Loading...
HomeMy WebLinkAbout_Swinerton BuildersSWINERTON 200 N. Main Street Santa Ana, CA 92701 949.622.7000 swinerton.com TRANSMITTAL T0: City of San Luis Obispo at the Public Works DATE: 7/25/2023 Administration Office, RE: Cultural Arts District Parking Structure 919 Palm Street, California 93401 WE ARE SENDING YOU: FOR: BY: ❑ Herewith ® Submission ❑ Regular mail ❑ Under separate cover ❑ Processing ❑ Messenger ❑ As requested ❑ Your files ❑ UPS Overnight ❑ Prints ❑ Correction & resubmission ❑ GSO ❑ Shop drawings ❑ Your use ❑ FedEx ❑ Specifications ❑ Your compliance ❑ Pickup ❑ Brochures ❑ Submittal of price change ❑ Delivery ❑ RFI's ❑ Your reply ❑ Fax © Proposal ❑ Pricing ® Hand Deliver QUANTITY: DESCRIPTION: 1 Hard copy of the proposal DATED: 7/25/2023 Brian McCarthy Vice President, Division Manager bmccarthy@swinerton.com BID FORMS All bid forms must be completed and submitted with your bid. Failure to submit these forms and required bid bond is cause to reject the bid as nonresponsive. Staple all bid forms together. THE UNDERSIGNED, agrees that they have carefully examined: 1. the location of the proposed work 2. the plans and specifications 3. read the accompanying instructions to bidders and propose to furnish all: 4. materials 5. labor to complete all the required work satisfactorily in compliance with 6. plans 7. specifications 8. special provisions for the prices set forth in the bid item list: BID ITEM LIST FOR CULTURAL ARTS DISTRICT PARKING STRUCTURE, SPECIFICATION NO. 90435 Item Item Unit of Estimated Item Price Total No. SS Description Measure Quantity in figures) in figures) 1 315, 13 14 , Parking Structure and On -Site LS 1 $32,909,986 $32,909,986 99 Improvements 5, 7, 2 15,17 Off -site Frontage Improvements LS 1 $6,622,102 $6,622,102 73,77, within Public Right of Way 84,99 3 14,99 Shoring Wall at East Property LS 1 $1,537,956 $1,537,956 Line Bid Total $ $41,070,044 Company Name: SWinerton Builders (1) refers to section in the Standard Specifications, with modifications in the Special Provisions, that describe required work. BID FORMS A - Addendum #3 WDI Project #09-079 Cultural Arts District Parking Structure — Phase 2 Spec No: 90435 City of San Luis Obispo 1.3 UNIT PRICES A. Procedures: 1. Submit a proposal on the Bid Form for total changes in cost for each Unit Price. Include overhead and profit for each unit price in Base Bid. 2. Unit prices are for various units of work to be added to or deducted from the quantities required for the Work as indicated and specified. 3. Unit Prices will be exercised at the right of the Owner, and shall remain in effect until Date of Substantial Completion. Assume no change in time for performance of the Contract, unless specifically stated otherwise. 4. The Owner retains the right to reject the quoted unit price. All changes in quantity will be made an item of a Change Order. 5. When accepted, coordinate related work and modify surrounding work as required to accommodate the units listed below. 6. Contractor shall be responsible to determine the unit price quantities of material required, and having it verified by the inspector prior to submitting a claim for a contract adjustment. 7. Unit Prices 4, 5, and 6: Measurements will be based on the difference between the actual elevation of the bottom of the footing measured at the center of each footing compared with the theoretical elevations as indicated on Sheet S2.1A. Unit price quantities shall be calculated by multiplying the neat dimensions of the footing by the change in height. Contractor shall record additive as well as deductive quantities.] Unit Prices: 1. Unit Price No. 1- Reinforcing Steel: Cost per pound to provide reinforcing steel, complete, as specified in Section 032000. Refer also to Allowances, above. $1.46 /Ib. 2. Unit Price No. 2 - Post -Tensioning: Cost per pound to provide stressing tendons including stressing, complete, as specified in Section 032300. Refer also to Allowances, above. $4.56 lb. 3. Unit