Loading...
Bidder: EC Construction CITY OF ROSEMEAD JAY IMPERIAL PARK PROJECT PROJECT No. 41354 (Addendum No. 2) CONTRACT BID FORMS BIDDER: E C. W9ne7ru1ttul l CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE 1 -4 SECTION 2 BID DATA FORMS 5 2.A BID BOND 6 2.13 LIST OF PROPOSED SUBCONTRACTORS 7- 9 SECTION 3 NON-COLLUSION AFFIDAVIT 10 - 11 It- MAYOR: City w � SANDRA NM , BMA N MAYOR PRO TEM IL 41MIS (jJ POLLY LOW %898 F'.VALLEY BOULEVARD P.O RO%I9 W ROSEMEAD,CALIFORNIA 91770 COUNCIL MEMBERS: WILLIAM ALAIICON TLLEPI IONR(626)569 21W MAKOARPTCuRK FAX(626)307-9218 STC W:N Lv 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 .c11 By: (CA) , �' Rafael Nf Fajardo P.E. City Engineer Acknowledgement: /� Company: EE C, 4114 f� �13 v Bidder: 'JIi1111tiry7[LA, Title: (Q 't(Q [silk,14, Date: 2- ZZ— 2011 • • T MAYOR: •V�,ty of 1"/seme� AYMAat.LLNiA l MAYOR PRO TEM: POLLY LOW 11 8838 E.VALLEY BOULEVARD P.O BOX 399 COUNCIL MEMBERS: W= ROSEMEAD,CALIFORNIA 91770 WIWM1ALAACON TELEPHONE(626)569.2100 MARGARET CLAS FAX(626)307-9218 STEVENLY 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. WI 10' DECORATIVE POLE. SEE DETAIL"NE-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 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 • 5. Per specs and details Cover Mulch is to be installed after planting. Can you please tell me the depth required? 2"shredded redwood shavings. 6. Attached Contract Bid Forms (Addendum No.2)supersedes the previous Contract Bid Forms. The Addendum No. 2 forms a part of the Contract Documents for the above project and shall supplement or supersede reference sections of original specifications. This Addendum No.2 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 15,2017. Very truly yours, Rafael M. Fajardo P.E. City Engineer Acknowledgement: Company: E 4v1Cu (°itl,)v1 Bidder: 1,hrt A c-/' if Title: rvstazo, I. 7 Date: Z— 2 2-- t Jay Imperial Park Project Addendum No.2 Page 2 of 2 01. MAYOR: SANDRARPCity of &seined MAYOR PRO TEEM: Vous' LOW IJ 8838 E.VALLEY BOULEVARD P.O BOX 399 COUNCIL MEMBERS: ` ROSEMEAD,CALIFORNIA 91770 WWMAALAxmx >.. TELEPHONE(626)569-2100 MAAOA ET CLARK FAX(626)307-9218 STEVEN LT 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 I COST --------- ------- spe Conmrejaot-Manager(909) 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 Bidders 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 aj afael M.Fajardo P.E. City Engineer Jay Imperial Park Project Page 1 of 2 I Acknowledgement Company: 11/ l dlovt Bidder: 4111 _ Title: /crc. Date: 1 ZZ - 2017 Jay Imperial Park Project Page 2 of 2 BIDDER: E COVISt1 t W SECTION 1 - BID SCHEDULE CBF- 1 BIDDER: 6-0 C.0 ni7t{uC 1.1 I • BID SCHEDULE • SCHEDULE OF PRICES FOR JAY IMPERIAL PARK PROJECT PROJECT No.41354 BASE BID SCHEDULE .I . UNIT OF EST. UNIT ITEM • NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 General Conditions LS 1 5 eOD ai ,5:00 re L 2 Mobilization LS 1 6400.0v 5,000 00 3 I Disposal of Waste Materials I LS 1 IS •u-, r,1000,0e 4 Grubbing and clearing LS 1 1011%o '1,04160 , 5 Remove existing Fence/Gate LF 1,130 including retaining curb,footings 1115100' I I7-15104. b0 per plans and specifications. 6 Earthwork per Grading Plans and LS 1 16111-To. I Z ri0.. c1 Specifications V 7 Repair Existing Dirt Road. Remove LS 1 1 and replace 12-inches of the existing and scarify 8-inches below I Ib 9vA6,* t07/515,t0 to 90% relative compaction. i I (approximate 17,222 square feet) 8 Adjust Utility Valves to grade EA 20c 0 p P7�� 4- —OO 9n (water, valves, etc.) I 9 Install Erosion Control per plans LS 1 3c y70.c=, 3$77a, 00 and specifications I I 10 Purchase and Install all Picnic EA. 12 2gob.0b Zcsl MO Benches 1 11 Stations and Install all Exercise Fes,. 