Loading...
CC - Item 5C - Sidewalk Installation Project at Earle Avenue and Wells Street - Award of ContractROSEMEAD CITY COUNCIL STAFF REPORT TO: THE HONORABLE MAYOR AND CITY COUNCIL FROM: BILL R. MANIS, CITY MANAGER,,2=" DATE: AUGUST 8, 2017 SUBJECT: SIDEWALK INSTALLATION PROJECT AT EARLE AVENUE AND WELLS STREET — AWARD OF CONTRACT SUMMARY As part of the City's Fiscal Year (FY) 2017-18 Capital Improvement Program, the City Council approved a program entitled "Sidewalk Installation Project — Earle Avenue from Mission Drive to Wells Street," which consists of public improvements to the City's local streets and public right- of-way areas. Staff has completed the bidding process and is requesting that the City Council award this project to the lowest responsive bidder. STAFF RECOMMENDATION It is recommended that the City Council take the following actions: Approve the plans and specifications for the Sidewalk Installation Project at Earle Avenue from Mission Drive to Wells Street; and Authorize the City Manager to enter into a contract with Harry H. Joh Construction, Inc. in the amount of $411,665.80, and authorize a contingency in the amount of $41,200.00 (approximately 10%) to cover the cost of any unforeseen construction expenses. The Sidewalk Installation Project, included in the City's FY 2017-18 budget, consists of adding and retrofitting a colored concrete sidewalk including the installation of chokers, parkway trees, and appurtenances, which is in compliance with the American with Disabilities Act (ADA) guidelines. The proposed work will take place along Earle Avenue between Mission Drive and Wells Street, and along Wells Street (North Side) between Earle Avenue and Delta Avenue. This project will not only beautify the area, but also create a continuous sidewalk on both sides of the street along Earle Avenue and at the north side of Wells Street. These improvements will help pedestrians and school children that are forced to walk on the street due to the lack of a continuous sidewalk on the streets. ITEM NUMBER: City Council Meeting August 8, 2017 Page 2 of 3 Bid Process and Award of Contract A Notice Inviting Bids for this project was published in local newspapers and trade publications on June 15, 2017, and June 22, 2017. Sealed bids were accepted up to June 28, 2017, 10:30 a.m., by the City Clerk's office. At 11:00 a.m. on June 28, 2017, the City Clerk publicly opened and read seven (7) sealed bids. The results of the bid opening were as follows: RANK CONTRACTOR LOCATION BASE BID AMOUNT ALTERNATE BID AMOUNT BASE BID + ALTERNATE BID AMOUNT 1 Harry H. Joh Construction, Inc. Paramount, CA $320,116.45 $ 91,549.35 $411,665.80 2 CEM Construction Corp. Downey, CA $338,337.50 $ 74,371.25 $412,708.75 3 S&H Civilworks Colton, CA $345,150.00 $ 83,675.00 $428,825.00 4 Green Giant Landscape, Inc. La Habra, CA $400,735.00 $166,150.00 $566,855.00 5 Hill Crest Contracting, Inc. Corona, CA $471,895.00 $103,318.00 $575,213.00 6 EC Construction S El Monte, CA $496,240.40 $162,535.22 $658,775.62 7 Hardy & Harper, Inc. Santa Ana, CA $606,000.00 $202,000.00 $808,000.00 Staff reviewed the bid documents for completeness and concluded that Harry H. Joh Construction, Inc. is the lowest responsive bidder to perform the construction of this project. Harry H. Joh Construction, Inc. has satisfactorily completed similar projects for other agencies, including the Los Angeles County Public Works Department, Orange County Public Works Department, and Los Angeles County Internal Service Department. FISCAL IMPACT A funding amount of $536,520 has been allocated in the City's approved FY 2017-18 Capital Improvement Program Budget (Measure R funds) for this project. DESCRIPTION AMOUNT Contract Amount $411,665.80 Construction Contingencies (10%) $ 41,200.00 Total Contract Amount $452,865.80 Contract Administration (Inspection and Staff Time) $ 60,000.00 Total project Cost $512,865.80 STRATEGIC PLAN IMPACT —None ENVIRONMENTAL