Loading...
Mike Bubalo Construction Co. Inc.CITY OF ROSEMEAD GARVEY AVENUE SEWER RELIEF LINE PROJECT PROJECT No. 21845 BIDDER: CONTRACT BID FORMS TABLE OF CONTENTS SECTION1 BID SCHEDULE ....................................:.................................... ..............................1 SECTION2 BID DATA FORMS ..................................................................... ..............................5 2.A BID BOND .................................................................................. ..............................6 2.13 LIST OF PROPOSED SUBCONTRACTORS ............................ ..............................7 SECTION 3 NON - COLLUSION AFFIDAVIT ................................................. .............................10 SECTION 1 - BID SCHEDULE CBF -1 BID SCHEDULE SCHEDULE OF PRICES FOR GARVEY AVENUE SEWER RELIEF LINE PROJECT PROJECT No. 21845 BASE BID SCHEDULE NO. ITEM DESCRIPTION UNIT EST. QTY. UNIT PRICE ITEM COST 1 Clearing & Grubbing per Plans and LS 1 Specifications. See Technical Provisions Pages TP -2 & TP -3 per Details. Zt7� 000, or 2 Disposal of Waste Materials. LS 1 �000, " *00 ' 3 Prepare a Storm Water Pollution LS 1 _ S Prevention Plan (SWPPP). . e .. - 4 Traffic Control Plans prepared by a LS 1 Registered Traffic Engineer. (D 5 Unclassified Excavation. CY 100 Cap =' 6 Remove and Dispose existing manhole EA 3 including bedding, backfilling and Paving per Plans and Specifications Complete. it _- T 7 Construct Extra Strength 15 -Inch LF 2,600 diameter Vitrified Clay Pipe (VCP) including bedding, backfilling and Paving per Plans and Specifications Complete. �/o = �Zq E7pQ •'• 8 Construct 15 -Inch diameter Ductile Iron LF 81 (DI) Sewer Pipe including pipe structure support per SPPWC Std. Plan. 224 -2, bedding, backfilling and paving per Plans and Specifications Complete Z/p$ 2A 2�7 ¢bs. W 9 Remove and Dispose existing 8" Vitrified LF 330 Clay Pipe (VCP) sewer including pipe plugs, bedding, backfilling and Paving per Plans and Specifications Complete. uj 3� duo r 10 Construct extra strength 8 -Inch diameter LF 176 Vitrified Clay Pipe (VCP) including bedding, backfilling and Paving per Plans and Specifications Complete. 30 =� 11 Construct Reinforced Precast Concrete EA 11 Manhole per LACDPW Std. Plan 2003 -2. ! 080, �` 000. -• CBF -2 TOTAL BASE BID PRICE u LT_ .o GT Do llar amount in written form *P-W CBF -3 EST. UNIT ITEM NO. ITEM DESCRIPTION UNIT QTY. PRICE COST 12 Construct Drop Manhole per CSD Std. EA 1 Plan S -a -205. /O wr- 13 Install House Connection Remodeling EA 41 including pavement per SPPWC Std. Plan 223 -2 OLi� sir Z8 GL'i� w 14 House Lateral Replacement per SPPWC EA 10 Std. Plan 222 -2. *(approx. 25% of existing laterals) 15 Construct Wye per LACDPW Std. Plan EA 50 2024 -1. a ° - 16 Construct 72" Manhole Type "E" (case II) LS 1 per CSD Std. Plan S -a -205. And detail on sheet D1 $. ,_• ZSL�D r 17 Remodel and plug existing sewer LS 1 manhole per detail "A" on sheet D1 _• 18 Remove existing and Construct 18" LS 1 diameter RCP (2000 -D), including concrete collars per SPPWC Std. Plan. 380-4, complete as shown on the plans ?:sow, 25 O 19 Sewer Flow Bypassing at all locations as LS 1 shown on the plans. 20 Construct Terminal Cleanout Structure EA 1 per SPPWC Std. Plan 204 -2 Soo. ^• S'v® 21 Abandon Existing Sewer. Fill with low LF 830 density cellular concrete (LDCC) or controlled low strength material (CLSM) with min. compressive q4 (jQ strength of 3000PSI @ 28day and plug ends 22 Provide temporary and permanent EA 1 support for the 36" RCP Sewer per CSD Std. Plan S -a -222 and S -a -217. Complete in place. TOTAL BASE BID PRICE u LT_ .o GT Do llar amount in written form *P-W CBF -3 ALTERNATE BID ITEM 1 BARLETT AVENUE STREET RESURFACING TOTAL ALTERNATE BID PRICE Dollar amount in written form Ce-6 TOTAL BASE & ALTERNATE BID PRICE $ t'i So(;Oi 4�5 - TU (. A.fzw.dwzW,,5A4wwgb 51pre77mdo gb pLYltfllhoASD wyy 5 DoG444s A7✓ Dollar amount in written form F-D2 ry � CBF -4 UNIT EST. UNIT ITEM NO. ITEM DESCRIPTION QTY. PRICE COST 1 Cold mill 2.0- inches thick existing SF 91,562 pavement. 