Loading...
Sully-Miller Contracting Co.CITY OF ROSEMEAD DEL MAR AVENUE RESURFACING PROJECT PROJECT No. P45625 CONTRACT BID FORMS BIDDER: Sully-Miller Contracting Co. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....1 SECTION 2 BID DATA FORMS 5 2.A BID BOND ................................................................................................................6 2.13 LIST OF PROPOSED SUBCONTRACTORS 7 SECTION 3 NON-COLLUSION AFFIDAVIT 10 CBF - 12 r BIDDER: Sully-Miller Contracting Co. SECTION 1 -BID SCHEDUL CBF-0 BIDDER: Sully-Miller Contracting Co. -c5 BID SCHEDULE SCHEDULE OF PRICES FOR DEL MAR AVENUE RESURFACING PROJECT PROJECT No. P45625 1 BASE BID SCHEDULE UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans and LS 1 specifications. See technical . i / provisions TP-2. S, 30D g, 300, 2 Disposal of Waste Materials. LS 1 qA,7. Lya 9 3 Construct Compacted Selected CY 50 S C 7 S. ~ Fill. / D' / 4 Earthwork, Roadway, Excavation LS 1 & Fill. 5 Cold mill variable thickness 1.25 SF 108,600 inches and 2.5 inches at edge of er l t ti y / S a o y. on p ans p ruc gutter, see cons ~ detail. 6 Construct 2.5 inch thick pavement TONS 1,680 /O 9'A' 3 9d overlay ARHM-GG-C (PG 64-16). 7 Construct 1/2 inch thick Asphaltic TONS 325 0 Sao Leveling course D1 PG 64-10. 8 Remove 4-inches of existing SF 3,970 pavement and replace it with 4- inches of AC (B-PG 64-10) Base Course. 9 Construct PCC Cur b Ramp per EA 13 J~ 97S, a S6 75 . . Plan 11 APWA Std 10 Construct PCC Spandrel per SF 300 APWA Std. Plan 122-1. 11 Install 4-inch thick PCC Sidewalk. SF 202 S SO / 12 Install Survey Well Monument per EA 5 City of Rosemead Std. Plan S08- So / 7 5-0. 001. See Section 2-9 Surveying of the General Provision-7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). CBF-1 BIDDER: Sully-Miller Contracting Co. 13 Adjust Sewer Manhole to Grade EA 18 per APWA Std. Plan 205-1 and 206-1 q~ 3( ~ . . 0 , : . 14 Adjust Water Valve/Gas Valve to G d EA 16 77 ra e. , 15 Install Traffic Striping, Traffic LS 1 Signal Loops, and Pavement Markers per Plans and 7 11 oo- c.,.--- fic, tions Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ Two La r"' ~ I;tz g-"- amount in written form Dollar ALTERNATE BID ITEM 1 NO. ITEM DESCRIPTION UNIT OF MEASURE EST. QTY. UNIT PRICE ITEM COST 16 Construct Traffic Signal LS 1 Modification at Del Mar Avenue L/ L1 ~-/00 y y; &/O o and Garvey Avenue per plans and . specification on sheet 6 complete. 17 Construct Traffic Signal LS 1 Modification at Del Mar Avenue 7i a SC / 7i a SO and Highcliff Avenue per plans and specification on sheet 7 complete. TOTAL ALTERNATE BID PRICE (SCHEDULE BID PRICE): $_7/1 SO SGVGZ~1l o~ "S~M~ s/(C hct~JrC~ d/eD~7~`/ 'lc' ~/C- Dollar amount in written form GRAND TOTAL (BASE BID AND ALTERNATE) $ Dollar amount in 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. 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 CBF - 2 ' BIDDER: Sully-Miller Contracting Co. ' 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. 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 Attached hereto is a certified check, a cashier's check or a bid bond in the amount of i Dollars 1 o% ) said amount being not less than ten percent (10%) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, we fail or refuse to execute the Contract and furnish the required bonds, certificates and endorsements of insurance and other certifications within the time provided. If awarded a Contract, the undersigned agrees to execute the formal Contract, which will be ' prepared by the Owner for execution, within five (5) Calendar Days following the Letter of Award for