REVIEW The project is categorically exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15304 (a) of the CEQA Implementing Guidelines. This exemption covers projects involving minor alterations of land that do not have a significant effect on the environment. City Council Meeting August 8, 2017 Page 3 of 3 PUBLIC NOTICE PROCESS This item has been noticed through the regular agenda notification process. Prepared By: Rafael M. Fajardo, P.E., City Engineer Submitted By: Michelle G. Ramirez, Dir or of Public Works. Attachment A: Plans and Specifications (Available in the City Clerk's Office) Attachment B: Bid Analysis Attachment C: Bid of Harry H. Joh Construction, hic. Attachment A Plans and Specifications (Available in the City Clerk's Office) Attachment B Bid Analysis 'T-i A A & »stta 8 aA' 0 0 6 0 � IN F � R a -4 o Y a a R g d 8� a && rry 8 ro��S2 a a a q 9� o a a o 8 aav $ 9 R R 1 F 5 r� 8-- R 8 0 e 0. 8 a � a w �$ 0 8 8 0 8 0 8 8 o q 8. 8 ago8ow g q 8 8 a 8 w g 8 E ® S o S i NOR-- � k � R 5g$ � A G .- .- m a y Q Tl m o i � u4 G y a o i m z d c w d 5 g& 8 6 g & g t a x V o g =� t® B i �"iiio �o �ia6w in >i25 p O mW G tii >¢ _ �� ru i `e AK i/+ P a w a a���r BE gyoa gv ff aRJ �ps3¢���iz� geo �� F gg�. mm��y§W66 zgpeog u��o§ 5��� 3mm§a�u��� w3 �a�a o Q z';6 ow oa ot4�i� z6�a FNS 6« o �$ zEh�3 oho �.'i•ou .Ah �ouu� y^ee��ouuw� F � a6dz wa yPhw 0-5 Attachment C Bid of Harry H. Joh Construction, Inc. CITY OF ROSEMEAD SIDEWALK INSTALLATION PROJECT EARLE AVENUE FROM MISSION DRIVE TO WELLS STREET PROJECT No. 24004 CONTRACT BID FORMS HARRY H.}OHCONSTRUCTION, INC. CONTRACT BID FORMS TABLE OF CONTENTS 1 SECTION BID SCHEDULE .-.--.-~-~.'.^--~-~--''-.^~^.~-~-.~~--^. 5 ��E(�T|ON2 B|DD/\TAFORMS..^-....~..--~--`,-~-..~.-^..^-..-~^~.~. 2,A 8| G [] BOND ...-......^-~.~.-~,-..^.~-..~..~-^-`~~~~,^ -��� 7 1U SECTION N[)N-C[>LLUG|[��/\FF|D/YV|T-..~,.~...~~~.~-..--^^.~.-^.-.. HARRY H. JOH CONSTRUCTION, INC. SECTION 1- BID SCHEDULE CBF -1 HARRY H. JOH CONSTRUCTION, INC. BID SCHEDULE SCHEDULE OF PRICES FOR SIDEWALK INSTALLATION PROJECT EARLE AVENUE FROM MISSION DRIVE TO WELLS STREET PROJECT No. 24004 BASE BID SCrIeoULc UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 $10,162.70 $10,162.70 and specifications. 2 Disposal of Waste Materials. LS 1 $16,162.70 $16,162.70 3 Remove, dispose and construct curb ramp per SPPWC Std. plan EA 3 $4,387.60 $13,162.80 no. 111-5 Case B type 2, modified 4 Remove, dispose and construct EA 1 $7,412.70 $7,412.70 curb ramp per SPPWC Std. plan no. 111-5 Case A, type 1, modified 5 Remove, dispose and construct SF 8,150 $4.48 $36,512.00 4 -Inch Thick PCC Colored Sidewalk per SPPWC Std. plan 113-2. Sunbaked Color per Scottfield or approved equal. 6 Remove, dispose and Construct SF 6,100 $5.26 $32,086.00 Thick PCC Driveway Approach per SPPWC Std. Plan 110-2. 7 Remove, dispose and Construct LF 520 $41.52 $21,590.40 8 -Inch PCC curb and gutter per SPPWC Std. plan 120-2. 8 Remove and Construct LF 110 $228.13 $25,094.30 reinforced masonry block wall per SPPWC Std. plan 601-4, type 1 with wrought iron fence. See detail 13 on sheet 3. 9 Construct colored concrete SF 1,240 $14.36 $17,806.40 crosswalk per detail on sheet C1. CBF -2 HARRY H. JOH CONSTRUCTION, INC. BIDDER: $320,116.45 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Three Hundred Twenty Thousand One Hundred Sixteen Dollars & Forty -Five Cents Dollar amount in written CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY. PRICE COST 10 Furnish and Install 36 -Inch Box EA 34 $1,222,50 $41,565.00 Parkway tree per SPPWC STD. Plan S08-001. Camphor Tree 11 Remove, dispose and construct SF 615 $27.21 $16,734.15 curb longitudinal gutter per SPPWC Std. plan no. 122-2 12 Construct 6"-12" variable LF 350 $34.62 $12,117.00 retaining curb per plans 13 Remove, dispose and Construct SF 1,900 $10.62 $20,178.00 8 -inch Full depth Asphalt Pavement 14 Cold Mill 1.5 -inch existing AC SF 3,000 $2.40 $7,200.00 Pavement 15 Construct 1.5 -inch AC Pavement TON 30 $464.80 $13,944.00 16 Adjust existing utility valves EA 6 $1,193.80 $7,162.80 (water, gas) to grade. 