA 92660 Contact Person: SCOTT CRIGGS Telephone: 949/706 -8460 Original Contract Amount: $299,701 Final Ccntraci Amount: 5335,741 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated JULY 2014 S ULLY-MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: 2012 VARIOUS STREETS RESURFACING Ii, PROP 1 B & LACMTA/ 10137709 Start and Finish Dates: 10/2012 -2013 Project Description: AC /ARHM GRIND & OVERLAY, PCC IMPRV., ADJUST UTILITIES, LOOPS, STRIPING & Project Description: MARKING, CONSTRUCTION AREA SIGNS Agency Name: CITY OF MONTEREY PARK Agency Name: 320 WEST NEWMARK AVENUE MONTEREY PARK, CA 91754 Contact Person: ROY ALFONSO Telephone: 626 - 307 -1458 Original Contract Amount: $996,500 Final Contract Amount: $1,082,247 Change in original contract amount is due to extra work and /or contract change orders adding work. amount is due to extra work and /or contract change orders adding Project Name /Number. CITYWIDE ANNUAL OVERLAY PROGRAM & CONCRETE REPLACEMENT PROGRAM/ Start and Finish Dates: 10137355 Start and Finish Dates: 9/2012- 3/2013 Project Description: AC /ARHMGRIND & OVERLAY, AC DIKE, LOOPS, ADJUST UTILITIES, CAB, STRIPING & Agency Name: MARKING, PCC IMPRV., SURVEY Agency Name: CITY OF CARSON 701 EAST CARSON STREET Contact Person: CARSON, CA 90745 Contact Person: RICK BOUTROS Telephone: 310/830 -7600 Original Contract Amount: $1,295,000 Final Contract Amount $1,504,633 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: PREVENTIVE MAINTENANCE OF STREETS -2012/ 10137154 Start and Finish Dates: 11/2012- 3/2013 Project Description: COLD MILL, ARHM, AC ADJUST SEWER MANHOLES, CLEAR & GRUB, STRIPING & MARKING, LOOP DETECTORS, SURVEY Agency Name: CITY OF PASADENA 100 N. GARFIELD AVE. PASADENA, CA 91101 Contact Person: MORLEY SARAIYA Telephone: 626/744 -4000 Original Contract Amount: $1,138,208 Final Contract Amount: $1,273,343 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated JULY 2014 STILLY -M u.LeR CON'I RA(ITIN(i (,C). BIDDER'S EXPERIENCE AND QUALIFICATIONS Pi eject Name /Number. IMPRV. OF LINCOLN AVENUE/ 10136832 Start and Finish Dates: 10/2012- 3/2013 Project Description: CONCRETE, AC, CRACK SEAL, COLD MILL, ARHM, ELECTRICAL, MANHOLES, STORM DRAIN, MARKERS, LOOPS Agency Name: CITY OF PASADENA 100 N. GARFIELD AVE. PASADENA, CA 91101 Contact Person: SEAN SINGLETARY Telephone: 626 -744 -4000 Original Contract Amount: $1,348,474 Final Contract Amount: $1,641,677 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: 2012 OVERLAY PROGRAM/ 10136566 Start and Finish Dates: 10/2012- 4/2013 Project Description: AC /ARHM GRIND & OVERLAY, ADJUST MANHOLES, ROOT PRUNE, STRIPING, SIGNING, MARKERS, LEGENDS Agency Name: CITY OF THOUSAND OAKS 2100 THOUSAND OAKS BLVD. THOUSAND OAKS, CA 91362 Contact Person: MIKE TOHIDIAN Telephone: 805/449 -2400 Original Contract Amount: $3,795,547 Final Contract Amount: $3,972,046 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number. RTE. 247, SNB CO (08- OP9304)/ 10131719 Start and Finish Dates: 7/2012- 8/2012 Project Description: SW PPP, SIGNS, TRAFFIC CONTROL, COLD PLANE, CRACK TREATMENT, AC, ARHM, STRIPING & MARKING Agency Name: CALTRANS 1727 30'" STREET SACRAMENTO, CA 95816 Contact Person: EHAB MINA Telephone: 916/227 -6300 Original Contract Amount: $4,865,508 Final Contract Amount $4,988,720 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated JULY 2019 6 t2 u. SfJI.rY- MILLER CON'l RAC'I -IN(i C0. Project Name /Number: BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: MANHATTAN BEACH BOULEVARD RESURFACING/ 10130442 Start and Finish Dates: 8/2012- 11/2012 Project Description: UTILITIES, TRAFFIC CONTROL, SIGNS, SURVEY, MANHOLES, PCC, AC, LANDSCAPE & IRRIGATION, COLD MILL, EXCAVATION, STRIPING & MARKING Agency Name: CITY OF REDONDO BEACH Contact Person: 415 DIAMOND STREET Original Contract Amount: REDONDO BEACH, CA 90277 Contact Person: JEFFTOWNSEND Telephone.: 310/318 -0661 Original Contract Amount $862,900 Final Contract Amount: $945,951 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: PUBLIC WORKS YARD (BID SET NO. 2)1 10130370 (11148C) Start and Finish Dates: 11/2012- 11/2012 Project Description: AC PAVING, PCC IMPROVEMENTS, ELECTRICAL, FENCING Agency Name: CITY OF EL MONTE 1133 VALLEY BLVD. EL MONTE, CA 91731 Contact Person: TOM EARL Telephone: 626/580 -2001 Original Contract Amount: $462,370 Final Contract Amount: $462,370 NO CHANGE Project Name /Number: SAFE ROUTES TO SCHOOL -CYCLE 7 BULB -OUTS, SIDEWALK 9, TRAFFIC SIGNAL MODIFICATIONS/ 10130359 Start and Finish Dates: 5/2012- 11/2012 Project Description: CLEAR & GRUB, AC OVERLAY, PCC IMPRV., ADJUST UTILITIES, SURVEY, TRAFFIC SIGNAL MODIFICATIONS, SIGNS, STRIPING & MARKING Agent' Name: CITY OF BURBANK 301 EAST OLIVE AVENUE, RM 320 BURBANK, CA 91502 Contact Person: MIKE SILVANI Telephone: 818/238 -5457 Original Contract Amount: $342,560 Final Contract Amount: $408,978 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated JULY 2011 iii.. SULLY - MIT "LER CON "TRAC:TING CO" BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: RTE. 39, (07- 3Y3204)/ 10130355 Start and Finish Dates: 7/2012- 11/2012 Project Description: SWPPP, SIGNS, TRAFFIC CONTROL, COLD PLANE, CRACK TREATMENT, AC, ARHM, work. STRIPING & MARKING Agency Name: CALTRANS Start and Finish Dates: 1727 30'" STREET Project Description: SACRAMENTO, CA 95816 Contact Person: REDA KAROUT Telephone: 916/227 -6300 Original Contract Amount: $1,197,700 Final Contract Amount $1,265,654 Change in original contract amount is due to extra work and /or contract change orders adding work. BEVERLY HILLS, CA 90210 Project Name /Number: SLAUSON AVENUE/ 10130289 Start and Finish Dates: 10/2012- 3/2013 Project Description: CLEAR & GRUB, TREE REMOVAL /PLANTING, AC GRIND & OVERLAY, PCC IMPRV., work. STRUCTURES, STRIPING & MARKING Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS Start and Finish Dates: 900 S. FREMONT AVENUE Project Description: ALHAMBRA, CA 91803 Contact Person: JOSE POU Telephone: 626/458 -5100 Original Contract Amount: $884,688 Final Contract Amount $955,095 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: 2011 -2012 STREET RESURFACING- VARIOUS LOCATIONS/ 10130260 Start and Finish Dates: 5/2012-12/2012 Project Description: AC OVERLAY, COLD MILL, CRACK SEAL, CMB, ADJUST VALVE COVER & MANHOLE, LOOPS, STRIPING & MARKING Agency Name: CITY OF BEVERLY HILLS 455 N. REXFORD DR., RM 290 BEVERLY HILLS, CA 90210 