Loading...
All American AsphaltCITY OF ROSEMEAD ANNUAL RESIDENTIAL RESURFACING PROJECT MUSCATEL AVENUE FROM GRAND AVENUE TO MARSHALL AVENUE PROJECT No. 21846 CONTRACT BID FORMS SECTION 1- BID SCHEDULE CBF -0 BIDDER: 6/1 67 6"koW CONTRACT BID FORMS TABLE OF CONTENTS SECTION SCHEDULE ............................. ........................... `............................................ I SECTION BID DATA FORMS ..................................................................................... . .......... 5 2 .A BID BOND ..""...~...~-.~..~.~~"°~.^.....-.°°-~.~.~~°"°~^^~°. ~.^6 2.B LIST OF PROPOSED SUBCONTRACTORS .......-,...................7 � BID SCHEDULE SCHEDULE OF PRICES FOR ANNUAL RESIDENTIAL RESURFACING PROJECT MUSCATEL AVENUE FROM GRAND AVENUE TO MARSHALL AVENUE PROJECT No. 21846 13ASE BID SCHEDULE CBF -1 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 1 Clearing & Grubbing per plans LS 1 and specifications. See technical '�3 9 9 5•6v 33 9 g5.6y provisions TP -2, TP-3 & TP-4. 2 Disposal of Waste Materials. LS 1 5 00 - Soo - 3 Cold mill 2.0-inches thick existing SF 208,172 2 7 662. �6 pavement. .13 4 Construct 1.5 Inches thick TONS 1,950 pavement overlayARHM -GG-C -79- 5t.1 pSo - (PG 64 -16) as indicated on the plans. 5 Construct 0.5 inches thick TONS 655 Asphaltic Leveling course D1 , _ $ 3 �o, (PG 64 -10) as indicated on the plans. 6 Remove, Dispose and Construct SF 6,755 44nches thick PCC Sidewalk per N . 86 32 N 2 Y " SPPWC Std. Plan 113-1. 7 Remove, Dlspose and Construct SF 2,350 PCC Driveway Approaches per SPPWC '/•IU �66�5 Sid_ Plan I10 -2. 8 Remove, Dispose and Construct LF 1,214 8- Inches Curb and 24- inches N SO 49 16 �- Gutter per SPPWC Std. Plan 120-2. 9 Remove, Dispose and Construct LF 200 84nches PCC Curb Only per 3S- 7 OoD� SPPWC Std. Plan 120 -2. 10 Remove, Dispose and Construct SF 416 PCC Cross Gutter per SPPWC Std. Plan 123-2. CBF -1 BIDDER: (1 cqh p TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ S 1 7 A Uoo o0 I v' h V(A & re l ! Venires ThOir p� Dollar amount in written form 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 a nountshall 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 forthe 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 bid bon in the amount of Dollars ($ said amount being not less than ten percent (10 %) of the Total CBF -2 UNIT OF EST. UNIT ITEM NO. ITEM DESCRIPTION MEASURE QTY. PRICE COST 11 Remove, Dispose and Construct EA 20 PCC Curb Ramps per SPPWC 2-950— S7000- Std. Plan 1114. 12 Double Adjust Sewer Manhole to EA 30 Grade per APWA Std, Plan 205- 6 2,5 - 1 8 75 0 - 1 and 206 -1. 13 Adjust Water Valve/Gas Valve to EA 29 Zoo - 1 5$00- Grade, 14 Install Survey Well Monument EA 16 Per City of Rosemead Std. Plan 806 -001. See Section 2 -9 Surveying of the General S 7 5- 7 200 - Provision -7 per details (Cover, Sleeve & Dome will be provided by the City at no cost). 15 Install Traffic Striping, Traffic LS 1 Signal Loops and Pavement HS poo - y S ooc- Markers per the Striping Plans and Specifications Complete. TOTAL BASE BID PRICE (SCHEDULE BID PRICE):$ S 1 7 A Uoo o0 I v' h V(A & re l ! Venires ThOir p� Dollar amount in written form 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 a nountshall 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 forthe 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 bid bon in the amount of Dollars ($ said amount being not less than ten percent (10 %) of the Total CBF -2 BIDDER: G t c'sQYci-� 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 Ownerfor 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. 