17 Signing and Striping LS 1 $10,662.70 $10,662.70 18 Re-establish Survey well EA 2 $5,281.40 $10,562.80 monuments $320,116.45 TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Three Hundred Twenty Thousand One Hundred Sixteen Dollars & Forty -Five Cents Dollar amount in written CBF -3 ALTERNATE No.1 HARRY H. JOH CONSTRUCTION, INC. BIDDER: ••runes Tn MCI TA AVFWI IF WELLS STREET IMVKVVtmr rvra rrcvm - UNIT OF EST, UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 $5,680.00 $5,680.00 and specifications. 2 Remove, dispose and construct SF 1.165 $13.03 $15,179.95 4 -Inch Thick PCC Sidewalk per SPPWC Std. plan 113-2. 3 Remove, dispose and Construct SF 375 $34.94 $13,102.50 PCC Driveway Approach per SPPWC Std. Plan 110-2. 4 Remove, dispose and Construct SF 350 $33.13 $11,595.50 64nch thick PCC Pavement and compact to 90% R.0 4 Construct reinforced masonry LF 186 $132.65 $24,672.90 retaining wall per SPPWC Std. plan 618-3, type B with wrought iron fence. 5 Construct concrete stairs per LS 1 $6,680.00 $6,680.00 SPPWC Std. plan no.640A, 6 Construct 6"-12'variable LF 55 $104.70 $5,758.50 retaining curb per plans 7 Remove, dispose and construct EA 1 $8,880.00 $8,880.00 curb ramp per SPPWC std plan no. 111-5 Case A, type 1, modified TOTAL ALTERNATE BID PRICE (SCHEDULE BID PRICE): Ninety -One Thousand Five Hundred Forty -Nine )ollar amount in written form BASE BID SCHEDULE AND ALTERNATE BID Four Hundred Eleven Thousand Six Hundred amount in written CBF -4 $91,549.35 $ $411,665.80 Dollars & Eighty Cents HARRY H. JOH CONSTRUCTION, INC. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to Include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn forthe number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashiers check or a bid bond In the amount of Amount Dollars ($ N A said amount being not less than en percent (1 D%) of the Total 1p% of Rid Amount 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 contractors 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: HARRY H. JOH CONSTRUCTION, INC. 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. N/A 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 o enter into and execute with the necessary id is bonds and ated, the ccept the Total Bid agreesned Bidder Pr cetas compensation n full for all alll Work Contract der the contract. CBF -6 71L — By,y Signature HARRY H. JOH Type or Print Name PRESIDENT Title Bidder's/Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): #469845 BIDDER: HARRY H. JOH CONSTRUCTION, INC. 7303 SOMERSET BOULEVARD Business Street Address PARAMOUNT, CA 90723 City, State and Zip Code 562-630-3348 Telephone Number CALIFORNIA N/A Department Industrial Relations #1000001675 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 CBF -7 SECRETARY OF STATE 1, BILL JONES, Secretary of State of the State of California, hereby certify: That the attached transcript of I_ page(s) has been compared with the record on file in this office, of which it purports to be a copy, and that it is full, true and correct. Ser,/Stale Fotm CE 107 (rev. 9198) IN WITNESS WHEREOF, I execute this certificate and affix the Great Seat of the State of California this day of FEB 2 4 1999 Secretary of State USP 98 13524 r1 T slA16CFCALIFvEi;l:: JAPJ 25 1999 CERTIFICATE OF AMENDMENT ILL u[s sECFE;ARY of STASH OF ARTICLES OF INCORPORATION HARRY JOH certify that: 1. They are the president and the secretary, respectively of HARRY H. JOH Inc. a California Corporation. 2. Artic'l,e 1 of the articles of incorporation of this corporation is amended to read as follows: The name of this corporation is HARRY H. JOH CONSTRUCTION Inc. 3. The foregoing amendment of articles of incorporation has been duly approved by the board of directors. 