Loading...
Project 189 - Proposal - TTS Engineering - 2011-03-25 COSTA MESA SANITARY DISTRICT ORANGE COUNTY CALIFORNIA BID PROPOSAL FORM REHABILITATION OF SIX SEWERS TRANSFERRED TO CMSD Project No 189 Name of Bidder. Address: gg3s /`1 /6-otl u n Si y53 (4 177. ♦f./i Phone No. //9/ gq0 (sy‘ TO THE BOARD OF DIRECTORS COSTA MESA SANITARY DISTRICT Pursuant to and in compliance with the Notice Inviting Sealed Proposals (Bids) and the other documents relating thereto, the undersigned bidder has carefully examined and is completely familiar with the plans, specifications, and contract documents including the local conditions affecting the performance of the contract, the character, quality quantities, and scope of the work, and the materials to be furnished as to the requirements of the specifications and the contract. If awarded the contract, the undersigned bidder hereby proposes and agrees to perform within the time stipulated in the contract, including all of its component parts and everything required to be performed, and to furnish any and all of the labor, material, tools, equipment, transportation, services, permits, utilities, and all other items necessary to perform the contract and complete in a workmanlike manner all of the work required in connection with the construction of said work all in strict conformity with the plans and specifications and other contract documents, including addenda Nos. / , _— , and on file in the District office for the prices hereinafter set forth. —' The undersigned as bidder, declares that the only persons or parties interested in this proposal as principals are those named herein; that this proposal is made without collusion with any person, firm, or corporation; and he proposes and agrees, if the proposal is accepted, that he will execute a contract with the District in the form set forth in the contract documents and that he will accept in full payment thereof the following prices, to wit. CMSD Project No. 189 Bid Proposal Form– 1 of 9 CMSD SEWER PROJECT NO. 189 SCHEDULE OF WORK ITEMS (SCHEDULE A) REHABILITATION OF SIX SEWERS TRANSFERRED TO CMSD BID APPROX. UNIT TOTAL ITEM QUANTITY DESCRIPTION PRICE AMOUNT 1 Lump Sum Bonds, Insurance, and Permits: Work under this item includes any costs incurred for securing bonds, insurance Lump permits and financing for construction work. Sum $I`>', 33 5 2 Lump Sum Mobilization, Demobilization and Cleanup- Work under this item shall include preparatory and cleanup operations including, but not limited to, those necessary for the movement of personnel, equipment, materials, and incidentals to and from the project site, securing a temporary construction yard, and maintaining the project Lump site in a safe and orderly manner during construction. Sum $ Via,a u O 3 Lump Sum Traffic Control. Furnish all labor, materials, and equipment for the installation and removal of the required traffic control including, but not limited to, changeable message boards, signs, delineators, traffic cones, barricades, flashing arrow signs, steel plates, and all other traffic control devices necessary to comply with the traffic control drawings. This item includes contractor retaining the services of a Registered Traffic Engineer to prepare plans and secure approval for traffic control of all areas of work where CMSD has not provided traffic control plans Lump if such plans are required by the City of Costa Mesa. Sum $ 7 200 4 Lump Sum Geotechnical Evaluation During Construction. Work under this item shall include laboratory testing of trench backfill, aggregate base, asphalt, and concrete during construction. Work under this item shall also include the monitoring of batch