Price No. 3 - Concrete Slab Crack Repair: Cost per lineal foot to provide concrete crack repair, complete, as specified in Section 033500. Refer also to Allowances, above. $ 5.79 If. 4. [Unit Price No. 5 - Excavation of Soil: Cost per cubic yard to excavate and remove soil under spread footings, as indicated on the Drawings. Unit Price No. 4 Per Addendum 3 $ 282.38 cu. yd.] ALLOWANCES AND UNIT PRICES 012100 - 2 ISSUANCE TITLE JUNE 2, 2023 WDI Project #09-079 Cultural Arts District Parking Structure — Phase 2 Spec No: 90435 City of San Luis Obispo S. [Unit Price No. 6 - Concrete Slurry Fill or Engineered Fill: Cost per cubic yard for concrete slurry fill material or engineered earth fill under spread footings, as indicated on the Drawings. Contractor shall be responsible to determine the additional depth for each footing and have it verified by the inspector prior to placement of fill. $427.25 cu. yd.] Unit Price No. 5 Per Addendum 3 it Price Lexcess reek. The -f `''n excavation--wgi-be-Flea L c-ubie-yar-ds4n place. Cross s o ��.�1 O f gr� ..1-. rla ..na:.. ..bare leo excavation FF5-I�ia _^-:'=: �9 iatcnuraW rfg-trios+ it eompWe a he 4ines, grades r4nn�.�rnckness show en the Drawings or descrkw*in-these-specificat�lt1 ,e usedin computing4he quantity of rock materl NVe allow nee will be-fnade in eaSUFeme t fOF expansion 0 the -excavated- =====TEur Removed Per Addendum 3 PART 2 — PRODUCTS — NOT USED PART 3 — EXECUTION — NOT USED END OF SECTION ALLOWANCES AND UNIT PRICES 012100 - 3 ISSUANCE TITLE JUNE 2, 2023 BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33c of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need of be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, wrire "NONE" and submit with bid. Name Under Which Subcontractor is Licensed Keller North America Inc Griffith Company RANA Creek Habitat Restoration Griffith Company License Number Attach additonal sheets as needed. 482246 88 755964 88 DIR Public Works Registration Number 1000006388 1000005611 1000047665 1000005611 BID FORMS B Address and Phone Number of Office, Mill or Shop 7550 Teague Road Ste 300 Hanover, MD 21076 (909) 393-9300 / (805) 901- 9301 /510-42)-0105- DS c 3050 E Birch Street Brea, CA 92821 562-665-5935 26382 Carmel Rancho Ln Carmel, CA 93923 408-314-5505 3050 E Birch Street Brea, CA 92821 562-665-5935 Specific Description of Subcontract Ground Improvement/Special Concrete Paving Landscape and Irriaation: Site Site Utilities % of Total Base Bid 0.81% 3.24% 1.56% 5.57% BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33c of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need of be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, wrire "NONE" and submit with bid. DIR Public Works Address and Phone Specific % of Name Under Which Registration Number of Office, Mill or Description of Total Subcontractor is Licensed License Number Number Shop Subcontract Base Bid Don Brandel Plumbing Inc 176778 1000003307 15100 Texaco Avenue Plumbing System 1.02% Paramount, CA 90723 (562)408-0400 Smith Mechanical -Electrical- 420418 1000001389 1340 W. Betteravia Road Electrical; EV 10.29% Plumbina Santa Maria. CA 93455 Cbaraers (805) 621-5000 E2 Contracting Inc 1049757 1000063944 306 West Katella Ave Ste Site Clearing & 14.34% B Oranae. CA 92867 Earthwork (714) 886-7599 SUPERIOR SHORING AND 1009853 1000034207 634 Rock Springs Road, Shoring 2.72% DRILLING dba MC MAHON Escondido, CA L2g2, 619-491-9355 o / 951-760- 3784 c Attach additonal sheets as needed. BID FORMS B BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33c of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need of be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, wrire "NONE" and submit with bid. DIR Public Works Address and Phone Specific % of Name Under Which Registration Number of Office, Mill or Description of Total Subcontractor is Licensed License Number Number Shop Subcontract Base Bid Front Line Plastering Inc 1017354 1000055393 2407 Oakes Lane Hanford, Portland