HomeMy WebLinkAboutFermaCorp.TOWN "OF LOS ALTOS HILLS acne 11, zooa
Staff Report to the City Council
RE: AWARD OF CONTRACT: NEW TOWN HALL —HAZARDOUS
MATERIALS ABATEMENT (BID DIVISION #Ol), DEMOLITION (BID
DIVISION #02) AND SOILS ENGINEERING CONSULTING SERVICES.
FROM: Tony Vierra, Project Manager — TBI Construction & Construction Management
APPROVED: Maureen Cassingham, City Manager C Oar 14%L,,,
RECOMMENDATION: That the City Council adopt the attached resolution that:
1. Awards the contracts for the hazardous materials abatement to Southwest Hazard Control
and demolition to Ferma Corporation.
2. Approves the proposal for soils engineering services to Kleinfelder, Inc.
DISCUSSION:
1. After completion of the public bid process no bids were received for the hazardous materials
abatement scope of work. TBI has been advised by the City Attorney's office based on their
interpretation of Public Contract Code Section 20166 that it is permissible to select a contractor
for the abatement bid package and negotiate a price (without a bid bond) that protects the Town's
best interest. TBI contacted two abatement contractors and received two bids. The lower of the
two was from Southwest Hazard Control in the amount of $15,715 which is below the project
budget of $22,000.
The demolition scope of work generated seven (7) contractor bids which were publicly opened
and read aloud at 2:00pm on Tuesday, June 8, 2004. The bid amounts ranged from $86,050 to
$27,300. The project budget was $37,825.00.
E'..C�a
1Ferma
.....................................
.....................................................................................................................................................................................................
$
27 3 00.00 ........
2
.......................................................................................................................................................................................................................................................................
V.E.M.
$
42,000.00
3Demo
.......................................................................................................................................................................................................................................................................
Masters
$
51,850.00
4 ..................
Evans...Brothers.........................................
$..........................
54,450.00..............
5 ..................
Buccaneer Demolition
$
58,................................................................................................................................................................. 390., 00
6Roldan
...........................................
Construction
...............................................................................................................................................................................................................
$
82,23 0.00
7
Randazzo Enterprise
$
86,050.00
Based on the low bids and the post -bid interviews with each contractor where scope is discussed
in detail, award of contracts to Southwest Hazard Control and Ferma Corporation is
recommended.
2. As part of the re -design of the New Town Hall building foundation for cost savings purposes
TBI solicited a soils engineer to review the site condition and issue a report with
recommendations. This report supported the foundation re -design and was included in the
contractor bid documents.
BUDGET IMPACT: Both the abatement and demolition bids are under budget as it relates to
the latest construction cost estimates provided by TBI. The soils engineering costs are included
in the latest project budgets as a soft
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
REVISED
BID FORM
• F LOS ALTOS HILLS, a general law cit of the State of California (the
TO. TOWN O g Y .
"Owner")
1. Total Bid Amount. Pursuant to and in compliance with Advertisement to Bid — Notice to
Bidders Instructions to Bidders and other Contract Documents with regard to:
TOWN OF LOS ALTOS HILLS
LOS ALTOS HILLS TOWN HALL
26379 FREMONT ROAD
LOS ALTOS HILLS, CALIFORNIA 94022
The undersigned bidder, having carefully examined the site of the above -referenced project
and become thoroughly familiar with the general and local conditions affecting the
performance and costs of the project, the character, .quality and quantity of work to be
performed and materials to be furnished and the terms and conditions of the Contract Documents, hereby proposes and agrees to fully perform the Work within the stated Time of
Completion, in strict accordance with the Contract Documents (including without limitation
the furnishing of any and all tools, equipment, apparatus, facilities, labor, materials,
transportation and utility services and incidentals necessary to fully perform the Work and
complete it in a workmanlike manner) for the total sum of:
Bid Division: #02 DEMOLITION
Bid -Amount: TWENTY-SEVEN THOUSAND THREE HUNDRED DOLLARS******"****"""*
($27,300.00**
2. Unit Prices (to be completed by bid divisions specified below ONLY)
+:• Bid Division #01: Hazardous Materials Abatement: Complete unit pricing sheet in
Appendix B of the Hazardous Materials Abatement Specifications by HazMat Doc dated
April, 2004 titled Abatement and Removal Unit Cost Allowances. Complete ALL the
unit cost tables provided
❖ Bid Division #10: Floor Covering: Unit Price per Section 06966.1.0l.0 for application
of sealer.