time, temperature, mix designs, and placement time for all pavement replacement. Note: Contractor shall provide a report (2 copies) of the geotechnical observation and testing Lump upon project completion to the District. Sum $ ‘)-2d0 5 Lump Sum Provide Diversion Plan for Existing Sewage Flow During Construction: Work under this item shall include, but is not limited to, pumps, temporary hoses or piping, pumper trucks, plugs, and all other equipment necessary to provide diversion of existing sewage flow during construction Lump complete in place. Sum $at,00 0 CMSD Project No. 189 Bid Proposal Form—2 of 9 sir CMSD SEWER PROJECT NO. 189 SCHEDULE OF WORK ITEMS (SCHEDULE A) REHABILITATION OF SIX SEWERS TRANSFERRED TO CMSD BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 6 Lump Sum Replace Pavement Striping: Work under this item shall include furnishing and installing all labor, material, and work necessary to replace existing pavement striping damaged during construction to original condition Lump complete in place. Sum $ 2</9 0 7 5 Each Recoat existing manholes per Method A as shown on sheet 4 of Plans. Work under this item shall include furnishing and$ 1 a o 4 installing all labor, material, and work necessary to recoat — existing manholes. each $944.53 1/40 8 52 Each Grind `OCSD' off sewer manhole covers per Detail A' as shown on sheet 4 of Plans. Work under this item shall include furnishing and $)7/ 73 installing all labor material, and work necessary to grind "OCSD' off sewer manhole covers. each $ " 930 9 602 LF Remove Existing 10-inch VCP sewer and Install New 10-inch PVC SDR 26 Sewer Main Per Plans and Specifications. Work under this item shall include, but is not limited to, temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, hauling off existing trench material, bedding, backfill, and compaction per City Standard 813, installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the Construction$ / 76 Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. LF $ /OC /9 S. CMSD Project No. 189 Bid Proposal Form–3 of 9 CMSD SEWER PROJECT NO. 189 SCHEDULE OF WORK ITEMS (SCHEDULE A) REHABILITATION OF SIX SEWERS TRANSFERRED TO CMSD BID APPROX. DESCRIPTION UNIT TOTAL ITEM QUANTITY PRICE AMOUNT 10 Lump Sum Pavement Replacement per City of Costa Mesa Std. 813 and Detail on Sheet 4 of Plans: Work under this item shall include all material and labor for pavement replacement including final asphalt concrete pavement installation, Lump except for striping as specified in bid item#6. Sum Soy 4'9° TOTAL AMOUNT OF ITEMS 1 THROUGH 10$ 6 7 9 tO. JO .1 - gaff Aitti IT/ A -� (TOTAL IN WORDS—SCHEDULE A) Bidders Initials Note: In case of a discrepancy between the words and figures, the words shall prevail. CMSD Project No. 189 Bid Proposal Form—4 of 9 �� S sidsTh t; 7 S ADDENDUM NO. 1 Contract Documents and Construction Plans REHABILITATION OF SIX SEWERS TRANSFERRED TO CMSD CIP PROJECT NO 189 Today's Date: March 15,2011 Bid Opening Date:March 29 2011 This Addendum is hereby made a part of the contract documents and construction drawings. Receipt of the Addendum shall be noted on the Bid Form. The following changes, additions, clarifications or modifications shall be made to the contract documents and construction drawings; all other conditions remain the same. Original Bid Item 9 602 Remove Existing 10-inch VCP sewer and Install New 9 LF 10-inch PVC SDR 26 Sewer Main Per Plans and Specifications. Work under this item shall include, but is not limited to,temporary paving and patching or trench plates, trench excavation, control of ground water and surface water, hauling off existing trench material, bedding,backfill, and compaction per