the Contract, and will deliver to the Owner within that same period the necessary original Certificates of Insurance, Endorsements of Insurance, Performance Bond, Payment Bond and all other documentation and certification required by the Contract. The undersigned offers and agrees that if this bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (15 U.S.C. Section 15) or under the Cartwright Act (Chapter 2 of Part 2 of Division 7 of the Business and Professional Code), arising from purchases of goods, materials or services by the Bidder for sale to the purchasing body pursuant to the bid. Such assignment shall be made and become effective at the time the purchasing body tenders final payment to he Contractor. Bidder understands and agrees that, when requested by Owner, he shall provide: (1) evidence satisfactory to the Owner of Bidder's California contractor's license(s) in good standing; (2) evidence that the person signing this Bid is authorized to bind Bidder to this Bid and to a contract resulting therefrom; and (3) any other information and documentation, financial or otherwise, needed by Owner to award a Contract to the lowest responsible and responsive bidder. Bidder understands and agrees that liquidated damages shall apply to this Contract in the amounts and subject to the terms and conditions described in the Contract Form and the Contract Documents. Bidder acknowledges that data submitted with its Contract Bid Forms which it requires to be incorporated into a Contract arising out of this Submittal has been so identified by Bidder. Bidder further acknowledges that the Owner may, at its discretion, incorporate any of the remaining data submitted herewith into a contract arising out of this Bid. ' The undersigned acknowledges receipt, understanding and full consideration of the following addenda to the Contract Documents. ' Addenda Nos. The Bidder understands and agrees that the Total Bid Price is inclusive of all labor, materials, and equipment or supplies necessary to complete the Work as described in the Bid Documents. If this bid is accepted, the undersigned Bidder agrees to enter into and execute the Contract with the necessary bonds and accept the Total Bid Price as compensation in full for all Work under the contract. CBF - 3 BIDDER: Sully-Miller Contracting Co. L By 1100 E Q-angethroae Ave Suite 200 Business Street Address Anaheim, CA 92801 City, State and Zip Code (714) 57A-9600 Telephone Number Bidder's/Contractor's State of Incorporation: Delaware Partners or Joint Venturers: Bidder's License Number(s): 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, nartnership or ioint venture has the authority to do so. ***PLEASE SEE ATTACHED CERTIFICATE OF INCUMBENCY & RESOLUTION*** CBF-4 Assistant Secretary Title CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On April 28, 2009 before me, Adriana C. Acosta, personally appeared Gary Downey who proved to me on the basis of satisfactory evidence to be the person( whose name(&) islare subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hislherlthe+r authorized capacity0es), and that by hislherltheir signature(s) on the instrument the person(s), or the entity upon behalf of 4444s4444N44+0o0µ+sµ44440444400004440 which the person(-F4 acted, executed the instrument. ADIZIANA C. ACOSTA I Q x 'j COMM # 1817µp3 D I certify under PENALTY OF PERJURY under the laws of W l NOTARY PUBLIC •CALIFORNIA M the State of California that the foregoin paragraph is true Q ~My Comrmiiss ziiNG6pifes Oct 13, 2012 x and correct. Nµ 004460940444044NO Nµ400µ00004400µµ40 WITNESS my han a o cial al Signature Notary Seal V v