Loading...
Silvia ConstructionMAYOR: 1'ouY LOW MAYOR FRO TEM: WILLIAM ALARCON COUNCIL MEMBERS: SANDRA ARMFNTA MARGARET CLARK STEVEN LY City o{Wpsemead 9838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 'rELEPHONE (626) 569 -2100 FAX (626) 307 -9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 Bid Item No. 5 of Base Bid Schedule on CBF — 2 EST. QTY. (Estimated Quantity) 1,1102 Tons shall be replaced by 1,102.00 Tons. 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 1 shall be entered on the page CBF — 5 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY OF ROSEMEAD Date: May 7, 2013. By -- /� Rafael Fajardo Associate Civil Engineer 05/14/2013 13:13 FAX MAYOR: Pour low MAYORPROTEM: �^ W=Mt ALASCON COUNCILMEMBERS: SA AFnrrn'rA KA GA CLA Sn6 LY May 13, 2013 City of Rpsemead 2001/003 8838 E. VALLEY BOULEVARD P.0 BOX 399 ROSEMEAD, CALWORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307 -9218 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 2 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 1. You hereby informed that Alternate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Storm Drain Construction NO UNIT OF EST UNIT ITEM 2 ITEM DESCRIPTION MEASURE QTY PRICE COST 19 Install Storm Drain System as LS 1 indicated on the attached Plans Complete. TOTAL ALTERNATE BID PRICE No.2 (SCHEDULE BID PRICE):$ Dollar amount in written form 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 2 shall be entered on the page CBF — 5 of the Contract Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY qFJROSEMEAD By Rafael Fajardo -� Associate Civil Engineer Page 1 I r 4 1 1 1 I CITY OF ROSEMEAD ' MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD ' PROJECT No. 21015 I 1 I I n [_I CONTRACT'BID FORMS !v [I 1 1 BIDDER:SILVIA CONSTRUCTION, INC. CONTRACT BID FORMS TABLE OF CONTENTS SECTION 1 BID SCHEDULE.............................................. ...........................CBF1 - CBF6 SECTION 2 BID DATA FORMS ...................................... ...........................CBF7 2.A BID BOND .................................... ........................................ CBFB 2.13 LIST OF PROPOSED SUBCONTRACTORS ..................... CBF9 -CBF11 SECTION 3 NON - COLLUSION AFFIDAVIT ................ ....................CBF12 -CBF13 i ' BIDDER: SILVIA CONSTRUCTIO INC. I I 1 SECTION 1 - BID SCHEDULE 1 1 1 1 1 1 1 1 ' CBF -1 _1 I - BIDDER: CONSTRUCTION INC. BID SCHEDULE SCHEDULE OF PRICES FOR MISSION DRIVE STREET RESURFACING PROJECT FROM ROSEMEAD BOULEVARD TO VALLEY BOULEVARD PROJECT No. 21015 [1 1 1 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 l� roll If . provisions TP -2, TP -3 & TP-4. 2 Disposal of Waste Materials. LS 1 J 3 Cold mill 2.0- inches thick existing pavement. SF 183,700 'I 4 Construct 1.5 inches thick pavement overlay ARHM- TONS 1,653 �. (PG 64 -16) as indicated on n the the plans. l 5 Construct 1.0 inches thick Asphaltic Leveling course TONS 1,4102 (PG 64 -10) as indicated on the t (� (pa �• plans. 6 Remove 6- inches of existing pavement and replace with 3.5- SF 500 inches of AC B -PG 64 -10 Base Course over compacted native. 7 Remove, Dispose and Construct SF 7778 4- inches thick PCC Sidewalk per SPPWC Std. Plan 113 -1. V n� i lD I v1 DD 8 Remove, Dispose and Construct SF 2270 PCC Driveway Approaches per SPPWC Std. Plan 110 -2. 1 ) f / �� yj 9 Remove, Dispose and Construct LF 592 8- inches Curb and 24- inches Gutter per SPPWC Std. Plan 120 -2. 5� �D J` �D 7; CBF -2 t 1 1 1 BIDDER: CONSTRUCTION INC. TOTAL BAS BID PRICE (SCHEDULE BID PRICE): �-4 AM 1,edfX - U Ilar unt in wj171 rm CBF -3 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 10 Remove, Dispose and Construct PCC Curb Ramps per SPPWC EA 5 �� lI Std. Plan 111-4. 3 ✓/D �� 11 Adjust Sewer Manhole to Grade per APWA Std. Plan 205 -1 and EA 29 /� 4V 206 -1. 