Loading...
Bidder: Monet Construction Inc. • SANDRAMAYOR) , of City ns`II ea MAYO ARMENIA MAYOR PRO TEM: ���] Pouvl.ow I 8838 E.VALLEY BOULEVARD PO BOX 399 COUNCIL MEMBP,ItS: !u'- ROSEMEAD.CALIFORNIA 91770 WILLEMAl.SKEIN TELEPHONE(626)569-2106 MAROARE r Cl Anrt FAX(626130'-9218 STEVEN LS February 13,2017 CITY OF ROSEMEAD ROSEMEAD,CALIFORNIA ADDENDUM NO. 1 JAY IMPERIAL PARK PROJECT PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. You are hereby informed that the Bid Opening scheduled for 11:00 a.m. on Wednesday February 15, 2017 has been changed to February 22, 2017 at 11:00 a.m. The City of Rosemead will receive sealed bids up to 10:30 a.m. on February 22, 2017 and will follow up with publicly opening the bids at 11:00 a.m. 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 — 5 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal. BY ORDER OF THE CITY OF ROSEMEAD Date: February 13,2017 Qn By: ). Dl 7 Rafael WFajardo P.E. City Engineer Acknowledgement: Company: Mo -t • Istruction, Inc. e Bidder: Mr Title: 'resident Date: 02/17/2017 net MAYOR: City of c psemearf $ANWA ARMENT/. MAYOR PRO TEM: Paul Low r�;! 8838 E.VALLEY BOULEVARD P.O BOX 399 COUNCIL CmnERn: ROSEMEAD,CALIFORNIA 91770 WILLIAM MARTON - TELEPHONE(626)569-2100 MARGARET RAR( FAX(626)301-9218 STEVEN Ly February 15,2017 CITY OF ROSEMEAD ROSEMEAD,CALIFORNIA ADDENDUM No. 2 JAY IMPERIAL PARK PROJECT PROJECT No.41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. There are only 12 Light Poles. #KCT2.10•K118•EDISON•REVA, 240V. W/ 10' I DECORATIVE POLE. SEE DETAIL"A/E-1" 2. On plan sheets 4.01 &4.02 for Planting,There is a Symbol called out CHI (46 EA), which there are no description on the legend stating the Botanical name and size of this plant. Please clarify? Cercis occidentalis/Western Redbud•multi 24" box and this is however on the plant legend. 3. There are a couple of Remote Control Valve Symbols on drawing 3.01 (attached) at the south east corner of the job site with no valve size. Was this a typo error? Please clarify. These are extra symbols which did not get picked up. All valves seem to be accounted for please move quick coupler from these symbols to next to I Valve A23. 4. Per Irrigation Legend the Main Line is to be a Schedule 80 PVC Pipe but don't say anything about the fittings if we could use Schedule 40 or Schedule 80. Please clarify. All fittings shall match Pipe schedule. Jay Imperial Park Project Addendum No.2 Page 1 oft MAYOR: City of c psemead SANDRA ARFRMA MAYOR PRO TEM: • Pout/Low i-yi;��� 8838 E.VALLEY BOULEVARD P.O BOX 399 �"y l r ROSEMEAD,CALIFORNIA 91770 COUNCIL ARGONMEMBERS: ."— weaoA FT emn FAX(6 TELEPHONE(626)569-2100 MARGARET Cr Rex FAX(626)307-9218 STEVEN LY February 16,2017 CITY OF ROSEMEAD ROSEMEAD,CALIFORNIA ADDENDUM No.3 JAY IMPERIAL PARK PROJECT PROJECT No,41534 To All Prospective Bidders: Please note the following revisions on the specifications for the above project: 1. The following Bid Item 24 shall be deleted from the Base Bid Schedule and not included in the total base bid price. UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 24 • lnstalF6lientang-Guards-per-S6€ - —. LS 4 He74-5600—ree0j6coneley§sce,cera The Addendum No.3 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications.This Addendum No,3 must be signed,acknowledge on Page CBF- 5 of the Contract Bid Forms of the Specifications and submitted along with the Bidder's Proposal, Failure to acknowledge receipt of addendum will disqualify the Bidder. BY ORDER OF THE CITY OF ROSEMEAD Date: February 16,2017. (� Very truly yours, By afael M.Fajardo P.E. City Engineer Jay Imperial Park Project Page 1 of 2 CITY OF ROSEMEAD JAY IMPERIAL PARK PROJECT PROJECT No. 41354 (Addendum No. 2) CONTRACT BID FORMS BIDDER: Monet Construction, Inc. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 -4 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.B LIST OF PROPOSED SUBCONTRACTORS 7 -9 SECTION 3 NON-COLLUSION AFFIDAVIT 10- 11 • BIDDER. Monet Construction, Inc. SECTION 1 - BID SCHEDULE CBF - 1 BIDDER: Monet Construction. Inc. BID SCHEDULE SCHEDULE OF PRICES FOR JAY IMPERIAL PARK PROJECT PROJECT No.41354 BASE BID SCHEDULE UNIT OF EST. I UNIT ITEM NO. ITEM DESCRIPTION MEASURE CITY_ PRICE COST 1 General Conditions LS 1 SI/ (fdep r J qc 2 Mobilization LS I 1 y3gLG i1 D 200 i 1(5,22D 1 7' 3 Disposal of Waste Matenals LS I I �i /2© 4 Grubbingand clearingLS 1 rJ 0 5 Remove existing Fence/Gate LF 1,130 including retaining curb,footings 912- 1.