OPTIONAL Description of Attached Document Title or Type of Document: Bid Proposal-Signature Page Document Date: Signer(s) Other Than Named Above: Individual Capacity(ies) Claimed by Signer(s): Signer's Name Gary Downey Signers Name Individual FX Corporate Officer - Title(s) ❑ Partner - Limited/General Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: Assistant Secretary Fj Corporate Officer - Title(s) 2009 None Number of Pages: 1 Right Thumbprint of Signer ❑ Partner - Limited/General ❑ Attorney In Fact Trustee Guardian or Conservator Other SULLY-MILLER CONTRACTING COMPANY Right Thumbprint of Signer CERTIFICATE OF INCUMBENCY AND RESOLUTION I, Gary Downey, do hereby certify that I am the Assistant Secretary of Sully-Miller Contracting Company, a Delaware corporation, and that as such I have access to and custody of the corporate records and minute books of said corporation. And I do hereby further certify that the following persons are duly elected officers of said corporation. TITLE NAME Chairman of the Board Gordon R. Crawley President David Martinez Chief Financial Officer/Treasurer/Vice President Timothy P. Orchard Vice President/Assistant Secretary Michael Edwards Secretary Anthony L. Martino II Assistant Secretary George Aldrich Assistant Secretary Scott Bottomley Assistant Secretary Gary Downey I further certify that the following is a true and correct copy of a resolution duly adopted by the Board of Directors of said Company at a meeting held on January 16`11, 2009, and that this resolution has not been in any way rescinded, annulled, or revoked but the same is still in full force and effect: "AUTHORITY TO EXECUTIVE BIDS AND CONTRACTS" Resolved, that any officer or assistant officer of this Company be and each of them is hereby authorized to execute in the name and on behalf of this Company under its corporate seal any and all proposals for the sale of products, merchandise and services of this Company and any bids and performance bonds required in connection therewith, to the United States, and of the State, territories and dependencies of the United States, the District of Columbia, cities, towns, townships, counties, school districts, and to the department, political subdivisions, agencies or wholly-owned corporations thereof, or to any other person." IN WITNESS WHEREOF, I have hereunto set my hand and affixed the corporate seal this 9 h day of February 2009. (SEAL) 1 BIDDER Sully-Miller Contracting Co. SECTION 2 BID DATA FORMS CBF-5 BIDDER: _P45625 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 Sully-Miller Contracting Company as Principal, and Liberty Mutual Insurance Company , as Surety, are held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of Ten percent of total amount bid 10% of amount bid 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 Del Mar Avenue Resurfacing Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated April 2s 200 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 27th day of April , 20 09 By: , ASST. SE;XETARY Liberty Mutual Insurance Company (SEAL), Surety Signature Kim Heredia, Attorney-In-Fact CBF-6 CALIFORNIA ALL-PURPOSE ACKNOWLEDGEMENT STATE OF CALIFORNIA COUNTY OF ORANGE On April 28, 2009 before me, Adriana C. Acosta, personally appeared Gary Downey who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) isAwe subscribed to the within instrument and acknowledged to me that helshelthey executed the same in hicAerltheif authorized capacity(ies), and that by his1herltheif signature(( on the instrument the person(s), or the entity upon behalf of 244004 4 3 4 33 430 0 44 4 44 44440NOe4 4444 414 4 4 4 4 which the person(s) acted, executed the instrument. z ADRIANA C. ACOSTA z , r COMM. it 181-7403 Y I certify under PENALTY OF PERJURY under the laws of n;gav Fusiic ca. m !ro~r~ia the State of California th t the foregoing paragraph is true Q ORANGE CCUNTY ~ o` ` ` y fay ;t:mmiss!an Expires Oct. 13, 2012 3 and correct. 