Cement 2.59% CA 93230 Plastering 559-639-9953 ISR Painting & Wallcovering 825061 1000009154 13586 Pumice St Norwalk, Painting and Coating 1.46% Inc CA 90650 (562)407-5217 Schindler Elevator 375733 1000012845 20 Whippany Road Electric Traction 1.30% Corvoration Morristown. NJ 07960 Elevators (973) 397-6500 CFP Designs Inc DBA DLB 477469 1000004825 3001 Petrol Road Fire Suppression 0.91% Fir P[glection Bakersfield. Ca 93308 (661) 903-8940 Attach additonal sheets as needed. BID FORMS B BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33c of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need of be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, wrire "NONE" and submit with bid. Name Under Which Subcontractor is Licensed Electrolurgy Manufacturing Inc Air Systems Inc Pac Con Glazing Inc DBA Pacific Glazina Contractors Swinerton Builders License Number 870961 Attach additonal sheets as needed. DIR Public Works Registration Number 1000007780 855330 1000008723 794063 1000004564 92 1000000296 BID FORMS B Address and Phone Specific % of Number of Office, Mill or Description of Total Shop Subcontract Base Bid 1217 E. Normandy Pt. Stainless Steel 1.08% Santa Ana, CA 92705 714-641-7488 940 Remillard Ct, San Sheet Metal; Metal 1.03% Jose CA 95122 Roof Panels: 408-702-8579 1600 Lana Way Hollister, Exterior Specialties 1.71 % CA 95023 (408) 778-9243 2001 Clayton Rd, 7th Floor Gypsum Board & 2.63% LenaI.Concord. CA 94520 Framino 949-596-6763 BID FORMS LIST OF SUBCONTRACTORS Pursuant to Section 4100 of the Public Contracts Code and section 2-1.33c of the standard specifications, the Bidder is required to furnish the following information for each Subcontractor performing more than 1/2 percent (0.5%) of the total base bid. Do not list alternative subcontractors for the same work. Subcontracting must not total more than fifty percent (50%) of the submitted bid except as allowed in section 5-1.13 of the standard specifications. For Streets & Highways projects, subcontractors performing less than ten thousand dollars ($10,000) worth of work need of be mentioned. Subcontractors required to pay prevailing wage, must be registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5 to be listed. NOTE: If there are no subcontractors, wrire "NONE" and submit with bid. DIR Public Works Address and Phone Specific % of Name Under Which Registration Number of Office, Mill or Description of Total Subcontractor is Licensed License Number Number Shop Subcontract Base Bid Pacific Steel Group 997880 1000004101 4805 Murphy Canyon Rd Concrete Reinforcing 5.08% San Diego, CA 92123 707-202-6801 ext. 6801 Swinerton Builders 92 1000000296 2001 Clayton Rd, 7th Floor CIP Concrete 19.22% LsLqal Concord rA 94520 949-622-7009 Sanie Manufacturing 320 E Alton Avenue Santa Structural Company 476298 1000031520 Ana. CA 92707 Steel/Misc. Metals 5.39% (714) 751-7700 ext.7 / (714)888-4197 BID FORMS PUBLIC CONTRACT CODE SECTION 10285.1 STATEMENT In compliance with Public Contract Code Section 10285.1 (Chapter 376, Stats. 1985), the bidder hereby declares under penalty of perjury under the laws of the State of California that the bidder, or any subcontractor to be engaged by the bidder, has , has not ✓ been convicted within the preceding three years of any offenses referred to in that section, including any charge of fraud, bribery, collusion, conspiracy, or any other act in violation of any state or federal antitrust law in connection with the bidding upon, award of, or performance of, any public works contract, as defined in Public Contract Code Section 1101, with any public entity, as defined in Public Contract Code Section 1100, including the Regents of the University of California or the Trustees of the California State University. The term "bidder" is understood to include any partner, member, officer, director, responsible managing officer, or responsible managing employee thereof, as referred to in Section 10285.1. NOTE: The bidder must place a check mark