(DJ3TO18 per plans and specifications. 6 Earthwork per Grading Plans and LS 1 C/� ,� Specifications 1 w6 Sti, oW 7 I Repair Existing Dirt Road. Remove LS i 1 I and replace 12-inches of the j existing and scarify 8-inches below kti QO'- 5' r 5` 1 to 90% relative compaction. Y�rJ`'� r ! V L— (approximate 17,222 square feet) —4 8 Adjust Utility Valves to grade EA 20 I . q �Q Q (water, valves, etc.) ,) U r 9 Install Erosion Control per plans LS 1 rn 0 21>00© and specifications G 10 Purchase and Install all Picnic EA. 12 -en n^J / '70/ 67 Benches �!S �S 11 Purchase and Install all Exercise EA. 10 ii LH+II "4, 4Y'1 /1 I Stations q� 12 Purchase and Install all Trash EA. 6 5 •bS �F/ 15 9� Receptacles rJ-� 13 1 Purchase and Install all Benches EA. 6 f1070 6 $4 14 1 Install all 1' Earth Mounds per Plans LS. 1 J67 :/,1 pL76i 14; 490 .� Iand Specifications J� 6 { CBF-2 BIDDER: Monet Construction, Inc. UNIT OF i EST. UNIT ITEM NO._ ITEM DESCRIPTION MEASURE QTY. PRICE COST 15 Install Decomposedcte MwGranite path LS. i 1 1:6 may. IL /,25-0 and Concrete Mow strip Edging per �j' D Plans and Specifications 16 Install Concrete Mow strips Edging _- LS. 'I 1 ✓T. Q per Plans and Specifications OW 17 I Install Decomposed Granite paving LS. 1 /Q aO,� ' fir, .,M i pad around existing Edison Towers 0 O p� (/7 (�J`�O -92 18 Install Irngation per Plans and LS. I 1 e� �gil 107 i Specifications �1 r,/� �I�J I 19 Install Planting per Plans and LS. 1 yiZyp 1 �t� 'Li/ Specifications L 0 20 Install soil prep per Plans and LS. 1 .�1'i L,� pQ J�Qr/fl ,_ Specifications 1 Or 21 90 day maintenance period per i LS. 1 !'o� CJ 6 Plans and Specifications ,7/jJ 22 Install all Electrical per plans and LS 1 4' //'' pit // specifications. II Ulf 7Q� ` oLs 23 Furnish and Installloo Bollards Per EA 48 ��� I �!✓$ SCE Standard Plans, Complete In Place as Shown on the attachetl detail 24 Indte ling Cart per CCE LS 1 nporlrirnUnnQ rnn+--t a�.,dy D. (909)371 5200 ssesem 25 I Install water fountain as indicated EA 2 on the attached detail including . r7Y 9 c� connection to new water meter. qq 9``4 w Verify exact location from water q�ell �� �/ 1 purveyor, Contractor to install I pressure regulator and line size I 1 backflow up stream of fountain and set in box marked drinking fountain. All water fountain shall be grounded I per SCE Standard. I 1 I Q . .oZ i TOTAL BAS BID PRICE (SCHEDULES! PRI E):$ 3 'W /Dollar �1jp� in, 1hve# !, /�`untiviiittniorm /��d`! tie auk i aC. 1/4101/An' blYrn WO CBF -3 BIDDER: Monet Construction, Inc. ALTERNATE BID ITEM No. 1 24 Construct 6-Foot Wide Synthetic SF i 16,080 G ' Surface Pedestrian Trail, Including f/f . ? 9P7 572 72 o.� Excavation, Grading, Striping, Y�f • GJ J Complete. See attached detail. �7 .1e- TOTAL 3e TOTAL ALTERN TE P IC (S�EDULE BID ffiCE):$ . . / 7,o if f�,died tie.e� /Paa' rr te 4071, -, 5' i`j Dollar amount in written form cfQ� con" .3 /17/5 TOTAL BASE BID PRICE &ALTERNATE: $ 1 ) 53°) (J? •9' �/p bor /Vie» sift y r�/ ` gienc / 5-4,P/'7 # "4/ Dollarount in written arm Y 4 o' S ed (61-' Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3-2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items,the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above.The owner can choose to include one or more of the alternates in the Total Bid Price of the Project If any of the • Alternate Bids are utilized by the Owner,the resulting amount shall be considered the Total Bid Price for the Project. , • The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date,or until a Contract for the Work is fully executed by the Owner and a third party,whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price,the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of Dollars ($ )said amount being not less than ten percent(10%)of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if,upon award, 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 CBF -4 BIDDER: Monet Construction, Inc. Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s)in good standing;(2)evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if protect is not completed in ONE HUNDRED TWENTY (1201 calendar days. The Contract Time will begin to run ten (10) Working Days from the date of the Notice of Proceed and subiect 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 SII 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. 