Contact Person: JUAN MARTINEZ Telephone: 310/285 -2489 Original Contract Amount: $1,019,450 Final Contract Amount: $896,448 Change in contract amount is due to items of work being deleted by the agency. npdzted JU Y 2014 rte.. SLILLY- MILLER C.ONTRAC'TING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: STREET RECONSTRUCTION -HELEN RUNYON DR. & E. MOUNTAIN VIEW ST./ 10130241 Start and Finish Dates: 3/2012 - 7/2012 Project Description: AC PAVING, PCC, FABRIC, LOOPS, SIGNS & STRIPING & MARKING Agency Name: CITY OF BARSTOW 220 E. MOUNTAIN VIEW STREET, STE. A BARSTOW, CA 92311 Contact Person: DOMINGO GONZALEZ Telephone: 760/255 -5156 Original Contract Amount: $1,027,886 Final Contract Amount $1,138,746 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: 2012 LOCAL STREET REHABILITATION PROJECT/ 10130069 Start and Finish Dates: 5/2012 - 8/2012 Project Description: AC GRIND & OVELRAY, COLD CENTRAL PLANT RECYCLING, LOOPS, ADJUST Agency Name: UTILITIES Agency Name: CITY OF GARDEN GROVE STREET, STORM DRAIN, SEWER & WATER, SIGNING & STRIPING, TRAFFIC SIGNAL, 11222 ACACIA PARKWAY LOOPS, STREET LANDSCAPE & IRRIGATION, ELECTRICAL, COLD PLANE, PCC, AC, GARDEN GROVE, CA 92840 Contact Person: ROBERT MOUNGEY Telephone: 714/741 -5000 Original Contract Amount: $2,917,670 Final Contract Amount: $2,846,871 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: RECONSTRUCTION OF CASTAIC POWER PLANT ACCESS ROAD/ 10129951 Start and Finish Dates: 8/2012- 10/2012 Project Description: AC, COLD MILL, STRIPING & MARKING Agency Name: LOS ANGELES DEPARTMENT OF WATER & POWER 5/2012- 5/2013 111 N. HOPE STREET STREET, STORM DRAIN, SEWER & WATER, SIGNING & STRIPING, TRAFFIC SIGNAL, LOS ANGELES, CA 90012 Contact Person: JOSH FONG Telephone: 213 /364 -3464 Original Contract Amount: $602,466 Final Contract Amount: $556,923 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: CACTUS AVENUE, F- REDERICK STREET & RESOURCE WAY/ 10129926 Start and Finish Dates: 5/2012- 5/2013 Project Description: STREET, STORM DRAIN, SEWER & WATER, SIGNING & STRIPING, TRAFFIC SIGNAL, LOOPS, STREET LANDSCAPE & IRRIGATION, ELECTRICAL, COLD PLANE, PCC, AC, CATCH BASIN Agency Name: US REAL ESTATE LIMITED PARTNERSHIP, A TEXAS LIMITED PARTNERSHIP, 19300 19300 HAMILTON AVE., STE. 200 GARDENA,CA 90248 Contact Person: FLOYD YOUNKLN Telephone: 310/323 -9100 Ongulal Conned bra ci: $2,753,919 Foal Contra rVrount: x3,212,557 Change in original contract amount is due tq c:ara aock and /or contract change orders adding work. Updated JULY 2014 9 r � SALLY- MILLER CONTRACTING CO_ BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: NATIONAL TRAILS HIGHWAY/ 10128949 (12185C) Start and Finish Dates: 512012 — 6/2012 Project Description: CRACK SEAL COLD PLANE, PAV, STRIPING Agency Name: SAN BERNARDINO COUNTY, DEPARTMENT OF PUBLIC WORKS Agency Name: 825 EAST THIRD STREET SAN BERNARDINO, CA 92415 -0835 Contact Person: NIDHAM AL -REYES Telephone: 909/387 -8104 Original Contract Amount: $1,040,950 Final Contract Amount. $931,795 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: TAXILANE D -10 RECONSTRUCTION / 10128948 (12174C) Start and Finish Dates: 5/2012- 12/2012 Project Description: SURVEY, AC, REMOVE PCC, FENCING, ADJUSTING WATER UTILITY, SWPPP,CAB, COLD PLANE, PCC, FABRIC, STRIPING & MARKING & SIGNS Agency Name: LOS ANGELES WORLD AIRPORTS, AIRPORT DEVELOPMENT GROUP 7301 WORLD WAY WEST, 9'" FLOOR LOS ANGELES, CA 90045 Contact Person: GORAN LAZAREVIC, P.E. Telephone: 310/957 -7149 Original Contract Amount: $6,383,321 Final Contract Amount: $5,939,022 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: CAMPBELL HALL COMMUNITY ARTS AND EDUCATION CENTER / 10128947 (11153C) Start and Finish Dates: 3/2012- 4/2012 Project Description: B — PERMIT: REMOVAL /REPLACEMENT OF CURB & GUTTER, SIDEWALK & SIDEWAY, SIGNAL, STREET LIGHTING, STRIPING /SIGNING Agency Name: MATT CONSTRUCTION CORPORATION 9814 NORWALK BLVD., SUITE 100 SANTA FE SPRINGS, CA 90670 Contact Person: KRISTOPHER BARR Telephone: 562/903 -2277 Original Contract Amount: $473,542 Final Contract Amount: $539,471 Change in original contract amount is due to extra work and /or contract change orders adding work. Updated JULY 2014 10 iii SILLY - MILLER CONTRACTING CC). BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: RESIDENTIAL STREET REHABILITATION FY2011 -2012 & ANNUAL WATER MAIN Start and Finish Dates: REPLACEMENT PROGRAM FY 2011 -2012 / 10128945 (12171C) Start and Finish Dates: 3/2012- 4/2013 Project Description: AC GRIND & OVERLAY, SLURRY SEAL, PCC IMPROVEMENTS, ADJUST MANHOLES, Original Contract Amount: TREE ROOT PRUNE, STRIPING /MARKING, LOOPS, SURVEY, CMB, WATER Change in original contras LINE /WATER MAIN Agency Name: CITY O F LA HABRA Original Contract Amount: 201 E. LA HABRA BLVD. Change in original contract LA HABRA, CA 90631 Contact Person: CHUCK STEPHANS Telephone: 949/262 -9379 Original Contract Amount $4,887,619 Final Contract Amount $6,081,745 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: NEWPORT BLVD. DOMESTIC WATER RELOCATION PROJECT/ 10128919 (11167C) Start and Finish Dates: 2/2012 - 4/2013 Project Description: AC PAVING, WATERLINE, PCC IMPROVEMENTS, & REMOVE METERS Agency Name: IRVINE RANCH WATER DISTRICT Original Contract Amount: 15600 SAND CANYON AVE. Change in original contras IRVINE CA, 92619 -7000 Contact Person: TOM BONKOWSKI Telephone: 949/453 -5692 Original Contract Amount: $3,657,815 Final Contract Amount $3,936,118 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number. LONG BEACH ANNUAL 2012 — GAS & ENGINEERING 10128849/(10071C) / 10128917/(11163C) Start and Finish Dates: 3/2012- 1/2013 Project Description: EMERGENCY REPAIRS Agency Name: CITY OF LONG BEACH 333 WEST OCEAN BLVD. LONG BEACH, CA 90802 Contact Person: CHARLES RAMEY Telephone: 562/570-5176 Original Contract Amount: $2,000,000 Final Contract Amount: $2,210,831 Change in original contras amounL is due to extra work and /or contract change orders adding WOF!C. Upca:cd NI Y 2061 F2..L SIILIY-MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: PASADENA AVENUE STREET IMPROVEMENT PROJECT /10128916(11161C) Start and Finish Dates: 2/2012- 6/2012 Project Description: AC PAVING, ADJUST MANHOLE, COLD MILLING, PCC IMPRV., SIGNS, Project Description: LANDSCAPING /IRRIGATION & STRIPING /MARKING Agency Name: CITY OF PASADENA CITY OF SANTA MONICA 1414 MISSION STREET Contact Person: SOUTH PASADENA, CA 91030 