12 Adjust Water Valve /Gas Valve to Grade. EA 32 ' 13 Install Survey Well Monument per City of Rosemead Std. Plan EA 5 S 08-00 1. See Section Surveying of the General 7 � Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 14 Install Traffic Striping, Traffic LS 1 Signal Loops, and Pavement Markers ( Including 8" Raised /� �I� �� vp J 90 pavement markers per the Striping Plans and Specifications Complete. 15 Prepare a Storm Water Pollution Prevention Plan (SWPPP)�� LS 1 16 Remove, Salvage and Install Street Name Signs on Existing EA 6 'I D / Poles; City will provide the Signs. 17 Remove, Salvage and Install Street Name Signs on new EA 2 to Poles; City will provide the Signs. TOTAL BAS BID PRICE (SCHEDULE BID PRICE): �-4 AM 1,edfX - U Ilar unt in wj171 rm CBF -3 I 1 I 1 BIDDER: CONSTRUC INC. ALTERNATE BID ITEM No. 1 WROUGHT IRON FENCE INTERSECTION OF WALNUT GROVE AVENUE AND MISSION DRIVE NO. ITEM DESCRIPTION UNIT OF MEASURE EST. CITY. UNIT PRICE ITEM COST 18 Install Wrought Iron Fence 6 LF 320 feet, 1 1/2" rails and 3/4" pickets, all tubing 100% galvanized inside n and out and powder coated and �� 2" post per Kingmetals or approved equal. TOTAL ALTERNATE BID PRICE No. �i ►' If the Bid Documents specify alternate bid items, the following Alternate Bid amounts shall be added to or deducted from the Total Bid Price entered above. The owner can choose to include one or more of the alternates in the Total Bid Price of the Project. If any of the ' Alternate Bids are utilized by the Owner, the resulting amount shall be considered the Total Bid Price for the Project. ' The undersigned agrees that these Contract Bid Forms constitute a firm offer to the Owner which cannot be withdrawn for the number of Working Days indicated in the Notice Inviting Bids from and after the bid opening date, or until a Contract for the Work is fully executed by the Owner and a third party, whichever is earlier. The undersigned also agrees that if there is a discrepancy between the written amount of the Bid Price and the numerical amount of the Bid Price, the written amount shall govern. Attached hereto is a certified check, a cashier's check or a bid bond in the amount of i 10 PEN BID AM7UNP Dollars ($ 1 said amount being not less than en percent (10 %) of the Total Bid Price. The undersigned agrees that said amount shall be retained by the Owner if, upon award, CBF -4 1 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. SILVIA CONSTRUCTION, INC. MAYOR: POLLY Low MAYORPROTEM: WILLIAM ALARC( COUNCIL MEMBERS: SAr ARMENIA MARGARET CLARK STEVEN LY May 13, 2013 oty 0 f W pse ead 8838 E. VALLEY BOULEVARD P.O BOX 399 ROSEMEAD, CALIFORNIA 91770 TELEPHONE (626) 569 -2100 FAX (626) 307-92 18 CITY OF ROSEMEAD ROSEMEAD, CALIFORNIA ADDENDUM NUMBER 2 To all prospective bidders under Bid Documents for the MISSION DRIVE STREET RESURFACING PROJECT Project No. 21015 1. You hereby informed that Altemate No. 2 shall be added to the Contract Bid Schedule of Items: Alternate No. 2 Storrs Drain Construction NO UNIT OF EST UNIT ITEM 2 ITEM DESCRIPTION MEASURE QTY PRICE COST 19 Install Storm Drain System as indicated on the attached Plans LS 1 Complete. TOTAL ALTERNATE BID PRICE No.2 (SCH \, � i / I _ Dollar form td 2. The rest of Bid Documents as originally issued shall be used in submitting bids, and an acknowledgement of receipt of this Addendum Number 2 shall be entered on the page CBF — 5 of the Contract.Bid Forms. Failure to provide such acknowledgement shall render the bid as non - responsive and subject to rejection. BY ORDER OF THE CITY F_R By /Rafael Fajardo Associate Civil Engineer Page 1 BIDDER: CONSTRUCTION INC. 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. 11 11 1 D 1 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 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. 