City Standard 813 installation of pipe and fittings, removal or protection of interfering portions of existing utilities or improvements, temporary and permanent support of utilities, disposal of excess excavation materials and all other work necessary.to install the sewer main complete in place. Work under this item shall also include adequate sheeting, shoring and bracing or equivalent methods for the protection of the life and limb, which shall comply to applicable safety orders including, but not limited to, planning, designing, engineering, furnishing, constructing, and removing temporary sheeting, shoring and bracing, and any other work necessary to conform to the requirements of any permits, OSHA and the /7 G c. Construction Safety Orders of the State of California, pursuant to the provisions of Section 6707 of the California Labor Code. LF $106, 14/ 5 Description of revisions to Bid Item 9 Contractor's bid price to cover either day work or night work,as will be decided by the City of Costa Mesa. Description of Alternate Bid Item 9A The City of Costa Mesa requires either crushed miscellaneous base (CMB)or crushed aggregate base (CAB) as the trench backfill material (not the bedding material which is specified on the plans). For this project, the City will allow native material with a sand equivalent of 30 (SE 30) or imported material with SE 30. Because the existing soil has a large clay component rendering it unusable for the backfill, the District desires a bid price using imported soil with SE 30. CMSD189 Rehabilitation of six sewers transferred to CMSD 1 of 2 Bid Item 9A Identical to Bid Item 9 except using imported dirt meeting SE 30, all inclusive, including sample testing or other necessary services of a soils engineer. 602L.F @ $ 17 (, /ft._$ /06 / q 5 Total Total Contract Price Total contract price using Bid Item 9=$ 2...e 7 9 y O Total contract price using Bid Item 9A=$ 0. 6 7, `3 y b The District reserves the right to award the project based on either Bid Item 9 or Bid Item 9A to the lowest responsive and responsible bidder. If there are any questions,please call(949)631 1731 office or(714)293-2727 cell. Thank you. COSTA MESA SANITARY DISTRICT Robin B. Hamers, PE District Engineer CMSD 189 Rehabilitation of six sewers transferred to CMSD 2 of 2 , The Contractor agrees that the District will not be held responsible if any of the approximate quantities shown in the foregoing proposal shall be found incorrect, and he shall not make any claim for damages or for loss of profits because of a difference between the quantities of the various classes of work as estimated and the work actually done. If any error omission or mis-statements shall be discovered in the estimated quantities, it shall not invalidate this contract or release the Contractor from the execution and completion of the whole or part of the work herein specified, in accordance with the specifications and the plans herein mentioned and the prices herein agreed upon and fixed therefor, or excuse him from any of the obligations or liabilities hereunder, or entitle him to any damages or compensation otherwise than as provided for in this contract. The Contractor agrees that the District shall have the right to increase or decrease the quantity of any bid item or portion of the work or to omit portions of the work as may be deemed necessary or expedient, and that the payment for incidental items of work, not separately provided in the proposal shall be considered included in the price bid for other various items of work. Accompanying this proposal is i a 0 cL / 0 Yo ($ a6, 79`/ ). NOTICE. Insert the words 'Cash' 'Certified Check' or 'Bidder s Bond' as the