10 2t 0t 5100 00 12 Purchase and Install all Trash EA. 6 /1D�j,bb S 4p5, ot Receptacles _I I 13 Purchase and Install all Benches EA. 6 11 9m,07 oi 1P00 .00 14 Install at f'arthsMounds per Plans LS. 1 -7,5 -�r SDO , 0 and Sp Ii CBF-2 BIDDER: EC \.ewic5 U'C ,01 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 15 Install Decomposed Granite path LS. 1 f� 1 j.) OL and Concrete Mow strip Edging per ' 111115D• `(`, Plans and Specifications 16 Install Concrete Mow strips Edging LS. 1 33 33 q50, 100 per Plans and Specifications r -� 7 17 I Install Decomposed Granite paving LS. 1 4I bit„Di d-c o I pad around existing Edison Towers "r I 18 Install Irrigation per Plans and LS. 1 Specifications -I-L '.. ZZ7 . a 19 Install Planting per Plans and LS. 1 Specifications 1(42:1-C.C. 1.(2 1SSor � 20 Install soil prep per Plans and LS. 17�� n Specifications 5i1 q12<.' .� 511"IJrM 21 90 day maintenance period per LS. I C t Plans and Specifications (0t9) . b • 22 Install all Electrical per plans and LS 1 Iq.j ,i ,U r� (�, i specifications. l I /l2 0{J ,C• 23 Furnish and Install Bollards Per EA 48 SCE Standard Plans, Complete In q6D , 0b L.' ,0o,0-0 Place as Shown on the attached I detail. z"l InstaIFEiimbrng-Guards per SCE LS 1 specifications. Contact Randy D. Cormey SCE Project Manager — (909137�°-4660– randy.cormey@sce.com 25 Install water fountain as indicated EA 2 on the attached detail including connection to new water meter. Q CDC. r. I Verify exact location from water t I P 00O , e G purveyor.Contractor to install pressure regulator and line size backflow up stream of fountain and set in box marked drinking fountain. All water fountain shall be grounded per SCE Standard. TOTAL BASE BID PRICE (SCHEDULE BID PRI E):$ " i VI 2- 6 I, 00 ., Ut C`7vi-e _Mil ltAn 0 . 1-uv G1Ka. u-Pyli1 'fWo 1kok5 4,L4 Dollar amount in written form �. r 1 R, „J d 4_ 0 0 1 I _ C l� �C �l 01f/bit � Imo\ CBF -3 BIDDER: t- C inStGte- el l ALTERNATE BID ITEM No. 1 24 1 Construct 6-Foot Wide Synthetic ISF I 16,060 Surface Pedestrian Trail, Including I0 Excavation, Grading, Striping, 31 to � Complete. See attached detail. TOTAL ALTERNATE?RICE 'SCHED LE BID PRICE):$ 't0 3 •Q, '� - 0a -( Dollar amount in written form d--.�'OI tin TOTAL BASE BID PRICE &ALTERNATE: $ I I''-0 1 I 2OQ' 7 ' CV-e- Iwl tit16OVL FO wr I--Ew r 4 t rk� Fv,-Q, -(�'wu &4 Dollar amount in written form 0 tAL �f uy4c�i e1/ , �.� rL('C d- OVI(booI� 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 the amount of LO Dollars($ )said amount being not less than e nt(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: C- PIVM7t1 Wlile 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 Bidders 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. Bidder understands and agrees that iquidated damages shall apply to this Contract in the amounts of five hundred dollars ($500.00) if project 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 subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be • incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder • further acknowledges 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. 112 l J 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: L- li CO u( .k,lt.) By: '/1,, JU %Z-1 CICO A\LQ , ignature Business Street Address t3ohti, K, \ aers 5 ELM/1,04Q ca , 9033 Type or Print Name City, State and Zip Code Vfee-AZ1/4-47 COO 14 LH CtSq(,0 Title Telephone Number Date Bidders/Contractors State of Incorporation: O,altEorv) �e� Partners or Joint Venturers: Bidder's License Number(s): NrI(Q .1 4 Department Industrial Relations �000 h l 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 Bidden,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 1 BIDDER: a C e..91-6MU� SECTION 2 BID DATA FORMS CBF -7 BIDDER: Ee CBN5f12ttt?loN 6 Bidder shall submit its Bid data in accordance with the format shown on each of the following Bid Data Forms. Bidders shall prepare and use as many sheets as are necessary to adequately provide the information required. Bidder shall ensure that every page of its Bid Data Forms are property identified with the Bidder's name and page number. 