Contact Person: GABRIEL B. NEVAREZ Telephone: 626/403 -7248 Original Contract Amount $499,995 Final Contract Amount., $535,714 Change in original contract amount is due to extra work and /or contract change orders adding work. Original Contract Amount Project Name /Number: STREET RECONSTRUCTION SECTION - I, AGNES AVE., ELM AVE., FRANCES AVE., Start and Finish Dates- NORTH MURIEL DR., ADELE AVE., KATHLEEN. /10128914(11159C) Start and Finish Dates: 2/2012- 5/2012 Project Description: AC PAVING, PCC IMPRV., FABRIC, LOOPS, SIGNS, & STRIPING & MARKING Agency Name: CITY OF BARSTOW CITY OF SANTA MONICA 220 E. MOUNTAIN VIEW ST., SUITE A Contact Person: BARS DOW, CA 92311 Contact Person: DOMINGO GONZALEZ Telephone: 760/255 -5156 Original Contract Amount: $947,275 Final Contract Amount $977,541 Change in original contract amount is due to extra work and /or contract change orders adding work. Original Contract Amount Project Name /Number: ROBSON AVE. & MARTIN ST., STPL- 5107(027) /10128913(11154U) Start and Finish Dates- Start and Finish Dates: 2/2012- 5/2012 SITE UTILITIES, PAVING, AND SITE IMPROVEMENTS Project Description: RECONSTRUCTION PROJECT Agency Name: CITY OF SANTA MONICA (NEST COVIN.A, CA 91791 Contact Person: 1685 MAIN STREET Original Contract Amount: $980,902 Final ContractAmount $1,234,334 SANTA MONICA, CA 90401 Contact Person: ALLAN SHETH Telephone: 310/458 -2201 Original Contract Amount $383,000 Final ContractAmount 5380,911 Change in contract amount is due to items of work being deleted by the agency. Project Narne/ Number. MERVYN S BLDG. RENOVATION CONSTRUCTION CONTRACT /I 0128912(11151C) Start and Finish Dates- 10/2011- 11/2012 Project Description: SITE UTILITIES, PAVING, AND SITE IMPROVEMENTS Agency [Van ?e: WESTFIELD, LLC 2753 E. EASTLAND CTR DR, (NEST COVIN.A, CA 91791 Contact Person: ROBERT ALLEN Telephone: 626/967 -3399 Original Contract Amount: $980,902 Final ContractAmount $1,234,334 Change in original contract amount is due to extra work and /or contract change orders adding work. ULlatxl )uLY 2014 1 2 S I ILi.Y M ILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: RUNWAY 15 RUNWAY SAFETY AREA IMPROVEMENTS /10128907(11143C) Start and Finish Dates: 1/2012- 4/2012 Project Description: AC GRIND & OVERLAY, BASE, MARKINGS, FENCING, ELECTRICAL Agency Name: BURBANK- GLENDALE - PASADENA AIRPORT AUTHORITY 2627 HOLLYWOOD WAY BURBANK, CA 91505 Contact Person: PEDRO BARRAGON Telephone: 818/840 -8840 Original Contract Amount: $1,249,277 Final Contract Amount: $1,313,842 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: DEEP CREEK ROAD OVERLAY /10128904(11140C) Start and Finish Dates: 3/01/2012- 3/30/2012 Project Description: CRUB SEAL, COLD PLANE, AC OVERLAY, STRIPING Agency Name: COUNTY OF SAN BERNARDINO DEPARTMENT OF PUBLIC WORKS 825 EAST 3R° STREET SAN BERNARDINO, CA 92415 Contact Person: NIDHAM AL -REYES Telephone: 909- 387 -1831 Original Contract Amount: $778,000 Final Contract Amount: $605,995 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: WILSHIRE /WESTERN FINAL PHASE /10128903(11139C) Start and Finish Dates: 8/2011- 7/2012 Project Description: CITY OF CA, B- PERMIT Agency Name: SOLAIR MARKETING, LLC 175 WEST JACKSON, SUITE 540 CHICAGO, IL 60604 Contact Person: JIM O'BRIEN Telephone: 805/310 -8270 Original Contract Amount: $849,532 Final Contract Amount: $863,853 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: MOVEMENT AREAS /10128902(11136C) Start and Finish Dates: ONGOING — 12/2013 Project Description: MAINTENANCE & REPAIR WORK ON T &M IN AIRCRAFT MOVEMENT AREAS Agency Name: BURBANK- GLENDALE- PASADENA AIRPORT AUTHORITY 2800 CLYBOURN AVENUE BURBANK, CA 91505 Contact Person: KAREN SEPULVEDA Telephone: 818 /565 -1305 Original ConnactAmount: $250,000 Final Contract Amount: 536,059 Change in contract amount is due to items of work being deleted by the agency. u1damdJUiYzoli i', Iii • ■ SULLY- MILLER CON 1 RACEIN(S CC). BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: NON - MOVEMENT AREA /10128901(11135C) Start and Finish Dates: ONGOING - 12/2013 Project Description: MAINTENANCE & REPAIR WORK ON T &M IN NON - MOVEMENT AREA Agency Name: BURBANK - GLENDALE - PASADENA AIRPORT AUTHORITY 2800 CLYBOURN AVENUE BURBANK, CA 91505 Contact Person: KAREN SEPULVEDA Telephone: 818/565 -1308 Original Contract Amount: $200,000 Final Contract Amount: $5,724 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: 2010 -11 FEDERAL OVERLAY PROGRAM /10128896(11127U) Start and Finish Dates: 10/2011- 1/2012 Project Description: AC GRIND AND OVERLAY Agency Name: CITY OF SANTA CLARIFA 23920 VALENCIA BOULEVARD, STE 300 SANTA CLARITA, CA 91355 -2196 Contact Person: 661/259 -2489 Telephone: 661/259 -2489 Original Contract Amount: $2,069,962 Final Contract Amount: $2,047,482 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: WHITEMAN AIRPORT AIRCRAFT RAMP /10128893(11123C) Start and Finish Dates: 2/2012- 9/2013 Project Description: RECONSTRUCTION OF AIRCRAFT RAMP Agency Name: LOS ANGELES COUNTY DEPARTMENT OF PUBLIC WORKS 900 S. FREMOUNT AVENUE ALHAMBRA, CA 91803 Contact Person: JOSEPH NGUYEN Telephone: 626/458 -3166 Original Contract Amount: $944,696 Final Contract Amount: $1,038,210 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number. 2011 ANNUAL CITYWIDE STREET RESURFACING PROJECT /10128890(11119U) Start and Finish Dates: 8/2011 - 2/2012 Project Description: STREET RESURFACING Agency Name: CITY OF CALABASAS 100 CIVIC CENTER WAY CALABASAS, CA 91302 -3172 Contact Person: TATIANA HOLDEN Telephone: 818/224 -1600 Original Contract Amount: $1,146,363 Final Contract Amount: $1,276,123 Change in original contract amount is due to ex(ra work and /or contract change orders adding work. Updated JULY 2014 SULLY-MILLER CONTIZACTINC; CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: EAST AVENUE MASTER PLAN STORM DRAIN LINE 8 PROJECT /10128888(11117C) Start and Finish Dates: 11/2011- 10/2012 Project Description: AC GRIND & OVERLAY, PCC IMPRV., STORM DRAIN STRUCTURES, CONSTRUCT Agency Name: MANHOLES, RCP, FABRIC, LOOPS, STRIPING & MARKING, SWPPP Agency Name: CTFY OF RANCHO CUCAMONGA 10500 CNIL CENTER DRIVE Contact Person: RANCHO CUCAMONGA, CA 91729 -0607 Contact Person: KENNETH FUNG Telephone: 909/477 -2700 Original Contract Amount $5,214,750 Final Contract Amount: $6,104,138 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: SOUTHERN PACIFIC SUP /10128887(11116C) Start and