1, 2, 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 1 1 1 BIDDER: CONSTRUCTION INC. By MERA SILVIA Type or Print Name VICE PRESIDENT Title 9007 CENTER AVENUE Business Street Address RANCHO CUCAMONGA. CA 91730 -5311 City, State and Zip Code (909) 481 -8118 Telephone Number Bidders /Contractor's State of Incorporation: CALIFORNIA Partners or Joint Venturers: Bidder's License Number(s): n/a 568194 A NOTES: 1) By its signature on this Bid, the Bidder certifies under penalty of perjury the accuracy of the representations made on the Contract Bid Forms. 2) If Bidder is a corporation, enter State of Incorporation in addition to Business Address 3) If Bidder is a partnership or joint venture, give full names of all partners or joint venturers. As further discussed in the Instructions to Bidders, Bidder will be required to provide evidence that the person signing on behalf of the corporation, partnership or joint venture has the authority to do so. 1: CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA COUNTY OF SAN BERNARDINO On MAY 22, 2013 , before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared MERA SILVIA , who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her 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. PATRICIA BuRKE Q My Commission # 1976661 a Notary Public - California z iSan Bernardino County Comm. Expires May 26.2016 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 Signers Other Than Named Above: CAPACITY CLAIMED BY SIGNER Signet's Name:- WRA SILVIA ❑ INDIVIDUAL ❑ PARTNER CORPORATE OFFICER Vice President TITLE ❑ ATTORNEY IN FACT ❑ TRUSTEE ❑ GUARDIAN OR CONSERVATOR ❑ Other RIGRTWU.8PRMT0F SIGNER Signer is Representing: SILVIA CONSTRUCTION, INC. NAME OF PERSON(S) OR SILVIA CONSTRUCTION, INC; CORPORATE RESOLUTION SPECIAL MEETING OF THE BOARD OF DIRECTORS JUNE 1 2011 A special meeting of the Board of Directors was called on June 1, 2011. Present were Joseph W.'Silvia, Chairman of the Board, Benjamin Day, Member of the Board and invited to sit in on the meeting were corporate officers, Mera Silvia, Vice President Carolyn Parker, Corporate Secretary and Kurtis Akabori, Vice President. RESOLUTION NO.1 The Corporation (Silvia Constriction; Inc.) has purchased from Benjamin Day his remaining 680 shares of common stock. Accordingly, as of June 1, 2011, the date of the transaction, Joseph Wayne Silvia is the owner of 2622:25 shares of common stock representing a ninety- six and one- halfpercent (9,6.5 %),.stock ownership interest in the Corporation. Kurtis Akabori, z. is the owner o' rW.75 :shares-of common stock representing a three and one -half percent (3.5 9/6), stock ownership interest in the Corporation. This Stock Repurchase Agreement has been entered effective as of June 1, 2011 by and between Benjamin Day and Silvia Construction, Inc. RESOLUTION NO.2 The board of Directors hereby names, resolves and authorizes the following named officers to sign State, City of CotFnty confraots and other related documenti on: behalf of the Corporation: Joseph W. Silvia, President, Chief Executive Officer and Shareholder Kurtis Akab ice President and Shareholder Mena Sijvta, Vi Pent e Secret � -1 Caro Park . _ Cn orat . alvaa,., . _ of the Board T Y �. •. .. - Benjiamin ay, Mcmb r of the Board 9007 CENTER AVENUE • RANCHO CUCAMONGA. CA 91730 • (909) 481 -6118 • FAX (9091481.8122 • UCENSE 1588194 A State Of California CX= CONTRACTORS STATE LICENSE BOARD cm ACTIVE LICENSE A N,, 0 ,K.,,.'.,,•„ 568194 , CORP pro.. SILVIA CONSTRUCTION INC H„ C12 A tea. 05/31/2015 ywvw.csib.ca.gov I I [l 1 1 1 1 1 1 1 1 1 1 BIDDER: SILVIA CONSTRUCTIO INC. SECTION 2 BID DATA FORMS CBF -7 BIDDER SILVIA CON TR .TION. INC. BONDII 08560291 PREMIUM• N L Bidder shall submit its Bid data in accordance with the format shown on each of the ollowing 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. 