1,2,3 The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF - 5 • BIDDER: Monet construction. Inc. .• By: 3455 Ocean View Blvd. Suite 200 • Sig ature Business Street Address R•chard Boctor Glendale, CA 91208 Type or Print Name City, State and Zip Code President 818-330-7306 • Title Telephone Number 02/17/2017 Date Bidder's/Contractor's State of Incorporation: California Partners or Joint Venturers: Bidder's License Number(s): 826930 Department Industrial Relations Registered No.: 1000004871 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-6 BIDDER: Monet Construction, Inc. • SECTION 2 BID DATA FORMS CBF -7 BIDDER: MONET 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 MONET CONSTRUCTION,INC. , as Principal, and INTERNATIONAL FIDELITY INSURANCE COMPANY , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID DOLLARS ($ 10% ), being not less than ten percent (10%) of the Total Bid Price; for the payment of which sum will and truly to be made,we bind ourselves, our heirs, executors, administrators, successors, and assigns,jointly and severally, firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the JAY IMPERIAL PARK PROJECT as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated FEBRUARY 15TH,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 8TH day of FEBRUARY , 2017 INTERNATIONAL FIDELITY MONET CONSTRUCTION.INC. (SEAL) INSURANCE COMPANY (SEAL) Principal Surety By: V By: SI nature SignaturePHILIP . .ATTORNEY-in-FACT CBF - 8 lel(973) 6247200 . POWER OF ATTORNEY INTERNATIONAL FIDELITY INSURANCE COMPANY ALLEGHENY CASUALTY COMPANY ONE NEWARK CENTER, 20TH FLOOR NEWARK, NEW JERSEY 07102-5207 KNOW ALL haTHESE Pry NLFIDELITY ScnNr and efder the laws of te SteofNew eJersey, ALLEGHENY CASUALTY COMPANY a corporation organized and existing under laws of he State New Jersey,having their principal office in the City of Newark New Jersey,do hereby constitute and appoint KEVIN E. VEGA, BRITTON CHRISTIANSEN, PHILIP E. VEGA, MYRNA SMITH Covina, CA. their true and lawful attorney(s)in-fact to execute,seal and deliver for and on its behalf as surety,any and all bonds and undertakings,contracts of indemnity and other writings obligatory in the nature ))thereof, which are or may be allowed,required or permitted by law,statute,rule.regulation,contract or otherwise and the COMPANY andoALLEGHENYICASUALTY COMPANY,ursuance of asthese fully and eamply, to be me intents uponurpurposes,athe sifheEsameihad AL been dulyYlNSURANCE executed and acknowledged by their ryegularly elected officerand ys at their principal offices. authority By This Power of -Laws and ALLEGHENY CASUis ALTY COMPANY and revoked,be pursuant anted under and nd bauthority of the following resolution adoptedbytheD Board ofELITY SDirectors E of INTERNATIONAL FIDELITY INSURANCE COMPANY at a meeting duly held on the 20th day of July,2010 and by the Board of Directors of ALLEGHENY CASUALTY COMPANY at a meeting duly held on the 15th day of August.2000: "RESOLVED,that (1)the President,Vice President, Chief Executive Officer or Secretary of the Corporation shall have the power to appoint,and to revoke the appointments of.Attorneys-in-Fact or agents with power and authority as defined or limited in their respective powers of attorney,and to execute on behalf of the Corporation and affix the Corporation's seal thereto,bonds,undertakings, recognizances, contracts of indemnity and other written obligations in the nature thereof or related thereto; and(2)any such Officers of the Corporation may appoint and revoke the appointments of joint-control custodians,agents for acceptance of process, and Attorneys-in-fact with authority to execute waivers and consents on behalf of the Corporation;and (3)the signature of any such Officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attorney or certification given for the execution of any bond,undertaking,recognizance, contract of indemnity or other written obligation in the nature thereof or related thereto,such signature and seals when so used whether heretofore or hereafter, being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation,to be valid and binding upon the Corporation with the same force and effect as though manually affixed." IN WITNESS WHEREOF, INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY have each executed and attested these presents on this 31st day of December,2015. FS(TY cASUAct, �`�•y STATE OF NEW JERSEY Shy// COS �\ RQbRq G�9 County of Essex U / °SEAL♦r„ 'm ..