4. The foregoing amendment of articles of incorporation has been duly approved by the required vote of shareholders in accordance with Section 902 of the Corporations code. The total number of outstanding shares of the corporations is 100.000. The number of shares voting in favor of the amendment equaled or exceeded the vote required. The percentage vote required was more than 500. We further declare under penalty of perjury under the laws of the State of California that the matters set forth in this certificate are true and correct of our own knowledge. DATE: JANUARY 4,1999 c CG� HARRY JOH, President SUNG CHUL PARK, Se9rlq-e HARRY H. JOH CONSTRUCTION, INC. SECTION 2 BID DATA FORMS MAM. BIDDER: Harry H. Joh Construction 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. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT Harry H. Inc. as Sul CITY OF ROSEMEAD (hereinafter called Ten Percent of the Bid Amount as are held firmly bound unto the OWNER) in the sum of ($107 of the Bid Amounc ), 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, finely by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the SIDEWALK INSTALLATION PROJECT EARLE AVENUE FROM MISSION DRIVE TO WELLS STREET as set forth In the Notice Inviting Bids and accompanying Bid Documents, dated JUNE 15 & 22. 2017 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 26th day of JUNE , 2017 Harry H. Joh old Republic Construction Inc. (SEAL) Principal By. By: Signature President CBF -9 .**Ir OLD REPUBLIC SURETY COMPANY _ POWER OF ATTORNEY KNOW ALL': MEN BY THESE PRESENTS: That OLD REPUBLIC SURETY COMPANY; a Wisconsin stock insurance corporation, does make, constitute and appoint: '.BRITTON CHRISTIANSEN. MYRNA SMITH, PHILIP VEGA, KEVIN VEGA, OF COVINA, CA its we and lawful Aftomey(s)-in-Fact, with tall power and authority; not exceeding $50,000,000, for and on behalf of the company as sorely, to execute and deliver and affix the seal of the company thereto (if a seal is required), bonds, undertakings, recognizances or other written obligations in the nature thervof, (other than bail bunds, bank deppoository bonds, mortgage deficiency bunds. mortgage guaranty bond'+. guaramms of installment ppaper and note guaranty bonds, self insurance workers. compensatfan>bnnds: guamn[u.ing payment oibenefiu, asbestos abatement contmet{wnds, waste rnenagemcn4 bonds; hazardous waste rernediatrtm bonds or black lung bunds), as follows; ALL WRITTEN INSTRUMENTS IN AN AMOUNT NOT TO EXCEED FIFTY MILLION DOLLARS($50,000,000) ----- --- --------- FOR ANY SINGLE OBLIGATION and to bind OLD REPUBLIC SURETY COMPANY thereby, and all of the acts of said Attorneys -in -Fact, pursuant to these presents, are ratified and confirmed. This documemtis not valid unless printedon colored background and is multi -colored. This appomlmem is made under and by. authority of the board of directors at a special meeting held on February 18, 1982. This Power of Attorney is signed and sealed by inwindle under and by the authority ol'thefollowing resolutions adopted by the board of directors of the OLD REPUBLIC SURETY COMPANY on February IN. 1982. RESOLVED that; the president, my vice-president, or assistant vice president, in conjunction with the secretary or any assistant secretary, may appoint attorneys -in -fact or agents with authority as defined or limited in the instrument evidencing the appointment in each case, for and on behalf of the company to executeaddeliver and affix the seal of the company to bonds, undertakings, recognizances; and suretyship obligations of all kinds; and said officers may remove any such atmmey-m-fact or agent and revoke any Power of Attomey previously granted to such person, RESOLVED FURTHER, that my band,. undertaking, recognizance, or suretyship obligation shall be valid and binding upon the Company (f) wheat signed by the president, any vice president or assistant vice president, and attested and. sealed (if a seal be required) by any secretary or assistant secretary; or (ii) when signed by the president, any vicepresident or assistant vice