after "has" or "has not" in one of the blank spaces provided. The above Statement is part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. PUBLIC CONTRACT CODE SECTION 10162 QUESTIONNAIRE In compliance with Public Contract Code Section 10162, the Bidder must complete, under penalty of perjury, the following questionnaire: Has the bidder, any officer of the bidder, or any employee of the bidder who has a proprietary interest in the bidder, ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of a violation of law or a safety regulation? Yes ✓ No If the answer is yes, attach a letter explaining the circumstances PUBLIC CONTRACT CODE SECTION 10232 STATEMENT In compliance with Public Contract Code Section 10232, you hereby state under penalty of perjury, that no more than one final unappealable finding of contempt of court by a federal court has been issued against you within the immediately preceding two-year period because of your failure to comply with an order of a federal court which orders you to comply with an order of the National Labor Relations Board. LABOR CODE SECTION 1725.5 STATEMENTS The bidder has delinquent liability to an employee or the state for any assessment of back wages or related damages, interest, fines, or penalties pursuant to any final judgment, order, or determination by a court or any federal, state, or local administrative agency, including a confirmed arbitration award. Any judgment, order, or determination that is BID FORMS C BID FORMS under appeal is excluded, provided that the contractor has secured the payment of any amount eventually found due through a bond or other appropriate means. Yes �/ No The bidder is currently debarred under Section 1777.1 or under any other federal or state law providing for the debarment of contractors from public works. Yes �/ No NOTE: The above Statements and Questionnaire are part of the Bid. Signing this Bid on the signature portion constitute signature of this Statement and Questionnaire. Bidders are cautioned that making a false certification may subject the certifier to criminal prosecution. BID FORMS D BID FORMS NON -COLLUSION DECLARATION I, Jeffrey Goodermote , declare that am Director of Parking Structures Of Swinerton Builders 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 refrained 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. Executed on July,10 , 20 23 , in Santa Ana, CA I declare under penalty of perjury under the laws of the State of California that the foregoing is true and correct. (SEAL) ignature and Title of Declarant) Subscribed and sworn to before me this io _ day of July .2023 Notary Public Company Name: Swinerton Builders BID FORMS E CALIFORNIA JURAT GOVERNMENT CODE § 8202 A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of . 0".P,/ •, CRISTINAYALENTIN Notary Public - California _ Orange County r F Commission # 2397712 ,•zx�`. A1y Comm. Expires Mar 19, 2026 Place Notary Seal and/or Stamp Above Subscribed and sworn to(oraffirmed) before me on this day of .. �.1� 20 U, by Date Mo th Year (and (2) Name(s) of Signer(s) proved to me on the basis of satisfactory evidence to be the person(s) w ppeared before me. Signature �gnature of Notary Public OPTIONAL - Completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document ��l1yy J� Title or Type of Document: �oi— W L I C' P 1 l Document Date: 77ZID Number of Pages: Signer(s) Other Than Named Above: �k? d � ;i4i taDi§ 4e? tC€i§fi:S4{y:; 3 4ri§Y €3fF t3it� , I4 d� [ ;#;d�Sal3 i?4F ?