-''�- �'4--"-- C— ., a/ 1936 //\ "ay ' o '� / # eye, It ROBERTW MINSTER • * Chief Executive Officer(International Fidelity NFTy JERSO Insurance Company)and President(Allegheny Casualty Company) On this 31st day of December 2015,before me came the individual who executed the preceding instrument,to me personally known,and,being by me duly sworn, said he is the therein described and authorized officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY; that the seals affixed to said instrument are the Corporate Seals of said Companies;that the said Corporate Seals and his signature were duly affixed by order of the Boards of Directors of said Companies. IN TESTIMONY WHEREOF, I have hereunto set my hand affixed my Official Seal. at the City of Newark,New Jersey the day and year first above written. •sGPSITY et? Lett • `Ora m S 5. s A NOTARYonPUBLIC OF NEW JERSEY 019 5,, 15. °a�uvo :�h••. My Commission Expires April 16,2019 P , NEW J ` ^ ,.,,,,,n" • CERTIFICATION I,the undersigned officer of INTERNATIONAL FIDELITY INSURANCE COMPANY and ALLEGHENY CASUALTY COMPANY do hereby certify that I have compared the foregoing copy of the Power of Attorney and affidavit,and the copy of the Sections of the By-Laws of said Companies as set forth in said Power of Attorney, with the originals on file in the home office of said companies, and that the same are correct transcripts thereof,and at the whole of the said originals,and that the said Power of Attorney has not been revoked and is now in full force and effect, IN TESTIMONY WHEREOF, I have hereunto set my hand this $ day of fed4uy/t/x de/7 MARIA BRANCO,Assistant Secretary 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 at that document. State of California County of ORANGE On FEB 0 8 2017 before me, Monica Blaisdell,Notary Public Date Here Insert Name and Title of the Officer personally appeared Philip E. Vega Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be the person(4) whose names) is/ subscribed to the within instrument and acknowledged to me that he/NMI/Al:0S(executed the same in hislfloOtKKik authorized capacity(1 and that by hisA100(M (signature(II)on the instrument the personO, or the entity upon behalf of which the person(1t1 acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph J] MONICA&NSOBLL is true and correct. }St"- Commission It 2144868 WITNESS myhand aid official seal. ' ' Notary uyno,c-uotNornir i is-n% Oronpo County It Comm.E"irn Mar 26.2020 Signature Si a re 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: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: Signer's Name: D Corporate Officer — Title(s): D Corporate Officer — Title(s): D Partner — D Limited D General D Partner — O Limited D General D Individual D Attorney in Fact ❑ Individual ❑Attorney in Fact ❑Trustee D Guardian or Conservator ❑Trustee D Guardian or Conservator D Other: D Other: Signer Is Representing: Signer Is Representing: ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5907 • • • BIDDER: Monet 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 Cade Section 4104,the Owner has determined that it will allow Bidders twenty-four(24)additional hours after the deadline for submission of bids to submit the information requested by the Owner about each subcontractor,other than the name and location of each subcontractor. If the Bidder fails to specify a subcontractor for any portion of the Work to be performed under the Contract, it shall be deemed to have agreed to perform such portion itself, and shall not be permitted to subcontract that portion of the Work except under the conditions hereinafter set forth below. Subletting or subcontracting of any portion of the Work in excess of one half of one percent (greater than 0.5%)of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one-half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000),whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -9 BIDDER: Monet Construction, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) I^ouglrare Next 2 Pages If needed for listing additional su[antactors.1 Name and Location Description of Work r_� of Subcontractor to be Subcontracted Yr Name: 'w'.TJ (LA47'Lq13O° Address: 9935 0:11711f10 tufo r topusand r'A1KSa License No.: 97 q$4 g Department of Industrial Relation Registration No. /OO)OO /O, 9D Name and Location Description of Work q of Subcontractor to be Subcontracted Ain i1 , C 1Dui - Name: 5ag^,�F72 TL!!i ccJJ Address: �•SS<S• Pi e n✓8. 