•�• Unit Price Amount (Cost per square foot):_______
+;• ($ - /square foot)
REVISED Bid Form
00310 - Page 1 of 5
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
3. Alternate Prices (to be completed by bid divisions specified below ONLY
❖ Bid Division #20: Photovoltaic System: Alternate Bid Amount for a System Rated
Output of less than 30kW
Alternate Bid Amount:
4. Open Bid. It is understood that the Owner reserves the right to reject this bid. The
undersigned agrees that this bid shall remain open and not be withdrawn for a period of sixty
(60) calendar days from the date prescribed for its opening.
5. Designation of Subcontractors. Attached hereto, in compliance with Section 4100=4113 of
the Public Contract .Code of the State of California, is bidder's completed Designation of
Subcontractors form.
6. Mon -Collusion Declaration. Attached hereto, in compliance with Section 7106 of the
Public Contract Code, is a Non -Collusion Declaration form.
7. Execution of A reement; Commencement of Work. It is understood and agreed that if a
Notice of Award is mailed or delivered to the undersigned bidder within sixty (60) calendar
days after the opening of bids, or at any time thereafter before the bid is withdrawn, the
undersigned bidder will execute and deliver* the Agreement to the Owner, together with the
insurance documents specified in the Insurance Requirements portion of the Contract
Documents, the Performance Bond and the Payment Bond, all within seven (7) calendar days
after personal delivery or deposit in the mail, as the case may be, of the Notice of Award.
p rY
The undersigned bidder further agrees that the Work shall -be commenced by the undersigned
bidder on the date of the Owner's Notice to Proceed, and shall be completed within the stated
Time of Completion.
8. Bid Guarantee. Accompanying this bid is BIDDER'S BOND (insert words
"cash" "certified check' 9 "cashier's check" or "binder's bond" as the case may be) in an
amount equal to or not less than ten percent (10%) of the bid. Such security shall be forfeited,
aid to or retained by the Owner as liquidated damages should the bidder to whom the
p
contract is awarded fail to execute the Agreement and all required insurance documents,
bonds and other required forms as required under the Contract Documents.
9. License. The undersigned is required to provide the information set forth below regarding its
license. Failure of the undersigned to be properly licensed upon submission of a bid. shall
cause the undersigned to be disqualified and the bid rejected. California Business and
Professions Code Section 7028.15 provides that a licensed contractor shall not submit a bid
to a public agency unless his or her contractor's license number appears clearly on the bid,
the license expiration date is stated, and the bid contains a statement that the representations
made therein are made under penalty of perjury. Any bid not containing this information, or a
REVISED Bid Form
00310 - Page 2 of 5
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
Conditions of Approval by the Town of Los Altos Hills as set forth in the staff
report to the planning commission dated February 1.2, 2004 and all associated
attachments
Each bid must give the full business address of the bidder and be signed by bidder with
bidder's usual signature. Bids by partnerships must furnish the full name of al * I partners and
must be signed by one of the members of the partnership, or by an authorized representative,
followed by the signature and designation of the person signing. Bids by a corporation or
LLC must be signed with the legal name of the corporation or LLC, followed by the name of
the state of incorporation or organization and by the signature and designation of the
president, secretary, or other person authorized to bind it in the matter. The name of each
person signing shall also be typed or printed below the signature. Satisfactory evidence of the
authority of the person signing on behalf of a corporation or LLC shall be furnished.