case may be in an amount equal to at least 10%of the total bid price, payable to the Costa Mesa Sanitary District. The undersigned deposits the above named security as a proposal guaranty and agrees that it shall be forfeited to the Costa Mesa Sanitary District as liquidated damages in case this proposal is accepted by the District and the undersigned shall fail to execute a contract for doing said work and to furnish good and sufficient bonds in the form set forth in the specifications and contract documents of the District with surety satisfactory to the District within 10 Days after the bidder has received written notice of the award of the contract; otherwise, said security shall be returned to the undersigned. Respectfully submitted, n inrerin .in ��rvrr"a ive Contractor's Business Dame C ontracfor 2 Title fi/ J H Sf 49S3 /�irri/. 7� Business Addr s: Street :y- Title e6A a. %lc / 9 7ss029 A 5/3, City State Zip Contractor's License, Expiration ?Hi 8'y0 �3 c/ Date& Classification Business Phone Number / im K.,/ Js 1Kx c v!/ / j- Name Title 7/</ -r/ 0 050$ Residence Phone Number i09/ me, l f- ( Bidder's Residence: Street Nu^�. /? 4 (1- . 9o26yi City State Zip CM SD Project No. 189 Bid Proposal Form- 5 of 9 I declare under penalty of perjury under the laws of the State of California that the forgoing is true and correct. Dated at this day of 20 �► fined) The full names and residences of all persons and parties interested in the foregoing proposal, as principals, are as follows: NOTICE. Give first and last names in full; in case of corporation, give names of President, Secretary Treasurer and Manager and affix corporate seal; in all cases of partnerships and joint ventures give names of all the individual members. et I Peiecee 7, 1SCj1 CONSTRUCTION PROJECT REFERENCES In order to more fully evaluate your background and experience for the project herein proposed, it is requested that you submit a list of Public Works and/or similar construction projects completed, or in progress, within the last 24 months. Your cooperation in this matter is greatly appreciated. DATE PROJECT AGENCY'S CONTRACT AWARDED AWARDING r AGENCY ADMINISTRATOR /I 10 (Jr/ ut //(os1� /sc, l ore\ bar 3 )ty 75/ 50,2Q IQ / 0`) R( ncko t,/ctcJ D,3e-f1E1- Cooly Sr^iit �}as? 6 (1ri II11 �1tt%1ne romp re\, kc 'PopeIk' 7,y SS7-5?;7 7 G.n�- a"Ii �' / / /rye CMSD Project No. 189 Bid Proposal Form— 6 of 9 PROJECT ADDENDA Bidder shall signify receipt of all Addenda here, if any ADDENDUM NO. DATE RECEIVED BIDDER' IG ATURE ranch 174' (9o1 ) fren DESIGNATION OF SUBCONTRACTORS In compliance with the 'Subletting and Subcontracting Fair Practices Act' being Sections 4100-4113 of the Government Code of the State of California, and any amendments thereto, each bidder shall set forth below the name and location of the place of business of each Subcontractor who will perform work or labor or render service to the prime Contractor in or about the construction of the work or improvement in an amount in excess of 1/2 of 1% of the prime Contractor's total bid and shall further sct forth the portion of the work which will be done by each such Subcontractor Only one Subcontractor for each such portion shall be listed. If the Contractor fails to specify a Subcontractor for any portion of the work to be performed under the contract, he shall be deemed to have agreed to perform such work himself, and he shall not be permitted to subcontract that portion of the work except under the conditions hereinafter set forth. Subletting or subcontracting of any portion of the work to which no Subcontractor was designated in the original bid, shall only be permitted in cases of public emergency or necessity