Loading...
Silvia Construction Inc.- • - - Tilli I - • BIDDER: SILVIA CONSTRUCTION, INC. CBF -1 BIDDER: SILVIA CONSTRUCTION, INC. BID SCHEDULE SCHEDULE OF PRICES FOR WALNUT GROVE AVENUE RESURFACING PROJECT PROJECT No. P84329 BASE BID SCHEDULE CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing &Grubbing per plans and specifications. See technical LS 1 provisions TP -2, TP -3 & TP-4. �I 2 Disposal of Waste Materials, LS 1 ®� 3 Cold mill 2.5- inches thick existing SF 462,580 pavement. ! /� 4 Construct 1.5 inches thick pavement overlay ARHM- TONS 4,350 eo �J Jj (PG 64 -16) as indicated on n the the '� 1 ✓ v plans. 5 Construct 1.0 inches thick Asphaltic Leveling course D1 TONS 2,900 (PG 64 -10) as indicated on the O plans. 6 Remove 6- inches of existing pavement and replace it with 3.6- SF 160 / to inches of AC 8-PG 64 -10 Base Course over compacted native. 7 Remove, Dispose and Construct 4- inches thick PCC Sidewalk per SF 6,025 SPPWC Std. Plan 113 -1. � 8 Remove, Dispose and Construct PCC Driveway Approaches per SF 434 D SPPWC Std. Plan 110 -2. 9 Re Dispose and Construct LF 93 8-inches Curb and 24- inches Gutter per SPPWC Std, Plan 120 -2. 10 Remove, Dispose and Construct LF 20 V ✓h 8- inches PCC Curb Only per /J SPPWC Std. Plan 120 -2. CBF -2 BIDDER: SILVIA CONSTRUCT INC. TOTA " B ASE ID P R �f LtiU CBF -3 q UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 10 PCC Curb Ramps per SPPWC ��, X � Std. Plan 111 -4. 12 Remove, Dispose and Construct PCC 6- Inches PCC Curb and 6- LF 100 Inches PCC Gutter per SPPWC Std. Plan 120 -2. 13 Remove, Dispose and Construct SF 200 G bra PCC Alley Intersection per SPPWC Std. Plan 130 -2. 14 Adjust Sewer Manhole to Grade per APWA Std. Plan 205-1 and EA 30 PJ� �//� // / 206 -1. ✓ 15 Adjust Water Valve /Gas Valve to EA 82 0,0 Grade. � , / 16 Install Survey Well Monument EA 9 per City of Rosemead Std. Plan p �J S08 -001. See Section 2 -9 Surveying of the General U Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 17 Install Traffic Striping, Traffic Signal Loops including cable, Pullboxes, rigid cable, and LS 1 O /l/ ✓" Pavement Markers per sheets 6, 7, 8, & 9 of the Striping Plans and Specifications Complete. 18 Prepare a Storm Water Pollution Prevention Plan LS 1 (SWPPP) 19 Paint Home Addresses (Curb Numbering) EA 200 U TOTA " B ASE ID P R �f LtiU CBF -3 q BIDDER: SILVIA CONSTRUCT INC. ALTERNATE BID ITEM 7 e TOTAL fl Dollar amount in ALTERNATE BID ITEM 2 NO. ITEM DESCRIPTION UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 20 Construct Landscape and 49 Irrigation the median along f COI %!Y p�• Rush Avenue as indicated on the ��� �/ Plans and Specifications Complete � on sheets 11, 12 and 13. LS 1 e TOTAL fl Dollar amount in ALTERNATE BID ITEM 2 NO. ITEM DESCRIPTION UNIT OF MEASUR E EST. QTY. UNIT PRICE ITEM COST 21 Remove, Dispose and Construct Colored PCC Cross Walk Colorh a rd with ener o n t per Plans Colorhrdn top per Pl f COI %!Y g I / and Specifications on Exhibit "A" l ( Complete per LM Scofield Company or Approved Equal. Contact person Bruce Umeck 818- 324 -3534. SF 14,652 TOTAL ALTERNATE BID # 2 PRICE (SCHEDULE BID PRICE): $ /A � � olla mount in written form TOTAL AMOUNT INCLUDING BASE PR CE AND ALTERNATES : $ >�I �� I ✓ � l�/1 1h V Dollar amount in written form CBF -4 BIDDER: SILVIA CONSTRUCT INC. Note: The City of Rosemead reserves the right to reduce or increase the quantities of any items in the schedule of bid items above, within the limits define in Section 3 -2.2.1 of the Standard Specifications, to stay within the budgeted amount of this project. If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract forthe Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of TIN 1 ERGEIVP OF BID ANCAINP Dollars ($ lt_ ) 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 of five hundred dollars ($500.00) if project is not completed in forty -five (45) 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. CBF -5 BIDDER: SILVIA CONSTRUCTION, INC. 