62 Zip 18 312,4 2 Construct 2.0 inches thick pavement TONS 1,170 overlay ARHM -GG -C (PG 64 -16) as indicated on the plans. Ct0 x. -' 1 oS�3 3 Remove Existing, Dispose and SF. 1,200 Construct 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. Z p = 2* 4 Remove Existing, Dispose and EA 4 Construct PCC Curb Ramps per SPPWC Std. Plan 1114. 5 Remove Existing and Construct 6- SF 200 Inches Thick Driveway Approach per SPPWC Std. Plan 110 -2 6 Adjust Sewer Manhole to Grade per EA 13 SPPWC Std. Plan 205 -1 and 206 -1. + $DO Z3 �� 2 7 Install Survey Well Monument per City EA 8 of Rosemead Std. Plan S08 -001. See Section 2 -9 Surveying of the General Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). Eiu/• �" lP �o. 8 Install Traffic Striping, Traffic Signal LS 1 Loops and Pavement Markers per the Striping Plans and Specifications Complete. 14 Opp 9 Install 36 -Inch Box Parkway Tree Crape EA 20 Myrtle "Muskogee" including 90 -days maintenance period and tree wells per „ z, poo Xf SPPWC Std. Plan 520-4. TOTAL ALTERNATE BID PRICE Dollar amount in written form Ce-6 TOTAL BASE & ALTERNATE BID PRICE $ t'i So(;Oi 4�5 - TU (. A.fzw.dwzW,,5A4wwgb 51pre77mdo gb pLYltfllhoASD wyy 5 DoG444s A7✓ Dollar amount in written form F-D2 ry � CBF -4 Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and afterthe bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a c eck, a gas . or a bid bond in the amount of . fgq i 9 e , 6&vA-uf. &t k Dollars ($_LanLj said amount being not less than ten percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible, and responsive bidder. CBF -5 Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF -6 By: ignature T ype or Print Name -t;. Title 1422- P Business Street Address City, State and Zip Code Telephone Number Bidder's /Contractor's State of Incorporation: k e Partners or Joint Venturers: Bidder's License Number(s): 77 /�Z Department Industrial Relations Registered No. NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. CBF -7 RESOLUTION OF Mike Bubalo Construction Co., Inc. RESOLVED BY THE SHAREHOLDERS of Mike Bubalo Construction Co., Inc., a California Corporation as follows: Resolve that Mike Bubalo and Dave Sorem are hereby authorized and directed to execute Contracts on behalf of and in the name of Mike Bubalo Construction Co., Inc. This resolution was adopted by the Shareholders of the Corporatist a regular meeting of the Corporation held on the 29th day of December, 2010 - - -- Director /Shareholder CERTIFICATE OF SECRETARY The undersigned hereby certifies that he is the duly elected and qualified Secretary of Mike Bubalo Construction Co., hic. a California corporation and that the foregoing is a true and correct record of a resolution(s) duly adopted by the Shareholders of the Corporation on 20th day of January, 2000. WHEREOF, I have executed my name as Secretary on 29th day of IN WITNESS December, 2010. SECTION 2 BID DATA FORMS BIDDER: Mike Bubalo Construction Co., Inc. Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are properly identified with the Bidder's name and page number. uwn§ . & KNOW ALL MEN BY THESE PRESENTS: THAT Mike Bubalo Construction Co., Inc. '' Principal, and western Surety Company as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of the Total Bid Price DOLLARS ($ 10% of the total bid price ) , being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the GARVEY AVENUE SEWER RELIEF LINE PROJECT as setforth in the Notice Inviting Bids and accompanying Bid Documents, dated July 08, 2015 _ NOW, THEREFORE, if said Principal is awarded a Contract for the Work by the OWNER and, within the time and in the manner required by the above- referenced Bid Documents, enters into the written form of Contract bound with said Bid Documents, furnishes the required bonds (one to guarantee faithful performance and the other to guarantee payment for labor and materials) furnishes the required insurance certificates and endorsements, and furnishes any other certifications as may be required by the Contract, then this obligation shall be null and void; otherwise it shall remain in full force and