Finish Dates: 1012011 - 5/2014 Project Description: AC & PCC PAVEMENTS, PCC IMPRV., LANDSCAPE & IRRIGATION, SITE FURNISHINGS, RETAINING WALLS, GUARDRAILS /RAILINGS, SIGNS Agency Name: PORT OF LOS ANGELES 425 S. PALOS VERDES STREET SAN PEDRO, CA 90731 Contact Person: MARLYS WHITE Telephone: 310/732 -7690 Original Contract Amount: $5,694,700 Final Contract Amount., 56,160,508 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: WEST OAK PARK AREA / 11115C Start and Finish Dates: 7/2011- 3/2012 Project Description: AC /ARHM GRIND & OVERLAY, CONCRETE IMPROVEMENTS, CRACK SEAL, LOOPS Agency Name: COUNTY OF VENTURA 800 SOUTH VICTORIA AVENUE VENTURA, CA 92821 Contact Person: PHIL NELSON / DOLORES Telephone: 805/6543984 MURPHY Original Contract Amount: $2,470,417 Final Contract Amount: $2,373,097 Change in contraci amount is due to hems of work being deleted by the agency. Project Name /Number: ROADWAY AND WATERLINE IMPROVEMENT /10128884 (11112C) Start and Finish Dates: 7 /2011- 9/2012 Project Description: ROADWAY AND WATERLINE Agency Name: CITY OF LOMITA 24300 NARBONNE AVENUE LOP1ITA, CA 90717 Contact Person: TOM SHA;iBAZI Telephcne: 310 /325 -7110 Original COnriact Anocnt 51,412,907 talCone c(anlocni: Change in contlaet amount is due [o items of svo� l: being deleted by the 3gzccy. Updated RJLY 2014 15 � Tfifi SULLY - MILLER CON'rRACTING C.O. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: FY 2010 -2011 RESIDENTAIL AREA 7 AND ARTERIAL ZONE AREA 5 /10128880(11108C) Start and Finish Dates: 7/2011 - 2/2012 Project Description: AC PATCHING, GRIND AND OVERLAY, CAPE SEAL, SLURRY SEAL, MANHOLE Original Contract Amount ADJUSTING Agency Name: CITY OF DIAMOND BAR work. 21825 COPLEY DR. DIAMOND BAR, CA 91765 Contact Person: DAVID SLOAN Telephone: 909/839 -7000 Original Contract Amount: $1,819,990 Final Contract Amount: $1,823,184 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: BNSF AGS PROJECT- HOBART YARD /10128878(11105C) Start and Finish Dates: 6/2011 - 8/2012 Project Description: CONSTRUCTION OF CIVIL AND ELECTRICAL FEATURESIN SUPPORT OF THE AGS HARDWARE, SITE DEMOLITION CIVIL, ELECTRICAL, STRUCTURAL, PAVING WORK ASSOCIATED WITH AGS Agency Name: BNSF 2500 LOU MENK DR., FORT WORTH, TEXAS, 76131 Contact Person: CHRISTOPHER HARD Telephone: 817/352 -4114 Original Contract Amount $10,036,878 Final Contract Amount: $10,466,761 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number. WALNUT GROVE AVENUE TO TUSH STREET /11111C Start and Finish Dates: 0712011 - 9/2011 Project Description: STREET RESURFACING Agency Name: CITY OF ROSEMEAD 8833 E. VALLEY BOULEVARD ROSEMEAD, CA 91770 Contact Person: RAFAEL FAJARDO Telephone: 626/569 -2100 Original Contract Amount $1,109,950 Final Contract Amount: $1,083,687 Change in contracL amount s due to hems of woii: being deleted by the agency. L'pCa' —d ill LY LON 16 SULLY - MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: STREET REHABILITATION PROJECT- REBID /10128881(11109C) Start and Finish Dates: 6/2011 - 1/2012 Project Description: TRAFFIC CONTROL, GRINDING, AC, PCC, ADJUST MANHOLES & VALVES, work. SIGNING /STRIPING /MARKING, LOOPS, UNDERGROUND, FABRIC DISPOSAL, FENCE Project Name /Number. RELOCATION Agency Name: CITY OF CHINO 1322 CENTRAL AVENUE Start and Finish Dates: CHINO, CA 91710 Contact Person: NAGHMEHIMANI Telephone: 909/464 -8367 Original Contract Amount., $1,813,849 Final Contract Amount: $1,868,794 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number. SAN BERNARDINO COUNTY NEAR NEEDLES FROM 0.4 MILE WEST OF WHALE MOUNTAIN WASH BRIDGE TO 0.1 MILE WEST OF PARK MOABI ROAD OVERCROSSING /10128874(11099U) Start and Finish Dates: 5 /2011 - 312012 Project Description: WIDEN FREEWAY, INSTALL PERMEABLE SUB BASE, EDGE DRAIN, GRIND & OVERLAY FREEWAY - 1.9 MILES IN LENGTH Agency Name: STATE OF CALIFORNIA, DEPARTMENT OF TRANSPORTATION 1727 3e STREET SACRAMENTO CA 95816 Contact Person: DARCY DAVIS Telephone: 951/232 -6000 Original Contract Amount., $7,193,800 Final Contract Amount: $8,262,201 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: RESIDENTIAL STREET REHABILITATION FY2010 -2011 & ANNUAL WATER MAIN REPLACEMENT PROGRAM PR03ECT/10128866(11090C) Start and Finish Dates: 4/2011- 12/2011 Project Description: SURVEY, SWPPP, PCC, AC, CRACK SEAL, ADJUST MANHOLES TO GRADE, TREE ROOT PRUNE, STRIPING & MARKING, SLURRY SEAL Agency Name CITY OF LA HABRA 201 E. LA HABRA BOULEVARD LA HABRA, CA 90631 Contact Persc r SAM MAKAR, P.E., SR. Telephone: 562/905 -9720 CIVIL ENGINEER Original Contract Amount: $3,535,885 Final Contract Amount: $4,029,145 Change in original contract amount is due to extra work and /or contract change orders adding vork. UpdaZnd JULY 2014 17 rte.. SALLY- MILLER CONTRACTING Co. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: "G" AVENUE RAIL LEAD TRACK & CHANNEL PROJECT: PHASE II -LEAD TRACK Start and Finish Dates: CONSTRUCTION & DRAINAGE CHANNEL CONSTRUCTION /10128865(11088C) Start and Finish Dates: 03/2011— 02/2012 Project Description: TRACK IMPRV., AC, FENCING, STRUCTURES, CAB, PCC, SWPPP, TREE, CLEAR & Original Contract Amount: GRUB, EROSION CONTROL Agency Name: CITY OF HESPERIA work. 9700 SEVENTH AVENUE Contact Person: HESPERIA, CA 92345 Contact Person: TINA SOUZA Telephone: 760/947 -1474 Original Contract Amount., $4,622,722 Final Contract Amount $4,988,909 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: ELM ST. RESURFACING & WATERLINE REPLACEMENT /10128864(11087C) Start and Finish Dates: 03/2011- 07/2011 Project Description: CLEARING & GRUBBING, ADJUSTING MANHOLE & WATER VALVE & WATER METER, SURVEY MONUMENT, PCC, CATCH BASIN, COLD MILLING, ARHM, AC, STRIPING & MARKING & SIGNING, LOOP DETECTORS Agency Name: CITY OF BREA Start and Finish Dates: ONE CIVIC CENTER CIRCLE Project Description: BREA, CA 92821 Contact Person: BRIAN INGALLINEREA Telephone: 714/671 -4450 Original Contract Amount: $945,999 Final Contract Amount., $1,096,259 Change in original contract amount is due to extra work and /or contract change orders adding work. BELL, CA 90201 Project Name /Number: FLORENCE AVENUE STREET REHABILITATION PROJECT/ 10085C Start and Finish Dates: 06/2011- 07/2011 Project Description: CLEARING & GRUBBING, EXCAVATION, COLD MILL, ARHM, AC, MANHOLE ADJUSTING, VALVE /GAS ADJUSTMENT, STRIPING & MARKING, TRAFFIC LOOPS Agency Name: CITY OF BELL 6330 PINE AVENUE BELL, CA 90201 Contact Person: CARLOS ALVARADO Telephone: 626/960 -1889 Original Contract Amcunt: 5294,536 Final Contract Amount: $271,478 Change in contract amount is due to items of work being deleted by the agency. UPdat,d lucr 2014 is SALLY- MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: LAV COLLEGE /10084C Start and Finish Dates: 02/2011 - 08/2011 Project Description: RECONSTRUCT PARKING LOT Agency Name: CHEVERON ENERGY SOLUTIONS 150 E. COLORADO BLVD., STE: 360 PASADENA, CA 91105 Contact Person: WAYNE GRAHAM Telephone: 415/773 -4748 Original Contract Amount $878,000 Final Contract Amount: $783,082 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number: 2010111 OVERLAY PROJECT /10083C Start and Finish Dates: 02/2011 - 0712011 Project Description: MOBILIZATION, TRAFFIC CONTROL, CRACK SEALING, AC, ARHM, MANHOLES, LOOPS, THERMOPLASTIC STRIPING, PAVEMENT MARKERS, SIGNS, TREE WELL, CROSS GUTTER, DETECTABLE WARNING SURFACE, TREES, WATERVALVE, PULL BOX Agency Name: CITY OF CYPRESS 5275 ORANGE AVENUE CYPRESS, CA 90630 Contact Person: NICK MANGKALAKIRI Telephone: 714/229 -6729 Original Contract Amount: $2,198,000 Final Contract Amount: $1,790,853 Change in contract amount is due to items of work being deleted by the agency. Project Name /Number. INNOV. VILLAGE /100790 Start and Finish Dates: 01/2011 - 05/2011 Project Description: AC PAVING, COLD MILL, CRACK FILL, ADJUST MANHOLE, LOOPS & PCC Agency Name: CAL POLY - POMONA FOUNDATION 3801 W. TEMPLE AVE POMONA CA 901768 Contact Person: BRUYN BAVANS Telephone: 909/869 -6842 Original Contract Amount: $653,600 Final Contract Amount: $693,203 Change in original contract amount is due to extra work and /or contract change orders adding work. Updatcd:ULY 2014 19 rte:. SULLY - MILLER CONTRACTING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: 26" STREET IMPROVEMENTS /10074U Start and Finish Dates: 02/2011 — 07/2011 Project Description: EXCAVATION, CUT & DISPOSAL OF AC, GUTTER, COLD PLANE, COLD RECYCLING, CMB, MANHOLES, STRIPING & MARKING, TRAFFIC SIGNAL, LOOPS, CONSTRUCTION Agency Name: SIGNS Agency Name: CITY OF VERNON 4305 SANTA FE AVENUE Contact Person: VERNON, CA 90058 Contact Person: RAFAEL CONTRERAS Telephone: 323/583 -8811 Original Contract Amount: $873,212 Final Contract Amount: $899,429 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: EMERALD AVENUE STREET IMPROVEMENTS / 10077U Start and Finish Dates: 2/2011- 3/2011 Project Description: AC OVER BASE, STRIPING & MARKING, CURBS, RAMPS, EXCAVATION TRAFFIC CONTROL, COLD PLANE, CMB, MANHOLE ADJUSTING, LOOPS, SLOUGH WALLS Agency Name: CITY OF LA VERNE Agency Name: 3660 "D" STREET LA VERNE CA 91750 Contact Person: JASON WELDAY Telephone: 909/594-9702 Original Contract Amount., $226,000 Final Contract Amount: $487,575 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: ROSECRANS AVENUE& VALLEYVIEW AVENUE STREET IMPROVEMENTS /10072C Start and Finish Dates: 01/2011 - 03/2011 Project Description: MOBILIZATION, EXCAVATION, CMB, COLD MILL, ARHM, AC, CURB & GUTTER, ADJUST WATER VALVE & MANHOLES, STORM DRAIN, LOOPS, TRAFFIC CONTROL, PAVEMENT MARKERS, SURVEY MONUMENTS Agency Name: CITY OF SANTA FE SPRINGS 11710 TELEGRAPH ROAD SANTA FE SPRINGS, CA 90670 Contact Person: RAFAEL CASILLAS Telephone: 562/868 -0511 Original Contract Amount. $668,149 Final ContractAmount $559,031 Change in contract amount is due to items of work being deleted by the agency. Up ;,btl iUI ( 20 14 1 1 11110�cfi. SIA -LY- MILLER C0N rl2AC'rIN(i CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: LB ANNUAL 2010/10128849(10071C) Start and Finish Dates: 01/2011 - 1112012 Project Description: EMERGENCY REPAIRS Agency Name: CITY OF LONG BEACH Start and Finish Dates: 33 WEST OCEAN BLVD Project Description: LONG BEACH, CA 90802 Contact Person: ROBERT SOLIS Telephone: 562/570 -5176 Original Contract Amount: $2,000,000 Final Contract Amount: $2,210,831 Change in original contract amount is due to extra work and /or contract change orders adding work. SAFA KAMAGAR Telephone: 818/565 -1305 Project Name /Number: RAMPS A &B REHAB /10070C Start and Finish Dates: 0112011 - 07/2011 Project Description: AC PAVING, PCC IMPRV., ELECTRICAL, FENCING, WHEEL STOPS, STRIPING /MARKING Agency Name: BURBANK- GLENDALE- PASADENA AIRPORT AUTHORITY Agency Name: 2800 N. CLYBOURN BURBANK, CA 95105 Contact Person: SAFA KAMAGAR Telephone: 818/565 -1305 Original Contract Amount: $6,595,968 Final Contract Amount: $6,713,133 Change in original contract amount is due to extra work and /or contract change orders adding work. arnount is due to extra vrork and /or contract change orders adding Project Name/Number: VALLEY BLVD. REHABILITATION PROJECT /10069U Start and Finish Dates: 01/2011 - 0712011 Project Description: SURVEY, AC GRIND & OVERLAY, CMB, PCC IMPRV., RCB CULVERT, ADJUST UTILITIES, SIGNS /STRIPING /MARKING, LANDSCAPE & IRRIGATION Agency Name: CITY OF ALHAMBRA 111 SOUTH FIRST STREET ALHAMBRA, CA 91801 Contact Person: MELISSA RAMPS Telephone: 626/282 -5833 Original Contract Amount $1,851,617 Final Contract Amount: $1,871,827 Change in original contract arnount is due to extra vrork and /or contract change orders adding work. Project Name/ Number: LAKE - ALAMEDA /10128845(10067U) Start and Finish Dates: 01/2011- 12/2011 Project Description: ACCESS PATH CONSTRUCTION Agency Name: LACDPV/ 900 SOU I H FREMOUNT AVE 8" FI OOR ALHAM "RA CA 9180' Contact Person: MARIO RODRIGUEZ Telephone: 626/458 -5100 Original Contract Amount: 41,449,940 Final ContmctAmount: $1,551,239 Change in original contract aniouni is due to exira work and /or contract change orders adding work. Updated ]ULP 2014 SULLY - MILLER CONTRACPING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/ Number: LAKEWOOD BOULEVARD IMPROVEMENTS - PHASE 3A/ 10128841(10063U) Start and Finish Dates: 10/2010 - 11/2011 Project Description: AC PAVING, PCC IMPROVEMENT, CLEAR /GRUBBING, ELECTRICAL, IRRIGATION, Agency Name: MANHOLE ADJUSTING, SIGNING, STRIPING & UNDERGROUND Agency Name: CITY OF DOWNEY Agency Name: 11111 BROOKSHIRE AVE., DOWNEY,CA 90241 Contact Person: DESI GUTIERREZ Telephone: 562/622 -3468 Original Contract Amount: $3,233,203 Final Contract Amount: $3,547,056 Change in original contract amount is due to extra work and /or contract change orders adding work. $1,218,105 Final Contract Amount $1,275,338 Project Name /Number: MAIN STREET - 2H° STREET TO "H" AVE /10057C Start and Finish Dates: 04/2011 - 1012011 Project Description: COLD