BIDDER'S NAME:
FERMA CORPORATION
BIDDER'S ADDRESS: 1265 MONTECITO AVENUE, SUITE 200
MOUNTAIN VIEW, CA 94043
BIDDER" S PHONE NUMBER: (6 5 0) 9 61-2 7 4 2
(650) 968-3945
The undersigned bidder declares under penalty of perjury under the laws of the State of
California that all representations made in this Bid Form are true and correct.
Dated this. 8TH day of JUNE 52004.
By. - ign re)
Print Name: ROY FERRARI
Title: PRESIDENT
Bidder's Name: FERMA CORPORATION
(if second signature needed:) By:
(Signature)
Print Name:
Title:
Bidder's Name:
REVISED Bid Form
00310 - Page 4 of 5
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
DESIGNATION OF SUBCONTRACTORS
In compliance with the provisions of Section 4100 et seq. of the Public Contract Code, the
undersigned bidder has set forth below the following:
(a) The name and location of the place of business of each subcontractor who will
perform work or labor or render service to the undersigned in or about the
construction of the work to be performed under the contract, or a subcontractor
licensed by the State of California who, under subcontract to the undersigned, will
specially fabricate and install a portion of said work according to detailed
drawings contained in the Drawings and Specifications, in an amount in excess of
one-half of one percent of the undersigned's total bid; and
(b) The portion of the Work which will be done by each subcontractor in excess of
one-half of one percent of the undersigned's total bid. The undersigned shall list
only one subcontractor for each such portion.
(c) The Contractor, within 24 hours of receipt of the Notice of Award, is to provide
the following supplemental information for all subcontractors listed: complete
business address, telephone number, license and classification number, percent
and dollar amount of work.
NOTE: The undersigned understands that if it fails to specify a subcontractor in
excess of one-half of one percent (1/2%) of the undersigned's total bid, it
shall, in accordance with Public Contract Code Section 41061, be deemed to
have agreed to perform that portion itself, and agreed that it is fully qualified
to perform such portion itself. If, after award of the contract, the undersigned
subcontracts any such portion of the work hereunder in violation of Sections
4107 or 4109 of the Public Contract Code, the undersigned shall be subject to
penalties as set forth in Section 4111 of the Public Contract Code.
LIST OF PROPOSED SUBCONTRACTORS
NONE
rtion of Work Name of Subcontractor Location of Subcontractor
Designation of Subcontractors
00311-PageIof2
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
NON -COLLUSION DECLARATION FOR INDIVIDUAL
to of California
I, , declare, that I am the party making the foregoing bid; that
the bid is t made in the interest of, or on behalf of, any undisclosed person, partnership,
company, ass iation, organization or corporation; that the bid is genuine and not collusive or
sham; that the b der has not directly or indirectly induced or solicited any other bidder to put in
a false or sham bi , and has not directly or indirectly colluded, conspired, connived or agreed
with any bidder or one else to put in a sham bid, or that anyone shall refrain from bidding;
that the bidder has of in any manner, directly or indirectly, sought by agreement,
communication or confe nce with anyone to fix the bid price of the bidder or any other bidder,
or to fix any overhead, pro t or cost element of the bid price, or of that of any other bidder, or to
secure any advantage agains the public body awarding the contract or anyone interested in the
proposed contract; that all stat ents contained in the bid are true; and, further, that the bidder
has not, directly or indirectly, su mitted his or her bid price or any breakdown thereof, or the
contents thereof, or divulged info tion or data relative thereto, or paid, and will not pay, any
fee to any corporation, partnership, c parry, association, organization, bid depository or to any
member or agent thereof to effectuate a ollusive or sham bid.
I declare under penalty of perjury under th
true and correct. Executed at
52003.
aws of the State of California that the foregoing is
California, on the day of
Signature of Bi
Non -Collusion Declarations
00312 - Page 1 of 3
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
NON -COLLUSION DECLARATION FOR CORPORATION OR LLC
State of California
I, ROY FERRAR , declare, that I am the
PRESIDENT (insert title of officer) of YEMA CQ POR ,TTON (insert corporation
or LLC name), the party making the foregoing bid and 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 or 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 declare under penalty of perjury under the laws of the State of California that the foregoing is
true and correct. Executed at MOUNTAIN VIEW , California, on the 8TH day of
JUNE 2004 . ?003.