2A BID BOND KNOW ALL MEN BY THESE PRESENTS: THAT BID CITY OF ROSEM TEN PERCENT OF as as Surety, are held firmly bound unto the called the OWNER) in the sum of ($ 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 Mission Drive Street Resurfacing Project as setforth in the Notice Inviting Bids and accompanying Bid Documents, dated MAY 72 2n! 3, 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 R 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 14TH day of MAY I 1 20 IT FIDELY AND DEPOSIT SILVI CONSTRUCTION I C. (SEAL) COMPANY OF M (SEAL) P ' " al Surety B By: Signature MERA /SILVIA Signature RICHARD A. COON VIC PRESIDENT ATTORNEY -IN - FACT R 12o -] CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALI COUNTY OF SAN BERNARDINO On MAY 22, 2013 , before me, PATRICIA BURKE, NOTARY PUBLIC personally appeared MERA SILVIA , who proved to me on the basis of satisfactory evidence to be the person whose name is ( subscribed to the within instrument and acknowledged to me that she executed the same in her authorized capacity, and that by her signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I 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. ParRICIA BURKE Commission # 1976661 i 011 Notary Public • California i San Bernardino County 2 My Comm. Expires May 26, 2016 Vffature of Notary Public Place Notary Seal Above ONAL-------------------------- - - - - -- 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 Signers Other Than Named Above: CAPACITY DATE OF DOCUMENT BY SIGNER Signers Name: I MERA SHWIA El INDIVIDUAL ❑ PARTNER CORPORATE OFFICER Vice President TITLE ❑ ATTORNEY IN FACT ❑ TRUSTEE ❑ GUAI ❑ Other Signer is CONSERVATOR RIGIRTMIMBYRINTOF SIGNER T,ds be NAME OF PERSON(S) OR CALIFORNIA ALL - PURPOSE ACKNOWLEDGMENT STATE OF CALIFORNIA County of Orange } On 5 -14 -13 before me, Lexie Sherwood Notary Public Dale Here I iserl Name and Title of the Officer personally appeared Richard A. Coon ' Name(s) of Signer(s) Place Though the informal and could Description of Attach Title or Type of Docum Document Date: Signer(s) Other Than N vr0Vr e1* wv 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 se I. Signature •�f /,(�l/ official se Seal Above Signalu lary Pudic OPTIONAL I below is not required by law, it may prove valuable to persons relying on the document event fraudulent removal and reattachment of this form to another document. I Document t Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Cot u Signer Is Representing: Signer's Name ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 Nari l Notary Assodation • 935o Be Soto Ave.. PO, Box 2402 • Chatsworth, CA 91313 2402 • w .NalwnalNoraryorg from 45907 eeor0er Call To8 -Free 1-800-876fi827 who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is /are subscribed to the LEXIE SHERWOOD within instrument and acknowledged to me that he /she /they executed the same in his/her /their authorized capacity(ies), COMM. 01856389 and that by his /her /their signature(s) on the instrument the Qae NOTARY MBUC 0CAUFORIM person(s), or the entity upon behalf of which the person(s) 1 ORANGE COUNTY _ acted, executed the instrument. Place Though the informal and could Description of Attach Title or Type of Docum Document Date: Signer(s) Other Than N vr0Vr e1* wv 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 se I. Signature •�f /,(�l/ official se Seal Above Signalu lary Pudic OPTIONAL I below is not required by law, it may prove valuable to persons relying on the document event fraudulent removal and reattachment of this form to another document. I Document t Number of Pages: Capacity(ies) Claimed by Signer(s) Signer's Name: ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner— ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Cot u Signer Is Representing: Signer's Name ❑ Individual ❑ Corporate Officer— Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: 02007 Nari l Notary Assodation • 935o Be Soto Ave.. PO, Box 2402 • Chatsworth, CA 91313 2402 • w .NalwnalNoraryorg from 45907 eeor0er Call To8 -Free 1-800-876fi827 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND PO W E R OF