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 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. By: Signature f to h-e r /5 17G{W Type or Print Name 14 g�J'ite']f Titles PC Cox aaag Business Street Address C () r-n na C;+ 1 1;19 - 7 City, State and Zip Code (c)s6 - 73b- Telephone Number Bidder's /Contractor's State of Incorporation: CCt kC�o( CL_ Partners or Joint Venturers: riv, Bidders License Number(s): NOTES: 1) 2) 3) 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, partnership or joint venture has the authority to do so. CBF -4 ALL AMERICAN ASPHALT ALL AMERI A GGREG ATE S P.O. BOX 2229, CORONA, CA 92878 -2229 STATE CONTRACTORS LICENSE #267073 -A CORPORATE RESOLUTION Resolved, that this Corporation, All American Asphalt, on July 16, 2013 authorizes Robert Bradley to execute contracts and agreements on behalf of the Company in the capacity of Vice President. C _ Michael Farkas Secretary TELEPHONE: 951- 736 -7600 • FAX: 951- 739 -4671 BIDDER: igII rT� /u✓ CRY7 &,ob -ff SECTION 2 BID DATA FORMS CBF -5 rr v r cAo 2.B LIST OF PROPOSED SUBCONTRACTORS In compliance with the "Subletting and Subcontracting Fair Practices Act," Sections 4100 through 4114 of the California Public Contract Code, and any amendments thereto, each Bidder shall provide the information requested below for each subcontractor who will perform work, labor or render service to Bidder in or about the construction of the Work in an amount in excess of one -half of one percent (greater than 0.5 %) of the Bidders 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 Contractors 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 forsubmission of bids to submit the information requested by the Owner about each subcontractor, otherthan 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 1 /6) of the Total Bid Price or, in the case of bids or offers for the construction of streets or highways, including bridges, in excess of one -half of 1 percent of the Contractor's total bid or ten thousand dollars ($10,000), whichever is greater, for which no subcontractor was designated in the original bid shall only be permitted in cases of public emergency or necessity, and then only after Owner approval. CBF -7 BIDDER: _ 6( 1 / mf 1 uL n 2.13 LIST OF PROPOSED SUBCONTRACTORS (continued) I"DUWicah Next 2 Pages it need;,f, listing additional Nbcontreclors.y Name and Location Description of Work of Subcontractor to be Subcontracted Name: _ f✓ lobal V2 ' c&Jfk5 � , v Address: (.aft a rave Name and Location Description of Work of Subcontractor to be Subcontracted Name: 5v�9A'ar Qwnrvn} iQti� Address: fTprNSS 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 Name and Location of Subcontractor Name: Address: Description of Work to be Subcontracted CBF -S 1. 2.0 REFERENCES The following are the names, addresses and telephone numbers for three publicagencles forwhich BIDDER has performed similar work within the past two (2) years: or uwner 3. Name and telephone number of person familiar with project Contract amount Type of Work Date Completed 2. Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed Name and Address of Owner Name and telephone number of person familiarwith project 4. Contract amount Type of Work Date Completed Name and Address of Owner Name and telephone number of person familiar with project Contract amount Type of Work Date Completed CBF -9 "2012" PAST WORK REFERENCES City of Beverly Hills 345 Foothill Road Beverly Hills, CA 90210 Contact: Juan Martinez, (310) 285 -2521 City of Costa Mesa 77 Fair Drive Costa Mesa, CA 92628 Contact: Thomas Banks, (714) 754 -5222 City of Perris 170 Wilkerson Avenue, Ste. D Perris, CA 92570 Contact: Chris Sunde, (951) 943 -5604 City of Dana Point 33282 Golden Lantern Dana Point, CA 92629 Contact: Matt Sinacori, (949) 248 -3574 City of Long Beach 333 W. Ocean Blvd., 1& Floor Long Beach, CA 90802 Contact: Chuck Ramey, (562) 570 -6634 City of Santa Ana 20 Civic Center Plaza Santa Ana, CA 92701 Contact: Edward Torres, (714) 647 -5018 City of Fountain Valley 10200 Slater Avenue Fountain Valley, CA 92708 Contact: Alex Salazar, (714) 593 -4516 2010 -2011 Street Resurfacing Project Contract