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 -6 By: _ e Signature KURTIS AKABORI Type or Print Name VICE PRESIDENT Title BIDDER:SILVIA CONSTRUCTION, INC. 9007 CENTER AVENUE Business Street Address RA CUCA MO N GA,. CA 91730 -5311 City, State and Zip Code (909) 481 -8118 Telephone Number Bidder's /Contractor's State of Incorporation: Partners or Joint Venturers: Bidder's License Number(s): NOTES: 1) 2) 3) CALIFORNIA n/a 568194 A, C -12 By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. If Bidder is a corporation, enter State of Incorporation in addition to Business Address 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, nartnershin or joint venture has the authority to do so. CBF -7 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On MAY 18, 2011 , before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared KURTIS AKABORI , who proved tome on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. Place Notary Seal Above --------------------------------- OPTIONAL-------------------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: TE OF DOCUMENT: Signer(s) Other Than Named Above: CAPACITY CLAIMED BY SIGNER Singer's Norte: Kurtis Akabori r] INDIVIDUAL Q PARTNER ® CORPORATE OFFICER VICE PRESIDENT TITLE ATTORNEY IN FACT n TRUSTEE F] GUARDIAN OR CONSERVATOR n Other Signer is NAME OF OR W4Hi THtR.®PNMOF SIGNER I M kx ;III SILVIA CONSYIRUC1'TOl�l, INC I CORPORATION RESOLUTION SPECIAL M ARCH 1 2008 A special meeting of the Board of Directors was called on March 1, 2008. Present were Joseph W. Silvia and Kurtis Akabori. The total voting shares of stock represented were 80% of all outstanding shares. A motion for notice was passed. The following resolution was passed. Resolution No. 1 Silvia Construction, Inc. hereby resolves and authorizes the termination of Claire R. Manchester- Wame1, as Corporate Secretary. Resolution No. 2 The board of directors has elected Mera Silvia as Corporate Secretary and Co -Vice President as of March 1, 2008. Resolution No. 3 The board of directors hereby names, resolves and authorizes the following named officers to sign State, City or County contracts and other related documents on behalf of the corporation: Joseph W. Silvia, President, Chief Executive Officer and shareholder Benjamin. B. Day, Chief Financial officer and shareholder Kurt Aka , Vibe President and shareholder. Mera 'via, Co} orateXcretary and C e rest e , l Chief Executive Officer and shareholder Kurtis Akabbori, Vice President 9On7 CENTER AVENUE • RANCHO CUCAMONGA, CA 91730 • (909) 481 -8116 • FAX (909) 4B1-8122 • UCENSE #568194 A BIDDER:SILVIA CONSTRUCTION, INC. SECTI F BID DATA C� BIDDER: _SILVIA CONSTRUCTION. INC. BOND# 08560291 PREMIUM: NIL 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 necessaryto 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 131D BOND KNOW ALL MEN BY THESE PRESENTS: THAT SILVIA CONSTRUCTION, INC, as Principal, and FIDELIT S A DEPOSTT rnMV emv nF MARYLAND — as Surety, are held firmly bound unt the CITY OF ROSEMEAD (hereinafter called the OWNER) in the sum of TEN PERCENT OF AMOUNT BID being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sm will and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and soveraily, u firmly by these presents. WHEREAS, said Principal has submitted a bid to the OWNER to perform all Work required for the Walnut Grove Avenue Resurfacing Project as set forth in the Notice Inviting Bids and accompanying Bid Documents, dated MAY 18- 9011 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 attomeye fees to be fixed by the court. SIGNED AND SEALED, this 12TH day of MAY 20 11 FIDELITY AND DEPOSIT SI IA ON TR C N I (SEAL) C NEE OF MARYi.AND — (SEAL) Principal By: By: Signature KURTIS AKABORI Signature RICHARD A. COON VICE PRESIDENT ATTORNEY -IN -FACT GBF -9 CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On MAY 18, 2011 , before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared KURTIS AKABORI , who proved tome on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. of Notary Place Notary Seal Above --------------------------------- OPTIONAL -------------------------------- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. DESCRIPTION OF ATTACHED DOCUMENT TITLE OR TYPE OF DOCUMENT NUMBER OF PAGES: DATE OF DOCUMENT: Signer(s) Other Than Named Above: CAPACITY CLAIMED BY SIGNER Singer's Name: Kurtis Akabori INDIVIDUAL PARTNER ® CORPORATE