president, secretary, or assistant secretary, and countersigned and sealed (if a seal be required). by a duly authorized attorney-in-fact or agent; or (iii) when duly executed and sealed (ifa seal he required) by one or more attorneys -.in -fact or agents Pursuant to andwithin the limits of the authority evidenced by the Power of Attorney issued by the company to such person or persons. - RESOLVED FURTHER, that the signature of any authorized officer and the seat of the company may be affixed by facsimile to any Power of Attorney or certification thereof authorizing the execution and delivery of myband, undertaking, recognizance, or other suretyship obligations of the company; and such signature and seal when so used shall have the same force and effect as though manually affixed. IN WITNESS WHEREOF, OLD REPUBLIC SURETY COMPANY has caused these presents to be signed by its proper officer, and its corpanaate seal to be affixed this 16TH day of MAY. 2017. OLD REPUBLIC SURETY COMPANY , aye, svnrrx a` `r SEAL 7/J/// ata t _�, assewa.i a n 4 STATE OF WISCONSIN, COUNTY OF WAUKESHA-SS President On this16TH day of MAY, 2017 , personally cabefore me,. Alan Pavlic and Jane C61W , to me known to be the individuals and officers ofdre OLD REPUBLIC SURETY COMPANY who executed the above instne,ML and they each acknowledged the execution of the same, and being by me duly swum, did severally depum and say; that they are the said officers of the corporation aforesaid, and that the seal affixed to the above instrument is the seal of the corporation, and that said corporate seal and their signatures as such officers were duly affixed and subscribed to the said instrument by the authority of the boardof directors of said corporation.: -�" Notivy Pubic �aeVP My commission expires: 9/28/2018 CERTIFICATE (Expiration of notary commission doss not Invalidate this Instrument) 1, the undersigned, assistant secretary of the OLD REPUBLIC SURETY COMPANY, a Wisconsin corporation, CERTIFY that the foregoing and attached Power of Attorney remains. in full force and has not been revoked; and furthermore, that the Resolutions of the board of directors set tarth in the Power of Attorney, are now in force. 74-0061 Signed and scaled at the City of Brookfield; WI this ` day of �Jgnfe hR SEAL a, Asn*4 4 C & D: BONDING :& INSURANCE _ CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE 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 LOS ANGELES On JUN 2 6 2017 before me, KEVIN EDWARD VEGA NOTARY PUBLIC Date Here Insert Name and Title of the Officer personally appeared PHILIP E. VEGA Name(s) of Signers) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) Is/are subscribed to the within Instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the Instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the Instrument. KEVIN EDWARD VEGA Notary Public - California ZOMY Los Angeles County zzCommission N 2151113 Somm Expires Apr 29, 2020 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 Ictal seal. Signature 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: Signers) Document Date: Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator M n4k.,- Signer Is Representing: Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator n n+tio. Signer Is Representing: 'iw^r'4"1=Ce�4�'�a�.'+�G+'�-€#`Sk+r4.�1'�✓+� ©2014 National Notary Association • www.NationalNotary.org • 1 -800 -US NOTARY (1-600-876-6827) Item #5907 California All Purpose Acknowledgement 2015 Government Code 1189 compliant 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 Los Angeles On 06/27/17 Harry Joh personally appeared before me, Dale Jung, Notary Public, who proved to me on the basis of satisfactory evidence to be the persona whose nameA Were subscribed to the within instrument and acknowledged to me that hefsheAhey executed the same in hisfherftheirauthorized capacityo*, and that by hisiheiftheir signature(0) 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. Dale Jung Notary Public S gnature Dole Jung _Comm #2106343 � SCamra"PkMAPV.10'2019 Notary Public • CoMamio LOS Nadu Ctrmy r BIDDER: HARRY H. JOH CONSTRUCTION, INC. 