4eooao'oiov3333•: 03 eoeeeeeweoevoo3433oe44e , WITNESS my han6 ~offico se~ Signature Notary Seal 1 V OPTIONAL Description of Attached Document Title or Type of Document: Bid Bond Document Date: 27.2009 Signer(s) Other Than Named Above: Number of Pages: Capacity(ies) Claimed by Signer(s): Signer's Name Gary Downey Signers Name ❑ Individual FX Corporate Officer - Title(s) ❑ Partner - Limited/General ❑ Attorney in Fact Trustee Guardian or conservator ❑ Other Signer is Representing: Individual 1 Assistant Secretary ❑ Corporate Officer - Title(s) Right Thumbprint of Signer ❑ Partner - Limited/General Attorney In Fact ❑ Trustee ❑ Guardian or Conservator Other SULLY-MILLER CONTRACTING COMPANY Right Thumbprint of Signer CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT State of California County of Orange On APR 9 7 7009 before me, V.M. Campbell, Notary Public , A NAME, TITLE OF OFFICER - E.G., -JANE DOE, NOTARY PUBLIC- personally appeared Kim Heredia , who proved to me on the basis of satisfactory evidence to be the person(s) whose names (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 PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. V. M. CAMPBELL WITNESS my and and official CarnYaslon # 1701384 Notary Public - Collfomia V~\ Oronge County I TURE F N TARY comm. E rea Nov 25. 2010 OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER ❑INDIVIDUAL ❑CORPORATE OFFICER TITLE(S) ❑ PARTNER(S) ❑ LIMITED ❑ GENERAL ® ATTORNEY-IN-FACT ❑ TRUSTEE(S) ❑ GUARDIAN/CONSERVATOR ❑ OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES) Liberty Mutual Insurance Company DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES DATE OF DOCUMENT SIGNER(S) OTHER THAN NAMED ABOVE 2346951 THIS POWER OF ATTORNEY IS NOT VALID UNLESS IT IS PRINTED ON RED BACKGROUND. This Power of Attorney limits the acts of those named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated. LIBERTY MUTUAL INSURANCE COMPANY BOSTON,MASSACHUSETTS POWER OF ATTORNEY KNOW ALL PERSONS BY THESE PRESENTS: That Liberty Mutual Insurance Company (the 'Company'), a Massachusetts stock insurance company, pursuant to and by authority of the By-law and Authorization hereinafter set forth, does hereby name, constitute and appoint VICTORIA M. CAMPBELL, LISA CLARK, KIM HEREDIA, ALL OF THE CITY OF IRVINE, STATE OF CALIFORNIA , each individually if there be more than one named, its true and lawful attorney-in-fact to make, execute, seal, acknowledge and deliver, for and on its behalf as surety and as its act and deed, any and all undertakings, bonds, recognizances and other surety obligations in the penal sum not exceeding ONE HUNDRED MILLION AND 001100***"*************** DOLLARS 100,000,000.00***** ) each, and the execution of such undertakings, bonds, recognizances and other surety obligations, in pursuance of these presents, shall be as binding upon the Company as if they had been duly signed by the president and attested by the secretary of the Company in their own proper persons. That this power is made and executed pursuant to and by authority of the following By-law and Authorization: ARTICLE XIII - Execution of Contracts: Section 5. Surety Bonds and Undertakings. Any officer of the Company authorized for that purpose in writing by the chairman or the president, and subject to such limitations as the chairman or the president may prescribe, shall appoint such attorneys-in-fact, as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. Such n attomeys-in-fact, subject to the limitations set forth in their respective powers of attorney, shall have full power to bind the Company by their O signature and execution of any such instruments and to attach thereto the seal of the Company. When so executed such instruments shall be o. as binding as if signed by the president and attested by the secretary. 