effect. In the event suit is brought upon this bond by the OWNER and judgment is recovered, said Surety shall pay all costs incurred by the OWNER in such suit, including reasonable attorneys' fees to be fixed by the court. SIGNED AND SEALED, this 6 th day of July _ , 20 15 , Mike Bubalo Construction Co., Inc. (SEAL) Prihcip �d �d B � By: � W estern Surety Company (SEAL) Surety Signature Edith Garibay, Attorney-in-Fact CBF -9 CALIFORNIA ALL- PURPOSE ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfullness, accuracy, or validity of that document. State of California County of Los Angeles f On JULY 8, 2015 , before me, Anton Brkic, Notary Public, personally appeared Dave Sorem, who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal. ANTON BRK1C Commission # 1980971 Z Notary Public - California z ' Los Angeles County n My Comm. Ex fires Jul 2, 2016 J c, Notary Public (Notary seal) CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Orar On 0' 7 __ C C_ 3 C _ before me, Date personally appeared Edith Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(sf whose names /W subscribed to the within instrument and acknowledged to me that the /ttyw� executed the same in Wher /t�r authorized capacity(ies), and that byme/her/thilir signature�W on the instrument the persorK or the entity upon behalf of which the person( racted, executed the instrument. I certify under PENALTY OF PERJURY ender the laws of the State of California that the foregoing paragraph is true and correct. R. RIVAS WITNESS my hand and official-seal. i 9 y Commission # 1954551 Notary Public - California i Orange County n Signature My Comm. Expires Oct 28, 2015 Signature of Notary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Number of Pages: Document Date: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Edith Garibay ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ® Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: R. Rivas, Notary Public Here Insert Name and Title of the Officer Signer's Name: ❑ Corporate Officer — Title(s): • Partner — ❑ Limited ❑ General • Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02014 National Notary Association - www.NationalNotary.org • 1- 800 -US NOTARY (1- 800 - 876 -6827) Item #5907 Western Surety Company POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY -IN-FACT Know All Men By These Presents, That WESTERN SURETY COMPANY, a South Dakota corporation, is a duly organized and existing corporation having its principal office in the City of Sioux Falls, and State of South Dakota, and that it does by virtue of the signature and seal herein affixed hereby make, constitute and appoint William R. Curtis, Rosa E Rivas, Eugene T Zondlo, Edith Garibay, Individually of Irvine, CA, its true and lawful Attomey(s) -in -Fact with full power and authority hereby conferred to sign, seal and execute for and on its behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind it thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of the corporation and all the acts of said Attorney, pursuant to the authority hereby given, are hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -law printed on the reverse hereof, duly adopted, as indicated, by the shareholders of the corporation. In Witness Whereof, WESTERN SURETY COMPANY has caused these presents to be signed by its Vice President and its corporate seal to be hereto affixed on this 16th day of June, 2015. WESTERN SURETY COMPANY �N 4p0004 l��y $ rM ORM� aul T. Brufla[, Vice President State of South Dakota 1 County of Minnehaha I as On this 16th day of June, 2015, before me personally came Paul T. Bruflat, to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is the Vice President of WESTERN SURETY COMPANY described in and which executed the above instrument; that he knows the seal of said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed pursuant to authority given by the Board of Directors of said corporation and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said corporation. My commission expires JSOUT S. ETCH February 12, 2021 9j NOTARY PUBUC(Ml DAKOTA l