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 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 afterthe deadline for submission of bids to submit the information requested by the Owner about each subcontractor, other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and _�_ -4 t,e n.rmittptl fn euhnnntract that Portion of the Work except under the conditions set forth Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greaterthan 0.5%) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -10 BIDDER: HARRY H. JOH CONSTRUCTION, INC. 2.8 LIST OH PROPOSED SUBCONTRACTORS (continued) I^Dupllceto Nuzl2 pages It neeeee for Osgng etldltlanal aubconUadore.^j Name and Location Description of Work of Subcontractor to be Subcontracted Name: Transamerica Landscape LANDSCAPE WORK 1901 Pepperdale Drive, Rowland Heights, Ca 91748 License No, #654132 Department of Industrial Relation Registration #1000025919 Name and Locatlon Description of Work of Subcontractor to be Subcontracted Name: Hardy & Harper, Inc. AC PAVEMENT Address: 1312 East Warner Avenue, Santa Ana, Ca 92705 License No.: #215952 Departmentof Industrial Relation Registration No. #1000000076 Name and Location of Subcontractor Name: n/a Address: n/a License No.: n/a Department of Industrial Relation Registration No, n/a Name and Location of Subcontractor Name: On Point Land Surveying, Inc. Address: 1910 Orange Tree Lane, Suite 344, Redlands, Ca 9237 License No.: Department of Industrial Relation Registration No. CBF -11 Description of Work to be Subcontracted Description of Work to be Subcontracted SURVEYING BIDDER'. HARRY H. JOH CONSTRUCTION, INC. 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: 1 LOS ANGELES COUNTY / DEPT. OF PUBLIC WORKS 1900 FREMONT AVE., ALHAMBRA, CA 91803 Name and Address of Owner MR. SALIM SIOUR 1626-300-2361 1 MARINA DEL REY PARKING LOT #11 REHABILITATION / #1526-006000 Name and telephone number of person familiar with project $489,101.79 Remove, Dispose & Construct Earth/Grading, AC Pavement, 06/22/2017 _.___. __ ., r oro n rh x Gutrer. LandscaoeTUialm4oFiatures, &Sidewalk Date Completed 2 LOS ANGELES COUNTY / DEPT. OF PUBLIC WORKS 1900 FREMONT AVE., ALHAMBRA, CA Names and Address of Owner MR, CRIS GARAU 1626-300-3277 1 PATHFINDER PARK LIGHTING & GENERAL IMPROVEMENTS / #1523-004.00 Name and telephone number of person familiar with project $518,426.93 Remove, Dispose & Construct Earth/Grading, AC Pavement, Fixtures LOS ANGELES COUNTY / DEPT. OF PUBLIC WORKS 1900 FREMONT AVE., ALHAMBRA, CA 91803 3. Name and Address of Owner OVMC PSYCH WARD -UNIT 6C REMODEL PROJECT - MS. HODA EL SOKKAY 1626-300-2332 ( SITE PREPARATION / #1526-023.00 Name and telephone number of person familiar with project $395,442.69 Remove, Dispose & Construct Earth/Grading, AC Pavement, Oontraet amouJltideroround Utilities, Parking Lot, Sit�YF��fcWedficrete &Electric 4 LOS ANGELES COUNTY / DEPT. OF PUBLIC WORKS 1900 FREMONT AVE., ALHAMBRA, CA 91803 Name and Address of Owner MR. WILLIAM HAYES 310-965-8614 1 MOOR PARK - IMPROVEMENT Name and telephone number of person familiar with project $1,2000,000.00 ADA Upgrade & Gymnasium Refurbishment DEC. 2015 Contract amount Type of Work Date Completed CBF -12 HARRY H. JOH CONSTRUCTION, INC. BIDDER: SECTION 3 NON -COLLUSION AFFIDAVIT CBF - 13 t31DDER: HARRY H. JOH CONSTRUCTION, INC. NON -COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or Indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. Signature HARRY H. JOH Typed or Printed Name PRESIDENT Title HARRY H. JOH CONSTRUCTION, INC. Bidder Subscribed and sworn before me This 28th day of JUNE 20 17 Notary Public in and for the State of California My Commission Expires: O ' - "o I CBF - 14 (Seal) WSW Deb C w Mi10" " Ne1ery►�Ilc-CWknia �_ t« AnpNu Carry Comm. uplm Apr. 10, 2019 E