Amount: $2,800,000.00 Start: 6/1/2011 Completed: 4/30/2012 2010 -2011 Citywide Street Rehabilitation Contract Amount: $2,778,000.00 Start: 7/1/2011 Completed: 2/29/2012 Foss Field Parking Expansion Contract Amount: $190,000.00 Start: 1/1/2012 Completed: 2/29/2012 Pacific Coast Highway & Niguel Shores Contract Amount: $676,676.00 Start: 12/1/2011 Completed: 5/30/2012 Willow Street Improvements ContractAmount: $661,661.00 Start: 12/1/2011 Completed: 6/30/2012 Bristol Street Widening Contract Amount: $8,315,754.00 Start: 5/1/2009 Completed: 3/16/2012 Edinger Avenue Improvements Contract Amount: $422,422.00 Start: 5/1/2012 Completed: 8/1/2012 "2011" PAST WORK REFERENCES City of Compton 205 South Willowbrook Avenue Compton, CA 90220 Contact: Loujuana Mitchell, (310) 761 -1437 County of San Bernardino 825 E. Third Street San Bernardino, CA 92415 Contact: Franklin Luna, (909) 387 -7920 County of Riverside 2950 Washington Street Riverside, CA 92504 Contact: David Hylkema, (951) 850 -6075 City of Stanton 7800 Katella Avenue Stanton, CA 90680 -3162 Contact: Quang Le, (714) 890 -4234 City of Long Beach 333 West Ocean Blvd., 10' Floor Long Beach, CA 90802 Contact: Chuck Ramey, (562) 570 -6634 City of Paramount 16400 Colorado Boulevard Paramount, CA 90723 -5012 Contact: Len Gorecki, (562) 220 -2111 City of Huntington Beach 2000 Main Street Huntington Beach, CA 92648 Contact: Dave Verone, (714) 375 -8471 Department of Transportation 464 W. Fourth Street San Bernardino, CA 92410 -1400 Contact: Imad Abugharbieh, (951) 277 -8579 Northwood Avenue Reconstruction Contract Amount: $1,180,000.00 Start: 10/18/2010 Completed: 514/2011 Cajon Blvd. Contract Amount: $565,000.00 Start: 3/11/2011 Completed: 4/8/2011 De Luz Road Rehabilitation Contract Amount: $740,000.00 Start: 4/25/2011 Completed: 5/23/2011 2010/2011 Citywide Reconstruction Contract Amount: $322,322.00 Start: 3/1/2011 Completed: 4/30/2011 Annual Contract Street Reconstruction Contract Amount: $3,433,415.00 Start: 5/1/2010 Completed: Still On -Going Neighborhood Street Resurfacing Contract Amount: $899,909.00 Start: 11/1/2010 Completed: 3/30/2011 Slater Avenue Improvements Contract Amount: $1,926,341.00 Start: 8/2/2010 Completed: 2/30 /2011 Route 91 Project Contact Amount: $5,732,812.00 Start: 3/1/2010 Completed: 3/30/2011 BIDDER: I y "„ SECTION 3 NON - COLLUSION AFFIDAVIT CBF -10 BIDDERA &mn a;z-r? &p 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, oron 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. Subscribed and sworn before me This Xk day of fig u s 1 2013 ..,. �! rjP! q>'{pct�td Cu I Forma jura� (Seal Notary Public in and for the State of California My Commission Expires: CBF - 11 V C.Q. Title CALIFORNIA JURAT State of California County of Riverside Subscribed and sworn to (or affirmed) before me on this 2 " day August. 2013 Date Month By (1) Robert Bradley Name of Signer Proved to me on the basis of satisfactory evidence be the person who appeared before me (.) (,) DONNA THORNE (and Commission # 1092010 rev �^ Notary Public - California z D p d Fh of satisfarte � _video^° Riverside County Pm o me on ,. ,......... .......,.__._ ..__..__ My Comm. Expires Jun 7, 2014 be the p who appea bef..r° me Signature r jv�� Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person 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 Non - Collusion Affidavit Dated: 8/2/13 Page 1 of 1 Pages Signer(e) Other Than Named Above: None Bond No.: 08597423 BIDDER All American Asphalt Bidder shall submit its Bid date in accordance with the format shown on each of the following Bid Data Forms. Bidders shaft 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 (dandled with the Bidder's name and page number. 