(Corporation or LLC Name)
FERMA CORP0 T7
r cy
' �SIQnature)
Print Name: ROY FERRARI , PRESIDENT
Non -Collusion Declarations
0031 ? - Page 3 of 3
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
EXPERIENCE STATEMENT
Paragraph 1.2 of the Instructions to Bidders notes that a successful bidder must be skilled
and regularly engaged in the general class or type of work called for under the Contract
Documents. In order for the District to make this determination, the bidder's experience should
be set forth and submitted with the Bid Form, either on the Experience Statement included in the
bid documents at page 24 or otherwise. The outline below is a record of Bidder's experience in
construction of a type similar in magnitude and character to that contemplated under this
.proposed contract. Additional pages may be attached to this page.
NAME OF BIDDER: FERMA CORPORATION
*PLEASE SEE ATTACB.M M*
PROJECT NAME:
DESCRIPTION
(TYPE OF WORK)
PROJECT NAy[E:
DESCRIPTION
(TYPE OF WORK)
PROJECT NAME:
DESCRIPTION
(TYPE OF %VORh�
CUSTOMER/ CONTACT PERSON YEAR DOLLAR
AGENCY AND PHONE No. COMPLETED VALUE
CUSTOMER/ CONTACT PERSON YEAR DOLLAR
AGENCY AND PHONE NO. COtiCP'LETED VALUE
C USTONIER.'
CONTACT PERSON
AND PHONE No.
Experience Statement
00313 Page 1 of 1
YEAR DOLLAR
COMPLETED VALUE
QV
1 'Q
N m
� �
.O
N
0
V
�t
co
i M
,L
N
CD
�
o
o o
o
!
'L.L
°
a
I Z
c�
'C3
CO c►
� (° fl
O
cn
i N
i O I
O I
C
N
C
O
! C
I C
I N
I LI)
•�
N
o
z
o
z
0
z
o
z
! o
z
0
z
Q
m
Cli
CN cm
C)
'
c
Q
O(
J
i
N
i
i
•-,
O
U�
_
O�
Ll)
'« E
U) N.
U co
I
p ,c
O .tA
N
'O CD
0 0
O
N
O
CSO
co
E
N
co
s"+•'
C) p;
Z•
C
�
c
a3
C
O
C
i N
C
N �
C
C
C
a' zz
'
°
Z
o
Z
I o
Z
i °
ZI
i=..E
m O
Z .�
O O
0 0
O O
O O
O O
z
O
o..-
a •-
a --
a •-
a •-
a •-
L1J
i --
>cc
E�,!
o a)
a0 L-
` O cr
OL �.
Ecr,:
O a)
a0 L
or.>Ecr>Eo-
'- 0 a)
a0 �
L O a)
0- �
O N
La.0 L.
C
d
M
cD
O
o
O
�--
o
0o
0
0
o
0
®
V
pcni°o
!C c
�
0
cc
NLnLO
o
0
a a)
Z
, CN
CN
L
a)
O
, Q °
mv
�.�.
d
N
O7
N
E
m m
CF)
V)
p
0
o
00
o
o
r
Ln
T
o
00
0
oN
F eL,
M
o
!
m!
n
N
i q�
v
�-
N
U
I
m
cCf
i O
,�
o
J
' C
a o
C
as
! C
! o
i C i
t o !
o
Ca=3°
o
:�
o;
o
o
a
o
o
I
0
o
i
a
J
v,
oM
a�
a)
.� O
m
n ca
o
c
o
M
I
o;
v
�IIU�lo�;c•N
�
-a
m
U
U
I c cl) i
c i°
o ._
Y
o ._
.�. Y
O
,;r
00
>
i
i
V
I
•�
cm
'
O cc
O O
U N
O mI
V U
o
o
t�
�4 >.
o m
�.
m o
�. I
o "Y
o
!
i
o
r
r m
r 'p
I
o
o
o
o
o
o
LL
Q- M
®
''
>'
(
C
i'
Q
CC
G
Z
QV
O .Q
N m
� �
.O
N
0
V
I !
co
i M
,L
N
CD
�
o
o o
o
!
o
°
a
I Z
c�
'C3
CO c►
� (° fl
O
N
E
v
a) o
tom- co
Nt
�
Ln
I LI)
W
!