PLANE, AC, PCC, ADJUST UTILITY MANHOLES, REMOVE CATCH BASIN, CMB, Project Description: LOOPS, TRAFFIC SIGNAL, STRIPING & MARKING, SWPPP, SURVEY Agency Name: CITY OF BARSTOW 220 E. MOUNATAIN VIEW ST. Agency Name: BARSTOW, CA 92311 Contact Person: MARK ROWAN Telephone: 760/241 -6146 Original Contract Amount $1,645,609 Final Contract Amount $1,869,560 Change in original contract amount is due to extra work and /or contract change orders adding work. $1,218,105 Final Contract Amount $1,275,338 Project Name /Number: RESIDENTIAL STREETS IMPROVEMENTS PROJECT /10128832(10053C) Start and Finish Dates: 08/2010 - 04/2011 Project Description: SURVEY /MONUMENTS, PCC, CMB, TRUNCATED DOMES, CAPE SESAL, CHIP SEAL, SLURRY SEAL TYPE II, AC, CRACK ROUTING & SEALING, ADJUST MANHOLES & VALVES, ROOT PRUNE, STRIPING & MARKING & SIGNS Agency Name: CITY OF RANCHO PALOS VERDES 30940 HAWTHORNE BUD. RANCHO PALOS VERDES, CA 90275 -5391 Contact Person: CHUCK STEPHAN Teephone: 310/5445252 Original Contract Amount: $1,218,105 Final Contract Amount $1,275,338 Change in original contract amount is due to extra work and /or contract change orders adding work. Cpdated JULY 2014 1_ r� . A SIII.1.-MILLER CONTRAC-TINCs CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: AVE H, MOUNTAIN VIEW, 2ND AVE, COUNTY CLUB /10051C Start and Finish Dates: 09/2010 - 04/2011 Project Description: AC, UTILITY MANHOLES, CMB, PCC, TRAFFIC SIGNAL, LOOPS, STRIPING & MARKIMG, SIGNAGE, ADJUST WATER VALVES & GAS VALVES, REPAIR EXISTING SEWER LINE Agency Name: CITY OF BARSTOW Start and Finish Dates: 220 E. MOUNTIAN VIEW ST Project Description: BARSTOW, CA 92311 Contact Person: MARK ROWAN Telephone: 760/241 -6146 Original Contract Amount: $1,523,000 Final Contract Amount: $1,803,836 Change in original contract amount is due to extra work and /or contract change orders adding work. CM OF WALNUT Project Name /Number: VARIOUS STREETS, VIRGINIA WAY ETC /10048C Start and Finish Dates: 02/2011 - 12/2011 Project Description: AC, PCC, CATCH BASIN, UTILITY MANHOLES, LOOPS, STRIPING & MARKING, SIGNAGE Agency Name: CITY OF BARSTOW 220 E. MOUNTAIN VIEW ST BARSTOW, CA 92311 Contact Person: MARK ROWAN Telephone: 760/241 -6146 Original Contract Amount: $1,124,134 Final Contract Amount: $1,365,121 Change in original contract amount is due to extra work and /or contract change orders adding work. Project Name /Number: MEADOWPASS ROAD IMPROVEMENTS /10047C Start and Finish Dates: 09/2010 - 03/2011 Project Description: CLEARING & GRUBBING, CAB, AC, PCC, ADJUST VALVE & MANHOLE TO GRADE, STRIPING /MARKING /SIGNS, STREET LIGHTING, RETAINING WALL, MASONRY WALL, PIPE LANDSCAPE & IRRIGATION, LOOP DETECTORS, STROM DRAIN, CATCH BASIN, STRUCTURES, RCP Agency Name: CM OF WALNUT 21201 LA PUENTE ROAD WALNUT, CA 91789 Contact Person: JASON WELDAY Telephone: 909/595 -6095 Original Contracr A.rncun6 $3,945,x95 Final Contract Amount: $3,910,596 Change in original contract arnount is due to exra work and /or contract change orders adding work. ucda -ducr zm; SIILLY-MILLFIR CONT RACITING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name /Number: ARMORY ROAD /10046C Start and Finish Dates: 09/2010 — 01/2011 Project Description: AC EMULSION, ADJUST MANHOLE, SURVEY, STRIPING /MARKING /SIGNS, PCC, LOOPS Agency Name: CITY OF BARSTOW 220 E. MOUNTAIN VIEW ST Agency Name: BARSTOW, CA 92311 Contact Person: WILLIAM HENDERSON Telephone: 760/255 -5157 Original Contract Amount: $782,765 Final Contract Amount., $786,834 Change in original contract amount is due to extra work and /or contract change orders adding work. $1,267,754 Final Contract Amount: $1,601,267 Project Name /Number: ABBOTT ROAD STREET IMPROVEMENTS /. 10043U Start and Finish Dates: 09/2010 — 12/2010 Project Description: AC GRIND & OVERLAY, PCC IMPRV., ADJUST UTILITIES, ELECTRICAL, ROOT PRUNING/TREE TRIMMING/TREE REMOVAL, STRIPING & MARKING, STORM DRAIN STRUCTURES Agency Name: CITY OF LYNWOOD Agency Name: 11330 BULLIS ROAD LYNWOOD, CA 90262 Contact Person: PAUL NGUYEN Telephone: 310/603 -0220 Original Contract Amount: $1,267,754 Final Contract Amount: $1,601,267 Change in original contract amount is due to extra Work and /or contract change orders adding work. amount is due to extra work and /or contract change orders adding Project Name /Number: DAISY AVENUE /10042C Start and Finish Dates: 0912010 — 03 /2011 Project Description: PULVERIZE, CLEAR & GRUB, BOLLARDS REMOVAL, REFURBISH BOLLARDS, TREE & STUMP REMOVAL, TREE PRUNE, ADJUST MANHOLES & VALVES, ELECTRICAL, ADJUST SURVEY MONUMENTS, CONCRETE IMPRV., GRANITE, AC, FIREHYDRANT MARKERS, STRIPING & MARKING, LANDSCAPE, UNDERGROUND Agency Name: CITY OF LONG BEACH 333 WEST OCEAN BLVD LONG BEACH, CA 90802 Contact Person: ERIC LONE Telephone: 552/570 -5176 Orginal Contract Amount: $1,312,217 Final Contract Amount: $1,362,408 Change in original contract amount is due to extra work and /or contract change orders adding work. UpdJicd JULY 2011 21 SULLY - MILLER CONTRACTING C.O. Project Name /Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: BIDDER'S EXPERIENCE AND QUALIFICATIONS STATE STREET /10037U 08/2010 - 03/2011 REPAIR OF FCC PAVEMENT AND SW /RAMPS /DW CITY OF SOUTH GATE 8650 CALIFORNIA AVENUE SOUTH GATE, CA 90280 DANIEL GRUEZO Telephone: 323/357 -9657 Original Contract Amount: $1,299,973 Final Contract Amount: $1,546,185 Change in original contract amount is due to extra work and /or contract change orders adding work. Uuda,zd,ucr mri 25 CITY OF ROSEMEAD FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT SRTSL- 5358(016) The Bidder shall list the name and address of each subcontractor to whom the Bidder proposes to subcontract portions of the work, as required by the provisions in Section 2 -1.01, "General,' of the special provisions. EQUAL EMPLOYMENT OPPORTUNITY CERTIFICATION The bidder Sully - Miller Contracting Company proposed subcontractor hereby certifies that he has X has not _, participated in a previous contract or subcontract subject to the equal opportunity clauses as required by Executive Orders 10925, 11114, or 11246, and that, where required, he has filed with the Joint Reporting Committee, the Director of the Office of Federal Contract Compliance, a Federal Government contracting or administering agency, or the former Presidenfs Committee on Equal Employment Opportunity, all reports due under the applicable filing requirements. NOTE: The above certification is required