S. Eich, Notary Public CERTIFICATE I, L. Nelson, Assistant Secretary of WESTERN SURETY COMPANY do hereby certify that the Power of Attorney hereinabove set forth is still in force, and further certify that the By -Law of the corporation ponied on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said corporation Phis Fi, t h day of Jul , 2015_ WESTERN SURETY COMPANY aoti r ° s ��SE pyrr:. "xyrN L. Nelson, Assistant Secretary Form F4280 -7 -2012 23 LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidder's Total Bid Price, or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, and shall further set forth the portion of the Work which will be done by each subcontractor. Bidder shall list only one subcontractor for any one portion of the Work. Pursuant to Public Contract Code Section 4104, the Owner has determined that it will allow Bidders twenty -four (24) additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor, otherthan the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -10 2.6 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages If needed for listing additional subcontractors' "I Name and Location Description of Work of Subcontractor to be Subcontracted License No.: Department Name and Location of Subcontractor As11U14 7i vld 4,- fAl& Description of Work to be Subcontracted 1 rpA .0 Name: �( G� �i✓o L[ G oiR Address: 2 *t License N o.: 2 404 Department of Industrial Relation Registration No. o Ap in Z 2 Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location of Subcontractor Description of Work to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. CBF -11 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: Name and Address Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 4. Name and Address Name and telephone number of person familiar with project amount Type of Work Date Completed CBF - 12 REFERENCES Project Name: Marina Drive Storm Drain Location: Various streets in along Marina Drive, Seal Beach CA Owner: City of Seal Beach Owner Contact (name and current phone number): David Spitz, P.E. (562) 431 -2527 Architect or Engineer Contact (name and current phone number): Psomas, Joe Mulvihill, P.E. (714) 751 -7573 Construction Manager (name and current phone number): David Spitz, P.E. (562) 431 -2527 Description of Project, Scope of Work Performed: 550 LF of double pre cast box including junction structures, laterals, slurry backfill, groundwater, sewer and water relocations Total Value of Construction (including change orders): $ 1,519.485.85 Original Scheduled Completion Date: June 2013 Time Extensions Granted (number of days): 42 Days Actual Date of Completion: AUG 2013 26 REFERENCES Project Name: Valley View Street and Storm Drain Location: V alley View Street, Cypress Owner: City of Owner Contact (name and current phone number): 229 -6729 Architect or Engineer Contact (name and current phone number): Harris & Assoc., Randall Berry, P.E. (949) 655 -3900 Construction Manager (name and current phone number): Nick Mangkalakiri, P.E. (714) 229 -6729 Description of Project, Scope of Work Performed: 452 LF of 24" RCP, 30 LF including junction structures, laterals, slurry backfill, groundwater, sewer and water relocations Total Value of Construction (including change orders): $ 274,218.30 Original Scheduled Completion Date: June 2013 Time Extensions Granted (number of days): Contract was suspen for Value Engineering redesign Actual Date of Completion: AUG 2013 26 REFERENCES Project Name: San Antonio Ave Street & Storm Drain Location: Various streets in Upland, CA Owner: City of Upland Owner Contact (name and current phone number): Bob Critchfield. P.E. (909) 263 -5678 bcritchfield @ci.upland.ca.us Architect or Engineer Contact (name and current phone number): City of Upland B ob Critchfield, P.E. (909) 263 -5678 bcritchfield @ci .upland.ca.us Construction Manager (name and current phone number): City of Upland Bob Critchfield, P.E. ( 909) 263 -5678 bcr itchfield @ci.upland.ca.us Description of Project, Scope of Work Performed: 6,505 LF of storm drains including large pipe (90" 84" 78" RCP ) working in