and then only atter a finding reduced to writing as a public record of the Legislative Body of the owner Portion State License J//nOfl+Work Subcontractor's Name and Address Number Class ( ��° ' ��� JOAon in 7,31717 n rnE^'!r� 45-10 Sc.prr, ors 4splx-, It 89ogv 0 A CM SD Project No. 189 Bid Proposal Form— 7 of 9 BID BOND KNOW ALL BY THESE PRESENTS,That we, TES Engineering, Inc. of Huntington Beach, CA (hereinafter called the Principal), as Principal, and • "(hereinafter called the Surety), as Surety are held and firmly bound unto Costa Mesa Sanitary District (hereinafter called the Obligee) in tht.penal sum of Then Percent of Amount Bid Dollars(5 10% of amount bid for the payment of which the Principal and the Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally firmly by these presents THE CONDITION OF THIS OBLIGATION IS SUCH,That WHEREAS, the Principal has submitted or is about to submit a proposal to the Obligee on a contract for Rehabilitation of Six Sewers Transferred to CMSD NOW THEREFORE, If the said Contract be timely awarded to the Principal and the Principal shall, within such tithe at may be specified, enter into the Contract in writing, and give bond, if bond is required, with surety acceptable-to the Obligee for the faithful performance of the said Contract,then this obligation shall be void:otherwise to remain in full force and effect. Signed and sealed this 25th day of March 2011 - " 7 ,i TTS Engineering, In . (Seal) Principal Witness //YJ•�rr Tim Wilson, President / Title International Fidelity Insurance Company Witness { By rank Morones, Attorney'in-Fact (°F r:. zr '- t r. } .• . _.� —or oil 10/99 rrrM"� `,4111 rP#4. c kii,(�.'tiq ' •V t. �g711" '>;lo to CySr�.'r�_ q. -v,, . r •,t `• ,..� ?U .r i� �: ' . ,.s lam. ':Ji' a J+ 7t`IiG I �' we ity, �i'�t lam. .: \ • '.) +' :-t- 7' y VIA -4. \' 1 F)r ,i )(' �1Ji C xj'� 7 'j -"}�(1 )f �/ 1 ff„dJ: .yi. y -. 'C4�> a a ' c r ��y, .\ :4 `si r. -.� I Nr, xTel i2T�i 624 7200 "� POWER OF ATTORNEY a , •1.0 t. is » ( ( ' � `4 :l !ii h. _1V`. 4. 't: ' 1_" ? Sf)1c Sic r ? 51 '.yr.§Y 4. rv, (lo 'V1 @ re St tl 'cat e ai ' �INTERNATION-AP--EiIDEBITY INSURANCE COMPANW �, z �_ '?-5 ,Y N \` JI are t0 i :.S ,Arm,, ` i \,. `A ., "S it 4Y '1 / (7+ tV(T \ 1 'y-\ y\j TY. it 11C %i: t it e a ? HOME OI:VICEf ONE NEWARK CENTER, 20"CH FLOOR . ,` 4/.`` tt1, i Lnj,1: :/in )ht- ,,.. F�! IA r y ` a,s ," 'I' ' NEWARK. NEW'IERSEY 07102-5207-2=- TY r, YA \� I}�� ri,R% •w! ;Vs, - (, 't 1 `''`s.,r, S.!,:-1,b P1•/ c, \cP�"+�•cL- ._.ly_. ��J (t` t..-. - nil l., n, KNOW B ALL Y THESE PRESENTS: 'that INTERNATIONAL.FIDELITY INSURANCE,COMPANY a•corporauon`i,gamed and ex sting ,'‘‘,S.-C, las it the State if New Jersey and h sing its p icmpa1 iffiee in the City of Newark,Net lei sty dire. hereby. nstitute and app not -i ' 4a`^'*; r'6 I ° E is 7• FRANK MORONES _4., 'C� s'. .t I- a It s6 S k*fit =. Anaheim Hills° CA. �i'_ s): as true and lawful anoinev(s)-in-fact a ea tie seal and delver to and its behalf, rety iy} and ill bonds and undertakings,contracts of indemnity and c ithe writ' °c alligator) n the nature thereof; vhnch are may b alto ved; required or permitted by law statute• rule regulatio c mtract or otherwise,and S. es" the executian of such instrument(s) Ii sua e if the p esents shall h a [width., up n the said INTERNATIONAL FIDELITY INSURANCE ' COMPANY as fully and amply to all intents and purp sex as if the came hid b n duly es uted a id cknmsledged by as cgularly elected officers at its i :r_ principal ,fnice.