0 .X U) By the following instrument the chairman or the president has authorized the officer or other official named therein to appoint attomeys-in-fact: C C Pursuant to Article XIII, Section 5 of the By-Laws, Garnet W. Elliott, Assistant Secretary of Liberty Mutual Insurance Company, is hereby ~ authorized to appoint such attorneys-in-fact as may be necessary to act in behalf of the Company to make, execute, seal, acknowledge and deliver as surety any and all undertakings, bonds, recognizances and other surety obligations. .0 0 That the By-law and the Authorization set forth above are true copies thereof and are now in full force and effect. 0 IN WITNESS WHEREOF, this Power of Attorney has been subscribed by an authorized officer or official of the Company and the corporate seal of Liberty Mutual Insurance Company has been affixed thereto in Plymouth Meeting, Pennsylvania this 29th day of May 4) 2008 _-a o ` LIBERTY MUTUAL INSURANCE COMPANY 60 0 d) v~ C Garnet W. Elliott, Assistant Secretary y COMMONWEALTH OF PENNSYLVANIA ss C y COUNTY OF MONTGOMERY Im 11- 't C On this 29th day of May 2008 , before me, a Notary Public, personally came Garnet W. Elliott, to me known, and acknowledged 0-5 that he is an Assistant Secretary of Liberty Mutual Insurance Company; that he knows the seal of said corporation; and that he executed the above E «i Power of Attorney and affixed the corporate seal of Liberty Mutual Insurance Company thereto with the authority and at the direction of said corporation. O 07 A IN TESTIMONY WH P unto subscribed my name and affixed my notarial seal at Plymouth Meeting, Pennsylvania, on the day and year cc C o first above written. Q. ~ONIN < ® ~~C! r0~ CY COMMONWEALTH OF PENN YLVANIA y~~G%~ Not" Seal ~ Z cOi OF Tareaete Wary Pk By /G Wy WhTY4. Moral MWY Cau* Q WCarrrrimianEvinMar. Z8.2= Ter sa Pastella, Notary Public 0 O Ywntw, P*nns5f awsa A"cciaOon d Nctaries CERTIFICATE QW I, the undersigned, Assistant ecretary of Liberty Mutual Insurance Company, do hereby certify that the original power of attorney of which the foregoing is a full, true and correct copy, is in full force and effect on the date of this certificate; and I do further certify that the officer or official who executed the said power of attorney is an Assistant Secretary specially authorized by the chairman or the president to appoint attorneys-in-fact as provided in Article XIII, Section 5 of the By-laws of Liberty Mutual Insurance Company. This certificate and the above power of attorney may be signed by facsimile or mechanically reproduced signatures under and by authority of the following vote of the board of directors of Liberty Mutual Insurance Company at a meeting duly called and held on the 12th day of March, 1980. VOTED that the facsimile or mechanically reproduced signature of any assistant secretary of the company, wherever appearing upon a certified copy of any power of attorney issued by the company in connection with surety bonds, shall be valid and binding upon the company with the same force and effect as though manually affixed. IN TESTIMONY WHEREOF, I have hereunto subscribed my name and affixed the corporate seal of the said company, this APR 2 7 2009 day of t By r David M. Carey, Ass' t Secretary 0 U) C .N C O vH AN 0 W C 0 CL Q c~ o~ of aW y O O C 001 of ~ 00 OtH E N E w C , 00 O~? u 11 2.13 LIST OF PROPOSED SUBCONTRACTORS BIDDER: Sully-Miller Contracting Co. 