OFFICER VICE PRESIDENT TITLE ATTORNEY IN FACT TRUSTEE GUARDIAN OR CONSERVATOR Other Signer is PATRICIA BURKE Commission # 1798307 $ Notary Public -California ` San Bernardino County " Canm. rests 26,2012 RIGlfr H PPR OF SIGNER OF PERSON(S) OR CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange } On 5 -12 -11 before me, Lexie Sherwood, Notary Public Date Here Insert Name and Title of the Officer ' personally appeared Richard A. Coon Name(s) of Signers) LEXIE SHERWOOD .... f,'_:. COMM. #1856389 3 6 0 NOTARY PUBLIC 0 CALIFORNIA 0 S ' ORANGE COUNT COMM Exp. JULY 27, 2013 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. 1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. Witness my hand and official seal / � — Signature a/� Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required bylaw, it may prove valuable to persons relying on 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 Signer(s) Other Than Named Above: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ CorporateOfficer — ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: Top of thumb here Number of Pages: Signer's Name ❑ Individual ❑ Corporate Officer —Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 National Notary A eod.ff.n • 9350 Be Soto Ave., P.O. Box 2402 • Chatsworth, CA 91313 -2402 • www.NatcnalNOrary.org Item #5907 Reortlec Call TnIFFree 1- 800-8766827 Power of Attorney FIDELITY AND DEPOSIT COMPANY OF MARYLAND KNOW ALL MEN BY THESE PRESENTS: That the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, a corporation of the State of Maryland, by WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary, in pursuance of authority granted by Article VI, Section 2, of the By -Laws of said Company, are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the date h e dds by nominate, constitute and appoint Richard A. COON, Charles L. FLAKE, David L. CULB n e S OOD, all of Anaheim, California, EACH its true and lawful agent and a e ,° d deliver, for, and on its behalf as surety, and as its act and deed: any an p n xecution of such bonds or undertakings in pursuance of these presen l inQ , as fully and amply, to all intents and purposes, as if they had been d ec t ac h gularly elected officers of the Company at its office in Baltimore, Md., per 9 attorney revokes that issued on behalf of Richard A. COON, Charles L. FLAKE, C a ew P. FLAKE, Lexie SHERWOOD, dated November 7, 2005. The said Assistant ° es�e eby certify that the extract set forth on the reverse side hereof is a true copy of Article VI, Section 2, of the By -L s said Company, and is now in force. IN WITNESS WHEREOF, the said Vice - President and Assistant Secretary have hereunto subscribed their names and affixed the Corporate Seal of the said FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 15th day of November, A.D. 2006. YI11' 1591II� W �D DfPp P � fP n ~ eo 8 aeaw a tB10 1= ,r Q ` �nnln State of Maryland ss: City of Baltimore FIDELITY AND DEPOSIT COMPANY OF MARYLAND Eric D. Barnes Assistant Secretary � j�F��ri!r By: William J. Mills Vice President On this 15th day of November, A.D. 2006, before the subscriber, a Notary Public of the State of Maryland, duly commissioned and qualified, came WILLIAM J. MILLS, Vice President, and ERIC D. BARNES, Assistant Secretary of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and they each acknowledged the execution of the same, and being by me duly sworn, severally and each for himself deposeth and saith, that they are the said officers of the Company aforesaid, and that the seal affixed to the preceding instrument is the Corporate Seal of said Company, and that the said Corporate Seal and thew signatures as such officers were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporation. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. , uunr„ 111 � �� ` l/J'YV�..Qh�✓'.— " "' . D -T � ��� Constance A. Dunn Notary Public My Commission Expires: July 14, 2011 POA -F 012 -4150H BIDDER:SILVIA CONSTRUCTION, INC. 2.6 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 forthe construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -10 BIDDER:SILVIA CONSTRUCTION, INC. 