by the Equal Employment Opportunity Regulations of the Secretary of Labdr (41 CFR 60 -1.7 (b) (1), and must be submitted by bidders and proposed Subcontractors only in connection with contracts and subcontracts which are subjectm the Equal Opportunity Clause. Contracts and subcontracts which are exempt fiom the Equal Opportunity Clause are set forth in 41 CFR 60 -1.5. (Generally only contracts or subcontracts of $10,000 or under are exempt). Currently, Standard Form 100 (EEO -1) is the only report rentrired by the Executive. Orders or their implementing regulations. Proposed prune CONTRACTORS and Subcouhaetors who have participated in a previous contractor subcontract subject to the Executive Orders and have not tiled the required reports should note that 41 CFR 60 -17 (b) (1) prevents the award of contracts - and subcontracts unless such CONTRACTOR submits a report covering the delinquent period or such other period specified by the Federal Highway Administration or by the Director, Office of Federal Contract Compliance, U.S. Department of Labor. EEOC - t CITY of ROSEMEAD FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT SRTSL- 5353(016) Noncollusion Affidavit (Title 23 United States Code Section 112 and Public Contract Code Section 7106) To the City of Rosemead, Los Angeles County DEPARTMENT OF PUBLIC WORKS. In conformance with Title 23 United States Code Section 112 and Public Contract Code 7106 the bidder declares 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 fixthe bid price of the bidder or any other bidder, orto fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, orto 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. Note: The above Noncollusion Affidavit is pad of the Bid, Signing this Bid on the signature portion thereof shall also constitute signature of this Noncollusion Affidavit. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. NA -I CITY OF ROSEMEAD FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT SRTSL- 5358(016) DEBARMENT AND SUSPENSION CERTIFICATION TITLE 49, CODE OF FEDERAL REGULATIONS, PART 29 The bidder, under penalty of perjury, certifies that, except as noted below, he /she or any other person associated therewith in the capacity of owner, partner, director, officer, and manager: is not currently under suspension, debarment, voluntary exclusion, or determination of ineligibility by any federal agency; has not been suspended, debarred, voluntarily excluded or determined ineligible by any federal agency within the past 3 years; does not have a proposed debarment pending; and has not been indicted, convicted, or had a civil judgment rendered against it by a court of competent jurisdiction in any matter involving fraud or official misconduct within the past 3 years. If there are any exceptions to this certification, insert the exceptions in the following space. Exceptions will not necessarily result in denial of award, but will be considered in determining bidder responsibility. For any exception noted above, indicate belowto whom it applies, initiating agency, and dates of action. Notes: Providing false information may result in criminal prosecution or administrative sanctions. The above certification is part of the Proposal. Signing this Proposal on the signature portion thereof shall also constitute signature of this Certification. DSC -I CITY OF ROSEMEAD FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT SRTSL- 5358(016) NONLOBBYING CERTIFICATION FOR FEDERAL -AID CONTRACTS The prospective participant certifies, by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that 1) No federal appropriated funds have been paid or will be paid, by or on behalf ofUle _. undersigned, to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. 2) - If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any federal agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form -LLL, 'Disclosure of Lobbying Activities,' in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. The prospective participant also agrees by submitting his or her bid or proposal that he or she shall require that the language of this certification be included in all lower tier subcontracts, Which exceed $100,000 and that all such sub recipients shall certify and disclose accordingly. 11F,C -1 CITY OF ROSEMEAD FEDERAL SAFE ROUTES TO SCHOOL WALNUT GROVE AVENUE ENHANCEMENT PROJECT SRTSL- 5358(016) nELOBBDDILLr] VIT163 P Aa.rrU11168 COhbl£fF T}llS FORMTO DISCLOYP:G ACfI RSUANTT031 U S.C. 652 1. Type of Federal Action: 2. Status of Federal 3. Report Type: Action: �a, covtrect O a bid rpr/applicatior Mx, initial b. gent b. mitielawmd b. material change c. c opemtiveagre nceat e. post-mv d d, loan e, Loan guarantee f. Iran insurance 4. Name and Address of Reporting Entity Prime u Sabawa,dee Tier— ,ifknown N/A Coneressional Dptrmt, ifknown 6. Federal DepartmenFAgeney: 8. Fedead A,d,m Number Hknown: Id. a, Nameamd AddresaofIebby Entity (If individvil, Lut name, feet name, MQ For Material Change Only: year _ gnytes date of last report_ S lfR perdag Entityin No.4is Sabawardeq Enter Name and Addroa of Prime: Congremlanal flhtrlrt, if known 7. Federal Program Name/Doscription: CFDA Nember if vpplicuble 9. Award Amonnq if known b. rndlvuhmis Performing Services (iuc!udmg addecas ifdiHomnt Emu No. los) (last name, fimtn cee, MI) (attach Continuation Sheet(s) if nceessary) 11. Amount of Payment (check all that apply) 13. Type ofPaymeat(eheek all that apply) S actual L]plarmed a retainer b. one- tfinefce U Form of Payment (check all that apply): - cconunlssiun B a. cash d. contingent tee in b. -kind; specify: nmure a defered vahm f. olhrn,spscily 14. Brief Durriptivn ofServitts Performetl or to he performed and Dafe(a)vf Service, faclud{ng vfa<er(s), employcc(sJ, yr memher(a) eonmeted, for Paymen[ Indlramtl is Item Ll: (.11,61 Crnt m ff n sloe r{s) if. 15. Coarivnatlpn Sbeel(s)attached: Y. © No 16. Infummtiod rgvcxtcd,laavglnlds tam, is authvmsdby Tide 31 U.S C. Setliov 1352 This durlosvre oMbbying $icna(um: rcuimrc wmpl.rd by lbe,icrnbove µhen ka vanactivv ARavrro'd n,eaismeaa,ai,„ga„-rea PrintNan,e Sanehez pnrmrantro3l UB.0 135Z T[ds ivfar,m4an will be Puhlu`mreaagnra ae.oin,nam!y anunin La avvlabmfo, Assistant pab!ic WspfAb Abject to ov who railrtr h!o We.,Ucd Tittr. _ Secretary 311,00ereshall be subth Saevilprnally oL,ol less Wan sa,opo ananom,oremanslda,aoreroaeh.soh ssw,a. Telephone Nr.: 