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. 1 ' CBF-7 BIDDER: Sully-Miller -on ra tong Co. 23 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors.-) Name and Location Description of Work of Subcontractor to be Sub/contracted Name: Address: 13 C- GO~ 5 t v 9a fs 7 9 Name and Location Description of Work of Subcontractor to be Subcontracted Name: , d " Address: l `!So r Name and Location of Subcontractor Name: G L, L Address: 7 a-- aK Sv 7 5 9~a°/ Description of Work to be Subcontracted J Loo to a~{~ ACS Name and Location of Subcontractor Name: E I` Address: ► o /.k:,E IdGS ~~✓~t oCc_ car f~s~/ Description of Work to be Subcontracted Asfd,,6~ A- , Name and Location ' of Subcontractor Name: Address: 1 CBF-8 Description of Work to be Subcontracted BIDDER: Sully-Miller Contracting Co. 2.B LIST OF PROPOSED SUBCONTRACTORS (continued) ["Duplicate Next 2 Pages if needed for listing additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location of Subcontractor Name Address: Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF-8 BIDDER: Sully-Miller Cnntrarting Co. 2.C 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: ***PLEASE SEE ATTACHED LIST OF EXPERIENCE & QUALIFICATIONS*** 1. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date 9 Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 3. Name and Address of Name and telephone number of person familiar with project Contract amount Type of Work Date Completed I I Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF-9 St ll.I.~' MII.I.ER CO N"1-RAC-FING CO. BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number: 2007-2008 PAVEMENT REHABILITATION Start and Finish Dates: 6/2008 TO 7/2008 Project Description: AC/ARHM - MANHOLES - SURVEY - STRIPING - COLD MILL Agency Name: CITY OF HAWAIIAN GARDENS Contact Person: STEVE STEINBRECHER Telephone: 562-908-6200 Project Value: $456,287 Project Name/Number., STREET PAVING PROGRAM Start and Finish Dates., 3/2008 TO 5/2008 Project Description: ARHM - MANHOLES - MONUMENTS - STRIPING - SWPPP - COLD MILL Agency Name: CITY OF WEST HOLLYWOOD Contact Person: MILA SOLOGUB Telephone: 323-848-6338 Project Value: $315,916 Project Name/Number., STREET AND WATER IMPROVEMENTS IN PIONEER BOULEVARD Start and Finish Dates: 11/2007 TO 4/2008 Project Description: WATER LINE AND STREET IMPROVEMENTS Agency Name: CITY OF CERRITOS Contact Person: RASH SYED Telephone: 562-860-0311 Project Value $1,443,408 Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: THE LACMA TRANSFORMATION PROJECT 6/2007 TO 4/2008 B PERMIT MATT CONSTRUCTION CORPORATION GREG WADE Telephone: 562-903-2277 Project Value: $1,363,596 CATALINA MEDIA / TH POINTE 1/2008 TO 3/2008 SEWER MAIN INSTALLATION KRISMAR CONSTRUCTION COMPANY, INC. GARY MORRISON Telephone: 310-458-3170 Project Value: $411,955 Updated January 2009 LLI ML~ ~I i.t.*-r,-MILI.F'.R CO NTRACTIN6 Co. BIDDER'S AND QUALIFICATIONS Project Name/Number., PACIFIC ELECTRIC INLAND TRAIL PHASES 2 & 3 / 27653C Start and Finish Dates. 