2.A BID BOND 1 ' KNOW ALL MEN BY THESE PRESENTS: THAT All American Asphalt as Principal, and Fidelity and Deposit Company of arylan as Surety, we held firmly bound unto the CITY OF ROSEMEAD (hereinafter called the OWNER) In the sum of Ten Percent of Amount Bid DOLLARS (g 10% I , being not less than ten percent (10 %) of the Total Bid Price; for the payment of which sum will and truly to be made, webind 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 Annual Residential Resurfacing Project — Muscatel Avenue From Grand Avenue to Marshall Avenue as set forth in the Nodes Inviting Bids and accompanying Bid Documents, dated August 7, 2013 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, enders 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 bythe Contract, then this oblfgatrarsfteN be nud and void; aterrofse it shall remain in full force and effect. In the event suit is brought upon this bond by Me OWNER and Judgment is recovered, said Surety shall pay all costs incurred by the DWHER in such suit, including reasonable attorneys' fees to be fixed by the court. SZNED AND SEALED, this 19th dayof July 2413 All American Asphalt (SF�L) Fidelity and Deposit Company of Maryland (SEAL) Principal Surety By: By. gnature - SV WUrS William Syrkin, Attorney -in -Fact CE3F -s CALIFORNIA ALL - PURPOSE ACKNOWLEDGEMENT State of California County of Riverside On A.must 2, 2013 before me, Donna Thorne Notary Public Data Here Insert name and Title of the Officer personally appeared Robert Bradley Name(s) or Signer(s) who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he /shefthey executed the same in his/kai;4heir authorized capacity(ies), and that by his /hefAheir signature(s) on the instrument the person(s), or the entity upon behalf DONNA THORNE of which the person(s) acted, executed the instrument. 'Commission # 1892010 Notary Public - California z 1 certify under PENALTY OF PERJURY under the laws of the State of Z Riverside County California that the forgoing paragraph is true and correct. My Comm. Expires Jun 7, 2014 WITNESS my hand and official seal. Signature afi.&/4n Place Notary Seal Above Signature of Notary Public OPTIONAL Though the information below is not required by law, it may prove valuable to person 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 Bid Bond Document Date 7/19/2013 Number of Pages: One (1) Signer(s) Other Than Named Above: Fidelity and Deposit Company of Maryland Capacity(ies) Claimed by Signer(s) Signer's Name: Robert Bradley o Individual X Corporate Officer — Title(s): Vice- President to Partner— o Limited o General • Attorney in Fad • Trustee o Other: Signer is Representing: Signers Name: o Individual • Corporate Officer — Title(s): — o Partner — o Limited o General Top of thumb here oAttorney in Fad ❑ Trustee L3 Other: Signer is Representing: Top of thumb here EXTRACT FROM BY -LAWS OF THE COMPANIES "Article V, Section 8, Attomevs -in -Fact The Chief Executive Officer, the President, or any Executive Vice President or Vice President may, by written instrument under the attested corporate seal, appoint attomeys -in -fact with authority to execute bonds, policies, recognizances, stipulations, undertakings, or other like instruments on behalf of the Company, and may authorize any officer or any such attomey -in -fact to affix the corporate seal thereto; and may with or without cause modify of revoke any such appointment or authority at any time." CERTIFICATE I, the undersigned, Vice President of the ZURICH AMERICAN INSURANCE COMPANY, the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND, do hereby certify that the foregoing Power of Attorney is still in full force and effect on the date of this certificate; and I do further certify that Article V, Section 8, of the By -Laws of the Companies is still in force. This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the ZURICH AMERICAN INSURANCE COMPANY at a meeting duly called and held on the 15th day of December 1998. RESOLVED: "That the signature of the President or a Vice President and