- "Flu Power of Attorney is executed,and nit he ref eked, pursuant ti and by iuth fly of Article 3-Sect, d the By Las adopted by the Board of DI en if INTERNATIONAL FIDELI'1.Y INSURANCE COMPANY at a meeting ailed and held tithe 7th day if Fehruars 1971. The Pi cadent or any Vie President• Executive V ce President, Secretary n As istant Secretary shall h' pi ter aid authi ny U)'I' appoint Aso reyc-in-fact.and ti authorize then to xecute heh ill it the Ct npany and in,ch the Seal of the Company thereto bonds and undertaking n in acts of indemnity and other writing rhligatoiy in the nature thereof and (2■Ti remove at ally nine any such attorney-in-tact and re ike the auth as n. I tithe,,this Pi ter it Attorney is signed and sealed by I: simile pr nt a res iluti it th Board if Duecu if aid Company'adopted at a meeting duly called d held th 29th day if Ap d. 1982 of vh ch the Iollowin& is true excerpt: Now therefore the sip natures of such ifficers and the seal it the Company iy be affixed n in ch power if taut et or any inficate relatmc thereto by fa cm de and any such p if attorney certificate hearing such facsimile signatures or facsimile seal shall he sadid and banding up the Comp sy and ny such p to so executed and certified by facsimile signatu 'i id fa mule seal shall he did and Is id 'pun the Company in the future ith respect to any Is nd ndei taking it which it is attached. o%UtiY//j IN TESTIMONY WHEREOF INTERNATIONAL FIDELITY INSURANCE COMPAN\ h:, m.ed(hi su it in be �\ p- (j signed id its corporate d u he affixed h its mthonzed ifticer thi 16th day it October A 2007 R cy- �ROp � INTERNATIONAL FIDELITY INSURANCE COMPANY c �' SEAL m ��_r'i 19� STATE OF NEW JERSEY Ira y C nit if Essex y 14'JEeS�a�° �-�- d�'(41 • dad Se etery -..rea Or this 16th day it October 2007 betire me came the WI 'dual whr executed the prccedm' a strume it, 0 me persc ally kn i to end, being by me duly ,d the he a the iherei de ailed d author id Itticet of the INTERNATIONAL FIDELITY INSURANCE COMPANY that the cal affixed to said nstrument is the Corporate Seal of s;ud C ipany th it the said Corp de Seal and In ignature sere duly dfi eel by irdet of the Board,of Directors of x' said C impany ashy Me -IN TESTIMONY WHEREOF I have hereunto set my hand affixed y Official Seal. v- Qp at the City of Nes ark. Ni Jersey the day nd year first atv ye vrttten •41 U tNpTA,p1- SNTs _ ? , 0 OPHE`N A NOTARY'PUBLIC OF NEW JERSEY . slg",, .�}!t. 4 NI) Cm us Expires Mitch a" 2914^P` i+x"' -').: -' CI:RI'IFICA'I'IUN- i� -, _;Ts L ,Sf ': i "9y ,_� s I, the.undersigned dfi if INIERNATIONAL FIDELITY INSURANCE"COMPANY dt hereby,Lends that I hat e'compared the fore'{! copy of the, l is i Puss er of Attorney and dlidavit.and th spy if.the Seen n of.the By-La it d Company, et forth in\said P cr of Attorney with the ORIGINALS`ON p ai IN THE HOME OFFICE OF SAID COMPANY d that th sa ifrect trans nets there if.°and if the thole if the,said.originals'jand.that the said Power— •>' if Aiwrnes ha not been t iked and is m full for .and effect f N. ' It i ' .ierx .." ~i\/N` E- . \t! 5� [vim:.;T\ D2J..\`r h" IZ.l,rt,.c^z f.11:1:�rii-+.xl")`, 25th March t 2011?r—� i;°' *itO z 9-- -• IN TESTIhtON}'WHEREOF I h 'h tie set my hand tai day=of r ' ), rj. '4 's A x<, air-` ^i %x s, a,.+`-s 1)� T- yfmiYr<- '''Ll Pte. \Y�j_st y ik}x 2- s , s m -}„ %- . �•a'l f,Or• • , Fit S ' , fz Y .:q- r ' ,n ?" ')C' ',� t' >t j. ti ,: a , i r� V Y' v�, i�) 'y j ij:/ ;i j _r f Ass start Secieia'� I7 ,f t r C. r '�.'. } f�I�flF , , sa 1` ! -� g 4r L % i. '� . 11 re 14i ;1' :1��,11 Sl = r � ....� "HZ��la `i- - Y.ar-. JU :( "\ .•(t .if 'tf-�\I�7���1, , (�t .,;v,4 fey fr. I �,. 