3/07 TO 1/08 Project Description: R/R CONCRETE/AC - LANDSCAPE/IRRIGATION - SIGNALS - STRIPE - UTILITIES Agency Name: CITY OF RANCHO CUCAMONGA Contact Person: WALTER STICKNEY Telephone: 909-477-2740 Project Value: $3,424,780 Project Name/Number., Start and Finish Dates. Project Description: Agency Name: Contact Person: MARQUARDT AVENUE / 27689C 7/2007 TO 9/2007 R/R CONCRETE - AC ON FABRIC - ADJUST UTILITIES LOS ANGELES COUNTY DEPT. OF PUBLIC WORKS EMIL KURLYAND Telephone: 626-458-3166 Project Value: $183,915 Project Name/Number: ALPACA STREET IMPROVEMENT PROJECT / 27699C Start and Finish Dates: 8/2007 TO 11/2007 Project Description: R/R CONCRETE & ASPHALT - STRIPING - ADJUST UTILITIES Agency Name: CITY OF SOUTH EL MONTE Contact Person: GEORGE CASTILLO Telephone: 562-682-3620 Project Value: $135,000 Project Name/Number: REHABILITATION OF LA MIRADA BLVD. / 27664C Start and Finish Dates: 5/2007 TO 9/2007 Project Description: ARHM / AC PAVING, CONCRETE WORK - LOOP DETECTO RS / SIGNALS Agency Name: CITY OF LA MIRADA Contact Person: GARY SANUI Telephone: 562-943-2385 Project Value: $2,164,089 Project Name/Number: CSULB PARKING LOT 13 REPAIR - REPAVE / 27694C Start and Finish Dates: 7/2007 TO 8/2007 Project Description: AC GRIND / OVERLAY - ASPHALT REPAIR - MINOR CONCRETE REPAIR Agency Name: CALIFORNIA STATE UNIVERSITY, LONG BEACH Contact Person: ENRIQUE ROBLES Telephone: 562-985-4175 Project Value: $362,462 Project Name/Number, ORANGE LINE - CANOGA STATION PARK AND RIDE / 25568C Updated January 2009 2 Sl 1 f M I I.LI?R C,ONTRAC TING Co. BIDDER'S EXPERIENCE AND QUALIFICATIONS Start and Finish Dates: 3/2006 TO 1/2007 Project Description: NEW TRANSPORTATION STATION INCLUDING AC PAVING AND CONCRETE WORK Agency Name: METROPOLITAN TRANSPORATION AUTHORITY Contact Person: GHULAM SHAIKH Telephone: 818-262-6300 Project Value: $13,732,500 Project Name/Number: SOUTH COAST PLAZA PARKING LOT Start and Finish Dates. 7/2006 TO 10/2006 Project Description: COMPLETE REMOVE AND REPLACE OF PARKING LOT, CONCRETE CURB & GUTTER, LOOP DETECTORS, AND STRIPING Agency Name: SOUTH COAST PLAZA Contact Person: ROBERT THOMAS Telephone: 714-546-0110 Project Value: $3,100,000 Project Name/Number., RESIDENTIAL STREET REHABILITATION WORK / 26573C Start and Finish Dates: 2/2006 to 8/2006 Project Description: ASPHALT CONCRETE OVERLAY AT VARIOUS LOCATIONS CITYWIDE Agency Name: CITY OF WEST COVINA Contact Person: OSCAR CAPLIN Telephone: 626-939-8445 Project Value: $1,512,463 Project Name/Number.- BERTH 401-406 BACKLAND IMPROVEMENTS / 25567C Start and Finish Dates: 1/2006 to 4/2006 Project Description: ASPHALT AND CONCRETE PAVING / SITE IMPROVEMENT PROJECT Agency Name: PORT OF LOS ANGELES Contact Person: KEN HARBOR Telephone: 310-831-5389 Project Value: $3,386,333 Project Name/Number., 195TH STREET IMPROVEMENT / 25506C Start and Finish Dates: 5/2005 to 11/2005 Project Description: MEDIAN ISLAND and STREET REPAIRS Agency Name: CITY OF CERRITOS Contact Person: VIC MASAYA Telephone: 562-916-1231 Project Value: $742,488 Updated January 2009 3 MUX! SlIL Y-MII.I.FR CONTRACTING C-(). BIDDER'S EXPERIENCE AND QUALIFICATIONS Project Name/Number., MALL PARKING LOT IMPROVEMENTS / 25492C Start and Finish Dates. 3/2005 to 10/2005 Project Description: REPAIR and PLACE NEW AC PAVING and STRIPE PARKING STALLS Agency Name: CITY OF TEMPLE CITY Contact Person: JANICE STROUD Telephone: 626-285-2171 Project Value: $894,012 Project Name/Number: HELLMAN AVENUE STREET IMPROVEMENTS / 24477C Start and Finish Dates: 6/2004 to 11/2005 Project Description: STREET RECONSTRUCTION PROJECT Agency Name: CITY OF ROSEMEAD Contact Person: KEN RUKABINE Telephone: 562-908-6262 Project Value: $1,067,429 Project Name/Number.