ATTO RNEY KNOW ALL MEN BY THESE PRESENTS: That the ZURICH AMERICAN INSURANCE COMPANY, a corporation of the State of New York, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, a corporation of the Stale of Maryland, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Maryland (herein collectively called the "Companies "). by THOMAS O. MCCLELLAN,I Vice President, in pursuance of authority granted by Article V. Section 8, of the By -Laws of said Companies. which are set forth on the reverse side hereof and are hereby certified to be in full force and effect on the claw hereof. do hereby nominate, constitute, and appoint Richard A. COON, Charles L. FLAKE, David L. CULBERTSON and Lexie SHERWOOD, all of Anaheim, California, EACH its true and lawful agent and Attorney -in -Pact, to make, execute, seal and deliver. for, and on its behalf as surety, and as its act and deed: anv and all bonds and undertakings, and the execution of such bonds or undertakings in pursuance of these presents, shall be as binding upon said Companies, as fully and amply, to all intents and purposes, as if they had been duly executed and acknowledged by the regularly elected officers of the ZURICH AMERICAN INSURANCE COMPANY at its office in New York, New York., the regularly cicctcd officers of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at its office in Owings Mills, Maryland., and the regularly elected officers of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at its office in Owings Mills. Maryland., in their own proper persons. The said Vice President Jo es hereby certify that the extract set forth on the reverse side hereof is a true copy of Article V. Section 8, of the By -Laws of said Companies. and is now in force. _ IN WITNESS WHEREOF, the said Vice- President his hereunto subscribed his/her names and affixed the Corporate Seals of the said ZURICH AMERICAN INSURANCE COMPANY, COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and FIDELITY AND DEPOSIT COMPANY OF MARYLAND, this 25th day of May. A.D. 2012. 1 ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND v.m5 �, Assistant Secreian Eric D. Dames Vice President Thomas O. McClellan State of Maryland City of Baltimore On this 251h day of May. A.D. 2012, before the subscriber. a Notary Public of the Slate of Maryland, duly commissioned and qualified. THOMAS O. MCCLELLAN, Vice President, and ERIC D. BARNES, Assistant Secretary, of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding inswmenL and acknowledged the execution of same, and being by me July sworn, depasulh and with, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seals of said Companies, and that the said Corpomle Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authorily and direction of the said Corporations. IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. ,...L ?p nap Constance A. Dunn, Notary Public My Commission Expires: July 14. 2015 POA -F 012 -4150J I 1 2.6 1 I 1 1 1 1 1 1 BIDDER: SILVIA CONSTRUCTION, INC. 11 1 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, otherthan the name and location of e ch 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 o (greater that of streets c Contractor's emergency subcontracting of any portion of the Work in excess of one half of one percent 0.5 %) of the Total Bid Price or, in the case of bids or offers for the construction highways, including bridges, in excess of one -half of 1 percent of the total bid or ten thousand dollars ($10,000), whichever is greater, for which no r was designated in the original bid shall only be permitted in cases of public r necessity, and then only after Owner approval. ' I CBF -9 t 1 1 1 1 BIDDER: SI LVIA CONSTRUCTION, INC. 