1O3.rpfO/K1,rC/�9Z87q License No.: BS Department of Industrial Relation Registration No. /n0:ilO26/5 Name and Location Description of Ware 1,0 r cal of Subcontractor to be Subc.;.ui -d Name: Cr •//L ' .. r- /!' i . � ' Address: / . 'ice '� . . / Li• rr /7i License Nor' 46 I ' Department of Industria '- ation Reg ration No. ../no Y •2 Name and Location Description of Work of Subcontractor to be Subcontracted Name: J4cqe - r� Q//J �.� drA/ Address: / License No.. i r /I Department of Industrial Rela ion Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. CBF- 10 • BIDDER: Monet Construction, Inc. 2.B LIST OF PROPOSED SUBCONTRACTORS(continued) rouplkate Next 2 Pages f needed for fisting additional subcontractors.'" Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.: Department of Industrial Relation Registration No. Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: License No.. Department of Industrial Relation Registration No. CBF - 10 BIDDER: Monet Construction, Inc. it 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. CITY OF LONG BEACH 333 WEST OCEAN BLVD, 9TH FLOOR, LONG BEACH CA 90802 Name and Address of Owner PAT CASTRO, 714-833-8530 or MEREDITH ELGUIRA, 562-570-6293 Name and telephone number of person familiar with project $1,629,738.28 Public 12/08/2016 Contract amount Type of Work Date Completed 2. VENTURA COUNTY 800 S. VICTORIA AVE, VENTURA CA 93009 Name and Address of Owner BRIAN D'ANNA, 805-658-4378 Name and telephone number of person familiar with project $1,626,455.82 Public 11/18/2016 Contract amount Type of Work Date Completed 3. CA DEPT. OF PARKS & RECREATION - 1 CAPITOL MALL, SACRAMENTO, CA 95814 Name and Address of Owner JAMES BUENVIAJE, 619-221-7045 Name and telephone number of person familiar with project 1,467,508.00 Public 10/03/16 Contract amount Type of Work Date Completed y CITY OF PASADENA 100 N GARFIELD AVENUE, PASADENA CA 91109 Name and Address of Owner CHRIS HERNANDEZ. 626-744-4303 Name and telephone number of person familiar with project $524,962.00 Public 02/23/2016 Contract amount Type of Work Date Completed 11 CBF - 11 • BIDDER: Monet Construction. Inc. SECTION 3 NON-COLLUSION AFFIDAVIT CBF - 12 I BIDDER: Monet 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. O lSii nature Richard Boctor Typed or Printed Name President Title .Monet Construction, Inc. Bidder Subscribed and sworn before me This day of , 20 (Seal) Notary Public in and for the State of California My Commission Expires. Please See Attached CBF- 13 CALIFORNIA JURAT WITH AFFIANT STATEMENT GOVERNMENT CODE§8202 _......_,....................... „cr<s.. ... _.. fe See Attached Document(Notary to cross out lines 1-6 below) ❑See Statement Below (Lines 1-6 to be completed only by document signer[s], not Notary) Signature of Document Signer No. 1 Signature of Document Signer No. 2 (if any) 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 Subscribed and sworn to (or affirmed) before me County of Los Angeles on this 17 day of February , 2017 by Date Month Year (1) Richard Boctor (and (2) — ), - Nam*of Signer(s) JENNY ALTAGRACIA MARTINEZ J- Commission#2078117 proved to me on the basis of satisfactory evidence i • na Notary Public-California g to be the person(S) who appeared before me. � Los Angeles County JIt FMy Comm Pr,r s Seo 11.2018 Signature • ig -tura of Not. Public Seal 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: Document Date: Number of Pages: Signer(s)Other Than Named Above: ©2014 National Notary Association •www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item#5910 Air ar. Construction • Development • Managment Minutes of special meeting Of the board of directors Of Monet construction Agenda: to authorize the president of the corporation Richard Boctor to enter into construction contracts with various public agencies and to bind the corporation to those contracts Dated: march 7, 2010 II rector: • MONET CONSTRUCTION, INC. 9461 Pavane Road, Tujunga, CA 91402 Lic. #826930 (818) 446-0911 FAX )8181 446-0031 Cell (8181915-2620