! L
M
i a
I Ln co
! QO Ln
ti
! CO
co
co
Cn
N
Q
ca
Cli
CN cm
C)
'
c
Q
O(
Z
i
N
i
i
•-,
O
U�
_
O�
Ll)
'« E
U) N.
U co
I
p ,c
O .tA
N
'O CD
0 0
L '
� N
N
O
CSO
co
E
N
co
co
!
m
Z
°
CQO
°
CO
C
C
C
c
C
c
C
C
C
C
C
N
i=..E
0 o
O O
0 0
O O
O O
O O
z
O
o..-
a •-
a --
a •-
a •-
a •-
L1J
U
>cc
E�,!
o a)
a0 L-
` O cr
OL �.
Ecr,:
O a)
a0 L
or.>Ecr>Eo-
'- 0 a)
a0 �
L O a)
0- �
O N
La.0 L.
C
C6
C6
r-
-D
06
L
O
U
®
V
pcni°o
!C c
c c
c c
c CU L.
c�
o
0
a a)
O
�
U
cm
rc
L
a)
O
, Q °
mv
�.�.
E—°-
E
E
E
m m
V)
O.
4,
a Q,?
�
��
c
O
I I �
I Cl)
co
I °
CIO
w C
V to 0)M C c0 cn
cu -v _
'o r� cn
-v cv (D c
`' u m c OVC a,`°�o E
cr)
a)
o O Q O
Q 0 o N c 'L E C O Wit"
Q D
c p c o c
0 cu�i cn N
�V E�LO
-� cu N �T= a �' NCL
Z Z ca M co
O r O co C �• CO N N
Ln.0 O L° 4) a) N
0
M M CO '�cu
0 E
�0
0 T- U) M Q Lo
O .Q
N m
0 .0 O N
.O
N
0
V
O
co
i M
,L
N
I C
o
C
O
C
o
C
0
c
0
I y
I Z
Z
'C3
Z
Z
�•
E
E
E
a) o
O
O
N
0
N
0
0
0
4
cm
:3
�,
cu
I c
ca
a
ca
;
c
Q
c
'
c
Q
Z
Z
Z
Z
Z
i
•-,
O
U�
_
O�
Ll)
'« E
U) N.
U co
I
p ,c
O .tA
N
'O CD
I I �
I Cl)
co
I °
CIO
w C
V to 0)M C c0 cn
cu -v _
'o r� cn
-v cv (D c
`' u m c OVC a,`°�o E
cr)
a)
o O Q O
Q 0 o N c 'L E C O Wit"
Q D
c p c o c
0 cu�i cn N
�V E�LO
-� cu N �T= a �' NCL
Z Z ca M co
O r O co C �• CO N N
Ln.0 O L° 4) a) N
0
M M CO '�cu
0 E
�0
0 T- U) M Q Lo
M I
N I
N
co
M
0
O
co
i M
,L
N
I C
o
C
O
C
o
C
0
c
0
I y
I Z
Z
Z
Z
Z
�•
E
E
E
a) o
E
J
�O cu N<Q
C)
---
oc
>
cn O
o
v
t
uy
O
cu
0 chw
•0
!M G�
Zi
;
c
c
c
c
c
E
Z
Z
Z
Z
Z
Z
•-,
O
U�
_
O�
Ll)
'« E
U) N.