�i.S�Y �3�St:�L�vY 3�73 �W�VKOr3s~}{#'#W MW ©2019 National Notary Association CERTIFICATE OF RESOLUTION This is to certify that the following is a full, true, and complete copy of a Resolution adopted by the Board of Directors of SWINERTON BUILDERS ("Corporation") on April 18, 2023, and that the same has not been revoked nor modified. NOW, THEREFORE, BE IT RESOLVED, that relating to the performance of preconstruction, engineering, construction and construction management work by the Corporation, this Corporation, Swinerton Builders, hereby expressly authorizes and empowers each and all of the following named individuals, acting in such individual's capacity as an officer or employee of the Corporation, to make, execute and deliver, in the name and on behalf of said Corporation, bids, bonds, applications for bid bonds, owner contracts, subcontracts, permits, liens, claims, waivers and releases of liens and claims, settlement agreements, and other project related agreements: 1. Jose E. Acosta 2. Donald D. Adair 3. Glenn R. Ashton 4. Christopher J. Brennand 5. Michael M. Berryhill 6. Kevin Brooks 7. Sloan L. Brown 8. David C. Callis 9. Daniel Camin 10. James Cardin 11. Jason R. Chupp 12. Darlene Cho 13. Scott V. Conrad 14. David B. Cramp 15. Ciaran A. Creighton 16. Keith A. Dancey 17. Nicholas P. Elmont 18. Christopher A. Evans 19. Gregory W. Evans 20. Besim Fejzagic 21. Ruth A. Fernandez 22. Frank Foellmer, Jr. 23. Eric M. Foster 24. John M. Foster 25. Jeffrey S. Gee 26. Andrew M. Georgesen 27. Jeffrey F. Good 28. Jeffrey S. Goodermote 29. D. Scott Grubb 30. Lori D. Guion 31. Ray A. Haj 32. Christina M. Hartsuiker 33. Peter Hau 34. Elizabeth Hawkins 35. Scott L. Henrikson 36. Jason Hlewicki 37. Paul A. Hinz 38. Jared W. Hoeflich 39. Chad D. Holajter 40. Brian S. Holly 41. Jeff Jenco 42. Robert Jennings 43. Timothy J. Kretzschmar 44. Jennifer Lauritzen 45. Joshua M. Leen 46. Brian J. McCarthy 47. Terry M. McKellips 48. Gerald E. Mejia 49. Christopher S. Morris 50. Derek D. Mosiman 51. SheriAnn Murphy 52. Andrew D. Pearl 53. Bradley K. Peterson 54. Brandon Rudloff 55. Pedro ("Pete") Ruiz 56. Alison T. Satt 57. Carrie L. Shaeffer 58. Jeremiah Shakespeare 59. Drew A. Smith 60. Kevin M. Smith 61. John S. Spight 62. Benjamin K. Steele 63. Matthew ("Allen") A. Terrell 64. Lia Tatevosian 65. Aaron M. Townsend 66. Nicholas M. Vovakes 67. John A. Wakeman 68. David K. White 69. Tyler Whittaker 70. Jon Windholz 71. David R. Worley 72. Aaron J. Yamasaki 73. Jay G. Yarbrough And, Operations Managers, Project Executives, and Project Managers of the Corporation are authorized and empowered to execute subcontract change orders and subcontracts (including agreements with suppliers and other project related vendors) for the Corporation, and that the Chief Estimators and Directors of Preconstruction of the Companies are authorized and empowered to execute bids on behalf of the Corporation. And, if the employment of a person listed above (with Swinerton Builders or Swinerton Incorporated, whichever the case may be) is terminated, such authority for the individual shall be revoked as of the date of termination. Date: June 5, 2023 SheriAnn Murphy, Secretary BID FORMS BIDDER ACKNOWLEDGEMENTS By signing below, the bidder acknowledges and confirms that this bid is based on the information contained in all contract documents, including the notice to bidders, plans, specifications, special provisions, and addendum number(s) 1, 2,3 & 4 (Note: You are responsible to verify the number of addenda prior to the bid opening.) The undersigned further agrees that in case of default in executing the required contract, with necessary bonds, within eight days, (not including Saturdays, Sundays, and legal holidays), after having received a mailed notice that the contract is ready for signature, the proceeds of the check or bond accompanying his bid will become the property of the City of San Luis Obispo. Licensed in accordance with an act providing for the registration of contractors, License No. 92 , Expiration Date 08.31.2023 . The above statement is made under penalty of perjury, and any bid not containing this information "will be considered non -responsive and will be rejected" by " City,----? Signature of Bidder Jeffrey Gooderr4te, Direcor of Parking Structures (Print Name and Title of Bidder) DIR— Public Works Registration No: 1000000296 Business Name (DBA): Not Appticable Owner/Legal Name: Swinerton Builders Indicate One: ❑Sole -proprietor ❑ Partnership 