major streets at 20' depths. Total Value of Construction (including change orders): Original Scheduled Completion Date: April 2008 Time Extensions Granted (number of days): 0 Actual Date of Completion: April 2008 $ 5,184,213 26 REFERENCES Project Name: Sun Valley Tuxford Drain Location: Various streets in Sun Valley, CA Owner: Los Angeles County Dept. of Public Works Owner Contact (name and current phone number): Lo Angeles County Dept. of Public Works Eric Updyke, P.E. (626) 458 -3122 eupdyke @dpw.lacounty.gov Architect or Engineer Contact (name and current phone number): Los Angeles County Dept. of Public Works Eric Updyke, RE, (626) 458 -3122 eupdyke @dpw.lacounty.gov Construction Manager (name and current phone number): Eric Updyke, P.E. (626) 458 -3122 eupdyke @dpw.lacounty.gov Description of Project, Scope of Work Performed: Storm Drain system with sediment detention pump station Total Value of Construction (including change orders): $ 3,725 ,036.73 Original Scheduled Completion Date: Feb 2006 Time Extensions Granted (number of days): 1 month Actual Date of Completion: March 2006 26 REFERENCES Project Name: 5A Hollyhills Unit 7 & 5B Hollyhills Unit 8A Location: Various streets in Beverly Hills and Westwood, CA Owner: Los Angeles County Dept. of Public Works Owner Contact (name and current phone number): Lo Angeles County Dept. of Public Works Eric Updyke, P.E. (626) 458 -3122 eup dyke @dpw.lacounty.gov Architect or Engineer Contact (name and current phone number): Los Angeles County Dept. of Public Works Eric Updyke, P.E. ( 458 -3122 eupdyke @dpw.la county.gov Construction Manager (name and current phone number): Eric Uodvke. P.E. (626) 458 -3122 eupdyke @dpw.lacounty.gov Description of Project, Scope of Work Performed: 11, 861 LF of storm drains including large diameter box and pipe (108" RCP and RC Box 10' -7'wx 10' -4'h) working in major streets (Santa Monica Blvd., Sunset Blvd) groundwater, solid sheeting, night work, 20' depths settlement monitoring, noise control, resident relocations, highlines, bypassing and major traffic flow diversions Total Value of Construction (including change orders): 7 $ 6,998,871 & 8A $ 6,8 78,505 Original Scheduled Completion Date: Dec 2003 Time Extensions Granted (number of days): Value engineering extensions 8 mont Actual Date of Completion: August 2004 26 REFERENCES Project Name: Location Owner: Joint Outfall H, Unit 5D, Relief Trunk Sewer Various streets in South El Monte and County Regional Parkland L.A. County Sanitation District Owner Contact (name and current phone number): Tommy Sung, P.E. TSung @lacsd.org (562) 699 -7411 Architect or Engineer Contact (name and current phone number): L.A. County Sanitation District Tommy Sung, P.E. TSung @lacsd.org (562) 699 -7411 Construction Manager (name and current phone number): Tommy Sung, P.E. TSung @lacsd.org (562) 699 -7411 Description of Project, Scope of Work Performed: 3,200' LF of 48" to 18" VCP TRUNK SEWER depths 5' -21' including Jacking beneath 60 FWY live flow diversions without bypassing, in major streets and parklands. Total Value of Construction (including change orders): $ 8,601,341.50 Original Scheduled Completion Date: 12 months, Aug 2010 Time Extensions Granted (number of days): 9 month early completion Actual Date of Completion: DEC 2009 26 SECTION 3 NON - COLLUSION AFFIDAVIT CBF -13 BIDDER:�� �u NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ignature Typed or Printed Name Title Bidd Subscribed and sworn before me This _ day of 20_ t (Seal) Notary Public in and for the State of California My Commission Expires: CBF -14 CALIFORNIA JURAT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfullness, accuracy, or validity of that document. State of California ss- County of Los Angeles Subscribed and sworn to (or affirmed) before me, on this 8 th I day of JULY , 2015 by Dave Screm, proved to me on the basis of satisfactory evidence to be the person(s) who appeared before me. ANTON BRKIC [ Commission # 1980971 Notary Public - California z z Los Angeles County My Comm. Expires Jul 2, 2016 Anton Brkic, Notary Public (Notary seal)