3- �( \,•I het - . /w�,'rl'%, ..,T ,Nf 1. " % et. .ii JJ,1• T�. it_J^' "t 91_ ':v . ink' ,,a•r 714"' '- C ALRFO iNIA ALL-PU 'POSE ACK GUILE FOMENT State of California County of LOS ANGELES J5 on 3/25/2011 before me, Philip Vega, Notary public Dale Here Insert Name end Tin el Iho Officer personally appeared Frank Morones Nsma(r)el 51gn Ns) who proved to me on the basis of satisfactory evidence to be the person(l1) whose nam*) is/Nre subscribed to the within instrument and acknowled d to me that he/Wielt1�4yy executed the same in hi.4/hbt/4 i'eir authorized PHILIP VEGA capacity(lds), and that by hig/hier/tf'(eir signaturg(s) on the w Commission # 1799866 instrument the person(s), or the entity upon behalf of o L,t. Notary Public California which the persons) acted, executed the instrument. Los Angeles County 1 .. My Cumm.Expires May 31,2012 I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and o5}.4 seal. I��1I Signature Pin Nomry Seal Abe Glen i lot Notary Public OPTIONAL Though the information below is not required by law, It may prove valuable to persons relyin'an the document and could prevent fraudulent removal and reattachment of this form to another 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: ❑ Individual ❑ Individual ❑ Corporate Officer—Title(s): ❑Corporate Officer—Tdle(s): _ o Partner—U Limited ❑General „I Ag y1 �_ ,ll raattttNUMBPHINT❑ Partner Limited ❑ General ❑ Attorney in Fact : ll 0 Attorney in Fact OPSIGNER rl Trustee Top of mum re El Trustee Top of;numb here ❑ Guardian or Conservator ❑Guardian or Conservator O Other ❑Other Signer Is Representing: Signer Is Representing: >7:ta L-4,..L3a7v.3,L-313'drsr-er..< o •..u::.ue.ee;e _ . 'vow .,:ew.: 4.1.14t. -.au sc ccb., w.: ✓cLa.00-875 c- W2007NetIOelNO Aasonello 9350 Do Sob AV PO Box 2402'One bon CA 013r3-2a02•w.vw,Nallo elNOiaryelg Item b59n] Roordor.Cal17oll-Fmol-BO0-9]B-8827 NON-COLLUSION AFFIDAVIT The bidders, by its officers and agents or representatives present at the time of filing this bid, being duly sworn on their oaths say that neither they nor any of them have in any way directly or indirectly entered into any arrangement or agreement with any other bidder or with any public officer of Costa Mesa Sanitary District whereby such affiant or affiants or either of them has paid or is to pay to such bidder or public officer any sum of money or has given or is to give to such other bidder or public officer anything of value whatever, or such affiant or affiants or either of them has not directly or indirectly entered into any arrangement or agreement with any other bidder or bidder which tends to or does lessen or destroy free competition in the letting of the contract sought for on the attached bids; that no bid has been accepted from any Subcontractor or supplier through any bid depository the By- Laws, Rules, or Regulation of which prohibit or prevent the Contractor from considering any bid from any Subcontractor or supplier which is not processed through said bid depository or which prevent any Subcontractor or supplier from bidding to any Contractor who does not use the facilities of or accept bids from or through such bid depository that no inducement of any form or character other than that which appears upon the face of the bid will be suggested, offered, paid or delivered to any person of the contract, nor has this bidder any agreement or understanding of any kind whatsoever, with any person whomsoever to pay deliver to, or share with any other person in any way or manner any of the proceeds of the contracts sought by tr's bid. Subscribed and sworn to before me by' D\AUA 0 z , t—itrr --1 i�LnQ�i .iC This c9RT a day of a QCi-N 2010. m ^., DIANA PEREZ k My Commission expires. 1 02102 I/ \ 1 In��yr NOTARY PUBLIC-CALIFORNIA L 17AUFOR "Fc- J/ NOTARY PUBLIC-CALIFORNIA ORANGE COUNTY My CONY ExP DEC 21,2011 1' Notary Public CMSD Project No. 189 Bid Proposal Form— 9 of 9