9torporation List Partners/Corporate Officers: See following Officer's List Name Title Name Title Name Title Business Address 200 N. Main Street Street Address Mailing Address City, State, Zip Code Santa Ana, CA 92701 Phone Number 213.220.0966 Fax Number 877.349.1894 Email Address jgoodermote@swinerton.com Date 07.25.2023 BID FORMS F OWNERSHIP NAME POSITION NFORMATION YEARS WITH Swinerton Builders is a wholly -owned COMPANY subsidiary of Swinerton Incorporated. Swinerton Incorporated is 100% Eric M. Foster CEO 41 employee -owned. Approximately 50% is David C. Canis President, COO 22 held by the Swinerton 401(k) & Savings Donald D. Adair Exec. Vice President 35 Plan, and the balance is split among 900 plus employees of the various Swinerton Scott V. Conrad Exec. Vice President 12 Incorporated family of companies. Frank Foellmer Exec. Vice President 29 No single individual employee owns Bradley K. Peterson Exec. Vice President/CFO 23 4% or more of the stock of Swinerton Jason R. Chupp Sr. Vice President 11 Incorporated. Ray A. Haj Sr. Vice President 22 Timothy J. Kretzschmar Sr. Vice President 9 Terry M. McKellips Sr. Vice President 23 SheriAnn Murphy Sr. Vice President/Secretary 17 Lauren T. Nunnally Sr. Vice President/CAO 9 David K. White Sr. Vice President 14 Michael M. Berryhill Vice President 8 Ciaran Creighton Vice President 7 Keith Dancey Vice President 20 Christopher A. Evans Vice President 15 Jeffrey S. Gee Vice President 21 Jeffrey F. Good Vice President 15 D. Scott Grubb Vice President 37 ,Lori D. Guion Vice President 25 iPeter Hau Vice President 19 Paul Hinz Vice President 23 Jared W. Hoeflich Vice President 12 Robert "Bobby" Jennings Vice President 13 Jay G. Yarbrough Vice President 5 Brian J. McCarthy Vice President 13 Gerald E. Mejia Vice President 22 Derek D. Mosiman Vice President 13 Andrew D. Pearl Vice President 16 Brenda A. Reimche Vice President 30 Pedro "Pete" Ruiz Vice President 21 Alison Satt Vice President 7 Carrie L. Shaeffer Vice President 9 John S. Spight Vice President 11 Lia Tatevosian Vice President 27 Myrna E. Wagner Vice President 24 James T. Watson Vice President 8 Tyler Whittaker Vice President 5 David R. Worley Vice President 21 Aaron J. Yamasaki Vice President 11 Darlene S. Cho Asst. Secretary 20 Lisa M. TeRes Asst. Secretary 19 BID FORMS ATTACH BIDDER'S BOND TO ACCOMPANY BID Know all men by these presents: That we Swinerton Builders , AS PRINCIPAL, and Zurch American Insurance Com an , AS SURETY, are held and firmly bound unto the City of San Luis Obispo in the sum of: Tern Percent of the Total Amount Bid ---- Dollars ( 10% 1 to be paid to said City or its certain attorney, its successors and assigns; for which payment, well and truly to be made, we bind ourselves, our heirs, executors and administrators, successors or assigns, jointly and severally, firmly by these presents: THE CONDITION OF THIS OBLIGATION IS SUCH, that if the certain bid of the above bounden Swinerton Builders to construct Cultural Arts District Parking Structure Project, Bid Number 90435 _ (insert name of street and limits to be improved or project) dated July 25, 2023 is accepted by the City of San Luis Obispo, and if the above bounden Swinerton Builders his heirs, executors, administrators, successors, and assigns shall duly enter into and execute a contract for such construction and shall execute and deliver the two bonds described within ten (10) days (not including Saturdays, Sundays, or legal holidays) after the above bounden, Swinerton Builders has received notice by and from the said City of San Luis Obispo that said contract is ready for execution, then this obligation shall become null and void; otherwise, it shall be and remain in full force and virtue. IN WITNESS WHEREOF, we hereunto set our hands and seals this13th day of July , 20 23 . Bidder Principal: Swinerton Builders -71S&,3 Si9ita Date TI fa,� Surety: Zurich American Insurance Company 1 By: Janet C. Rojo, Attorney -in -Fact Bidder's signature is not