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ['*Duplicate Next 2 Pages if needed for IlsUng additional subcontractors."] Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: Name and Location Description of Work of Subcontrac o r to be Subcontracted / Name: ✓ U 1 Address: J� Name and Location Description of Work of Subcontractor to be Subcontracted Address: Name and Location Description of Work of Subcontra or to be Subcontracted Name: I M � C Address: Name and Location Description of Work of Subcontractor to be Subcontracted Name: Address: CBF -11 BIDDER: CONST RUCTION, INC. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three public agencies for which BIDDER has performed similar work within the past two (2) years: 1. CITY OF LAKEWOOD, 5050 N. CLARK AVE., LAKEWOOD, CA 90712 Name and Address of Owner MAX WITHROW, (562) 866 -9771x 2502 Name and telephone number of person $1,679,595.00 '08 CDBG ST. REHAB. /PROP. 1B MARCH, 20 Contract amount Type of Work Date Completed 2 CIT OF THOUSAND OAKS, 2100 THOUSA OAKS BLVD., THOUSA OAKS, CA 9 1362 Name and Address of Owner DAN A. L A Z O, (805) 449 - Name and telephone number of person familiar with project $4,396,490.50 '07/'08 S T. REHAB. JUNE, 2009 Contract amount Type of Work Date Completed 3 CITY OF CALABASAS, 100 CIVIC WAY, CALABASAS, CA 91302 Name and Address of Owner VICKIE MARGADONNA, (818) 224 -1679 Name and telephone number of person familiar with project $ 741,249.59 '09 ANNUAL RUBBERIZED OVERLAY JANUARY, 2 010 Contract amount Type of Work Date Completed 4 CITY OF CAMARILLO, 601 CARMEN DRIVE, CAMARILLO, CA 93010 Name and Address of Owner THANG IRAN, (805) 388 -5340 Name and telephone number of person familiar with project $1,153,951,05 PAVEMENT REHAB. /VARS, LOCAL FEBRUARY, 2010 Contract amount ESP —5393 0 TypeofWork Date Completed CBF -12 BIDDER: SILVIA CONSTRUCTION, INC. SE NON-COLLU AFFr: CBF -13 BIDDER:SILVIA CONSTRUCTION, INC. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly swom, 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. i Signature KURTIS AKABORI Typed or Printed Name VICE PRESIDENT Title SILVIA CONST INC. Bidder Subscribed and sworn before me This 18thdayof MAY ,20 11 (Seal) "LOOSE JURAT ATTACHED" Notary Public in and for the State of California My Commission Expires: MAY 26, 20 12 CBF -14 9 see JURAT WITH AFFIANT STATEMENT I,d See Attached Document (Notary to cross out lines 1 -6) ❑ See Statement Below (Lines 1 -5 to be completed only by document signer[s], not Notary) m — ----------- - - - - -- -- M — — -- �,' - - -- °-- 2.---- - - - - -- - - ------- - - - - -- ---------------- - - - - -- — 3.------------ �-� — — .� - - — -- — -- ------ - - - - -- 4. - - - -- - -- -- - - ---------------------------- ^'=-------- - - - --— -- -- -- -- -- F STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO Subscribed and sworn to (or affirmed) before me on this 18 day of MAY , 2011, by KURTIS AKABORI PATRICIA BURKE Commission # 17988®7 Notary Public • California I San Bernardino County Corr aa,2Dlz proved to me on the basis of satisfactory evidence to be thq person who appeared before me. Public Place Notary Seal Above ' ------------------------------ -- ----------- - -- - -- OPTIONAL ------------------------ -------- -------------- - -- --- Though the information below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent removal and reattachment of this form to another document. Further Description of Any Attached Document Title Or Type Of Document: Document Date: Number of Pages: siG slG Signer(s) Other Than Named Above: I I ' BIDDER: SILVIA CONSTRUCTION, INC. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE ....................................................................... ............................... 1 SECTION2 BID DATA FORMS ................................................................... ............................... 5 2.A BID BOND ................................................................................. ............................... 6 2.6 LIST OF PROPOSED SUBCONTRACTORS.. .................................... ................... 7 SECTION 3 NON - COLLUSION AFFIDAVIT .............................................. ............................... 10 CBF -15