U co
CL
p ,c
O .tA
N
'O CD
0 0
L '
� N
N
O
CSO
co
E
N
co
co
O
m
Z
ti
CQO
°
CO
LO
rl_
�
(1)
(N
C7)
cY)
N
O
0
.c
C
LO
o
a
Cfl
C
'It
(D
rn
m
v
i
C
o
c
C
I4-1
U
O
I U
C
I ocoL
L
O
U
®
V
pcni°o
!C c
b
U cu
�L;
i o o
CL cn
o �
L)
o O
�
o-o
a a)
p N
U
cm
rc
IU
E
, Q °
mv
c
!
ix
_ca
_3
cu
U) CJ
m m
M
.O
I.w
O
N
Na
I C
oN
C7
O
M
o
!
m!
N
i q�
L
i
N
N
I
m
cCf
i O
,�
o
a)
C
LL
o
i
o;
o
o
a
o
o
0
o
0
o
>m
oo
I o
M
vo
o0
O
•a+
v
M
I
�
o
C
'
O
,;r
o
6
U
C
i
i
V
I
•�
c0
O cc
O O
U N
O mI
V U
m
cuI
t�
�4 >.
o m
�.
m o
�. I
o "Y
o
M 'L3
o m
Mcn
o
r
r m
r 'p
rn m
co M
M I
N I
N
co
M
0
O
co
i M
�..
c
O
c
o
c
o
c c
I cn O o
c
0
O
:t=
=
=
O E
•E
N
�•
E
E
E
a) o
E
7r+
�O cu N<Q
C)
---
oc
>
cn O
o
v
t
cu
0 chw
ca
M I
N I
N
co
M
m
O
i M
Q
N
j
c,
O
O
L
;
N
N
N
Ci
cn
O
Ow
> aj
`-
I a1 p
C �
�U O
7r+
�O cu N<Q
C)
---
oc
>
cn O
o
v
t
O 3:
j
>
i M
c,
ico
CL
C
O C
_j +..
! N
co
U
L
Ci
cn
O
Ow
> aj
`-
I a1 p
C �
�U O
7r+
�O cu N<Q
C)
---
oc
>
cn O
o
v
U
cu
0 chw
ca
Q
cu
�
.==
o
U
.-
o.°
o
U-) N
a
° cn
•-,
O
U�
_
O�
Ll)
'« E
U) N.
U co
CL
p ,c
O .tA
N
'O CD
0 0
.0 M
,c
V=
U=
O .°C
V U
M C
o
coN
m =
C
O D
co
C N
O
01
C7
E Q
m
O C r�
,_
z N
'L7
N J I
Ln Q.
E aLo
Cl) v
M C
M Q
CU N
Ur Ln
LOS ALTOS HILLS TOWN HALL
Los Altos Hills, California
BID SECURITY
KNOW ALL MEN BY THESE PRESENTS:
WHEREAS, we FERMA CORPORATION I as Principal, have submitted
a bid to Town of Los Altos Hills, California, (the "Owner") for certain Work for which bids are
to be opened at the (insert bid opening location), on JUNE 8 2004
which Work is generally described as follows:
TOWN OF LOS ALTOS HILLS
LOS ALTOS HILLS TOWN HALL
26379 FREMONT ROAD
LOS ALTOS HILLS, CALIFORNIA 94022
TRAVELERS CASUALTY AND SURETY
NOW THEREFORE, we, as Principal, and 'COMPANY OE AMERICA- . _1 as Surety,
are held and. firmly bound unto the Owner, in the sum of ten percent (10%) of the bid of the
Principal, submitted by said Principal to the Owner for the Work described below, for the
payment of which sum in lawful money of the United States, well and truly to be made, we bind
ourselves, our heirs, executors, administrators, assigns and successors, jointly and severally,
firmly by these presents. In no case shall the liability of the Surety hereunder exceed the sum of
TEN PERCENT OF THE TOTAL AMOUNT BID--------
ID--------
($ log---- �.
($10%----
The
The condition of this obligation is such that if the bid is rejected or if within the period specified
therefore, or, if no period be specified, within ten (10) calendar days after the prescribed
Agreement is presented to the Principal for signature, the Principal (i) enters into a written
Agreement with the Owner, in the prescribed form and in accordance with the Contract
Documents; (ii) files two bonds with the Owner, one to guarantee faithful performance and the
other to guarantee payment -for labor and materials, in accordance with the Contract Documents
and as required by law; and (iii) files the required insurance certificates in accordance with the
Contract Documents, then this obligation shall be null and void; otherwise, it shall be and remain
in full force and effect, it being expressly understood and agreed that the liability of the Surety
for any and all default of the Principal hereunder shall be the amount of this obligation as herein
stated.