the attesting signature of a Secretary or an Assistant Secretary and the Seal of the Company may be affixed by facsimile on any Power of Attorney... Any such Power or any certificate thereof bearing such facsimile signature and seal shall be valid and binding on the Company." This Power of Attorney and Certificate may be signed by facsimile under and by authority of the following resolution of the Board of Directors of the COLONIAL AMERICAN CASUALTY AND SURETY COMPANY at a meeting duly called and held on the 5th day of May, 1994, and the following resolution of the Board of Directors of the FIDELITY AND DEPOSIT COMPANY OF MARYLAND at a meeting duly called and held on the 10th day of May, 1990. RESOLVED: "That the facsimile or mechanically reproduced seal of the company and facsimile or mechanically reproduced signature of any Vice - President, Secretary, or Assistant Secretary of the Company, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power of attorney issued by the Company, 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 seals of the said Companies, this LgJflday of J(A IL1 , 20J3 . 6AL Geoffrey Delisio, Vice President CALIFORNIA ALL-PURPOSE ACKNOWLE State of California County of Orange On 07/19/2013 before me, R. Haas - Bates, Notary Public Date Here Insert Name and TAIe of the Officer personally appeared William Syrkin Name(s) of Signer(s) Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/sheFthey executed the same in his/®ic authorized capacity(fes), and that by his /herANeiF signature(s} on the instrument the personft 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. WITNESS my h and official seal. Signature Signature of Nolary Public 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: Bid Bond Document Date: 07 /1 9/2013 Signer(s) Other Than Named Above: All Ameri Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin ❑ Individual Corporate Officer — Title(s): _ ❑ Partner —❑ Limited ❑ General 0 Attorney in Fact u Trustee Guardian or Conservator Other: Signer Is Representing: _ Fidelity and Deposit Company of Maryland niGNT'MIiM0Rn1NT 0 S4C'a'j Number of Pages: One Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): F1 Partner — ❑ Limited L General ❑ Attorney in Fact ❑ Trustee —� Guardian or Conservator ❑ Other: Signer Is Representing: W ;Nt1NUMaPON7 or SIPWA 01 ®20m National Notary Associafiw• 935D Oe Soto Ave.. P.0 Bo. 242•Ch.l riq CA 90313 -2402- NalbodNmeryorg Item 95M7 Reorrlero Call Toll- Free1900 -B76 -6827 R. HAAS -BATES Commission # 1974547 =4p-ra - Notary Public - California z Z ` �.a D Orange County My Corn m. . Expires Apr 22, 2016 J Place Notary Seal Above who proved to me on the basis of satisfactory evidence to be the person(s) whose names) is/are subscribed to the within instrument and acknowledged to me that he/sheFthey executed the same in his/®ic authorized capacity(fes), and that by his /herANeiF signature(s} on the instrument the personft 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. WITNESS my h and official seal. Signature Signature of Nolary Public 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: Bid Bond Document Date: 07 /1 9/2013 Signer(s) Other Than Named Above: All Ameri Capacity(ies) Claimed by Signer(s) Signer's Name: William Syrkin ❑ Individual Corporate Officer — Title(s): _ ❑ Partner —❑ Limited ❑ General 0 Attorney in Fact u Trustee Guardian or Conservator Other: Signer Is Representing: _ Fidelity and Deposit Company of Maryland niGNT'MIiM0Rn1NT 0 S4C'a'j Number of Pages: One Signer's Name: ❑ Individual ❑ Corporate Officer — Title(s): F1 Partner — ❑ Limited L General ❑ Attorney in Fact ❑ Trustee —� Guardian or Conservator ❑ Other: Signer Is Representing: W ;Nt1NUMaPON7 or SIPWA 01 ®20m National Notary Associafiw• 935D Oe Soto Ave.. P.0 Bo. 242•Ch.l riq CA 90313 -2402- NalbodNmeryorg Item 95M7 Reorrlero Call Toll- Free1900 -B76 -6827