- HOLGATE AREA STREET REHABILITATION AND WATER MAIN / 24446C Start and Finish Dates: 3/2004 to 6/2005 Project Description: STREET REHABLITATION AND WATER MAIN REPLACEMENT Agency Name: CITY OF LA HABRA Contact Person: CHUCK STEPHAN Telephone: 562-905-9720 Project Value: $3,566,942 Project Name/Number., PIER 400 BACKLANDS PHASE 2 / 23301C Start and Finish Dates: 4/2003 to 8/2004 Project Description: TRANSTAINER FACILITY, GRADING, PAVING, UNDERGROUND, CONCRETE. PROJECT FINISHED ON TIME - EXTRA DAYS FOR EXTRA WORK ONLY Agency Name: Contact Person: Project Name/Number: Start and Finish Dates: Project Description: Agency Name: Contact Person: Project Name/Number: PORT OF LOS ANGELES MAHMOUD IRSHEID Telephone: 310-732-3525 Project Value: $31,332,000 PHANTOM WEST STREET IMPROVEMENT / 82803C 12/ 2002 to 8/ 2003 UNDERGROUND, ASPHALT REHAB, CURB & GUTTER, COLD MILLING CITY OF VICTORVILLE MARK MILLER Telephone: 760-955-9158 Project Value: $4,994,840 ARROW HIGHWAY - LIVE OAK AVENUE PHASE II / 22273C Updated January 2009 4 S l 1 LLY-M 1 C.()NT RAC -1'1N(1 Co. BIDDER'S EXPERIENCE AND QUALIFICATIONS Start and Finish Dates: 11/ 2002 to 8/ 2003 Project Description: AC GRIND OVERLAY - NEW MEDIANS & DECORATIVE CONCRETE Agency Name: CITY OF IRWINDALE Contact Person: KWOK TAM Telephone: 626-430-2212 Project Value: $4,654,815 Project Name/Number., Start and Finish Dates: Project Description: Agency Name: Contact Person: PIER 400 CONTAINER TERMINAL / 21130C 1/ 2001 to 9/ 2002 BACKLAND IMPROVEMENTS, PHASE I PORT OF LOS ANGELES MAHMOUD ISHEID Telephone: 310-732-3525 Project Value: $87,645,073 PROJECTS INVOLVING HEAVY STORM DRAIN, SEWER AND WATER IMPROVEMENTS Project Name/Number: DOUGLAS PARK STREET IMPROVEMENTS AND INFRASTRUCTURE / 26595C Year of Project- 2006 Project Description: INFRASTRUCTURE - SEWER, WATER, STORM DRAIN Agency Name: BOEING REALTY CORPORATION Contact Person: STEVE GARIS Telephone: 562-593-4730 Project Value: $19,932,964 Project Name/Number: PORTOLA SPRINGS AND MOD)ESKA / 25534C Year of Project., 2005 Project Description: SEWER, WATER, STORM DRAIN IMPROVEMENTS Agency Name: IRVINE COMMUNITY DEVELOPMENT COMPANY Contact Person: BILL MARTIN Telephone: 714-734-8100 Project Value: $8,625,847 Updated January 2009 5 11 n 11 Ll t BIDDER: Sully-Miller Cnntrarting Co. SECTION 3 NON-COLLUSION AFFIDAVIT CBF-10 11 n 11 BIDDER: Sully-Miller Contracting Co 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. Title Sully-Miller Contracting Company Bidder ' Subscribed and sworn before me This day of 20 (Seal) PLEASE SEE ATTACHED NOTARY JURAT FOR PROPER WORDING Notary Public in and for the State of California My Commission Expires: 1 CBF - 11 CALIFORNIA JURAT WITH AFFIANT STATEMENT STATE OF CALIFORNIA COUNTY OF ORANGE Subscribed and sworn to (or affirmed) before me on this 28th day of April, 2009, by G_ a Downey, proved to me on the basis of satisfactory evidence to be the person who appeared before me. An4e44o04444004400600004444404N0N000004 f ADRIANA C. ACOSTA x sw,_. ;4 COMM # 1817403 m UJ! r • a NOTARYPUBLIC - CALIFORNIA ORANGE COUNTY .a nd; 4,,;,: • NiY Comni!ssicn Expires Oct. 13, 2012 = WITNESS my han OfflCialTC@al 9es4~4~avoo00dJ44600404004400006464000N / Signature w C dnana C. Acosta, N to Public Notary Seal OPTIONAL Description of Attached Document Title or Type of Document: Non-Collusion Affidavit Document Date: April 28, 2009 Number of Pages: 1 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s): Signer's Name Gary Downey Signer's Name Individual FX Corporate Officer - Title(s) El Partner - Limited/General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other Signer is Representing: ❑ Individual Assistant Secretary F-] Corporate officer - Title(s) Right Thumbprint of Signer ❑ Partner - Limited/General Attorney in Fact ❑ Trustee Guardian or Conservator Other Right Thumbprint of Signer SULLY-MILLER CONTRACTING COMPANY