2.A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT E. C. Construction Co. ,as Principal, and Travelers Casualty and Surety Company of America , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten Percent of Bid Amount 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 15. 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 9th day of February , 2017 Travelers Casualty and Surety E. C. Construction Co. (SEAL) Company of America (SEAL) Principal �/�� Surety By: den a- /IV ay By: ignature Signature: Gary B. Merrill J l.fr . BN �3 Attorney-In-Fact CBF-8 CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE§ 1189 rtSc ..et ect- accsceetre aster.�r.'.de rec Zea a ....a. , - «a. .�-.sr' 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 February 9, 2017 before me, Priya Ne illy, Notary Public Date Here Insert Name and Title of the Officer personally appeared Gary B. Merrill Name(s) of Signer(s) 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. I certify under PENALTY OF PFA.II RY under the laws of the State of Californi, at the fo egoing paragraph is true and correct. WITNESS my h. d . d o ic seal. ' PPIYA #2i2 Commission #2123858 Signature i Notary Public -California i ___ S9nahtrfl9f-Notary-Pubin, z Las Angeles County i- My Comm.Expires Sep 13_20191 Place Notary Seal Above a 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: - I Corporate Officer — Title(s): I Corporate Officer — Title(s): ' Partner — Limited — General I Partner — Limited I General Individual IXAttomey in Fact I Individual Attorney in Fact _—Trustee Guardian or Conservator L Trustee Guardian or Conservator Other: ! i Other: Signer Is Representing: Signer Is Representing: rseiweet^u,+ coe .-Nesii+s .F.c.cc�c .ecceeraaciniiiivicic eciiii.c^r-cY..c^:r. .a. ©2014 National Notary Association • www.NationalNotary.org • 1-800-US NOTARY(1-800-876-6827) Item #5907 WARNING'.THIS POWER OF AT I ORNE V IS INVALID WITHOUT THE RED BORDER POWER OF ATTORNEY TRAVELERS J Far mmminglint Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Travelers Casually and Surety Company Fidelity and Guaranty Insurance Underwriters,Inc. Travelers Casualty and Surely Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance('onrpaoy Attorney-In Fact No. (ertilirate Nn. 0 0 7 0 57 8 9 5 '23'56 KNOW ALI. MEN B1 MESE PRESEN IS'. I FiatFamungton ('.wally Guh. y.S . Put Fie andM- u Insuyince Cmnpam, Si. Paul Guardian Insurance Company. St Paul MercuryIno ': .ae Cell ms f-tnelel ( s a]I) and Suaty Company.any. r ''etas Commit> and Sures Company of America.and United States Fidelity and (Mammy ny Co np, n: are corporations duly organized ends the hem of the Slate of(1onnechcin-that Palen!) and Guarani) Insurance Company is corporation ly organized Wick!the kms.of the Slaof 111%1/4.1 d I- (Monty andImurance Underwriter,.I . ' rls nd lyon zed under the lieu,of h Sone of Wonscs heti- mlksMel% c lled he (b p �e. Ldad th he Cmpl e,dohereby make.constitute and appoint Gary B. Merrill of the Coy of Pasadena .swm of California .their true and luntul At orneyp}in-Fact each in their.yuan capacity it more than one . named above.t .ea te.seal and acknowledge any and all hold.reCsignearees,conditional undertakings and other a wings ohl'atov in the ranee thea mf on behalf it the Companies n their business of guaranteeing the fidelity 01 person,.guaranteeing the per!nnance of contract,and esccuting or guarantecingbmnd and lndai:kin,srequired mr permitted in allyaction, mproceedings al]n dlyhtw- IN WITNESS WHEREOF.the Gt.11pttille,l sed On,inminnent hi be,igned andt1 ir corporate seals to he hereto axed.his 2nd day of December '_016 Farmington Casualty Company St.Paul Mercury Insurance Company Fidelity and Guaranty Insurance Company Tray tiers Casualty and Surety Company Fidelity and Guaranty Insurance L nderuriters.Inc. Tray eters Casualty and Surety Company of America St.Paul Fire and Marine Insurance Company United States Fidelity and Guaranty Company St.Paul Guardian