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) ["Dupltc to Next 2 Pages if needed for listing addigonal subwniiwtom- J Name and Location I Description of Work of Subcontractor I to be Subcontracted Name: Address: I J Name and Location of Subcontractor � • - � w7L� /I��� Description of Work to be Subcontracted � of Work Name and Location 1 Description of Work of Subcont /_� (— to be Subcontracted if Name: / V U Q Address: � U � Description of Work / io De Name: Address: / 1 CBF -10 1 t 2.0 REFERENCES I The following are the na has performed similar w 1. CITY OF LAt< BIDDER: SILVIA CONSTRUCTIO INC. ,addresses and telephone numbers for three public agencies for which BIDDER within the past two (2) years: 5050 CLARK AVENUE, LAKEWOOD, CA 90712 Name and Address of Owner MAXWITHROWI / (562) 866 -97 ext. 2502 Name and telephone number of person familiar with project $2,168,294118 / RESIDENTIA S T. REHAB. /CDBG - 1 11 / AUGUST, 2011 Contract amount I Type of Work Date Completed 2 CITY OF ONTARIO, 303 E. "B" STREET, ONT CA 91764 Name and Address of Owner WILLIAM "BILL" BRAUN / (909)395 -2025 •-....... -1-- ---- v- hlclJVll -011111101 WIM FAUTCUI $1,439,662173 / '11 PAVE. REHAB. -PH. "A" / OCTOBER 201 Contract amount I Type of Work Date Completed 3_ CITY OF BURBANK, 301 E. OLIVE STREET, BURBANK. CA 91502 11amc anu r uwess uI uwner SCOTT MCGOOKIN / (818)238 -5457 Name and telephone number of person familiar with project $1,492,818103 / ST. IMPROVE. BID #1354 / JULY 2012 Contract amount I Type of Work Date ComDleted q CITY OF RO Name and Addre R AFAEL FAJ Name and teleoh . 8838 E. VALLEY BOUT,F.VARn. RnCRMFAT) CA o177n DO / (626) 569 -2100 person ramniar with project RY, 2013 I LJ 1 1 1 1 1 1 1 1 1 1 BIDDER: SILVIA CONSTRUCTION, INC. SECTION 3 NON - COLLUSION AFFIDAVIT CBF -12 I 1 BIDDER: SILVIA CONSTRUCTIO INC. NON - COLLUSION AFFIDAVIT In accordance with Public Contract Code Section 7106, the undersigned, being first duly sworn, deposes and says that he or she holds the position listed below with the bidder, the party making the foregoing bid, that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder, or to secure any advantage against the public body awarding the contract of anyone interested in the proposed contract; that all statements contained in the! bid are true; and, further, that the bidder has not, directly or indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham bid. ^ MERA SILVIA / Typed or Printed Name I VICE PRESIDENT Title SILVIA CONSTRUCTION, INC. Bidder Subscribed and sworn before me This 2 2 ndday of I MAY 20 13 "LOOSE JURAT ATTACHED" Notary Public in and for the State of California ' My Commission MAY 26, 2016 CBF -13 (Seal) /J CALIFORNIA JURAT WITH AFFIANT STATEMENT w. n �^ v. �^.. �v�: �^'.-.^-. i�. �••". v." iwvwv" w�v., �-. w": i..` i.^. N. i�.-: MiH i- i:^; vw.. �.' �. w.M..^ .ivw..... � ee 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) - --------- - - - - -- --------------- - - - - -- - -- z. --------------------- - - - - -- - -- 3. --- ---=--------- -------- - -- - -- --- 4. -- --- - - - - -- - -- -------------------------------- 5. — ------------ -- -� - -- ---- ---------- -- ---- - - - - -- --------------------- 6. Signature of Document Signer No. I signature of Document Signer STATE OF CALIFORNIA I COUNTY OF SAN BERNARDINO Subscribed and sworn to (or affirmed) before me on this 22 day of MAY 2013, by MERA SILVIA , ' proved to me on the basis of satisfactory evidence PATRICIA BURKE /` - Commission # 1976667 to be the person who appeared before me. i :'rt Notary Public - California i z t"' San Bernardino County My Comm. Expires May 26, 2016 Signature of Notary Public bove -- Place Notary Seal A ---- - -- ------------- -- - - - -- OPTIONAL-------------------------------------- - - -- - -- Though the information valuable to persons rel fraudulent removal and t Further .Descrip Title Or Type OfDocun Document Date: v is not required by law, it may prove on the document and could prevent ;hment of this form to another document. of Any Attached Document Number of Pages: Signer(s) Other Than Named Above: I I