The Surety, for value received, hereby stipulates and agrees that no bid errors, change, extension
of time, alteration or addition to the terms of the contract, or to the Work to be performed
thereunder or the specifications accompanying the same, shall in any manner affect its
obligations under this bond, and it does hereby waive notice of any such error, change, extension
of time, alteration or addition to the terms of said contract or the call for bids, or to the Work, or
to the specifications.
As part of the obligation sen -ed hereby and in addition to the face amount specified therefore,
there shall be included costs and reasonable expenses and fees, including without limitation
reasonable attorney's fees, incurred by the Owner in successfully enforcing such obligation, all
to be taxed as costs and included in any judgment rendered.
Bid Security
00410 - Page I of 2
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
t ♦�. n•-./'� /�yh,r[' jf ,� P' . \ �-�r.�v '`Y[__.�. M w�.`.l�` �t ~ 1 ^ l rA / <
t State of California
ss.
County of Santa Clara
,rte t
ti4Rosa Garcia, Notary Public
r•. On 6/8/04 before me,
Date Name and Title of Officer (e.g., "Jane Doe, Notary Public")
♦. kr
t -
`' personally appeared Roy Ferrari
;a
. Name(s) of Signer(s)
personally known to me
D roved to me on the basis of satisfactory
ry
, evidence
to be the person} whose names} is4am
subscribed to the within instrument and
acknowledged to me that he4ehefther executed i
` the same in his4rTeir authorized r
capacity��, and that by his+eMl int
AE, Aftsignatures on the instrument the person {° or
RCSA GARCIA the entity upon behalf of which the persor }-
Commission # 131 Z acted, executed the instrument.
Notary PubiiG - California > f
ZMonterey County WITNES my hand and official seal.
My copires Dec 13,2M6
Signature of Notary Public
OPTIONAL R
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:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
,L
Capacity(ies) Claimed by Signer
Signer's Name:
I—]
Individual Top of thumb here
71 Corporate Officer — Title(s):
1 Partner — Limited 1 General
Attorney -in -Fact
El Trustee
❑ Guardian or Conservator
17 Other:
Signer Is Representing: -
O 1999 National Notary Association • 9350 De Soto Ave., RO. Box 2402 • Chatsworth, CA 91313-2402 • www.nationalnotary.org Prod. No. 5907 Reorder: Call Toll -Free 1-800-876-6827
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
State of California
County of
San Francisco
On June 2, 2004 before me,
Date
personally appeared
ANTOIN_ E D. MITCHELL
COMM. 01468982 0
x''�,," t o NOTARY PUBIC -CALIFORNIA 0
L
SAN FRANCISCO COUNTY
My Comm. Expires Feb. 812008
Place Notary Seal Above
I SS.
Antoinette D. Mitchell I
Name and Title of Officer (e.g., "Jane Doe, Notary Public")
Laura L. Plaisant
Name(s) of Signer(s)
personally known tome
❑ proved to me on the basis of satisfactory
evidence
to be the person} .whose nameW is/aFe
subscribed to the within instrument and
acknowledged to me that Wshe/" executed
the same in 4is/her/ t4& authorized
capacitykk�&), and that by Ws/her/th64
signature W on the instrument the personal or
the entity upon behalf of which the personal
acted, executed the instrument.
WITNESS 4hand and ofleioal eal.