Insurance Company 1004”0.69 Fru vlx 'S� • d - ^ 1\ Ja �+n ran State of Cof OtlillethiC aBy:B �/ A ' City of I Iantord y>. Robert L.Reims Senior Vice Presiders Oti this the 2nd day'ul December '_Olfibcfme me pemmmit appeuted Robert L.Raney 1\110 acktmulerlg(d himself to he the Senior Vice Presdetil I to C'sm.Itr Ce PtC. 1 Int) nd( 'I ee Company. lrt ee Underwriters.Imo.St Poul cm n Fire and Marine Inmece( St Paul(Maid= ce( Ip..ny.St Paul Alee v Insinanee Compans.Traseleis C.e'Ite and Surety C. nply.Travelers (66616 and Surety Compare etA e dad CHURL] Sates Fidelity clad Cuanupy Company.and that he.as such.beim :mho'iced sm to do.exeeuled the foregoing instrument Forte pinlxm,[herein scummed I. e n hekdl of he Ltit pi PIvino ly h'n:elf as ihr6'authorwedoffiderA. . p.T( In WitnessWhereof.I he 1 IYlmd seal •TARW w' C „,,..v.the +I II dtu ol lune. 1 O t.3 ♦ M ( 'examen n V raPublic 58440-5-16 Printed in U.S A. WARNING'.THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER BIDDER: -. l - QQAS 1 j Lk��D 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 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: C 1.014-1 ' "`Gtlkp \ 2.8 LIST OF PROPOSED SUBCONTRACTORS(continued) r'Dupllcate Next 2 Pages It needed for listing additional subcontractors^] Name and Location Description of Work of Subcontractor to be Subcontracted Name: LrefIcCL 1-ct/ 5 e AQ- _ LQha,I7 Ca Address: D-Or ' • _ b a' ci1i Cf" License No.: 2L' I Ira ki1'a(i Department of Industrial Relation Registration No. • 4 D S 7 N.med cation Descriptio of Work , Alof •uboL�'c-,'ic•r •� t•LA' Sub-%.oracle• L r,, ( CI ' •a :E' L7:� �rVrt1�C�A •r��. Gl . ,. ' 14 1 ic: e 'o.: p i* �►7_-__ _ 6 . b 1 Department of Industrial Relatio Regis7tion 111#1011170•' e Name and Location Description of Work of Subcontractor G-t' to be SubcontractedteJ5n1r t� Name: Pill I U� cj 11-e 9QrVl_ 1 l I- - (>r�� Address: �S11 rnCik n') ath PIA C9 170‘541(LL.tk CI - License No.: 911 Si) WWI Department of Industrial Relation Registration No. 1000 C lb i l L f Description of Work Name and Location P '1 Q, 1 of Subcontractor to be Subcontracted J lSky-CA '.. � -Ea Cl Name: $tA.41 Address: 5 4 r"1Ch1R1U 'AT� :itD03 Corowa h � , ��aaLicense No.: k S1 �2 "I Department of Industrial Relation Registration No. I 0 L`000 74015 Name and Location Description of Work 4 I of Subcontractor to be Subcontracted f„ C'I Y.I P� Name: ,�y!�P1 a tY 6 Address: 1.0 -r Y VW✓& /44_ ' (fft trl0lC �7�� ��� I�� License No.: `7b°i 2-5 o Department of Industrial Relation Registration No. 100000 5(p'1i CBF- 10 BIDDER: 'Et Com "` AWI 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: ,. avl-lbe' Sam "XI I-0 Name and Address of Owner Qarlor- P1/4 lverrollia (orb 9b0 -Igg9 Name and telephone number of person familiar with� pproject, 4 e0:000 -I- VC#n,a -9 OlSrRD O Contract amount 1--64v300(1` �I/" Type of Work Date Completed 2. Neelt"� eie L tv)0001 Address of Owner $l wth-1 L4 VA c-�J owe Il S(02- 5(ob -91-I I Name and telephon number of person familiar with projec E p P 2-015 (]� 0t 00� Contract amount Type of Work Date Completed 3. ert. t& AreAclLr— Name and ddresof Owner li Qvkev>_ C ?Lbt-e (02b (a9,5-0102. Name and telephone number of person familiar with project [OM 000 4 Vart0\15 7JJIC-7-Ot (a Contract amount Type of Work Date Completed 4. F Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF- 11 BIDDER: C 0-0VlCrwChC� SECTION 3 NON-COLLUSION AFFIDAVIT l CBF - 12 1 BIDDER (1...." e/0Vtia-11-0- 410'1 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. 0 / r •':nature 6k/4 • iAkt lfT-rS ' Typed or Printed Nme P 1d�lt Title F C CA149krIA-e (,0 Vl Bidder Subscribed and sworn before me This 2t day of fFtbruartj , 2011 C/;.p.ir� y�, (Seal) `^^ ^""`^�-' 1 R, CATHERINE M. BAIRO Notary Public in and for •.3f!tXa CONN.A2096209 m the State of California t NPublic-GammaPublic-Gammaa E f3-;rWARYTri; LOS ANGELES COUNTY " My Commission Expires' 8- I-14 m '.FEB I,2019 CBF- 13