714 /578 -9800 ,, 08/; Federal Use Only: )7LA -t Antharfzcd tbRucal Reprodictinn S'.onLH Frun - LLL STATE OF CALIFORNIA COUNTY OF ORANGE On August 29 2014 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 /hentheir signature(s) on the instrument the persori or the entity upon behalf of DANIf:LS which the person(s) acted, executed the instrument. Fart COMM M 1999544 a m yrk "i NOr ry PUer caiifor�aI I certify under PENALTY OF PERJURY under the laws of a s ""C` oaANGe COi - the State of California that the foregoing paragraph is true �aAir and correct. WITNESS my hand and official seal Signature r -- J aniels, Notary Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: _Disclosure of Lobbyino Activities — Document Date: August 28, 2014 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name _ Raymond Sanchez Signer's Name LJ Individual E] Individual LJ corporate Officer - Titles) Assistant Secretary Corporate Officer — Title(s) Partner — Limited /General ❑ Partner — Limited /General _ Attorney In Fact Right Thumbprint E-] Attorney In Fact Right Thumbprint of Signer of Signer Trustee Trustee Guardian or Conservator u Guardian or Conservator Other a Other Signer is Representing: SULLY - MILLER CONTRACTING COMPANY INSTRUCTIONS FOR COMPLETION OF SF -LLL, DISCLOSURE, OF LOBBYING ACTIVITIES This disclosure form shall be completed by time reporting entity, whether subawardee or prima Federal recipient, at the initiation or receipt of coveted Federal action or a material change To previous filing pursuant to title 31 U.S.C. section 1352, The filing c f a form is required for such payment m agreement to make payment to lobbying entity for influencing or attempting to imFlucmce, an officer or employee of any agency, a Member of Congress an officer or employee of Cnnpess er an employee of a Mwvbu of Congress in connection wit4 a covered Federal action. Attach a contienation sheet for additional information ifthe span on the form is inadequate. Complete all items that apply for both the initial filing and material change report. Refer to the implementing guidance published0 gflvlanagemelrt and Budget for additional infornetion. W , 77 . . - L Identify the We of covered Federal action for which lobbying activity is mNor has been secured N ionuenee, the outcom, of a covered Federal action. 2. Identify the straw ofdm cuvered Federal action. 3. Identify the appropriate classification of this report. If this is a fo low -up mport caused by a meedal cheuge to the imformatiaa previously reported, enter the year and quarter in which the change eccurzed. Enter the data of the last, previously submitted report by this reporting entity for this covered Federal action. 4. Enter the bull name, address, city, state and zip code of0m reporting entity. Include Congressional District if known. Check the appropriate classification ofthe reporting entity that designates if it is mexpecta to be airtime or subaward recipient. Identify the tier of the subawardee, e.g., the first subawardee ofthe prime is the Sind tier. Subawards include but are not limited to oubcomacf;, subgrants and contact awards under gents. 5. If the organization filing the report in Item 4 checks "Subawarthe" then enter the fall name, address, city, state and zip side ofd. prime Federal recipient. Include Congressional District, ifknowm. 6. Enter the name ofthe Federal agency tusking the award or loan emmmihumt. include at least one sir maroon levelbelowagrnryname,ifkrmwu. For example,Depar mtofTrusportation,United States Coavt('mard. 7. Enter the Federal prelusion name or description far the covered Federal action (item l). If known, enter the full Catalog of Federal Dearatic Ambiance (,FDA) number for grants, cooperation agreements, loans and loan commitments. I. Enter the most appropriate Federal identifying number available for the Federal action identification in item (e.g., Request for proposal (R Trip) number, Invitmio, for Bid (IFB) camber, grant amouncement number, the contract grant. or loan award number, the application/proposal control muaber assigned by the Federal agency). Include pmlixes,e.g.,'RFP -DE -90 -001:' 9. For a covered Federal acGoawherethere has ben m award or loan countertrend by the Federal agency, enter the Federal amount of the mooddisad commitments for the prime eo5ty identified in item 4 or 5. 10. (a) Enter the full name, address, city, state and zip code ofthe lobbying entity engaged by the reporting entity idmfi &d in item 4 to influenced 0ue covered Federal action. (h) Enter the full runes ofihe individual(s) performing services and include full address if didereut from 10 (a). Enter Last Name, First Name mid Middle Initial (Ml). II. Enter lire amount ofcmpensa0m paid or reasonably expected to be paid by the reporting entity (clan 4) to We lobbying entity (item 10), Indicate whether the payment has been made (actual) or will be made (planned). Chcck all base; that apply- if Mtn ivonmtexlal tinge report, enmr lire aarrul¢tive amount ofpaynnnk,vade or planned to be made. 12. Ch 1,11se appropren tors. Check ell buses that apply. Ifpryment is made drongh min -kind cnntribntiov, specify the nature and vans ofthe in -kind payment- 13. Check the approp rid, box. Check all buses That apply. Bother, specify nature. 14. Provide a.vpecifio add detailed description ofihe sera ices that flu lobbyistleas performed ¢r wit] be expected to perforns sad iho date(s) ofany servimsremdez d. Include all preparatory and related activity not jml time spent 1n aemsl contact with Fcdr- -rat etfirials. IdcmiPy tlse Federal cg'ccr(s) or employee(s) contacted er Ne offlwr(s) amployee(s) or Members) ofCongess fiat were cmmcted. 15- Chwk whether or not a cantivuafion sheet(s) is attached. 16. The certifying official shall sign and nine, the font, print hialher nano Ntle and telephone number. Public reporting burden for this collection of information is estimated to average 30 minutes per response, including time Fr reviewing iusfructim; scanning csiaog data sneeze, galherh,g mJ maintainbtg th, data needed, sad completing and r,v;e•.ving kha colterticv of infometiaa Scud emnn•.eus mgnrding the harden tstimato ac uvy otter sspcct ofrhu collection of information, including suggestions for ¢doting Wis burden, m the OfFcc of Mawgement and Budget, Popericork Reduction Erolect(3 346- 00f6),Washinlmn,D.C.20503- re_u_,,._.,a „� m. -rs 1-11 Inn, ULA -2