Signattfre of Nbtary Puibri
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:
Document Date: Number of Pages:
Signer(s) Other Than Named Above:
Capacity Claimed By Signer (Principal)
Signer's Name:
F-1 Individual
❑ Corporate Officer — Title(s):
❑ Partner - ❑Limited F
Z Attorney -in -Fact
❑ Trustee
❑ Guardian or Conservator
❑ Other:
Signer is Representing:
APA 1/94
Travelers
a
IMPORTANT DISCLOSURE NOTICE OF TERRORISM INSURANCE
COVERAGE
On November 26, 2002, President Bush signed into law the
Terrorism Risk Insurance Act of 2002 (the "Act"). The Act
establishes a short-term program under which the Federal
Government will share in the payment of covered losses caused by
certain acts of international terrorism. We are providing you with
this notice to inform you of the key features of the Act, and to let
you know' what effect, if any, the Act will have on your premium.
Under the Act, insurers are required to provide coverage for certain
losses caused by international acts of terrorism as defined in the
Act. The Act further provides that the Federal Government will pay
a share of such losses. Specifically, the Federal Government will
pay 90% of the amount of covered losses caused by certain actsof
terrorism which is in excess of Travelers' statutorily established
deductible for that year. The Act also caps the amount of terrorism -
related losses for which the Federal Government or an insurer can
be responsible at $100,000,000,000-00, provided that the insurer
has met its deductible.
Please note that passage of the Act does not result in any change
in coverage under the attached policy or bond (or the policy or bond
being quoted). Please also note that no separate additional
premium charge has been made for the terrorism coverage
required by the Act. The premium charge that is allocable to such
coverage is inseparable from and Imbedded in your overall
premium, and is no more than one percent of your premium.
TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA
TRAVELERS CASUALTY AND SURETY COMPANY
FARMINGTON CASUALTY COMPANY
Hartford, Connecticut 06183-9062
POWER OF ATTORNEY AND CERTIFICATE OF AUTHORITY OF ATTORNEYS) -IN -FACT
KNOW ALL PERSONS BY THESE PRESENTS, THAT TRAVELERS CASUALTY AND SURETY COMPANY OF
AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY COMPANY,
corporations duly organized under the laws of the State of Connecticut, and having their principal offices in the City of Hartford,
County of Hartford, State of Connecticut, (hereinafter -the "Companies") hath made, constituted and appointed, and do by these
presents make, constitute and appoint: Peter D. Holley, Laura L. Plaisant, Steven N. Passerine, Antoinette D. Mitchell, of
Pleasanton, California, their true and lawful Attorney(s)-in-Fact, with full power and authority hereby conferred to sign, execute
and acknowledge, at any place within the United States, the following instrument(s): by his/her sole signature and act, any and all
bonds, recognizances, contracts of indemnity, and other writings obligatory in the nature of a bond, recognizance, or conditional
undertaking and any and all consents incident thereto and to bind the Companies, thereby as fully and to the same extent as if the
same were signed by the duly authorized officers of the Companies, and all the acts of said Attorneys) -in -Fact, pursuant to the
authority herein given, are hereby ratified and confirmed.
This appointment is made under and by authority of the following Standing Resolutions of said Companies, which Resolutions are
now in full force and effect:
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any
Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attorneys -in -Fact
and Agents to act for and on behalf of the company and may give such appointee such authority as his or her certificate of authority may prescribe
to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory in
the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such
appointee and revoke the power given him or her.
VOTED: That the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President
may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is
in writing and a copy thereof is filed in the office of the Secretary.
VOTED: That any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional
undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any
Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any
Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary, or (b) duly executed (under seal, if
required) by one or more Attorneys -in -Fact and Agents pursuant to the power prescribed in his or her certificate or their certificates of authority or
by one or more Company officers pursuant to a written delegation of authority.
This Power of Attorney and Certificate of Authority is signed and sealed by facsimile (mechanical or printed) under and by
authority of the following Standing Resolution voted by the Boards of Directors of TRAVELERS CASUALTY AND SURETY
COMPANY OF AMERICA, TRAVELERS CASUALTY AND SURETY COMPANY and FARMINGTON CASUALTY
COMPANY, which Resolution is now in full force and effect:
VOTED: That the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice
President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any
power of attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attorneys -in -Fact for
purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such power of attorney
or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and
certified by such facsimile signature and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or
undertaking to which it is attached.
(11-00 Standard)