required to be notarized. Surety's signature must be notarized. Equivalent form may be substituted (Rev. 6-30-14) BID FORMS G ACKNOWLEDGMENT A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of San Francisco 3 �� M. 000ar On � 1 G ` �, � - � � before me, MMoody, Notary Public (insert name and title of the officer) personally appeared._ _ Janet C. Rojo who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. M. MOODY COMM #2386403 WITNESS my hand and official seal. NOTARY PUBLIC ®CAUFORNiA San Francisco County Commission Expires January 8, 2026 Signature (Seal) EXTRACT FROM BY-LAWS OF THE COMPANIES "Article V, Section 8, Attomeys-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 attorneys -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 1 Oth 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 TIMONY WHEREOF, I have hereon 0 subscribed my name and affixed the corporate seats of the said Companies, this i�,l ayo , rry S a''� W S • r'D&EAS m &' `� 0SEALm =' °SEAL" o h�rNNll llln11�3 4grk W lSU n�,�A" �h�,li•IIr11115�N� By: Mary Jean Pethick Vice President TO REPORT A CLAIM WITH REGARD TO A SURETY BOND, PLEASE SUBMIT A COMPLETE DESCRIPTION OF THE CLAIM INCLUDING THE PRINCIPAL ON THE BOND, THE BOND NUMBER, AND YOUR CONTACT INFORMATION TO: Zurich Surety Claims 1299 Zurich Way Schaumburg, M 60196-1056 morts%lainigyurichna.com 800-626-4577 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-5790 ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND POWER OF ATTORNEY 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 State of Illinois, and the FIDELITY AND DEPOSIT COMPANY OF MARYLAND a corporation of the State of Illinois (herein collectively called the "Companies"), by Robert D. Murray, 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 date hereof, do hereby nominate, constitute, and appoint Thuyduong LE, Brittany KAVAN, Julia ORTEGA, Douglas B. BOWRING, Matthew KALAFATIS, Misty R HEMJE, Courtney CHEW, Maria De Los Angeles REYNOSO, Tina K. NIERENBERG, Susan HECKER, K. ZEROUNIAN, Janet C. ROJO, Betty L. TOLENTINO, M. MOODY, Maureen O'CONNELL, Robert P. WRIXON, Kevin RE, Virginia L. BLACK, Susan M. EXLINE, all of San Francisco, California, its true and lawful agent and Attorney -in -Fact, to make, execute, seal and deliver, for, and on its behalf as surety, and as its act and deed: any 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 elected 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 does 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 has 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 26th day of April, A.D. 2023. 0 r G o fOP���9�pOQ'PD.gqs p� a � :4d 4is H� aSEALm nor! SEAL �'d e'gEA n ' ann:lv«l+ 1rr�,,,11'�%" 4''brrrlfwn.oil' ATTEST: ZURICH AMERICAN INSURANCE COMPANY COLONIAL AMERICAN CASUALTY AND SURETY COMPANY FIDELITY AND DEPOSIT COMPANY OF MARYLAND By: Robert D. Murray Vice President �DactsIL.4 uy�__- By: Dawn E. Brown Secretary State of Maryland County of Baltimore On this 26th day of April, A.D. 2023, before the subscriber, a Notary Public of the State of Maryland, duty commissioned and qualified, Robert D. Murray, Vice President and Dawn E. Brown, Secretary of the Companies, to me personally known to be the individuals and officers described in and who executed the preceding instrument, and acknowledged the' execution of same, and being by me duly sworn, deposeth and saith, that he/she is the said officer of the Company aforesaid, and that the seals affixed to the preceding instrument are the Corporate Seats of said Companies, and that the said Corporate Seals and the signature as such officer were duly affixed and subscribed to the said instrument by the authority and direction of the said Corporations. IN TESTIMONY `NUEREOF, I have hereunto set my hand and affixed my Official Seal the day and year first above written. Iva Betbea NotaryPublic My Commission Expires September 30, 2023 Authenticity of this bond can be confirmed at bondvalidator.zurichna.com or 410-559-8790